Loading...
HomeMy WebLinkAboutPW16-365 - Original - Konecranes, Inc. - Hoist Inspections and Recertification - 10/07/2016 f- I Klecords KENT « �t �� Document ' WAS NGTON 'f Ya As CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Konecranes, Inc. Vendor Number: JD Edwards Number Contract Number: VVf U —b-te This is assigned by City Clerk's Office Project Name: Hoist Inspections and Recertification Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 10/7/16 Termination Date: 12/31/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Dustin Phelan Department: PW Operations Contract Amount: $800.00 Approval Authority: (CIRCLE ONE)QLP artment Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Complete hoist inspections and recertification the three Water Department facilities. As of: 08/27/14 f I I • KENT was .o. GOODS & SERVICES AGREEMENT between the City of Kent and Konecranes, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Konecranes, Inc. organized under the laws of the State of Washington, located and doing business at 8735 S. 2121h St., Kent, WA 98031, Phone; (253) 872-9696/Fax: (253) 872-3458, Contact: Kyle Baskett (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: The Vendor shall provide labor and materials to complete hoist inspections and recertification at the following three Water Department Facilities: 1. Clark Springs - 24875 Kent Kangley Road 2. Kent Springs - 28600 216th Ave. SE 3. Pump Station #5 - 23825 98th Ave. S. For a description and Vendor's offer, see Exhibit A which is attached and incorporated by this reference. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by December 31, 2016. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Eight Hundred Dollars ($800.00), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Vendor shall be paid after completion of inspections and recertification. If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. GOODS & SERVICES AGREEMENT - 1 ($20,000 or Less, incl. WSST) F A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs Incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A, The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order GOODS & SERVICES AGREEMENT - 2 ($20,000 or Less, including WSST) from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. i The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. I B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an j equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). i GOODS & SERVICES AGREEMENT - 3 ($20,000 or Less, Including WSST) F- E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect, If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds j to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL I INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. GOODS & SERVICES AGREEMENT - 4 ($20,000 or Less, including WSST) i XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, GOODS &SERVICES AGREEMENT - 5 ($20,000 or Less, including WSST) I equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent, As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5,01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. VENDOR: CITY OF KENT: By: �gn$ture) r/�S/?� p (signature) Print Ngme. C W FJ ! /� Print Name: David A. Brock, P.E. Its: Vie. Sow Its: Deputy Director Operations Manager ( tie) DATE:_ 1 DATE: 6�' NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: i VENDOR: CITY OF KENT: i Kyle Baskett Timothy J. LaPorte, P.E. Konecranes, Inc. City of Kent 8735 S. 212" St. 220 Fourth Avenue South Kent, WA 98031 Kent, WA 98032 (253) 872-9696 (telephone) (253) 856-5500 (telephone) (253) 872-3458 (facsimile) (253) 856-6500 (facsimile) Konecranes-inspectlons 2/Phelan GOODS & SERVICES AGREEMENT - 6 ($20,000 or Less, including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. i 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: r Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 j SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. I I I i i I I EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: I I EEO COMPLIANCE DOCUMENTS - 3 of 3 EXHIBIT A ... ... I OFFER, I Handled by:';Kyle Basket} Lrtti�tg BusuesseS Offer date:08/02/2016•,' Offer number SEA760802K8 Page 1 ...... .. ... ..: .... ! ................................................................................................................................................... ! Customer: City of Kent Water Quality Reference: Crane Inspections i Address:5821 S 240th Inquiry date: 08-02.16 Kent,WA 98032 Contact person: Dustin Phelan Customer Tel: 263.856-5600 Customer Fax: Thank you for your consideration of our maintenance programs and the opportunity to be of service, We are the leading provider of comprehensive maintenance services for overhead cranes, port equipment and machine tools and a global manufacturer of material handling equipment. By partnering with our customers, ourjoint focus is to enhance the safety and productivity of your operations through Innovative technologies and customized maintenance programs. We will prove value through periodic performance reviews of mutually agreed upon goals. We first seek to understand your business;then we apply our Industry-wide experience and expertise.We call this process "Lifting Businesses", OSHA PERIODIC COMPLIANCE INSPECTION Our Annual Inspection Program will be performed In accordance with Konecrenes' Mainman software system of crane analysis and the original equipment manufacturers recommended procedures, This copyrighted program has been developed through years of Industry experience and our Interpretation of the appropriate ANSI, CMAA, HMI, ISO 9000, NEC, NEMA, OSHA, Cal/OSHA(where required) and CMSC(Crane Manufacturers Service i Committee of CMAA)codes, The benefits of this program include maximizing safety and productivity while eliminating costly downtime and emergency repairs. i MAINMAN ® guides our certified Inspectors In delivering consistent, repeatable inspections combined with the appropriate level of preventive maintenance that is customized based on application and equipment type: each place of equipment is uniquely configured and tracked. Inspectors enter field data through their MobliTeo handheld devices that upload data directly to the MAINMAN ® database; reducing turn-around time and the chance of data entry errors. Konecranes Certified Crane Inspectors have successfully passed exams and are certified by the Konecranes '• Training Center in Springfield, Ohio. Konecranes Inspectors receive ongoing training in the field and the classroom. In order to qualify for the program, our Inspectors must exceed the crane maintenance experience requirements of CMAA Spec 78. our Inspectors evaluate and assign a condition code and priority consequence for all crane components. Our Inspectors not only help ensure safety and compliance, but also provide an accurate assessment of the condition, safety and reliability of your equipment. They will consult with you, communicate results and provide recommendations, i A set of comprehensive reports are generated for each crane or piece of equipment. Any deficiencies are prioritized by the Impact they have on safe crane operation or the potential loss of production. i Any Item found during the inspection which may constitute a safety hazard will be documented on a Safety Summary, brought to the attention of the appropriate personnel and confirmed with your designated contact i I ''•,........................................ .................................. Konecranes, Inc, 8735 S 212rh, Kent,WA, 98031, Phone: 253.872,9696 Fax; 253,872.3458 ............................. ............ .......................... ......... ........ ................. .................. ................... OFFER KONEICAANE9 Offer number: SEA16O8O2KB Page 2 Lifting Businesses' before our Inspector leaves your site.The Safety Summary documentation can be e-malled directly from our technician's handheld device, Our inspection meets all regulatory requirements and Is delivered In compliance with ISO-9001 format, Some items associated with the crane and runway systems traditionally have not been assessed by service companies due to Inaccessibility and/or the requirement for extensive disassembly. Please note that there remains an owner responsibility within OSHA codes to assess these Items (see 1.910.179 0)(3)(Iv) and OSHA Interpretation letter available from OSHA or ask you Konecranes Representative for a copy). Konecranes has extensive experience and several programs available to assist with NOT testing of those items disclosed as "Unable to Inspect"which are beyond the scope of this proposal. We would be happy to review these with you and provide these services at your option. A Scope of the service Is Included In this proposal for your review, The OSHA PERIODIC COMPLIANCE INSPECTION reporting package you will receive as a part of our service agreement will contain the following Information; REPORT KEY— Description of Priority and Condition codes along with a copy of regulations, -Unable to Inspect" disclosures, OSHA Interpretation letter and other Information to help you maximize benefits EQUIPMENT LIST-Provides a valuable tool which includes asset numbers, locations, manufacturers, and serial numbers. SAFETY SUMMARIES—Copies of the safety summaries left on site daily during time of the service QUOTATIONS—Presents the cost of repairs required for each piece of equipment. CRANE CONDITION-Indicates the condition of your cranes during the Inspection and prior to any repairs,without reference to priorities and repair consequences, (Minimum OSHA/CSA documentation). KONECRANES PROGRAM BENEFITS By choosing us for your crane needs,you will receive local services of the highest quality backed by the global i resources of Konecranes, . Certified Crane Inspectors and Technicians - Guaranteed response times on emergency breakdowns, depending on your agreement and location . Proven maintenance processes that ensure we deliver value and a return on your maintenance dollar . Crane Pro Parts, our regional crane parts warehouses with multi-mililon dollar Inventories - 24/7 Emergency Service - Special Programming and customized care levels for multiple year contract customers ............................................. ...................... .................................................................... Konecranes, Inc, 8735 S 212th, Kent, WA, 98031, Phone:253,872.9696 Fax: 253.872.3458 ........................ ...... ......................................... .................. ........................... ....................................................... ®FIE KONRAMES Offer number: SEA160802KB Page 3 Lifting Businesses" Price Summary Price to perform our "3 Par-OSHA Periodic Inspection" on(3)crane/holsts at your facility, Type of Service Units Coat Per Visit #ofVisits Total Cost Annual MaInman Level Inspection 3 $600.00 1 $600.00 Total Investment., $600.00 This quotation, proposal or offer Is subject to and Incorporates as If fully rewritten herein the Seller's Standard Terms and Conditions of Sale (Service)(Revision 12.31,2012), a copy of which is attached hereto or is available at http://www.konecranesUSA.com or upon request of Buyer. Price quoted Is based on clear access to the work area, and work being completed during a normal workday, It Is our Intent to work with our customer's production schedule as much as possible. However, please note that quoted prices are based upon the equipment being available to the service technlclan(s)at the expected time of arrival through completion of the required work. Any unexpected delays caused by the customer will be charged at the applicable hourly rate. All concealed damages and/or items found necessary to be repalred or replaced upon start of the above Items, and not readily apparent prior to the beginning of the work, and not otherwise covered by the purchase order, shall be brought to your Immediate attention and a price for said work agreed upon prior to proceeding with the repairs. Customer to supply lift(s) or we will supply at cost plus 15%. Travel (for Inspections) Is Included, contract Contract period Is I year, Invoicing Payment terms All payments not In 30 days. Delivery time Estimated delivery time Is to be agreed separately. Validity of the offer This offer is valid for 30 days, .............. Konecrones, Inc 8735. ....S 1. .... .......2.I D.h...Kent,. . W A 98081... Phone:... I .1 1.2.5.3..8 7 1 2.9 6.9.6..Fa.x. 2.5 3 1.8 1 7.2.H4-5-8'....... .......... ........................ .................... ........... ..................................................... ........................... ............... OFFER K011MIE6RANES0 Lifting Businesses" Offer number: SEA160802KO Page 4 We will confirm scheduling of your Inspections Immediately upon receipt of your authorization, Should you have any questions, please contact us at any time.We sincerely appreciate the opportunity to be of service. Yours truly Konecranes, Inc. Kyle l3askett Service Supervisor Office: 253372.9696 Coll: 253.508.3669 Fax; 253.872,3458 Email: kyle.baskett@kc)necranes.com NOTE: Konecranes shall not Inspect and has no responsibility for Inspection, Installation, operation, maintenance, safety, or condition of any below the hook devices unless those Items are specifically Included In our proposal—we will be happy to provide Information on this service at any time. . ... .. .. . ........... .. ..... Konecranes, Inc 8.7.3.5...S...2121h,. ..Kent,.I ..WA, .WA 98 0 3 1 Phone;2 5 3.8 7 2 9 6?6 Fax:2 5 3.8 7 2.3 4 58 I EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. I A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability, D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. i F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. ACO?O® DAT BOVIsO1Y) �- CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on w li this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). li PRODUCER CONTACT 10 NAME: AOn Risk services Northeast, Inc. PONE FAX Columbus OH Office ac.xw EsO; Cd66) 233-]SR Ad.xo.: (SOBj 363-0105 To 445 Hutchinson Avenue 114AR,ADDRESS, S suite 900 Columbus ON 43235 USA INSURER(S)AFFORDING COVERAGE NAICtl INSURED INSURERA: AllianZ Global Risks U6 Tnsurance Co. 35300 Konecranes, Inc INSURER a: Liberty Insurance Corporation 42404 4401 Gateway Blvd INSURER O: Liberty Mutual Fire Ins Co 23035 Springfield OR 45502-9339 USA INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570063920709 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested TNSR LTR TYPE OF INSURANCE BU, WVO POLICY NUMBER MM1VDO M 0 LIMITS X COMMERCIAL GENERAL UABILRY CGLZU014LL EACHOCCURRENCE $5,000,000 SAEFftE $100,000 CLAIMS-MADE PIOCCUR PREMISES ce oxwrance MEDE%P(Aayanepamcn) $10,000 rtyea.rto.Beu„Jma�t.. PERSONAL&ADV INJURY $5,000,DDO O1 GEN'L AGGREGATE LIVITAPPLIES PER a,anJ,.lo..n,.,u mu menue GENERALAGGREGATE $5,000,000 0 % POLICY 1—I LJ PRPT 0LOC - PRODUCTS-COMPIOP AGO $5,000,000 m r,.rwn b+[I lFlryq,>yv�m F OTHER: SlPmedudLM $$00,000 � C AUTOMOBILELIABBnY AS2-641-004434-116 10 01/201fi 10/O1/2U1] COMBINED SINGLE LIMIT $2,000,000 w auMenl X ANY AUTO BODILY INJURY(Par pamwi) 0 OWNED SCHEDULED BODILY INJURY(Pel attideal) }Q AUTOS ONLYN AUr05 PROPERTY DAMAGE �On MIPEOAUT.S NON-OWNED Pm cddaa IE ONLY AUTOS ONLY :e 41 UMBRELLA LIPS OCCUR EACHOCCURRENCE V EXCESSLIAB CLAIMS-MADE AGGREGATE IDED1 RETENTION B WORKERS COMPENSATION AND WA7640U044W96 10 0 2D16 10/0�/201] X' STATUTE lord. EMPLOYERS'LER IABILITY YIN AOS ANY PROPRIETOR EACT RIE%ECUIIVE NIA EL EACH ACCIDENT $1,000,DDD (MantlatoryEln NHILUOEO] E L.DISEASE-EA EMPLOYEE $1,000,000 IVae.dearnImm,lar F.L.DISEASE-POLICY LIMIT $1,000,000— DESCRIPTION OF OPERATIONS below 0 DESCRIPTION OF OPERATIONS(LOCATIONS!VEHICLES(ACORD 101,AddlUmal Ramm0.e Schedule,may be aBaobsd It more space to required) City Of Kent is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile - - policies as required by written contract. CERTIFICATE HOLDER CANCELLATION Ile-- SHOULD JURY OF THE ABGVE OESCNBEO POLICIES BE CANCELLED BEFORE THE --• EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. �a City of Kent AUTHORIZED REPRESENTATIVE Attn; Sean Bauer 220 Fourth Ave south > �' Kent wA 98032 USA J'iofe � i 01988-2015 ACORD CORPORATION.All rights reserved. ACORD 26(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000061737 _ ADDITIONAL �1p ®Cppp®�/�+ �+ LL1OC#: A®DI 1 �ONAL REMARKS JCf7E®UL� Page _ of _ AGENCY NAMED INSURED ADD Risk services Northeast, Inc. Konecranes, Inc POLICYNU6WER see certificate Number: 570063920709 CARRIER NAIC CODE see certificate Number: 570063920709 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certiflcate of Liability Insurance Named insured KCI Holding USA, Inc. R&M Materials Handling, Inc, Konecranes, Inc. Leporinus oy Konecranes Acquisition company LLC KPAC Inc. MMH Holdings, Inc. MMH Americas, Inc. PHMH Holding company Morris Material Handling, Inc. Merwin, LLC Konecranes Nuclear Equipment & services, LLC Konecranes Plc Cy Konecranes Finland Dy Konecranes GmbH Konecranes, Inc. dba crane Pro services Konecranes, Inc. dba Crane Pro Parts Konecranes, Inc. dba Shepard Niles Konecranes, Inc. dba crane Manufacturing and service Konecranes, Inc. dba Ohio Hi-speed Machine (eff 8/12/10) Konecranes, Inc. dba Machine Tool solutions unlimited Morris Material Handling, Inc. dba Konecranes America R&M Materials Handling, Inc. dba Drivecon MHE Technologies, Inc.(Effective 1/1/2010 - merged with PHMH Holding Company) ACORD 09(2008101H 02909 ACORIJ CORPORATION.All rIghmreserve . The ACORO name and logo are registered marks of ACORD Policy Number:CGL2007422 Policy Period:1 01111 6-1 011/1 7 j Alhanz dt Global Risks Policy Number: CGL Effective Date: ADDITIONAL INSURED—WHEN REQUIRED BY WRITTEN CONTRACT Including Products-Completed Operations Hazard This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part A. Section 11—Who is an Insured is amended to Include any person or organization you are required to include as an additional insured on this policy by a.written contract or written agreement In effect during this policy period and executed prior to the'occurrence"of the Injury or damage but only to the extent required by the terms and conditions of such written contract or written agreement- B. The insurance provided to the above described additional Insured under this endorsement Is limited as follows: I.The person or organization is only an additional insured with respect to liability arising out of ongoing operations performed by you or on your behalf or arising out of your"products-completed operations hazard". 2. In the event that the Limits of Insurance provided by this policy exceed the Limits of Insurance required by the written contract or written agreement,the insurance provided by this endorsement shall be limited to the Limits of Insurance required by the written contract or written agreement.This endorsement shall not increase the Limits of Insurance shown In the Declarations pertaining to the coverage provided herein, 3.The insurance provided to such an additional insured does not apply to"bodily injury","properly damage"or"personal and advertising injury" arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services, Including,but not limited to: (a)The preparing,approving or failing to prepare or approve maps,shop drawings, opinions, reports, surveys,field orders, change orders,or drawings and specifications and (b)Supervisory, Inspection,architectural or engineering activities. 4.This insurance does not apply to"bodily injury"or"property damage"arising out of"your work"or "your product"included in the"product-completed operations hazard"unless you are required to provide such coverage by written contract or written agreement and then only for the period of time required by the written contract or written agreement and in no event beyond the expiration date of the policy. Any coverage provided by this endorsement to an additional Insured shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess,contingent or on any other basis unless the written contract specifically requires that this insurance apply on a primary or non- contributory basis. All other terms and conditions remain unchanged. AGRL-CG 6002(04-10) Page 1 of 1 ------------ Policy Number:AS2-64 1-0 044 34-11 6 Policy Period:1011/2016-101112017 Issued by: Liberty Mutual Fire Insurance Co. SCHEDULE OF ADDITIONAL INSURED —LESSOR(S) The lessor is an additional insured according to the endorsement which applies in the state of leased vehicle garaging. Additional Insured — Lessor(s) Leased Autos Any lessor who has a written contract or agreement requiring you to provide primary coverage for the vehicle(s) specified in the lease. I I 1 i ACS 00 11 11 11 ©2011, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1