Professional Documents
Culture Documents
Contract No. 1 of 4
a osz4;4
n""'
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
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy( ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of.the policy, certain policies may require an endorsement. Astatementon this certificate does not confer rights; to the
CHlcagd, IL 60661
N/ A
Services, LLC
COVERAGES
CERTIFICATE NUMBER:
REVISION NUMBER::6
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,
EXCLUSIONSAND CONDITIONSOF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INS
ADOLSUBR
TYPE OF INSURANCE
Um
POLICY NUMBER
HDO G27329950 .
GENERAL LIABILITY
POLICY EFF
POLIcYEMP
gdmnaowYYyl
UMMIDDIYYYYI
LIMITS
CLAIMS
MADE" X
OCC JR
PERSONAL
PRO -
POLICY
jISAH0881661A
01 -01 -2014
SCHEDULED
AUTOS
1
HIRED AUTOS
i_
If
S
S
Per accitleniJ
LIABILITY
EACH OCCURRENCE
AGGREGATE _
ENN
07- 01 -201te )
01- 09 -2016
SCF 047677866 WI
Oi -01 -2014
01 - 01 -2015
WGSiATU
O'T.HI
TORY LIMIL$
YIN
N (( )
N/ A
c ^,
1, 000,000
E L EACH ACCIDENT $
In
ELDISEA9E EA EMPLOYEES
under
1000000
15
PROPERTY DAMAGE
COMPENSATION '
1000,000
N OWNED
NOAUTOS
OCCUR
AND EMPLOYERS'
PRODUCTS- COMPIOPAGO $
RETENTION$
DEB
W
WORKERS
1, 000, 000
Ea_aggd.; rt1_. $
EXCESS L
ADV UNDO v $
UMBRELLA
1, 000,000
ANY AUTO
ALL
OS
AUTOS
10 000
L00
AUTOMOBILE LIABILITY
1, 000, 000
X
X
1, 000, 000
EACH OCCURRENCE $
DAMAGE TO RENTED
occ
iGOO 627269096901
Professional Liability
Each Occurrence
1, 000, 000
1000000
1, 000,000
DESCRIPTION OF OPERATIONS t LOCATIONS I VEHICLES ( Attach ACORD 101, Additional Remarks Schedule, if mom space is required)
DeKalb County, Georgia and itsnificers are included as additional insured ( except workerAcompereason and professonal liability) where required by written contract. Behar ofinubrogatron is applicable where
required by written Contract..
THE
EXPIRATION
DATE
THEREOF,
NOTICE
WILL
BE DELIVERED
IN
1300 CommerceDrive
Decatur. GA 30030
AUTHORIZED REPI
at Marsh USA Inc.
vttAnn.n:cxcas
@ 1988- 2010 ACORD CORPORATION. All rights reserved.
ACORD 25 ( 2010105)
Chicago
NAMED INSURER
Veolia Water North America Operating
Services, LLC
POLICY NUMBER
Indianapolis, IN 46204
CARRIER
NAIL CODE
EFFECTIVE DATE:
MI
M
DeKalb County
FROM:
BRUEMMORM
Request for Proposal No, 13- 500275, Management Advisory Services in DeKalb County, Georgia,
is hereby amended as follows:
1. The Mandatory Pre- Proposal Conference Agenda and Sign -in sheets from the Pre- Proposal
Conference held on July 16, 2013, are attached.
2.
3. All proposers under this Request for Proposals are kindly requested to acknowledge receipt of
this Addendum in original only.
ACKNOWLEDGMENT
SEXEM
NAME OF PROPOSER
SIgnature)
Title)
August 7, 2013
TO:
FROM:
Request for Proposals No. 13- 500275, Management Advisory Services in DeKalb County,
Georgia, is hereby amended as follows:
1. The following listed questions and answers are provided for your information:
Question A:
projects being conducted by DWM separate from this contract. Does this
apply to firms that are currently subcontractors on engineering projects or
that would be in future procurements a subcontractor on engineering or
capital projects?
Answer A:
Question B:
Answer B:
Answer C:
Question D:
and others as appropriate ". Can the county identify how many additional
processes may be included in scope?
Answer D:
Question :Et
Answer E:
Question F:
NO,
Question G:
Does the County have a preferred timeline for each phase and for the project
Answer G:
overall?
question Ht
We were not able to make the meeting this morning can I still apply for this
proposal.
Answer Ii:
Question 1:
No. The pre- proposal meeting was mandatory. Only Contractors present at
the meeting will be able to submit proposals.
We do not see current organization charts for the County government or the
Department of Watershed Management on the website: Can you please post
Answer I:
to this
addendum.
Question .l:
asked in the pre -bid meeting about whether sub -contractors who have
current contracts for capital or engineering with the County will be able to
participate in RFP No. 13- 500275- RFP? Also asked was whether a subcontractor selected for this RFP would be precluded from future capital or
Answer J:
engineering work.
See answer to question " a" above.
Question K:
My firm will be acting as a prime on this RFP response, but one of our team
mates is an LSBF and a prime on an A/E contract with the County and a
sub- contractor on the Project Management project, Based on staternerit G on
page 2 in the RTP are they able to work with me on our response? I would
hate that their efforts in coining up with an innovative response prohibits
them from working on future work with the county.
Answer K:
2.
3. All proposers under this Request for Proposals are kindly requested to acknowledgereceipt of
this Addendum in original only.
Date
knatmne)_
Management Advisory Services in DcKalb County, Georgia
Page 3 of 3
Title)
Re nest for Pronosals: DeKalb County Government requests qualified individuals and firms
Contractors") that can provide Management Advisory Services in DeKalb County, Georgia
RFP No. 13- 500275).
on
website,
Requests
for
are
available
DeKalb
Proposals
County' s
httn:llwww.dekalbcountvLya, eyovIvurchasinz/oc- ffir current bids. html For a copy of the Request
for Proposals, please contact: DeKalb County Department of Purchasing and Contracting, The
Maloof Second Floor, 1300 Commerce Drive, Decatur, Georgia 30030 ( telephone, number 404-
371- 2707). Proposals will be received at the above address until 3: 00 p.m, on August 13, 2013.
A mandatory ore-nroposat conference will beheld at 11: 00 a.m. on the 16th day of July, 2013
at the Clark Harrison Building, Conference Room A, 330 West Ponce de Leon Avenue,
Decatur, Georgia 30030. Responders are required to attend and participate in the mandatory
pre-proposal conference. Failure to attend the mandatory pre-proposal conference will be cause
for rejection of your proposal. For information regarding the pre- proposal conference, please
contact Kimberly Chambers at ( 404) 371- 3641 or email: kchambers& dekalbco uma, ci v.
Questions: All questions concerning the project shall be submitted to the Director of the
Department of Purchasing and Contracting, The Maloof Center, Second Floor, 1300 Commerce
Drive, Decatur, Georgia 30030, in writing no later than close of business on July 23, 2013,
Questions received by the Director of the Department of Purchasing and Contracting after this
date will not receive a response.
Addenda:
All addenda issued for this project may be found on DeKalb County' s welasite,
httv:llwww,dekalbcountEga.goiLIpurchasingloc
-thr
It is the objective of the Chief Executive Officer and Board of Commissioners of DeKalb
County to provide maximum practicable opportunity for all businesses to participate in the
performance of government contracts, including Local Small Business Enterprises ( LSBE),
Minority Business Enterprises ( MBE) and Women Business Enterprises ( WBE). The County' s
Schedule of Local Small Business Enterprise Participation, Minority Business Enterprise and
Women Business Enterprise Opportunity Tracking Form ( Exhibit A) and Letter of Intent to
Perform as a Subcontractor or Provide Materials or Services ( Exhibit B) are included in the
Invitation to Bid, along with sample report forms ( Exhibit C), The current DeKalb County List
of Certified Vendors is included as Exhibit D. For details relative to DeKalb County' s Local
Small
Business
Enterprise
Ordinance,
contact
the
Contract
Compliance
Division
at
of Preferred Employees selected from the First Source Registry. The First Source Registry has
Preferred Employees trained by U. S. Department of Labor registered apprenticeship programs
and other partners.
For information on Preferred Employees, please contact the DeKalb County Workforce
Department by telephone at 404- 687- 3428 or in person at 320 Church Street, Decatur, GA
30030.
Business License
Responders shall submit with their proposal, a copy of their valid company business license. If
the Responders is a Georgia corporation, Responders shall submit a valid county or city business
license. If the Responders is not a Georgia corporation, Responders shall submit a certificate of
authority to transact business in the state of Georgia and a copy of their valid business license
issued by their home jurisdiction. If Responders holds a professional certification which is
licensed by the state of Georgia, then Responders shall submit a copy of their valid professional
license. Any license submitted in response to this requirement shall be maintained by the
Responders for the duration of the contract.
The County reserves the right to reject any and all proposals, to waive informalities, and to
readvertise.
By
in L, Walton, CPPB
day of _,
20_, (
execution date") by and between DEKALB COUNTY, a political subdivision of the State of
Georgia ( hereinafter referred to as the " County"), and Veolia Water North America Operating
Services, LLC, a Limited Liability Company organized and existing under the laws of the State of
Delaware, with offices in Fulton County, Georgia ( hereinafter referred to as " Contractor"),
shall
constitute the terms and conditions under which the Contractor shall provide Management Advisory
herein set forth, the County and the Contractor hereby agree as follows:
The Contractor shall commence the Work under this Agreement within Ten ( 10) days
from the acknowledgement of receipt of the Notice to Proceed. Contractor shall fully complete
the Work within Fourteen Hundred Sixty ( 1460) days including the acknowledgement of receipt
of the Notice to Proceed, The Contract Time may be extended only by Change Order approved
and executed by the DeKalb County Chief Executive Officer or his/her designee and the
Contractor in accordance with the terms of this Contract.
The Contractor shall commence the Work under this Contract within ten ( 10) days from the
execution date. As required by O. C. G. A 36-60- 13, this Contract shall ( i) terminate without further
obligation on the part of the County each and every December 3 I' t, as required by O.C. G. A.
36 -60-
13, as amended, unless terminated earlier in accordance with the termination provisions of this
termination provisions of this Contract; and ( iii) terminate absolutely, with no further renewals, on
December 31, 2018, unless extended by Change Order adopted and approved by the DeKalb County
Governing Authority and the Contractor in accordance with the terms of this Contract.
As full payment for the faithful performance of this Contract, the County shall pay the
Contractor, the Contract Price, which is an amount not to exceed Three Million Four Hundred
Fifteen Thousand Nine Hundred and Ten Dollars ($ 3,415, 910: 00), unless changed by written
Change Order in accordance with the terms of this Contract. The term " Chime Order" includes the
term " amendment" and shall mean a written order authorizing a change in the Work,, and an
adjustment in Contract Price to Contractor or the Contract Term, as adopted and approved by the
Contractor and the DeKalb County Governing Authority, or the Chief Executive Officer, if exempted
from Governing Authority adoption and approval in accordance with the express terms of this
Contract. The Chief Executive Officer or his /her designee shall have the authority to approve and
execute a Change Order lowering the Contract Price or increasing the Contract Price so long as the
amount of each Change Order increasing the Contract Price does not exceed twenty thousand dollars
20,000.00) or ten percent ( 101x) ofthe Contract Price, whichever is less. Any other increase of the
Contract Price shall be by Change Order adopted and approved by the DcKalb County Governing
Authority and the Contractor in accordance with the terms of this Contract. Amounts paid to the
Contractor shall comply with and not exceed Attachment A, the Contractor' s Cost Proposal,
consisting of 2 page(s) attached hereto and incorporated herein by reference. Payment is to be made
no later than thirty (30) days after submittal of undisputed invoice.
Invoice(s) must be submitted as follows:
A. Original invoice(s) must be submitted to:
C. A copy of the invoice( s) must be submitted with completed Prime Contractor .LSBE
Local Small Business Enterprise) Utilization Report and LSBE Sub -Contractor Report
to:
The Contractor agrees to provide all ManagementAdvisory Services in accordance with the
County' s Request for Proposals ( RFP) No. 13- 500275 for Management Advisory Services, attached
hereto as Appendix 1 and incorporated herein by reference, and the Contractor' s response thereto,
A Accuracy of Work. The Contractor shall be responsible for the accuracy of the Work and
any error and/ or omission made by the Contractor in any phase of the Work under this Agreement.
B.
Additional Work. The County shall in no way be held liable for any work performed under
this section which has not first been approved in writing by the County in the manner required by
applicable law and/ or the terms of this Contract. The County may at any time order changes within
the scope of the Work without invalidating the Contract upon seven ( 7) days written notice to the
Contractor. The Contractor shall proceed with the performance of any changes in the Work so
ordered by the County unless such change entitles the Contractor to a change in Contract Price,
and /or Contract Term, in which event the Contractor shall give the County written notice thereof
within fifteen ( 15) days after the receipt of the ordered change, and the Contractor shall not execute
such changes until it receives an executed Change Order from the County.
No extra cost or
extension of time shall be allowed unless approved by the County and authorized by execution of a
Change Order.
The parties' execution of any Change Girder constitutes a final settlement of all
matters relating to the change in the Work which is the subject of the Change Girder. The County
shall not be liable for payment for any work performed under this section which has not first been
approved in writing by the County in the manner required by applicable law and /or the terms of this
Contract.
herein in its sole discretion without first obtaining permission of the Contractor and without any
payment of any monies to the Contractor therefore. However, any reuse of the documents by the
County on a different site shall be at its risk and the Contractor shall have no liability where such
documents are reused.
D. Successors and Assigns. The Contractor agrees it shall not sublet, assign, transfer, pledge,
convey, sell, or otherwise dispose of the whole or any part of this Contract or his right, title; or
interest therein to any person, firm, or corporation without the previous written consent of the
County. If the County consents to any such assignment or transfer;, then the Contractor binds itself,
its partners, successors and assigns to all covenants of this Contract. Nothing contained in this
Contract shall create; nor be interpreted to create privity; or any other relationship whatsoever,
Termination of Agreement:
beginning of Work, rate of progress, and time for completion of the Work are essential conditions of
this Contract. The County may, for its own convenience and at its sole option; without cause and
without prejudice to any other right or remedy of County, elect to terminate the Contract by
delivering to the Contractor, at the address listed in the Notices article of this Contract, a written
notice of termination specifying the effective date of termination. Such notice shall be delivered to
Contractor at least thirty ( 30) days ,prior to the effective date of termination. If Contractor' s services
are terminated by the County, the termination will not affect any rights or remedies of the County
then existing or which may thereafter accrue against Contractor or its surety. In case of termination
of this Contract before completion of the Work, Contractor will be paid only for the portion of the
Work satisfactorily performed through the effective date of termination as determined by the County.
Neither party shall be entitled to recover lost profits, special, consequential or punitive damages,
attorney' s fees or costs from the other party to this Contract for any reason whatsoever.
This
Contract shall not be deemed to provide any third -party with any remedy, claim, right of action, or
other right. The parties' obligations pursuant to this Section :shall survive any acceptance of Work,
or termination or expiration of this Contract.
G. Indemnification Agreement. The Contractor shall be responsible from the execution date
or from the time of the beginning of the Work, whichever shall be the earlier, for all injury or damage
ofany kind resultingfrom the Work, to persons or property, including employees and property of the
County. The Contractor shall exonerate, indemnify, and save harmless the County, its elected
4
officials, officers, employees, agents and servants, hereinafter collectively referred to in this Section
as " the County Indemnitees," from and against all claims or actions based upon or arising out of any
damage or injury ( including without limitation any injury or death to persons and any damage to
property) caused by or sustained in connection with the performance of this Contractor by conditions
created thereby or arising out of or any way connected with Work performed under this Contract, as
well as all expenses incidental to the defense of any such claims, litigation, and actions.
Furthermore, Contractor shall assume and pay for, without cost to the County Indemnitees; the
defense of any and all claims; litigation; and actions suffered through any act or omission of the
Contractor, or any Subcontractor; or anyone directly or indirectly employed by or under the
supervision of any of them. Notwithstanding any language or provision in this Contract, Contractor
shall not be required to indemnify any County Indemnitee against clahns, actions, or expenses based
upon or arising out of the County Indemnitee' s sole negligence.. As between the County Indemnitees
and the Contractor as the other party, the Contractor shall assume responsibility and liability for any
damage, loss, or injury, including death, of any kind or nature whatever to person or property,
resulting from any kind of claim made by Contractor' s employees, agents, vendors. Suppliers or
Subcontractors caused by or resulting from the performance of Work under this Contract, or caused
by or resulting from any error, omission, or the negligent or intentional act of the Contractor,
vendors, Suppliers, or Subcontractors, or any of their officers, agents, servants, or employees. The
Contractor shall defend, indemnify, and hold harmless the Countyfndemnitces from and against any
and all claims, loss; damage, charge, or expense to which they or any of them may be put or
subjected by reason ofany such damage, loss, or injury. The Contractor expressly agrees to provide a
full and complete defense against any claims brought or actions filed against the County Indemnitees,
where such claim or action involves, in whole or in part, the subject of the indemnity contained in
this Contract, whether such claims or actions are rightfully or wrongfully brought or tiled. The
County has the sole discretion to choose the counsel who will provide the defense. No provision of
this Contract and nothing herein shall be construed as creating any individual or personal liability on
the part of any elected official, officer, employee, agent or servant of the County, nor shall the
Contract be construed as giving any rights or benefits hereunder to anyone other than the parties to
this Contract.. The parties' obligations pursuant to this Section shall survive any acceptance of Work,
or termination or expiration of this Contract.
H. Insurance. The Contractor shall furnish the following along with the Agreement documents
sent to the County for execution.
1.
a)
c)
e)
a)
b;)
the insurance
applies;
c)
Certificates
to
contain
Contractor' s
protective
coverage
for
any
subcontractor' s operations;
d)
e)
3.
coverage as set forth above from all subcontractors who are engaged in this work.
5.
Contractor agrees to waive all rights of subrogation and other rights of recovery
against the County and its officers and shall cause each Subcontractor to waive all rights
of subrogation for all coverage.
6.
Failure of the County to demand such certificate or other evidence of full compliance
with these insurance requirements or failure of the County to identify a deficiency from
evidence provided will not be construed as a waiver of the Contractor' s obligation to
maintain such coverage. Contractor understands and agrees that the purchase of insurance in
without at least sixty ( 60) days prior written notice to the County. Policies and Certificates of
Insurance listing the County and its officers as additional insureds ( except for workers'
compensation insurance) shall Conform to all terms and conditions ( including coverage of the
indemnification and hold harmless agreement) contained in this Contract.
If the County shall so request, the Contractor will furnish the County for its inspection
and approval such policies of insurance with all endorsements, or confirmed specimens
thereof certified by the insurance company to be true and correct copies. Contractor shall be
responsible and have the financial wherewithal to cover any deductibles or retentions
included on the certificate of insurance.
I.
Georgia Laws Govern. The laws of the State of Georgia shall govern the construction of this
Contract without regard for conflicts of laws. Should any provision of this Contract require judicial
interpretation, it is agreed that the court interpreting or construing the same shall not apply a
presumption that the terms hereof shall be more strictly construed against one party, by reason of the
rule of construction, that a document is to be construed more strictly against the party who itself or
through its agent prepared same; it being agreed that the agents of all parties have participated in the
preparation hereof, and all parties have had an adequate opportunity to consult with legal counsel. In
interpreting this Contract in its entirety, the printed provisions of this Contract, and any additions
written or typed hereon, shall be given equal weight, and there shall be no inference by operation of
law or otherwise; that any provision of this Contract; shall be construed .against either party hereto.
J.
Venue.
This Agreement shall be deemed to have been made and performed in DeKalb
County; Georgia,
For the purposes of venue, all suits or causes of action arising out of this
performance of services unless the Contractor, its Subcontractor( s) and sub- subcontractor( s); as that
term is defined by state law, register and participate in the Federal Work Authorization Program to
verify specific information on all new employees. Contractor certifies that it has complied and will
continue to comply throughout the Contract Term with O. C.G. A. 13 -10 -91 and any related and
applicable Georgia Department of Labor Rule. Contractor agrees to sign an affidavit: evidencing its
compliance with O. C.G, A. 13- 10 -91.
Attachment B. Contractor. agrees that in the event it employs or contracts with any Subcontractor(s)
in connection with this Contract, Contractor will secure from each Subcontractor an affidavit that
certifies the Subcontractor' s current and continuing compliance with O. CG.A. 13 -10 -91 throughout
the ContractTerm. Any signed Subcontractor affidavit(s) obtained in connection with this Contract
shall be attached hereto as Attachment C. Each Subcontractor agrees that in the -event :it employs or
contracts with any sub- subcontractor(s), each Subcontractor will secure from each sub -subcontractor
an affidavit that certifies the sub- subcontractor' s current and continuing compliance with O, C. G. A.
13 - 10 -91 throughout the Contract Term.
L. County Representative.
Contractor will contact the County. In the event of such designation, said representative shall be
consulted and his written recommendation obtained before any request for extra work is presented to
the County. Payments to the Contractor shall be made only upon itemized bill submitted to and
approved by said representative.
M. Contractor' s Status. The Contractor will supervise and direct tile Work, including the Work
of all Subcontractors. Only persons skilled in the type of work which they are to perform shall be
employed.
The Contractor shall, at all times, maintain discipline and good order among his
employees, and shall not employ any unfit person or persons or anyone unskilled in the work
assigned him. The relationship between the County and the Contractor shall be that of owner and
independent contractor. Other than the consideration set forth herein, the Contractor, its officers,
agents, servants, employees and any Subcontractors shall not be entitled to any County employee
benefits including, but not limited to social security, insurance, paid annual leave, sick leave,
worker's compensation, free parking or retirement benefits. All services provided by Contractor shall
the County.
employee benefits and other administrative policies, procedures or requirements applicable to the
Work or services rendered under this Contract shall be those ofthe Contractor, not the County.
N. Georgia Open Records Act. Contractor will be expected to comply with the applicable
provisions of the Georgia Open Records. Act, O. C.G.A. 50 -18 -70 et seq.
O. First Source Jobs Ordinance and Preferred Employees. The Contractor is required to comply
with the DeKalb County First Source Jobs Ordinance, Code of DeKalb County as Revised 1988,
section 2 -231 et seq., and among other things, is required to make a good faith effort to hire DeKalb
County residents for at least fifty percent 50% of alljobs created by an Eligible Project, as that term
is defined in the First Source Ordinance, using the First Source Registry.
Contractors,
subcontractors, and independent contractors bidding on this contract will be encouraged by DeKalb
County to have 25 % or more of their labor forces for this project consist of Preferred Employees
selected from the First Source Registry. The First Source Registry has Preferred Employees trained
by U.S. Department of Labor registered apprenticeship programs and other partners. For information
on Preferred Employees, please contact the DeKalb CountyWorkforce Development by telephone at
404 -687- 3400or in person at 774 Jordan Lane, Building #4, Decatur, GA 30033:
P. Business License. Contractor shall submit a copy of its current, valid business license with
this Contract. if the Contractor is a Georgia corporation, Contractor shall submit a valid county or
city business license. If Contractor is a joint venture, Contractor shall submit valid business licenses
for each member of the joint venture. Ifthe Contractor is not a Georgia corporation, Contractor shall
submit certificate of authority to transact business in the state of Georgia and a copy of its current;
valid business license issued by its home jurisdiction. If Contractor holds a professional license, then
Contractor shall submit a copy of the valid professional license. Failure to provide the business
license, certificate of authority, or professional license required by this section, may result in the
Contract being terminated. Contractor shall ensure that any insurance, license, permit or certificate
submitted in response to the County' s RFP or as part ofthe Contract shall be current and valid when
submitted, and shall remain valid, current and maintained in good standing for the Contract Term.
Q. Sole Agreement. This Contract constitutes the sole contract between the County and the
Contractor, The terms, conditions, and requirements of this Contract may not be modified, except by
Change Order. No verbal agreement or conversation with any officer, agent, or employee of the
County, either before or after the execution of the Contract, shall affect or modify any of the terms or
obligations herein contained. No representations, oral or written, shall be binding on the parties
unless expressly incorporated herein. No Change Order shall be enforceable unless approved by
official action of the County as provided by law or in this Contract.
R, Attachments and Appendices. This Contract includes the following Attachments and
9
Proposal; Appendix 1,
Contractor' s
Attachment
Affidavit;
C,
Subcontractor' s
Affidavit(s);
Attachment
D,
Sub-
S. Severability: If any provision of this Contract or the application thereof to any person or
circumstance shall to any extent be held invalid, then the remainder of this Contract or the
application of such provision to persons or circumstances; other than those as to which it is held
invalid, shall not be affected thereby, and each provision of this Contract shall be valid and enforced
to the fullest extent permitted by law.
1'. Notices.
any other party hereto shall be in writing and shall be sent to the County' s Chief Executive Officer
and the Executive Assistant or to the Contractor or his authorized representative on the work site by
a) registered or certified United States mail, return receipt requested, postage prepaid, ( b) personal
delivery, or ( c) overnight courier service. All notices sent to the addresses listed below shall be
binding unless said address is changed in writing no less than fourteen days before such notice is
sent.
Future changes in address shall be effective upon written notice being given by the Contractor
to the County' s Executive Assistant or by the County to the Contractor' s authorized representative
via certified .first class U. S. mail, return receipt requested. Such notices will be addressed as follows:
If to the County:
Chief' Executive Officer
The MaloofAuditorium
6' h Floor
Decatur, GA 30030
and
Executive Assistant
If to the Contractor:
U. Counterparts. This Contract may be executed in several counterparts, each of which shall be
deemed an original, and all such counterparts together shall constitute one and the same Contract.
V. Controlling Provisions. The Contract for this Project shall govern the Work. If any portion
of the Contract shall be in conflict with any other- portion, the various documents comprising the
modifications issued after execution of the Contract; the provisions of the County' s RFP; and the
Contractor' s Response thereto.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in
three counterparts, each to be considered as an original by their authorized representative:
VEOLIA WATER NORTH AM]
OPERATING
VI f S, LLC
By:
William DiCroce
93- 0929498
February 6, 2014
11
Date
r"i
NOTARIZED:
NOTAR
My C
ay of
ebruary
20 1_ 4
PUBLI
mis) gn Ex ires,
IN
A oTAOdIL, \ y
Attachment A.
Cost Proposal
For the performance of the Work the County will pay Contractor a base compensation in the original and
each renewal term of the Agreement as follows:
Calendar Start
ompensation
Year
Year
Year
Jan 1,
Jan 1,
Jan 1,
Jan 1,
2014
2015
2016
2017
483, 091
720, 909
772; 979
Years
Jan 1,
12018
Study
0
Program Mgmt
706, 511
366,209
366, 209
B. Performance Compensation
1) In addition to the base compensation, Contractor may earn performance compensation pursuant to
the terms of this section.
2) As used in this section:
Business Case" means a plan providing the cost to implement for both the County and
Contractor; schedule for actions, capital required, changes in procedure, obstacles, expected
payment in the amount of the base compensation set forth in Table A for that term multiplied by
the percent increase. if any, in the Consumer Price Index, All Urban Consumers, for Atlanta,
Georgia for the prior year, as reported by the United States Department of Labor Bureau of
Labor Statistics;
Performance Order" means an approved Improvement Initiative, agreed KPIs, and a schedule for
monthly Lump Sum Payments attributable to such Improvement Initiative or otherwise payable,
which may include payments in multiple contract years;
Shared Revenues means new revenues generated by an Improvement Initiative over
specified
time versus a baseline of revenues, net of any County costs as documented in a Business Case;
and
Shared Savings" means savings generated by an Improvement Initiative over a specified time
versus abaseline of costs, net of any County costs as documented in a Business Case
3) Steering Committee.
make recommendations or take actions to aid in the program' s implementation, and to approve
Improvement Initiatives. Once presented, the Steering Committee will consider each submitted
Improvement Initiative and will either approve, reject, or modify such Improvement Initiative within 30
days. Improvement Initiatives approved by the Steering Committee, the Contractor, and the Director
of DWM will constitute Performance Orders. Neither the Steering Committee nor the Director of
Shared revenues, or combinations thereof will be negotiated individually and included in Performance
Orders. Scheduled Lump Suns Payments payable in any year of the Agreement shall not exceed a
multiple of 10 times the total base compensation set forth for Year 1 of the Agreement in Table A (the
Not-To- Exceed Amount").
attributable to Shared Savings and Shared Revenues shall be calculated as follows: the County shall
retain 50% of Shared Savings and Shared Revenues, and the Contractor shall receive 50% of Shared
Savings and Shared Revenues. No Improvement Initiative will be implemented that is not anticipated to
generate Lump Sum Payments. Lump Sum Payments shall be calculated and invoiced by Contractor on
a monthly basis as provided in a Performance Order.
C. Final Payment Notwithstanding any other term of the Agreement, if the Agreement is terminated in
any calendar year before the conclusion of the fourth renewal term, other than a termination for cause,
including default or negligence of Contractor, and any payments under any Performance Order are not
completed according to its terms, there shall be due and owing to the Contractor for that calendar year an
additional payment consisting of the unpaid direct costs incurred by the Contractor during the tern of the
Agreement: and its renewals for the implementation of the corresponding. hnprovement Initiative, and the
following percentage of the amount provided by the terns of each such Performance Order, net of such
direct costs, not paid prior to termination:
Final Payment after Year 1: 50%
LV4 a
Contractor Affidavit under O. C. G. A. 13- 10- 91
By executing this affidavit, the undersigned Contractor verifies its compliance with O. C.G.A.
13- 10- 91, stating affirmatively that the individual, firm or corporation which is engaged in the
physical performance of services on behalf of DEKALB COUNTY has registered with, is
authorized to use and uses the federal work authorization program commonly known as E- Verify,
or any subsequent replacement program, in accordance with the applicable provisions and deadlines
established in O. C. G. A. 13- 10 -91. Furthermore, the undersigned Contractor will continue to use
the federal work authorization program throughout the Contract Tenn and the undersigned
Contractor will contract for the physical performance of services in satisfaction of such contract
only with Subcontractors who present an affidavit to the Contractor with the information required
by O. C. G.A. 13- 10- 91.
Contractor hereby attests that its federal work authorization user
identification number and date of authorization are as follows:
6C+ bVfd
Date of Authorization
I hereby declare nder penalty of perjury that the foregoing is true and correct.
J
Exequo'J- aAq",
20 M in ) , (
city), it (
state),
Officer or Agent
9M
3 \
r < :
2 . /,\
ATTACHMENT C
Subcontractor Affidavit under O.C. G.A. 13 -10 -91
By executing this affidavit, the undersigned Subcontractor verifies its compliance with O.C.G.A. 1310- 91, stating affirmatively that the individual, firm or corporation which is engaged in the physical
name of Contractor) on behalf
of DEKALB COUNTY, GEORGIA has registered with, is authorized to use and uses the federal work
authorization program commonly known as E- Verify, or any subsequent replacement program, in accordance
with the applicable provisions and deadlines established in O.C. G.A. 13- 10 -91. Furthermore, the
undersigned ; Subcontractor will continue to use the federal work authorization program throughout the
contract period and the undersigned subcontractor will contract for the physical performance of services in
satisfaction of such contract only with sub- subcontractors who present an affidavit to the Subcontractor with
the information required by O.C.G. A. 13- 10 -91. Additionally, the undersigned Subcontractor will forward
notice of the receipt of an affidavit from a sub -subcontractor to the Contractor within five business days of
receipt: If the undersigned Subcontractor receives notice that a sub- subcontractor has received an affidavit
from any other contracted sub -subcontractor, the undersigned Subcontractor must forward, within five
business days of receipt, a copy of the notice to the Contractor. Subcontractor hereby attests that its federal
work authorization user identification mmmber and date of authorization are as follows:
L( _ - _
Federal Work Authorization User Identification Number
Date of Authorization
Management AdvisoryServices
Name of Project
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executedon.' 4 ^=!kV' _?
By .
201
in
6e:- (
city) d/ 0. {
statej
Albert G. Edvmcrds
Printed Name and
e o Aut tnze
c}
Officer or Agent
e44
S MON4
ARYPUBLIC
My Commission Expires:
t \
27f
ATTACHMENT E
CERTIFICATE OF CORPORATE RESOLUTION
JUL.
t.
eI94
d Z zwlYm
VHh
LLb
IN-
NJ I t14
Z3
MR
to the PelswaJpe
JC
R .0 IIfi date,:
hereby
ccrtiiy as fbllows;
I
lVattio The -fisrdo of ft litaitdd iiaxiility coziiliariy is Vs oiia Wttt#r North Au Wnu
Oporatins. smvicca, uc Oho " Company
PHNIOMIXI
PAVIA
8100V
AUTHENTICATION,- 3215339
DATE:
07- 06- 04
JUL,
b.
r4
e ^ l4t*' M
VH[ LLLb
INU
Sec
to y Of state
Divisim of CbxpnreU
2102102 =
ii
11
21)
i.
3)
4)
t6 Ceftifitate ()t
I IN 1. 1
VdAmmuil"
tal gt-- e
1.!
0!.,
0.
Ili
It'
jae '
W- 4
t ,
ft- -
1 .
of
321.5339
t*
4,
4: 7111711; n3q
The undersigned; Kathleen Lynch; Assistant Secretary of Veolia Water North America
Operating Services, LLC, a Delaware limited liability company ( the " Company " );does hereby
certffy that William DiCroce is the duly elected and acting Vice President of the Company and in
such capacity is authorized to execute the following document:
CONTRACT
MANAGEMENT ADVISORY
J.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the
Company this 2e' day of January, 2044.
The undersigned, Kathleen Lynch, Assistant Secretary of Veolia Water North America
Operating Services, LLC, a Delaware limited liability company ( the " Company "), does hereby
delegate authority to attest to William DiCroce' s signature on the following document to Lindsey
Sands:
CONTRACT
MANAGEMENT ADVISORY
BETWEEN DEKALB COUNTY,
s-
AND
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the
Company this 2e day of January, 2014.
Kathleen Lyn
SEAL
Assistant Secretary
APPENDIXI
IRMIN
IM
Location:
July 3, 2013
FOR
MANAGEMENT ADVISORY SERVICES
or
firms
INTRODUCTION
A.
B.
The County is seeking a contractor that can provide services for carrying out a study
of the utility administration, planning, operations, maintenance and capital programs.
This study will also include a review of the Comity Finance Department activities,
which provide the customer service, billing and collection aspects for the Department
of Watershed Management,
County, the contractor is expected to assist the County with implementation. The
contractor will be able to assist the County to facilitate knowledge transfer and help
the DWM establish the foundation for long term optimization and enhanced
performance. These services will be known as Management Advisory Services,
C.
The successful contractor will have experience managing and operating large
municipal
water
and
wastewater
utilities.
implement ongoing programs and solutions to advance the operations and capital
programs to support the DWM' s mission to provide environmental leadership. The
scope of work will include assistance with policy development, program design and
reliable DWM services.
D.
Additionally, through this procurement, the County is also seeking a contractor that
has the experience to be able to identify, evaluate and recommend improvements to
the DWM' s operations as described in this solicitation ( the Study Phase) After the
study phase has been completed, the contractor will assist the DWM implement the
approved recommendations ( the Implementation Phase) that will result in operational
enhancements
that
will
reduce
the
overall
cost
of
operations
and/ or
enhance
E.
The County intends to select one contractor to provide the Management Advisory
Services.
F.
It is the intent of the County that the selected contractor shall have a vested interest
in the successful implementation ofthe organizational, operational and programmatic
G:
The County and DWM are engaged, or in the process of procuring a number of
engineering and capital projects. The contractor selected for the contract resulting
from this solicitation will not be eligible to participate in engineering or capital
projects being conducted by the DWM separate from this contract.
H.
size and complexity. It is expected that this search will be conducted over an
extended period of up to a year.
A. Procurement Objectives
This scope will also include the County' s Finance Department billing and
collection services. The results of these services are to be changes to the DWM
would like from these efforts improvements in service delivery, better control of
expenses and potential to generate new revenue.
1. 1
improvements shall be identified that will impact the effectiveness of the DWM
and achieve measurable cost savings.
Management Services
DWM staff, but will work with the DWM staff to achieve the long-term goals
described in the Procurement Objectives ( Section 11, A- 1).
li. The Contractor will observe, evaluate and assess DWM operations, take all
iii.
iv.
V,
vi.
support,
procurement
procedures,
and
employment)
c. Based on the assessment activities during the Study Phase, the Contractor
will
provide
proposed
cost
reduction
and
operational
enhancement
3.
Implementation Phase
Upon review of the proposed cost reduction strategies from the Study Phase, the
County and Contractor will negotiate specific cost reduction targets and
performance measure targets to be achieved including time frames for
completion, as well as the specific compensation structure. Compensation for
The resulting contract shall be a one ( 1) year agreement with four (4) possible one year
renewals agreementfrom the date of the Notice to Proceed,
El
rU119MURMEND
GNIN
FagKM &
IA' 0" aIty ff I#
jup M W#I
1.
Contents
The Contractor shall furnish the County all such information and data required
as part of this REP. The Proposal shall be organized using the following outline
elements:
a.
Cover Page
b,
Transmittal Letter
c.
Technical Proposal
Executive Summary
Project Experience
v,
Organizational Structure
The letter transmitting the Proposal shall include, but is not limited to, the
identification of the team member contractors and a designated point of contact,
including name, address, telephone number, fax number, and email address of
one ( 1) individual to whom all correspondence regarding the proposal will be
directed.
d.
e.
a.
modifications to
consistent with
the
present organizational
the objectives
described
structure
in the Procurement
ii.
to
industry
best
practices
that
provide
for
iv.
V.
vi.
b.
part
on
enhancement
the
specific
initiatives
cost
reduction
recommended
and
and
performance
the
County' s
general
approach
that
will
be
used
to
assure
effective
e0lv
implementation
of
the
cost
reductions
and
operational
enhancements.
ii.
The Contractor should describe the means and methods it will use
iii.
5.
OrganizatLonaLStructure
At a minimum, each
Contractor shall:
a.
b.
Identify the corporate entity that will execute the Management Advisory
Services. Identify whether the Contractor is structured as a corporation,
Limited Liability Company, general partnership, joint venture, limited
partnership or other form of organization,
Provide a corporate organizational chart showing the hierarchy of
List any subsidiary/affiliate company in the same entity, the nature of the
b.
reductions for facilities and services of similar size, scope, and complexity
to the Management Advisory Services. No more than 10 projects should
be included in the submittal.
d.
C.
Relevant
include
complete identification
including:
1.
and distribution
contact
Description
of work
completed,
savings realized,
role
of
The Contractor shall complete the Cost Proposal Form, Attachment C and
Business Enterprises ( WBE). See Attachment -C of this RFP. The County' s Schedule
ofLocal Small Business Enterprise Participation; Minority Business Enterprise and
included in the Request for Proposal (RFP), along with sample report forms ( Exhibit
Q. The currentDeKalb' County List of Certified Vendors is included as Exhibit D.
For details relative to DeKalb County' s Local Small Business Enterprise Ordinance,
contact the Contract Compliance Division at contractaa,dekalbcoum a.aov or
404. 371. 4795.
111
All qualifying contractors and subcontractors performing work with DeKalb County,
Georgia must register and participate in the federal work authorization program to
C. Cost Proposal
The cost proposal must be submitted in a separate, sealed envelope with the
Contractor' s name, RFP No. 13- 500275 and Management Advisory Services for
proposals clearly identified on the outside of the envelope.
t#TI* 7f#
COSTPROPOSAL,
The following evaluation criteria will be used as the basis for the evaluation of proposals.
The criteria are listed in order of importance. (Do not include weighting or scoring for each
criteria.)
a.
Technical Proposal
i.
Executive Summary
ii.
Project Experience
vi. Qualifications
b.
Cost Proposal
c.
Interview
d.
LSBE Participation
V.
CONTRACT ADMINISTRATION
A.
Standard CountyContract
The attached sample contract is the County' s standard contract document ( see
Attachment D), which specifically outlines the contractual responsibilities. All
contractors should thoroughly review the document prior to submitting a proposal.
Any proposed revisions to the terms or language of this document must be submitted
in writing with the contractor' s response to the request for proposals, Since proposed
revisions may result in a proposal being rejected if the revisions are unacceptable to
the County, contractors should review any proposed revisions with an officer of the
contractor having authority to execute the contract. No alterations can be made in the
contract after award by the Board of Commissioners.
B.
Submittal Instructions
One ( 1) Original Stamped " Original" and seven ( 7) Identical Copies of the Technical
Proposal; and one ( 1) copy of the Cost Proposal must be submitted to the following
address no later than 3: 00 p.m. on August 13 , 2013.
Proposals must be clearly identified on the outside of the envelope with the
contractor' s name, RFP Number 13- 500275, Management Advisory Services.
C.
A mandatory pre-proposal conference will be held at 11: 00 a.m. on the 16th day of
July, 2013 at 330 W. Ponce de Leon Avenue, Decatur, GA 30030, Conference Room
A. Interested contractors are encouraged to attend and participate in the mandatory
pre- proposal conference. For information regarding the mandatory pre- proposal
conference, please contact Mrs. Kimberly Chambers at ( 404) 371- 3641 or email:
kchambers@dekalbcountyga, gov,
D.
Questions
All questions concerning the project shall be submitted to the Director of the
Department of Purchasing and Contracting, The Maloof Center, 2" d Floor, 1300
Commerce Drive, Decatur, Georgia 30030, in writing no later than 5:00 pin on July
23,
1H
E.
Acknowledgment of Addenda
Addenda may be issued in response to changes in the Request for Proposals. Addenda
must be acknowledged either in a cover letter or by signing and returning the
Addendum form. Acknowledgments must be received no later than the proposal due
date. If Acknowledgments are returned with the proposal, they must be submitted
with the technical proposal only. Failure to properly acknowledge any Addendum
may result in a declaration of non-responsiveness by the County Administration. All
addershims issued for this project may be found on DeKalb County' s website,
httt):// www.dgkalbeountyp,a,gov /purchasingiindex hum:
M
WEMMMMI=
Proposals submitted in response to this RFP must be valid for a period of One
Hundred and Twenty ( 120) days from proposal submission deadline, and must be so
marked,
G.
Project Director
The County will designate a Project Director to coordinate this projectfor the County.
The successful contractor will perform all work required pursuant to the resulting
under the direction of and subject to the approval ofthe designated Project Director,
In
The County accepts no responsibility for any expenses incurred by the contractors to
this RFP, Such expenses are to be home exclusively by the contractors.
I.
mz
Without regard to any designation made by the person or entity making a submission,
DcKalb County considers all information submitted in response to this invitation or
request to be a public record that will be disclosed upon request pursuant to the
Georgia Open Records Act, O, C.G.A. 50- 18- 70 et gQ., without consulting or
contacting the person or entity making the submission, unless a court order is
presented with the submission. You may wish to consult an attorney or obtain legal
advice prior to making a submission.
J.
The DeKalb County First Source Jobs Ordinance requires contractors or beneficiaries
entering into any type of agreement with the County, including purchase orders,
regardless of what they may be called, for the procurement or disposal of supplies,
services, construction projects, professional or consultant services, which is funded in
whole or part with -County funds or County - adm111istered funds in which the
contractor is to receive $ 50,000 or more in County expenditures or committed
expenditures and recipient of urban redevelopment action grants or community
development block funds administered in the amount of $50, 000 or more make a
good faith of
to ]tire DeKalb County residents for at least 50% of jobs using the
First Source Registry ( candidate database). The work to be performed under this
contract is subject to the provisions of the DeKalb Comity First Source Jobs
Ordinance,
Business License
Contractors shall submit with their proposal, a copy of their valid company business
license. If the Contractor is a Georgia corporation, Contractor shall submit a valid
UMMMQ
An evaluation committee will review and rate all proposals and may determine an
interview list of the contractors whose proposals are highest rated based on qualifications
and information provided in Section 111, Proposal Format, and Section IV, Evaluation
Criteria.
Interview listed contractors will be scheduled for an oral presentation to the evaluation
committee, not to exceed one hour' s duration, in order to respond to questions from the
evaluation committee relevant to the contractors proposal,
The evaluation committee will then re- score all interview listed contractors based on the
information submitted and oral interview, and will compile a new list ranking those
contractors. After all ratings completed, the committee will open cost proposals of only
the final short listed contractors and will include the cost proposal information along with
its recommendation for award to the DeKalb County Board of Commissioners, who will
make the final decision as to award of contract.
17H
Sincerely,
in L. Walton, CPPB
Cost Proposal
Attachment -
Attachment D - Sample County Contract with Federal Work Authorization Program Contractor
and Subcontractor Evidence of Compliance Form
t]
ATTACHMENT A
Within the DWM, it is estimated 5, 000 miles of pipe in the distribution and collection systems,
major facilities operated and maintained by the Department include the Scott Candler Water
Filter Plant; the Pole Bridge Advanced Wastewater Treatment Plant, the Snapfinger Advanced
Wastewater Treatment Plant, and the DeKalb County Raw Water Pumping Station. Through the
planning, operation, maintenance, and monitoring activities of employees, these facilities provide
clean, safe drinking water, quality wastewater treatment, and environmentally -sensitive
maintenance and construction:activities,
The DWM has approximately 680 employees working within six internal divisions:
1. Long Range Planning
2. Watershed Protection
3.
6.
Plant Operations
An additional 100 employees are assigned to the Finance Department to provide billing and
collection services to the customers.
The DWM provides all of the functions normally provided by water and wastewater utilities,
including:
3.
Meter reading
4.
Meter repair
Water treatment
Wastewater treatment
Laboratory
10. Administrative
11. Engineering
311 1
213, 878
56 MGD
35 Million
Gallons
Flow
60, 000
Number of manholes
120 MGD
4
00 MGD
70 MGD
ATTACHMENT B
COST PROPOSAL FORM
Address:
Telephone Number:
Fax Number:
E- mail Address:
FOR
Contractors responding to this RFP are EgglLired to submit their costs on these sheets only,
A. State a Igm sum rice for all things necessary for the Study Phase and for implementation of cost
reduction and operational enhancements for DeKalb County, Georgia, in accordance with this RFP.
The Cost Proposal shall identify any specific services for which it will not accept performance- based
compensation. For these services, the Contractor shall identify the proposed means of compensation ( i.e.
fixed fees, hourly rates, cost-plus or other). See section B.
Year 1;
Study Phase and for implementation of cost reduction and operational enhancements
Year 2:
Implementation of cost reduction and operational enhancements
Year 3*
Implementation of cost reduction and operational enhancements
Year 4:
Implementation of cost reduction and operational enhancements
Year 5:
Implementation of cost reduction and operational enhancements
B. If there are additional services, which the County may elect to obtain in addition tothe requested
services, itemize each proposed service, activity and/ or title of subcontractor, the estimated number of
units of work, and a flat fixed or estimated total cost for cash proposed service.
Total Cost
ATTACHMENT
f+'
12FP
Htvitations To Bid
ITB
Ten 10 PereTtPreference
LSBEs-LSBEs- DcKalbDcKalb areare certifiedcertified byby thethe CountyCounty aridarid mustmust bebe locatedlocated withinwithin DeKalbDeKalb County.County. PrimePrime contractorscontractors utilizing utilizing LSBEsLSBEs
DeKalbDeKalb shallshall receivereceive tent(en ( 10)10) percentagepercentage pointspoints oror tent(en ( 10)10) percentpercent preferencepreference inin thethe initialinitial evaluationevaluation ofof theirtheir response response toto anyany
RequestRequest forfor ProposalProposal oror InvitationInvitation toto BihBih
. .
i;i;SBEsSBEs
- - MSAMSA areare certifiedcertified byby thethe CountyCounty andand whilewhile locatedlocated outsideoutside DeKalbDeKalb County,County, mustmust bebe locatedlocated within.within. thethe MetropolitanMetropolitan
StatisticalStatistical AreaArea
( ( MSA)MSA) consistingconsisting ofof Cherokee,Cherokee, Clayton,Clayton, Cobb,Cobb,
initialinitial evaluationevaluation ofof theirtheir response response toto anyany RequestRequest forfor ProposalProposal oror Invitation Invitation toto Bid.Bid.
ForFor eligibleeligible ProjectsProjects overover
$ $ 5,5, 000,000, 000.000. 00,00, thethe DirectorDirector ofof thethe Department Department of:of: PurchasingPurchasing andand ContractingContracting willwill determine:determine: ifif thethe
MentorMentor
- - ProtegeProtege provisionsprovisions ofof thethe LSBELSBE OrdinanceOrdinance willwill apply,apply,
Benchmarks Benchmarks andand GoodGood FaithFaith EffortsEfforts
-
ForFor allall qualifiedqualified sealedsealed solicitations,solicitations, asas thatthat termterm isis defineddefined inin thethe LSBELSBE Ordinance,Ordinance, thethe DirectorDirector ofof thethe DepartmentDepartment ofof Purchasing Purchasing
andand Contracting Contracting shallshall determinedetermine ifif thethe BidderBidder oror ProposerProposer included included writtenwritten documentationdocumentation showingshowing thatthat atat leastleast twentytwenty percentpercent
2020%)%) ofof thethe totaltotal contract:contract: awardaward willwill bebe performed performed byby aa certifiedcertified LSBE...LSBE... IfIf thisthis twentytwenty percentpercent
( ( 20%)
20%) benchmarkbenchmark isis notnot
achieved,achieved, thenthen thethe DirectorDirector ofof thethe Department Department ofof PurchasingPurchasing and:and: ContractingContracting shallshall determinedetermine ifif thethe BidderBidder oror ProposerProposer hashas
exhaustedexhausted itsits goodgood faith:faith: effortsefforts asas delineateddelineated inin thethe LSBELSBE Ordinance.Ordinance. ContractorsContractors failingfailing toto meetmeet thethe LSBELSBE benchmarkbenchmark trusttrust
documentdocument andand demonstratedemonstrate goodgood faithfaith effortsefforts oror riskrisk havinghaving theirtheir BidBid oror proposalproposal rejected.rejected.
LSBELSBE ExhibitsExhibits AA andand BB areare thethe requiredrequired documentsdocuments toto bebe submittedsubmitted withwith
, ,aBidaBid oror Proposal-Proposal-
AtAt thethe timetime aBidaBid oror Proposal Proposal isis submitted submitted toto thethe County,County, thethe BidderBidder oror ProposerProposer shallshall submitsubmit LSBELSBE ExhibitExhibit A,A,. . whichwhich includesincludes
the'the' notarizednotarized affidavitaffidavit showingshowing LSBELSBE Participation,Participation, ChecklistChecklist ofof GoodGood FaithFaith Efforts,Efforts, andand StatementStatement ofof Compliance;Compliance; andand LSBELSBE
ExhibitExhibit B,B, thethe signedsi: gned : letterletter ofof intentintent fromfrom eacheach LSBELSBE
- -DeKalbDeKalb oror LSBELSBE
- - MSAMSA describingdescribing thethe naturenature andand dollardollar valuevalue oror
percentagepercentage ofof thethe work;work; material,material, equipmentequipment and/and/ oror servicesservices toto bebe performedperformed oror providedprovided byby thethe LSBE(LSBE( s)s). .
LSBELSBE ExhibitExhibit
isis thethe requiredrequired documentdocument toto bebe submitted submitted afterafter executionexecution ofof thethe ContractContract withwith eacheach paymentpayment request-request-
AfterAfter execution execution ofof thethe Contract,Contract, primeprime contractors contractors areare requiredrequi
: red : toto submitsubmit withwith eacheach monthlymonthly requestrequest forfor paymentpayment thethe
: : LSBELSBE
ExhibitExhibit C;C; whichwhich isis aa reportreport detailingdetailing LSBELSBE usage.usage. LSBELSBE ExhibitExhibit
. . CrequiresCrequires primeprime contractorscontractors toto ratifyratify thatthat allall Subcontractors Subcontractors
havehave beenbeen paidpaid within.within. sevenseven
( ( 7)7) daysdays ofof thethe prime:prime: contractor'contractor' ss receiptreceipt ofof paymentpayment fromfrom thethe CountyCounty andand includesincludes anan. . LSBELSBE
subcontractor'subcontractor' ss detaileddetailed reportreport ofof theirtheir subcontracting subcontracting activityactivity forfor thethe Contract.Contract. FailureFailure toto fullyfully completecomplete andand timelytimely submit.submit.
LSBELSBE ExhibitExhibit C,C, anyany otherother requested requested documentation:documentation: forfor LSBELSBE participationparticipation andand proofproof ofof SubcontractorSubcontractor paymentpayment maymay constituteconstitute
aa materialmaterial breachbreach ofofcontract,contract, entitlingentitling thethe CountyCounty toto terminateterminate thethe ContractContract forfor defaultdefault oror pursuepursue anyany otherother availableavailable remedy.remedy.
LSBELSBE ExhibitExhibit DD isis thethe currentcurrent DeKalbDeKalb CountyCounty ListList ofof CertifiedCertified LSBELSBE VendorsVendors
TruckingTrucking ofof MBEMBE andsands WBEWBE ParticipationParticipation
-
TheThe ChiefChief ExecutiveExecutive Officer:Officer: andand BoardBoard ofof CommissionersCommissioners DeKalbDeKalb CountyCounty desiredesire toto provideprovide maximummaximum practicablepracticable opportunityopportunity
forfor allall businesses businesses toto participateparticipate inin thethe performance performance ofof governmentgovernment contracts,contracts, including:including: minoritymi- nority - ownedowned businessbusiness enterprisesenterprises
MBE)MBE) andand womenwomen
- - ownedowned businessbusiness enterprisesenterpri
( ses ( WBE),WBE), ToTo achieve:achieve: thisthis purpose,purpose, thethe CountyCounty wouldwould likelike toto tracktrack andand recordrecord
information information aboutabout participatingparticipating vendors.vendors. LSBELSBE ExhibitExhibit AA trackstracks whowho performsperforms workwork andand rendersrenders servicesservices toto thethe County..County..
ContractorsContractors areare requestedrequested toto indicateindicate whetherwhether theythey areare aMBEaMBE oror WBE.WBE. andand listlist thethe levellevel ofof participationparticipation byby subcontractors subcontractors
designated designated asas suchsuch onon eacheach qualifiedqualified sealed.sealed. solicitation.solicitation.
LSB0 Exhibit A
PRIMBBIDDER/ PROPOSER
The firm, submitting this form as the prime bidder/proposer on this unit of work, is a certified ( check all that apply):
LS80-MD&
lf the prime bidder/proposer is certified [, U8D' please indicate below the portion of work (including the percentage of
the amount & id/ pmpuxal) that the firm will carry out directly:
wi;* jwiutvnn| mn, plevoe describe below the nature ofdwj^iu venture and level o[ work
and financial participation uho provided hy the L@B0, ngnbp,(x)^[ the joint vmwuro
signed letter of intent from all certified LSBEs; describing the work, materials, equipment or services to be performed
andfor provided and the agreed upon dollar value or percentage of award and signed by the prime bidder/proposer and
the LSBE. A Letter of Intent form is attached hereto as LSBE Exhibit B.
Contact
Item
Contact
Fax
wm__
lSD8^D"*]
Type v( Work/Contract
tmw
Please make copies of this page to list additional LSBE, MBE mWBE subcontractors andfor finite, (including suppliers) to
hv utilized i" performance * f this contract, i[ mx* ue&J
0|
LSBE Exhibit A
PRIME BIDDER/PROPOSER-------
The firm, submitting this form as the prime bidder/proposer on this unit of work, is a certified (check all that apply)
I,SBE-DoKalb
2.
3.
LSBE-MSA
If the prime bidder/proposer is a certified LSBE, please indicate below the portion of work (including the percentage of
the amount Bid/proposal) that the firm will carry out directly:
If the:prime bidder /proposer is ajoint venture, please describe below the nature of thejoint venture and level of work
and financial participation to be provided by the LSBE member(s) of the joint venture,
A.
LSBE Subcontractors andlarfirnis ( including suppliers) to be utilized in performance of this contract, if awarded. No
changes can be made in the subcontractors listed below without the prior written approval of the County. Please attach a
signed letter of intent from all certified LSBEs describing the work, materials, equipment or services to be performed
and/ or provided and the agreed upon dollar value or percentage of award and signed by the prime bidder/proposer and
the LSBE. A Letter of Intent form is attached hereto as LSBE Exhibit B,
Name of
subontractor
Contact
Person
Fax
Check all that apply: LSBE- DeKalb 1, SBE- MSA; attach proof of LSBE certification.
Optional information: .... MBE __ WBE; attach proof of MBE and/ or WBE certification.
Type of Work/ Contract
Name of
Contact
Fax
LSBE- DeKalb
LSBE -MSA; attachproof of LSBE certification.
MBENABE; attach proof of MBE and/ or WBE certification.
Please make copies of this page to list additional LSBE, MBF. or WBE subcontractors and/ m firms (including suppliers) to
be utilized in performance of this contract,.if awarded.)
CLRECKL
IST QLFjG900DFAFrH ERTS
A Bidder or Proposer that does not meet the County' s LSBE participation benchmark is required to
demonstrate that it made " good faith efforts." Please indicate whether or not any of the following actions
were taken.
Provided interested LSBEs with timely, adequate information about the plans,
3.
contact, the name and title of the person making the effort, and the amount of
the quoted price if one was obtained.
5.
Efforts were made to divide the work for LSBE subcontracting in areas likely to
be successful and identify portions of work available to LSBEs consistent with
their availability. Include a list of divisions of work not subcontracted and the
corresponding reasons for not including them,
Bidder/ Proposer to perform the work of a contract with its own organization . .
does not relieve it of the responsibility to make good faith efforts on all scopes . . .. . . .
of work subject to subcontracting.
6.
7.
ThisThis listlist isis aa guideline guideline andand byby nono meansmeans exhaustive.exhaustive. TheThe CountyCounty willwill reviewreview thesethese efforts,efforts, alongalong withwith otherother
documents,documents, towardstowards assessingassessing thethe Bidder/Bidder/ Proposer'Proposer' ss effortsefforts toto meetmeet thethe County'County' ss LSBELSBE benchmark.benchmark. IfIf youyou
requirerequire assistanceassistance inin identifyingidentifying certified certified LSBEs,LSBEs, pleaseplease contactcontact thethe DepartmentDepartment ofof PurchasingPurchasing andand
Contracting,Contracting, Contract Contract ComplianceDivisionComplianceDivision atat contract0dekalbcomil;contract0dekalbcomil; yga.yga. goygoy oror 4G4-4G4- 371-371- 6395.6395. AcopyofAcopyof
thethe currentcurrent listlist ofof LSBEsLSBEs certifiedcertified byby DcKalbDcKalb CountyCounty isis attachedattached toto thisthis solicitationsolicitation andand isis availableavailable onon ourour
websitewebsite atat wwwwww
LLekallmtm
- - ekallmtmJygUu.JygUu.
file compliance reports: at reasonable times and intervals with the County in the form and to the extent prescribed by the
Director of the Department of Purchasing and Contracting, Compliance reports filed at such times: as directed shall contain
information as to the employment practices, policies, programs and statistics ofContractor and all Subcontractors.
t. Non -Discrimination Policy
During the performance of this agreement, Contractor agrees to conform to the following non- discrimination
policy adopted by the County,
Contractor shall not discriminate against .any employee or applicant for employment' because of race, color,
a.
b. .
religion, sex, national origin, or disability.. The Contractor will take action to ensure that applicants are
employed, and the employees are treated during employment without regard to their race, color, religion, sex,
national origin, or disability. Such action "shall include; but not be limited to:
I) .
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship, Contractor agrees to :post in conspicuous places available to employees acid
applicants for employment; notices to be provided setting forth provisions of this nondiscrimination clause,
2) :
C.
access to, or treatment or employment in, the programs and activities, which form the subject of the Contract:
The Contractor will take action to ensure that applicants for participation in such programs and activities are
considered without regard to disability. Such action shall include, but not be limited to, the following:
1)
Contractor agrees to post in conspicuous places available to participants in its programs and
activities notices to be provided setting forth the provisions of this non -discrimination clause.
2)
Contractor shall, in all solicitations or advertisements for programs or activities, which are the
subject of the Contract, state that all qualified applicants will receive consideration for participation
The undersigned certifies that lie /she has read, understands, and agrees to be bound by the Specifications, including the
accompanying Exhibits and other terms and conditions of the invitation to bid and/ or request for proposal regarding LSBE
utilization. The undersigned further certifies that he/ she is legally authorized :.by the Bidder .or proposer to make the
statements and representations in LSBE Exhibit A:and that said statements and representations ate true :and correct to the best
of fisher knowledge and belief. The undersigned will enter into formal agreements) with the: LSBE( s) listed in this LSBE
Exhibit A; which are deemed by the County to be legitimate and responsible LSBEs. Said agreement(s) shall be for the Work
pursuant to the Contract with the County. The undersigned understands and agrees that if any of its :statements acid
representations are madeknowing them: to be false; or if there: is a failure of the Contractor to implement any of the stated
agreements, intentions, objectives, goals and commitments set forth herein without prior approval of the County, then in any
such event theContraotor' s act or failure to act, as the case may be, shall constitute a material breach of contract, entitling the
County to terminate the Contract for default The right to so terminate shall be in addition to, and not in lieu of, any other
rights and remedies the County may have for other defaults under theContract. Additionally, the Contractor will be subject
to the loss of any future contract awards by the County for a period of one year,
Contractor Name ( Please Print):
Signed:
NOTARY:
day
DIMS
This form must be completed by ALL known subcontractors and submitted with the bid or proposal. Photocopies
ofthis form are acceptable. Complete a form for each subcontractor.
Name of Prime
From:
0 LSBE 0 MBL
URBE
Check all that apply)
13- 500275
of
Commence
Contract
Dote
Award
ViiVii
PrimePrime ContractorContractor
SubcontractorSubcontractor
Signature:Signature:
SUBCONTRACTOR,SUBCONTRACTOR,
as
I
Ya
4b
pw
ry
Cti
ik
oU
N.
vY
m 6 `T
vi
Ga {
O '' "`.
bS
p.
C}
Au
x
W
49
mrn
n u.
d?
dCi
CLQ
or
w
C
tk
6O
tiOtiO
MM
44
NN
NN
Sfi
ry
y. G cq
Ilk
rxk
qqG
A7+
c5
ti
ppC
oo,
G`,
iC
q C
S C.1.
a.
NA
ca.0
L
x.
fi
i
ci 6pt
IC
m G C
m. 0
L..
o.
Y O
m r^
w '
0
11
wv
re
Ak
u At
WH . b
Q
Ci 2M
Ci
CJ
MMM
w w v acCe ai
ai
x UCG+
rn
r. J .a
AS
FuZ
FQ
ti
ti
n"
h+
y.
Fa
KI C FI
N. Vl N OA
OO
5t
pej
pN m
Zl
mtn 0
b0 is
Yi
lC
o.' M N
N d'
arh
c
in
W'
6.
ce
O
pG
iJ
vs
A'
u.
t'
in
K ;z
ti
OO
NN
O It
MM
ONON
x] ...
C> Q
az
r,..
y .W
n ud
L W
a: j ,.
yi. W : W
W5
W3
Wi3
W3
NN
bb
F- E
Id
E E G F
G:
r..
0 G C2
u:.O
cn
14
E
G
E
G
y,i
G 4N0 O
iw
i,
t a,.
C` G w. s
vG
Z Y' Q _'
n..E
n' c [:, t
e5
V: V '
a. w -.
CI
4v @,.
G c..
ro
S"' C ..
Saw 8
c.: ., E
s,
w,
in
4S
ww
r
w
cG
ONMti
CON
c,
o.
ry
G
c^
CJJ
qv
15
b".
tJ MY.
3q .
Y '.Q
f.A W { i
3,
6r
4j
ro
Cp
roO
w:
Vlt.
axw
vsyw
IX' G: CL sP
J2
C4
J' G.
4.[:.
UO
dz
vC4
W: W Ci
aWr
7z
uj
00
toto
rYrY
ON
ct
C6
NN
Po
G O
pia
u'
W`
G C
4"L
L,i
S m
J '.`_iw :
C,:
i-`
E"'.
iii
try
pp
t9
M
Y
ti.
c %
m.. .
nnL
A a C
n
OF x c
C. O
o" T C a.'
v,.;a
K":
N ,ti
a a
r tt,-a
h,m`
c:
c,
in
p ."
61
y1y
4
a. oVGO
N. O
UP. O
N. v; C7
u ..
a CJ
C
a
N %+C: v`
d z
xz,
rn
f1"
C.
G' O
a.,..'%+,.
4'
l I-^ Vl : i
Hf
u-
r."'
r^.+ U
Cvf
L4
wow" ?
l d CJ
a^
F a CJ
W: :
Yd
d v y
zz
au
C...
Juz
CZ
w0cmwm0t
w w
NN
a C' G
Myer
OD ' 4
v]F J
CL y G
Z. 2
S
O
F"
V.
C1 w
H'
A' ct
r' O
aF
V1 .
a-r
gY
5>
O,'
G' C
it '*,.,
Vl
vl
all
F oo '
y <t
ra
v.
eba
Q
V
Io
1 F
qt.
C.4 A
Frx
CU..,
Cu:.. a
x`.
x V u
C4
W: u
z'
0O0O
MM
QQ
NN
WN
a,a,
u o
0.
1
Li u
U W
Gvz
pp
ro
xr
itl
C n
v:
rr
80
Cw M
ti :W W itl
eJ
f.:..
C O
y ."
C.
6. `.,. '.
d,
D,
6. i 0.
p]
v^ C. Gk , O
Z U
4d
vS_
L7
U ..]...
jq
c',
r.
t
PaPa
w
FD
ppp3
GG
NN
al. M
61. x1
7`
m 5
9p9p
11
G..: J
ten. R. Gli
PE
W i^ V]
U '
Ci f1: U.
JJ ...
i7
uU
V' O
a .
Fhb
hA
M,_, p
USG
hj
V. b
J" SF
045
NiyN A
Gary "N
P.
6
S
2 z
C4
b
e
4t!+sdt*R
4u v
LI]
In
rr
cF
w q^
CEi
O
d.
M1
Nm Vr=
S
5)
V Gr
t
4
fl
w
ca
R,`
N J vY zC C7
m t2i Ci
Ci
ti
fi
nU
V]. <L" .7
C C7
r1h"
U.
n U' L7
N CiI L7
Ith
J
1 -,
7 " >O
r^
Cn U .-.
rLOZ
W t .-,
0.7 w
m {.7
W w C7
q vz
cn
ZZ
m u ..
wH
jcC00
m O ?n )
b
fllfll
car
44
4
77
dd
NN
s
F
G
P
G_
aid
BCD
yN,
urn
Ip m
r}
r. vi
r.
h n
O 3. M
P v
U
r.
D'..
rvrti .
P+ yO
C.
v" 6
O W. M
x..0
rn
ray
uw' 7
44
0c0c
x
rara
00
o
w
NN
w w
L4
ra
xx
ro
NN
E.: Y
N
V:
ti
C/ 1
C
Sfm
a yl
UV
U0.;C
Uz
U7-
pa+pa+sri3"s'ri3"'
an
tPMtiMiPN
NN
Y.
4Y
QG
O'
Oi G
u
h
y ci
ONw
Uti
N -
wi wt
L: W L..
ii.
CQ
CJ
O iiw
Ufa.: u.
a.. .. ?
oo p' 4
f-
ii
J a. '.
N'
WN N
U C..(:.
R. ia,
15
L14a
us
CZ,
Jz
UUU
ar
as
i5 E.
44
a,
yw 14
cox
x ',
a `, :
U Z
GV
NV
UV
Vl
tJ?
G
Io
v _
lu
ti
fiwCS w
C4
t
tL
R.
C?
b n,
p.
G
n
n:.0 Q..
cnM
d. CM
m
is Qrr
S^ J
9M
CO
N3
ry
may a
ar
4,4' 4
calla
00c
zU
um
c 14
ea
tiG
U
f
Fvo
on
av` P
m?
vo
nr' Ca
T`'
7 v'
Cd < r
a ::
v4,:
i7
il
d0
M .,
WO
r, G' C7
v, :
tv CG 1 :a
v, v::2 C7
ti^
v%.
a1
u5a
Jv:
vaC
Gr
zuy
C4
J
ULQ
U: U'
aa
14
lDlD
At
ryarya
x
aa
c
Ux
NN
NN
btl
Si
w
tJ
trY
P
x O
75
i '
ci
G ..
Ch '
C .- '
C +Pn O ( ,
y. PS
4g
21.
It
Q
wit
wqr'
ilA
Fn
C
C
Vi
f?+ +
fi' q
j r.r.
6l
i ch
N G
CRkt,
mdC7
tG. C7
u si. C'1
ri
NG..
ooGv
NaO
evWC7
Ica
axa
Sz
cz
q Uv
scttis.scttis.
yr
InF
5
oU:U
s3
a3
ONON
CQ
C7
NN
rrn ao G
0 '"`
coo
a m
h G
P >
m .
5 h [n
ro o
oo ,.
P:
ti_
N.
O V
8
m
O ` C1.
co
p 0
oo
C V
Oi
yA
aC zn
O.
o0
All
v?. 3,:+
cvwi7
wCG
mad
3 m @
PcnU
v, wv
p cam"
C. rr, :7
N
cC
v+ u. v
d:
NOG
c
, C....
hZ: wL?
Xa
zV
mw
a
x
04
Nip
xl
ac
z.
cl3
x
U
yv
r_,',
w`
cs
vzU
z
L4 x
xt
mx
z>
t,x
ozU
a7. 0"i
CC v
z>
d
Jw
mx
x1 5
x7
va
fil
rn
N
v:
GJ
cY
5W5
v:
viN
G
o
O
o
rNn
rnN
12
Cp
G, N ry M
pO
O+ a
y oC V
r~
y G
NN
F..'Vl
C!
N
7.
i. It
r
G
vrO
w.
Z F
2` v
F'
Ja
Z
cuv
ate^
av
C.
a, z;
Ci
rnG
0
1' z_]
wa
cFa
cc KK
00
two_
rnrn
0rya
NN
3}
UJ
ti
E
rt
N'^:
aw DVS
90
9'
p^ W
E 6C G
O Y .N-.
V _
P ^ J': C
1^'
St,
4:. E
yyY
InIN
It
It
M1
C.
y CJ
N ' C' M
In
NQ
aF'. .
C3
s t
a
az
Zvi
a m
C? C
z nC
i'L
rz' Zpv
z
rOviu
am y
azu
O
p .
II
w
Sv
ataU
w
L3
W 4i. iz]
w ,,'
S
7 w
a
L'i
15
ti
A
t1
7F,
Io
2 J
12
12
19
ca
45
rR
x ^
91
t4
GwGw
OO
L4
CQ
5.
pb
Vl
F N 9
ti
O. G
G.
4' CO
V]
u.
b?
mP
G
u
n c
v S
av GNU
r. a. C7
as '
yed
C'.
vz 6i7.
nd[ 7
av
vvD4i
tr
L;
1 C7
J
r ++
a
14
r- .
ti
IA
dax
IV
w C4
amcn
Ha
ii
al
M55
tl7 CG
6j
may,.
tiI
Ai
ra
vG
eG
i >
ro
ti
tC
tv
rV
VG
1 W
TV
USy
M.,,
1. a ,'.
v .Y
G `T' N 6
C W ar : m
r40 "
Y. N
a'-. W G..:
N .:
Ap.
3
i 4
K a
W
gym v
CO
ro ',+.
W w: Cn
E
A
L.
Cq
P .
ri 'W i.'
w Cn. '?
O
ai
7 U
wva
WCw<
aU'.t-
rr-
C7 U! U
CLL;
z L
n dua
aw
00
C
ww k.,k., s scsc
OwaaOwaa
NN
NN
ee
4t
w
ail
C Et
UU
M ^ W
cr
r.
c,
F bb
W.
q,
UC q
U . U0 x0p
c, 4
c... 4" c,
fJ.
cJ
o.
UG v;
w
is i wi
C9
F+
I G\ GG
6N
r^
v
S G
k:
iu
In
TJ
qW G,
h'
UOO
6 y
Cc
4 sn,
Y" O t' r
Y ' ,
O O.
f' d
G` h,
O ' NJ
G
oa
O O. C' vJi
q
v c
y,
O
a "
a
v:a
w3c
v: 3
wc
zC
cv
c?
wc:.
ti
c
s
i"++^
as
.-
c,; qy .
wU
w G
wa
wa
s.
uur_..
w: n
II
00
z;.as
IaIa
II
C
x
cz
L4
L4
4e* 4a
Ln,
NN
cc
xm
WN
C 33 '
P'
p,
cm
ty
Ei
N
P.
th
I
Cpl 4i
21
ra.
L.
cu
yp' U
M fn y.
y < n cCi
rrnj ^
4=
X yN
m xs
4> p
r
r
w 14
ht
r' .r-".
r
CC
us
ti+'
t'..': ch
C rv' i
4: r r
a LD
yo . 1 v
r, . a C7
cv
G'
M. O
v, a:Z [7
fj .
ra C. C9
v>
O N O
ro .
d C7
fi
c
e
xc
4r
xwx
yi
to
N
ar
tD
Ab U
G
f1
G pA
t5
O^
4G
ti
eGi
N#
Oq
C
mhhza
O
yy*
5''
ro "
04 ro C
G.
3'
c "c
XX
ti
7 w
Ca -
f r.,
Uw N
n r'Q
mb
a:
GO
01
4:
V_
LQ
waQxz
v a
Gam.,-,
V
y
OO
0t
titi
MM
ON
qq
a"
7
q 5
q'' dq
q qq
NN
155
u 2
Gv
js
14 ; Zst
L4 k Z- U
P-P14
it
7F
OO
CQCQ
0r
ti
5fa
iV
G I
ti
ti
fir.
Ax
GC.
At
O. N N
u'
NM
N M' C
44
tr egls.
5yCi
e
6 4
LI
00
a
lac
tia
envtia
aenv
G,
c+
W 6C
S Ma'. D
M..H...f. =..
0 r'{, . y. M_'C
yy.^
d' J
on,..
on,..
sn
u
4}I5
jy
fC
Q.
G
V1
G.,,,,
fll
c. d c7
7: U
d .%.
O
C
ttt
M d C;
G `' W O
f 5
c.. U"
IL
G
M.
d C7
iS. "`
ro C
Cs; w C
G
e",v
rnd.::
G C
Q
a,..::
d,
GzU
w"a' C.
U
nono
titi
ad
s
MNNqO
NN
bG
w
w
C9
G dO .G C.1 F
ttl
M
F
G_
LP
Vw5
N:rn
InG
ILi
C O .. E
CP
t b Q ti
O H O lV
ACC v1' ti
6.
r` n
O OY' d
Y' C rC.
G V C .O
c
o'
zh
z
zw
II
u
m
tk
Cata
z3
6n
ar
IX] U".
p5C1
s3
a1
a
i3
S]
tD
v v:
i7
w:
a-
It
C
Y
GGCii
Y
RS
It
t4
mL:
Nf" CU
NGU
6r (/
iJ.
cR C. v7
V' G v
nl w.' V
K: .(0
1.
MMW
42
dd
AA
33
QNmH
U.
Cl:
ti
U)
NN
i1
p,
sy
u:
rG
Mme. "
ffi
v
a
IS'
6S
i5
F vs
G.
G =.
as .-.
OO
O^f
CO
C
o
P. d d'
G 6 a^
a OWF
C" O
N Q
t
ts
Si n'Y
rn
pK
Rj
a^
iy yy,
tj
44
yy1j
CF .
4A
r4
u
f. nt+ 3
5 U
p pMy
C7
cF
i
w
cA
El
CC
53 -"
Al
O.
pe
1 Q Pt Fi
ax'
O OH'
v' Y CKS %
M V ,h^ 1
y ^gym
p] : Ctf
ow'
r.
e{ V
vl
ca '
cCd .^.
y" O
sNr
ro
O M
P'
tT '
i
VJ '
pp
l7
N ':
ti
rv' v V, :'
E
ti
O'
Q ._'
CIS IS ' r 4
N.
O
N +-+4t;
N
V
tipN
N N d. ',,`
y'
Ul i.+
G a
r,
7 Z;
e." ``
a:
vii
WZ
@
t+
t+ ss
aa
NN
NN
9Y
vaw
aa ,,
F'
w.-
itl
x.
MBA
ra a
v.,6
Gb
F
y
iE
E.
Ei
y:RR$if, it
O-, U
O O
p "`
p.,
j 7i
fiy a*
W sk
R.
At
414
C,!
a.
G C._]
Ga
it
ftA
M:.=
cccc
C2m
m.: r
p;
L3L3
ti
ti
ti
C.
O
UG
G
nJ
P.
of
G+w. v "wcu
O' V ^` : C
M C u
ma ....
n, , w''
a. '"..
nl NN.
u . i`.'..c
n a:
K'
wv. rD. s
ww. '
C .r+
7
S",
vl " cJ
o G C
m.-.
G' M
v .-,A C7
S; fry
O iG Yn
n d v
cv q C7
vl M
Cd
rtw
vU
3a
3z
awa
au
as
Yy
t.
veV d V.
C7
F'
CJ
wCp"
ad
3aU
u?
aU
3apz
UU
au
3zx
au
a
c
v
k
0O ==nIpRtnIpRt
RR
rvtL
Y.
MHMH
NN
NN
J t.
a .
J G
5:
J:
W
o ti
CD
pp
a
p
yy
claw
t+'
4j.
U'
m KN. N U
4)' O N OA
CV O V
eS
re tFG
G yw
ro
W"
n ,
n.
ra` .
v x
p
4
z, J
a'.
n,tld
y C:
r~
C7
x z
U: J
i..
r1, 2X t
Ca w
U d'
Z. a
C aCa
cz
L4
L4
CdU
a3
y .G p
a'3.
c c
ab t G ni
ra
tr9
d'
w 0.
tT
a.l
C C m
J 0.'4 J s G1 U C
U Z
v5
m,
Y
q
r
C' y
O
0.t..
rr x
r+ x
It
ea
It
es
fi
wa
9t +s
3f ;
t"e.'
ry `-'
d C
G'
Ci Z'
K,;;
@ *.
a,
C{
O s= 4F
Eat
naOrti
N
A G.
U V rru
a G
li '' G
bl) iC
s$
a ^,
49 F.
O.
C v
V MV.
G tv
bG
G' G
4"$
ti
C.+:
6 J
T J G.
sn w
4 .
Cc: }
U1
U^
riz
V9
CG
it
V
U
L"
7. 0
w.
rig o..i..
;
rn a
r..
v`,:
v ?. w
a, :+.,
u
a. [:,.
a.:'.,
a w ._
H ?. a
GO
1i +y. O
CN
trt Q. V
h:
Cab
vw
R 0
HG M'
M G' t
N
as
c7,
P M.
V+ Y
QiJ
h]
u N
ngG
w i
CJ M
Vl p
GC W v
r+N' -fr V
O
C
P"
rG
am
z'
ii
pp
lL7N
MM
NN
S Ci
ay m
ro
G'
c.,
lltllt
y,
H" r rn.
cr<FL
44
are
0
cJ'
nC CCU
wV
U. ,
ro
wUcn
LZ
Aq
P T. o
e: w .'_'
m `'
w '
row ?
w"
L;
q
1w
Bi v O'
F G G
it
f.J '
G C
O^
S C Q
3
s
u
U
w' W
n"
cG
z. 5_w
HHC?
W C,?.
d2M.
wHH4
144
lI,eoileoi 4. n, irti`rt`
HQ
p$
y
tS
W Ltil
t1S
Gu
a,' C]
W m
WI
WI .`
W1'
yep
r.1. A v
b
p
O.
c1
rY
a>
u.
CC
m
G
c
C
GC
G
G
O u'i N.
N N
00 N
9'
ilia
c
xx
se
v;
C1 YV
tn. 4: ".
V Y V
G r.r
v R "`..
p .Y.. ''
y. Cf
2G
C7
G inW x ro ` 5
G. 9
w G
f.
s ,n
w L
W V
a,
U W
w
G
CC
CU
U.
O.,
yy
Q_
Ev
r
ii
btl
o.
is
k.1 H
mW
G. W
V1 P.
c.L 6
ZW w C?.
CJG
m W W
u?
u?
V
G
W.
u' P
V'i ..
YV
ro
ah
6 M
CG
U
Wz.
T
aR
S Er...'
CQ
GG
fi
OO
w;
c:
W .,::;
w W w
W u W
MMM
NN
asraasra
D. ti
G.
i'
Rx {
G I N
f" 1
U.
Vi @
w `a
o`^o n G
va
vNi tav v.
w:
14
F
u}
O. m
O iA
F 6 O
O C`
7
W WSJ T.
mO O b
HY
ik
a
r5 ,Z C:Q"
eAt
ti
II
OO
as
to
oz
v0v0
MM
rl
CC
NN
NN
t0t0
ca
U ":7 m ' G
G Li
Q7 u
66
Oj v
Y""'
Av
X F
Fi
tR
vlffiavlffia
rr
rl`rl`
3w
a C%
C3 a V l7i
6.
d>+
C^w
di a.%
PI ]
f4 4 i7
OA
d V
dyW
c1a
QcG CG
9ri
i
uarl W3i4:W3i4: 5;
mm
aa
rara
ww
NN
IF
v.
C: C.
G`y.
CQ
i i"
r.Gi C: d != a a n`:
U U
CGi U G1 v v. n:
wva
S >
Fpp
qC
ir
V@
ppC
CCq
ffi
pG
CO
w.. DO
bb
CY"
rs5m ^"
cE
m ,
a:
C '^
N '}
G "'"
N.
N.
ea
I
SY$
G vC
m Z r G
C m ' w`
WG L
Vhi nC Cr
G'
O cGi " 4C
ry G U
N N `+
v .. 1 x U
c;
O ''
tv c"'vd C7
Js
tt
ma
MHe` aQ
caca
OO
U!
G
riy. A}
C!11
JJ
G.
lt'
il
Jiil
CY
Ni
U7N
G'i
44:
gut
V
Q
Q CT
M 3
Y$y..
av
w
b
qa
fYi
czu
II
u
a
toto
00
4aw
M MW
Uia
aF3
wz
cAx
ww
a3
4=
ti
u: :::
mm
xm
z3
CCi CC
ww
a3
LQww
NN
ryarya
a3
oo
W5++
8}
0
CG
G J
J U
c.
4J
c v.+
J `
p-.
F
G
cr
w.
3,
ai'
n
05
o' a' o
o r,a G...
ti ,
o.
Q' r. r~
as
or m
G
1i
M1is
n,
0.
z: iOvz
a
t:
CC
te
00
NN
rw
cn
NN
u
aa
4=
O G
7 O O
ti
Sr4 +
Q
cG
Swy
5:
ro
o oa
E.
Jxaa
a o
ahc \.
G..o c
ar
rU
o ti
x9, 9
Axe
It
w
s
c
v:
C . Y
V
N
rG
cu
a C7
r-
va
G'
r-.:/
cv ..]
V`
G ':
r; ^' G`
rr
5 H 4
CY
C@' 4
to
L
Ca.
xU
raw?
dv"a
ad
ar J
a4
rr
00
aa
CZ
NN
u q
J
E,
G j
bll
cn
mm
va
v:
o
G
u
c^ G
0 ru
oC
uy
CV .}F.
y+` G. M
c aac .
y, : E
ti
Ca
rN
o `>`a>
3
ST .."^
rn
e`". i
r'C.>v :
T N ` T s`
a
w. yj
m ..
a' evi
p!
ei i
rya
At
0. c
NZ
ar C v
C1
q E .
c. +
co v J V
rJ O C.
N 0.CYk
s.
v D a. G
USX
cC .
Q [
wz
04
v<
G
as
zv
5z
X .+ 7
v..
w' G -;.
x `
N 'J Z'
rv
4l
d V
zz
0 :rzH
Z.,
OO
aa
44
NN
NN
U4?
ti
cx
cx
R
G
y, r
V: W W
vNa
ti 1' r
OG
ti
Rl
1
r'
c
U
U
C
v>C C7
P ;'
dU
Z @ C7
C7
r .-
iU'
i..' U U
m v..v
r H C7
a''
a' G'
G4
wG'
11
it
z
00
rara
0000
Jb
ro U N
i` Gi
KO
j
r
J ". v c 'ri nn o
W J
Y
T9
c`,
v:
i+
3
411
t.
J2
ILI
Q1 Z
It
w
m
fi+
yr
H
h,
qj ;`3
3. tv N
C M O v
q
m .
ri .r.' i
CYO
N N C
n N ti
Y. L
A ( 3)
m
y'j CZ
42
v C
rFZ'
h Ak
v. vCr
xx
c, a.. a:
rn ''
vs v7
ca
wc
n
wCJJ
lu
qp
4ti; W.
C`U
4
E m
i. l
S :.
H` U .
a .
c7: G
wee
USA'
b `L b
S4
oft,oft,
N
G
x.
G
A.,r
y et n
y.
C Kl
W .: G m
zw
tC
r Fa
OO g#g#SiSi
EGa}'
cya
my+
chmchmOi
NN
NN
O.
L4
S'
49
LZ
t5 '
G
OV
r+
G
ti
Gl
G"V
IT 9
4 i
b',
15r
LnnV
ro
M
an...
It
v: v
z v
xt
i7
i5
m .: C .:
eY :%
S: `?
v?
azc,
v
ce
Ho
y}
z>
rzu
G.
4m
G
yA:
C R
G,
to
C.. p
ox
CCbI
y o.-.".
td
GG
C
G
G
G
CG
G
y
J,
n.
R.
n, R. .,
3.....
l ,.:
4 .
0]. q. tx, s
o+ w.
V) ..,.;,
x
G
ua ' J
G' v' u;
h :., d
s; f
:U
n J:.
H7C. -.
uz ... .
u3w
PaPa
oMM>)
oMM>)
h
C
as
CC
MM
v
OO
NeQeQN
ww
C.
C C
Up.
v;
9.
15
R
pJ
0
G .>'
G G.
4 i)
EEl
2
G %.
CU
N G O.. G
G
W1
O'" J
C
G
v.
N
0
wC"
cd
cd
C
b
G
a.
m
K w
i d
l
J ti
wi
L4 d H .
z
G J
Ili i1i .
FL a
OC
H
P+ 1
ca
a
tvd
rz
q 0 .
U K
u4
c..
ti
ca
c1
G
Eo
V
j
C
mb v
O:
CO
O m
CY+
6 0
tfitfi bb
J M.
b' roMw.
u: W
Vla" l7
V
N
M+
i
w.
V yM
aT y f+l
t'] V
E'
Vi U.` V
h
N -: .
M
J
C.,d?
N' L 41
y) " PM
m
u'
00
c o
0r\ar\a0
G
LQ
e`e`vv
u,
N
ci
75
0V
fi
V4
4
C.
O\ l
rY
m f.`ro..
I' d
5F
O p" 5V-
k` J
n
v m
4z v"Sw
ik
Q!
h C: q ,
m va r -,
7
N p.1 v
Y J V
d :.) :7
vi N
21A, 4
fi ,C
tt t
OK
L7
w. L' w U z
II
OO
MM
OO
NN
NN
cUU
z3
a3
az
w3
p
w
i7 G:7: W
4gi
rvi
C.
h^
07
h M H
O M V
G..
u`C p
ul. V y.
5 ''
Qi7
M..
CCJ
asC: i
nG':.
x. GV
r . l ..]
MGV
VJ
nib
M it G
x. D !
cL :
V]
u^
i.0..
M
y.^
env
C1
Py.
C4 zC4
tt h
ir
aa
4
C
GtoGto wsws aa
Fy
5a
C7
CG
a*
C3
d:
aid
as
a53
MOMMOM
rara
oUCa
ar,
u>u>
Jl
OL bli U W
1`
4
cs
WW
x
m
ir
I4
Ua:. Ja..
a"
fr
m.
V!
s.
air
Ur. 0
4:j.
ti
It
xqRR P2Zi
ti
py 4
C,
w i,
3. Gy. F
y- , c
ro c: .
c,..c G
C',
K ti ' s
GO1
".` .o?C.,
r4
At
a "t$
Lt
o,
Ifl U V
ry C!
V .
N. a 47.
In 3t
yam
ZrG
v
YiYi
4th w G
jau
O4
e+e+ 11
CC
NN
mm
NN
F v j
U E
a"
m64
C c
Q.
oE. 3
W m. m
y_
CJ
p.
E
W
p
p
:-,
x
c. o: w ".
1
c..w
w ww U
IM
arn;`
arn;`
IM
IT
o
C%
s^,
Gm `^mod $ '
moo `
p'.7^.. C
m a'i E.
7-e
QQ nMytnMyt
a,
ilk
ON
WW
CQ
NN
v.,
as
C ro'w
fA
a R
Yfn
wG:
a
N
to
m
ci
G
u
X
Ca
U +'
Y..
Yom. W v
G Q '
V] a, G... rn
1 Ar
Z, W ...
C. h" a
d W a -+
ve y.
G.. "
P` p .q
r. 4 7. k
Q Y>. W
C W a. ro
A
fi y
4"
r- 3 a:.7
1v
c.. -
rn n Ci
LC7 ,
v d C7
a3 i7
inCJ
C9
O
M
2Z a:.
rzz
I.
a
A
ry
Lt
oTo.'
L"r
F'. W ,
m^:,
P: k-
ti` c
o0.
n
t-.o
nN.{::
qG m
P wGm
G
Cn
xoh+m:
Q
w, S i .
Q ['HC
C
rn'
MTV
rSe"
y' S
L9
zzs
ccC
xC
a'
u : v)
3 71
3U
Em,Em,
eMOMeMOM
NN
L4
5
WW
NN
oq
V C NR
ppyj
yq1
Y C
vi
Ay +
ypa
y. : i
die
CT p p
N CV
C ..
C GN
Y O h 4
P G
nd a
LP ..
VU
G
V+
S? C. C
W'. O. In
Cb
h G: :V
rl
Vl In 0
M. N
O Y'
iJ
ti
rat
In
z iJ
cY V] J ii
M15
rh ` V
4
L4
L4
N aU
cCS
y^
C
C
c
11tt
hi
fi
C
W
W^
ItVa '
u
FwFw
7C
soso ryr,y,
Q
w
NN
NN
bb
luo
ff *
WI,
I
V-
20. (
execution date") by and between DEKALB COUNTY, a political subdivision of the State of
and _,
with offices in -
a _
organized and
County, _
hereinafter referred to as " Contractor"), shall constitute the terms and conditions under which the
herein set forth, the County and the Contractor hereby agree as follows:
ARTICLE 1.
CONTRACT TIME
The Contractor shall commence the Work under this Agreement within Ten ( 10) days
from the acknowledgement of receipt of the Notice to Proceed. Contractor shall fully complete
the Work within one ( 1) year and four ( 4) possible one year renewals Agreement from and
including the acknowledgement of receipt of the Notice to Proceed. The Contract Time may be
extended only by Change Order approved and executed by the DeKalb County Chief Executive
Officer or his/ her designee and the Contractor in accordance with the terms of this Contract.
The Contractor shall commence the Work under this Contract within ten ( 10) days from the
execution date. As required by O:C,G.A 36-60- 13, this Contract shall ( i) terminate without further
obligation on the part of the County each and every December 315, as required by O.C,G. X 36 -6013; as amended, unless terminated earlier in accordance with the termination provisions of this
termination provisions of this Contract; and ( iii) terminate absolutely, with no further renewals, on
December 31, 2018, unless extended by Change Order adopted and approved by the DeKalb County
Governing Authority and the Contractor in accordance with the terms of this Contract.
As full payment for the faithful performance of this Contract, the County shall pay the
Contractor, the Contract Price, which is an amount not to exceed ($ ),
unless
changed by written Change Order in accordance with the terms of this Contract. The term " QL4ne
Order" includes the term " amendment" and shall mean a written order authorizing a change in the
Work, and an adjustment in Contract Price to Contractor or the Contract Term, as adopted and
approved by the Contractor and the DeKalb County Governing Authority, or the Chief Executive
Officer, if exempted from Governing Authority adoption and approval in accordance with the
express terms of this Contract. The Chief Executive Officer or his/her designee shall have the
authority to approve and execute a Change Order lowering the Contract Price or increasing the
Contract Price so long as the amount of each Change Order increasing the Contract Price does not
exceed twenty thousand dollars ($ 20,000.00) or ten percent ( 10%) of the Contract Price, whichever is
less. Any other increase of the Contract Price shall be by Change Order adopted and approved by the
DeKalb County Governing Authority and the Contractor in accordance with the terms of this
Contract. Amounts paid to the Contractor shall comply with and not exceed Attachment A, the
page( s) attached hereto and incorporated
herein by reference.
undisputed invoice.
Invoice( s) must be submitted as follows:
Accounting Services
Annex Building
1300 Commerce Drive
C. A copy of the invoice(s) must be submitted with completed Prime Contractor LSBE
Local Small Business Enterprise) Utilization Report and LSBE Sub- Contractor Report
Contract Compliance Division
DeKalb
County Purchasing & Contracting
1300 Commerce Drive, 2 Floor
2
The Contractor agrees to provide all Management Advisory Services in accordance with the
County' s Request for Proposals ( RFP) No. 13- 500275 for Management Advisory Services, attached
hereto' as Appendix I and incorporated herein by reference, and the Contractor' s response thereto,
attached hereto as Appendix H and incorporated herein by reference,
The Contractor' s services shall include all things, personnel, and materials necessary to
accomplish specific projects authorized by the County, Specific Work Authorizations will have
precedence over any interpretation within the Contract,
ARTICLE V. GENERAL CONDITIONS
A. AgojEgC of Work. The Contractor shall be responsible for the accuracy of the Work and
any error and/ or omission made by the Contractor in any phase of the Work under this Agreement,
B. Addai2aftI312ft. The County shall in no way be held liable for any work performed under
this section which has not first been approved in writing by the County in the manner required by
applicable law and/ or the terms of this Contract, The County may at any time order changes within
the scope of the Work without invalidating the Contract upon seven ( 7) days written notice to the
Contractor. The Contractor shall proceed with the performance of any changes in the Work so
ordered by the County unless such change entitles the Contractor to a change in Contract Price,
and/or Contract Term, in which event the Contractor shall give the County written notice thereof
within fifteen ( 15) days after the receipt of the ordered change, and the Contractor shall not execute
such changes until it receives an executed Change Order from the County.
No extra cost or
extension of time shall be allowed unless approved by the County and: authorized by execution of a
Change Order, The parties' execution of any Change Order constitutes a final settlement of all
matters relating to the change in the Work which is the subject of the Change Order. The County
shall not be liable for payment for any work performed under this section which has not first been
approved in writing by the County in the manner required by applicable law and/ or the terms of this
Contract.
and data are and remain the property of the County. The Contractor agrees that the County may
reuse any and all plans, specifications, drawings, estimates, or any other data or documents described
herein in its sole discretion without first obtaining permission of the Contractor and without any
payment of any monies to the Contractor therefore, However, any reuse of the documents by the
County on a different site shall be at its risk and the Contractor shall have no liability where such
documents are reused,
D. Successors and Assigns. The Contractor agrees it shall not sublet, assign, transfer, pledge,
convey, sell, or otherwise dispose of the whole or any part of this Contract or his right, title, or
interest therein to any person, firm, or corporation without the previous written consent of the
County. If the County consents to any such assignment or transfer, then the Contractor binds itself,
its partners, successors and assigns to all covenants of this Contract. Nothing contained in this
Contract shall create, nor be interpreted to create privity, or any other relationship whatsoever,
acceptance in stages as required by the County. Acceptance shall not relieve the Contractor of its
professional obligation to correct, at his own expense, any errors in the Work,
R
Termination of Agreement. The Contractor understands and agrees that the date of the
beginning of Work, rate of progress, and time for completion of the Work are essential conditions of
this Contract. The County may, for its own convenience and at its sole option, without cause and
without prejudice to any other right or remedy of County, elect to terminate the Contract by
delivering to the Contractor, at the address listed in the Notices article of this Contract, a written
notice of termination specifying the effective date of termination. Such notice shall be delivered to
Contractor at least thirty (30) days prior to the effective date of termination. If Contractor' s services
are terminated by the County, the termination will not affect any rights or remedies of the County
then existing or which may thereafter accrue against Contractor or its surety. In case of termination
of this Contract before completion of the Work, Contractor will be paid only for the portion of the
Work satisfactorily performed through the effective date of termination as determined by the County.
Neither party shall be entitled to recover lost profits, special, consequential or punitive damages,
attorney' s fees or costs from the other party to this Contract for any reason whatsoever. This
Contract shall not be deemed to provide any third-party with any remedy, claim, right of action, or
other right. The parties' obligations pursuant to this Section shall survive any acceptance of Work,
or termination or expiration of this Contract,
G. Indemnification AgtLe ment. The Contractor shall be responsible from the execution date
or from the time of the beginning of the Work, whichever shall be the earlier; for all injury or damage
ofany kind resulting from the Work, to persons or property, including employees and property of the
County, The Contractor shall exonerate, indemnify, and save harmless the County, its elected
F
officials, officers, employees, agents and servants, hereinafter collectively referred to in this Section
as " the County Indemnitees," from and against all claims or actions based upon or arising out of any
damage or injury ( including without limitation any injury or death to persons and any damage to
property) caused by or sustained in connection with the performance of this Contract or by conditions
created thereby or arising out of or any way connected with Work performed under this Contract, as
well as all expenses incidental to the defense of any such claims, litigation, and actions.
Furthermore, Contractor shall assume and pay for, without cost to the County Indemnitees, the
defense of any and all claims, litigation, and actions - offered through any act or omission of the
Contractor, or any Subcontractor, or anyone directly or indirectly employed by or under the
supervision of any of them. Notwithstanding any language or provision in this Contract, Contractor
shall not be required to indemnify any County Indemnitee against claims, actions, or expenses based
upon or arising out of the County Indemnitee' s sole negligence. As between the County Interimitees
and the Contractor as the other party, the Contractor shall assume responsibility and liability for any
damage, loss, or injury, including death, of any kind or nature whatever to person or property,
resulting from any kind of claim made by Contractor' s employees, agents, vendors, Suppliers or
Subcontractors caused by or resulting from the performance of Work under this Contract, or caused
by or resulting from any error, omission, or the negligent or intentional act of the Contractor,
vendors, Suppliers, or Subcontractors, or any of their officers, agents, servants, or employees. The
Contractor shall defend, indemnify, and hold harmless the County Indemnitees from and against any
and all claims, loss, damage, charge, or. expense to which they or any of them may be put or
subjected by reason of any such damage, loss, or injury. The Contractor expressly agrees to provide a
full and complete defense against any claims brought or actions filed against the County Indemnitees,
where such claim or: action involves, in whole or in part, the subject of the indemnity contained in
this Contract, whether such claims or actions are rightfully or wrongfully brought or filed. The
County has the sole discretion to choose the counsel who will provide the; defense. No provision of
this Contract and nothing herein shall be construed as creating any individual or personal liability on
the part of any elected official, officer, employee, agent or servant of the County, nor shall the
Contract be construed as giving any rights or benefits hereunder to anyone other than the parties to
this Contract. The parties' obligations pursuant to this Section shall survive any acceptance of Work,
or termination or expiration of this Contract.
R.- Insurance.
The Contractor shall furnish the following along with the Agreement documents
sent to the County for execution:
I
b)
c)
Commercial
e)
a)
b)
the insurance
applies;
c)
Certificates
to
contain
Contractor' s
protective
coverage
for
any
subcontractor' s operations;
d)
e)
3.
coverage as set forth above from all subcontractors who are engaged in this work.
11
5. Contractor agrees to waive all rights of subrogation and other rights of recovery
against the County and its officers and shall cause each Subcontractor to waive all rights
of subrogation for all coverage,
6.
Failure of the County to demand such certificate or other evidence of full compliance
with these insurance requirements or failure of the County to identify a deficiency from
evidence provided will not be construed as a waiver of the Contractor' s obligation to
maintain such coverage. Contractor understands and agrees that the purchase of insurance in
without at least sixty (60) days prior written notice to the County. Policies and Certificates of
Insurance listing the County and its officers as additional insureds ( except for workers'
compensation insurance) shall conform to all terms and conditions ( including coverage of the
indemnification and hold harmless agreement) contained in this Contract.
If the County shall so request, the Contractor will furnish the County for its inspection
and approval such policies of insurance with all endorsements, or confirmed specimens
thereof certified by the insurance company to be true and correct copies. Contractor shall be
responsible and have the financial wherewithal to cover any deductibles or retentions
included on the certificate of insurance.
I. Georgia Laws Govern. The laws of the State of Georgia shall govern the construction of this
Contract without regard for conflicts of laws. Should any provision of this Contract require judicial
interpretation, it is agreed that the court interpreting or construing the same shall not apply a
presumption that the terms hereof shall be more strictly construed against one party, by reason of the
rule of construction, that a document is to be construed more strictly against the party who itself or
through its agent prepared same; it being agreed that the agents of all parties have participated in the
preparation hereof, and all parties have had an adequate opportunity to consult with legal counsel. In
interpreting this Contract in its entirety, the printed provisions of this Contract, and any additions
written or typed hereon, shall be given equal weight, and there shall be no inference by operation of
law or otherwise; that any provision of this Contract shall be construed against either party hereto.
J. _ Venue. This Agreement shall be deemed to have been made and performed in DeKalb
County, Georgia. For the purposes of venue, all suits or causes of action arising out of this
Agreement shall be brought in the courts of DeKalb County, Georgia.
K. Contractor and Subcontractor Evidence of Compliance, Federal Work Authorization.
Pursuant to O. C.G.A.
13- 10- 91, the County cannot enter into a contract for the physical
7
subcontractor(s), as that
term is defined by state law, register and participate in the Federal Work Authorization Program to
verify specific information on all new employees. Contractor certifies that it has complied and will
continue to comply throughout the Contract Term with O.C.G.A. 13- 10- 91 and any related and
applicable Georgia Department of Labor Rule. Contractor agrees to sign an affidavit evidencing its
compliance with O.C. G. A. 13- 10- 91,
Attachment B. Contractor agrees that in the event it employs or contracts with any Subcontractor( s)
in connection with this Contract, Contractor will secure from each Subcontractor an affidavit that
certifies the Subcontractor' s current and continuing compliance with O. C,G.A, 13- 10- 91 throughout
the Contract Term. Any signed Subcontractor affidavit(s) obtained in connection with this Contract
shall be attached hereto as Attachment C. Each Subcontractor agrees that in the event it employs or
contracts with any sub- subcontractor(s), each Subcontractor will secure from each sub-subcontractor
an affidavit that certifies the sub-subcontractor' s current and continuing compliance with O.C.G.A.
13- 10-91 throughout the Contract Term, Any signed sub- subcontractor affidavit(s) obtained in
connection with this Contract shall be attached hereto as Attachment D,
L. County ReDresentative. The County may designate a representative through whom the
Contractor will contact the County. In the event of such designation, said representative shall be
consulted and his written recommendation obtained before any request for extra work is presented to
the County. Payments to the Contractor-shall be made only upon itemized bill submitted to and
approved by said representative.
M, __
Contractor' s Status. The Contractor will supervise and direct the Work, including the Work
of all Subcontractors. Only persons skilled in the type of work which they are to perform shall be
employed,
The Contractor shall, at all times, maintain discipline and good order among his
employees, and shall not employ any unfit person or persons or anyone unskilled in the work
assigned him. The relationship between the County and the Contractor shall be that of owner and
independent contractor. Other than the consideration set forth herein, the Contractor, its officers,
agents, servants, employees, and any Subcontractors shall not be entitled to any County employee
Benefits including, but not limited to social security, insurance, paid annual leave, sick leave,
worker's compensation, free parking or retirement benefits. All services providedby Contractor shall
the County. Personnel policies, tax responsibilities, social security payments, health insurance,
employee benefits and other administrative policies, procedures or requirements applicable to the
Work or services rendered under this Contract shall be those of the Contractor, not the County.
N. GeorDa_Ok_
en Records Act. Contractor will be expected to comply with the applicable
provisions of the Georgia Open Records Act, 0,C,G,A, 50- 18- 70 et seq.
O.
First Source Jobs Ordinance and Preferred. Employees. The Contractor is required to
comply with the DeKalb County First Source Jobs Ordinance, Code of DeKalb County as Revised
1988, section 2-231 et seq., and among other things, is required to make a good faith effort to hire
DeKalb County residents for at least fifty percent 50% of all jobs created by an Eligible Project, as
that term is defined in the First Source Ordinance, using the First Source Registry. Contractors,
subcontractors, and independent contractors bidding on this contract will be encouraged by DeKalb
County to have 25% or more of their labor forces for this project consist of Preferred Employees
selected from the First Source Registry. The First Source Registry has Preferred Employees trained
by U.S. Department of Labor registered apprenticeship programs and other partners. For information
on Preferred Employees, please contact the DeKalb County Workforce Development by telephone at
404- 687- 3417 or 404- 687-7171or in person at 320, Church Street, Decatur, GA 30030.
P. Business License. Contractor shall submit a copy of its current, valid business license with
this Contract. If the Contractor is a Georgia corporation, Contractor shall submit a valid county or
city business license. If Contractor is a joint venture, Contractor shall submit valid business licenses
for each member of the joint venture. If the Contractor is not a Georgia corporation, Contractor shall
submit -a certificate of authority to transact business in the state of Georgia and a copy of its current,
valid business license issued by its home jurisdiction. If Contractor holds a professional license, then
Contractor shall submit a copy of the valid professional license. Failure to provide the business
license, certificate of authority, or professional license required by this section, may result in the
Contract being terminated. Contractor shall ensure that any insurance, license, permit or certificate
submitted in response to the County' s REP or as part of the Contract shall be current and valid when
submitted, and shall remain valid, current and maintained in good standing for the Contract Term.
Q. Sole Agreemen . This Contract constitutes the solo contract between the County and the
Contractor. The terms, conditions, and requirements of this Contract may not be modified, except by
Change Order. No verbal agreement or conversation with any officer, agent, or employee of the
County, either before or after the execution of the Contract, shall affect or modify any of the terms or
obligations herein contained. No representations, oral or written, shall be binding on the parties
unless expressly, incorporated herein, No Change Order -shall be, enforceable- unless approved by
official action of the County as provided by law or in this Contract,
R.
Attachments and Appendices. This Contract includes the following Attachments and
M
Appendices all of which are incorporated herein by reference: Attachment A, Contractor' s Cost
Proposal; Appendix I,
Contractor' s
Attachment C
Affidavit;
Subcontractor' s Affidavit(s);
Attachment
D,
Sub -
S. Severability. If any provision of this Contract or the application thereof to any person or
circumstance shall to any extent . be held invalid, then the remainder of this Contract or the
application of such provision to persons or circumstances, other than those as to which it is held
invalid, shall not be affected thereby, and each provision of this Contract shall be valid and enforced
delivery, or ( c) overnight courier service: All notices sent to the addresses listed below shall be
binding unless said address is changed in writing no less than fourteen days before such notice is
sent
Future changes in address shall be effective upon written notice being given by the Contractor
to the County' s Executive Assistant or by the County to the Contractor's authorized representative
via certified "first class U.S. mail, return receipt requested. Such notices will be addressed as follows:
Wh Floor
Decatur, GA 30030
Ffitl
Executive Assistant
1300 Commerce Drive
Decatur, Georgia 30030
1H
o0w%
U. Counterparts. This Contract may be executed in several counterparts, each of which shall be
deemed an original, and all such counterparts together shall constitute one and the same Contract.
V, Controlling Provision& The Contract for this Project shall govern the Work. If any portion
of the Contract shall be in conflict with any other portion, the various documents comprising the
Contract shall govern in the following order of precedence:
or
modifications issued after execution of the Contract; the provisions of the County' s RFP; and the
Contractor' s Response thereto.
I I
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in
by Dir.(SEAL)
0
Signature
W. BURRELL ELLIS, J.
Chief Executive Officer
Title
ATTEST:
Signature
ATTEST:
Title
APPROVED AS TO SUBSTANCE-
APPROVED AS TO FORM.
Department Director
12
s, wn
v,
th4
e. t.
Ft
By executing this affidavit, the undersigned Contractor verifies its compliance with OC,G,A.
13- 10- 91, stating affirmatively that the individual, firm or corporation which is engaged in the
physical performance of services on behalf of DEKALB COUNTY has registered with, is
authorized to use and uses the federal work authorization program commonly known as E-Verify,
or any subsequent replacement program, in accordance with the applicable, provisions and deadlines
established in O.C. G.A. 13- 10- 91. Furthermore, the undersigned Contractor will continue to use
the federal work authorization program throughout the Contract Term and the undersigned
Contractor will contract for the physical performance of services in satisfaction of such contract
only with Subcontractors who present an affidavit to the Contractor with the information required
10- 91.
Contractor hereby attests that its
identification number and date of authorization are as follows:
by O.C.G.A. 13-
Date of Authorization
Name of Contractor
Name of Project
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on ,
20
in (
city), _(
By:
Signature of Authorized Officer or Agent
day of
NOTARY PUBLIC
My Commission Expires:
20 .
state).
EvvyMOMMUM,
Subcontractor Affidavit under O.C.G.A. 13. 10- 91
By executing this affidavit, the undersigned Subcontractor verifies its compliance with O.C.G.A. 1310 -91, stating affirmatively that the individual, firm or corporation which is engaged in the physical
insert name of Contractor) on behalf
of DEKALB COUNTY, GEORGIA has registered with, is authorized to use and uses the federal work
authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance
with the applicable provisions and deadlines established in O,C.G, A. 13- 10-91.
Furthermore, the
undersigned Subcontractor will continue to use the federal work authorization program throughout the
contract period and the undersigned subcontractor will contract for the physical performance of services in
satisfaction of such contract only with sub- subcontractors who present an affidavit to the Subcontractor with
the information required by 0,C.G. A. 13- 10-9t. Additionally, the undersigned Subcontractor will forward
notice of the receipt of an affidavit from a sub- subcontractor to the Contractor within five business days of
receipt. If the undersigned Subcontractor receives notice that a sub subcontractor has received an affidavit
from any other contracted sub-subcontractor, the undersigned Subcontractor must forward, within five
business days of receipt, a copy of the notice to the Contractor. Subcontractor hereby attests that its federal
work authorization user identification number and date of authorization are as follows:
Date of Authorization
Name of Subcontractor
Name of Project
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on
20__ in -(
city), _(
By:
Signature of Authorized Officer or Agent
NOTARY PUBLIC
My Commission Expires:
state).
By executing this affidavit, the undersigned sub-subcontractor verifies its compliance with
O,C.G.A,
13- 10-91, stating affirmatively that the individual, firm or corporation which is engaged in
mane of
subcontractor or sub-subcontractor with whom such sub subcontractor has privity of contract) and
name of Contractor) on behalf of DEKALB COUNTY, GEORGIA has
registered with, is authorized to use and uses the federal work authorization program commonly known
as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and
deadlines established in O.C.GA. 13- 10- 91.
continue to use the federal work authorization program throughout the contract period and the
undersigned sub- subcontractor will contract for the physical performance of services in satisfaction of
such contract only with sub- subcontractors who present an affidavit to the sub-subcontractor with the
information required by O. C.G. A. 13- 10- 91( b), The undersigned sub- subcontractor shall submit, at
e t , Subcontractor
Additionally, the
undersigned sub- subcontractor will forward notice of the receipt of any affidavit from a subname of Subcontractor or sub -subcontractor with
subcontractor to
work authorization user identification number and date of authorization are as follows:
Name of Project
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on
20-- in (
city),. (
By:
Signature of Authorized Officer or Agent
Printed Name and Title of Authorized Officer or Agent
Subscribed and Sworn before me on this the
day of
NOTARY PUBLIC
My Commission Expires:
20__.
state).
ATTACHMENT E
T, ,
an _
That said corporation has, through lawful resolution of the Board of Directors of the corporation,
as
That the foregoing Resolution of the Board of Directors has not been rescinded, modified,
amended, or otherwise changed in any way since the adoption thereof, and is in full force and effect on
the date hereof,
day of .
20
CORPORATE
SEAL)
Secretary)
It
yl
PROPOSER AFFIDAVIT
By executing this affidavit, the undersigned verifies its compliance with O. C.G.A. 1310- 91, as amended, stating affirmatively that the Proposer submitting a bid to DEKALB
COUNTY, GA, a political subdivision of the State of Georgia, has registered with and is
participating in a federal work authorization program* [ any of the electronic verification of work
authorization programs operated by the United States Department of Homeland Security or any
equivalent federal work authorization program operated by the United States of Homeland
Security to verify information of newly hired employees, pursuant to the Immigration Reform
and Control Act of 1986 ( IRCA), P. L. 99-603], in accordance with the applicability provisions
and deadlines established in O. C. G. A. 13- 10- 91, as amended].
BY:
Proposer' s Name)___
Notary Public
My Commission Expires:
20_
Identification Number
List below three ( 3) references, including company name, contact name, address, email address, telephone
numbers and contract period who can verify your experience and ability to perform the type of service
outlined in this ITB,
Contract Period
Company Name
code)
State
city
EmaiEAdarTW--
Company Name
Contract Period
Zip Code
coele
State
City
Email Address
Company Name
Zip Code
Contract Period
code
State
Zip Got3e
city
Email Address
DeKalb County is authorized to contact the references provided above for purposes of this ITB.
Date
Company Name
Veolia Water North Arnerica Operating Services, LLC lVeolia Water), as the Applicant Contractor, ap-
preciates the Opportunity to provide OUT technical and cost proposal for this management advisory
selvicrs study Of YOUT Department of Watershed Management's iDWM) administration, pd&^ niny,
operations, and i naintenance and capital programs, including the customer service functions conclucted onits behalf by the County Finance Department. Additionally, the Ill oposal discusses how we
can assist the Coonly with implementation ofits selected recommendations for improvement.
Our approach will involve working with your organization collaboratively on many levels to evaluate
your current operations and processes, and then together developing optimization initiatives that
can be successf u Ily implemented. Together we will produce a " Made-i n- DeKam" plan to set you on
the course for becoming x Utility pf the Future.
Recognizing that the County is embarking on a large, ambitious capital investment program, we are
mi ndful of pacing this project so that it doesn' t get in the way of ongoing DWM business. However,
we are equally mindful of your interest in demons trating benefits early from "quick wills" that wil I
build support and rno/nenb /rnin the organization as well vvitt the public.
Our collaborative consulting approach, dubbed Peel Performance SolutioreI (PPS), has been used by
Vonl| a Water in our advisory work with New York City; Winnipeg, Manitoba and Pittsburgh, Pennsylvania, In these projects, discussed in detail in the proposal, we brought together subject matter
experts, managers and consultants From throughout our firm to transfer our best practices and op-
credited with offsetting plan n ed rate increases. In Pittsburgh, early evaluation foc used on custom Or
service optimization (among other initiatives) and has already led to the drarnatic cuts in call answer
times. which were quickly noticed by the public and favorably commented on. You will see that our
success in these projects is validated by testimonials from the clients themselves,
in this Proposal, vveare supper ted bv four locally based minority-owned andvv0n1an' ovvnedbusincss
enterprises that all have prior experience working on related projects. They include Corporate Envi-
m ma, wo` p w
j,"
m ^:
op, 31m
S,
wC; m,,
apx
p/
w2
o":_'cI ,
7'*|
me, n,":
mx.( o7 /*
rzn
m
dam/ quaa`,
m||*
zon
Con sulting, all of whorry Erin g skill s and experience that com Element our own, Specifically, we will
leve rage the local resources and pxpn/ icoceof our local partners to support io\plcroentationofthc
init iatives you decide to pursue, with ii i itiative-specifi c roles and costs.
We have prepa i ed OUT proposal to follow the outline of your Request for Proposals and aye submit-
tin g separately the technical and price sections, as directed. Further more, to meet the REP language
anti spirit of peTfOTmance- based-incentive compensation, we have proposed a limited-fee structure
to cover o nly our direct costs for the study and the program management function. All Of OUT profit is
at risk for the cost-Teduction and performance- enhancement results we will deliver.
As an Executive Vice President of Veolia Water, I have executed this proposal, the associated TepTesen-
tations and other documents provided with the RFP; a copy ofn1y signature authority (Certificate nf
Secretary) is provided in the Appendix.
I will remain the contact person as your procurement process moves forward:
DavidGadis ExccotiveViccProsidnnt
jele :}
This proposal, as submitted, remains a valid offer for 120 calendar d a-ys from the proposed submission drodlincfnrU`isKFPVY9ackn0wledge/ eceiptofAddend 1aod2
invitpyooto contact us with any questions regarding this submittal urif you need any additional
information. We very much look forward to your review of this proposal and to Working with the
County and DYVMnn this important project.
Sincere\ yyaors,
5-
adis
g"
mc u\"
zo
coVrmamollov","
p, 2 zx2
uc|
IN
Contact
Telephone: 317/ 917- 3734 Fax: 317/ 917- 3718 Email: (lavid.gadis@veoiiawaterna. com
The information contained an each page of this document which has been stamped with
the legend " Company Confidential - Trade Secret and Proprietary Information Veolia
Water" is confidential and proprietary information which constitutes a trade secret of
Veolia Water North America Operating Services, LLC ( Veolia Water) Veolia Water asserts
a business confidentiality claim covering all data and information contained on each page
of this document bearing this legend. No such data and information shall be disclosed
outside ofthe agencyto which this document has been submitted or be duplicated, used
or disclosed, in whole or in part, for any purpose other than to evaluate this document.
Veolla IN"ater
P-32
P. 1
p.6
p. 32
p, 33
Section ILAA)
p35
P, 8
p61
PJ0
p. 61
loll
p' 12
p, 62
p.13
p. 63
P13
p.15
PAR
Section In A. S, a)
Appendix
Al
A-2
LSBF Exhibit B
p' 16
Approach to implementation
p.17
A- 3
Proposer Affidavit
p.18
A- 4
P.20
Experience and
A- 5
A- 6
p, 20
lo,23
sealed envelope.
III A,& b)
p. 26
C-1
FORM
provernent.
DeKalb County, like many communities across the country today, is struggling with fiscal challenges. Additionally, DeKalb County is faced with the expense of a U,S. EPA
respective interests.
infrastructure.
OEM,
A'ME
I WEI
89,000+ employees
roent, which provides billing services) presents an opportunity to align projected costs with revenue and ultimately
ca
rainers in net ping your tea ins jea I oetheir ful potential, sharing ideas a not implementing innovernent in it adves.
Dex, ib Crunty owes
Veora Water
f roi no an ce
control costs
jjj
suslainalkilRy
I
Existing duallenge:
Together, we
lniprovernentareas
pronnize Improvements
piles
ey'ectively WIF-11-013t
Together, we achieve
your goals
layoffs
Veola Water- Pronoril for Marat ernentAdmorySeiv, ces ( RFP 13- 50027o Decals Courts G 0, gn
ing from this experience and staffed our expert PPS teams
year.
projected to be:$23.million."
a fire service fee for commercial users that was not be-
Testimony of Carter
Strickland, Commissioner,
New York City: In the "Big Apple," PPS is called Operational Excellence ( OpX) by DFP, which stated in their
2012 Progress Report, "In the first six months of the program DER and our partner Veolia Water North America
commenting onVe ha
Water's ongoing assistance in
This effort includes placing staff alongside City employ ees to optimize the management of construction and
LreKalbCnwriy Georgia
Company " onfidential- i'a, ie Se retaua Prnpi, eiary h format', ,,n - Vcoi a Mtn
tt.
opportunities
ting DeKalb the results it wants. In fact, its the only way to
get the lasting resultsyou want and need. A typical consult-
ing services approach won' t cut it, because they hand you
we will adapt the pace and intensityto suityour available resources. Our analysts will assess operations, compare them
budget and coordinate data gather Ing and analysis_ For best
results, we want our learn very accessible to C)VvM staff,
Our
I r
po
DeKalb
ttteam has
before
Water Services
Administrative Services
ComparvC h. edtla: Trade Sn( iet and Pro pretary Infnrma6orr Veola Water
EXECUTIVE SUMMARY
money that we can't afford." David Smith, a foreman in the County's roads and drainage department, said to applause during a large Q& A session with DeKalb CEO Lee May.
Art icle in the AtIanta Jorrma PConsi tution, J uly3l 2013, where County .
rvoi kern request an in sourcng approach, which rs what Veolha can deliver,
much!'
peer interactions. Our experts are real " in- the -field" people who have worked many of the very same jobs as your
t pv;
Wa
Top- downfindings
provide in each case. Our Overriding mission In these implementations is to build DWM' s team capabilities to sustain
operator engagement
Verified.
Findings
sae
long-
term
As you evaluate proposals, please consider Veolia Waters unique capabilities with regard to: 1) qualifications and experience
of helping staff succeed; 2) an approach that renews asense of belonging and purpose; 3) a team structurefeaturing experts
who are experienced in helping utilities improve, and 4) key insights and local knowledge of strong LSBE / local partners,
C. E. R, M. will provide PMO support for the entire program; the others will be engaged ounce you have approved a particular
initiative where they bring special expei rise local knowledge orexpenence cornplementaryto ours.
q. Our experrc nce and qualifications are focused an helping staff succeed in their work
Veolia Water meetsyour minimum qualification requirements of two (2) utility organizations treating
over 54 MGD' for over 500.1000 persons throutih our lame New York Cnv and Milwaukee oa rtnershinsVeolia Water meetsyour minimum qualification requirenentsforfive (5) similar projects through our
a^
Our approach is motivated by our goal to deliver added pride of accomplishment for DWM and DeKaib
County as a whole, from the newest intern to the County Executive.
Our approach in Pittsburgh massively boosted morale, as customer service call waittimes were cut in
half within six months and staff saw theirideas implemented, improving quality & achieving savings:
Our approach in New York City is on track to save 10% annually, with initiatives such as our revitalization oftheir procurement department where we advised them to add staff and orange processes.
3. Our
reduce crests
Gravid Gadis, our Principal in Charge, previously managed our Indianapolis project, serving appraximately I million persons and achieving a five-year rate freeze while improving quality.
Jon ` orsak, our Program Manager, previously transformed one of our client s'- merchant sludge facilities, .growing revenues by33 %.and reducing unplanned system downtime by 89l
ManshI Low, our PMO previously managed the schedule, coordinated our Subject Matter Expertsand
produced the client del iverablesfor our highly successful Pittsburgh advisory services.
that
Our LSBE/ ocaI pawners bring 9ce1r in g Pats and 8caca@ Ecnc v ie
deployed, fur example, inthe areas of activity shown below:
m.
s
can be
C E,R..M brings experience and expertise in project management and capital procurement in DeKalb
D. Clark Harris & Associates brings extensive community outreach experience in the Atlanta metro Dovetail Consulting brings extensive public -and media relations experience in the Atlanta metropolitan statistical area.
Veolia Water, Pruj000a r Ior. Manage e entAdvirory Services ( UP13 500275) DoKald County Georgia
Corn anyConlide` t13l- riale, erret and rrornrtary Information Vu r6a Water
QVEOLIA
WATER
1111
11111
a,
managing water utilities in either the public or private sector. You probably (snow sortie of us from the award- winning
Atlanta- Fulton County water plant _orthe Fulton County
Johns Creek Environmental Campus and other wastewater
main nthe public ser' tor and we bring private -sector exper-
as customer service and job classifications and compensation, and we will coordinate with and link to these efforts
2eKa16CountyDWM
VeoHa Vsatus
1sv .
refine
j", ..,.
performance
G tip
canzrol costs
nT
sustainability
plot
of I - out
Existing challenge
Togetheowe
Wereviewyour
Wegradually
Together, we achieve
lookfor potential
opportunibesand
implement
your goals
more of idevtlyand
i improveirrentareas
getyour input on
trripruverV; ent
effectively without
irritiahves; starting
lavoffs
irnprovPments
VeoliaWater Proposal for PA rcg rnent Ati sot Sevices to P13- 500275) Devaib County Georg is
Comp a rty Conli donna l Ir, dr 4- crut and Proprleta ry I H form ation Veclra Water
PROJECT. APPROACH
ay` 3e'
new ideas that might make your job easier or improve your
that you agree because we only get -performance compensation ifan improvement idea is fully implemented.
We manage these projects in a methodical way that fits
into your routines of running the utility, or into the cycle of
events. That may not always be simple, but as experienced-
Finance, Purchasing, Customer Service and Communications departments, all of whom support our widespread
vs,
r +'
Veolia Water, Proposal for Managemert Advisory Servi ces ( RFP13, 50027S) - UeKalo County, Georgia
Company Corfidentia
PROJECT. APPROACH
We propose to start by having an introductory communication with all DWM employees and Oracle Water' s project
team to explain the purpose ofithe projectand how wewill
Duringthis phase, we will jointly establish abaseline of current operational and financial performance against which
to measure potential improvements. We will combine our
worldwide, mobilizing our global experts on technical matters, deploying our dedicated North American Operations
DWM.
an e
20
POTENTIAL.
POTENTIAL
CONSTRAINTS
MOMENTUM
IDENTIFIED
MAXIMIZED
IDENTIFIED
GENERATED
Performance indicators -
Experiences( subject -
Systemc constraints -
innorativeespint fostere8
benchnrarked
matter expert,
through collaborative
Benchmarking turns
hene5ts measured
Experience of operated -
hied i cCnDectives by a
engaged .
10
IMPLEMENTATION
operating costs
rontrolied
Performance irnpraved
and sustained at
higher levei,
Further success.
yeolta Water Proposal for lst nagcmentAdvrsu y Cervices oFP It 506275) DeKalb County Georgia.
Company Confidential - core Secret and Proprietary lnfortnatcrt Vecra Water
PROJECT APPROACH
will see their ideas getting attention, which will build sup-
cant experience war king for DWM the County and in the
Atlanta metropolitan area- Joining our team are Corporate
Environmental Risk Management ( C, E. R. M) and Environmental Consortium LLC both DeKalb LSBEs as well as
D. Clark Harris ( DCH)
ingwhore Detain LSBE status is pending, CF R M. will assist with project planning, data gathering and analysis and
750,000 annually.
experts will work hand- in- hand with your teams, which will
develop their skills through training, coaching and mentor-
erations, as well as supporting functions like Finance ( Customer Service) and Human Resources, with focused in-
ing. This approach promotes buy -in and builds the diag-
of the ideas that surface will come from you, and your staff
es tarp 13 5007@,
Company Confidential Trade Se, ret' and Fmprieta y into m.: ion - Veoi a Beater
PROJECT APPROACH
line, in- the -field approach. Our boots -on-the -ground experts will visit each of your facilities to see firsthand actual
a.ss
0.58 rrE
0,51 rrE
rM 0.41 ErE
During ride-alongs, we will spend full shifts with your operators and maintenance staff, observing the challenges
L0 MGo
veys with key managers and front -line staff. We will com-
We will deploy our proven assessment' toolkit and meth odology-- including comparison with Veolia Water and industry metrics to provide a detailed evaluation of DAW' s
operations and support functions against best practices.
Using our insights from the Study Phase, we will further as-
rnent.
sessthe best ideas in detail to( ointly quantifythe improvement potential and determine what it takes to implement
woliaWater- Proposal for Management Advisory Services( Rrr ds0027t) DeKaibCo7 ntyGsargia
PROJECT APPROACH
inr
cation Study.
Baseline
Option I
Option 2
henSUbmlttEdtPtheSteering Camrnitee.
perdayformini-
backhoeservicesand
excavator, operated
excavator
operating engineer"
tojoin standard two-
Throughout
this
engagement, we
will
work with
you
by one additional
person
The " baseline' standard procedure was that whenever field- maintenance excavations were required, a
helpful In those efforts There are a wide range of inetrics to help compare DWAS' s productivity and variance in
include:
neously addressing
seating model,
VeoliaVeolia WaterWater
- - ProPro posaIposaI forfor ManMan @Ferment@Ferment AdAd vivi sorysory ServicesServices TFP13TFP13
- - 5002550025 DoDo albCounty albCounty lnolno nignig
CompanyCompany Confidential-Confidential- TmdeSecret TmdeSecret andand ProprietaryProprietary infotma!infotma! nn- - Veo43woierVeo43woier
PROJECTPROJECT APPROACHAPPROACH
doci -n
1.
3ti
L{
SFIcns .
ter. 1
ToTo establishestablish thethe financialfinancial baseline,baseline, wewe willwill workwork withwith youryour
financefinance departmentdepartment toto understandunderstand thethe currentcurrent revenuerevenue
3,.
andand costcost structures.structures. WeWe wil wil useuse ourour insightsinsights fromfrom thethe op-operationalerational baselinebaseline toto identifyidentify thethe financialfinancial valuevalue ofof differentdifferent
er<
4
r,
ra
operational operational performanceperformance improvements.improvements. ThisThis evaluation evaluation
i
4:
do
nny
f
"
4nsi4
rin F
L. qk
V.
city:
CI
w.
willwill include:include:
Implementing
and
sustaining
change
inging automaticautomatic monitoring monitoring oror DCDC levels,levels, rebalancing rebalancing airair
oo GoalGoal Setting:Setting: SettingSetting aspirationalaspirational butbut realisticrealistic targetstargets
isis keykey toto motivatingmotivating peoplepeople toto succeed.succeed. StaffStaff needneed toto
buybuy intointo thethe DWM'DWM' ss improvementsimprovements forfor itselfitself inin thethe
nextnext fivefive oror 1010 years,years, believebelieve thatthat targetstargets areare achiev-achiev-
thethe assessmentassessment fromfrom dayday oneone toto thethe endend ofof implemen-implementationtation TheThe abilityability toto openly-openly- shareshare thethe newnew visionvision andand
rolerole
- - modelingmodeling newnew behaviorsbehaviors drivesdrives moremore changechange thanthan
tingting lineline managers managers toto becomebecome involvedinvolved andand taketake thisthis
responsibilityresponsibility requiresrequires focusingfocusing muchmuch ofof thethe capabilitycapability
kilowatt kilowatt
- hourshours ofof energyenergy perper mil ionmil ion gallonsgallons treated.treated. AtAt
ourour largestlargest wastewaterwastewater operationoperation
(
( 360360 MOD),MOD), thethe plantplant
operatesoperates atat one-one- thirdthird thethe nationalnational averageaverage energyenergy us-usageage perper thousandthousand pounds pounds ofof sewagesewage treated.treated.
sourcing sourcing combinescombines commercialcommercial andand operationaloperational im-improvementsprovements andand typicallytypically deliversdelivers a10a10
% % tsltsl reductionreduction
ofof purchasingpurchasing spend.spend. ForFor eacheach chemical,chemical, wewe bench-benchmarkmark pricing,pricing, assessassess thethe potentialpotential suppliersupplier marketmarket andand
createcreate
" " cleanclean sheet"sheet" analysesanalyses toto calculatecalculate thethe truetrue
tearnintearnin
"
" rapidrapid renegotiations'renegotiations' withwith suppliers.suppliers. TheseThese
efficiency efficiency ideasid; eas ; generated generated fromfrom youyou staffstaff andand thethe
firstfirst successfulsuccessful implementationimplementation ofof aa staffstaff idea,idea, WeWe willwill
buildbuild uponupon youryour existingexisting communicationscommunications andand useuse thethe
fullfull rangerange ofof thethe DWM'DWM' ss communicationcommunication channelschannels toto
includingincluding twotwo
- -threethree yearsyears ofof bil edbil ed consumption)consumption) toto
breakbreak thethe entireentire metermeter populationpopulation intointo meaningfulmeaningful
VeoliaVeolia Water,Water, ProposalProposal forfor ManMan agag mentAdvismentAdvis rtrt SoSo ryry es,es, UPUP 1313 50027S)
50027S) DeKaIh DeKaIh CountyCounty GeorgiaGeorgia
CurCur
" " papa= = pp ll cnr,;cnr,; enen taitai
r . lele soretsoret aa nn++ ff Prnrr,Prnrr, etaryetary nforinfori nationnation VeolVeol isis WaterWater
PROJECT fAPPROAC14
am
wC' Nk
less inventory
Tr
inventory loss
pected outcome, its impact and how to track implementation. Areas we will evaluate include;
sion and upgrades using our capital- procurementeffectiveness tools. We will assess your use of IT and
management of internal data that supports engineer -
z0
three months.
sr
as
16 0..
N
14% -_
12%
10%
6%
ar
Sch M,
ep
May ,
2013
PROJECT APPROACH
aw
Ey.
rat priority
Initiatives
am E,
E 4
Example:
Low
Medium
Nigh
F
s"
m-
sure staff commit to both implementing the plan and supporting it internally and with external stakeholders.
FIN
21
ease and speed of implementation ( i. e, effort and cost required, resources used, implementation timeline, barriers
r,
ofof
considerations considerations thatthat couldcould affectaffect youryour abilityability toto implement implement
onon time.time. ForFor example,example, wewe understandunderstand thatthat realizingrealizing produe,produe,
tivltytivlty Improvements Improvements andand laborlabor efficienciesefficiencies IsIs aa challengechallenge
in a public environment Here, we will, for example, draw
uponupon ourour recentrecent experienceexperience inin PittsburghPittsburgh wherewhere wewe areare
ini-n- sourcingsourcing sewersewer CCTVCCTV andand cleaningcleaning jobsjobs byby trainingtraining andand
s^s^
up-up- skil ingskil ing personnel.personnel. OurOur focusfocus onon inin sourcingsourcing increasesincreases
opportunities to optimize staffing without "requi ring layoffs
and also demonstrates your commitment to building new
skillsand capabilities in your staff. Them sourcingopportu-
Veolia Water Pranesal for n* nagenent Advxry ServrcS (UN350a275) Cekax Counly, Gearg,a <
Company wncd, nhal T d Stsr_t andfornetary information Veoha Water
PROJECT APPROACH
ra
Senior management sponsors and dedicated, accountable project leaders assigned to each initiative,
Tramlatetheo perational
,
improvements into financial
terms that will factor into future budgets.
o Propose solutions for overarching elements Of Successful transformations, including communications strat-
cost and operational baseline against which to measure improvements in the Implementation Phase. This will include
Veofia Water, Proposal for M a eagemerrt Advisory Servtces ( RPP 15- 500275)- DeK a! h County Gecrg, a
Company Conficrento I
i `
i` .
ing quick wins for the staff and utility. The result of that
program.
Mess and continuously improve beyond the end of the project, Our approach to implementation focuses on generat-
leverage our team's expertise in water utility operations with the DWM s' knowledge of its system, while
also helping navigate the political and cultural environAs with the Study, we use a' teamwork approach to imple-
mentation. We facilitate interaction and collaboration between our subject matter experts and your managers and
initiatives together.
Water Services
Administrative services
j bV e dy Weiser, who
NV
revitalized PSA`
s
rocetings.
improvement opportunities.
engagement, culture change and changes to business processes in the support functions. While a plan is useful, the
real benefit in this task is that the process-to create the plan
Study Phase will be grouped into a comprehensiveand coherent implementation plan, to be linked as appropriate to
tion between our personnel and your entireorganiaction is critical tothe success of this effort. We can
is
refine
reporting mechanism.
initiatives, staff requirements and potential investments. Each initiative will have a senior manage rnentsponsor and an accountable project leader.
Translate the targeted revenue increases or cost
N Outline the overall transformation program structure and governance'to ensure successful imple-
during
implementation.
a An agreement on the role of Veolo; Water team members in the Implementation Phase and the performance- based compensation structure to be used.
will he one of tire three types of change=__service quality i mprovements, incorporation of new revenue, or greater effi-
are normally implemented using set of milestones' or deliverables. A example from Pittsburgh is provided ( right):
The revenue and cost savings are typically tracked by actual
revenue or expenses,
The schedule shows that the initial study will take four
months and will generate a list ofideas that can improve
PROJECT APPROACH
Schedule: Our schedule is a cycle of verification, planning and implemenat on. of up to four initiatives per
year over the five -year contract duration
monfihrI
month2
month-.
month4
monih2S nlunt1r26_
finplementai eun
- of up to fourrrriYiallves
4 yx
3i^""
vat
ntA, 9
tpr
lfif``?
1inti
1
ter
month l
month :2
LEI I: I
onial planning,:tearn setup,
c.,tabl slf eun ur , ulcation man-
xpt'
yr
cycles
I' rr
6_
ironcove'mant
r
h` k.
4, Plan Initiatives
Conducts
duds detalred exarn nation
rinentation of improvement
err ` "'
a Program Management Team:. The Program Managemerit Team will include your selected DWM Program
staff and distract from day- to- day operations. The ideas
selected are typically impactful, easy to implementor very
C E: R -M, providing daily leadership, driving and coordinating the entire program on a day -to -day basis;
managing interfaces; supporting communication and
Resources
Steering Committee.
Based on ourexperience in supporting utilities implementing large -scale assessment and transformation programs,
we propose an organizational structure that will effectively
Veolia Water fo
tornpany Confidental
F,
14
OCt7)
Veolia
er
Veolia Water North America Operating Services, LLC ( VeoIla Water), is the Proposer (Contractor) and will be the key
cies like yours for more than 40 years in North America, and
160 years globally, to provide solutions to meet both immediate and long- term needs under avariety of contract/
project models. Through our work with municipal clients,
The cure of out drib's business over the years has focused
Venlia Water+ Pro pxaI for Man age inentoedvory Service c( RFP - 509275) Piece Ib County Georgia
Company Confidentiai T de Secret arid Piopnetary l nformation-- Ve> LaWater
ter O& M partnership with the City of Burlingame, California (the first of its type in the U.S.) is a core example of that
world
been in place, we have seen many changes in political leadership, with mayors alternating between Democrats and
wastewater)
Operate 8, 500treatmentfacilities
1 billion in technologies
client revenue
90 %renewal rate
wastewater)
has been new work in the use of radar to predict and re=
eom, a data -driven resource to help organizations understand best practices to address theworrld's water challeng-
t.rC oli
1,okie offer access bo a t,aSor ldvvide rieeftizoS ik of vriater ldt:i l it! sE aina ng vu I di Li Cat practices care s h a so d.
Reliability- centered.
Berlin
maintenance
Copenhagen
Milwaukee
Stormwater
and CSO
Budapest ,Prague
Energy -independent
optimization
systems
wastewater
management
treatment plants
optimization
TU
evaluation
Indianapolis
BrusselsBrussels
vv
BioplasticBioplastic
recoveryrecovery fromfrom
ShanShan gg haihai
IntegratedIntegrated controlcontrol
centercenter
wastewater
w
w
wastewater
UndergroundUnderground asset.asset.
managementmanagement
ParisParis areaarea
ParisParis area.,area., Berlin,Berlin,
LargeLarge
- - metermeter programprogram
-
ShanghaiShanghai
TrainingcentersTrainingcenters
Condition Condition
- basedbased
maintenancemaintenance
- -- "^` -- _ - -- "^` -- _
ChemicalChemical reductionsreductions
LyonLyon
VacuumVacuum excavationexcavation
:
:
AustraliaAustralia
Singapore Singapore
WaterWater reuse.reuse.
( (
ControlControl systemssystems
DouaiDouai
ii
eco-eco- districtdistrict
AssetAsset managementmanagement
capitalcapital managementmanagement
planning)planning)
es.es. WaterWater isis oneone ofof thethe mostmost criticalcritical factorsfactors inin determiningdetermining
thethe pacepace ofof humanity'humanity' ss growth,growth, andand thethe GrowingGrowing BlueBlue iru-irutiativetiative providesprovides realreal intelligence intelligence onon managingmanaging it,it,
sissi. s. Internationally,Internationally, thethe workwork ofof thethe NorthNorth AmericanAmerican TDGTDG isis
supported supported byby VeoliaVeolia Water'Water'ss globalglobal servicesservices TechnicalTechnical Ser-Servicesvices Department.Department. TheirTheir focusfocus isis onon providingproviding supportsupport forfor
GreetsGreets WaterWater alsoalso hashas aa largelarge teamteam ofof expertsexperts equipped equipped
nearlynearly
$ $ 120120 millionmillion inin RR&& DD workwork thatthat isis focusedfocused onon contiou-contiou-
VeoliaVeolia Water'Water' sTDGsTDG inin NorthNorth AmericaAmerica andand globallyglobally includes includes
somesome ofof thethe leadingleading expertsexperts inin thethe waterwater andand wastewater wastewater
Finally,Finally, asas willwill bebe demonstrateddemonstrated toto thethe keykey experience experience thatthat
isis documented documented inin thethe remainder remainder ofof thisthis section,section, oneone ofof thethe
practicespractices initiativesinitiatives
.
. andand operational operational savings.savings. Indeed,Indeed, overover
thethe pastpast 160160 yearsyears aroundaround thethe worldworld andand four'four' decadesdecades inin
bleble forfor centralizingcentralizing technicaltechnical knowledge,knowledge, coordinating coordinating tech-technicalnical resources,resources, integratingintegrating trainingtraining andand applyingapplying thethe bestbest
practicespractices forfor VeoliaVeolia Water'Water' ss projectproject workwork onon aa nationalnational ba-ba-
VeoliaVeolia WaterWater rropasairropasai forfor. . Management Management Ad,Ad, voryvory Semces(Semces( RrP13-RrP13- SDb275;SDb275;
DeKaibC_DeKaibC_ounoun yy GeorgiaGeorgia
CompanyCompany ConfidenilaiConfi
- denilai - TradeTrade Se,Se, letlet andand ProinstaryProinstary info-info- matnan-matnan- VCOIiaVCOIia WaterWater
Veolia Water is experienced in the delivery of services under a variety of contract models, each of which is focused
on providing our municipal partners with' the hestvalue un-
OPERATIONAL
dera long-term and sustainable approach. Two ofour ongoing contracts veshich can be considered peers to DeKalb
DEPARTMENT Of
County, demonstrate how oUrfirrn is directly providing operations and management guidance to large utility opera-
4@4
lines.
The analytical work identified utility approved opportunities that are expected to save the City $ 108 million -$130
vnt,
Veolia Water, Prop osa I for Management Ad vi soryservre ( Rr R50027o DeKalbt ryGtorpa
Company Confidential Trade Seretand Nooiietzry lnirnnator
Ve. i Water
tract specifications and improving the wastewater treatmentprocess. Further, wejointly identified $43 million per
client' s success.
landfill gas to produce fertilizer product from treat a Class A heat -dried biosolids product car ryingthe
produces a Class
Veolia Water- Proposal for Management Advisory Strvices( RrP 135002'n) Derails County Georgia
Compan}
feedback on system performance ( emergency phone hotline, email contact, etc.); and use opportunities to educate
program with local universities, such as University of Milwaukee- Madison School of Freshwater Sciences and Mar-
area elementary schools toermance students' environmental awareness, and we host environmental summits and
participate in public education,
an active minority supplier development advisory commitpartner to MMSD, Veolia Water surpassed contract goals of
20% minority spend by 16%, for a total spend of $4. 09 rnitlion, and we continue working to increase minority spend-
ingyear afteryear.
sa
io
Veolia Water, Proposal for Management Ad rv oory Sir, vics fFP13- 500275) - DeK a id 1-0, nty, Georgia
Company Conf dentalI - Trade Se- ret and Prop nietary rtformaiton - Vcrohis water
particular circumstances.
shoes, managing water utilities in either the public or private sector. You probably know someofusfromtheawardwihningAtlanta-Fulton County water plant orfrom the Fulton County north wastewater :facilities we manage.
full garnet of utility operations including water and wastewater treatment' plants; water distribution ( pumping and
collection).
Water's experience with implementing operational improvements and cost reductions for facilities and services
of similar size, operations, scope and complexity to those
that will be covered under DeKalb County's proposed Man-
projects discussed.
by clients who value our services Since starting our partnership with Burlingame, we have introduced or adapted
conduct
The PWSA's Board of Directors unanimously selected Veolia Water based on our proposal that delivers an innovative
approach to managingthe system, provides measurable re-
needed
spending pressures were building because of delayed projects, and public frustration with the utility was growing.
This was coupled with other negative developments in the
The first municipaI O&ed contract tiithe country iorthe City of Harlin
g- ,rne,.Caloomia; contf nijes strong today mve- 40years later')_
hand -m- hand with this agency' s staff at their offices and
operations sites
Ci Ib County Georgia
Company ronfidenfa!- Tifide Secret and Proprietary Info, mafion- Veolia Water
I$
study phase ofthis PPS project and has begun to help PWSA
PENNSYLVANIA- INTERIM
MANAGEMENT
AUTHORITY (PWSA)
E`
rr
sponse time
no rate increase. They not only met our challenges, but far
o* annual recut ring savings by working hand -in -hand with the
are collaborating oil capital improvements and workingtogethel on joint teams to provide ongoing strategic advice
and guidance or) design, construction, technology and operational needs for three Winnipeg wastewater treatment
and biosolids facilities: the 79 8 -MGD North End Water Pollution Control Centre; 15. 8 -MGD South End Water Pollution
Control Centre; and the 8.4 -MGD West End Water Pollution
Control Centre.
treatment plant.
Veolia Water and the City work together in a joint man The PWSA facilities include: a 117 MGD surface water treat-
the world seeking to maintain public ownership and opemblem; while benefiting from private sector expertise.
Designed to protect ratepayers from cost overruns, the
contract features public- and private sector officials who
the required work Winnipeg retains full and final decision making authority and sets all service and quality standards
creasing City revenues without unduly burdening ratepayers, and managing the City' s water treatment and distri bution system operations statT, who remain in City employ.
The contract is being carried out under a model called Delegated Management and is valued at approximately $ 53
NEWYORK:
STREAMLINED OPERATIONS
ENHANCED PERFORMANCE
t =f`=
" weeklyreduction in overtime and
increased accountability of field service crews
savings realized through the reduction of engineering, construction and operations costs:. The City' s staff is responsi-
ble for the day -to -day operations, with Veolia Water's team
marking
compensation for savings realized by reducing costs. Veolia. Water also provides open- book accounting. to the City
of Winnipeg's Water and Waste Department to ensure
transparency.
j r h ri. c ;
Veolia Water Proposal for Manage me[At Advisory Scrvlccc "FFt 19 500275) UeKa b County Georgia
Company Corifidentlal - iiad Sea'etann Piopretarylnrorn ^aton- Veolia Water
1M
ty. Over the term of this contract, we have worked with the
facility owner, the Atlanta Fulton County Water Resources
Commission ( AFCWRC), to triple the capacity of this plant
Veers Water worked with AFCWRCto reduce power, chemcals and overall operations costs, with savings passed on
100% to the client. We implemented a variety of initiatives that improved worker safety, employee efficiency and
grams with performance metrics to measure Improvements in customer service and Call Center operations,
manage investments in customer service software, create
an Underground Asset Management (UGAM) program, and
develop a new comprehensive maintenance program to deliver a higher level of service to Buffalo residents. The contract involves the operation of a 160- MGD watertreatrnenl_
raw water
800
million
got-
This contract, renewed four times, features a strong minority-owned ( MBE) and wornars- owned ( WBE) business
enterprise commitment. Today, approximately 50% of the
contract spend involves local minority and women-owned
19
opu
Veolia Water, Frsal
for Managerient Ad vroryServices fi`t` ]
a'
i-
the National Safety Council ( the fourth time that the project received this award); and the 2006 Service Excellence
Award from the National Council for Public -Private Partnerships, among others.
nership with Fulton County for their new " flagship" Johns
Greek Environmental Campus ( JCEC) plant Selection of
Veolia Water was based on our ability to assume responsib[h y forthe O& M of existing facilities including the new
state -of -the -art membrane bioieactor{ ME3R) system atthe
Veoha Water' s Lead Operatorat Fulton County' s Y EC, Kevin Miller, was
nology for phosphorous removal Coupled with UV disinfectionto produce a quality effluent that is suitable for
reuse. The JCEC's proximity to residential homes means
odor and noise control are of paramount importance. Veis-
pump stations. The company's approach to asset management improves system reliability and extends life expectancy,
emphasis on
their environmental
educational
pro-
contractors and vendors, including one of our LSBE part nets for this project D. Clark Harris. The program is ad-
Veolia. Water - PrcrrrsaIfur Managenient Advisory rhrvices lUPlt5p0275) DeKaih Counio C, eorg,
Cornpain Currdentiai Dade Ser ret and rmrretary In1corat ion VCs, is Water
fire); meter replacement program; and billing and collection operations ( over 600,000 accounts). As part of our
operation, Veolia Water replaced wme163 3- inch and larger water meters, representing 15% of the utility's revenue
base, within three months generating nearly $ 2 million in
additional revenues that paid for the meter change -out
City -owned regulated utility. over the course of this nine year contract, Veolia Water stopped a trend of substantial
annual customer rate increases, had achieved a cumulative $ 83.1 million in savings at contract completion in 2011,
the remainder of the system by one or more pressure- reducing valves ( PRVs), bleeder valves or pump stations.
This contract also had a significant customer service corn -
creased the qualityof operations by simultaneously achieving ISO 9001 and 14001 certifications, making Indianapolis
measures, By directly linking performance to compensation, this partnership established a new model in the water
outsourcing industry. Over the nine -year life of this pioneering agreement, Veolia Water achieved betterthan 90%
of incentive payment fees.
A major portion of this contract with the City was devoted to capital improvement projects that were managed
services locally 92 %of the time. Finally, Veolia VVaterdonated $ 5 million to local university water research programs.
si
410,
5ir 1#:
1"at.
,
Veolia Water-Propo<_a! for so anagement ad or sort' Service5 ( RFP13- 50 0275)- PeKais County Ceorpa
Company Confidential- Trade Secret and Propnetary infoTmatiai-, - Veoiia Wtter
is
Ved' a 'Water
Please see completed " Reference Release Form" on the following page.
B.
r '
Draration
Location
population served:
9 million)
Operations Optimization
13 Wastewater Treatment Plants
2011
Ongoing
Environmental Protection,
59- 17 Junction Boulevard, 8th Floor,
Flushing, NY77373
Telephone: 718 / 595- 4032
Metropolitan
Sewerage District.
Population served:.
19 million)
Mr. P
. at Obenauf, Contract Compliance
Ongoing
Pittsburgh,
Pennsylvania
Sewer Authority
Population served:.
300,000)
Ongoing
m Stormwater Facilities
Combined Sewer System
Veolia Water, rrcposal Par Mat iagen rent Adveory Sei vices( R P1350027S) neKalh Cou my,Georgia
Company Confidential ira eSecret and Proprietary lnfonnaton VeoiaWater
PROJECT EXPERIENCE
Project Name!
ES i-tr
3 r4
Locatran
to
i31" rt
.;.,,, .
Duration
s:
Winnipeg, Manitoba,
Waste Department
Population served:
650, 000)
Mr. Chris
.
Carroll, Manager of
Ongoing
City of Buffalo,
New York
Water Board
Population served:
280,000)
2010
Ongoing
22,120 Valves
Fulton County,
Georgia
Treatment Plant
Department of Water
Resources
Population served:
200,000)
Ongoing
Application System
County, Georgia
sources Commission
Atlanta - Fulton
Population served:
MG reservoirs)
1990-
Ongoing
multiple
contract.
renewals)
370, 000)
2002-
2011
Board of Water
Works
Population served:
1million)
16 MOD)
contract
completed
on transition
to new
2 MGD)
owner)
29 Pump Stations
VeollaVeolla WaterWater ProposalProposal forfor ManageManage rnentrnent AdvisoryAdvisory ServrServr ee(ee( RFPRFP 1Bi1Bi 500275)500275) l eKal eKa
CompanyCompany ConfidConfid ente,ente, I TradeTrade SecretSecret andand Proprietary Proprietary Imcrm,Imcrm, aonaon
VeclVecl aa WaterWater
Cacny,Cacny, GeorgiaGeorgia
Contract Period:
2012 2
- 013 (original contract)
City.
State:
Pittsburgh
PA __
Zip Code:
L1 5220
Email Address:
ddeasy @pahouse.net _ - -_ -
Contract Period: --
718/595 -4032
City:
I Flushing
State:
Zip Code:
New York
11373
Email Address:
MMcLean@dep.nye.gov
Contract Period:
2010 - ongoing
Water Resources
City:
51at
Zip Code:
College Park
GA
30349
Email Address:
404/224 -5217
DeKalb County is authorized to contact the references provided above for the purpose of this ITBSigned:
Title:
Date:
Company Name:
PROJECT EXPERIENCE
sory services project with DeKalb County and your Depart ment of Watershed Management CWM)' is our proposed
tion, as requested.
with you, and we define the specific roles .they will play in
Mr. Cards has also been Veolia Water's leader in the forma-
this project
ence each will bring to their specific project role and hove
this experience will benefits this partnership finally,at are
end .of this section, we provide a resumes for all of the Key
tract, he united union and non -union staff and MBE /WBE
service and quality to the Indianapolis community. This resulted in a distinct set of accomplishments, where Mr. Go-
d s leadership
included:
and communication for this program. This team (as our or-
Veolia Water oo on, al for Management Atln, oryVevrcc, r@rPh50027n- DeKalb County Georgia
PROJECT EXPERIENCE:
t q,
ter utilities.
seconds,
water industry. His involvement with the Indianapolis project began in 1998, working as the Director of Procurement
for Indianapolis Water Company, and he joined Veolia Water in 2002 on transition of the Indianapolis water facilities.
making Indianapolis the first major U. S, city to receive these certifications for its water operations.
Improved water pressure in the systern.
as
involved blending a group of 60 0 &M staff, including County Public Works staff and staff from other O & M providers,
under a common structure that provides continuity in op-
Repaired or replaced damaged or non- operative hydrants within IS days versus 4S- 60 days.
over 200 lift and pump stations, and some 400,000 con nections (residential and commercial). In that role, he had
such as New York City and the Pittsburgh Water & Sewer
gram will be under the leadership of Veolia Water' s Program Manager, Jonathan Hoisak, working in partnership for
Veolia Water Proposaaor Management Admsnry Services oFP 13- 500275) Dena c Conity; Gerrglaa
Company Conidentlal - TradeSeu Land Pnopnetacyinforre tnen- \ Arriia Water
ns,
PROJECT EXPERIENCE
consultants that are focused on PPS and management support contracts This team brings together expertise from
our North American operations and those in other parts
of the world to provide municipal agencies such as DeKalb
your operations.
sultant with Red Oak Consulting She has more than seven
years of professional experience, with a strong background
in the areas of PMO, utility systems management and transactional consulting Herexperience includes value creation
Ms Low has had responsibility for optimizing projects ranging between $20, 000 and $5 million, including developing
blueprints 'for managingbudgets, finance, key performance
indicators and reporting; and for ensuring that budget tar-
biosolids processing facilities of varying size and complexity in the Northeast. As a project manager, he gained con-
part of this new partnership will require a team of technical , business and management experts that can be mo-
our firm and those firorn our local partners ( in this case, the
strength needed to effectively implement short -term studies as well as long -term implementation efforts.
They are:
key Subject Matter Expei its ( SME5) that are typical of the
types of professionals that we will commit to this project.
WoIia Water, ProvcsaI for:Man agementArresory trervu er (UP 14 - SO C2" /5)- DeKaiis county, Georgia
Company Confidential - Ir adtSe et avid nmrrietary did or mat ion Veolia Water
PROJECT EXPERIENCE
March 2009.
Restrines for these staff are provided in the pages that fol-
agement study is similar to the work that will be required tinder this new partnership with DeKalb County
and is focused on examining the Current operations
of the distribution system, with the goal of improv-
Over the course of this effort, the County can expect to see
Veolia Water - Pforiosa, for Managenient Advisory servere5 k- PI3 I,Mist - D( K;, b Cnunty, Georpa
ConipanyLorfidenr4- If ade SeLrel ard P opnptaryinfiff mat to - Ve0fia Water
PROJECT EXPERIENCE
Subcontractors
Recognizing the need to partner with firms that bring local knowledge andunique experience in the DeKalb County
area; Veolia Water has identified a core group ofSLBE partner firms that will provide resources to and to support the
operating and maintena ice cost estimation; and funding and implementation strategies Dovetail' s more
recent public outreach engagements include: developing and implementing public involvement interagency
coordination plans and communication strategies for
all phases of project development; facilitating several multi jurisdictional steering committees, project
Information materials promoting public awareness through media relations and social networking
campaigns, press releases and other publicity activi-
Veolia Water, Propasa for Manage me7. Advisory Se v, ts( RrP' 4 54077a) DeKalb County, Georgia
company Confidentia Trade SenetsndPr pnetaryinformalon Veolia Water
PROJECT EXPERIENCE
exceeds the County' s standards /goals 120% LSBE involve ment) that has been established for this project,
I. SBEExhibitB LetteroflntenttoPerformasaSub-
by Veolia Water and C: E. R. M. (our proposed LSBE subcontractor for the initial scope of services),''`
will meet all of the standards that the County has defined
for this new partnership.
mn4
PROJECT EXPERIENCE
QVEOLIA
Background:
Education;
BA, Marketing/
Lcmmvnica8uns,
Southern Methodist
University (1999)
Mr. 6adis' an Executive Vice President with Venka Water North America
Operating Services, LLC ( Veolia Water), provides leadership for the firm' s
municipal development efforts in the North American market,
Hmalso
leads the company' s Peer Performance Solutions (PPS) efforts. Under the
Memberships/
PPS approach, Veolin Water works with some nf the largest water and
wastewater utilities in the U, S. to conduct detailed evaluations that lead
Affiliations:
Mr,
Indianapolis Urban
Gadisix part ofVcu|ia Water PIPS teams currently working with New
League
York City and the Pittsburgh Water & Sewer Authority, and he will bring
Indianapolis Sports
the benefits nf that work experience tu the benefit of this new project.
corporation
Prior to this, Mr. Gadis was President of Veolia Water Indianapolis, the
rmsidrn\ t[ ouncU
Indiana 8" si" e`,
Diversity Council
Purdue University
contract }n the UI. at the time, involved the O& M nfu water treatment,
Science Bound
American Water
Works Association
4wW)
Additionally, Mr. Gadis has managed and played a key role | nshaping
yeu| ia Water' s minority-owned ( MOE} and woman- owned ( VVB[)
business recruitment and involvement program at Indianapolis, and hc
now leads these efforts oon national basis. The project achieved ISO
Achievement in
Business Award,
L~ nterfu, i: drohiK
Soot and l4nnl certifications, marking the first time that uU.8.
municipal water system achieved this quality standard.
and Development
Sam Jones
Award, Indianapolis
Black Chamber of
Commerce
involvement with the Indianapolis project began in| 9y8. working asthe
Director uf Procurement for Indianapolis Water Company, and hcjoined
ycu| ia Water i"
Indiana Basketball
Key Experience:
Hall ofFame
wNew York City, NY Leader vf the Public Outreach team for this
program with the New York City Department ofEnvironmental
Protection ( QEP). The program involves conducting anoperations
vmlia Water ^
Georgia
PROJECT EXPERIENCE
workflows, boost productivity, identify efficiency opportunities and keep future rate increases
SPIe
low, Phase 2 ( now underway) involves working with the City to realize operating benefits of
potentially $lO8mii| ion-$ l38 million per year. |o addition, strategic replacement nf select large
meters could improve revenue collection by an additional $43 million per year. Together, these
benefits represent 98%~lD. 8% vf the agency' s $ l.l billion fiscal year %01Z budget, Through this
innovative partnership, New York City' s employees are working alongside our team under a joint
mauagcment/ gnvornanoestru, tore
Pittsburgh Water & Sewer Authority (PWSA), Pittsburgh, PA- Working as part of the
management team supporting this PPS contract, which began }nZ0l2, PVVSAi* a utility serving
more than 3OOOOV people in the greater Pittsburgh area. Unde~ th| s innovative partnership,
Veolia Water is providing interim executive management services and working with PWSA
managers and staff to improve the Utility' s customer service and performance levels. In the
study phase. The joint Veolia Water/ PWSA team identified improvement opportunities and
implemented utility-approved initiatives, Ea rly quick-wins involved optimizing water production
run- times at the membrane plant, which will reduce chemical costs $350, 000 annually; and
implementing enhancements at the customer service call center that slashed the cal Iabandonment rate almost immediately and greatly reduced long hold time. The implementation
phase began in June ZOl3.
mdianapm|| 4Indiana
Served as the Executive Officer for Velia Water' s operation nf the City' s water systems under a
project that was completed in 2011 with the transition of the operations and facilities to anew
owner (aCity-owned regulated utility entity). The scope of this contract, higiohua| m ranking asthe
largest water system O& M contract in the U. S., involved operating, maintaining and managing a
water treatment, storage and supply system, a customer service organization. The contract also
included a capital project component, and Veolia Water managed and implemented in excess of !
I0O million ih capital work in improve the City' s aging water infrastructure.
Served as partof thetran5ition management team responsible for managing the transfer of the
wateroperations (owned bytheCity) to a newownerand operator. The sale of the City' swater
treatmentand supplyassets, which serve almosti million people inthe region, Wa5 completed in
2010, and the transition of services was completed in August 2011. The key challenges of that
process involved maintaining the levels rf service and quality for the customers that rely nnthe
water system and providing ongoing operations, maintenance and management services as the
new owner implemented its own operations and management approach.
0 2003-2008: Vice President& Chief Operating Officer- Veolia Water Indianapolis, LLC
including field services, yhxdoction , engineerin
construction, procurement, risk management, asset management, laboratory services, health and
safety, security, ISO 9001 and 14001, as well as the company's MBE/ WBE program,
2002- 2003: Vice President of Shared Services - Veolia Water Indianapolis, ULC
Responsible for procurement, fleet, risk management, warehousing, health and safety, security
and N\ BE/ VV8Edevelopment.
Director of Supply Chain Management, responsible for a $ 15 million budget, $8 million in sales,
non- regulated business development and a $ 7. 5 million minority vendor program.
gB9', gg5: Midwest Regional Manager- U5F&' G Insurance 'Company - Indianapolis, Indiana
19@4' 19& 9: Senior Claims Adjuster - USF& G Insurance Company- Indianapolis, Indiana
xmlia
Proposal for
mmw
PROJECT EXPERIENCE
QVEOLIA
William L. Harless
WATER
Background:
Education:
BS. Chemistry,
University
Florida
Florid
Biology, Mount
Ve
Verrnnon Nazarene
Mr. Harless is Area Manager with Veolia Water North America Operating
Memberships/
Affiliations:
Mr. Harless has almost 40 years of overall work experience, most all of
which has been spent in the water and wastewater industry. He has
Water Environment
worked with
Federation
Wastewater
Operators
Association
Works Association
support services for O & M, DBO and related projects for municipal and
industrial clients in the South region.
International
Desalination
Association
been
involved with
wastewater
system
engineering
study
and
Key Experience:
2oo5- Present: Area Manager - Veolia Water North America South,
LLC Crystal River, Florida
pure oxygen wastewater treatment plant and the zo -MGD West Bank
trickling filter plant.
Manages and supports project work for municipal clients in the states
of Louisiana,.Mississippi, Florida,. Georgia,
Veolia Water nropcsal toi oranagementAdvsoy Services ( RFP1I- 500275) PeKalb County Ge, FFpa
ompary Conndentldl Tiadl trret and Prnprrtary Ino, mation VernaWater
Responsible for leading project development efforts, the startup and transition of new projects
and the ongoing delivery nf service tn clients under existing contracts,
Managed the subsidiary business unitin St. Maarten, Netherland Antilles, which provided DBO
and O& M services of both small and large reverse osmosis ( RO) water plants in the region.
Managed the tans
ewote, operations
ncvv
private owner and operator, and DBO and startup for RO water systems and wastewater plants.
r9 9, zvm5: Regional Technical Services Manageryc0| in Water North America Suuth, LV[
Responsible for coordinating and overseeing the transition of water supply and wastewater
systems from private or public operation to contract operations, Provided technical and
management support for existing Veoha Water projects as well as for the due diligence process for
new projects and the renewal o( existing projects,
Provided technical and management supportto the current Veolia Water O& M Team at the New
Orleans' East Bank and West Bank wastewater treatment plants.
Served as on- site Manager of Veolia Water' s response team responsible for the recovery efforts
immediately following Hurricane Katrina in September and October 2005, Worked as part of the
O& M team that managed the implementation ofsome $4T million in hurricane recovery work to
restore the East Bank plant, which was devastated by hurricanes Katrina and Rita.
1997-, 9g9| Startup Director & Pricing Manager Professional Services Group, PSG ( ayeo!ia
Water predecessor)
Responsible for coordinating and overseeing activities with internal departments to ensure all new
projects completed successful transitions and conformed to company standards. Evaluated and
estimated new projects nationwide and developed cost proposals and operating plans.
Managed the utility management contract for the Metro Region ( San Juan and immediate area)
water and wastewater systems, Puerto Rico, These systems serve a population Of 1. 4 million,
producing 200 MGD of potable water and treating over ioc, MCD of wastewater, The water
supply system included three major dams and reservoirs, over zpo lift and pump stations and
somx400. noncnnneciioos(/ csidrntia| andcnmmercia|). VVasdirmd[|y, espdn, ib| efn, a|| aspccts
of system operations and managed a staff of approximately 2, 000 employees,
Supervised and managed operations and budgeting for all projects inthe southeastern U.S. to
ensure budget and permit compliance.
Managed the O& M ofa7.5'&\ GQ activated sludge plant with anaerobic digestion.
0 1pD7, Project ManagerPigeon Forge, Tennessee PSG
Managed the O& M ufnz-xA6n tertiary treatment plant and n lift stations.
190n^1q87: Collection System Specialist ' Georgia ~ PSG
1g78^198n: Junior Engineer and Collection System Specialist Peneiryn Systems, | nc.. Florida
g70,1g78: Labor Foreman |'A. Jones Construction Company, Florida
0`
PROJECT EXPERIENCE
LI
DVEOA
Jonathan Hoisak
WADER
Background:
Education:
Ni University of New
Haven, Connec',icut
Ei Chernical
Engineering, McGill
University, Canada
License/
Certification:
Class IV Wastewater
Treatment Operator
Certification,
Connecticut
Memberships/
Affiliations:
Connecticut
Wastewater Operator
Certification Advisory
Committee
water Environment
Prior to his current role, Mr, Hoisak served as an Area Manager with
Federation
Environment
Association
an Area Manager and Project Manager with Veolia Water for several
Teaching
Experience;
Adjunct Professor,
University of
New Haven,
Connecticut
Strategic Management,
Key Experience:
Assisted the PPS team with evaluation of the New York City
Department of Environmental Protection' s biosolids management
Assisted the PPS team working with the Pittsburgh Water and
Sewer Authority (PWSA) with the evaluation of opportunities to
generate $2 million in increased utility revenues. Work involved
examining in sourcing meter services and minimization of man-
Veolia Water
PROJECT EXPERIENCE
Oversaw the management of Veolia Water' s merchant biosolids operations in the Northeast. This
included wastewater treatment facilities and merchant sludge processing forthe communities of
Naugatuck, Connecticut; and Cranston, Rhode Island. Additionally, managed the O& M teams for
Veolia Water' s contracts with the cities of Brockton, Fall River and Lynn, Massachusetts
wns\ n)wa>cr, water and sludge indncra1ion). Collectively, these projects reflect a$ 48million
annual portfolio, Led development of a CRM database for biosolids and septage market research.
Achieved a major financial turnaround at the Naugatuck project, developing a strategic plan to
address poor performance 9f merchant operation that was experiencing low revenue, high costs
and unreliable processes. Implementation of the plan' s market/ competitor strategies and cost-
saving initiatives led to growth nf merchant revenues by] 3%, improved capacity utilization by
4g% and reduced unplanned system downtime hy89%.
Additionally, assessed electricity and fuel usage at Naugatuck and implemented savings
program tn reduce those costs by 25% through combination nf efficiency tactics and commodity
procurement strategies; identified process bottlenecks in Naugatuck and led business case
development and implementation of a fast- payback capital investment project thatyielded a
1z% increase in merchant processing capacity; worked with plant management team \n
Brockton to identify and implement innovative chemical process controls for savingsyield of
over 30%; and provided leadership for a major re- negotiation of a contract that improved
financial performance and, more significantly, improved client relationship.
e
2oo6-2oo8 Project Manager Veolia Water North America Northeast, LLC - Naugatuck, Connecticut
Managed O& M of a 10. 3- MGD advanced secondary treatment/ BNR facilities and collection system,
0 2003- 2005 Project Manager Veolia Water North America Northeast, LLC Connecticut
Managed O& M services contract for a 15- MGD tertiary wastewater treatment/ BNR facility at
Danbury, Connecticut. Replaced underperforming manager and improved annual margin by 46%
through growth of septage revenue program and improved control of commodity costs,
Managed operations nfao.9^M6D advanced wastewater treatment plant and collection system mt
Newtown, Connecticut. Replaced manager (who was relieved due tv severe |y' da, na8edclient
relaticdn4 implementing a trust restoration effort and earning client' s letter of recommendation
for MBA candidacy.
2* vm^zoo3 Project Manager (began us Assistant PM) Vem(ia Water North America Northeast, LLC Bridgeport, [ T
Responsible for managing staff of go for O& M of two wastewater plants (30 MGD and lo MGD),
3oo miles uf sewer lines, utility billing, labor negotiations and regulatory compliance. Resolved a
very contentious labor- management situation through improved communication and trust
between parties, reduced overtime and injury rates and improved staff certification $ ski|| sets.
1996- iggg Regional Environmental, Health and Safety Manager PSG ( a predecessor company)
Responsible for managing corporate programs and OSHA/ EPA/ DOT compliance in the region.
Implemented aggressive case management to significantly reduce lost- time injuries.
1gg2" 1895 Chief Operator ~ Vco(ia Water Canada, Inc. ~ 0tta0^a, Canada
Responsible for operation ofhivsolids processing facilities ata i5o`^4GD wastewater plant.
Developed and implemented improved O& M practices (staff scheduling, work checklists, SOPs).
Veolia Water
mm Man
Manshi to
LI
WATER
Background:
Education/
Training:
M
Finance
Strategy
Strategy, 5tem5chool
Stern
North
America
Operating
Services,
LLC (
Veolia
Water)'s
Peer
of Business, Newyork
Newyork
PAS, Building
Technology, School of
Architecture,
Under the PPS approach, Veolia Water works with some of the largest
water and wastewater : utilities in
Massachusetts Institute
of Technology,
Cambridge,
Ms. Low is currently :assigned to the Veolia Water BPS team that is
working with the Pittsburgh Water& Sewer Authority (PWSA) to provide
Massachusetts
Environmental),
of PMO support organizations for other ongoing. PPS projects: and assists
projects and for optimizing the utilities value chain for projects.
Registration/
Certification:
Prior to joining Veolia Water, Ms. Low was a Senior Consultant with Red
Oak Consulting, and she has more than six years of professional
Indiana
Nei ET30302757
Membership/
Affiliation:
including the Puerto Rico Aqueduct and Sewer Authority ( PRASA), the
Environmental Business
Exchange NY
Delegate
Publications:
Innovative
Key Experience:
2012- Present: Program Management Office (PMO) Administrator -
Contracting Beyond
Signing on the Dotted
Line"
Association North
America, Wastecon
Proceedings zora
York City DEP. The work, completed in two stages, first involved
together treating 1. 3 billion gallons of flow each day, and more than
L6A
WATER --
Worked as part of the Verolia Water PPS project development team for new contract opportunities
with the City ofSt Louis,. Missouri, for an Operational and Efficiency and Value Creation Analysis;
Veolia Water has been selected for this new program.
2011 -2012: Senior Consultant- Red Oak Consulting (ARCADIS Group) White Plains, New York
Analyzed business processes to develop a PMO Project Management Plan for Majis Industrial
Services; a Middle East provider of desalination water for industrial clients.(Sohar, Oman)..
Recommended program management tools based on 350- as5essment of Haya Water' s $ 3 billion
capital projects delivery (Muscat, Oman)Provided program management of $400 million capital improvement projects for PRASA; including
rapid: startup for critical projects to minimize potential loss of $5 million in funds.
Developed business blueprinting for various clients to manage budgets, finances, key performance
indicators ( KPIs) and reporting, including: customizing a $ 2 million: program management
information system.
Managed start-to-execution of multi -million dollar projects to be within budget and on schedule:
prioritized asset managementfor New York CityDEP' s$ 16 billion Capital Plan; and negotiated and
executed island -wide energy performance contracts and power purchase agreements to reduce
PRASA' senergy usage by 30% and $40 million in costs.
Presented financial and technical findings to senior management during: strategy: meetings.
Spearheaded a strategic voluntary bottom- up network to share best practices and bridge business
development (extracurricular). Semi -finalist in parentcompany' s global innovations competition.
Benchmarked O & M costs of the PRASA Superaqueduct System, the largestdesign- bu( ld- operate
water project in North America, to evaluate public take -back savings.
2005-2010: Consultant /Project Engineer Red Oak Consulting (ARCADIS Group) White Plains,
Newyork
Developed O& M manuals for wastewater treatment plants and pump stations, including New
York City DEP' s 310- MGD Newtown Creek wastewater treatment plant.
Increased success rate of the New York State Energy Research and Development Authority
NYSERDA)' s outreach program to more than 120 representatives by initiating information -sharing
workflows onthe American Recovery and Reinvestment Act (ARRA) federal energy stimulus grants.
2003. 2005 Research Assistant /Teaching AssistantMassachusetts Institute of Technology
Cambridge, Massachusetts
Assisted faculty members in classroom instruction, conducted 'tutorials and discussion sections
and graded quizzes.
Veolia Water Propose for Management Advrsirry Services ( P F P 13 - 500 75) - PeKaIh Count. Georgia
Company Corfiden bet Trade 5acret and F roprietary in ror Mi* uh Vec h r N tiler
PROJECT EXPERIENCE
Gerald Ludwig
Li
WATER
Background:
Education:
6S, Mechanical
and Aeronautical (
Engineering,
UniversityUniversity of
Washington
Registration /
Certification:
specialized
Water works with some of the largest water and wastewater utilities in
the U. S. to conduct detailed evaluations that lead to operational
efficiencies and cost savings for cl lent operations.
Certification,
Mr. .Ludwig is currently assigned as the Capital Programs. Leader for the
Project Management
PPS team working with the Pittsburgh Water & Sewer Authority (PWSA),
for Engineers,
NewvorkUniversity
Memberships/
Affiliations:
Mr. Ludwig has over 30 years of industry experience that has involved
developing, capturing, implementing and successfully delivering major
Management
Association of America
of America
Construction
National Association of
Key Experience:
2012- Present:: Senior Manager PPS Veolia Water North America
Currently' assigned to the PPS services contract with the PWSA, with
responsibility for efficient operation and maintenance of over $3
billion in above -and below -ground infrastructure that serves the
water and sewer conveyance needs of 300;000 customers across 54
C rmpany Conndcu2ial Trade Secret and Pronr rtaty I rfo =mat on Veohe Water:
PROJECT EXPERIENCE
Worked as part of the North American Municipal Development team with responsibility for
analyzing markets and supporting business development through the implementation of asset
management and client services, Involved in developing management strategies and providing
opportunities working as a Global Sales Director, National Consulting Sales Team Co- Director and
Programs Specialist, Developed a highly skil[ Ld/ mobile sales management team to engage early
in the sale, averaging Ed pursuits peryear with win and capture rates between 6o% and 85%,
booking over $1billion.
1999- 2003: Vice President, Municipal Infrastructure Parsons Infrastructure and Technology
Atlanta, Georgia
w Partnered with the company's local environmental consulting offices tn identify, position for and
win large programs in water, wastewater and ecosystem restoration.
Provided leadership forthe company' s selection for the $7.8 billion Comprehensive Everglades
Restoration Program for the V3. Army Corps nfEngineers.
x9pn` 99
Started as the Marketing Director and Major Programs Specialist with total business development
responsibility and was promoted to VP of Construction Services in 1995, Became Principal- mCharge nnthe| a, ges1andmvst strategic projects, with a total constructed value nf over $} billion, .
Involved in the development of the company' s construction management services, which earned
E0R)_
i99v', 9g5: Vice President, Programs Director for Advanced Technology U. S, Government
Responsible for marketing and sales for defense and government, with projects including the
29 Palms/ Miramar Relocation Project, the largest BRAC facilities design project awarded at that
time; the Peace Sun IX F- 15 Program, including programming, design and construction
management forthree Saudi military installations; and the NASA Ames On- Site Engineering
Support, the first majorfacilities management contract ever awarded to the firm.
Established and directed a marketing and technical sales program to provide engineering and
construction management services for large- scale transportation, governmental, environmental
Secured and oversaw major programs including the U, S. Air Force' s Advanced Launch System and
NASA' s Advanced Solid Rocket Motor Program.
laboratories, R& D complexes, office complexes, training facilities, C3( facilities, airfield facilities
and advanced manufacturing facilities.
PROJECT EXPERIENCE.
QVEOLIA
Paul F. Norant, P. E.
WATER..
Background:
Education:
Mr. Noran is a Senior Operations Manager and Technical Leader with
University
groups
under
major
project
engagements,
such
as
Milwaukee, Wisconsin
Registrations:
Professional Engineer
California, Illinois,
Wisconsin and
Pennsylvania
la
inactive)
Memberships/
Affiliations:
Chairman of the
Constructio n Division
Works Association
AWWA)- 1995X999
Chair of Strategic
Planning
far the Technical and
Educational Council of
theAWWA-
1998 -1999
AmericanSociety of
Civil Engineers
Participant,
US, Environmental
WrkSSession to
Work
increase collaboration
treatment facilities.
Protection
management by water
and wastewater
utilities ( invited
represented
represented a global
perspective on asset
management)
Key Experience:
a
Veolia Water- Proposal for MauagenrentAdvisory SAwces( RFri35002 75) DeK, lb County Georgia
Gornrany" ontdentai- - Tade>
cretan
Veolia Water
F. Noran, P. E. >
v|
WAI ER
managing the wastewater collection, treatment and brosolids management facilities serving the
greater Milwaukee area, Operations include a 4n- square- mile service area with a 320- Mile system
of collection sewers and a 28. 5- mile system of interceptor and main sewers, conveying wastewater
tw two treatment facilities that typically treat more than zoo million gallons nf wastewater each
day, with a combined peak capacity of 630 million gallons. The MMSD contract also includes
operation of a 5oo million gallon deep tunnel system to help control wet-weather overflows, and
production management of Milorgari the MMSD' s nationally branded and marketed biosolids
fertilizer product created * tMi Jones Island wastewater facility.
2oo6-2007 Senior Project Manager and Collection and Distribution Systems Specialist
Brockton, Massachusetts - Veolia Water North America - Northeast, LLC
Provided technical leadership and support for water supply and wastewater collection and
treatment projects as part of the Veolia Water team in the Northeast and served as Veolia Water' s
related to solving problems in engineering, construction, operation, water supply and wastewater
collection and treatment facilities in the U. S. and Canada.
m2ono' znn2 Technical Manager Yco| ia Water North America Operating Sr, vice4LL[ .
Involved in developing products that will enable our firm to gain the advantage in competing for
new operating contracts and in recommending process changes to improve operations,
performance and customer satisfaction.
Worked as part of the due diligence, technical, transition and startupteams forthe 2o-year, $1. 5
billion contract with the City of Indianapolis, Indiana. This project included all O& M and customer
service facets of the City' s waterworks system, which serves nearly i million people. This system
was managed and operated by Veolia Water under a long-term O& M agreement,
Overall responsibilities included working with operating companies to identify and implement
process improvements and managing capital investments Of $30 million of new investment each
year. Led company' s initiatives in the areas of environmental compliance, risk management and
protection of shareholders investments.
Directed engineering and construction for all major projects. Developed recommendations for
capital investment to deliver shareholder earnings, improve customer satisfaction, improve the
existing infrastructure and grow the business. Identified and developed strategic alliances to
enhance growth,
1973- 1979 Assistant Director Hialeah Water and Sewer Department, Hialeah, Florida
Responsible for planning and managing water and wastewater operations, including a staff of
more than /, 5, Provided mission, vision and direction tu employees, and also developed a
successful customer quality service program.
vo" n"
v&
PROJECT EXPERIENCE
Wendy L. Weiser
Ll
WATER
Background:
Education:
MA, Communications,
Eastern.Michigan
Ms. Weiser is the Director of Customer Service for Veolia Water North
University (1985)
in her current role Ms. Weiser is part of the corporate team that supports
Communication;
North America.
Eastern Michigan
University (1984)
Ms, Weiser has over 27 years of overall work experience focused in the
areas of information management, customer service, training and
Professional
Development:
Board Member, .
Key Experience:
Member, American
Water Works
Association (AWWA)
Managing Projects
Certificate Program,
George Washington
University,
customer service call center that slashed the call- abandonment rate
Public Management
Human Resources
Generalist Certificate
Certifications:
Certified Trainer,
Quality ServiceSkills,
Achieve Global
formerlyLeaming
International)
single Customer Service Center offering a " one- stop- shop" approach.
Achieve Global
Certified Trainer;
formerly Learning
International)
Certified Course
Manager, Criterion
Referenced Instruction,
Multiple Certified
Trainer Programs
Oversaw, directed and managed the day -to -day operations of the
Contact Center/ Billing and Collections area. Ensured compliance with
policies and procedures necessary to support the operation.
Veolia Water
PROJECT EXPERIENCE
VLIA
Wendy L. Welser (continued)
WATER __...__...._....
Developed, implemented and administered a customer service plan using strategic and
measurable .goals, with responsibility for conducting the performance management process,
identifyi rig t rai n i ng and development needs and establishing performance standards for the
customer service division.
Managed organizational structure team member selection, salary administration, careerplaIn ning
and budget management.
2002- Pre5ent: Adjunct Faculty Cleary University - Ann Arbor /Howell; Michigan
Instructed Event and Meeting curriculum courses, including Interpersonal Psychology & Teams in
Business, Management Communication Technology, Research Methods and Technical Writing
Skills for Managers, and Business Communications and Technical Writing.
2002. 2003: Call Center Operations Expert/ Client Services Manager (Independent Contractor) Banks & Dean Mequon; Wisconsin
Provided the tools and processes to enable call centers to predict and improve employee
Assisted clients in identifying the right people to hire quickly and accurately, increasing
productivity, reducing expenses, enhancing the customer experience, reducing agent turnover and
improving retention of quality agents. Identified client process gaps, recommended solutions,
implemented change models and trained clients for sustained performance.
1988 -2002; Global Crossing (formerly Frontier & Allnet) - Southfield, Michigan
Worked in progressive roles, including Global Customer Service /Service.Assurance Director, Sales
Training :&.Development Manager, Training & Development Manager, Training and Development
Senior Manager, Corporate Training and Development.
Responsible for call centers in Billings, Montana; Green Bay, Wisconsin, Sacramento; California ;
Seattle, Washington; :and calling card operator services, .inbound sales support desk, and customer
account maintenance groups in Detroit, Michigan. Managed $ 15M annual operating budget.
Directed seven managers, with several hundred call center agents and associated support staff.
Integrated diverse service center operations in London, England; Montreal, Canada; and Billings.
Focused on integrating the policies, procedures, technologies and day -to -day operations of diverse
centers into a common set of SOPS, as well as monitoring the quality of transactions with
customers and analyzing call center /operation performance results for positive service impacting
improvement opportunities. Managed development and implementation of multi- lingual,
technical support center and projects to outsource support of non -strategic customer segments.
Led the team in developing new -hire training programs for entry -level queues, as well as
developing the training to move consultants into advanced -level support queues. Also used
performance data and observations to identify service performance gaps and address with either
quality improvement programs and formal call center career path program. Managed training
development and delivery for new hire, advanced sales and advanced customer service personnel.
Developed, implemented and managed full call recording systems, quality monitoring standards,
service skills gap analysis, CSAT /ESAT survey processes, reward and recognition programs,
streamlined intra-company communications with the centers; product management liaison
functions, business process development and documentation, and inbound sales support.
1985 -1988: Automated Business Systems and Services ( ABSS), East Detroit /East Pointe; Michigan
Worked in progressive roles including Corporate Training Director, Marketing and Training
Services, Training Coordinator and Lead Trainer. Responsible for marketing and sales of computer
training to the federal government and private sector. Involved in thepreparation of proposals in
response to public- and private -sector Requests for Proposals:
do
Veutia Water, Proposal foi Management Advisory Sery sea ( 4FV 13 S0027,
PROJECT EXPERIENCE
Name /Title/
Education/
Company
Licenses
KeyExpexience
Program
Manager
D. CiarkHarris
LSBE -MS A)
Organizational
Assessment and
Training Support
BS, Civil
Engineering
Graduate,
Engineering
Program,
Spelman College
Community
Graduate,
Outreach Support
Lawrence
Fulton County
Technological
Cheryl McClellan
Community
OutreachOutreach Manager
D. Clarkk Ha
Harris
MignonMignon Allen
Founder
Publicand
Dovetail
mum
Community
Engineering
Relations
WEE certified,
LSBE-.pending)
University
Schoolof
Architecture
MBA, Emory
University
security plans
BA, Political
Science
ACEC Leadership
Program
Leadership APTA
Managedmajoroutreachandcommunityrelations.
Graduate
Class IV,
Wastewater
DennyTulenson
Dennyevdent
Vice
Development
Process Analysis
and Alternatives
Development
Manager
Operator
Certification
Six Sigma / Leah
Green Belt
Veolia Water
Certification
Britt Griffin
Human Resources
BS,
Inclusion,
Diversity &
Human Resources
Management,
Innovation
and
Indiana
Director
Diversity
Wesleyan
University
Municipal
Development
Veolia Water
onpany!' nnfidtntial Trade Secret and riourietary Informa4on - -Ve Iia Water
PROJECT EXPERIENCE
Education/
Name/ Title/
Key Experience
Licenses
Reginald Veasley
President and
Founder
Infrastructure
Environmental
Assessment
Marketing
Fulton County
Rehabbed over 100, 000 linear feet of sanitary sewer pipe in
DeKalb County
Consortium
LSBE- MSA)
MBA,
Labor Relations
Management
Manager
North America
University of
Rhode Island
Veolia Water
Joey Tolbert
Financial Manager
Financial Analysis
andand ManagementManagement
.
.
Municipal
VeoliaVeolia WaterWater
MS,MS,
Management
Information
Systems
CertifiedCertified IllinoisIllinois
contract
Municipal Municipal
Treasurer
management services
11+11+ yearsyears ofof experienceexperience inin customer customer serviceservice andand municipalmunicipal
KathrynKathryn WillisWillis
operations operations
Billing,Billing, InformationInformation
SystemsSystems andand
CustomerCustomer ServiceService
CustomerCustomer ServiceService
ManagesManages bil ingbil ing andand customercustomer servicesservices operationsoperations forfor largelarge
MA,MA, Archeology,Archeology,
UniversityUniversity ofof
TexasTexas
Manager`Manager`
VeoliaVeolia WaterWater
projectsprojects
BA, Indiana
Matt Demo
Communications
P ublicand
Community
Director
Relations
Veolia Water
University
Writing Program
Graduate,
SecondSecond City,City,
Chicago, flil nos
Ed pins
Viesident
Procurement and
Procurement
Sourcing Support
ce
Veolia Water
BS,
predecessors
Management;
M
Indiana
Indianapolis Water
Wesleyan
University
Angeles DWP
VeoliaVeolia Water,Water,
zmmm
Key Experience
Licenses
John Herron
Regional
BS, Geology
Director for
Capital Projects
Licensed
Capital Program
and Program
Construction
Management -
Support
Contractor: CA,
AZ, NM and OR
West
Veolia Water
contract
Masters of
Infrastructure
Management,
U. S, and globally
Australian
National
Andy Rouse
Structuring
Capital Projects
University
Pittsburgh
Director- -
and Program
Bachelor of
Municipal
Support
Engineering
Electrical)
Veolia Water
Zea land ind cried large- scale, 15- year contract, for the City
Chartered
Professional
Engineer,
Australia
Masters Degree,
Julien Grimaud
Chemical
Technical Leader
Engineering
for Carbon
Footprint Studies
and Research and
Qualified in
Sustainability
use of Bilan
Carbonea`
Development
carbon
North America
footprint
Veolia Water
America
assessment tool)
Edwin Pifierc,
MS, Geology,
Chief Sustainability
Officer North
Sustainability
Texas A& M
University
America
Jim Galipeau
Asset
Management
Management-
Leader-
Above- ground
North America
and Underground
Veolia Water
Veolia Water
Asset
Grade 7C,
Wastewater
experience
Treatment Plant
Operator, MA
Grade 2
America
Collection
System Operator
VeoliaVeolia WaterWater
- - pnoposapnoposa formaforma rara genlentAdvaorygenlentAdvaory Ser,Ser, oce,oce, 1R611131R61113 5027;
5027; DeKaDeKa IeCounlVIeCounl
, V, Geo-Geo- gogo
CompanyCompany COnfdertial
COnfdertial TFadtTFadt SeaetSeaet andand PfPf or,or, fifi etaeta ryry(,)'(,)' O'O' mm it,it, oror
00
PROJECT EXPERIENCE
r, r
Name/ Title/
Company
p.Y.
r; A
n irz' '
Education!
v- --------- .
BE, Civil.
Jon Mongie.
Key Experience
Licenses
UGAM Program
Underground
Leader
Asset
East Region
Management
Veolia Water
Eng meenngand
MBA
NA
ondition
MACP Condition
nditi
Assessment
Environmental
Network Technical
Manager-
Asset
Technical Direction
Management
Group
Engineering
Registered
ed
and MI
Animesh Irkulla
suppertingoperatiansprojects
Professional
Engineer IN
Veolia Water
m
ortteasforNewYorkand Pittsburgh,
h,
MS,
Environmental
experience
UGAM Program
Underground
Engineering,
Leader
Asset
Purdue
Western U. S.
West Region
Management
University
BS, Civil
the City of San Francisco and capital program for the City of
Engineering
Sacramento
Veolia Water
Marvin Gnagy,.P.E.
Municipal ) ater
manaManager
WaterOperations
DeKalb
County)
Professional
Water (the water agency for the Washington DC. area; and
OH
DWP
MBA,
Technology
Program
Management
Management
BS, Industrial.
services:
and Procurement
Engineering
Technology
Evaluation
Registered
Environmental
RiskRisk Management
Supply Operator,
Edwards
Environmental
Engineering
Registered
Engineer, OH
Veolia Water
Corporate
Class IV Water
talDirection
Managing Partner
Environmental
water supply
Part of the FPS supportteams for new contrite with DC
Group
AlAl Edwards
ds
Office Support
Manager
Veolia Water, Proposal for Management Advisory Servres( RP 13 500275) DeKalb Court Georgia
Company Confide ntial Trade Secret and Proprietary Informat ion - - Veu aV s. er
PROJECT EXPERIENCE
NamelTitlet
4+ pt'r
Company
Education/
Bey Experience
Licenses
Stephen King, P. E.
BS, Civil
Senior. Project:
Engineering,
manager
Manager
Professional
Engineer in GA,
NCandVA
Atlanta area
Business
Processes
Project:
Corporate.
Environmental
Risk Management
Engineering and.
Management
LSBE DeKalb
Professional
County)
Ken Moore
B5, Business
MeterMeter Manager
Direction
Metering
Admini
Adrnusineation
Economics
Group
Veolia Water
Antho
Anthony
an, P. E.
Meter
Meter Manager-
Doer
Metering.
Gro u p
Veolia Water
Civil
Engineering,.
Universityof
Wisconsin
Registered
sewer systems
Professional
Engineer, WI
Pittsburgh
Grade 4;
Collections
Ryan3ohnson
System
Above- ground
Maintenance
Asset Manager-
Asset
Operator,
Technical Direction
Management
California: WEA
and wastewater
Group
Veolia Water
Grade 2,
Wastewater
Treatment
Operator, CA
Kip Edgley
Washington
SCADA and
State Electrical
Administrator
Automation
Systems
and Electrical
Specialistand
Automation and
Journeyman
Manager-
GIS
Systems
Oregon Electrical
Technical Direction
Supervisor
Group
Colorado Master
Veolia Water
Electrician
PROJECT EXPERIENCE
Educationf
Name/ Title/
Key Experience
Licenses
icenses
Jonathan Hale
BS, Computer
information
Science
Technologies
MS, Project
and Network
Operations
IT and Networks
Management
Project
Manager - North
Management
America
Professional
PMP)
Veolia Water
Mining
Engineering
Technology
Graduate)
Carol Symes
Certified
Structuring
Wastewater
Director
Operations
Veolla Water
Engineering
Technologist
Class IV
Wastewater
Treatment Plant
Operator
MS,
K. C.
Upendrakumar,
P. E., BC EE
Engineering
Wastewater
Manager -
Engineering
Technical Direction
Group
Veolia Water
Engineering
BE, Civil
Engineering
process design
Registered
Professional
Engineer, IN and
WI
AS, Regulatory
Compliance
Allison Brigitzer,
Environmental
Administration
CSP
Certificate
Safety and
Specialist -
Compliance
North America
Industrial
Hygiene
Management
Veolia Water
Certified Safety
Professional
Environmental
Policy &
Management,
Jeremiah
American
and management
Danielson
Military
Safety and
Compliance
University
Certified
Supervisor,
Occupational
Training
Veolia Water, Prop os8! I or Ma nagefrErrAdwsoryServne ( UP13 -5n( 75 DeK a @Courrly, Georola
ConiparryConfidenPal - Trade Secnct and Proprietary InfoirratiorVeda Water
Veolla VERter
Veolia Water' s
ultimate parent
company, Veolia
Environnement,
recognized rev-
enues in 2O12 of
over $ 38: 8 billion..
Our company has a local business office in the City of Roswell and operations project office in the CityofJohn Creek
est cities and utilities in world ' these services are provided
2012.
Exchange.
Veolia Water
Pro Dosa for Management AOvsory Services ( Rr1500275) DeKaIb County Georgia
ri eta ryin` orma lion VeolaWater
tnmrany ConfidentP ! - iraJe Serr0t antl ,;
ORGANIZATIONAL STRUCTURE
TBD
David Gadis
Veolla Wattr
Bill. Harless.
TBD
nuk
TBD
VecnWatet
ttorr[yrD` CM
TBD
JWM
Jonathan HoPsak.
V' rrp ni
ar,ager
Vu1 , s
nn7yrp,
for tire
Pi# tsbu gh
Capital
Admfnistratlor
ibi
G{. !,
to e.`
Planning
Operations
Maintenance
prog' sm
Customer
service
t t:. F=
rembei fir m
toaurInInapenet* advi-
anx, r
our partnerfirmsinclude:
CE. R M
v11 pro-
Dovetail Consulting.
a n
d, 2 b
7 tits the
ar asp
Yin
Veulia Water Proposal rar Management At iwiy Services ( dtP 13- 500775) De,;Kalb Courty, C,eorgla
Corrip3riq Can9tlen Gal - Trace Secret and Pruone'ta :y lnt rrra4an Veoia Wafer
ORGANIZATIONAL STRUCTURE
C.
Subsidiary/ Affiliate ! !.
The proposing entity (Veolia Water Not America Operating Services, LLQ is a water services company that provides
operations services in the State of Georgia through our
cile economy with ecology in pursuit of s: ustainable development Our performance- based contractual approaches,
long experiencewith priblic private partnership modelsthe
shared expertise of our over 220,000 Veolia Environnemert
tTB
ABFP
alb
Ten 10 Percents
Paints
LSBEs-LSBEs- DeKalbDeKalb areare certifiedcertified byby thethe CountyCounty andand mustmust bebe locatedlocated withinwithin DeKalbDeKalb County.County. PrimePrime contractors contractors utilizing.utilizing. LSBE&LSBE& yy
DeKalbDeKalb shallshall receivereceive tenten( ( 10)10) percentagepercentage pointspoints oror aa tenten( ( 10)10) percentpercent preferencepreference inin thethe initialinitial evaluation evaluation ofof theirtheir responseresponse toto anyany
RequestRequest forfor ProposalProposal toto Invitation'Invitation' toto Bid,Bid,
l,l, SBEsSBEs
- - MSAMSA areare certifiedcertified byby thethe CountyCounty andand whilewhile locatedlocated outsideoutside DeKalbDeKalb County,County, mustmust bebe locatedlocated withinwithin thethe MetropolitanMetropolitan
StatisticalStatistical AreaArea
{ { MSA)MSA) consistingconsisting ofof Cherokee,Cherokee, Clayton,Clayton, Cobb,Cobb, Douglas,Douglas, Fayette,Fayette, Euston,Euston, Gwinneft;Gwinneft; HenryHenry andand RockdaleRockdale
Counties.Counties. PrimePrime contractors contractors utilizingLSBBs utilizingLSBBs
- MSAMSA shat)shat) receivereceive fivefive
( ( 5)5) percentagepercentage pointspoints oror aa fivefive
( ( 5)5) percentpercent preferencepreference inin thethe
initialinitial evaluation evaluation ofof theirtheir responseresponse toto anyany Request Request forfor ProposalProposal oror Invitation Invitation toto Bid,Bid,
ForFor eligibleeligible ProjectsProjects overover
$ $ 5,5, 000,000, 000.000. 00,00, thethe DirectorDirector ofof thethe Department Department ofof PurchasingPurchasing andand ContractingContracting willwill determinedetermine ifif thethe
Mentor-Mentor- ProtBge ProtBge provisionsprovisions ofof thethe LSBELSBE OrdinanceOrdinance willwill apply:apply:
BenchmarksBenchmarks andand GoodGood FaithFaith Efforts-Efforts-
ForFor allall qualifiedqualified sealedsealed solicitations,solicitations, asas thatthat termterm isis defineddefined inin thethe LSBELSBE Ordinance,Ordinance, thethe DirectorDirector ofof thethe DepartmentDepartment ofof Purchasing Purchasing
andand ContractingContracting shallshall deterdeter mitemite ifif thethe BidderBidder oror ProposerProposer includedincluded writtenwritten documentationdocumentation showingshowing thatthat atat leastleast twentytwenty percentpercent
2020%)-%)- of'of' thethe totaltotal contractcontract
. . awardaward willwill bebe performedperformed byby certifiedcertified LSBE.LSBE. IfIf thisthis twentytwenty percentpercent
( ( 2020%)%) benchmarkbenchmark isis notnot
achieved,achieved, thenthen thethe DirectorDirector ofof thethe DepartmentDepartment ofof PurchasingPurchasing andand ContractingContracting shallshall determinedetermine ifif thethe BidderBidder oror ProposerProposer hashas
exhaustedexhausted itsits goodgood faithfaith effortsefforts asas delineateddelineated inin thethe LSBELSBE Ordinance.Ordinance. ContractorsContractors failingfailing toto meetmeet thethe LSBELSBE benchmarkbenchmark mustmust
documentdocument andand demonstratedemonstrate goodgood faithfaith
" " effortsefforts oror riskrisk havinghaving theirtheir BidBid oror proposalproposal rejected.rejected.
LSBELSBE ExhibitsExhibits AA andand B:B: areare thethe requiredrequired documentsdocuments toto bebe submittedsubmitted withwith aa SidSid oror proposal-proposal-
AtAt thethe timetime aa BidBid oror ProposalProposal isis submittedsubmitted toto thethe County,County, thethe BidderBidder oror ProposerProposer shallshall submitsubmit LSBELSBE ExhibitExhibit A;A; whichwhich includesincludes
the:the: notarizednotarized affidavitaffidavit showing showing LSBELSBE Participation,Participation, ChecklistChecklist ofof GoodGood FaithFaith Efforts,Efforts, andand StatementStatement ofof Compliance,Compliance, andand LSBELSBE
ExhibitExhibit B,B, thethe signedsigned letterletter ofof intentintent fromfrom eacheach LSBELSBE
- - DeKalbDeKalb oror I SBESBE
- - MSAMSA describingdescribing thethe naturenature andand dollardollar valuevalue oror
percentage percentage ofof tiretire work,work, material,material, equipmentequipment andand
/ / oror servicesservices toto bebe performed performed oror providedprovided byby thethe LSBE(LSBE( s),s),
LSBE:LSBE: ExhibitExhibit CC isis the:the: requiredrequired documentdocument
.
. toto bebe submittedsubmitted offeroffer executionexecution ofof thethe ContractContract withwith eacheach paymentpayment request-request-
AfterAfter executionexecution ofof thethe Contract,Contract, primeprime contractorscontractors areare requiredrequired toto submitsubmit withwith eacheach monthlymonthly requestrequest forfor paymentpayment thethe LSBELSBE
ExhibitExhi
: bit: C,C, whichwhich isis aa reportreport detailingdetailing LSBELSBE usage.usage. ISBFISBF ExhibitExhi
: bit :CC requires requires primeprime contractorscontractors toto certifycertify thatthat allall SubcontractorsSubcontractors
havehave beenbeen paidpaid withinwithin sevenseven
( ( 7)7) daysdays ofof thethe primeprime contractor'contractor' ss receiptreceipt ofof paymentpayment fromfrom thethe CountyCounty andand includesincludes airair LSBELSBE
subcontractor'subcontractor' ss detaileddetailed reportreport ofof theirtheir subcontractingsubcontracting activityactivity forfor thethe Coniract.Coniract. f=ai
f= lureailure toto fullyfully completecomplete andand timelytimely submitsubmit
LSBELSBE ExhibitExhibit C,C, anyany otherother requestedrequested documentationdocumentation forfor LSBELSBE participationparticipation andand proofproof ofof SubcontractorSubcontractor paymentpayment maymay constituteconstitute
aa materialmaterial breachbreach ofof contract,contract, entitling entitling thethe CountyCounty toto terminate terminate thethe ContractContract forfor defaultdefault oror pursucpursuc anyany otherother availableavailable remedy.remedy.
LSBELSBE ExhibitExhibit DD isis thethe currentcurrent DeKalbDeKalb County County ListList ofof CertifiedCertified LSBELSBE Vendors-Vendors-
forfor allall businessesbusinesses toto participateparticipate inin thethe performanceperformance of-of- governmentgovernment contracts,contracts, includingincluding minorityminority
- - ownedowned businessbusiness enterprisesenterprises
MBF)MBF) andand womenwomen
- - ownedowned businessbusiness enterprisesenterpri
( ses ( WBE).WBE). ToTo achieveachieve thisthis purpose,purpose, thethe CountyCounty wouldwould likelike toto tracktrack andand recordrecord
informationinformation aboutabout participatingparticipating vendors.vendors. LSBELSBE ExhibitExhibit AA trackstracks whowho performs performs workwork andand rendersrenders servicesservices toto thethe County.County.
ContractorsContractors areare requested requested toto indicateindicate whetherwhether theythey areare aa MBEMBE oror WEEWEE andand listlist thethe levellevel ofof participation participation byby subcontractors subcontractors
designateddesignated asas suchsuch onon eacheach qualifiedqualified sealedsealed solicitation,solicitation,
iz.;
The firm, submitting this form nx the prime 0ddor/mmpomxon this unit
LSBBMuA
1, 8BF,-QoKalh __
If the prinie bidder/proposer is a certified LSBE, please indicate below the portion of work ( including the percentage of
the amount 8id/ pmp* sa|) that the firm will carry out dire*| y__
1
if the prime bidder/proposer is a joint venture, please describe below the nature of the joint v^ mnr and lovdofwork
and financial participation to be provided by the LS13E inerinter(s) of tire joint venture.
changes can be made in the subcontractors listed below wilhorathe prior written approval of the County. Please attach a
signed letter of intent from all certified LSBEs describing the work, materials, equipment or services to be Performed
and/ or provided and the agreed upon dollar value or percentage of award and signed by the prime bidder/proposer and
the LSBE. A Latter of Intent fitan is attached hereto as LSBE Exhibit B
w
Name of
Contact
Albert Edwards
P
Fax
6780&9^0173
rd
Check all that apply: s_l88D' DoKNb_-_ L0VF' yN%&; attach proof ^[ I, XBEcertification.
Optional Information:
MBx__\uBG; attach proof of MBE and/ or WBGcertification,
Item
Contact
Fax
Check all that apply: __ CS8E-DrKu|k__ L8BD^MSA| attach proof of LSBE certification.
Optional, Inforniatiom
to list additional LW&8` MBE o, VVRE subcontractors and/ or fi, mo( including suppliers) to
Contract
404-371 -4795
MaloofAdministration Building
1300 Commerve Drive, 2nd r'loor
wivitw.eo.dekolb,ga. us
Re,
RE- CERTIFICATION:
E)
Congratulations. Your company meets the requirements for re- certification as indicated above. This
letter will serve as proof of your certification status. Please atlach a copy of this re- certifteatlor: letter
with each bid or proposal thatyou submit as a prince or sub- contractor. Your firm will be certified for
a period of two ( 2) years from the date of this letter. To apply for additional re- certification, you must
submit Notarized Application for Re- certification at least sixty ( 60) days prior to expiration of the two
year period.
Please be advised, Contract Compliance reserves the night to schedule on -site inspections of any business
certified under this program. Arry chap e in owmershi or control o your business addressor televhone
listin s) drain the certification period moist be prom )tl reported to Contract Compliance.
Failure to
keep this office notified will resultin your company' s removal from our list ofcertified vendors.
Certification does not guarantee any present or future contracts with DeKalb County. All registered vendors
must take the necessary steps to become apart of the County's procurement process and bid competitively
for business. Supplier Registration Forms are available in our office and online at
We wish you continued success in your business endeavors. If you have any questions or require further
assistance, please do not hesitate to contact our office by telephone at ( 404) 371 -4795 email at
contra
dekalbcountygs gay.
Sincerely,
Adrein M. Walker
A8iddm or Proposer that does not meet the County' s [ 388 participation hmnbmork is required to
uummustrut( bu/ it, nudv'' good8dtkotA/rta. Pl*u* iodivate whether o not any mfthe following actions
er*\^&
wu
Yes
l.
2,
Proof of
Provided interested LG88o with tino* ly, adequate information about the plans,
specifications, and other such requirements wf the Contract tofas| litmto thenquotation undcoodxxk:dfol| ow" pruinibu\ voDndudono
contact, the quzow and title nf the person making the effort, and the amount of
the quoted price if one was obtained.
S.
Efforts were made to divide the work for LSBE subcontracting in areas likely to
h$ successful and identify portions vf work available tvlgB8o consistent with
their availability. Include a list of divisions of work not subcontracted and the
does not relieve it of the responsibility to make good faith efforts on all scopes
of work subject to subcontracting.
6 _
feasible,
provide assistance
in the
This list iau guideline and by no means exhaustive. ' the County will review these efforts, along with other
documents, towards assessing the Bidder/Proposer' s efforts to meet the County' s LSBE benchmark, If you
require assistance in identifying certified LSBEs, please contact the Department of Purchasing and
Contracting, Contract Compliance Division at contract@dekallacomityga4gy or 404- 371- 6395, A copy of
the current list of LSBEs certified by DeKalb County is attached to this solicitation and is available on our
l Operating Services, LLE ( insert name of Contractor) hereby state that I have read and understand therequirements of the
LSBE Ordinance and good faith ei %rts were made to provide the maximum practicable opportunity for the utilization of
LSBEs consistent with the efficient and economical performance of this Contract. Contractor and any Subcontractors agree to
file compliance reports at reasonable times and intervals with the County in the form and to the extent prescribed by tire
Director of the Department of Purchasing and Contracting. Compliance reports riled at such titres as directed shall Contain .
information as to the employment practices, policies, programs and statistics of Contractor and all Subcontractors.
1. Non -Discrimination Policy
During the performance of this agreement,. Contractor agrees to cantor in to the following non- discrinliatation
a.
Contractor shall not discriminate against any employee -or applicant: for employment because of race, color,
religion, sex, national origin, or disability, The Contractor will take faction to ensure that applicants fare
b,
employed; and the employees ate treated out ing employment without regard to their race, color, religion, sex.,
national origin, or disability. Such action shall include, but not be limited to:
1)
Employment; upgrading, demotion or transfer; recruitment or recruitment advertising; layoff attermination; rates of pay or other forms of compensation; and selection for training, .including
apprenticeship.
applicants for employment, notices to bye provided setting forth provisions of this . non discrimiination clause..
2)
Without limiting the foregoing, Contractor shall not discriminate on the basis of disability in the admission or
C,
access to, or treatment or employment in, the programs and activities, which for to the subject of the Contract.
The Contractor will take action to ensure that applicants for participation in such programs and activities are
considered withoutregard to disability. Such action shall include, but not be limited to, the following:
1)
Contractor agrees to post in conspicuous places available to participants it) its programs and
activities notices to be provided setting forth tire provisions ofill is non- discrimination clause.
2)
Contractor shall, in all solicitations or advertisements for programs or activities, which are the
subject of the Contract, state that all qualified applicants will receive consideration: for participation
without regard to disability.
2. Commitment
The undersigned certifies that he /she has read, understands; and agrees to be bound by the :Specifications, .including the
accompanying Exhibits and other terms and conditions of the invitation to bid and/ or request for proposal regarding LSBE
utilization. The undersigned further certifies that he /she is legally authorized by the Bidder or proposer to make the
statements and representations to LSBI, Exhibit A and thatsaid statements and representations ate true and correct to the best
of his /tier knowledge and belief, The undersigned will enter into formal agreement( s) with the LSBE( s) listed in this LSBE
Exhibit A, which are deemed by tine County to be legitimate and responsible i SBEs. Said agreements) shall be for the Work
pursuant to the Contract with the County. The undersigned understands and agrees that if any of its statements and
representations are made knowing them to be false; or if there is a failure of the Contractor to :implement any of tine stated
agreements, intentions, objectives, goals and commitments set forth herein without prior approval of the County, then in any
such event the Contractor' s act or failure to act, as the case may be, shall constitute a material breach of contract, entitling the
County to terminate the Contract for default_ The right to so terminate shah he in addition to, and not in lieu of,any other
rights and remedies the County may have for other defaults under the Contract. Additionally,. the Contractor will be subject
to the loss of any future contract awards by the Bounty for a period of one year.
Contractor Name (Please Print): Veolia Water North America Operating Services,
Signature of Authorized Officer:
NA ANN GUNN
2, --- - - - - -
Date Signed:
NOTARY:
2013,
LSBE Exhibit B
This form must be completed by AU known subcontractors and submitted with the bid or proposal.
Photocopies ofth[s form are acc
To:
rrorn:
Services, LLC
13- 500275
RFP Number:
ProjectName:
WBE
HIM
Corporate Environmental
The undersigned is prepared to perfonn the following described work or provide materials or services in
connection with the Project.
Project
Commence
Contract
Date
Award
PrimePrime Contractor:Contractor:
Subcontractor;Subcontractor;
caca
Signature:Signature:
Signature:Signature:
Title:Title:
Date:Date:
Date:Date:
AUCFUBtAUCFUBt
9,9,
20132013
THETHE LETTERLETTER OFOF INTENTINTENT MOTMOT BEBE SIGNEDSIGNED BYBY BOTHBOTH THETHE PRIMEPRIME CONTRACTOR CONTRACTOR ANDAND THETHE
LSBELSBE SUBCONTRACTOR.SUBCONTRACTOR.
PROPOSER AFFIDAVIT
By executing this affidavit, the undersigned verifies its compliance with O.C.G.A.
13-
10 -91, as amended, stating affirmatively that the Proposer submitting a bid to DEKALB
COUNTY, GA, a political subdivision of the State of Georgia, has registered with and is
participating in a federal work authorization program* [ any ofthe electronic verification of work
authorization programs operated by the United States Department of Homeland Security or any
equivalent federal work authorization program operated by the United States of Homeland
Security to verify information of newly hired employees, pursuant to the Immigration Reform
and Control Act of 1986 ( IRCA), P. L. 99- 603], in accordance with the applicability provisions
and deadlines established in O. C. G. A. 13- 10- 91, as amended].
BAut
Notary Public
My Commission Expires:
Enrollment Date
MN
Z.
ices, LLC
20%%
Identification Number
ti a
4`
ivtA
ws'+^ vd
a,
4. x, 4arc.. 4
u* ws*`, au
a .,
ia`,
Secretary of State
Corporations Division
CONTROL NUMBER
0511453
JURISDICTION
Delaware
PRINT DATE
7126120139: 45: 55 AM
CERTIFICATE OF EXISTENCE
1, Brian P. Kemp, the Secretary of State of the State of Georgia, do hereby certify under the seal of
my office that
VEOLIA WATER NORTB AMERICA OPERATING SERVICES, LLC
the above date. Said entity is in compliance with the applicable film- and annual registration
provisions of Title 14 of the Official Code of Georgia Annotated and has not filed articles of
dissolution, certificate of cancellation or any other similar document with the office of the
Secretary of State.
This certificate relates only to the legal existence of the above- named entity as of the date issued.
It does not certify whether or not a notice of intent to dissolve, an application for withdrawal, a
statement of commencement of winding up or any other similar document has been file d or is
pending with the Secretary of State.
This certificate is issued pursuant to Title 14 of the Official Code of Georgia Annotated and is
prima- facie evidence that said entity is in existence or is authorized to transact business in this
state,
Tracking #: qtLH5bHm
EN$ ENa,
2002100245
ooaat.
STATE OF DELAWARE
DIVISION OF REVENUE.
POST CONSPICUOUSLY
VALID
01101713 - 12/ 31/ 13
NOT TRANSFERABLE
DLN:
12 98499 B6
DATE ISSUED
LICENSE FEE: $
aUSCNOCCOD@
099
GROUP CODE
007
LICENSED
ACiNl1Y
12/ 21/ 12
75. 00
MAILING ADORES$
BUSINESS LOCATION
MOTIVA REFINERY
2000 WRANGER HILL
DELAWARE CITY DE 19708
PATRICK T. CARTER
DIRECTOR OF REVENUE
Secretary of State
Corporations Division
CONTROL NUMBER
0516742
JURISDICTION
Delaware
PRINT DATE
CERTIFICATE OF EXISTENCE
1, Brian P. Kemp, the Secretary ol' State of the State of Georgia, do hereby certify under the seal of
my office that
VEOLIA WATER NORTH AMERICA-SOUTH, LLC
the above date. Said entity is in compliance with the applicable filing and annual registration
provisions of Title 14 of the Official Code of Georgia Annotated and has not filed articles of
dissolution, certificate of cancellation or any other similar document with the office of the
Secretary of State.
This certificate relates only to the legal existence of the above -named entity as of the date issued.
It does not certify whether or not a notice of intent to dissolve, an application for withdrawal, a
statement of commencement of winding up or any other similar document has been filed or is
pending with the Secretary of State.
This certificate is issued pursuant to Title 14 of the Official Code of Georgia Annotated and is
prima-facie evidence that said entity is inexistence or is authorized to transact business in this
state.
Tracking #: EzFWnSzy
City Of Roswell
13462
Business Location
Mailing Address
ALPHARETTAGA
Whitney M. Bateman
120 Water Street Ste 212
Y}Z,t2;tu 7`l ti Ll
City Clerk
a'
Expiration Date:
Description:
Tax Year;
OFFICE
2013
This certificate shall be displayed in a conspicuous place in your business establishment andis not
transferable to any otherr location, business or owner without proper notification to the City ofRoswell.
CITY OF
EXPIRATION DATE
DATE ISSUED
JANUARY 16, 2013
0003881
NAILS
NOT TRANSFERABLE)
CONTROL NUMBER
221310
9750 SPRUILL RD
ISSUED BY:
MAILING ADDRESS:
JOAN C. JONES
CITY CLERK
CERTIFICATE NUMBER
13- 00003600
ATTACHMENT E
OF
The undersigned, Kathleen Lynch; Assistant Secretary of Veolia Water North America
Operating Services, LLC, a Delaware limited liability company ( the " Company"), does hereby
certify that David Gadis holds the title of Executive Vice President for the Company and in such
capacity is authorized to negotiate and execute contracts and make related commitments with
regard to the following project:
NIRATI IRMIAM11
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seat of the Company this
30th day of July; 2018.
Q
Kathleen Cync
SEAL
Assistant Secretary