HomeMy WebLinkAboutContract 47842 �Y CITY SECRETARY
CONTRACT NO.
06 PROFESSIONAL PROFESSIONAL SERVICES AGREEMENT
OR��1Y,_ NSF International Strategic Registrations LTD
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, Denton and Wise Counties, Texas, acting by and through Jesus Chapa, its duly
authorized Assistant City Manager, and NSF International Strategic Registrations LTD ("Contractor"),
a Michigan Corporation, 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
3. Exhibit B—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.
Contractor hereby agrees to provide the City with professional services for the purpose of
performing annual independent third party audits of the Fort Worth Biosolids Program and its
Environmental Management System at the Village Creek Water Reclamation Facility to ensure that
Village Creek's Biosolids Program adheres to the standards proscribed by the National Biosolids
Partnership (NBP). Attached hereto and incorporated for all purposes incident to this Agreement is
Exhibit "A,"Statement of Work, more specifically describing the services to be provided hereunder.
2. TERM.
This Agreement shall commence upon execution of contract ("Effective Date") and shall expire
one (1) year from date of execution, unless terminated earlier in accordance with the provisions of this
Agreement. The City shall have the option, in its sole discretion, to renew this Agreement under the
same terms and conditions, for up to five(5)one-year options, each a renewal period.
3. COMPENSATION.
The City shall pay Contractor an amount not to exceed $11,000.00 per year, including each of the
five (5) renewal terms, in accordance with the provisions of this Agreement and the Payment Schedule
attached as Exhibit"B", which is incorporated for all purposes herein, subject to appropriation of sufficient
funds by the City Council. Contractor shall not perform any additional services for the City not specified by
this Agreement unless the City requests and approves in writing the additional costs for such services.
The City shall not be liable for any additional expenses of Contractor not specified by this Agreement
unless the City first approves such expenses in writing.
4. TERMINATION.
4.1. Convenience.
The City may terminate this Agreement at any time and for an reason by roviding th
other party with 30 days'written notice of termination.
OFFICIAL RECORD
CITY SECRETARY
FT.WORTH; TX
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 Contractor 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 have been appropriated.
4.3 Breach.
Subject to Section 29 herein, either party may terminate this Agreement for breach of
duty, obligation or warranty upon exhaustion of all remedies set forth in Section 29.
4.4 Duties and Obligations of the Parties.
In the event that this Agreement is terminated prior to the Expiration Date, the City shall
pay Contractor for services actually rendered up to the effective date of termination and
Contractor 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. Upon termination of this
Agreement for any reason, Contractor shall provide the City with copies of all completed or
partially completed documents prepared under this Agreement. In the event Contractor has
received access to City information or data as a requirement to perform services hereunder,
Contractor shall return all City provided data to the City in a machine readable format or other
format deemed acceptable to the City.
5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION.
5.1 Disclosure of Conflicts. Contractor hereby warrants to the City that Contractor has made
full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services
under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this
Agreement, Contractor hereby agrees immediately to make full disclosure to the City in writing.
5.2 Confidential Information. Contractor, for itself and its officers, agents and employees,
agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any
such information to a third party without the prior written approval of the City.
5.3 Unauthorized Access. Contractor shall store and maintain City Information in a secure
manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City
Information in any way. Contractor shall notify the City immediately if the security or integrity of any City
information has been compromised or is believed to have been compromised, in which event, Contractor
shall, in good faith, use all commercially reasonable efforts to cooperate with the City in identifying what
information has been accessed by unauthorized means and shall fully cooperate with the City to protect
such information from further unauthorized disclosure.
6. RIGHT TO AUDIT.
Contractor agrees that the City shall, until the expiration of three (3) years after final payment
under this contract, or the final conclusion of any audit commenced during the said three years, have
access to and the right to examine at reasonable times any directly pertinent books, documents, papers
and records of the Contractor involving transactions relating to this contract at no additional cost to the
City. Contractor agrees that the City shall have access during normal working hours to all necessary
Contractor 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 Contractor reasonable
advance notice of intended audits.
Professional Services Agreement—NSF International Strategic Registrations Page 2 of 14
Contractor 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, or the final conclusion of any audit commenced during the said three years
have access to and the right to examine at reasonable times 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.
7. INDEPENDENT CONTRACTOR.
It is expressly understood and agreed that Contractor shall operate as an independent
contractor as to all rights and privileges and work performed under this agreement, and not as agent,
representative or employee of the City. Subject to and in accordance with the conditions and provisions
of this Agreement, Contractor shall have the exclusive right to control the details of its operations and
activities and be solely responsible for the acts and omissions of its officers, agents, servants,
employees, contractors and subcontractors. Contractor acknowledges that the doctrine of respondeat
superior shall not apply as between the City, its officers, agents, servants and employees, and Agency,
its officers, agents, employees, servants, contractors and subcontractors. Contractor further agrees that
nothing herein shall be construed as the creation of a partnership or joint enterprise between City and
Agency. It is further understood that the City shall in no way be considered a Co-employer or a Joint
employer of Contractor or any officers, agents, servants, employees or subcontractors of Agency.
Neither Agency, nor any officers, agents, servants, employees or subcontractors of Contractor shall be
entitled to any employment benefits from the City. Contractor shall be responsible and liable for any and
all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees
or subcontractors.
8. LIABILITY AND INDEMNIFICATION.
A. LIABILITY - CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL
PROPERTY LOSS, PROPERTY DAMAGE ANDIOR PERSONAL INJURY, INCLUDING DEATH, TO
ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO
THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR
INTENTIONAL MISCONDUCT OF AGENCY, ITS OFFICERS, AGENTS, SERVANTS OR
EMPLOYEES.
B. INDEMNIFICATION - CONTRACTOR HEREBY COVENANTS AND AGREES TO INDEMNIFY,
HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND
EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR
CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS
(INCLUDING ALLEGED DAMAGE OR LOSS TO AGENCY'S BUSINESS AND ANY RESULTING
LOST PROFITS) ANDIOR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS,
ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY
THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF AGENCY, ITS OFFICERS,
AGENTS, SERVANTS OR EMPLOYEES.
9. ASSIGNMENT AND SUBCONTRACTING.
Contractor 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 Contractor under which the assignee
agrees to be bound by the duties and obligations of Contractor under this Agreement. The Contractor and
Assignee shall be jointly liable for all obligations of the Contractor under this Agreement prior to the
effective date of the assignment. If the City grants consent to a subcontract, the subcontractor shall
execute a written agreement with the Contractor referencing this Agreement under which the
Professional Services Agreement—NSF International Strategic Registrations Page 3 of 14
subcontractor shall agree to be bound by the duties and obligations of the Contractor under this
Agreement as such duties and obligations may apply. The Contractor shall provide the City with a fully
executed copy of any such subcontract.
10. INSURANCE.
Contractor shall provide the City with certificate(s) of insurance documenting policies of the
following minimum coverage limits that are to be in effect prior to commencement of any work pursuant
to this Agreement:
10.1 Coverage and Limits
(a) Commercial General Liability
$1,000,000 Each Occurrence
$1,000,000 Aggregate
(b) Automobile Liability
$1,000,000 Each occurrence on a combined single limit basis
Coverage shall be on any vehicle used by the Agency, 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 minimum 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 General Requirements
(a) The commercial general liability and automobile liability policies shall name the City as an
additional insured thereon, as its interests may appear. The term City shall include its
employees, officers, officials, agents, and volunteers in respect to the contracted services.
(b) The workers' compensation policy shall include a Waiver of Subrogation (Right of
Recovery) in favor of the City of Fort Worth.
Professional Services Agreement—NSF International Strategic Registrations Page 4 of 14
(c) A minimum of Thirty (30) days notice of cancellation or reduction in limits of coverage
shall be provided to the City. Ten (10) days notice shall be acceptable in the event of
non-payment of premium. 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.
(d) The insurers for all policies must be licensed and/or approved to do business in the State
of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key
Rating Guide, or have reasonably equivalent financial strength and solvency to the
satisfaction of Risk Management. If the rating is below that required, written approval of
Risk Management is required.
(e) Any failure on the part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirement.
(f) Certificates of Insurance evidencing that the Contractor has obtained all required
insurance shall be delivered to the City prior to Contractor proceeding with any work
pursuant to this Agreement.
11. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS.
Contractor agrees that in the performance of its obligations hereunder, it will comply with all
applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces
in connection with this agreement will also comply with all applicable federal, state and local laws,
ordinances, rules and regulations. If the City notifies Contractor of any violation of such laws, ordinances,
rules or regulations, Contractor shall immediately desist from and correct the violation.
12. NON-DISCRIMINATION COVENANT.
Contractor, for itself, its personal representatives, assigns, subcontractors and successors in
interest, as part of the consideration herein, agrees that in the performance of Contractor'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. If any claim arises from an alleged violation of this non-
discrimination covenant by Agency, its personal representatives, assigns, subcontractors or successors in
interest, Contractor agrees to assume such liability and to indemnify and defend the City and hold the City
harmless from such claim.
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 Contractor:
City of Fort Worth Jeanette Halliday
Attn: Jesus Chapa, Assistant City Manager 789 N Dixboro Road
1000 Throckmorton Ann Arbor, MI 48105
Fort Worth TX 76102-6311
Facsimile: (817) 392-8654
With Copy to the City Attorney
At same address
Professional Services Agreement—NSF International Strategic Registrations Page 5 of 14
14. SOLICITATION OF EMPLOYEES.
Neither the City nor Contractor shall, during the term of this Agreement and additionally for a
period of one year after its termination, solicit for employment or employ, whether as employee or
independent Agency, any person who is or has been employed by the other during the term of this
agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this
provision shall not apply to an employee of either party who responds to a general solicitation of
advertisement of employment by either party.
15. GOVERNMENTAL POWERS/IMMUNITIES
It is understood and agreed that by execution of this Agreement, the City does not waive or
surrender any of its governmental powers or immunities.
16. NO WAIVER.
The failure of the City or Contractor 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 Agency's
respective right to insist upon appropriate performance or to assert any such right on any future occasion.
17. GOVERNING LAW/VENUE.
This Agreement shall be construed in accordance with the laws of the State of Texas. If any
action, whether real or asserted, at law or in equity, is brought pursuant to 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.
18. 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.
19. FORCE MAJEURE.
The City and Contractor 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, 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.
20. HEADINGS NOT CONTROLLING.
Headings and titles used in this Agreement are for reference purposes only, shall not be deemed
a part of this Agreement, and are not intended to define or limit the scope of any provision of this
Agreement.
21. 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.
22. AMENDMENTS.
No amendment of this Agreement shall be binding upon a party hereto unless such amendment is
Professional Services Agreement—NSF International Strategic Registrations Page 6 of 14
set forth in a written instrument, which is executed by an authorized representative of each party.
23. ENTIRETY OF AGREEMENT.
This Agreement, including the schedule of exhibits attached hereto and any documents
incorporated herein by reference, contains the entire understanding and agreement between the City
and Agency, their assigns and successors in interest, as to the matters contained herein. Any prior or
contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with
any provision of this Agreement.
24. COUNTERPARTS.
This Agreement may be executed in in one or more counterparts and each counterpart shall, for
all purposes, be deemed an original, but all such counterparts shall together constitute one and the same.
An executed Agreement, modification, amendment, or separate signature page shall constitute a duplicate
if it is transmitted through electronic means, such as fax or e-mail, and reflects the signing of the
document by any party. Duplicates are valid and binding even if an original paper document bearing each
party's original signature is not delivered.
25. WARRANTY OF SERVICES.
Contractor warrants that its services will be of a professional quality and conform to generally
prevailing industry standards. City must give written notice of any breach of this warranty within thirty(30)
days from the date that the services are completed. In such event, at Agency's option, Contractor shall
either (a) use commercially reasonable efforts to re-perform the services in a manner that conforms with
the warranty, or(b) refund the fees paid by the City to Contractor for the nonconforming services.
26. MILESTONE ACCEPTANCE.—Intentionally Deleted.
27. NETWORK ACCESS. — Intentionally Deleted.
28. IMMIGRATION NATIONALITY ACT.
The City of Fort Worth actively supports the Immigration & Nationality Act (INA) which includes
provisions addressing employment eligibility, employment verification, and nondiscrimination. Contractor
shall verify the identity and employment eligibility of all employees who perform work under this
Agreement. Contractor shall complete the Employment Eligibility Verification Form (1-9), maintain
photocopies of all supporting employment eligibility and identity documentation for all employees, and
upon request, provide City with copies of all 1-9 forms and supporting eligibility documentation for each
employee who performs work under this Agreement. Contractor shall establish appropriate procedures
and controls so that no services will be performed by any employee who is not legally eligible to perform
such services. Contractor shall provide City with a certification letter that it has complied with the
verification requirements required by this Agreement. Contractor shall indemnify City from any penalties or
liabilities due to violations of this provision. City shall have the right to immediately terminate this
Agreement for violations of this provision by Agency.
29. INFORMAL DISPUTE RESOLUTION.
Except in the event of termination pursuant to Section 4.2, if either City or Contractor has a claim,
dispute, or other matter in question for breach of duty, obligations, services rendered or any warranty that
arises under this Agreement, the parties shall first attempt to resolve the matter through this dispute
resolution process. The disputing party shall notify the other party in writing as soon as practicable after
discovering the claim, dispute, or breach. The notice shall state the nature of the dispute and list the party's
specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both parties shall
commence the resolution process and make a good faith effort, either through email, mail, phone
Professional Services Agreement—NSF International Strategic Registrations Page 7 of 14
conference, in person meetings, or other reasonable means to resolve any claim, dispute, breach or other
matter in question that may arise out of, or in connection with this Agreement. If the parties fail to resolve the
dispute within sixty (60) days of the date of receipt of the notice of the dispute, then the parties may submit
the matter to non-binding mediation in Tarrant County, Texas, upon written consent of authorized
representatives of both parties in accordance with the Industry Arbitration Rules of the American Arbitration
Association or other applicable rules governing mediation then in effect. The mediator shall be agreed to by
the parties. Each party shall be liable for its own expenses, including attorney's fees; however, the parties
shall share equally in the costs of the mediation. If the parties cannot resolve the dispute through mediation,
then either party shall have the right to exercise any and all remedies available under law regarding the
dispute. Notwithstanding the fact that the parties may be attempting to resolve a dispute in accordance
with this informal dispute resolution process, the parties agree to continue without delay all of their
respective duties and obligations under this Agreement not affected by the dispute. Either party may,
before or during the exercise of the informal dispute resolution process set forth herein, apply to a court
having jurisdiction for a temporary restraining order or preliminary injunction where such relief is
necessary to protect its interests.
30. 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. Each party is fully entitled to rely on
these warranties and representations in entering into this Agreement or any amendment hereto.
31. OWNERSHIP OF WORK PRODUCT.
City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and
documentation, created, published, displayed, and/or produced in conjunction with the services provided
under this Agreement, collectively, "Work Product" Further, City shall be the sole and exclusive owner of
all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product.
Ownership of the Work Product shall inure to the benefit of the City from the date of conception, creation
or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each
copyrightable aspect of the Work Product shall be considered a "work-made-for-hire" within the meaning
of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is
not considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended,
Contractor hereby expressly assigns to City all exclusive right, title and interest in and to the Work
Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other
proprietary rights therein, that the City may have or obtain, without further consideration, free from any
claim, lien for balance due, or rights of retention thereto on the part of the City.
[Signature page follows]
Professional Services Agreement—NSF International Strategic Registrations Page 8 of 14
Executed in multiples this the
G�kday of 2016.
ACCEPTED AND AGREED:
CITY OF FORT WORTH: NSF International Strategic Registrations LTD
By: �- -"z%4 By: /&"eL�Lxj / ��� —
esus Chapa Name:
Assistant City Manager Title: 6!n /GFv/T�c�r1�-cc
/ c
Date: �-'C Date: /Pf-'1
ATTEST: 00
By: : A.g %
M ry K, s V$ °-
City Sec etary $
APPROVED AS TO FORM ANq LE LI ,r
By.
Name: ltej"
Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: N/A
1295 Form: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Professional Services Agreement—NSF International Strategic Registrations Page 9 of 14
EXHIBIT A
SCOPE OF SERVICES
The Contractor shall perform annual independent third-party audits of the Fort Worth Biosolids
Program and its Environmental Management System (EMS)at the Village Creek Water
Reclamation Facility. Specifically, perform verification and interim EMS audits to ensure that
Village Creek's Biosolids Program adheres to the standards proscribed by the National Biosolids
Partnership (NBP). This includes the following items:
• Conduct annual biosolids EMS audits using the protocols described in the NBP Audit
Guidance Document(Auditor Guidance), as amended and posted at
www.wef.org/biosolids/.
• Two weeks prior to each audit, develop and submit to the City an audit plan based on a
scope of services consistent with the NBP audit requirements as well as a cost schedule
for those activities. At a minimum the audit plan shall include an agenda, schedule,
names and titles of the Audit Team, and list of materials to be made available during the
site visit.
• Provide a Lead EMS Auditor(Lead Auditor)who is an employee or subcontractor of the
Audit Contractor. This individual must be certified by the NBP for performing EMS audits
and have at least five(5)years of experience as a Lead Auditor of NBP certified EMS
programs.Auditor must have experience with biosolids regulatory standards as
established by the Environmental Protection Agency(EPA)and the Texas Commission
on Environmental Quality(TCEQ).
• Lead Auditor must have experience performing EMS audits of NBP certified biosolids
programs that have the following components:
• Performs Class A Biosolids Land Application (as defined by EPA);
• Utilizes third-party contractors as a part or all of the solids handling process,
including biosolids dewatering, transportation and land application;
• Utilizes anaerobic digestion as part of the solids treatment process;
• Produces energy from onsite processes, including but not limited to methane
production from anaerobic digesters; receiving high strength wastes to boost
methane gas production in digesters; utilizing gas and steam turbines to
generate electricity and utilization of heat recovery systems; and
• Production and distribution of reclaimed water(Type I and II as defined by the
TCEQ)
• The audit team, including the Lead Auditor, shall conduct on-site annual audits that
examine the effectiveness of the EMS program.
• The Lead Auditor shall prepare a working audit summary with preliminary findings based
on information discovered during the audit process. This audit summary shall be submitted
to the City within two (2)weeks of completion of the on-site portion of the audit.
• On a mutually-agreed upon schedule, the Lead Auditor shall prepare a final draft audit
report for submittal to the City for review and comment.
• The Contractor shall submit the final audit report[including City's comments]first to the
City and, upon consent, to NBP.
Professional Services Agreement—NSF International Strategic Registrations Page 11 of 14
• The Contractor shall review and comment on the City's corrective action plans for any non-
conformances identified during the Audit and at the next scheduled third-party audit review
the effectiveness of the corrective actions pursuant to the most current Auditor Guidance.
• All documents and data prepared or furnished by Contractor and Contractor's independent
professional associates and subcontractors are instruments of service in respect to the
scope of service.The City shall retain the ownership and property interest of the
deliverables therein.The City shall have the right to use and may make and retain copies
of such documents and data; however, Contractor does not warrant or represent such
documents and data are appropriate for reuse on other projects by City or by others. As far
as is reasonably and lawfully practicable, and at the City's sole discretion, the City shall
make available specific documents as requested by the Audit Contractor.
• Contractor shall perform all work and services hereunder as an independent contractor and
not as an officer, agent or employee of the City. Audit Contractor shall have exclusive
control of, and the exclusive right to control, the details of the work performed hereunder
and all persons performing same and shall be solely responsible for the acts and omissions
of its officers, agents, employees and subcontractors. Nothing herein shall be construed as
creating a partnership or joint venture between the City and the Audit Contractor, its
officers, agents, employees and subcontractors; and the doctrine of respondeat superior
shall have no application as between the City and the Audit Contractor.
Professional Services Agreement—NSF International Strategic Registrations Page 12 of 14
EXHIBIT B
PAYMENT SCHEDULE
Por tach Vertficaflon or Re-verification) Audit
Activity Audit Other
Time Costs
INITIAL PREP RATION AND REVIEW
A121211callon - 450
BMS monuol review, scheduling, preparations and Cl
coordination Q auditor for 0.5 dna
ON SITE - 'ERIFI ATIO AUDIT
Office Audit review corrective actions and 650
implementation 1 auditor for 0.5 days)
Treatment and blosollds application sites $1,950
evaluations 1 auditor for 1.5 audit days)
Comprehensive manual element reviews (3 auditor $1,951
for I Z do
Evaluation of Goals, Objectives and Outcomes (1 50
auditor for 0,5 day§)
-Auditor Travel Time 610
Auditors travel expenses will be billed of cast $1,650
estimate
REPORT PREPARATION
Report preparation, coordination and preliminary 000
corrective taction review auditor for 1.0 day
Total mw $2,700
Note: review of corrective Fans,if needed wall be chorged of,S162.50ihour
Professional Services Agreement—NSF International Strategic Registrations Page 13 of 14
EXHIBIT B
PAYMENT SCHEDULE
For Each Interim Audit
Activity Audit Time Otlier Costs
Initial Preparation and Regie ►
EMS manual review, scheduling, preparation, and 650
coordination t audltar for 0.5 days)_,
note Interim,audit
Office Audit- review corrective actions 650
auditor for 0.5 das
Treat nt/blosoilds/appliaa-loo.site evaluation 1 1,300
auditor for 1 da
------
Manual element reviews 1 auditor for J.0 days 1,300
Evaluation of Goals/Objectives/Outcomes 1 650
auditor for Q6 da
Auditor TravgI Tiro 60
Auditor's travel expenses will be billed at cost 1,650 _
stirs ato
Re art Preparation
aratior
Report i reparation and Coordination 1 auditor 1,301
for 1 da
Total IS 5,850 Z250
Note: i%evlew of corrective pions,if needed.will be charged at$162„ 1hour
TOTAL ANNUAL COST:
Term 1: Verification Audit $9,850.00
*Corrective Plans, if needed $1,000.00
Total Annual Cost Not to Exceed: $10,850.00
Renewal 1: Interim Audit $8,100.00
*Corrective Plans, if needed $1,000.00
Total Annual Cost Not to Exceed: $9,100.00
Renewal 2: Interim Audit $8,100.00
*Corrective Plans, if needed $1,000.00
Total Annual Cost Not to Exceed: $9,100.00
Renewal 3: Interim Audit $8,100.00
*Corrective Plans, if needed $1,000.00
Total Annual Cost Not to Exceed: $9,100.00
Renewal 4: Interim Audit $8,100.00
*Corrective Plans, if needed $1,000.00
Total Annual Cost Not to Exceed: $9,100.00
Professional Services Agreement—NSF International Strategic Registrations Page 14 of 14
,
Search Results I System for Award Management Page 1 of 1
USER NAME PASSWORD
Forgot Usemame? Foraot Password?
Create an Account
Search Results
Current Search Terms: NSF* international* strategic* registrations* LTD*
Notice:This printed document represents only the first page of your SAM search results.More results may be available.To Glossary
print our complete search results ou can download the PDF and print it
No records found for current search.
Search
Results
Entity
Exclusion
Search
Filters
By Record
Status
By
Functional
Area-Entity
Management
By
Functional
Area-
Performance
Information
SAM I System for Award Management 1.0 IBM v1.P.46.20160226-1435
WWW7
Note to all Users:This is a Federal Government computer
system.Use of this system constitutes consent to monitoring at all
times.
AP 114S US
sa
https://www.sam.gov/portal/SAM/?navigationalstate=JBPNS_rOOABXdcACJgYY,ZheC5... 5/20/2016