You are on page 1of 9

REV.

09/09/09

ITEM NO.

DEKALB COUNTY
BOARD OF COMMISSIONERS

HEARING TYPE
Action

ACTION TYPE

BUSINESS AGENDA / MINUTES

MEETING DATE:

SePtember 23,2014

SUBJECT: Purchases

DEPARTMENT:

PurchasingandContracting

PHONE'

PAGES:
9 19/14 Substitute CO3 presented
PI]RPOSE:

HEARING: tr YE,S

INFORMATION
CONTACT:

ATTACHMENT: X YES E] NO

Deferred

PUBLIC

NUMBER:

Scott

NO XX

M. Callan, CPSM

Acting Director/Chief
Procurement Officer
@04) 687-3478

16/14

To consider award for purchases as attached.

NEED/IMPACT:
To provide for items and service to carry on the operation of the County. Approval
efficient operation of the County by providing for needs of various departments.

will contribute

to the

RECOMMENpATION(S):
See end of each subject on attached. Unless otherwise noted, the recommended

as having met specifications

firm is low bidder

as

well

Page 15

FOR USE BY COMMISSION OFFICE/CLERK ONLY

{)
ACTIOI!

: 2014-09-23

,ltefn.I3 C03

MOTION was made by Sharon Barnes Sutton, seconded by Stan Watson and passed 5-0-O-0 to
approve substitute C03. Change OrderNo. 1 to ContractNo. 14-902766: Management
Advisory Services (MAS); Request for Proposal No. 13-500275 foruse by the Department of

Watershed Management.

cERrrFiED. SEPSSZ0I4

.,

(DArE).*

fj..rr,,,"",
PRESIDING O

CLERK,

DEKALB COIINTY BOARD OF

DEKALB COTINTY BOARD

COMMISSIONERS

OF COMMISSIONERS

FOR USE BY INTEzuM CHIEF EXECUTIVE OFFICER ONLV

1q201l}
AppRovED: Sf;T

VETOED:

(DArE)
OFFICER

CHIEF EXECUTIVE OFFICER


DEKALB COLINTY

VETO STATEMENT ATTACHED:


(

MINUTES;
FOR:

stan watson, Kathie Gannon, sharon Barnes sutton, Larry Johnson,


Rader

(lr

AGAINST:

None

ABSTAIN:

None

ABSENT:

None

Jeff

Walk on agenda item for the

PURCHASING AND CONTRACTING DEPARTMENT


CO3.

Change Order No. 1 to Contract No. 14-902766:Management Advisory Services


(MAS): Request for ProposalNo. l3-500275 for use by the Department of
Watershed Management. This contract was awarded by the BOC on November

19,2Ol3 for an amount not to exceed $3,415,910.00 and envisions that the
County will issue "Performance Orders" as an implementation tool for process
improvement and cost-savings identified by Veolia and accepted by the County.
The details of the Performance Orders were not specified in the contract, but will be
developed and presented to the BOC for approval. The first three Performance
Orders under the contract are as follows:

Performance Order #1: Wastewater Plant Commodity Savings Program. Veolia


will collaborate with the Department of Watershed Management to implement
process improvements and operating practices expected to yield sustainable and
quantifiable monthly savings in power usage, chemical consumption and sludge
disposal. Veolia will present a recommendation to the Steering Committee for
approval and acceptance of the total savings as identified on the Performance
Order. If approved, Veolia will receive a fee of 50% of the documented savings.
Performance Order #2: Uniform Rental vs. Purchase. Veolia will receive a
monthly fee of 50% of the documented, Steering Committee-accepted cost
savings associated with the rental of uniforms for Department of Watershed
Management employees. The current practice of purchasing and distributing
uniforms several times a year will be abolished. The rented uniforms will also be
cleaned by the selected vendor. This new practice is expected to yield a monthly
clothing and transactional cost savings.
Performance Order #3: Customer Service Transformation. Veolia will
collaborate with the Department of Watershed Management and the Finance
Department to improve DeKalb County's Customer Service (CS)/Call Center
performance. These transformation goals are to reduce the number of abandoned
calls, minimize the average customer hold time, enhance the Interactive Voice
Response (IVR), provide quicker access to customer data, create several means of
paying invoices and improve the Customer Service Representative (CSR)
supervisor's management system. This performance order would require a two
(2) year implementation phase. The cost for the two (2) year implementation is
s596,595.00.

PURCHASING AND CONTRACTING DEPARTMENT


CO3.

Change Order No.

1 to Contract No. 14-902766:Management Advisory Services


(MAS): Request for ProposalNo. l3-500275 (Continued):

Request approval of all three performance orders with:

Veolia Water North America Operating Services, LLC, 101 W. Washington


Street, Suite 1400, East Indianapolis, Indiana 46204
Amount Not To Exceed: $596,595.00 (Performance Order #3)
and authorize the Chief Executive Officer to execute the change order and all
associated documents.

Notes:
1.

LSBE Participation:

2. Department:
3. Contract Description:
4. Contract Effective Date:
5. Contract Expiration Date:
6. Contract Type:
7. Amount Spent to Date:
8. Funding:

9. Justification:

23Yo

Watershed Management
Management Advisory Services

March 5,2014
December 31,2019
Professional Services
s702,333.338
Operating
The change order is the agreed upon
process by which the County issues

"Performance Orders"

as

an
process
improvement and cost-savings. It is
not a change in the scope of work.

implementation

tool for

REV.09/09/09

DEKALB COUNTY

ITEM NO.

BOARD OF COMMISSIONERS
HEARING TYPE

BUSINESS AGENDA / MINUTES

Preliminary

MEETING DATE: July 28,2015

ACTION TYPE

SUBJECT: Purchases

DEPARTMENT:

PurchasingandContracting

ATTACHMENT: xYEStrNo

PAGES:

PUBLIC

HEARING: tr YES

INFORMATION
CONTACT:

NO XX

ScottM. CaIlan,CPSM
Chief Procurement Officer

PHONE NUMBER:

(404) 687-3478
PURPOSE:

To consider award for purchases as attached.

NEED/IMPACT:
To provide for items and service to carry on the operation of the County. Approval
efficient operation of the County by providing for needs of various departments.

will contribute

to the

RECOMMENDATION(S):

of each subject on attached. Unless otherwise noted, the recommended firm is low bidder
having met specifications

See end
as

as

well

Page 10

FOR USE BY COMMISSION OFFICE/CLERK ONLY

ACTION

Cl

2JL5-07-28ltem H3

MOTION was made by Sharon Barnes Sutton, seconded by Kathie Gannon to approve.
After discussion, MOTION amended by Sharon Barnes Sutton, seconded by Stan Watson and
passed 7-0-0-0 to defer until August 25,2015, Cl. Management Advisory Services: Contract No.
14-902766 for use by the Department of Watershed.

.$uL g

I 2015

CERT]FIED:

JUL

II

2015

DEKALB COLINTY BOARD


OF COMMISSIONERS

COMMISSIONERS

FOR USE BY INTERIM CHIEF EXECUTIVE OFFICER ONLY

APPRoVED: AU0o6

VETGED: .

?015

'.i: iri

(DArE)
OFFICER

EXECUTIVE OFFICER
DEKALB COTINTY
VETO STATEMENT ATTACFIED:
MINUTES;

,". INTERIM CHIEF

DEKALB COUNTY

FOR:

Kathie Gannon, Stan Watson, Sharon Barnes Suttoq Larry Johnson, Jeffl
Rader, Nancy Jester, Mereda Davis Johnson

AGAINST:

None

ABSTAIN:

None

ABSENT

None

CANCtrLLATION

PURCHASING AND CONTRACTING DEPARTMENT

Cl.

Management Advisory Services: Contract No. 14-902766 for use by the


Department of Watershed. Awarded by the BOC on November 19, 2013 for an
amount not to exceed $3,415,910.00, with Veolia Water North America Operating
Services, LLC. Recommend approval to cancel the contract for convenience with:

Veolia Water North America Operating Services, LLC., 101 W. Washington


Street, Suite 1400 East,Indianapolis, IN 46204
Notes:

1. Commission Districts:

2. ContractEffective Date:
3. Contract Expiration Date:
4. Funding:
5.

Justification:

Lr

frf-*^ct La* lD

All
February 25,2014
December 31,2018
Operating Budget

Terminate contract for convenience


in accordance with contract.

"

You might also like