Loading...
HomeMy WebLinkAboutR-2021-024 Elevator Modernization for City Hall - Kone, Inc.RESOLUTION NO. R-2021-024 A RESOLUTION authorizing an Agreement with Kone, Inc. to provide elevator modernization for City Hall WHEREAS, the City owns two elevators located at City Hall that have been identified as needing modernization to meet compliance with the current 2010 ASME A17.1 Safety Code for Elevators and Escalators currently in effect in the State of Washington; and WHEREAS, the City had an audit conducted by ECS Elevator Consulting Services and its outcome determined the best methods of implementing said modernization; and WHEREAS, the City has an Interlocal Purchasing Agreement with OMNIA (formerly US Communities) purchasing consortium; and WHEREAS, Kone, Inc. holds the OMNIA contract for Elevator Modernization which was awarded through a competitive process; and WHEREAS, the City has determined that the proposal submitted by Kone, Inc. is an acceptable proposal which meets the needs of the City and follows the Public Works contracting regulations for Washington State; and WHEREAS, the City Council finds and determines that approval of such Agreement is in the best interests of the City of Yakima, facilitates code compliance, ADA requirements, and will promote safety and welfare, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute an Agreement between the City of Yakima and Kone, Inc. attached hereto and incorporated herein by this reference not to exceed Nine Hundred Forty -Two Thousand Four Hundred Twenty -Seven Dollars ($942,427) to provide for the modernization of the City Hall elevators. ADOPTED BY THE CITY COUNCIL this 16th day of February, 2021. ATTEST: C;) Sonya ClaakT e, City Clerk Patricia Byers, M or 1 ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 4.L. For Meeting of: February 16, 2021 Resolution authorizing an Agreement with Kone, Inc. to provide Elevator Modernization for City Hall Scott Schafer, Public Works Director Kerry Jones, Fleet and Facilities Manager SUMMARY EXPLANATION: The City of Yakima (City) utilizes two Otis elevators at City Hall that were originally installed in 1949 and have been in service for over 70 years without any major equipment upgrades. The considered expected useful life for this type of equipment is generally 25-30 years. These elevators have surpassed their expected life expectancy by several years. While the elevators complied with the code that was in effect at the time of their installation, they do not comply with the current 2010 AS ME A17.1 Safety Code for Elevators and Escalators currently in effect in the State of Washington. The elevators also pose life safety issues such as noncompliance with the current codes related to firefighter's service and seismic protection. In addition, the elevators are not compliant with the current codes for intercom system, cab enclosure, hall and car operating, and the entrance doors are not fire rated. ECS Elevator Consulting Services has recommended the modernization of the two elevators as soon as possible. Doing so will provide upgraded and reliable control equipment that also upgrades both safety and quality of life enhancements while providing energy savings. Currently, the City has an I nterlocal Purchasing Agreement with OMNIA and Kone, Inc. holds the OMNIA contract for elevator modernization as awarded through a competitive process. Enclosed for City Council review is the proposed agreement with Kone, Inc. for the modernization of the two City Hall elevators in an amount not to exceed Nine Hundred Forty -Two Thousand Four Hundred Twenty -Seven Dollars ($942,427). The modernization of the City Hall elevators was identified as a critical project within the City's 5- Year Capital Improvement Plan (CI P) for the safety of City staff and of the public. The project is to be funded utilizing RE ET 1 funds. 2 ITEM BUDGETED: STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description Upload Date D Resolution Elmotor Project 1/242021 L) Agreement Kane Inc 1/ 29 2C121 D Cly Rill Elevator MalIFICAIOn ROpOil 1/142021 D Control room Phoio s 11140021 Yes Public Safety Type Resolution Contract Backup Material Backup Material Attachment A KONE Inc. Proposal to Supply Elevator, Escalator, Moving Walkway Maintenance, Repair, Modernization and Related, Products, Services and Solutions under the U.S. Communities Program utilizing the Terms and Conditions of the City of Kansas City Master Contract (Reference GENRL-EV2516 dated December 1st, 2018) PROPOSED UNITS & EQUIPMENT PRICING: January 7, 2021 Location Address Elevators Pricing Yakima City Hall Cars 1 & 2 $ 942,426.60 129 N. 2nd Street Yakima, WA 98901 Material $ 300,232.00 Engineering/Procurement $ 35,963.00 Installation Labor $ 380,005.00 G.C. Work $ 154,000.00 Sales Tax (8.3%) $ 72,226.60 Total Sales Price $ 942,426.60 APPLICABLE LAW This Agreement shall be construed and enforced in accordance with, and the validity and performance of shall be governed by, the laws of the State of Washington. NSA-00-0036 4/2014 The KONE solution offered is based on the following design information: Solution Specification Technical Equipment Data — GEARLESS MACHINE MODERNIZATION Equipment -No. Car 1-Passenger Car 2-Jail Rated Load Car 1 — 2500 Ibs Car 2 — 3500 Ibs Rated Speed Car 1 — 200 fpm Car 2 —150 fpm Travel Height 50 ft Number of floors 5 The KONE solution offered comprises design, manufacturing, supply and installation of following unit(s). Besides the technical specification we would highlight the key inclusions mentioned below. DETAILED SPECIFICATION CARS 1 & 2 — Solution 1 KONE ReSolve KONE RESOLVE CONTROLLER KONE ReSolve is a modular modernization solution for elevator control and electrical 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 ReSolve is designed to correctly interface with many types of existing elevator components, thus ensuring a swift, 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. The control for the hoist motor will be by means of a solid-state drive system. The system will be a controlled pulse -width modulated AC vector drive. The variable voltage variable frequency drive will convert the AC power supply using a two-step process to a variable voltage variable frequency power supply for use by the hoist motor. Varying the frequency and voltage of the motor will automatically and continuously control the speed, acceleration and deceleration. The system will be closed loop. 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 NSA-00-0036 4/2014 Elevator Group Size Number offloors served Travo|(ft) Rated Load (|b) Rated Speed (fpm) New Roping Ratio Power Supply Voltage Battery Lowering Pit depth (in) Overhead height (in) Machine Room Location Machine Room Duct Number ofcar entrances Number offront openings Card Reader Provisions COP quantity New hall monitor intercom Qtylobby/fire panels Tnsva|ingCob|a(e) Loadweigh Device HoisbwayDuc Voice Annunciator Door Panels N8A-00-0036 down time. All high voltage (11OVorabove) contact points inside the controller cabinet shall boprotected from accidental contact in asituation where the controller doors are open. The microprocessor -based control system shall utilize on -board diagnostics for servicing, tnnub|m-ohopUng.and adjusting without requiring the use ofenoutside service tool. Simplex 5 50' Car 1: 26OD Car2:3SOO Cmr 1: 2UU Car2: 15O 1:1 208 Car 1:Battery Lowering Included Car 2:Battery Lowering not available otthis time. Larger Machine. 72 240 Overhead KONEwill remove all existing wiring, conduit and duct from the machine room aeneeded. |fnecessary, new conduit and duct properly sized and constructed for the job requirements will be installed (in accordance with applicable oodea). Front Opening Only 5 Controller will baequipped with card reader interface logic. Yes 1 KONEwill remove the existing traveling cables and replace with new traveling cables designed for elevator service. In addition to our standard traveling cable, asecond traveling cable baprovided for security and/or card reader provisions. A|oedwmiQhingdevice will beprovided which will continuously monitor the load inthe elevator car. The |omdweighingdevice provides information necessary for the Bypass Load Feature, and the Overload Feature hooperate. The |oadwaighdevice ioalso used boprovide pro-bonqueingsohigher performance can be achieved. KONEvvi|| remove all existing wiring, conduit and duct from the hoiotwoyosneeded. |fnecessary, new conduit and duct properly sized and constructed for the job requirements will beinstalled (in accordance with applicable oodea). % Logic will beprovided for hyotory'pnogrammed speech synthesizer that issues spoken messages including floor arrivals, car departures and safe use ofthe elevator. New door panel(s) shall be provided where applicable. Number of floors served Car Panel Finishing Material Door Type Door Width (Inches) Door Height (Inches) Qty of sets of Car door panel (per car) Car Door Panel Finish Hatch Door Panel Finish 5 New car door panels shall be provided. Finish will be #4 stainless steel. Car 1: Single Speed Center Opening Car 2: Two Speed Side Slide Car 1: 42 Car 2: 44 84 1 A new car door panel shall be provided. Finish will be #4 stainless steel. New hatch door panels shall be provided. Finish will be baked enamel (owner to provide paint codes). Qty of sets of hatch door panels 5 (per car) Curtain of Light Number of car entrances 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. Front Opening Only NSA-00-0036 4/2014 Renova Door O,t stator RENOVA DOOR OPERATOR A 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. Number of floors served Number of car entrances Number of front openings Car Door Tracks and Hangers Car Door Clutch locking Door Type Door Width (Inches) Hatch Door Panels Hatch Tracks and Hangers Hatch Door Closer Hatch Door Drive and interlock Hatch Headers Monitorin Number of floors served Monitoring Type 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. 5 Front Opening Only 5 New car door tracks and hangers will be provided. A new restrictive style car door clutch will be provided. Single Speed Center Opening 42 Hatch door panels will be replaced. Hatch tracks and hangers will be replaced. New hatch door closers will be provided at the specified number of openings. New hatch door drives and interlocks will be provided at the specified number of openings. New hatch headers will be provided if necessary. MONTIORING A monitoring system that will continuously monitor the elevator system operation shall be provided 5 KONE E-Link enables you to monitor your elevator systems in one or several buildings from a single location. It is a full -featured NSA-00-0036 4/2014 MX Machines Rated Load (lb) Rated Speed (fpm) facilities management tool designed to ensure the best possible tenant service quality, reliability and efficiency of the elevators in the building. KONE E-Link can be utilized as a standalone supervisory tool to enhance the management of virtually any type of installation, new or existing. Breakout price for this item is $7,575.00 MX MACHINES A new AC Gearless machine, with permanent magnet synchronous motor, direct current electro-mechanical disc brakes and integral traction drive sheave shall be provided. Brake shall be spring applied and electrically released and designed to hold car at the floor level after coming to rest. The drive sheave shall be accurately turned and grooved for the quantity and size of hoist ropes applicable to service. Car 1: 2500 Car 2: 3500 Car 1: 200 Car 2: 150 Existing Roping Ratio 1:1 New Roping Ratio 1:1 Machine Room Location Overhead Number of car entrances Front Opening Only Owner's Manuals Standard Qty Owners Manuals 3 Seismic Ring and String Seismic ring and string will be provided. Toe Guard A new code compliant toe guard will be provided if needed. Elevator Group Size Simplex Crane Craning is included in the pricing. Counterweight COUNTERWEIGHT A new counterweight frame with filler weights shall be provided and installed. Capacity [LBS] Car 1: 2500 Car 2: 3500 Breakout price for these items are $16,650.00 Car Sling Components CAR SLING COMPONENTS Sling A new car sling will be provided. Platform A new platform will be provided. The platform will have a sub -floor of ample structural strength for the loads imposed. Load Class Passenger Safeties A new flexible guide clamp safety device will be provided and NSA-00-0036 4/2014 Roller Guides mounted under the car platform, securely bolted to the Car Frame. The safety will be actuated by a centrifugal governor mounted at the top of the hoistway. The Safety is designed to operate in case the car attains excessive descending speed. Breakout price for these items are $31,494.00 ROLLER GUIDES New roller guide assemblies shall be provided. Breakout price for these items are $8,800.00 Governor GOVERNOR The car safety will be activated by a new speed governor located overhead, driven by a governor rope suitably connected to the car safety. The governor will be equipped with rope grip jaws designed to clamp the governor rope so as to actuate the car safety upon a predetermined over speed downward. The governor will be set at not less than 115% of specified rated car speed and not more than the maximum governor tripping speed specified in the code for the specified rated car speed. The rope grip jaws must be positively tripped within the permitted range of speed. The governor rope -tripping device will be so designed that no appreciable damage to or deformation of the governor rope will result from the stopping action of the device in operating the car safety. The governor over speed switches will conform to ANSI A17.1 code requirements and be so located and enclosed that excess lubricant will not enter the switch enclosure. Upon activation of the safety switch, the switch will remain in the open position until manually reset. The governor will be accurately adjusted and sealed with tripping speed specified. Date tags indicating the test date will be applied. Governor Rope GOVERNOR ROPE New Buffers BUFFERS New buffer(s) shall be provided. The buffers will be of the proper capacity rating and stroke as required by Code. Signalization SIGNALI TIO (PUSH BUTTON FIXTURES1 Number of floors served 5 Number of car entrances Front Opening Only Number of front openings 5 Card Reader Provisions Controller will be equipped with card reader interface logic. Signalization Type Serial COP quantity 1 (per car) Qty of New Hall Station 5 Qty New hall position indicator 5 NSA-00-0036 4/2014 Qty of car direction lanterns 2 Qty Hoistway Access Switch 2 Intercom New 2 car, 2 master intercom will provided and installed. HOIST ROPES New hoist cables shall be provided. The hoisting cables will be designed for elevator service, compatible with the hoist machine, and having a factor of safety at least equal to that specified in the ANSI Code. Travel (in) 50' Rated Load (lb) 2500 New Roping Ratio 1:1 Pit depth (in) 72 Overhead height (in) 240 Machine Room Location Overhead Shackles New shackles will be provided. Wrapping Single New Cab Additional Items General Contracting NEW CAB A new cab shell and interior will be provided. Minimum cab interior weight must not exceed 5 % of the current listed weight of the combined cab and safety plank. Total car weight / 5 % = weight that can be added ADDITIONAL ITEMS Paint machine room and pit floors • 24/7 Connected Services are included GENERAL CONTRACTING Electrical, Fire, Mechanical, Miscellaneous GC Work will be included in the overall work. Pricing included above $154,000.00, Layout Drawings Complete Mechanical Layout Drawings NSA-00-0036 4/2014 Price Overview 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. Pricing Conditions This offer is valid for 30 days. Schedule Proposal Proper scheduling enables smooth, safe and on time installation. This proposal is based on the assumption that KONE is able to use our standard installation method. All work to be performed during normal business hours, excluding IUEC holidays (OT will be additional cost). Based on the information known at the Tender stage, we propose the following; schedule: Contract Review 0 weeks Approval of Submittals`TBD Manufacturing and Delivery INotice to commence on site and Site Check 'Installation Testing and Commissioning (customer contingent) 20 weeks 2 weeks 30 weeks or '16 weeks per car 1 weeks (From receipt of full contract package. EVERY referenced document required. :Mutually agreeable time to incorporate changes to the layout and approve the submittals. Submittal Approval means notification in writing that all submittals are approved and 'manufacturing can commence. All finishes and features are to be decided at the time of submittal approval. From receipt of submittal approval and an executed contract. KONE's policy is NOT to release equipment to Manufacturing until the contract is fully executed by both parties. Note: Our factory has 2 week shutdown over the months of July and December. Any manufacturing duration that falls during these months shall add 2 weeks to the manufacturing time. Site Check will be performed in the 2 weeks before 'installation begins. Only after the site has passed the Site Check inspection, the installation can start. Duration is per elevator. If multiple elevators need to be installed at the same time, a Foreman will be required at additional cost - based on availability. Sufficient, clean 3-phase power, active phone line to the controller and all life safety provided by others is needed for testing/commissioning. NSA-00-0036 4/2014 Tender Approval Receiver: Sender: KONE|nc Anneberg 8343154thAve NE Redmond, WA, 8DO63 ]emeo.annaberQ@kone.00m Randy Pitney City ofYakima 128N2ndStreet Yakima, VVA88SO1 We accept the offer constituted by this proposal and agree to the conditions contained therein. Reference Yakima City Hall Equipment -No. Car 1-Passenger Car 2-Jail Solution KONERoGolveController Traction YNXGearless Machines Deflector Sheave ReNovmDoor Equipment Curtain ofLight Door Panels YNiomaUanmoum Layout-Comp|ebm Custom Pushbutton Fixtures New Cab Car sling, platform, and safeties Roller Guides Buffers General Contracting Work Senior Vice President 1/2B/2U21 NEA-00-0036 4/2014 Clarifications Our proposal is based on the following clarifications: • The existing cab and entrance dimensions, which may not meet current ADA or stretcher access rules, will be retained as is. • 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. • Proposal includes a standard one-year warranty. No costs for preventive maintenance services are included in this capital improvement pricing. • 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. 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. If applicable, re -mobilization fees are $4,000 per occurance. • 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. • 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. Price Adjustment: KONE shall be entitled to an equitable adjustment in the Price, including but not limited to, any increased costs of materials, resulting from any change in law (by legislation, executive order, treaty or other similar means), or a change in law that imposes tariffs on raw materials or finished goods. NSA-00-0036 4/2014 Bid Attachment "B" Site Req irenienits / Work by Other Trades The work described below is a summary of work to be performed by others ("Work by Other Trades") that may be required in conjunction with the elevator modernization performed by KONE (the "Work"). Purchaser shall provide any and all building electrical, structural and mechanical system upgrades required for code compliance, life safety, and proper equipment installation and operation. The Authorities Having Jurisdiction (AHJ) may require additional remedial or preparatory work. All required remedial or preparatory work shall be performed by properly licensed trade contractors in compliance with applicable codes and based on a schedule of performance that allows for uninterrupted progress of the Work. Under no circumstances shall KONE be responsible for any cost associated with the performance of remedial work by others. Purchaser shall provide the following unless specifically included in KONE's Work: Electrical • Contractor is responsible for wiring and conduit to telephone room. Owner shall provide emergency telephone line service. Machine Room • Removal of any non -elevator related equipment and materials from within the machine room and proper disposal of oil and other hazardous or non -hazardous substances and materials. Hoistway • Removal of any unforseen non -elevator related equipment and materials from within the hoistway and proper disposal of oil and other hazardous or non -hazardous substances and materials. A means of displacing water located in the pit and containing and disposing of oil, chemicals, and other substances in compliance with environmental laws and regulations (KONE assumes no responsibility for discharge of oil, chemicals, and other substances into storm water systems, sanitary sewer systems, retention ponds, etc.). Access Integration/Security • Card Readers and/or any additional required hardware & software for proper functionality of access control/security system(s) shall be furnished and installed by others. General • Access to the building to perform the Work and for deliveries with dry, protected storage adjacent to the hoistway. • Our tender is based on suitable site conditions, material and tooling storage space, and bathroom access being available on site. NSA-00-0036 4/2014 ACCEPTANCE Service Agreement Effective Date: December 1, 2018 Service Agreement Number: 41675520 The parties to this service agreement agree to the conditions contained herein: Sign fc, or behalf of Pariicipatinq Public Agency (Signature) (Print Name) r nztra.e.y_ (Print tie) Date: Respectfully submitted, KONE Inc. Jim Anneburg (Ap roved By) Authorized Representative Senior Vice President (Title) Date: 01/ 29 / 2021 NSA-00-0036 4/2014 CITY CONTRACT NO; TeX*? -030 RESOLUTION NO* EXHIBIT to ATTACHMENT A: Yakima City Hall — OMNIA - Elevator Modernization Gearless Option 1.7.21 Addition of Venue Clause Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. Insurance coverage shall be increased to meet City of Yakima's required thresholds. Kone shall add this project to the Description of Operations under the attached policy for 2021-22 or may provide a separate certificate with the same limits of coverage. sic©Rd' CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD(YYYY) 1212 20. 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. MMIPt7RTANT: tf the certlllcats hatddr to •n ADD TtY 1 AL tNSURED, thr palky(Irs) must have A( If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain pollcls this 0dr Ilf rota 1b'ea not ctinier eights to the certI I vela 11o1dat In lieu of such endoreement(e1, PRODUCER Aon RIs1( Services Central, Chicago IL Office 200 East Randolph Chicago. IL 60601 WED SURER KONE Inc. pp RCHASIlo, i.r9V. Attn: insurancerequests(�kone.Eo One KONE Court Moline IL 61265 NSVRERF: A© 1166.2 0 proYill Dna or be indorsed. may require an endoraomeni A statement on 0 A la Republic Insurance wOVERAGES CERTIFICATE NUMBER: 56$Tt'154 R VtSlON NUMBER. 24147 N/A THIS IS TO CERTIFY THAT THE POLICIES Olx INSURANCE LISTED SE.LOW l4AVE SEEN 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 15 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS OF INSURANCE 'AOIAUUae- ; OINDOI CFI .._ ,� X, iB1LRD ONO_ ,POLICY maim 1tY1WaG1IYYYYI A COMMERCIAL GENERALLIABILITY ✓ ✓ Y 57732 1/1/2021 A 0-AIMS-MADE ✓ I OCCUR (MIT APPUES PER CT I_J WC AUTOMOBILE uAelulY ANY AUTO OED AAUTOS ONLY HIRED AUTOS ONLY UMBRELLA LUB ,✓ I EXCESS LIAB Imo" I SCHEDULED AUTOS I NON -OWNED I AUTOS ONLY A :'WWtKEREC0IRPENSWTl0H A IANO EMPLOYERS' LABILITY , ANAPROPRIETORrPARTNER,EXECUTN E OE FICER1MEMBER EXCLU DED7 I (Mandarory M NHI I II Yee desnbe under .T scant TIOH OF OPERATIONS Nor Other Policies YrrNN IIN I NIA MWTB 20018 LIMITS 1l1/2022 EACH OCCURRENCE 11090000D,--.._- j-37g2iISITO-mint'-_.,,�..� 88.08.889,iEs.ors ewer .r s 10.D90.Q04 MED EXP IAny one demor)_._ _t— r PERSONAL 6AOV INJURY 010 000 000 GENERAL AGGREGATE 110.000.000 PRODUCTS •COMPfDPAGO 310.000,000 1/1/2021 ; 1/1/2022 ,16-683-331-8 1 /1 /2021 12/31/2021 Producer Aon Finland Oy ✓ 1lIWC 11'5307 /3(AOSI IMWXS 822 13 (OH) 1/1r2021 1/12021 1/1(2022 1/1/2022 VEEaacaden rNf>i.'E i.rbldT S2 000,000 BODILY INJURY (Per person) 1 BODILY INJURY (Per aaldan)t 1 LPerefmVektU _ ... .... "-' OCCURRENCE 310,000,000 REGATE ....:.._. 5 $ 10, 90 090 s LE T T ._l 1 E L EACH ACCIDENT h E L D1$EA$E EA EMPLRYE_E F L (DISEASE •POLICY LIMIT( See Schedule 0t itherrdhcc DESCRIPTION OP OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101, Adduonal Remarks Schedule, may be eMched If more space le required) 520 - Project/Location: Yakima City Ha0 & Police Department Yakima WA 4 Other partied as required by contract are lilted as ar Spill nal insured t0 the d other par lies ad required by contract ere listed as Additional Insured for completed ope tl be maintained per Ole loans of the contract.. Applies on a Primary and Non•COnt anted to the etaOnt required by conuacl, Cily el Yakima named as additional fnsu Awa( CERTIF.!, O City of Yakima 129 N 2nd Street Yakima WA 98901 CANCELLATION 1e of the contract as only to the extent of the terms dry Basis. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �L.Tilr�w�r Ake. Aon Risk Servlces Central, Inc. 1100e-2015 ACOR ACORD 28 (2016/03) The ACORD name and logo BIT registered marks of ACORD 189%151 t T00-U,S. 121/22 TL AL 23 HC IU': PaLiey ,TT.AduTel I Ai*aa s,ha.:-xe her 112/9,292C 11,15.15 PM (CST) I Page 1 et 9 This certificate cenael8 and Supersedes ALL previously .78ued certificated. CORPORATION. All rights reserved. IL 10 (12/06) OLD REPUBLIC INSU NCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Name of Person(s) or OrganIzatIon(s): All Persons or Organizations as Required by Written Contract. Wth respect to COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured is changed with the addition of the following: Each person or organization shown in the Schedule for whom you are doing work is an "insured. But only for "bodily injury" or "property damage that results from the ownership, maintenance or use of a covered "auto by: 1. You; 2. an "employee" of yours; or 3. anyone who drives a covered "auto" with your permission or with the permission of one of your "employees". However, the Insurance afforded to the person or organization shown in the Schedule shall not exceed the scope of coverage and/or limits of this policy. Not withstanding the foregoing sentence, in no event shall the insurance provided by this policy exceed the scope of coverage and/or limits required by the contract or agreement. PCA 001 10 13 MO'1:54 I 000-V,5. 2.krzi go-T P r,,LN certificale renceis and mup.kraedeM '")" Oireli2b21 JOIS, 2 of 9 THIS FORM IS NOT APPLICABLE IN: MA IL 10 (12/06) OLD REPUBLIC INSURANCE CO PANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, WAIVER OF T NSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Name of Person or Organization: All Persons or Organizations as Required by Contract or Agreement. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) The Transfer Of Rights Of Recovery Against Others To Us Condition is changed by adding the following: We waive any right of recovery we may have against the person(s) or organization(s) shown in the Schedule because of payments we make for injury or damage. This waiver applies only to the person or organization shown in the Schedule. PCA 024 10 13 Page 1 of 1 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - O NERS, LESSEES OR CONT CTORS - CO PLETED OPERATIONS This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or O_yr anization(s) As Required by Written Contract unless specifically endorsed on another endorsement attached to this poNcy. Location And Description Of Comple On File With Company Information required to complete this Schedule, If not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. include as an additional insured the person(s) or organizatton(s) shown in the Schedule, but only with respect to liability for "bodily injury' or 'property damage' caused, in whole or In part, by "your work" at the location designated and described in the Schedule of this endorsement' performed for that additional insuredand included in the "products -completed •. =tions hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, the following; is added to Section Ill — Limits Of Insurance: tf overage provided to the additional insured required by a contract or agreement, the most we will pay on behalf of the additional insured Is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not Increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 m Insurance Services Office, Inc., 2012 50471.154 I 000rU.S. T'drf'2 GL All %S bre flQ'P Thin certificate rannoin .and nuperaeddn c: ^`M 'M1^:dL'179�2020 0ii0ii2tiI, JO 4 of 9 Page 1 of 1 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AIVER OF TANSF R OF RIGHTS OF ' COVERY AGAINST OTHERS TO US ( AIVER OF SU = ROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(e): All Persons or Organizations as required by Written Contract or Agreement o ation re Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer f Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery against the person(s) or organizatlon(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the Insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. ® Insurance Services •, ce, Inc., 2018 Page 1 of 1 aariasa ®ao-u.s. i zarza c nu xs we 'or *, ' i "` P IVIIIII (enazo 01/0111b21'!0i 01 'i"Y .Sa. cextifieatc cnncela and aupee aedi:�t. ' � �, a ,, ,wa] a „ �, 2 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This Insurance is primary to and will not seek contrfoution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution treat any other Insurance available to the additional insured. CG 20 011219 Insurance Services 'ce, Inc., 2018 4,111242?-A,1 gpt.g,W0 uftv, 9,/.2020 alieviablf .1047triv or 9 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 000313 POLICY NUMBER: WIC 115397 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Sch yule. (This ag F:ment apples only to the extent that you perform work under a written contract that requi =. you to obtain (his agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named In the Schedule. SCHEDULE ALL PERSONS OR ORGANIZATIONS AS REQUIRED BY CO ' CT OR AGREEMENT. THIS FORM DOES NOT APPLY IN THE FOLLOWING STATES: CA, KY, NJ, TX, UT KONE INC. MWC115397 13 POLICY TERM: 1/1/21 TO 1/1/22 DATE OF ISSUE: 11-18-20 1B93 National Councll on CompMNtion Inaureneo, 584"JF.tS4 I 40DmU.s. I 1,1„W rz..1v 11 aC ®T V1, 1,1; 11,V V A6mce SP07 .. 020 12,351E9 BM MST{ f F4pa 7 ®G 0 Ra„0..cbrti fieacm eseacala snd ®upesxee�aa AL pt�cv'ioualy imeued u�r uil fii emtmml POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - O NERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE As Requll anoMer er Name Of Additional Insured Person(s) Or OrganIzatlon(s) y endorsed on Location(s) Of Covered Operations On File With Company Information required to complete this Schedule, if not shown above, will be show In the Declarations. CG20100413 :54 I 644-t�. - .`,W G'_,I MS t= Irrr care aEs eae� r,®nceLs anal ;eugrereeG ® Insurance Services ce, Inc., 2012 11n1 PP 02e 01i01 210-104701 Page 1 of 2 A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organlzation(s) shown In the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, In whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent perrnItted by law; and 2. If coverage provided to the additional insured Is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: Page 2 of 2 58971:S4 1306-11.6. aat2a (c. AU XS WC tor This centifacata cancels and suparanden 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has . -n put to es intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section ill — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CD Insurance Services Office, Inc 2012 I ^' in Jai dly t 9 nt 9 CO 20 10 04 13