Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Konecranes Inc; 2025-07-29; MSA25-3868FAC
MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 1 MAINTENANCE SERVICES AGREEMENT FOR ANNUAL CRANE INSPECTION WITH KONECRANES, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2025, by and between the City of Carlsbad, California, a California charter city ("City") and Konecranes, Inc., a Texas corporation ("Contractor"). RECITALS A. City requires the services of a contractor that is experienced with conducting preventative maintenance services, crane certification load testing and component inspections and repairs on Yale hoists and Spanco wall mounted crane systems (“Services”). B. Contractor has the necessary experience in providing services related to crane/hoist safety inspections and certification testing to include the Occupational Safety and Health Administration (OSHA) inspection requirements for overhead crane systems. C. Contractor has submitted a proposal to the City and affirmed its willingness and ability to perform the work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those Services described and delineated in Exhibit “A.” To the extent that any of the terms in the Exhibits(s), including any attachments, conflict with the terms in this Agreement, in whole or in part, the terms of this Agreement control. 2. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written to July 1, 2027. The City Manager may amend the Agreement to extend it for three (3) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 3. COMPENSATION The total fee payable for the Services to be performed will be two thousand one hundred fifty dollars ($2,150), not to exceed, one thousand seven five dollars ($1,075) per agreement year. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed one thousand seventy-five dollars ($1,075) per Agreement year. Payment terms are NET 30 unless provided otherwise in Exhibit “A.” The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 29th July MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 2 specified in Exhibit "A." Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." 4. PUBLIC WORKS 4.1 Prevailing Wage Rates. Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement constitute “public works” under California Labor Code section 1720 et seq. and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 4.2 DIR Registration. California Labor Code section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Agreement to be currently registered with the California Department of Industrial Relations (DIR), as specified in Labor Code section 1725.5. Labor Code section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Agreement, Contractor must furnish City with the subcontractor or subconsultant's current DIR registration number, including submitting the form provided in Exhibit “B.” 5. CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 3 regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 6. BONDS Intentionally Omitted. 7. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 4 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein, Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the cost to defend, shall not exceed the Contractor’s proportionate percentage of fault. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 5 Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 If Contractor maintains higher limits than the minimums shown above, the City requires and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage will be available to the City.” 11.2.4 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 6 maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of four (4) years from the date of final payment under this Agreement. 14. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City: For Contractor: Name Kevin Shotas Name Mr. Andrei Herrera Title Safety Training Center Supervisor Title Field Operations Manager Dept Public Works/Safety Training Center Address 4401 Gateway Blvd Springfield, OH 45502 Address 1635 Faraday Avenue Phone 562-907-8571 Carlsbad, CA 92008 Email andrei.herrera@konecranes.com Phone 442-339-5329 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 15. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 7 16. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 17. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced- clean-fleets. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 8 City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE This Agreement shall be interpreted in accordance with the laws of the State of California without regard to, or application of choice of law principles. Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, California. Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 9 24. NO ATTORNEYS FEES AND COSTS. Except as otherwise specifically provided in this Agreement, if there is any litigation, mediation, arbitration or other dispute resolution proceedings arising out of this Agreement, each Party shall for its own attorney and other professional fees, costs and expenses. 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 26. THIRD PARTY RIGHTS Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. [SIGNATURES ON FOLLOWING PAGE] Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 10 IN WITNESS WHEREOF, the Parties have executed this Agreement on the date first written above. CONTRACTOR KONECRANES, INC., CITY OF CARLSBAD, a municipal corporation of the State of California a Texas corporation By: By: (sign here) Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager Bernard D’Ambrosi, Jr., President ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: Todd Robenson, Vice President & Secretary Assistant/Deputy City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney By: _____________________________ Assistant City Attorney Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 11 EXHIBIT A SCOPE OF SERVICES AND FEE Konecranes, Inc., will perform annual crane inspections for the one-half ton wall mounted Spanco jib crane located at the Carlsbad Safety Training Center, 5750 Orion Street, Carlsbad California, 92010. Inspections will be completed in accordance with Cal/OSHA 29 CFR 1910.179. Annual services will include the following tasks: • Inspect all equipment oil and lube reservoirs levels and report any excessive leakage. • Visually inspect the sheaves, drums, wheels and bearings for general conditions and proper lubrication. • Inspect the wire rope for any signs of kinking, crushing, cutting, bird caging, corrosion or other unusual wear. • Visually inspect the load block and hook for any excessive wear, such as bending, twisting, cracks, grooves, or increased throat opening. • Visually inspect the external parts of the hoists, trolley frames, catwalks, and handrails for loose bolts, broken parts, misalignments, broken welds, or any other unusual conditions. • Check entire unit for smoothness of operation and proper pendant identifications. • Open control boxes and check all contactors, relays, timers, etc., for proper operation, loose or broken connections. • Inspect all safety devices, i.e. limit switches, for proper operation. • Inspect external motors and wiring for wear and deterioration. Check operations of all motors in general. • Inspect general condition of the end stops, rail sweeps, drop lugs, and shock absorbing bumpers. • Visually inspect motor brakes for proper operation or possible need of adjustment or replacement of brake discs, studs, coils, shoes, etc. • Inspection of collector shoes, brushes, or wheels for sign of arcing and or wear. Konecranes, Inc., will provide the Carlsbad Safety Training Center with a Mainman reporting package that contains 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 maximize benefits of this support contract. Equipment List – Includes asset numbers, locations, manufacturers, and serial numbers. Condition Summary – Equipment ranked from best to worst to enable prioritization of repairs and replacement. Planning Overview – Itemizes reported problems by priority. Safety Summaries – Copies of the safety summaries left on site daily during time of the service. Work Orders – Itemizes remaining discrepancies by condition and priority. Description is provided for each item needing attention. Records the date and technician performing the correction when completed. Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 12 Quotations – The cost of repairs required for each piece of equipment. ***Note: Prior to any repairs being conducted, Konecranes, Inc., will notify the city project manager as work may require a separate repair contract. Business Review – Comprehensive review of services provided, related cost analysis, recommended actions and business review approval form. COST OF SERVICES Calendar Year Service Type Units Cost Per Visit Total Cost 2025 Annual Inspection and Load Test with Certification 1 $1,075.00 $1,075.00 2026 Annual Inspection and Load Test with Certification 1 $1,075.00 $1,075.00 TOTAL $2,150.00 Konecranes, Inc., will conduct repairs of crane components if discrepancies are discovered during the annual inspections that would deadline the crane assembly or create a safety hazard. Repairs shall not exceed the limits on the cost of services table above. Any repairs exceeding those listed above will require a separate repair contract. Konecranes, Inc., will provide emergency service support on an as needed basis and/or when contacted by the Carlsbad Safety Training Center. All inspection and repair services are required to be scheduled by contacting the city project manager at 442-339-5329. Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 MSA25-3868FAC City Attorney Approved Version 3/14/2025 Page 13 EXHIBIT “B” DIR CONTRACTOR REGISTRATION CERTIFICATION NAME OF PROJECT: Annual Crane Inspection ________________________ NAME OF CONTRACTOR: Konecranes, Inc. Pursuant to Labor Code Sections 1725.5 and 1771.1, the Contractors and any Subcontractors for this Project must be registered with the Department of Industrial Relations. See Public Works (ca.gov) for additional information. Contractor certifies that it is aware of the registration requirements set forth in Labor Code Sections 1725.5 and 1771.1 and is currently registered as a Contractor with the Department of Industrial Relations. Name of Contractor: Konecranes, Inc. DIR Registration Number: 1000417505 DIR Registration Expiration: June 30, 2027 Contractor further certifies: 1. Contractor shall maintain a current DIR registration for the duration of the Project. 2. Contractor will include the requirements of Labor Code Sections 1725.5 and 1771.1 in any contractor with subcontractors and ensure that all subcontractors are registered at the time of contract award and will maintain registration status for the duration of the Project. Signature: Date: Name: Bernard D’Ambrosi, Jr Title: President Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 6/24/2025 Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 _______, I DATE(MM/DD/YYYY) ACC:,Rc:,® CERTIFICATE OF LIABILITY INSURANCE ~ 09/28/2024 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(ies} 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 this certificate does not confer rights to the certificate holder in lieu of such endorsement(s}. PRODUCER CONTACT Aon Risk services Northeast, NAME: Inc. PHONE (866) 283-7122 I rffc. No.): (800) 363-0105 Columbus OH office (A/C. No. Ext): 8940 Lyra Drive E-MAIL suite 250 ADDRESS: Columbus OH 43240 USA INSURER(S) AFFORDING COVERAGE NAIC# INSURED INSURER A: ACE American Insurance company 22667 Konecranes, Inc INSURER B: ACE Fire underwriters Insurance Co. 20702 4401 Gateway Blvd INSURERC: Indemnity Insurance co of North America 43575 Springfield OH 45502-9339 USA INSURER D: HDI Global Insurance company 41343 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570108611226 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 INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICYEFF POLICY EXP LIMITS LTR INSD WVD CMM/DD/YYYY} CMM/DD/YYYY} D X COMMERCIAL GENERAL LIABILITY GLD5607005 10/01/LUL4 10/01/ LUL5 EACH OCCURRENCE $5,000,000 -D 0occuR SIR applies per policy ter ns & condi ions DAMAGE TO RENTED $100,000 CLAIMS-MADE PREMISES /Ea occurrence) MED EXP (Any one person) $5,000 -PERSONAL & ADV INJURY $5,000,000 -GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $5,000,000 ~ □PRO-DLoc $5,000,000 POLICY JECT PRODUCTS -COMP/OP AGG OTHER: SIR/Deductible $500,000 A AUTOMOBILE LIABILITY ISA Hl1350835 10/01/2024 10/01/2025 COMBINED SINGLE LIMIT $2,000,000 /Ea accident\ -X ANY AUTO BODILY INJURY ( Per person) -OWNED ~ SCHEDULED BODILY INJURY (Per accident) -AUTOS ONLY -AUTOS PROPERTY DAMAGE HIRED AUTOS NON-OWNED (Per accident) -ONLY -AUTOS ONLY D X UMBRELLA LIAB HOCCUR CUD5607105 10/01/2024 10/01/2025 EACH OCCURRENCE $5,000,000 -AGGREGATE $5,000,000 EXCESS LIAB CLAIMS-MADE DED I X !RETENTION $500,000 C WORKERS COMPENSATION AND WLRC72610805 10/01/2024 10/01/2025 X I PER STATUTE I IOTH- EMPLOYERS' LIABILITY Y/N AOS ER B ANY PROPRIETOR/ PARTNER/ EXECUTIVE ~ SCFC7261088A 10/01/2024 10/01/2025 E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) WI E.L. DISEASE-EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS/ VEHICLES (ACORD 101, Addltlonal Remarks Schedule, may be attached If more space Is required) List of Named Insureds in attached Addendum. Cit1 of carlsbad/CMWD is included as additional insured in accordance with the provisions of the general liability policy. Umbre la Liability policy is follow form to the General Liability, Automobile Liability and Employers' Liability policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Carlsbad/CMWD AUTHORIZED REPRESENTATIVE 1635 Faraday Ave. Carlsbad CA 92008 USA ~~B7~cY~~ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD I. a, :E E a, :E I. a, "C 15 ::c co C\J C\J co CX) 0 0 ...... LO 0 z s m () == ~ ~ -~ ~ ~ ~ ~ ~ ;3i ii ii ~ - Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 _______., ACC:,Rc:,® ~ AGENCY AGENCY CUSTOMER ID: 570000061737 LOC#: ADDITIONAL REMARKS SCHEDULE NAMED INSURED Aon Risk Services Northeast, Inc. Konecranes, Inc POLICY NUMBER see certificate Number: 570108611226 CARRIER INAICCODE See Certificate Number: 570108611226 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD25 FORM TITLE: Certificate of Liability Insurance INSURER(S) AFFORDING COVERAGE NAIC# INSURER INSURER INSURER INSURER Page_ of_ ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. POLICY POLICY INSR ADDL SUBR POLICY NUMBER EFFECTIVE EXPIRATION LIMITS LTR TYPE OF INSURANCE INSD WVD DATE DATE (MM/DD/YYYY) (MM/DD/YYYY) WORKERS COMPENSATION A N/A WLRC72610842 10/01/2024 10/01/2025 WC AZ CA MA ACORD 101 (2008/01} © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 AGENCY CUSTOMER ID: 570000061737 LOC#: ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Aon Risk services Northeast, Inc. Konecranes, POLICY NUMBER see certificate Number: 570108611226 CARRIER I NAICCODE see certificate Number: 570108611226 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Named Insured KCI Holding USA, Inc. Konecranes, Inc. MMH Americas, Inc. Konecranes Nuclear Equipment & services, LLC Konecranes Plc Konecranes Finland 0y 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) R&M Materials Handlin~, Inc. Morris Material Handling, Inc. Demag cranes & components corp. Morris Material Handling, Inc. dba Konecranes America R&M Materials Handling, Inc. dba Drivecon Morris Material Handling, Inc. dba Drivecon Inc Page_ of_ ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97t-'011cy Numoer: 1.:iLU ::iou,uu:, Policy Period: 10/01/2024 -10/01/2025 COMMERCIAL GENERAL LIABILITY CG 20 10 1219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ~S REQUIRED BY WRITTEN AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT CONTRACT OR AGREEMENT Information reauired to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(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 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. 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: 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 been put to its 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. CG 20 10 1219 © Insurance Services Office, Inc., 2018 Page 1 of 4 Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 1-'oncy Numoer: 1.:iLU ::iouruu:, Policy Period: 10/01/2024 -10/01/2025 COMMERCIAL GENERAL LIABILITY CG 20 371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED 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 Oraanization{s) Location And Description Of Completed Operations AS REQUIRED BY WRITTEN AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT CONTRACT OR AGREEMENT 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 include as an additional insured the person(s) or organization(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 insured and included in the "products-completed operations 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. B. 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; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 371219 © Insurance Services Office, Inc., 2018 Page 1 of 1 Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 1-'oncy Numoer: 1.:iLU ::iouruu:, Policy Period: 10/01/2024 -10/01/2025 COMMERCIAL GENERAL LIABILITY CG 20 371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED 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 Oraanization{s) Location And Description Of Completed Operations AS REQUIRED BY WRITTEN AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT CONTRACT OR AGREEMENT 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 include as an additional insured the person(s) or organization(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 insured and included in the "products-completed operations 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. B. 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; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 371219 © Insurance Services Office, Inc., 2018 Page 1 of 1 Ho l d e r I d e n t i f i e r : 777 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 7 7 6 1 6 1 6 0 4 5 5 7 1 1 1 0 7 7 7 6 1 7 1 1 6 3 0 4 5 5 7 2 0 7 4 5 3 1 3 6 7 7 2 4 0 6 3 1 0 0 7 3 6 5 0 5 6 6 1 5 7 3 3 0 0 2 0 7 3 6 0 5 5 5 5 3 0 6 6 4 5 0 3 0 7 0 6 2 0 1 1 7 6 6 2 2 1 4 5 7 0 7 0 6 3 3 2 6 5 7 2 1 7 7 7 2 0 0 7 6 3 6 4 0 0 5 3 2 0 1 3 7 1 3 0 7 7 0 4 0 5 5 7 1 2 2 7 4 5 7 0 0 7 6 7 2 7 2 4 2 0 3 5 7 7 2 0 0 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 777 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 3 5 2 5 6 7 7 1 1 5 4 5 6 0 0 0 7 2 2 1 0 1 5 1 6 1 3 7 3 1 3 2 0 7 0 2 3 3 3 6 2 4 3 1 6 2 1 1 1 0 7 0 3 3 3 3 6 2 4 3 0 7 2 0 0 0 0 7 0 2 2 2 2 7 3 4 3 0 7 3 1 0 0 0 7 1 2 2 2 3 6 2 4 3 0 7 3 1 1 1 0 7 1 3 3 3 3 6 3 4 3 1 7 2 1 1 0 0 7 1 2 3 2 3 7 2 5 3 1 7 3 1 0 0 0 7 1 2 2 2 3 7 3 5 2 0 7 2 1 1 0 0 7 7 7 5 6 1 6 3 3 5 1 7 6 5 5 4 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 Ce r t i f i c a t e N o : 57 0 1 0 8 6 1 1 2 2 6 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 09/28/2024 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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 this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. PRODUCER Aon Risk Services Northeast, Inc. Columbus OH Office 8940 Lyra Drive Suite 250 Columbus OH 43240 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 22667ACE American Insurance CompanyINSURER A: 20702ACE Fire Underwriters Insurance Co.INSURER B: 43575Indemnity Insurance Co of North AmericaINSURER C: 41343HDI Global Insurance CompanyINSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: Konecranes, Inc 4401 Gateway BlvdSpringfield OH 45502-9339 USA COVERAGES CERTIFICATE NUMBER:570108611226 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 POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $5,000,000 $100,000 $5,000 $5,000,000 $5,000,000 $5,000,000 $500,000SIR/Deductible D 10/01/2024 10/01/2025 SIR applies per policy terms & conditions GLD5607005 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE(Per accident) X BODILY INJURY (Per accident) $2,000,000A10/01/2024 10/01/2025 COMBINED SINGLE LIMIT (Ea accident) ISA H11350835 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $5,000,000 $5,000,000 $500,000 10/01/2024UMBRELLA LIABD 10/01/2025CUD5607105 RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ERPER STATUTEC10/01/2024 10/01/2025 AOS SCFC7261088AB 10/01/2024 10/01/2025 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WI WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WLRC72610805 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) List of Named Insureds in attached Addendum. City of Carlsbad/CMWD is included as additional insured in accordance with the provisions of the general liability policy. Umbrella Liability policy is follow form to the General Liability, Automobile Liability and Employers' Liability policies. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWD1635 Faraday Ave.Carlsbad CA 92008 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 _____, I ACC:,Rc:>® ~ I -~ □ ~ □ □ - -- -- -,....._ -H I I I I I □ AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: 570108611226 570108611226 Aon Risk Services Northeast, Inc. 570000061737 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # Konecranes, Inc TYPE OF INSURANCE POLICY NUMBER LIMITS WORKERS COMPENSATION A WLRC72610842 10/01/2024 10/01/2025 WC AZ CA MA N/A ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 I I Named Insured AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: Aon Risk Services Northeast, Inc. 570000061737 570108611226 570108611226 Page _ of _ Konecranes, Inc KCI Holding USA, Inc.Konecranes, Inc.MMH Americas, Inc.Konecranes Nuclear Equipment & Services, LLC Konecranes Plc Konecranes Finland Oy 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) R&M Materials Handling, Inc. Morris Material Handling, Inc. Demag Cranes & Components Corp. Morris Material Handling, Inc. dba Konecranes America R&M Materials Handling, Inc. dba Drivecon Morris Material Handling, Inc. dba Drivecon ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 I Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number KCI HOLDING USA, INC. 4401 GATEWAY BLVD SPRINGFIELD OH 45502 Policy Number Symbol: WLR Number: C72610805 Policy Period 10-01-2024 TO 10-01-2025 Effective Date of Endorsement 10-01-2024 Issued By (Name of Insurance Company) INDEMNITY INSURANCE COMPANY OF NORTH AMERICA Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. 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 Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.150(6) of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto) and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto). According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenforceable except that, subject to the Acts, a contract may require waiver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. Authorized Agent WC 00 03 13 (11/05) © Copyright 1983–2017 National Council on Compensation Insurance, Inc. All Rights Reserved. Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 Workers' Compensation and Employers' Liability Policy Named Insured KCI HOLDING USA, INC. 4401 GATEWAY BLVD SPRINGFIELD OH 45502 Endorsement Number Policy Number Symbol: WLR Number: C72610842 Policy Period 10-01-2024 TO 10-01-2025 Effective Date of Endorsement 10-01-2024 Issued By (Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the oolicv number. The remainder of the information is to be comoleted onlv when this endorsement is issued subseauent to the oreoaration of the oolicv. 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 Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.150(6) of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto) and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto). According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenforceable except that, subject to the Acts, a contract may require waiver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. Authorized Agent WC 00 03 13 (11/05) © Copyright 1983-2017 National Council on Compensation Insurance, Inc. All Rights Reserved. Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97 Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number KCI HOLDING USA, INC. 4401 GATEWAY BLVD SPRINGFIELD OH 45502 Policy Number Symbol: SCF Number: C7261088A Policy Period 10-01-2024 TO 10-01-2025 Effective Date of Endorsement 10-01-2024 Issued By (Name of Insurance Company) ACE FIRE UNDERWRITERS INS CO Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. 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 Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.150(6) of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto) and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto). According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenforceable except that, subject to the Acts, a contract may require waiver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. Authorized Agent WC 00 03 13 (11/05) © Copyright 1983–2017 National Council on Compensation Insurance, Inc. All Rights Reserved. Docusign Envelope ID: B0BCC3D4-A585-41A9-962F-01692FAC4B97