Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 52361
CITY SECRETARY CONTRACT NO. J 2 3 C PROFESSIONAL SERVICES AGREEMENT This PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH(the"City"), a home rule municipal corporation situated in portions of Tarrant, Parker, Denton, and Wise Counties, Texas, as executed by Jesus "Jay"Chapa, its duly authorized Assistant City Manager, and Shimadzu Scientific Instruments,Inc.("Vendor"),a Corporation, as executed by Melissa Milstead, its duly authorized General Counsel, each individually referred to as a "party" and collectively referred to as the"parties." CONTRACT DOCUMENTS: The Contract documents shall include the following: 1. This Agreement for Professional Services 2. Exhibit A—Scope of Services and Payment Schedule All Exhibits attached hereto are incorporated herein and made a part of this Agreement for all purposes. In the event of any conflict between the documents,the terms and conditions of this Professional Services Agreement shall control. 1. SCOPE OF SERVICES. Vendor hereby agrees to provide the City with preventative maintenance service for TOC-LCSH, Serial Number H54204900094 and ASI-L Vials, Serial Number H57114900151 Analyzer. Attached hereto and incorporated for all purposes incident to this Agreement is Exhibit "A," Scope of Services, more specifically describing the services to be provided hereunder. Vendor warrants that it will exercise reasonable skill, care and diligence in the performance of its services and will carry out its responsibilities in accordance with customarily accepted professional practices and applicable laws. 2. TERM. This Agreement shall begin on March 21,2019("Effective Date")and shall expire on March 20,2022, unless terminated earlier in accordance with this.Agreement("Initial Term"). City shall have the option,in its sole discretion, to renew this Agreement under the same terms and conditions, for up to four (4) one-year renewal options, at City's sole discretion. 3. COMPENSATION. The City shall pay Vendor in accordance with the fee schedule of Vendor personnel who perform services under this Agreement in accordance with the provisions of this Agreement and Exhibit"A,"—Price Schedule. Total payment made under this Agreement shall be in the amount of Nineteen Thousand One Hundred Eighty-Eight Dollars ($19,188.00). Vendor shall not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expense in writing. OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX 4. TERMINATION. 4.1. Written Notice. The City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever,except as to the portions of the payments herein agreed upon for which funds shall have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date,the City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Vendor and City hereby warrants to each other that Vendor and City have made full disclosure in writing of any existing conflicts of interest related to Vendor's or City's services under this Agreement.In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor or City hereby agrees promptly to make full disclosure to the City or Vendor in writing upon its first knowledge of such conflict. Vendor or City, for itself and its officers, agents and employees, further agrees that it shall treat all information provided to it by the City or Vendor as confidential and shall not disclose any such information to a third party without the prior written approval of the City or Vendor,except to the extent that such disclosure is required by applicable law or court order and then only after prior notice to and consultation with the City or Vendor.Vendor or City shall store and maintain City or Vendor Information in a secure manner and shall not allow unauthorized users to access, modify,delete or otherwise corrupt City or Vendor Information in any way. Vendor or City shall notify the City or Vendor promptly if the security or integrity of any City or Vendor information has been compromised or is believed to have been compromised. 6. RIGHT TO AUDIT. Vendor agrees that the City shall, until the expiration of three(3)years after final payment under this Agreement,have access to and the right to examine at reasonable times copies of any directly pertinent books, documents,papers and records of the Vendor involving transactions relating to this Agreement at no additional cost to the City. Vendor agrees that the City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Vendor at least five (5) business days' advance notice of intended audits. Vendor further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall, until expiration of three (3)years after final payment of the subcontract,have access to and the right to examine at reasonable times copies of any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice of intended audits. The audit rights conferred by this section shall not permit the City to access records related to the pricing of fixed-price or lump sum amounts, the build-up of agreed rates or unit prices, or Vendor's estimating records. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the negligent acts and willful omissions of its officers, agents, servants, employees, contractors and subcontractors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors and subcontractors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. 8. LIABILITY AND INDEMNIFICATION. VENDOR SHALL RELEASE, DEFEND, INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ALL DAMAGES, CLAIMS, LOSSES, DEMANDS, SUITS, JUDGMENTS AND COSTS, INCLUDING REASONABLE ATTORNEY'S FEES AND EXPENSES DIRECTLY RELATED TO THIS AGREEMENT, FOR PERSONAL INJURIES (INCLUDING DEATH) AND THIRD-PARTY PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACT OR WILLFUL OMISSION OF VENDOR,ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS IN THE PERFORMANCE OF SERVICES UNDER THIS AGREEMENT. THE VENDOR SHALL NOT BE OBLIGATED OR LIABLE TO THE CITY FOR ANY CLAIM ARISING IN CONNECTION WITH THIS AGREEMENT EXCEPT ITS OWN NEGLIGENCE THAT IS THE FAULT OF THE VENDOR, AND/OR ITS AGENTS, EMPLOYEES, OR SUBCONTRACTORS, OR OTHERS FOR WHOM VENDOR IS LEGALLY RESPONSIBLE. NOTWITHSTANDING THE FOREGOING, VENDOR AGREES, TO THE FULLEST EXTENT PERMITTED BY LAW, TO INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS, AGENTS AND EMPLOYEES AGAINST COSTS, DAMAGES, OR LOSSES, INCLUDING REASONABLE ATTORNEYS' FEES AND EXPENSES, DIRECTLY RELATED TO THIS AGREEMENT RESULTING FROM CLAIMS BY THIRD PARTIES FOR PERSONAL INJURIES(INCLUDING DEATH)OR PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR WILLFUL OMISSIONS OF VENDOR, ITS OFFICERS, AGENTS, EMPLOYEES,OR SUBCONTRACTORS IN THE PERFORMANCE OF PROFESSIONAL DESIGN AND ENGINEERING SERVICES UNDER THIS AGREEMENT. VENDOR SHALL NOT BE OBLIGATED TO DEFEND OR INDEMNIFY CITY AND ITS OFFICERS, AGENTS AND EMPLOYEES FOR THEIR RESPECTIVE NEGLIGENCE OR WILLFUL OMISSIONS. 9. ASSIGNMENT AND SUBCONTRACTING. Vendor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of the City. If the City grants consent to an assignment, the assignee shall execute a written agreement with the City and the Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement,and Vendor shall have no further liability or obligations under the assigned portion of the Agreement. If the City grants consent to a subcontract, the Vendor shall require such subcontractor to execute a written agreement with the Vendor referencing this Agreement and requiring subcontractor to be bound by duties and obligations substantially similar to those of the Vendor under this Agreement as such duties and obligations may apply to the subcontractor's scope of services.The Vendor shall provide the City with a fully executed copy of any such subcontract upon request,with any financial and proprietary information redacted. 10. INSURANCE. Vendor shall provide the City with certificate(s) of insurance documenting policies of the following coverage limits that are to be in effect prior to commencement of any services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability $1,000,000 Each Occurrence $2,000,000 Aggregate (b) Automobile Liability $1,000,000 Each accident on a combined single limit basis or $250,000 Bodily injury per person $500,000 Bodily injury per occurrence $100,000 Property damage Coverage shall be on any vehicle used by the Vendor, its employees, agents, representatives in the course of the providing services under this Agreement. "Any vehicle" shall be any vehicle owned, hired and non-owned. (c) Worker's Compensation Statutory limits Employer's liability $100,000 Each accident/occurrence $100,000 Disease-per each employee $500,000 Disease-policy limit This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas workers' Compensation Act(Art. 8308— 1.01 et seq., Tex. Rev. Civ. Stat.) and policy limits for Employers' Liability of $100,000 each accident/occurrence,$500,000 bodily injury disease policy limit and$100,000 per disease per employee. (d) Professional Liability(Errors&Omissions) $1,000,000 Each Claim Limit $1,000,000 Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made, and maintained for the duration of the contractual agreement and for two(2)years following completion of services provided.An annual certificate of insurance shall be submitted to the City to evidence coverage. 10.2 Certificates. Certificates of Insurance evidencing that the Vendor has obtained all required insurance shall be delivered to the City prior to Vendor proceeding with any services pursuant to this Agreement.All policies except Workers'Compensation and Professional Liability shall be endorsed to name the City as an additional insured thereon,as its interests may appear. All policies except Professional Liability and Employer's Liability shall contain a Waiver of Subrogation for the benefit of the City of Fort Worth.The term City shall include its employees, officers, officials, agent, and volunteers in respect to the contracted services. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. A minimum of thirty (30) days' notice of cancellation of coverage shall be provided to the City. Ten(10)days' notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Vendor's insurance policies. Notice shall be sent to the Risk Manager,City of Fort Worth, 1000 Throckmorton,Fort Worth, Texas 76102,with copies to the City Attorney at the same address. 10.3 Waiver of Subrogation for PropgM Insurance. The City and Vendor waive all rights against each other and their officers, officials, directors, agents, or employees for damage covered by builder's risk insurance during and after the completion of Vendor's services. If the services result in a construction phase related to the project, a provision similar to this shall be incorporated into all construction contracts entered into by the City, and all construction contractors shall be required to provide waivers of subrogation in favor of the City and Vendor for damage or liability covered by any construction contractor's policy of property insurance, including builder's risk provided by such contractor, if applicable. 11. COMPLIANCE WITH LAWS,ORDINANCES,RULES AND REGULATIONS. Vendor and City agrees to comply with all applicable federal, state and local laws, ordinances, rules and regulations. If the City or Vendor notifies Vendor or City of any violation of such laws,ordinances,rules or regulations, Vendor shall promptly desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Vendor or City, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's or City's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when(1)hand-delivered to the other party, its agents, employees, servants or representatives, (2)delivered by facsimile with electronic confirmation of the transmission, or(3)received by the other party by United States Mail,registered,return receipt requested,addressed as follows: To The CITY: To VENDOR: City of Fort Worth Shimadzu Scientific Instruments, Inc. Attn: Chris Harder, Water Director Attn: Melissa Milstead,General Counsel 200 Texas Street 7102 Riverwood Drive Fort Worth TX 76102-6311 Columbia,MD 21046 Facsimile: (817)392-8654 Facsimile: (410)381-1222 Email: contracts@shimadzu.com 14. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement,the City does not waive or surrender any of its governmental powers. 15. NO WAIVER. The failure of the City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 16. GOVERNING LAW /VENUE. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis of this Agreement,venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 17. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 18. FORCE MAJEURE. The City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement,but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 19. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 20. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. 21. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No extension, modification or amendment of this Agreement shall be binding upon a party hereto unless such extension, modification, or amendment is set forth in a written instrument, which is executed by an authorized representative and delivered on behalf of such party. 22. ENTIRETY OF AGREEMENT. This Agreement contains all of the covenants, statements, representations and promises agreed to by the parties. To the extent of any conflict,this Agreement supersedes the terms,conditions,and representations set forth in the City's Request for Proposals,Vendor's Proposal and revised cost. No agent of either party has authority to make,and the parties shall not be bound by,nor liable for,any covenant,statement,representation or promise not set forth herein. The parties may amend this Agreement only by a written amendment executed by both parties. 23. SIGNATURE AUTHORITY. The person signing this agreement hereby warrants that he/she has the legal authority to execute this agreement on behalf of the respective party,and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The other party is fully entitled to rely on this warranty and representation in entering into this Agreement. 24. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it:(1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel"and"company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor:(1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples this , day of 92019. CITY OF FORT WORTH B � •--- Y Jesus"Jay"Chapa Assistant City Manager Date: `5 -'�? OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX ATTES By: Mary er ? ..�. xl City S retary APPROVED AS TO FORM AND LEGALITY: By: V vW Ad Chris a R. Lopez- ynolds Sr.Assistant City Attorney APPROVAL RRECO ENDED: By: Chris Harder Director, Water No M&C Required Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, inc di ensurin all aerformance and reporting requirements. Name of Emp yee: Patric' Stanley Management Analyst II Title SHIMADZU SCIENTIF2 INSTRUMENTS,INC. By: -V� ;4 "','/ Date: ��OL"M WITNESS: By: OFFICIAL RECORD Print: �•5Sa ��G CITY SECRETARY �W� FT, FORTH,TX EXHIBIT A :D SHIMADZU SERVICE AGREEMENT February 14,2019 Excellence in Science Page 1 SHIMADZU SCIENTIFIC INSTRUMENTS,INC. SA NUMBER 0000078041 9940 W.SAM HOUSTON PKWY S. STE 300 Customer Number W0000689 HOUSTON,TX 77099 Phone: 713-467-1151 Fax: 713-467-1153 Type Quote Location of Equipment Billing Address W0000689 CITY OF FORT WORTH WATER DEPT CITY OF FORT WORTH WATER DEPT 2600 SE LOOP 820 2600 SE LOOP 820 LABORATORY SERVICES LAB SERVICES FORT WORTH,TX 76140-1010 FORT WORTH,TX 76140-1010 Contact: PATTY STANLEY Phone: Model Serial Number CoyffAge Plan Coverage Price TOG-LCSH H54204900094 EXTENDED WARRANTY PLUS $14,448.00 ASI-L for 9 or 40 mL Vials H57114900151 EXTENDED WARRANTY PLUS $3,780.00 (Requires 9 or 40 mL rack) (CONTRACT TRAVEL Travel Zone A(0-100 miles) $960.00 r SUBTOTAL: $19,188.00 DISCOUNT: $0.00 TOTAL PRICE: $19,188.00 PATTY STANLEY 817-392-5906 PATRICIA.STANLEY gFORTWORTHTEXAS.GOV 4 YEARS OF EXTENDED WARRANTY PLUS WITH ANNUAL PAYMENTS 2019:$4,797.00 2020:$4,797.00 2021:$4,797.00 2022:$4,797.00 PRICES WILL REMAIN IN EFFECT FOR 30 DAYS FROM THE QUOTATION DATE REGION EFFECTIVE DATES Purchase Order: 25SCN 3/21/2019 - 3/20/2023 SHIMADZU SCIENTIFIC INSTRUMENTS,INC. CUSTOMER SUBMITTED BY: APPROVED BY: DATE SUBMITTED: TITLE: AUTHORIZED BY: DATE APPROVED DATE AUTHORIZED: NOTE:Please sign and return this quote The description of the terms 6 conditions are provided on the with hard copy of the Purchase Order for processing. attached sheets. Through signature and/or purchase order,buyer agrees to comply with these terms 6 conditions Specifications for Preventative Maintenance for TOC Analyzer 1. Equipment Model and Serial Numbers Name of Analyzer Serial Number ASI-L Serial #H57114900151 TOC-LCSH Serial #H542049000094 2. Shimadzu will provide PM service on the following analyzer models: ASI-L ❑ Check Arm Drive Belt for Wear. ❑ Inspect Grease of Screw Arm Drive ❑ Replace Pump Head for ASI Rinse ❑ Replace Needle ❑ Replace Sample Tubing. ❑ Check Stirrer Option if Installed. ❑ Perform Calibration Curve with Standards TOC-LCSH-CPH ❑ Replace TC Combustion Tube and Catalyst ❑ Replace all O-Rings on TC and IC Injection Assemblies and Test ❑ Replace Syringe ❑ Inspect Syringe Drive Assembly ❑ Replace Eight Port Valve ❑ Replace Halogen Scrubber ❑ Replace TC and IC injection tubing ❑ Inspect all Tubing ❑ Inspect and Clean all Glassware ❑ Inspect and Clean Humidifier and Drain Vessel ❑ Replace IC Reaction Pump Head ❑ Check Flow Rate and Pressure ❑ Check Baseline Position ❑ Replace Dilution Water, Acid ❑ Perform Calibration Curve with Standards DATE(MM/DD/YYYY) ,d►�o CERTIFICATE OF LIABILITY INSURANCE F 05/07/2019 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, Inc. NAME: New York NY Office (AIC No.EXt): (866) 283-7122 A No.: 800-363-0105 One Liberty Plaza E-MAIL p 165 Broadway, Suite 3201 ADDRESS: _ New York NY 10006 USA INSURER(S)AFFORDING COVERAGE NAIC If INSURED INSURERA: TOkio Marine America Insurance Company 10945 Shimadzu Scientific Instruments, Inc. INSURERB: TNUS Insurance Company 32301 Columbia biaeMD 21 46Drive INSURERC: Trans Pacific Ins Co 41238 Columbia MD 21046 USA INSURERD: ACE American Insurance Company 22667 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570076191555 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 POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MWDD/YYYY MMIDD/YYYY LIMITS C X COMMERCIAL GENERAL LIABILITY CPP EACH OCCURRENCE $1,000,000 CLAIMS-MADE X❑OCCUR PREMISES Ea occurrence) $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 ,U GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,OOO m POLICY ❑PRO F_X] JECT LOC PRODUCTS-COMP/OP AGG $1,000,000 0 OTHER: o r A CA6400730-09 01/01/2019 01/01/2020 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) 0 Z OWNED SCHEDULED BODILY INJURY(Per accident) d AUTOS ONLY AUTOS HIRE Per accident D AUTOS NON-OWNED PROPERTY DAMAGE ONLY AUTOS ONLY w $I500 Comp.Ded. X $500 Collision Ded. Medical Payments Lia $5,000 : X * X UMBRELLALIAB X OCCUR CU640073209 01/01/2019 01/01/2020 EACH OCCURRENCE S10,000,000 V EXCESS LIAB CLAIMS-MADE SIR applies per policy terns & conditions AGGREGATE $10,000,000 DED I X RETENTION A WORKERS COMPENSATION AND wc640073309 71/01/2019 01/01/2020 X I STATUTE ORH B EMPLOYERS'LIABILITY YIN WC640073409 01/01/2019 01/01/2020 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000-_ D E&O-MPL-Primary G24578847009 01/01/2019 01/01/2020 Each Claim $2,000,000 Claims Made Deductible $so,000 SIR applies per policy terns & condi ions Aggregate $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Z'r City of Fort Worth is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies where required by written contract. A Waiver of subrogation is granted in favor of City of Fort Worth, its employees, officers, officials, agent and volunteers in accordance with the policy provisions of the General Liability and Automobile 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 Fort Worth AUTHORIZED REPRESENTATIVE Attn: Risk Manager iru 1000 Throckmorton r; Fort Worth TX 76102 USA @1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD A`o CERTIFICATE OF PROPERTY INSURANCE 0TE 5/07/2019 ' 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 CONTACT Aon Risk Services Northeast, Inc. PHONE FAX New York NY office (A/C. No.Ext): C866) 283-7122 wC No) 800-363-0105 One Liberty Plaza E-MAIL do ADORE S: 165 Broadway, Suite 3201 t^ New York NY 10006 USA PRODUCER . 570000038344 CUSTOMER ID If C INSURER(S)AFFORDING COVERAGE NAIC# �p INSURED INSURER A: Trans Pacific Ins CO 41238 d Shimadzu Scientific instruments, Inc. INSURERB: TO io Marine America insurance Company 10945 0 7102 Riverwood Drive INSURERC: Columbia MD 21046 USA INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 5 700 7 6191 5 5 9 REVISION NUMBER: LOCATION OF PREMISES/DESCRIPTION OF PROPERTY(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) 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, r^ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �I rn rLTRB TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION COVERED PROPERTY LIMITS UD DATE(MM/DD/YYYY)DATE (MM/DD/YYYY) X PROPERTY SCP 0110112019 Ol 01 2020 BUILDING O CAUSES OF LOSS DEDUCTIBLES PERSONAL PROPERTY �+ BASIC BUILDING X BUSINESS INCOME Included cc BROAD X EXTRA EXPENSE $1,000,000 UJI m CONTENTS X SPECIAL RENTAL VALUE BLANKET BUILDING Z EARTHQUAKE W BLANKET PERS PROP F WIND V FLOOD X BLANKET BLDG 8 PP $5,000,000 LL H Blkt BBPP Ded cc W U INLAND MARINE TYPE OF POLICY CAUSES OF LOSS POLICY NUMBER NAMED PERILS X CRIME CPP X Forgery or Alteration $50,000 TYPE OF POLICY X Employee Theft $500,000 Crime-Primary X Inside Prem-Money 8 Sec. $1,000 BOILER&MACHINERY/ EQUIPMENT BREAKDOWN $r SPECIAL CONDITIONS/OTHER COVERAGES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Equipment Floater Coverage - $5,000,000 Limit. A Waiver of Subrogation is granted in favor of City of Fort Worth, its employees, officers, officials, agent and volunteers in accordance with the policy provisions of the Property 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 Fort Worth Attn: Risk Manager rockmor ton AUTHORIZED REPRESENTATIVE Fort worth A i`%^y �SttM�OV/��sJLL _ Fort Worth TX 76102 USA ,W/�\{//O/_A_ ,77L/Y)t0Y!•GC/J ©1995-2015 ACORD CORPORATION.All rights reserved. ACORD 24(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000038344 LOC#: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMEDINSURED Aon Risk Services Northeast, Inc. Shimadzu Scientific Instruments, Inc. POLICY NUMBER See Certificate Number: 570076191559 CARRIER NAIC CODE See Certificate Number: 570076191559 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 24 FORM TITLE: Certificate of Property Insurance INSURER(S)AFFORDING COVERAGE NAIC# INSURER INSURER INSURER INSURER If a policy below does not include limit information,refer to the corresponding policy on the ACORD ADDITIONAL POLICIES certificate form for policy limits. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION COVERED PROPERTY LIMITS LTR DATE(MM/DD/YYYY) DATE(MM/DD/YYYY) CRIME A cPP640073109 01/01/2019 01/01/2020 DUtside Prem. S2,000 eductible S250 ACORD 101(2008/01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD