You are on page 1of 237

Operating Services, LLC

101 W. Washington Street, Suite 1400 East


Indianapolis, Indiana 46204
Attn: David Gadis, Executive Vice President

Phone: 317- 917- 3734


Fax: 317- 917- 3718

Email: david. gqqijs


adis(a-)veoliawaterna. com

Contract No. 1 of 4

CERTIFICATE OF LIABILITY INSURANCE


THIS CERTIFICATE IS ISSUED AS

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

xAIAEPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER,

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

PRODUCERMarsh USA, Inc.


540 W, Madison Street

CHlcagd, IL 60661

Attn: WmfipC rPequest@marsh.com I Fax', 212- 948 -5053


ACE American Insurance Company
Illinois Union Insurance Geri

INSUREDVenial Water North America Operating

N/ A

Services, LLC

101 West Washington Street, Suite 1400


Indianapolis, IN 46204.

COVERAGES

CERTIFICATE NUMBER:

CHI- 004847133 -02

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

101 -01 -2014

LIMITS

101 -01 -2015

CLAIMS

MADE" X

OCC JR

PERSONAL

GENL AGGREGATE LIMIT APPLIES PER

PRO -

POLICY

jISAH0881661A

01 -01 -2014

SCHEDULED
AUTOS
1

HIRED AUTOS

i_

If

S
S

Per accitleniJ

LIABILITY

EACH OCCURRENCE

AGGREGATE _

ENN

WLR 047&77878 AOS )

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

DESCRIPTION OF OPERATIONS below

1000000
15

PROPERTY DAMAGE

COMPENSATION '

ANY PROPRIETOR/ PARTNER6XECUTIVE


Z
IN, [

1000,000

i BODILY INJURY ( Reraca dent)

N OWNED

NOAUTOS

OCCUR

AND EMPLOYERS'

PRODUCTS- COMPIOPAGO $

RETENTION$

DEB
W
WORKERS

1, 000, 000

Ea_aggd.; rt1_. $

EXCESS L

ADV UNDO v $

GENERAL AGGREGATE '',$

BODILY INJURY ( Per person}

UMBRELLA

1, 000,000

GGMBINED SINGLE LIMIT

I01 -01 - 2015

ANY AUTO

ALL
OS
AUTOS

10 000

L00

AUTOMOBILE LIABILITY

1, 000, 000

Mm EXP tAny one

X
X

1, 000, 000

EACH OCCURRENCE $
DAMAGE TO RENTED
occ

COMMERCIAL GENERAL LIABILITY )

E L. DISEASE - POLICY LIMIT $

GOnGaetors' Pollufion and

iGOO 627269096901

Professional Liability

i CPL SIR = $ 250,000

107 -01 -2013

107 -01 -2016

Each Occurrence

1, 000, 000

1000000
1, 000,000

Prof Line SIR = $ 1, 000, 000

DESCRIPTION OF OPERATIONS t LOCATIONS I VEHICLES ( Attach ACORD 101, Additional Remarks Schedule, if mom space is required)

Re. Contract No. 143027669 RFP No. 13- 500275

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..

DeNalb County, Georgia


Director of Purchasing & Contracting

THE

The MaloolCenier, 2nd Floor

ACCORDANCE WITH THE POLICY PROVISIONS,

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE

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)

The ACORD name and logo are registered marks of ACORD

AGENCY CUSTOMER ID: 902131


LOC #:

Chicago

NAMED INSURER
Veolia Water North America Operating
Services, LLC

Marsh USA, Inc:

101 West Washington Street, Suite 1400

POLICY NUMBER

Indianapolis, IN 46204

CARRIER

NAIL CODE
EFFECTIVE DATE:

The ACORD name .and logo are registered marks. of ACORD

MI
M

DeKalb County

July 19, 2013

FROM:

Department of Purchasing and Contracting, DeKalb County, Georgia

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.

All other conditions remain in full force and effect.

3. All proposers under this Request for Proposals are kindly requested to acknowledge receipt of
this Addendum in original only.

Addendum No. 1 to RFP No. 13- 500275

Management Advisory Services in DeKalb County, Georgia


Page 1 oft

ACKNOWLEDGMENT

SEXEM

The Above Addendurn is hereby acknowledged:

Veolia Water North America Operating Services, LLC

NAME OF PROPOSER

Executive Vice President

SIgnature)

Addendum No. I to RFP No, 13- 500275

Management Advisory Services in DeKalb County, Georgia


Page 2 of 2

Title)

August 7, 2013
TO:

ALL PROPOSERS UNDER REQUEST FOR PROPOSALS NO. 13- 500275

FROM:

Department of Purchasing and Contracting, DeKalb County, Georgia


ADDENDUM NO. 2

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:

On page 2 item G of the FTP a reference is made to the contractor selected

for this contract will not be eligible to participate in engineering or capital

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:

The reference does not apply to subcontractors,

Section LC Can the County elaborate on the extent ofinvolvement the


selected contractor will have with DeKalb DWM management?

Answer B:

The Department of Watershed Management anticipates being involved with


interfacing with the selected contractor during the life of the project from
cradle to the grave." This includes project management, data and

information acquisitions, alternatives consideration and decision making to


the current management of operation and services related to the department,
Question C:

Section LC Can the County elaborate on the extent of involvement the


selected contractor will have with DeKalb DWM management?

Answer C:

See answer to question " b" above.

Management Advisory Services in DeKalb County, Georgia


Page I of 3
YB: kc

Question D:

Section III.A.4.a. v --The County requests the contractor to review business


processes such as " purchasing, billing, customer service, process control;

and others as appropriate ". Can the county identify how many additional
processes may be included in scope?
Answer D:

The additional processes will include administration, planning, operations;


maintenance and capital programs.

Question :Et

Section III.A.G, b. ii - What is the expected timeline for the implementation?

Answer E:

There is no specific timeline for the implementation. Implementation will

occur following the study and recommendation phase to be completed by the


Contractor.

Question F:

At the mandatory bidders' conference, the County indicated that it has


commissioned multiple reports or studies of the Department of Watershed

Management in recent years. Would the County please consider providing


these reports to prospective bidders?
Answer F:

NO,

Question G:

Does the County have a preferred timeline for each phase and for the project

Answer G:

See answer to question " e" above.

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:

both organizations' charts on the Purchasing website.


The Organizational Charts are included posted as Attachment

to this

addendum.

Question .l:

Can we assume Addendum 2 will also include a response to the question

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.

Management Advisory Services in DeKalb County, Georgia


Page 2 of 3

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.

The fimi will be eligible to be utilized as an LSBE.

All other conditions remain in full force and effect.

3. All proposers under this Request for Proposals are kindly requested to acknowledgereceipt of
this Addendum in original only.

Date

August 12, 2013

The Above Addendum is hereby acknowledged:


Veolia Water North America Operating Services, LLC
NAME OF PROPOSER)

knatmne)_
Management Advisory Services in DcKalb County, Georgia
Page 3 of 3

Executive Vice President

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

current bidy. html.

Local Small Business Enterprise Program:

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

contract@dekalbcountyga. gov or 404. 371. 4795,


Preferred Employees

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
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.

This 3rd day of July; 2013:

DEKALB COUNTY, GEORGIA

By
in L, Walton, CPPB

reotor and Chief Paocurernent Officer


Department of Purchasing and Contracting

AGREEMENT FOR PROFESSIONAL SERVICES

THIS AGREEMENT made as of this

day of _,

20_, (

hereinafter called the

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

Services in DeKalb County, Georgia.


WITNESSETH:

That for and in consideration of the mutual covenants and agreements

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

Contract; ( ii) automatically renew on each January I",

unless terminated in accordance with the

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.

ARTICLE 111. PAYMENT

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:

DeKalb County, Georgia


Accounting Services
Annex Building
1300 Commerce Drive
Decatur, Georgia 30030

B. A copy of the invoice(s) must be submitted for


Office of the CEO

DeKalb County, Georgia


The MaloofBuilding
1300 Commerce Drive; 6`h Floor
Decatur, Georgia 30030

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:

Contract Compliance Division

DeKalb County Purchasing& Contracting


1300 Commerce Drive, 2nd Floor

Decatur, Georgia 30030

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,

attached hereto as Appendix ] l 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.

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.

C. Ownership of Documents. All documents, including drawings, estimates, specifications,


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,

between the County and any person, or entity or than Contractor.

E. Reviews and Acce t


ante. Work performed by the Contractor shall be subject to review and
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.
F.

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 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.

Certi,6cates of Insurance in companies doing business in Georgia and acceptable to

the County covering:


statutory Workers' Compensation Insurance, or proof that Contractor is not

a)

required to provide such coverage under State law;


b)

Professional Liability Insurance on the Contractor' s services in this


Agreement with limit of $1, 000,000;

Commercial General Liability Insurance covering all operations with

c)

combined single limit of $1; 000,000;


d)

Comprehensive Automobile Liability Insurance with form coverage for all


owned, non -owned and hired vehicles with combined single limit of
500, 000.

Umbrella or Excess Insurance is acceptable to meet the minimum limits

e)

whenever there is an insurer licensed to do business in Georgia which is

providing at least the first $ 100, 000 of primary coverage;


2.

Certificates of Insurance must be executed in accordance with the following


provisions:

a)

Certificates to contain policy number, policy limits, and policy expiration


date of all policies: issued in accordance with this Agreement;

b;)

Certificates to contain the location and operations to which

the insurance

applies;

c)

Certificates

to

contain

Contractor' s

protective

coverage

for

any

subcontractor' s operations;

d)

Certificates to contain Contractor' s contractual liability insurance coverage;

e)

Certificates are to be issued to:

DeKalb County, Georgia


Director of Purchasing & Contracting
The Maloof Center, 2nd Floor
1300 Commerce Drive
Decatur; Georgia 30030

3.

The Contractor shall be wholly responsible for securing certificates of insurance

coverage as set forth above from all subcontractors who are engaged in this work.

4. The Contractor agrees to carry statutory Workers' Compensation Insurance and to


have all subcontractors likewise carry statutory Workers' Compensation Insurance.

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

no way limits the liability of the Contractor.


7. Certificates shall state that the policy or policies shall not expire, be cancelled or altered

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. 1370 -41,

the County cannot enter into a contract for the physical

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.

The signed affidavit is attached to this Contract as

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.

Any signed sub -subcontractor affidavits) obtained in

connection with this Contract shall be attached hereto as Attachment D.

L. County Representative.

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 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

be by employees of Contractor or its Subcontractors and subject to supervision by Contractor. No


officer or employee of Contractor or any Subcontractor shall be deemed an officer or employee of

the County.

Personnel policies, tax responsibilities, social security payments, health : insurances

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

Appendices all of which are incorporated herein by reference:

Attachment A, Contractor' s Cost

Proposal; Appendix 1,

County' s RFP; Appendix 11, Contractor' s Response; Attachment F3,

Contractor' s

Attachment

Affidavit;

C,

Subcontractor' s

Affidavit(s);

Attachment

D,

Sub-

subcontractor' s Affidavit(s),; and Attachment E; Certificate of Corporate Authority or Joint Venture


Certificate.

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 notice or consent required to be given by or on behalf of any party hereto to

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

1300 Commerce Drive

6' h Floor
Decatur, GA 30030

and

Executive Assistant

1300 Commerce Drive


Decatur, Georgia 30030

With a copy to:

Director ofthe Department of Purchasing and Contracting


1300 Commerce Drive, 2' d Floor
Decatur, Georgia 30030

With a copy to:

Director of the Finance Department

1300 Commerce Drive, 3`d Floor


Decatur, Georgia 30030

If to the Contractor:

Veolia Water North America Operating Services, LLC


101 W. Washington Street, Suite 1400 East
Indianapolis, Indiana 46204

With a copy to:


Department of Watershed Management

1580 Roadhaven Drive

Stone Mountain, Georgia 30083

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

Contract shall govern in the following order of precedence:

Contract, Change Orders or

modifications issued after execution of the Contract; the provisions of the County' s RFP; and the
Contractor' s Response thereto.

SIGNATURES CONTINUE ON NEXT PAGE]

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

DEICALB COUNTY, GEORGIA

By:

William DiCroce

Name ( Typed or Printed)


Vice President
Title

93- 0929498

Federal Tax I.D. Number

February 6, 2014

11

Date
r"i

NOTARIZED:

BARBARA H. SANDERS, CCC


Clerk of the Chief Executive Officer
and Board of Commissioners of

Subscribed and Sworn before m on this the


6th

NOTAR

My C

ay of

ebruary

20 1_ 4

DeKalb County, Georgia

PUBLI

mis) gn Ex ires,

IN

A oTAOdIL, \ y

Contractor' s Cost Proposal

Attachment A.
Cost Proposal

RFP No. 13- 500275


A. Base Compensation

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:

Table A Fixed Fee


Year

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

benefits, and savings, revenue or Key Performance Indicator ( KPI) measurement.

Improvement Initiative" means a plan to implement a change, documented by a Business Case,


that will result in improved service, Lower operating or capital cost, or incremental new revenues;
Key Performance Indicator" ( KPI) means a non -financial metric or benchmark of performance;
Lump Sum Payment" means: ( a) a negotiated amount paid to achieve an agreed KPI, a
milestone payment in a plan to achieve a final KPI. or alum attributable to Contractor' s share of
Shared Revenue or Shared Savings; and ( b) at the conclusion of each renewal term, a single

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.

The Work will be overseen by a joint committee of Contractor senior

managers, Department of Watershed Management ( DWM) senior managers to be appointed by the


County, and such other County personnel as the Board of Commissioners may designate. The Steering
Committee will meet regularly ( with an initial target of at least twice per month) to receive progress
reports from the Contractor' s Program Management team, discuss the findings and analyses to date,

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

DWM shall unreasonably withhold approval of proposed Improvement Initiatives.


4) Lump Sum Payments for achieving service improvements identified through KPls, Shared Savings,

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").

Unless otherwise agreed in Performance Orders, hump Sum Payments

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%

Final Payment after Year 2: 40%


Final Payment after Year 3: 30%
Final Payment after Year 4: 20%

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:

Federal Work Authorization User Identification Number

6C+ bVfd
Date of Authorization

Veolia Water North America Operating Services, LLC


Name of Contractor

Management Advisory Services


Name of Project

DeKalb County, Georgia


Name of Public Employer

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

Name and Title of Authorized 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

performance of services under a contract

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

F zvir Name of Subcontractor

Management AdvisoryServices
Name of Project

DeKalb County, Georgia


Name of Public Employer

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

Signature of Authorized Officer or Agent

Albert G. Edvmcrds
Printed Name and

e o Aut tnze
c}
Officer or Agent

Subscribed and Sworn before me on this the


20 Vq
day of

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

This CAmliflowtoofFormstion ( this " V-

rate',) is Ning emuted as of tho 45* day of

July, 2004 for the purpose of fmnixig-a Amiled labi Jity,


, eb,'mp any putr&omit

to the PelswaJpe

JC

skis pride sfgned, being duty authoOted to #

euts 4n4' ffi "

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

M WrKE SS`WHMWF, the

dgly.olmouted -this Cortifiedtoof Forination

as of tho day and ycar first,sbovowritten.

Frank E, r)ioki&, Jr, Authoril .. Pews

PHNIOMIXI

HARRIET SMITH WINDSOR,

SECRETARY OF STATE OF THE STATE OF

DELAWARE Do HEREBY CERTIFY THAT THE ATTACHED IS A TRUE AND


CORRECT COPY OF TITS CERTIFICATE OF FORMATION OF " VEOTIA WATER

NORTH AMERICA OPERATING SERVICES,

TA9 SIXTH DAY OF JULY, A. D.

LLC" FILED XX THIS OFFICE 09

2004, AT 2: 55 O' CLOCK P. M.

PAVIA

Harriet Smith Windsor, Secretary of Saxe


2102102

8100V

AUTHENTICATION,- 3215339

DATE:

07- 06- 04

JUL,

b.

r4

e ^ l4t*' M

VH[ LLLb

INU

state of DP-2a aLC

Sec

to y Of state

Divisim of CbxpnreU

Dalivvsed 02: 55 PM 0710612004


F=
02: 55 PM 0710612004
MZV 040494878 -

2102102 =

ii

11

Ccrd& o-,is 'Teolia.

21)
i.

3)

4)

The name QfOLOIiMitCd IWItY COIOPMY,-diSdf6rffi

t6 Ceftifitate ()t

r0hraonis "Voolia-NVataXorM.Am-,dckopemftg SoMoos, LLt:"

I IN 1. 1

VdAmmuil"

tal gt-- e

1.!
0!.,

0.

Ili
It'
jae '

W- 4
t ,

ft- -

1 .

of

Harriet Smith Windsor, Secreraq of State


AUTRENTICATZON:
P.

321.5339
t*

CERTIFICATE OF ASSISTANT SECRETARY


OF
III Jil 11, 11

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

BETWEEN DEKALB COONTY, GEORGIA

J.

IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the
Company this 2e' day of January, 2044.

Kathleen Lynl Assistant Secretary


SEAL

CERTIFICATE OF ASSISTANT SECRETARY


OF

VEOLIA WATER NORTH AMERICA OPERATING SERVICES,_LLC

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

The County' s Request for


Proposals ( RFP) No. 13- 500275"

APPENDIXI

IRMIN

IM

Bid Due Date & Time:

August 13, 2013 at 3: 00 p.m. EST

Location:

Department of Purchasing and Contracting


The Maloof Center

1300 Commerce Drive, 2" d Floor


Decatur, Georgia 30030
Contract Administrator:

Kimberly Chambers, MBA


Email: kciiambemLiT. dekalbeountyga,gov
Phone: ( 404) 371- 3641

July 3, 2013

FOR
MANAGEMENT ADVISORY SERVICES

DEKALB COUNTY, GEORGIA

DeKalh County Government (" the County") requests qualified individuals


C' Contractors") that can provide a study of the Department of Watershed Management.
1,

or

firms

INTRODUCTION
A.

DeKalb County, Georgia, through its Department of Watershed Management,


C' DWTX') provides water and wastewater services to a population of approximately
700,000 residents through its system of water treatment and distribution, customer
service and wastewater collection, transmission and treatment. DeKalb County is
located in the Atlanta metropolitan region, and encompasses about 270 square miles.

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,

Once the study is completed and accepted by the

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.

The contractor should be able to

demonstrate the capability to support management, assure continued operations and


I

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

performance or compliance ( the Implementation Phase).

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

improvements; therefore, compensation for the Management Advisory Services will


include some form of performance-based compensation to be determined at a later
date.

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.

The County is currently undertaking a search for a full-time Director of Watershed


Management with the qualifications and experience in leading utilities of a similar

size and complexity. It is expected that this search will be conducted over an
extended period of up to a year.

A. Procurement Objectives

1. The County is requesting proposals from a qualified individual or contractor to


provide a study of the utility followed by assistance in implementing changes.

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

that address long-term organizational and operational challenges. The County


2

would like from these efforts improvements in service delivery, better control of
expenses and potential to generate new revenue.

2. The County intends these services to be conducted in a practical and hands-on


manner in collaboration with the DWM staff in which the organization,

operational practices, staffing, and management approaches are assessed and


prioritized ( Table

1. 1

DWM Organizations Structure). Clearly defined

improvements shall be identified that will impact the effectiveness of the DWM
and achieve measurable cost savings.

B. Requested Management and Operational Assistance Services


I.

Management Services

The Management Advisory Services will include supervisory-level staff or


subject matter experts with the requisite qualifications and experience in their

respective areas of responsibility including, for example, treatment plant


operations, collection, distribution, customer service, and maintenance. These
experts will assist in the identification and implementation of approved cost

reductions and operational enhancements as described in the following


paragraphs.

It is not expected that the contractor will replace any existing

DWM staff, but will work with the DWM staff to achieve the long-term goals
described in the Procurement Objectives ( Section 11, A- 1).

1 Cost Reduction and Operational Improvements Study Phase


a. Upon commencement of the services, the Contractor will conduct a thorough
review of the DWM' s organizational structure, operations, revenues, and

expenditures; and identify specific opportunities to realize overall cost


reduction including the net combination of increased revenue and reduced
operating costs.

li. The Contractor will observe, evaluate and assess DWM operations, take all

actions necessary to fully understand and evaluate the DWM' s operations,


and identify potential operational enhancements that can be implemented to
achieve the objectives described in the Procurement Objective ( Section 11,
A- t).

The Contractor shall also provide resources ( including all advisory

services, technical resources, knowledge and expertise necessary) to the

DWM to help implement the approved enhancements.


Examples of specific areas of the organizational structure to be assessed

may include, but are not limited to:


is
ii.

Operating and maintenance practices


Operating revenues and expenditures

iii.

Organizational structure, including DWM staffing and experience


levels. Describe your experience within last five (5) years.
Provide three ( 3) project references for projects similar to this
project in size and scope,

iv.

DWM work load requirements

V,

Compensation structure, job descriptions, and responsibilities

vi.

Interrelationship of DWM within the county government,


including level of independence ( e.g., funding sources,
interdepartmental

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

initiatives that will specify estimated cost reductions and performance


measure targets to be achieved by the County. The proposed cost reduction
initiatives will include performance- based compensation structures and to be
based on the achievement of the agreed-upon initiatives.

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 implementation phase will be weighted heavily towards performance-based

compensation. The County recognizes that a detailed and binding compensation


approach cannot be determined prior to completion of the Study Phase;
however, as described in Attachment B of this RFP, the Cost Proposal will be
required to set forth the approaches to compensation structures that the

Contractor is willing to accept,


C. Completion Schedules

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

Contractors are required to submit their proposals in the following formate


7%

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

ii. Project Approach for Identification and Improvement Opportunities


ill. Experience and Qualifications
iv

Project Experience

v,

Organizational Structure

2. Table of Contents and Transmittal Letter 2 gages


A table of contents should outline in sequential order the major elements and
sections

of the technical proposal.

All pages of the technical proposal,

including enclosures, must be clearly and consecutively numbered and


correspond to the table of contents.

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.

3. Executive Sgmfflaa =5-pages


Provide a brief summary describing the Contractor' s approach to performing the

Management Advisory Services requested in this RFP, including;


a.
A brief overview history of the Contractor' s background and experience
providing similar services;
c.

Proposed study approach, including approach to identifying improvement


opportunities;

d.

Overview of the approach to implementation services; and

e.

Other information which the Contractor deems appropriate.

A . Project AVnroaeh for Identification and Improvement Opportunities

The Project Approach must sufficiently describe the Contractor' s approach to


providing the Management Advisory Services and to meeting the requirements
of this RFP to allow for evaluation. The Project Approach shall describe the
approach for:

a.

Cost Reduction and Improvement Study Phase:


The Contractor shall describe its approach to the Study including
engagement with DWM management and staff to achieve the DWM

objective to improve the DWM' s operational efficiency, its long-term


organizational readiness and management and skills development. The

approach should include any proposed activities the Contractor will


employ to:
i.

Establish a common understanding and reference of DWM


strengths, weaknesses, opportunities and threats, and identify
potential

modifications to

consistent with

the

present organizational

the objectives

described

structure

in the Procurement

Objectives ( Section 11, A- 1).

ii.

Develop an objective comparison of the DWM' s organizational


performance

to

industry

best

practices

that

provide

for

measurement of future improvements. Examples of organizational

performance areas include DWM vision, recognition by governing


body of DWM vision, policies and priorities, and integration of
policies into DWM operations.
iii.

Evaluate staff performance and effect performance improvements


where required,

iv.
V.

Evaluate revenue and expenses.

Business processes such as purchasing, billing, customer service,


process control, and others as appropriate.

vi.

Develop a DWM management and operational improvement plan


that defines the specific improvements to be implemented over the

contract term and objective measurements that will be used to


establish the progress towards meetings these objectives.
vii.

Develop specific performance measures that will be used in


determining the Contractor' s performance- based compensation,
which may include business operations, and DWM operations and
maintenance performance.

b.

Cost Reduction and Improvement Implementation Phase

The County recognizes that implementation activities will depend


in

part

on

enhancement

the

specific

initiatives

cost

reduction

recommended

and

and

performance

the

County' s

acceptance of them. The Contractor should; however, describe the


6

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

to effectively implement the recommended changes to the utility


administration,

planning, operations, maintenance and capital


programs. The approach should describe the types of performance

measures or key performance indicators that will be used to


measure progress and effectiveness of improvements.

iii.

In describing its approach to each of the key service areas


identified above, the Contractor is encouraged to describe the

approach in the technical proposal to staffing, the resources to be


made available, including staffing, technology, or other tools as
applicable, specific roles and activities of Contractor staff, and the
schedule for completion as appropriate.

5.

OrganizatLonaLStructure

The Contractor shall provide sufficient information to enable the County to


understand the organizational structure of the Contractor,

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

responsibility with lines identifying the participants ( key project team


individuals, and key sub-consultants, if applicable) who will be

responsible for major elements of the Management Advisory Services.


C.

List any subsidiary/affiliate company in the same entity, the nature of the

relationship, and the location of the subsidiary or affiliate offices.


6. - Qualifications

It is the responsibility of the Contractor to demonstrate its qualifications through its


submittal, including the experience relative to the Management Advisory Services. At
a minimum, the Contractor shall provide the following information to demonstrate
their technical qualifications relative to the Management Advisory Services:
a.
Water and Wastewater utility management: The Contractor shall provide
a summary of its overall experience in the management of water and
wastewater utilities including collection system, distribution system,
treatment and pumping, and billing and customer service. Describe in

greater detail projects most similar to the Management Advisory Services.


7

b.

At a minimum, Contractor must have managed directly or provided


operational guidance to 2 utility organizations of at least 54 million gallon

per day ( mgd) of treatment capacity and have served a community of at


least 500, 000 persons.
c.

The Contractor shall provide a description of a minimum of five ( 5)

directly relevant projects that clearly demonstrate the Contractor' s


experience with implementing operational improvements and cost

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.

Contractors shall provide references for the County to contact regarding


services proposed.

C.

Relevant

project information must

include

complete identification

including:
1.

Client name, location, type of facilities including capacity, extent


of collection

and distribution

systems, name and

contact

information for a client representative;


ii.

Description

of work

completed,

savings realized,

role

of

Contractor or project team member, and any technical or other


challenges associated with performance of the Contractor' s work.
f.

The Contractor shall complete the Cost Proposal Form, Attachment C and

provide the qualifications of key staff assigned to the Project. Information

shall include the role in providing the Management Advisory Services;


length of time practicing in the provision ofthese types of services and
familiarity with the types of facilities and services provided by the DWM.
Resumes of key staff should be limited to two pages per person.
Provide the following; information: Are you a DeKalb County Firm? Yes/No.
A. Local Small Business Enterprise Ordinance

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). See Attachment -C of this RFP. The County' s Schedule
ofLocal 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 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.

In order for a Proposal to be considered, it is mandatory that the 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) be
completed and submitted with contractor' s proposal.

111

All qualifying contractors and subcontractors performing work with DeKalb County,
Georgia must register and participate in the federal work authorization program to

verify the work eligibility information of new employees. Successful contractor(s)


shall be required to register and participate in the federal work authorization program

which is a part of Attachment D, Sample County Contract. In order for a Proposal to

be considered, it is mandatory that the Bidder Affidavit, Attachment E, be completed


and submitted with bidder' s proposal.

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 Approach for Identification and Improvement Opportunities

iii. Experience and Qualifications


iv Organizational Structure
v.

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.

DeKalb County Department of Purchasing and Contracting


The Maloof Center, 2 d Floor
1300 Commerce Drive
Decatur, Georgia 30030

Proposals must be clearly identified on the outside of the envelope with the
contractor' s name, RFP Number 13- 500275, Management Advisory Services.
C.

Mandatory Pre- Proposal Conference

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,

2013 via email: kcharnbersQdekalbcoun1yZa.goy or fax: ( 404) 371- 6327.

Questions received by the Director of the Department of Purchasing and Contracting


after this date will not receive a response.

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

Expenses of Preparing Responses to this RFP

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.

First Source Jobs Ordinance

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,

For more information on this Ordinance requirement, please contact

DeKalb Workforce Development at 404. 687.3400.


K.

Preferred Entry Level Employees

Contractors, subcontractors, and independent contractors bidding on this contract will


be encouraged by DeKalb County to have 25% or more of their labor force
consisting of Preferred Entry Level Employees selected from the First Source
Registry and trained by a U.S. Department of Labor registered apprenticeship
program.

For information on Preferred Employees, please contact DeKalb County Workforce


Development by telephone at 404- 687- 3417 or 404- 687 -7171.
L.

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

county or city business license. 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 their valid business license issued by their home jurisdiction.
If Contractor holds a professional certification which is licensed by the state of
Georgia, then Contractor shall submit a copy of their valid professional license. Any
license submitted in response to this requirement shall be maintained by the
Contractor for the duration of the contract.

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

hector and Chief Procurement Officer

Department of Purchasing and Contracting


Attachment A - Overview ofthe Department of Watershed Management
Attachment -

Cost Proposal

Attachment -

LSBEIMBEfWBE Opportunity Tracking Form

Attachment D - Sample County Contract with Federal Work Authorization Program Contractor
and Subcontractor Evidence of Compliance Form

Attachment E Proposer Affidavit


Attachment F Reference Release 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.

Finance and Administration

4. Engineering and Technical Services


5.

Construction & Maintenance,

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:

1, Billing and customer service


2.. Field operations ( water and wastewater)

3.

Meter reading

4.

Meter repair

S. Maintenance ( water and wastewater)


6.

Water treatment

Wastewater treatment

8. Capital program management

Laboratory
10. Administrative

11. Engineering

Table 1 - 1 below movides an overview of DWM characteristics:

311 1

Total miles of collection system piping


No. of meters ( by type)

213, 878

3/ 4': 203, 644 &


1 " - l2 ":
Wastewater Treatment Demon ca acit

56 MGD

Wastewater Treatment Average Daily

35 Million
Gallons

Flow

60, 000

Number of manholes

Number of pump stations (water)


Withdrawal capacity

120 MGD
4

Water Treatment Design capacity


Water Treatment Average Daily Flow

00 MGD
70 MGD

ATTACHMENT B
COST PROPOSAL FORM

Please provide the following information:


Name of Contractor:

Address:

Contact Person Submitting Proposal:


Title of Contact Person:

Telephone Number:
Fax Number:
E- mail Address:

Signature of Contact Person

Title of Contact Person

wroul wsrf '#-[


K-1

FOR

MANAGEMENT ADVISORY SERVICES

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

State Amount in words on line above)

Lump Sum Price)

Year 2:
Implementation of cost reduction and operational enhancements

StateAmount in words on line above)

Lump Sum Price)

Year 3*
Implementation of cost reduction and operational enhancements

State Amount in words on line above)

Lump Sum Price)

Year 4:
Implementation of cost reduction and operational enhancements

State Amount in words on line above)

Lump Sum Price)

Year 5:
Implementation of cost reduction and operational enhancements

State Amount in words, on line above)

Total for all 5 Years,

Contractor Lump Sum Price)

State Amount in words online above) (

Lump Sum Price)

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+'

LOCAL SMALL BUSINESS ENTERPRISE (LSBE) PR09EAM LNFORAMIATION SHE


LSBE Benchmark 20% of Total Award
Request For Proposals

12FP

Htvitations To Bid
ITB

LSBE Within DeKaib LSBEs- EcKa1b

Ten 10 Percentage Points

Ten 10 PereTtPreference

LSBE Outside DeKalb ( LSBEs -MSA)

Five ( 5) Percentage Points

Five (5) Percent Preference

DeKalbDeKalb andand MSA.MSA. LSBEs,LSBEs, Mentor-Mentor- Prot@ge-Prot@ge-

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,

Douglas,Douglas, Payette,Payette, Fulton,Fulton, Gwinmat,Gwinmat, HenryHenry andand


. . RockdaleRockdale

Counties.Counties. PrimePrime contractorscontractors utilizingutilizing LSBEs-LSBEs- MSAMSA shallshall receivereceive fivefive


( ( 5)5) percentagepercentage pointspoints oror aa fivefive
( ( 5)5) percentpercent preferencepreference inin thethe

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

SCHEDULE OF LSHE PARTICIPATION AND MBEfWRE TRACMG FORM


SOLICITATION NUMBER:

PRIMBBIDDER/ PROPOSER

TITLE OY UNIT AyWORK:


I

The firm, submitting this form as the prime bidder/proposer on this unit of work, is a certified ( check all that apply):
LS80-MD&

LSD8` n&K*{ h ___


2

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:

l[ the prime, ludd

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

LSBESubcontractors andlorfirmig ( 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
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

LSBE-MSA; attach proof of LSBE certification,


Check all that apply: LSBE-DeKalb
Optional Information: _ ....MBE _yv8B; attach proof of MBE and/ or `wuuce*uucuwon.
Type wflom'k/( ommxt

Item

Percentage vf Work ru Estimated Contract Award Amount * h* performed


Name of

Contact

Fax

Check all that apply: __


Nopti malloforxm^

wm__

lSD8^D"*]

4__ L3B8~ 8&; attach pm^ fx/ Luxucouummx* u.

MBEWBE; attach proof nf MBE and/or \ RB8certification.

Type v( Work/Contract
tmw

Percentage o{ Work m Estimated Contract Award Amount mho performed

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

SCHEDULE OF LSBE PARTICIPATION AND MREAVBE TRACKING FORM


SOLICITATION NUMBER: RFP 13- 50027

PRIME BIDDER/PROPOSER-------

TITLE OF UNIT OF WORK: Manaament Advisory Services


I.

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

Percentage of Work or Estimated Contract Award Amount to be performed

Name of

Contact

Fax

Check all that apply:


Optional Informathin7

Email

LSBE- DeKalb
LSBE -MSA; attachproof of LSBE certification.
MBENABE; attach proof of MBE and/ or WBE certification.

Type of Work/ Contract


Flom

Percentage of Work or Estimated Contract: Award Amount to be performed

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.)

LSBE Exhibit A (continued)

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.

Advertisement for solicitation of LSBEs in general circulation media, trade

association publications, and minority-focus media, to provide notice of


subcontracting opportunities.

Advertisement in general circulation media at least seven ( 7) days prior to Bid or


Proof of
proposal opening any and all Subcontractor opportunities,

advertisement must be submitted with the Bid or Proposal.

Provided interested LSBEs with timely, adequate information about the plans,

3.

specifications, and other soon requirements of the Contract to facilitate their

quotation and conducted follow up to initial solicitations:


4.
e

Provided written notice to LSBEs that their interest in subcontracting


opportunities or furnishing supplies is solicited. Provided a contact log showing
the name, address, email and contact number ( phone or fax) used to contact the
proposed certified subcontractors, nature of work requested for quote, date of

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,

The ability or desire of a

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.

Efforts were made to assist potential LSBE subcontractors to meet bonding,


insurance or other governmental contracting requirements. Where feasible,
facilitating the leasing of supplies or equipment when they are of such a
specialized nature that an LSBE could not readily and economically obtain them
in the marketplace.

7.

Utilization of services of available minority community organizations, minority


contractor groups and

other organizations that provide assistance in the

recruitment and placement of LSBEs.

Communication with the Contract Compliance Division seeking assistance in


identifying available LSBEs.
91

Exploration ofjoint venture opportunities with LSBEs.

Other actions ( specify):

PleasePlease explainexplain anyany


" " no"no" answersanswers listedlisted aboveabove
( ( byby number):number):

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.

LSBE Exhibit A (continued)


STATEMENT OF COMPLIANCE
I(
insert name of Contractor) hereby state that I have read and understand the: requirements of the
LSBE Ordinance and good faith efforts 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 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) .

Employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or

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) :

Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of


Contractor,: state that all qualified .applicants will receive consideration for employment without .

regard to race, color, religion; sex, national origin, ordisability.


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 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

without regard to disability.


2. Commitment

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):

Signature of Authorized Officer:


Name and Title of Officer:

Signed:
NOTARY:

Sworn to and subscribed to before me this _

Notary Public - - My Commission Expires:,___

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)

Name of Subcontractor Firm) (


RFPNumberz

13- 500275

Project Name: Management Advisory SULM


The undersigned is prepared to perform the following described work or provide materials or services in connection with the
Project

specify in detail particular work items, materials, or services to be performed or provided):


Project
Description of Materials or Services

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

ir 'a.' W' r`-

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

qq

qq

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.

N c'n W:' v`.

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

4tt4t` t` titti't'ei .ei.

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

4 " jp` , "' +

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

yti " 31r

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

QQ

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.,

r.; t." :: <.

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

tim umr,u=m"r, ="

00

rara

0000

QQ

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.

qq

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

Q Y^N ^C+ ro;

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,

O4O4 xttiYixxt tiYix


4i pC"

eMOMeMOM
NN

L4
5

WW

NN

oq

V C NR

ppyj

yq1

Y C

vi

wyw RnQ gYp ryry

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

QQ

NN
NN
bb

luo

ff *

WI,
I

V-

THIS AGREEMENT made as of this _____day of _,

20. (

hereinafter called the

execution date") by and between DEKALB COUNTY, a political subdivision of the State of

Georgia ( hereinafter referred to as the " County"),


existing under the laws 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

Contractor shall provide Management Advisory Services in DeKalb County, GeorgiaWITNESSETH:

That for and in consideration of the mutual covenants and agreements

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

Contract; ( h) automatically renew on each January I",

unless terminated in accordance with the

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.

ARTICLE 111. PAYMFNT

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

Contractor' s Cost Proposal, consisting of _

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) mustbe submitted to:

DcKalb County, Georgia

Accounting Services
Annex Building
1300 Commerce Drive

Decatur, Georgia 30030


B. A copy ofthe invoice(s) must be submitted to:
Office of the CEO

DeKalb County, Georgia


The Maloof Building
1300 Commerce Drive
Decatur, Georgia 30030

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

Decatur, Georgia 30030

ARTICLE IV. SCOPE OF WORK

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.

C. Ownership of DocumenLs. All documents, including drawings, estimates, specifications,

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,

between the County and any person, or entity or than Contractor.


E. Reviews and Acceptance. Work performed by the Contractor shall be subject to review and

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

Certificates of Insurance in companies doing business in Georgia and acceptable to


I

the County covering:


a)

Statutory Workers' Compensation Insurance, or proof that Contractor is not


required to provide such coverage under State law;

b)

Professional Liability Insurance on the Contractor' s services in this


Agreement with limit of $1 1000, 000;

c)

Commercial

General Liability Insurance covering all operations with

combined single limit of $1, 000,000;


d)

Comprehensive Automobile Liability Insurance with form coverage for all


owned, non-owned and hired vehicles with combined single limit of
500,000.

e)

Umbrella or Excess Insurance is acceptable to meet the minimum limits

whenever there is an insurer licensed to do business in Georgia which is

providing at least the first $100,000 of primary coverage.


2.

Certificates of Insurance must be executed in accordance with the following


provisions:

a)

Certificates to contain policy number, policy limits, and policy expiration


date of all policies issued in accordance"with this Agreement;

b)

Certificates to contain the location and operations to which

the insurance

applies;

c)

Certificates

to

contain

Contractor' s

protective

coverage

for

any

subcontractor' s operations;

d)

Certificates to contain Contractor' s contractual liability insurance coverage;

e)

Certificates are to be issued to:

DeKalb County, Georgia


Director of Purchasing & Contracting
The Maloof Center, 2 a Floor
1300 Commerce Drive

Decatur, Georgia 30030

3.

The Contractor shall be wholly responsible for securing certificates of insurance

coverage as set forth above from all subcontractors who are engaged in this work.

4. The Contractor agrees to carry statutory Workers' Compensation Insurance and to


have all subcontractors likewise carry statutory Workers' Compensation Insurance.

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

no way limits the liability of the Contractor.


7. Certificates shall state that the policy or policies shall not expire, be cancelled or altered

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

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,

The signed affidavit is attached to this Contract as

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

be by employees of Contractor or its Subcontractors and subject to supervision by Contractor. No


officer or employee of Contractor or any Subcontractor shall be deemed an officer-or employee of

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,

County' s RFP; Appendix II, Contractor' s Response; Attachment B,

Contractor' s

Attachment C

Affidavit;

Subcontractor' s Affidavit(s);

Attachment

D,

Sub -

subcontractor' s Affidavit(s); and Attachment E, Certificate of Corporate Authority or Joint Venture


Certificate.

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.


T. Notices Any notice or consent required to be given by or on behalf of any party hereto to
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:

Chief Executive Officer


Clark Hanison Center

330 West Ponce de Leon Avenue

Wh Floor
Decatur, GA 30030
Ffitl

Executive Assistant
1300 Commerce Drive
Decatur, Georgia 30030

With a copy to;

Director of the Department of Purchasing and Contracting


1300 Commerce Drive, 2 "s floor
Decatur, Georgia 30030

With a copy to:

Director of the Finance Department

1300 Commerce Drive


Decatur, Georgia 30030

1H

o0w%

With a copy to:

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:

Contract, Change Orders

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

three counterparts, each to be considered as an original by their authorized representative.


DEKALR COUNTY, GEORGIA

by Dir.(SEAL)

0
Signature

W. BURRELL ELLIS, J.
Chief Executive Officer

DeKalh County, Georgia


Name (Typed or Printed)

Title

ederal Tax I.D. Number

ATTEST:

Signature

ATTEST:

BARBARA H. SANDERS, CCC


Clerk of the Chief Executive Officer

and Board of Commissioners of

Name (Typed or Printed)

DeKalb County, Georgia

Title

APPROVED AS TO SUBSTANCE-

APPROVED AS TO FORM.

Department Director

County Attorney Signature

County Attorney Name (Typed or Printed)

12

Contractor' s Cost Proposal

s, wn

v,

The County' s Request for


Proposals (RI-P) No. 13- 500275"

Excerpts from the Contractor' s

Response to the County' s Request


for Proposals ( RE=P) No. 13- 500275"

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-

federal work authorization user

Federal Work Authorization User Identification Number

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

Printed Name and Title of Authorized Officer or Agent


Subscribed and Sworn before in on this the

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

performance of services under a contract with (

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:

Federal Work Authorization User Identification Number

Date of Authorization

Name of Subcontractor

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 ofAuthorized Officer or Agent

Subscribed and Sworn before me on this the


20
day of _,

NOTARY PUBLIC

My Commission Expires:

state).

Sub- subcontractor Affidavit under O.C.G.A. 13- 10- 91

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

the physical performance of services under a contract for _(

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.

Furthermore, the undersigned sub-subcontractor will

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

the time of such contract, this affidavit to (.%.

sub-subcontractor with whom such sub -subcontractor has- 2rivity o f contract).

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

whom such sub- subcontractor has privity

contract). Sub-subcontractor hereby attests that its federal

work authorization user identification number and date of authorization are as follows:

Federal Work Authorization User Identification Number


Date of Authorization
of Sub- subcontractor

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, ,

certify the following:


hereinafter referred to as the

That I am the duly elected and authorized Secretary of _ (

organized and incorporated to do business under the laws of the State of

an _

That said corporation has, through lawful resolution of the Board of Directors of the corporation,

duly authorized and directed

in his official capacity

as

of the corporation, to enter into and execute the following described

agreement with DeKalb County, a political subdivision of the State of Georgia:

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,

IN WITNESS WHEREOF, I have set my hand and corporate seat;


This the

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:

Authorized Officer or Agent

Federal Work Authorization


Enrollment Date

Proposer' s Name)___

Title of Authorized Officer or Agent of Proposer

Printed Name of Authorized Officer or Agent

Address (* do not include a post office box)

SUBSCRIBED AND SWORN


BEFORE, ME ON THIS THE
DAY OF

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

Telephone Number ( include area

Contact Person Name and Title

code)

State

Complete Primary Address

city

EmaiEAdarTW--

Fax Number (include area code)

Company Name

Contract Period

Zip Code

Telephone Number ( include area

Contact Person Name and Title

coele

State

Complete Primary Address

City

Email Address

Fax Number ( include area code)

Company Name

Zip Code

Contract Period

Telephone Number ( include area

Contact Person Name and Title

code

State

Zip Got3e

Complete Primary Address

city

Email Address

Fax Number ( include area code)

REFERENCE CHECK RELEASE STATEMENT

DeKalb County is authorized to contact the references provided above for purposes of this ITB.

Authorized Signature of Bidder)

Date

Company Name

Excerpts from the Contractor' s

Response to the County' s Request


for Proposals ( RFP) No. 13- 500275"

August J5. ZOl3

Department n/ Purchasing and Contracting


The Maloof Center, 2nd Floor
l3O0 Commerce Drive
Decatur, CA 30030

Ad\ ention:, Mu Kimberly Chambers, Contract Administrator

DeKallo County, Georgia ( Request for Proposals No. 13 500275 - RFP)

Dear Mrs, Cmurnberb:

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-

erating expehenccfrurnourtraditiVualcontractO& k8prujoCtstothesediont, oVaconsultinghasis.


This process enabled us to provide significant improvements to New York City, where we jointly identified opportunifies expected tV save the City $I08rnillion$13O million per year and where w/eare

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-

V,, cI xnm,, wo.^ ,

m ma, wo` p w

j,"

m ^:

oF,< i mmm,, vom m^ 6mN

op, 31m

S,

wC; m,,

apx

p/

w2

o":_'cI ,
7'*|

me, n,":
mx.( o7 /*

rzn

m
dam/ quaa`,

m||*

zon

rnnn: cn\ a] kiskkhanuyerncnt([ I&W\ j. D, OarkMard\ ExvirnnrocnioU[ onsnrUomLi[, andDuvetai|

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

VrnliaVYa1cr North America Operating Services, Li[


101 West Washington Street, Suite 1400 East, Indianapolis, Indiana 46204

l7/9I7' 57] 4faX: 3l7/ 9l7-37l8- Enluil: david,gadis@veoliavvaterna. curn

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"

Executive Vice President

Yeulia Water North America Operating Services, LL[

mc u\"

zo

coVrmamollov","

p, 2 zx2

uc|

menvros, mas, co! n

Veolia Ifflat er 'Technical Proposal


V,-

IN

August 13, 2013

Contact

AAr David Gadib, Executive Vice President

Wells Water North America Operating Services, Li


101 West Washington Street, Suite 1400E Indianapolis, Indiana 46204

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

Executive Summary (RFP Section III. A, 3)

p.6

Project Approach for Identification


and Improvement Opportunities (RFP

p. 32

Project Experience (RFP Section 11 I. A.6)

Project References for the County to


Contact (RFP Section III. A. 6. d)

p, 33

Detailed information for Veolia Water' s

Relevant Projects ( RFP Section III. A. 6, e)

Section ILAA)
p35

P, 8

Cost Reduction and Improvement Study

Qualifications of Pay Staff (RFP Section


ILA, 6T)

Phase {RFP Section III. A.4.a)


P9

Establishing a cornmon understanding

p61

Project Organization (RFP Section III. A.6)

PJ0

Developing an ohrective comparison

p. 61

identificationof the Corporate Entity RFP

loll

Evaluating staff performance

p' 12

Evaluating revenue and expenses

p, 62

Organization Chart ( RFP Section III. A. 5. 13)

p.13

Evaluating business processes

p. 63

P13

Developing the improvement plan

Subsidery/ affiliate companies in the Same


Entity (Rl- P Section III A.Cc)

p.15

De5igning performance measures

PAR

Cost Reduction arid Improvement

Section In A. S, a)

Appendix
Al

LSBE ExhibrtA and LSBE Certification

A-2

LSBF Exhibit B

Implermintation Phase ( RFP Section H, AA.b)

p' 16

Approach to implementation

p.17

ImplernenLation means and methods

A- 3

Proposer Affidavit

p.18

Implementation schedule/ resources

A- 4

Veolia Water Business Licenses/ Certifications

P.20

Experience and

A- 5

Certificate of Corporate. Resolution

A- 6

Addenda I and 2 Acknowledgement

Qualifications (RFP Section III. A. 6)

p, 20

Water and Wasteotater Utility


Management: Overall Experience ( RFP
Section III. A.6. a)

lo,23

Minimum Qualifications: Two Utilities over

The CostProposal has been submitted in a separate and

54 ASGD, serving over 500,000 (RFP Section

sealed envelope.

III A,& b)

p. 26

C-1

Cost Proposal Narrative

FORM

Cost Proposal Form 13 pages)

Minimum Qualifications: Five Similar/

Relevant Projects ( RFP Section HLA 6. c)

DeKalb County is going through a time of change with


a new utility director about to get started, a recently appointed COO and now

new intennn CEO. Your Requestfor

Proposals ( RFP) for Management Advisory Services will help


the new County leadership in reviewing the Department of
Watershed Management (DWM) to better understand the

current; utility operations, challenges and potential for im-

Vealis Water' s management advisory services, which we


call Peer Performance Solutions (PPS), have been designed

provernent.

to help water utilities achieve these very goals. PPS comes

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

designed with built-in schedule and Cost Controls in the


form of fees and performance based compensation in the

and Georgia EPD ConcentOrderto rebuild its critical sewer

respective interests.

infrastructure.

implementation phase, which guarantees alignment of our

All of this has generated pressure on the

County romance DWM costs in order to support additional

OEM,
A'ME
I WEI

debt-service requirements and reduce the pressure for rate


increases.

41 water/ wastewater services company in the


This RFP for a comprehensive study of DWM (as well as rela-

world with $15, 5 billion it) revenues in 2012

tionships with other departments, like the Finance Depart-

89,000+ employees

roent, which provides billing services) presents an opportunity to align projected costs with revenue and ultimately

population served: 101 million (water) 71 million


wastewater)

forge a path to become a high- performance enterprise

Operate 8, 500 treatment facilities

with sustainable cash flow. The objective of the RFP is to

find a partner that can assist you in transferring knowledge


of best practices and establishing the foundation for long-

5, 089 water treatment plants


3, 514 wastewater treatment plants

term optimization and enhanced performance.

ca

Manage 250, 000+ miles of water/ sewer lines

PPS is iconsultative sere ce where by we facilitate interaction and collaboration


alboranon between our nduratrydeadingexcerts and your
rnanagers and tea rn leaders. Oiff Subject Matter Experts often bring; over 30 years of experience in various utility functions and serve as

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

Von review your

Find ways to operate

look for potential

opportunities and get

more efficiently and

lniprovernentareas

your input on how to

starting with small

pronnize Improvements

piles

ey'ectively WIF-11-013t

VVe gradually implement


impioveniert initiatives,

Together, we achieve
your goals

layoffs

Veola Water- Pronoril for Marat ernentAdmorySeiv, ces ( RFP 13- 50027o Decals Courts G 0, gn

Company Corn de rl ia i Ti a d e Secret andd

o c rieta i y I nfQ rm at on - areol i a Wate r

FcolT cage artic' e in the Pittshurglr Fost- Gazette, July S, 2013

Brief overview of background and experience providing similar services


In the PPS process, see serve in a consulting role and partner

with you, engaging and working alongsideyour staff to help


them make sustainable unprovementsfor the long ' term,
which will provide continuing benefits to the County for
years into the future, long after we are gone You will ben -

lawsuit problem and turned

efit from the advice support and resources of the world' s

capital expense. That' s

largest water company to help you manage through your


challenges and find efficiencies and improvements along
the way.

insane. That's wonderful."

They took what was a


it into a national model
without any additional

P W SA Board. Member Patrick

Dowd commenting on one of


Veolia Water's initiatives to

The experience we will bring to DWM is gained from over-

a Iter the treatment p rocess

coming similar challenges operating similar sized water

forwater atthe Highland Park:

and wastewater facilities.

We have mobilized the learn-

Reservoir, This alone helped

ing from this experience and staffed our expert PPS teams

Pittsburgh save $ 650,000 a

to transfer best practices and deliver significant improve-

year.

rnents in both operational efficiency and customer service


indicators These are examples of PPS in action:

After considering efficiency

a Pittsburgh: We have worked with the Pittsburgh Wa-

gains from our Operational

ter and Sewer Authority since July7ot2.tofiind improve -

Excellence program and


offsets for new needs and
programs to modernize the

ment opportunities and generate savings. In the first


six months, we helped customer service cut call -wait-

ing times in half through better training and process

simpification, with no additional investment. We also


brought back onto the system a large user and their

agency, the net reduction in


thepreliminary FY14 expense
budget as compared to FY13 is

user fee revenue of over $1M, and we helped implement

projected to be:$23.million."

a fire service fee for commercial users that was not be-

Testimony of Carter

ing correctly applied. The Authority is increasingly re-

Strickland, Commissioner,

ceiving praise from customers and the media.

New vc k City Department


of Environmental hrofec Lion

New York City: In the "Big Apple," PPS is called Operational Excellence ( OpX) by DFP, which stated in their

DEP) tothe NYC Council.

2012 Progress Report, "In the first six months of the program DER and our partner Veolia Water North America

identified opportunities to reduce operating expenses


through optimizing asset maintenance, changing contract specifications, and better managing the wastewatertreatmentprocess.- leadingto a sustained annual reduction in operational expenditures of morethan $9M "

o Winnipeg: Our PPS program in Winnipeg, Canada, is


an "alliance" approach in which we help them manage
700 million in construction plus day-to-day operations,

City of Winnipeg .Chief


Financial Officer Mike Ruta

commenting onVe ha
Water's ongoing assistance in

This effort includes placing staff alongside City employ ees to optimize the management of construction and

their large -scale wastewater

operations, while making sure the right technical skill

treatment capital program.

sets are available to achieve success.

Veoliawater- Ivicosaltot Nonapernent Adviwry Servie( RFrt3 -5017)

LreKalbCnwriy Georgia

Company " onfidential- i'a, ie Se retaua Prnpi, eiary h format', ,,n - Vcoi a Mtn

tt.

Front page articIc nthe-Pitts iurgh Post-Gazette; July 5, 2013

Proposed study approach

opportunities

0Pg is the most efficient and most collaborative way ofget-

lion at all levels in the project organization, and outward to

ting DeKalb the results it wants. In fact, its the only way to
get the lasting resultsyou want and need. A typical consult-

the County and its stakeholders, Our PPS approach is unique


in offer ing a fast study phase in order to get the implernem

ing services approach won' t cut it, because they hand you

tation of Improvements underway as quickly as possible.

a report and leave. We collaboratively work to help align


officials; management and staff in clear priorities and sup port your drive to improve DWM. Our core study team is
shown below; itwill be supported by our DeKalb- LSHEpart-

we will adapt the pace and intensityto suityour available resources. Our analysts will assess operations, compare them

ner, C. U.M Collaboration is accomplished through agover-

analyses of the costs and benefits for making changes, and

nance structure that Includes a Steering Committee; made:

bringthe recommendations to you for vetting and approval:

up of DeKalb County and Veolia Water senior executives, to

that is a Management Committee made up of your and our


project leaders who keep the protect on schedule and within

For DWM, we propose four month


study to quickly Identify
the most promising improvement opportunities, followed
by implementation during the remainder of the contract
term. You remain completely in charge at all times, having
final say on all implementation decisions and continuing to
have full responsibility for all employees and assets together

budget and coordinate data gather Ing and analysis_ For best
results, we want our learn very accessible to C)VvM staff,

trast toa traditional O& M contract). With our performance

provide overall guidance and direction, to review progress


against milestones and to approve recommendations ( the

County retains' the final decision on implementation). Below

even working within your offices R_v design, this governance


structure ensures total transparency and open communica-

Our

I r

Recognizing the need to reduce strain on your organization;

to benchmarks (of both public and private utilities), prepare

with their operation, maintenance and investment (in con-

based compensation model, your are assured that we only


get fully paid ifyour objectives are achieved.

David Gadis, an Executive vice President

po

DeKalb

ttteam has
before

with Veolia Water, will be the Principal -in-

Charge and the coordinator ofthe Steering


Committee, which facilitates corn munica-

hen among Countyand DWM officials.


Jon HOisak, veolia Water' s Program

Manager, a 20- year wolia' Water veteran,

brings a wealth of-expengnce in managing


large and complex utility contracts Jon will
oversee the program' s day-to-day activities.
Manshl Low, our PMO brings the experience

of havingjust implemented a very similar


program for Pittsburgh. Manshi will maintain and drive the schedule, track progress

and produce project deliverables.

Gerry Ludwig, who revitalized PWSA's


capital programs via our PPS program, will
rr

provide: expert support to our management

advisory services for DeKalb County. He


bri ngs ever 30 years of experience.

Wendy Weiser, who twits Ii zed .PWSA's


SMES support the three pillars of your utility: .
Wastewater services
"

Water Services
Administrative Services

custoon er service via aurPPSprogra no, will

provide expertsu sport to our ma n agernent

advisory services for DeKalb County, She


bririgs 27 years ofexpe Pie nce:

Veolia Water PopmalGrManagc ^ unt Adviory Sery ices( UP 13 5017275)

DeKalb County. Georgia

ComparvC h. edtla: Trade Sn( iet and Pro pretary Infnrma6orr Veola Water

We shouldn't have contractors being paid to do


jobs that county workers can do. It's costing us

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,

The purpose of the contract is to achieve significanteffi-

ciencies, improvements and savings; so the sooner these


can be identified and implemented, the sooner the bene-

That was all without any


prompting or any battle.. Not
usually do the employers careso

fits will arrive in DeKalb County. PPS is designed to Find and

evaluate opportunities quickly, so that "quick wins' can be

much!'

achieved. This results in a positive cycle whereby success

PWSA Board Member and

breeds credibility and support, more engagement by staff,

President of Pittsburgh Plu rn bes

and more success. Supporting our study project team, Wo-

Local 27 Pat Bigley, commenting

lia Water Subject Matter Experts will also be available for


the implementation phase -this will ensure continuity of
expertise and of the relationships we will build with you.

on Wells water' s training


reimbursernentfor safety.gear,
and job- creation via teaching in-

We have found that these inter-organization relationships

force laborto perform typically

develop real trust because they are founded on peer t-o-

outsourced contract work:

peer interactions. Our experts are real " in- the -field" people who have worked many of the very same jobs as your

PPS, by its very collaborative design, Ieadstothe creation of

Own DWM staff, thus they Erring practicality and shared

customized solutions to your challenges_ Additionally, we

experience to drive program results. The peer factor we

find that many of the improvement ideas originate within


the client's Organization and are " released" by the interaction with third- party peers. The most important aspect of

bring is truly unique. Each initiative will be independently

resourced according to a DeKalb- approved business case.


Costs and compensation will be negotiated separately for
each. The core staff consisting of the ProgramrrManager and

implementation isthat PPS will deliveryou a set of "Made-

the Program Management office will stay in place to sup-

recommend improvements that you will approve; it will be

port execution of all of the implementation projects.

DWM' s Implementation Plan. We believe the PPS approach


describer] in our proposal will fit your circumstances and

t pv;

in DeKalb" -solutions. Based on our work with you, we will

needs, for example, by balancing the speed to implement

Wa
Top- downfindings

efficiencies with the availability ofyour management team


and staff resources Once you approve your Plan, we will

act as coaches to guide and help DWM staff implement

the changes, adapting the level of support you desire us to


On -site diagnostic.

provide in each case. Our Overriding mission In these implementations is to build DWM' s team capabilities to sustain

Manager and fronhiine

these change programs long after we are gone. In our prior


FPS experience, for example in New York, we have found

operator engagement

that the most ,effective -implementation approach is pilot-

ing: We pilot a change with -a few people, refine it based


Fact- based
analysis

Verified.

Findings

From ideas to action items

on the results and onlythen roll it out to other parts of the

organization. The piloting approach also ensures that the


knowledge that istransferred sticks, because it resultsfrom
hands on experience rather than classroom instruction.

Where necessary and with your approval of the business


case, we can establish more formal training programs for
specific skill areas, such as operator "Boot Camps" or sewer

inspection training fdr your field crews. We frequently find

Ow approach to developing vented inrprnvem? nt onpnitunitles


starts with o broad range of top -down firunngs and hypotheses baser
upon a q a ick uernpa n s , n of a few ofyou - key rnetncs to lnd ustry
targets_ following a sequence--" steps, we nwrory down the field of

that our clients' lli d staff can be trained to perform previ-

opportunities to a venfa Lis few.

with a prince capable organization.

eolia water Proposal Poi MV Bement Advisory Semses FRP13- 500775)

ously out- sourced work such as CCTV inspection of sewers,


and with some training and development; we will leaveyou

Cesar, County, Geurgia

sae

Company Confidential Trade sc.crciiann Groprctaryirfrrmatior VeohsWater


V

A lot of us felt we were struggling and we

needed some help;" said Torn PalrGtosina,


who jointly led the organization immediately before Veolia came. He said the

authority focus was on `maintaining the


status quo' instead of updating itself.
Front p. ge articic in the Pittsburgh ' ost-Gr : tte, Iuly5, 2013

M conclusion- A short-term partnership with Veolia Water will give

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

Pittsburgh, New York City. Winnipeg, Indianapolis, and Buffalo projects.


Locally, we have been a long t-ime partner to Fulton County for both water and wastewater.. Ourwork
at the Johns Creek Fnvironmental Campus was acclaimed in Treatment Over Operator magazine,

g. Lour approach is designed to build p renewed sense of belierrginaand our rose

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

brings lams LELn eL:p a

fl ties Improve performance and


Vince in Sme! ist o

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

County and the surrounding area.


Environmental Consortium; LLC bringsexpenence in underground asset rehabilitation in, COeKalb

County and the surrounding area.

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,

In this section, we describe Our technical and management

approaches to work jointly with you ( and your staff) to


identify potential operational performance improvements
and efficiencies,

Veolia Waterand palticularlythose of us whowill work with


you on this project are peers. We have been in your shoes,,

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

facilities we manage on behalf of Fulton County.

Building on our Tong history of optimizing our contract


operations, we have begun providing an advisory service
that is different from those Fulton County contracts: It
Is proving extremely beneficial to local governments, their
managers, their custont ers and us, because employees re-

ing work now performed by Outside contractors. We will


improve DWM' s performance by achieving cost savings

main nthe public ser' tor and we bring private -sector exper-

tise to help make your jobs easier. The successful projects


in New York City, Pittsburgh and Winnipeg are examplesof

and efficiencies while improving service quality and build-

ing staff capabilities without layoffs. We recognize that

this new approach.

you have already started totacklesomeofyour issues, such


use that experience to identify, evaluate and implement

as customer service and job classifications and compensation, and we will coordinate with and link to these efforts

sustainable improvements together. We will supportycour

as guided by you. We know first hand how tough it is to

ambition with our approach, which could include in- sourc-

do your regular job, let alone try to find and implement

We are confident that; in collaboration with you, we can

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

Find" ways tooper'ate

lookfor potential

opportunibesand

implement

your goals

more of idevtlyand

i improveirrentareas

getyour input on

trripruverV; ent

effectively without

how to, prioritize

irritiahves; starting

lavoffs

irnprovPments

with small pilots

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

operation. We've been there and done that ourselves. The


approach we use; .called Peer Performance Solutions ( PPS),
minimizes the disruption to you and makes certain we get

your thoughts, ideas and concerns addressed early, during


the initial four-month study,
PPS imprrntres communication in c @- saint of command

Our experience has shown that success in these projects

comes from helping to get officials, various departments,


and especially people within the utility in different functions, talking to each other. We will suggest new idea, but
will also dig into y. our own Ideas and undertake a fair evaluation of the best ideas having the best chanceto be, implemented. We will <
provide the needed analysis and extra set,

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-

utility personnel ourselves, we know the frustrations of


managing the utility and dealing with the unexpected
water break or sewer collapse. This understanding is also
present for the team members who come from our HR, IT,

Finance, Purchasing, Customer Service and Communications departments, all of whom support our widespread

utility operations and areavailable to our consulting clients


as well. In our scope for this project, we will consider all of

the important factors you deal with in managing the utility:

of hands to get those ideas implemented. And, we focus

first on those ideas that can be implemented quickly and


easily to benefit your operations and show results sooner
rather than later.

Performance contracting delivers more benefits


We offer our services in a per forma nce- contractformat.

This can be misunderstood, but it is actually simple: We


only get paid our incentive for delivering results, not forjust
pointing out what is wrong. This means we work with you
to identify ideas that can have real impact and that are also
implementable: Our background in the dally management
of utilities really pays off because we understand what is
occurring in your operation, and we also understand the
concerns you and your staff have regarding disruption to
the ongoing operations.
What this means is that, with PPS, our suggestions, will be

well thought out and thoroughly vetted with you beforewe


take action together to make irnprovements. It' s important

vs,

r +'

Veolia Water, Proposal for Managemert Advisory Servi ces ( RFP13, 50027S) - UeKalo County, Georgia

Company Corfidentia

rmde Secretand Proprietary inform at ion - Veolia Water'

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

go about working together. We will then form the joint


governance structure consisting of a Steering Committee
and a Program Management Committee.

Duringthis phase, we will jointly establish abaseline of current operational and financial performance against which
to measure potential improvements. We will combine our

technical experts with your line manager' s and support -

function leaders. 'Together, we will identify an initial list of


potential improverrrents leyconducting in- depth, individual
discussions; site visits and ride- alongs.
We will involve your management team and keystaffatthis

initial stagewhile being respectful oftheirtime limitations.


This includes having our experts. conduct workshops with
your employees and individual discussions with key person-

nel to better understand the background of your operating


duced impacts on the environment. Our advisory services

techniques as well as capture lessons and likely challenges


learned from prior initiatives_ In particular, we will address

leverage Veolia Water's experience with operating utilities

all the issues that are highlighted in the scope of services,


but more broadly, we will cover the entire operations of the

worldwide, mobilizing our global experts on technical matters, deploying our dedicated North American Operations

Excellence Croup with their specialized analytical method-

DWM.

ologies and tools (discussed below), and drawing upon our


successful track record with similar programs in New York,

POTS is the sure of our experience and expertise


delivered to you

Pittsburgh and Winnipeg. PPS brings all of this to DeKalb

County to helle you acle eve your goals.

We will build on our success in consulting with some of

the largest publicly operated water utilities, such as New


York City, wherewe have helpedtheir staff implement best-

PPS meansworking as a tears with DWM staff and


our P. SBE partner's

practices initiatives resulting in average cost savings of10 %,


additional revenues, and optimized capital spending. These
successes have cone from operational improvements and

Our IDEAS approach is centered on engaging all levels of the

greater reliability improved customer satisfaction and re-

Isenences of both DWM and Veolla Water to foster inno-

organization to leverage the combined strengths and ex-

an e

20

POTENTIAL.

POTENTIAL

CONSTRAINTS

MOMENTUM

IDENTIFIED

MAXIMIZED

IDENTIFIED

GENERATED

Performance indicators -

Experiences( subject -

Systemc constraints -

innorativeespint fostere8

benchnrarked

matter expert,

identified and cost/

through collaborative

Benchmarking turns

hene5ts measured

approach with staff,

based on best. practice. -

Experience of operated -

0u: k w9ns ornplernented

hied i cCnDectives by a

rd rli', ies leveraged-

to set the stage for

engaged .

new setof eyes.

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-

votive solutions to the challenges you are facing. We look

at both pressing' issues and longer term problerns together

part for the program. We will then benchmark against in-

with you. Veolia Water knows utilities but we don' t know


you. Our process is designed to build that familiarity, We
also have partnered with kcal fines who have worked with

dustry standards and our own operations and, through the


analysis we generate, will give DWM access to the underlying best practices. More importantly, we will set the stage
for n' rnprovenentand will focus from the start on orienting

you to help. We have engaged local LSBE firms with signifi-

how DWM can work toward action and implementation,

cant experience war king for DWM the County and in the
Atlanta metropolitan area- Joining our team are Corporate

We will help you translate the analysis into well- prioritized,


coordinated and fully implementable action plans owned
byyou and resou reed for success by Veolia Water.

Environmental Risk Management ( C, E. R. M) and Environmental Consortium LLC both DeKalb LSBEs as well as
D. Clark Harris ( DCH)

a MSA LSBE and Dovetail Consult-

ingwhore Detain LSBE status is pending, CF R M. will assist with project planning, data gathering and analysis and

Pay cremes quick wins to build momentum

engagement with your staff, After you approve a specific

implementation ' quick win

During the Study Phase, we will identify and propose for

initiative, we will engage one or more of these partners in

implementing that initiative,

improvements and build momentum for the program. in

Pittsburgh, within the first six months, we cut customer

Together, we will support DWM' s leadership and work with

call waiting in half, and found $ 650,000 in annualized


savings from optimizing the backwash cycle in the wa-

your staff to jointly develop initiatives that you fully own


and can Implement with confidence We will help you de-

ter treatment plant, In New York City, within the first

liver sustainable improvements through capability build-

four months, we implemented chemical savings worth

ing, new managerial tools and mindset changes. I he whole

750,000 annually.

point is to make your staff'sjobs easier.

PPE results in bnowledge transfer to your staff

BPS improves attitudes and behaviors at the start

We propose a collaborative approach that blends the know -

In the study phase, we begin by gathering information

how of your staff with the experience of our experts. Our

about the Current state across the entire spectrum of2sp-

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-

depth, individual discussions and document review. Many

nostic and operational improvement capabilities of your

of the ideas that surface will come from you, and your staff

Veolia Water, Proposa] for Manayemeni Advsory5err

initiatives - initiatives that

are easy to implement, can generate savings ar service

es tarp 13 5007@,

front -line and leadership staff. By doing this, we help en-

DeKaIb Countv, Georgia

Company Confidential Trade Se, ret' and Fmprieta y into m.: ion - Veoi a Beater

PROJECT APPROACH

sure the sustainabillty of the recommendations while mak-

ing:certain that you remain fully engaged in the project as


it progresses.

To establish the operational baseline; we will take afront

line, in- the -field approach. Our boots -on-the -ground experts will visit each of your facilities to see firsthand actual
a.ss

daily operations. For example, at Snapfinger WWTP, our


experts will walk through the site together with stafffrom

0.58 rrE

the facility to observe and take notes on the operation.

0,51 rrE

rM 0.41 ErE

During ride-alongs, we will spend full shifts with your operators and maintenance staff, observing the challenges

they face, what opportunities they have forimprovement,


and what structural or procedural factors prevent them

L0 MGo

from being more productive. We will talk through their


frustrations and ideas to identify practical suggestions for
improvements. We will work with you to ensure managers
and staff are well informed of the objectives, schedule and
process before we start.

from thousands of plants and networks across the world to


To supplement our individual, in- depth discussions and

help identify potential improvements and provide an initial

work observations, we will conduct targeted data analyses.

estimate of their impact.

As an example, when developing a chemical purchasing


baseline, we will work with your procurement and finance

Veolia Water' s experience as a water and wastewater util-

tearns to create detailed database ,ofspending, including


where possible) pricing and volume histories by item.

ity operator ensures we will develop Improv"ernent ideas

that are pragmatic and achievable; given the functionality


of your system, along with reliability, quality, safety and

With respect to the current organization, we will conduct

level- of-service considerations For each major opportunity,

strengths -weaknesses- opportunities-threats ( SWOT) sur-

we will point to a real -life example where we have imple-

veys with key managers and front -line staff. We will com-

inented a similar change ourselves and, if helpful, takeyour

pare DWM's structure to best -in -class utilities elsewhere in

operators to visit the respective facility and provide them


with the opportunityto discuss with their peers what it actually tookto implement

terms of spans of control, levels of responsibility, staffing


per area of operation, and critical job descriptions. Coupled

with the staffing andproductvity analyses described in the


section A iii, this will enable us to recommend modifica-

lsUndsets and capabilities

tions to the structure.

In our experience, it is important to assevssofter " enablers;"

such as the need for training, coaching and development of


front-line employees, and/ or the effectiveness of support

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.

functions like procurement, HR and IT, to ensure ideas can

be implemented and sustained. We' ll use our day -to -day


interactions, specific focus groups and/ or in- depth, individual discussions, as well as input from our tSBE partners,
to understand what it takes to implement in your environ-

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

With respect to the capabilities of employees, we will make

the ideas. Wewiil then generate baselines and quantify the

an assessment of training needs to properly staff the orga-

financial and technical potential of each idea,

nization, as modified according to the structural analysis


described above

Veolia Water' s internal benchmarks allow our team to com-

However, these efforts will need to be

coordinated with and linked to the work being done under

pare operational data against relevant facilities selected

woliaWater- Proposal for Management Advisory Services( Rrr ds0027t) DeKaibCo7 ntyGsargia

Company ConfiinutolTrade Sr aret and Proprietary nrorroation- Veol,a Water

PROJECT APPROACH

inr

a separate contractIor the Compensation and Job Ciassif -

Example: Two- person field crew excavation work- process

cation Study.

incremental cost comparison

To provide your management team with a decision -ready

Baseline

Option I

Option 2

template we will develop business casesfor the best initia


tives, which will include a summary of the idea and expect
a

ed benefit together with the calculations of estimated F


nancial benefits, investment required, operational metrics

by which to measure success and the impact on any current

or ongoing DWM initiatives. Each of these business cases


willbefirstconf1rrned with you rabe rat ionaImanagersano

henSUbmlttEdtPtheSteering Camrnitee.

per day for contracted

per day for mini-

perdayformini-

backhoeservicesand

excavator, operated

excavator

operating engineer"
tojoin standard two-

Throughout

this

engagement, we

will

work with

you

by one additional
person

person field crew

to identify activities that qualify as quick wins, Quickwins


are activities that require little training, system /proCedural enhancements and /or culture change but result in
nearterm financial and/ or organizational benefits for the

DWM. As these activities are identified, we will proactively


work with the Steering Committee to gain approval for
implementation,

synergies aoosswaterand wastewater operations

both a 't the facilities and in the field.

a Tools and equipmenta Often we find that staffing


productivity can be increased simply by having the
right tools and equipment. The example, above, is

Q'-t..M. Evaluating staffperformance

an illustration of the analysis we conducted in New

This effort will involve coordination with not only DWM

York City to explore alternative option 5 for excavation.

but also the County Human Resources Department, The

The " baseline' standard procedure was that whenever field- maintenance excavations were required, a

objective will not be to duplicate any activity that would

be performed in other RFPs currently being advertised by


the County but, instead, to provide input that would be

two -person field crew would bejoined for the day by


large backhoeand an ' operating engineer." For nearly
a quarter of the money they had been spending, we

helpful In those efforts There are a wide range of inetrics to help compare DWAS' s productivity and variance in

found that NYC could rent a mini- excavator and assign

productivity within functions. Some key metrics include

an additional laborer to operate it For even greater

comparativejob descriptions, Balanced Scorecard lob eval-

savings, wefound ientmg the mini excavator without

uations, responsibility and accountability comparisons and

adding an additional laborer could resuit in an over

consequences for poor performance Areas to be evaluated

90% more -efficient excavation.

include:

The success of this operational assessment Will require

o Staffing productivity (to include overtime): Our

a holistic view of DWFA operations. our team has found

approach to staffing starts with understanding your

that successful transformation programs require simulta-

buageted headcount and analyzing the root causes

neously addressing

and impacts of inefficiencies, vacancies and absentee-

performance management and mindsets and capabilities

utility' s communications, culture of

ism on actual staffing levels. Ride- alongs with opera-

see diagram on the next page), These are fundamental to

tors will help understand their current activities and

realizing full potential land ensuring

workloads Workshops with site irranagers will identify


which activities can be stopped, reduced infrequency

seating model,

orautomated. Further, we will assess current operat-

ing practices, evaluating how standard work, flexible


manpower systems arid skills matching can further
optimize staffing levers. We will assess the current

planning and scheduling of work to see how work is


scheduled and identify areas to gain productivity.

Additionally, we will identify opportunities for in


creased availability of, ordifferenttypesof, equipment

parts and materials required for their work, different


shifts or more flexible crew sizes or for increased staff

sustainable new op-

While all three dimensions require focus acres,, all levels of

the organization, the leadership group has a pivotal role in


advancing the mindsets and capabilities dimension. The
leadership of every group involved in the project needs to
commit fully to the change and communicate the organization's new direction early and openly to the staff, To
facilitate this, the leadership team needs to display commitmentto goal setting, role modeling, performance ac-

countability and inspiring their staffs, explained below:

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

Example: Three elements of operational excellence

ensureensure thesethese messagesmessages reachreach allall employeesemployees acrossacross thethe


organization.organization.

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:

EnergyEnergy usageusage atat waterwater andand wastewaterwastewater facilities:facilities:

Implementing

VeoliaVeolia Water'Water' ss costcost modelmodel createscreates aa simulationsimulation ofof

and

eacheach plantplant detailingdetailing thethe actualactual andtheoreticalandtheoretical energyenergy

sustaining

requirementsrequirements atat eacheach stepstep ofof thethe process:process: AtAt wastewa-wastewa-

change

terter plants,plants, inin combinationcombination withwith aa sludgesludge massmass balance,balance,

thisthis analysisanalysis helpshelps identfyidentfy potentialpotential changeschanges andand cancan


modelmodel thethe impactimpact ofof suchsuch factorsfactors asas thethe mixmix betweenbetween

primaryprimary andand secondarysecondary sludgesludge toto modifymodify energyenergy useuse inin


aeration.aeration. OnOn sitesite workshopsworkshops withwith youryour teamsteams helphelp de-detailtail howhow toto capturecapture opportunities,opportunities, forfor example,example, improv-improv-

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-

ableable andand knowknow thethe leadershipleadership teamteam recognizesrecognizes


"
" whatwhat
hashas andand hashas notnot workedworked wellwell inin thethe past.past.

valvesvalves oror replacingreplacing diffuserdiffuser reads.reads. TheseThese assessmentsassessments


willwill bebe conductedconducted withwith anan awarenessawareness ofof thethe current/current/

plannedplanned DWMDWM improvementimprovement projectsprojects toto helphelp validatevalidate


existingexisting oror identityidentity newnew energy-energy- oriented oriented initiatives.initiatives. AtAt
VeersVeers Water'Water' ss largerlarger wastewaterwastewater plantsplants acrossacross NorthNorth
America,America, wewe havehave optimized optimized thethe facilitiesfacilities toto operateoperate

atat approximatelyapproximately 30%30% belowbelow thethe nationalnational averageaverage ofof

RoleRole Modeling;Modeling; Managers Managers fromfrom thethe toptop levelslevels downdown


toto lineline managersmanagers needneed toto feelfeel freefree toto bebe involvedinvolved withwith

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

anyany formalformal training.training.


PerformancePerformance Accountability:Accountability: InaIna complexcomplex businessbusiness
likelike thethe DWMDWM ChatChat hashas aa largelarge numbernumber ofof differentdifferent

components,components, eacheach withwith itsits ownown challenges,challenges, realreal changechange

happenshappens atat thethe frontfront line,line, andand responsibilityresponsibility forfor thisthis


changechange needsneeds toto restrest withwith thethe lineline managers managers GetGet

tingting lineline managers managers toto becomebecome involvedinvolved andand taketake thisthis
responsibilityresponsibility requiresrequires focusingfocusing muchmuch ofof thethe capabilitycapability

buildingbuilding andand trainingtraining onthemonthem whilewhile atat thethe somesome timetime


tyingtying transformation transformation targetstargets toto budgets.budgets.

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.

ChemicalsChemicals procurements procurements OurOur strategicstrategic approachapproach toto

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

targettarget cost.cost. ByBy bringingbringing operations operations andand procurementprocurement


teamsteams together,together, wewe cancan jointlyjointly identify identify andand removeremove
unnecessaryunnecessary specificationsspecifications thatthat reducereduce competition competition oror

increase increase costs,costs, forfor exampleexampl


, e, increasingincreasing concentration concentration
ofof causticcaustic oror hypochlontehypochlonte toto reducereduce transporttransport costs.costs.
ArAr medmed withwith thisthis information,information, wewe willwill supportyoursupportyour

aa Inspiration:Inspiration: WeWe willwill helphelp identifyidentify youryour ownown successsuccess

tearnintearnin
"
" rapidrapid renegotiations'renegotiations' withwith suppliers.suppliers. TheseThese

storiesstories toto shareshare acrossacross thethe organizationorganization toto buildbuild andand

raidraid contractcontract reviewsreviews typicallytypically deliverdeliver roughlyroughly 50%50% ofof

maintainmaintain excitementexcitement forfor thethe program,program, suchsuch asas thethe bestbest

thethe totaltotal potentialpotential opportunity,opportunity, withwith thethe remainderremainder


capturedcaptured uponupon rebidding.rebidding.

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

ee Metering:Metering: WeWe willwill startstart withwith DWMDWM metermeter databasedatabase

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

Example: Warehouse -management strategy

groups. Meter accuracy, maintenance and mplacerent


strategies will be reviewed and combined to determine

am

the potential for sustainable revenue gains and equita-

wC' Nk

ble invoicing to custornery We will review the process

less inventory

for selecting meters, In terms of type and of size, and

Tr

will design a process for removal and replacement of

inventory loss

obsolete meters, particularly those with low flaw.


Meter reading and billing: We will ieview the invoic

ing chain, from meter reading to issuing of hills, to


evaluate potential productivity improvements through
the use of advanced technologies (such as automated

meter reading) systems setup to reduce potential for


errors and customer cornplalnts, and speed ofinvoic-

ing to improve working capital. We will also check to


see that all customers receiving water are correctly
listed in the billingdatabase.

We will conduct in- depth, individual discussions with key

ficacy of planning and deployment of systems plam

managers in each of the support functions to establish

ning Into OF and development/ developer decisions

baseline levels of service. We will also apply benchmarking

for Infrastructure investments. We will also review

to establish standards- for achieving best -in -class levels of

your processes to monitor capital projects planning,

service. Once the costs to achieve these levels have been

implementation, scheduling and budgeting to avoid

identified, the most promising initiatives will be defined in

frequent change orders and overruns. For example, we

a simple Business Case, presenting the opportunity, the ex-

could evaluate the planning for the Snapfinger expan-

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 -

ci Capital planning: We will review your asset man-

ingfunctions. Capital planning activities in Pittsburgh

agement/ computerized maintenance management

resulted in a streamlined procurement process, reduc-

system (CRAMS ) strategy,


.
evaluating howyourcapital

ing change orders and keeping projects on schedule:

projects are prioritized and selected based on Consent

Order and CIP l) nor Rtes, operations feedback, the of

Customer service: With our consultative approach, we

are uniquely able' to share proven customer set vice


plans and practices that are designed to coach
a public workforce and publicgovernance with proven

With Veolia Water's support, Pittsburgh improved its

innovation and ideas from around the.world. Most

customer service: call abandonment rate; while making

importantly, our proposal will help you implement

progress on improving overall finances up to 15

noticeable customer service improvements quickly. In


Pittsburgh, we helped cut call waittimes in half within

z0

three months.

sr

as

16 0..

Warehouse operations: We will assess warehouse op-

N
14% -_

erations against best practices in water and other in-

12%

dustriesto identify improvements across high- volume

10%

consumables and ordered parts and equipment This

will Include working with suppliers to identify how to


reduce lead times for critical equipment, for example,
through suppliennnanaged inventory or agreed stack

6%

levels. All of this will be done in coordination with a


review of maintenance practices and data utilization.

6 %Mar Ap, May Lr ) ul A, p S- 0 Opt N ,


2012ABNGoal( 10"

ar

Sch M,

ep

May ,

2013

@-- Actual ASN Bate - - -

20n ABN Gbai p')

Veolia Water, P- oposal for Ma nagernent Advisory rerucs( uFiS` V6 ^ 27)

neKah County, leorgla

Company Confidential Trade Se: .ret a nd Prupuetary Intl, r m ation Ve iaVea , r

PROJECT APPROACH

aw

Procurement: III addition to the benchmarkinghigh-

lighted in section A ii, we will generate hypotheses


on how to achieve savings through the commercial,
demand management and contractor performance

management levers identified by category,


once the future levels of service to be attained are agreed,

Ey.

MITE, 2nd priority


and priority

we will determine Key Performance Indicators ( KPSs to


track progress In implementing and sustaining service iinprovements. We will then finalize the business cases to-

gether. The process of co creating the business cases will


Contribute to DWM ownership of the initiatives alignment

rat priority

Initiatives

am E,
E 4

with your staff andsustalnability of long t-erm benehts.


0

Ami. Developing the improvement plan


After the Study Phase, we will jointly develop a detailed
Draft Implementation Plan forthe DWM' s review and commerit. This plan will summarize the identified efficiencies

Example:

Low

Medium

Nigh

Ease / speed of implementation

Business cases for selected ideas

and the Improvement initiatives together with supporting


evidence in the form of Business Cases While the Imple-

rnentation Plan is a key deliverable in itself and creates


clearroadrnap, the process of creating the plan will build
alignment and commitment across DWM to really make

F
s"

improvements happen. We will work with yourteamtoen-

m-

sure staff commit to both implementing the plan and supporting it internally and with external stakeholders.
FIN

21

To achievethese objectives of alignmentand commitment,

we propose to work together to rank all initiatives based on

their impact Q e efficiency pains, improvement in service


quality, safety and environmental implications) and their

ease and speed of implementation ( i. e, effort and cost required, resources used, implementation timeline, barriers

or nsi We will then help create manageable program of


prioritized major initiatives, sequenced overonerfiveyears,

that are achievable -- and sustainable

and are consistent

with your organization' s capacity to implement.


ToTo ensureensure thethe PlanPlan isis feasiblefeasible wewe willwill assessassess allall important important

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-

nitynity waswas recentlyrecently highlightedhighlighted inin aa meetingmeeting betweenbetween CountyCounty


employees employees andand InterimInterim CEOCEO May.May.

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

For each key initiative identified, the implementation Plan


will set out:

o Detailed business cases, including savings targets, as


well as required investments.

will adjust the baselines for any cost reduction or service


level improvement initiatives that are already underway.
before implementation of any initiative, we will agree with
you on the baselines to be used to measure the improve merit, the cost 40 deliver the improvement, and then ne-

ra

Scope of the work, with a project description, KPIs and


implementation milestones.

Senior management sponsors and dedicated, accountable project leaders assigned to each initiative,

In addition, the Plan will:

gotiate the sharing of cost savings achieved and the bonus


payments for any milestones toward accomplishing the
Plus. For example, if the target KPI for call waiting is reduce

waiting time by 75%, there could be milestone payments at


25% reduction and 50% reduction as well as the final 751

reduction in waiting Urne,

o Articulate a clearvision of howthe DWM will evolve


through the implementation of the proposed initia-

tives (described qualitatively is well as quantitatively,

using simple KPIs that outline key costs, staffing levels,


service levels, energy consumption, asset conditions
and any other relevant measures).
o

Provide a comprehensive program overview that

sequences the initiatives over a one-five-year period,

reflecting any ongoing change initiatives.


o

Tramlatetheo perational
,
improvements into financial
terms that will factor into future budgets.

outline the overall transformation program structure

and governance to ensure successful implementation

and full ownership by the DWM.

o Propose solutions for overarching elements Of Successful transformations, including communications strat-

egy and approach, employee engagement and training,


performance rninagennent and changes to systems or
central processes.

ra Detail options for in sourcing work to realize labor


efficiencies, including required training programs.

We will recommend a portfolio of an agreed- to number of

measures per year to be detailed and incorporated in the


Implementation Plan, These rneasunes, which can combine

several ideas, will collectively provide maximurn impact for


DWM without overstretching the front -line managers or
the staff' s abilityto implement.

We will work together with DWM to agree on the financial

cost and operational baseline against which to measure improvements in the Implementation Phase. This will include

establishing a transparent picture of the current cost base,


detailing expenses by sites and area, as well as forecasting
this out to the end of the Implementation Phase, We also

Veofia Water, Proposal for M a eagemerrt Advisory Servtces ( RPP 15- 500275)- DeK a! h County Gecrg, a

Company Conficrento I

1ra de vesret ard Normetary I nfol in at I on - VCNa vn/ afef

i `

i` .

The Implementation Phase will be all about helping DWM

Working together: A core principle of our approach

realize maximum benefits quickly while also building the

is to work side- by- side with your staff, conducting

systems and capabilities within DWM to sustain the suc

ing quick wins for the staff and utility. The result of that

analyses and implementing initiatives together to


build real ownership of each efficiency Improvement
within DWM Active DWM participation and commitmerit is critical to the success and sustalnatility of this

effort is both a. pride in the success and a momentum to

program.

Mess and continuously improve beyond the end of the project, Our approach to implementation focuses on generat-

tackle more changes, which could be ofgreater complexity.

Quick wins have had a morale -boosting effect in New York

Governance: Having a Joint -governance structure al-

lows us to communicate more effectively and to fully

City, Buffalo and Pittsburgh.

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-

ment,.Our proposed governance approach will mirror

mentation. We facilitate interaction and collaboration between our subject matter experts and your managers and

the project organization!

Thejoint Steering Committee will meet at least

team leaders. Our various experts often bring over 30years

monthly to review individual improvements proj-

ofexperience in a variety of different utility specializations

ects as well as overall progress against plan, ensure

and serve as trainers to help your teams realize their full


potentials, sharing ideas and implementing improvement

appropriate resources are available and committed

and resolve any is s- ues raised tothem.

initiatives together.

David Gadis, an: Executive Vice President

with Veolia Water, will be the Principal- in-

Charge and the coordinator ofthe Steering


Committee, which facilitates communica-

tion among county and DWM officials,


v

Jonathan Hoisak, Veolia Water's Program

Manager, a 20year Veolia Water veteran,

bringsa wealth of experience in managing


large and complex utility contracts.

Jonathan wtlt provide day- to- day oversight,


i

V'" a Manshi Low, our PMtt, brings the experi-

ence ofhavingjustimplemented :avert'


similar program for Pittsburgh. Manshii

will maintain and drive tire schedule ,track

progress and produce project deliverables.


Gerry Ludwig revitalized PWSA's capital
prograr
r

is our Pee program and will

provide the same expert support to our

management advisory services for DeKalb


County. He has over 30years of experience.

SMEs support the three pillars ofyour utility:


Wastewater services

Water Services
Administrative services

j bV e dy Weiser, who

NV
revitalized PSA`
s

customer service via our PIPS program, will


provide the same expert support to _
our

management advisory services for Detalb

County.She brings 27years ofexperience.

VeoliaVeolia WaterWater ProposalProposal forfor ManagementManagement AdvsciyAdvsciy cfmcescfmces


( ( RCPRCP 1350b275)1350b275) OeKahCountyOeKahCounty GeorgiaGeorgia
CompanyCompany ConCon fidenhalfidenhal
iradrStiradrSt re`.re`. andand PropurtacPropurtac InIn formform aa UOn--UOn-- VeohaWaterVeohaWater

most important; face -to -face town hall or employee

4 The Program Management Team will be involved

in the; operational day -to -day governance, as they


will play a key leadership role in the identification

rocetings.

a Co- location: Our preference is for Veolia Water people

and validation of improvement:opportunities,

to be co- located on DWM`s premises, either in your

Additionally, the DWM and County department


leads will formally review the program progress
on a weekly basis with their respective Veold
Water team liaison. These sessions will be working
meetings to help identify, evaluate and validate

offices or on site for the operational teams.

We will help you create an implementation plan that

improvement opportunities.

will deliver sustainable change, leased on implementation


of your approved recommendations. The plan will priori -

4 Each individual project work team will meet at

tlzethe initiatives on the basis of impact and ease of imple

least weekly directly with the DWM Program


Sponsor and the PMOto ensure full engagement

iTiientation to maximize value for DWM. It will define a

and progress across the project.

change program sequenced over the term of the implementation plan.

Alignment: At the onset of an initiative, we will

conduct staff kickoffs to generate alignment on scope,

The plan will take into account the available resources

goals, success factors and timings, as well as softer

within DWM, including the critical enablers required to

factors, such as individual expectations, coaching

implement and sustain changes successfully, such as gov-

goals, pet sonality types and working preferences.

ernance, communications and public outreach, employee

Learning Culture: We foster an open working environ-

engagement, culture change and changes to business processes in the support functions. While a plan is useful, the

ment inwhich we share feedback and work together

real benefit in this task is that the process-to create the plan

as one team to build trust and deliver the end products

builds alignment and commitment across DWM to really

in the most efficient and effective manner. We will

make change happen.

provide training courses for the implementation staff


to complement their technical and system knowledge

All improvement ideas evaluated and prioritized during:the

with change management skills.

Study Phase will be grouped into a comprehensiveand coherent implementation plan, to be linked as appropriate to

Open Communications: We believe open communica-

the plans emerging from the parallel Customer Service and


Job Classification and Compensation studies, including:

tion between our personnel and your entireorganiaction is critical tothe success of this effort. We can

o A list of the top improvement measures prioritized

help you develop clear communications to explain the

using size of impact and ease of implementation,

benefits of this assessment and implementation prof-

which maximizes value for DWM.

set and how your staff can personally benefit to build


their commitment to supporting this program, In New

is

York; we developed regular updates from the Commis-

Business cases for the selecteddmprovement

measures with 'the expected financial benefits or cost

action,,Intranet sites for employees to make their own

savings targets or Key Performance Indicators ( KPIS),


including resources and prerequisites needed for

suggestions anonymously, newsletters, posters and,

implementation, main risks associated with each and

approaches to mitigate them.

refine

An agreed -upon financial and operational baseline

against which to measure improvement in the Imple-

mentation Phase, including

reporting mechanism.

p Our proposed team structure androlesforthe

Implementation Phase, including resources to


support employee communications, performance

management and capability building (training needs


will be described in the Study Phase). For example, we

Our approach adapts to you

will recommend ways to partner with and leverage

Veojo Water takes a very adaptive aermach to working

the training resources of such partners as Georgia

wltPnn yourschedales vin le^ gradual I implementing


irnprovement ri starting with small Pilots_

Veolia Water. Proposal for Management A,ivsory Servi es( UPi3-300275

Piedmont Technical College.

DeKa Ib County, Ceorg(a

Company Conmeniol t ade secret and Pronnctary Information - b'eolia Water

The implementation Plan will include the framework

forwhat will be needed to' successfully implement


and sustain your transfoi mation prograrn to build the

DeKalb Utility of the Future, a program that is fully


owned by DWM. The report will
4 At ticulate a clear vision of how DWM will change
through the implementation orthe proposed ini-

tiatives, described qualitatively as well as quantitatively with detailed business cases.


4 Provide a comprehensive program overview that
sequences the initiatives -over a one- five -year petiod, reflecting any multi-year changeinciatives.
Summarize resources needed to implement the

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

reductions into financial terms that will factor into


future budgets.
4 Define an agreed- upon number of KPIs and dissectated targets for service improvement initiatives

and mechanisms to capture and report Win per'formaneethrough these KPIs.

N Outline the overall transformation program structure and governance'to ensure successful imple-

mentation and full ownership by

during

implementation.

Propose solutions for the enabling elements of


successful transformations, including communicationsstrategyandapproach employee engage

ment and training, performance management and


changes to systems or central processes,

a An agreement on the role of Veolo; Water team members in the Implementation Phase and the performance- based compensation structure to be used.

The study results will determine what will be implemented.


Typically,the suggested alternatives provided in the study

will he one of tire three types of change=__service quality i mprovements, incorporation of new revenue, or greater effi-

ciencies that save costs. The service quality improvements

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,

Our proposed schedule is to complete the study in roughly


four months in order to demonstrate the results early with
quick wins to build momentum for the project. Our accel-

erated schedule will bring forward the implementation of


the ideas generated during the study, providing the DWM
earlier benefits. In Pittsburgh, we identified improvement

initiatives in reducing customer call waiting and treatment


plant backwash cycle times within the first four months,

In New York City, we implemented $9M in annual savings


within the first nine months.

The schedule shows that the initial study will take four
months and will generate a list ofideas that can improve

Veolia Water fnnnsaI for Management AdaucySerJ, vn( nrPlo ro027r)


ro, TinanyCrned, nral Tr areS.-cretand

Uer( a IIk County Georgia

r) rretaryIn` orimaion- Veo6aWater

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

rnorrth5, rnonUr12 lnonth13 month 14 neonth15

monih2S nlunt1r26_

finplementai eun
- of up to fourrrriYiallves
4 yx
3i^""

vat

ntA, 9

tpr

lfif``?

1inti
1

Verification[, planining, - --`-

ter

implementation cycle can-

Unues in years four and five

month l

month :2

LEI I: I
onial planning,:tearn setup,
c.,tabl slf eun ur , ulcation man-

esa dleP<rr, int, tnrr: iats-

xpt'

yr

cycles

I' rr

6_

ironcove'mant
r

h` k.

Co idueta high level evaluation

aooss the entire utilim erfind


any improvement potential.

4, Plan Initiatives

Conducts
duds detalred exarn nation

Create an anon plan for imple-

of the, r'nost piornisnrg l riplove-

rinentation of improvement

nrrr Ideas and verify cc sts and

err ` "'

ni. As, es,

ino@tivrs for your approvaL

a Program Management Team:. The Program Managemerit Team will include your selected DWM Program

the utility. The best of those ideas will be selected for


detailed assessmentand implementation. The number of
ideas to be initiated will be limited so as riot to overload the

Director for day-to day governance and leadership in


the ideintilicatipn and validation of opportunities.

staff and distract from day- to- day operations. The ideas
selected are typically impactful, easy to implementor very

Program Management Office (PMO): The PMO will

popular with staff In- sourcing of work that is contracted


should certainly be one of those. The staff clearly believes
they can perform more work, and we have had great success in implementing in- sourcing programs In many of out
advisory services projects. That type of in- sourcing effort
is underway now in Pittsburgh with the CCTV inspection

be resotimed by Veolia Water and our local partner,

C E: R -M, providing daily leadership, driving and coordinating the entire program on a day -to -day basis;
managing interfaces; supporting communication and

representing the program and supporting individual


teams as required. Additionally, the PMO will report
progress, providing transparency on schedule and

of sewer tines. Our schedule for DeKalb is cyclical in that


as each set of initiatives is completed, new ones will take

budget to the DWM and project team. The Program


Management office will develop the business case
templates for each efficiency idea, track their value and

their place. Our study will likely generate 20- 30 potential


ideas. The best of these will be refined and implemented in
sequence, asyour capacity permits.

confidence status" (from being an initial idea through


to sign -off by the DWM) and provide updates for the

Resources

Steering Committee.

Based on ourexperience in supporting utilities implementing large -scale assessment and transformation programs,
we propose an organizational structure that will effectively

o Subject Matter Experts: We will leverage the Veolia


Water teams full complement to expertise (to include
targeted use of our LSBE resources) to support the

integrate all stakeholders:

program with experts for specific initiatives.

a Steering Committee: We propose that the Steering.


Committee includes senior leadership from DWM and
the County together with senior leadersfrom our tearn

Veolia Water fo

tornpany Confidental

for Menagenrem Advsory5 ervir

F,

14

OCt7)

Our resources as a team are further elaborated on in


section " Project Experience," as requested byrtheRFP:

frKa' bfotny. Gecrgta

liadesecrc',.and [ rol+net2ylnfum w. n VeaiaW,. er

Veolia

er

preach, Veolia Water cornpames began to build the Public -

Private Partnership {P3) model, which today has grown to


encompass everything from Management Advisory Services ( which will be the focus of this contract with you) to
full -scale operations and management,
The model that will form the core of the services approach

for DeKalb County is Peer Performance Solutions ( PPS),


a management partnership approach that our firm pioneered with some of the largest cities in the U.S., including
our ongoing project with New York Cityfor their water and
wastewater operations, as highlighted under item ` B" in

this section. This approach to PPS is different than what we

provide flow :at Fulton County for wastewater treatment


and Atlanta Fulton County for watertreatment. Those contracts are Operations, Maintenance and Management. We

developed PPS to assist utilities that seek to gain from our

extensive experience while continuing to operate their facilities themselves.

Veolia Water North America Operating Services, LLC ( VeoIla Water), is the Proposer (Contractor) and will be the key

partner to QeKalb County for the delivery of services under


this agreement, 0 o fir no has worked with municipal agen-

Veolia Water provides leadership in the management acid


delivery of services under a variety of project approaches; advancing innovative and cutting edge concepts to

develop solutions for clients.

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,

such as Fulton County ( wastewater operations) and the


Atlanta- Fulton County Water Resources Commission ( water operations) locally,:and more than 160: municipal clients
nationally, Veolia Water has accumulated deep experience
in the management of water and wastewater utilities ( in-

cluding collection systems, distribution systems, treatment


Systems, pumping stations, as well as billing and customer
service operations).

The cure of out drib's business over the years has focused

on working with municipal agencies like yours to identify


the best solution for their specific needs. Out of this ap

Veolna Water [ ead Operator Kevin Mdlervea ksthe grounds of his

nationally recognized heutment facility in Fulton Covent, Georgia.

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

EXPERIENCE AND QUALIFICATIONS.

Long -terra Partnerships

Veolia Water has extensive experience in working with


communities over the longterm, and our 46 -year wastewa-

ca # 1 ranter /wastewater services company in the

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

89, 000+ employees

experience. Over thefour decades that this partnership has

Population served: 101 million (water) 71 million

been in place, we have seen many changes in political leadership, with mayors alternating between Democrats and

wastewater)

Republicans; major capital improvementworkon the plant,


o

Operate 8, 500treatmentfacilities

and the implementation of new rules, regulations and per-

5, 089 wafer treatment plants

puts. This has also included periodic review of the contract

3, 514 wastewater treatment plants

and rebidding to assure the publicthat our price and service


continue to deliver true value for our clients.

o $ 15- 5 billion in revenues in 2012.

a -$ 2 billion in design /build services

Service; Value and Responsibility (SVR Approach)

Providing our clients with Service, Value and Responsibility


is the way Veolia Water can continue to offer value- adding

1 billion in technologies

Manage :2S0 ;006 +miles of water /sewer lines


o

services to its customers everyday. One aspect of SVR in

Manage 20 million water meters: $11 billion in

action is our company' s research and development ( R & D)

client revenue

program, which is global in scope and focused on bringing


new ideas arid approaches to benefit Our clients.
We also have developed a number of analytical tools to

as # 1 water/ wastewater s-ervices company in U. S.


0

3S% + market share ( non- regulatedtiusiness)

evaluate the interrelationships of water quantity, quality


and sustainability factors to assist in making public policy

90 %renewal rate

decisions about the community' s water resources A good

example is the Water Footprint created jointly with the City

d $ 605 million in revenues in 2012

of Milwaukee. Wisconsin to evaluate the water impact of

Operate " 380 treatmentfacilities

different public decisions such as how to assess the total


water impact from future growth alternatives. This type of

o Treat" 2. 7 billion gallons offlow /day (water and

tool could could be applied to assess different supply see -

wastewater)

nai ros in response to future drought conditions. In another

a Process 293 ,006 +dry tans of biosolids /year

example of bringing R & D- developed tools to clients; there

o Manage 5; 300+ miles of sewer lines

has been new work in the use of radar to predict and re=

actto weather patterns, allowing better response planning

ea Manage 2, 960+ miles of water distribution lines

and even real- time control of flows.

a Manage . -1, 250 water :& wastewater pump


stations

Water resource advocacy area technical leadership


Veolia Water shares knowledge, resources and best practic-

es through leadership activities, one example ofthis is our

Veolia Water' s traditional business model is the delivery of

leadership, as the main underwriter, is wvdw. rowin blue.

operations and maintenance ( 0 &M) solutions for water,


wastewater and other environmental facilities. We are ex-

eom, a data -driven resource to help organizations understand best practices to address theworrld's water challeng-

perienced in the operation of water treatment and supply

systems covering facilities (treatment; distribution and


collection systems), customer service (meter management,

t.rC oli

billing and collections) residuals management ( with ben-

Service; Value, Responsibility: We

eficial reuse through composting and other solutions), as


well as stormwater management and related types of op-

complex water challenges, turning

ploy de unor e solutions to our clients'


them

erational needs. Our firm's broad base of O& M experience

i-o sustainable opportunities;

tt,_ "Ha `1t'ila el`5 Vision

provides us with the confidence needed to be flexible: in

Lays Grow Flue: Ci&eatingeficvntwa-

how we manage client relationships over time to adapt to

tei and natural resource management

changing circumstances while remaining focused on meet-

to benefit people, the env'oanni ent

ing the client' s objectives in cost-effective ways.

Veolia Water . Proposal` or Management4d%,


icnry5ewi - ( dl ^ ii-5002r)

Vitres( 4: r..s A, lissf'on


/

and the economy.

nea'aIh Cour vGeorEx

Company Confidential- Vade Gecretand Proprietary Informal nn Veolia Water

EXPERIENCE AND: QUALIFFC.ATIONS

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

Comprehensive job management system

Copenhagen

Milwaukee

GIS -based job management

Automation ofoperations and flow

Stormwater
and CSO

Budapest ,Prague

Energy -independent

optimization

systems

wastewater

Co-fermentation in WWTP - energy

management

CO, and water impact

treatment plants

optimization

TU

evaluation

Trenchless sewer rehabilitation techniques

Indianapolis

Large -meter program

Veolia Water across U. S..


Balanced scorecards

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

GIS-GIS- integrated integrated controlcontrol centercenter


(
(

TrainingcentersTrainingcenters

Condition Condition
- basedbased
maintenancemaintenance
- -- "^` -- _ - -- "^` -- _

VeoliaVeolia WaterWater acrossacross

ChemicalChemical reductionsreductions
LyonLyon

VacuumVacuum excavationexcavation
:
:

AustraliaAustralia

Singapore Singapore

WaterWater reuse.reuse.
( (

ControlControl systemssystems

DouaiDouai

ii

GreenGreen infrastructureinfrastructure andand

innovation innovation throughthrough newnew technologytechnology

eco-eco- districtdistrict

MarketingMarketing andand publicpublic engagementengagement

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

ations;ations; validationvalidation ofof design/design/ build,build, DBODBO andand OO&& MM projects;projects;

withwith bestbest practices,practices, andand


inin X712X712 thethe
. . companycompany fundedfunded

expertiseexpertise forfor complexcomplex andand demandingdemanding projects;projects; treatment treatment

nearlynearly
$ $ 120120 millionmillion inin RR&& DD workwork thatthat isis focusedfocused onon contiou-contiou-

plantplant sizingsizing andand processprocess validation;validation; andand assistanceassistance withwith

R&R& DD applicationsapplications thatthat benefitbenefit waterwater andand wastewaterwastewater oper-oper-

allyally identifying identifying andand implementingimplementing improvementsimprovements inin ourour

projectproject execution,execution, facilitiesfacilities commissioningcommissioning andand operations.operations.

ownown operationsoperations aroundaround thethe globe.globe.

WithWith moremore thanthan 200200

VeoliaVeolia Water'Water' sTDGsTDG inin NorthNorth AmericaAmerica andand globallyglobally includes includes

academicacademic andand industrialindustrial organizationorganization partnerships,partnerships, threethree


researchresearch chairs,chairs, participationparticipation inin severalseveral competitivecompetitive clus-clus-

somesome ofof thethe leadingleading expertsexperts inin thethe waterwater andand wastewater wastewater

ters,ters, involvementinvolvement inin numerous numerous internationalinternational projects,projects, Veo-Veo-

lialia Water'Water' ss researchersresearchers interactinteract effectivelyeffectively andand efficientlyefficiently


withwith thethe globalglobal scientificscientific community.community. ThisThis groupgroup focusesfocuses

onon thethe mostmost significantsignificant environmental environmental challengeschallenges facingfacing


today'today' ss world,world, includingincluding rapidrapid urbanizationurbanization andand explodingexploding
populationpopulation growth,growth, scarcityscarcity ofof natural:natural: resources,resources, accessaccess toto
waterwater andand climateclimate change.change.

industryindustry andand isis aa criticalcritical bene'bene'fittofitto partneringpartnering withwith ourour firm,firm,


AA tracktrack recordrecord ofof successsuccess

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

overwhelmingoverwhelming benefitsbenefits ofof selectingselecting VeoliaVeolia WaterWater forfor thisthis


initiativeinitiative isis ourour provenproven recordrecord ofof successsuccess andand experienceexperience inin

workingworking hand-hand- in-in- handhand withwith largelarge water,water, wastewaterwastewater andand


VeoliaVeolia Water'Water' ss OO&& MM andand otherother typestypes ofof P3P3 projectsprojects areare alsoalso

stormwaterstormwater managementmanagement utilitiesutilities wherewhere wewe havehave identi-identi-

supportedsupported byby inin- - househouse specialtyspecialty technicaltechnical groups,groups, includingincluding

fiedfied andand delivereddelivered


(
( oror areare currentlycurrently implementing)implementing) bestbest

thethe TechnicalTechnical DirectionDirection GroupGroup


( ( TD").TD"). ThisThis groupgroup isis responsiresponsi
- -

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-

NorthNorth America,America, VeoliaVeolia WaterWater developeddeveloped advancedadvanced solu-solu-

tionstions basedbased onon ourour company'company' ss globalglobal projectproject experience.experience.

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

EXPERIENCE AND QUALIFICATIONS

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

FOR THE NEW YORK CITY

dera long-term and sustainable approach. Two ofour ongoing contracts veshich can be considered peers to DeKalb

DEPARTMENT Of

TAL PROTECTION (NYC DEP)

County, demonstrate how oUrfirrn is directly providing operations and management guidance to large utility opera-

tions:.our PPS partnership with New York City, the largest


of its type in the U:S and our ongoing O& M partnership in
Milwaukee Wisconsin, the largest project of its type.

in annual savings have already been


implemented

ultimate annual savings (targeted) as a

percentage of zoli budget

Ni York City - Advisory Services


The New York City Department of Environmental Pretecboil ( NYC DEP) contracted with Veolia Water in 2011 to
ophmize its operations Our team completed the review

in new meter revenue through accuracy


maintenance program (targeted)

and recommendations phase of this proje t(Phase 1) with-

in six months, helping one of the world' s largest water

tenance. The project also supported public outreach, leg-

utilities identify meaningful operational improvement


opportunities.

islative initiatives and other processes required to enable


Implementation of the recommendations. The final report
associated with this assessment identified implementable

The City' s water and wastewater operations serve more

measures for the City's consideration.

than 9 million people daily, delivering over 1 hillion gallons


of clean water and treating more than 13 billion gallons
of wastewater per day, The City operates 13 wastewater

4@4

Throughout the first phrase of this innovative partnership;


the City' s employees worked alongside our project team,

treatment plants, a new 290 -MGD water treatment plant.


6,000 miles of sewers and 7,400 of miles of distribution

under a joint management and governance structure; to

lines.

ture "quick wins," ourjoint team identified and implement-

The primary scope of the program involved reviewing all


aspects of this utility's practices to assess potential tittilitywide improvements in areas including chemical use and

yielding several million dollars in annually recurring savings:

identify operational and organizational efficiencies. Tocap-

ed cost -saving initiatives within the first three months,

pricing; labor productivity; inventory management; sludge

The analytical work identified utility approved opportunities that are expected to save the City $ 108 million -$130

process optimization; and overall

million peryear. Between $65 million-$ 87 million ayear Can

operations and main-

vnt,

Veolia Water, Prop osa I for Management Ad vi soryservre ( Rr R50027o DeKalbt ryGtorpa
Company Confidential Trade Seretand Nooiietzry lnirnnator
Ve. i Water

EXPER ENCE AND QUALIFBCATION5

be saved in operating expenses through actions such as

fwiE va kee Metropolitan Sevwerage District (MArISEs,

streamlining asset maintenance processes, changing con-

Milwaukee, Wisconsin - Contract Operations

tract specifications and improving the wastewater treatmentprocess. Further, wejointly identified $43 million per

erage District that began in 2008, Veolia Water provides

year of additional revenues that can be captured via a new

wastewater services to a population of more than 1. 1 mil-

approach to the management of large meters. Together,


these benefits represented 9 %- 10. 8 f of the agency' s $ 1. 2
billion fiscal year 2012 budget,

first five years of this 10 -year contract, some of Veolia Wa-

Under a contract with the Milwaukee Metropolitan sew-

lion residing in 28 Milwaukee -area communities_ From the


ter's most notable accomplishments include:

In June 2012, we received notice to proceed with -the" im-

Creating the Water Impact Index, which established

plementation phase which involves implementing the

the impact of human activity on water resources and


provides methodologyfor determining the positive
and negative implications of how water resources

approved recommendations of the assessment phase over

the nextfouryears. To lmplementthis project, Veolia Water

mobilized a world -class teamto workwith the City' s staff in

are managed. This work began in in 2010 when the

their offices and at their wafter and wastewater operations

MMSD, the City of Milwaukee and Veolia Water


worked together on the Water Carbon Footprint Study,
measuring the environmental impacts of different
strategies for managing water arid carbon and their

locations Our eorrmensa_ionforthe implementation phase

is centered on an innovative payfor-performance agree -

ment where we only achieve a prohtif the implemented


initiatives deliver documented savings to the utility and

attendant costs. Milwaukee's progressive actions

its customers, demonstrating out commitment to the

and position toward water issues of the future made

client' s success.

it a natural fit for the pioneering study, as it is the


only United Nations Global Compact City focused on

1 he Phase 2- work has included reviewing large water meter

freshwater management, which requires the City to


carryout a variety of water-quality projects that can
be emulated by other cities.

performance to identify potential revenue Improvements:


This initiative is focused on review of the 2 -inch and larger
meter population to determine the level of potential revseries of rigorous analyses
of DEP consumption records on 48,000 2 -inch and larger

Engineering a' green" innovation to harvest and reuse

meter active accounts, it was determined that by targeting


the replacement of approximately 15,000 meters, the DEP
could increase revenues by$43 million peryear. A properly

ment plant residuals. The Jones Island facility

enue 'improvements. Through

landfill gas to produce fertilizer product from treat a Class A heat -dried biosolids product car ryingthe

Milorganitea' brand 'name, and the South Shore Facility

sized and selected meter will improve revenue and reduce

produces a Class

Current and future capital and operatingcosts:

cake. The rake produced at the South Shore facility is

biosolids product in the form of

normally applied on agricultural land in spring and fall

by Veolia Water and that cake must meetUa. EPA 503


sludge regulations for Class IS biosolids. Veolia Water

annually applies several thousand tons ofbiresolids


frorn the south Shore plant, and under the existing
biosolids program, more than 3,000 acres are permit-

ted for land application of biosolids generated by the


facilities:

o Reducing wastewater disinfection costs 60 % byde-

signing and constructing, or overseeing the construe


tionof, a permanent ammonium sulfate system to

improve disinfection efficiency.


Through implementation of the most modern methods of

underground asset management, such as CMOM ( capac-

ity management, operations and maintenance) and infoNet"

computerized maintenance management system

software, we are improving the integrity, dependability

and functionality of the system. In addition to delivering


a paper less workflow and data management system, the
savings, performance guarantees and advanced asset managernent,

Implementation of Inforket has improved the quality and


accuracy of the MMSD's GIS data.

Veolia Water- Proposal for Management Advisory Strvices( RrP 135002'n) Derails County Georgia
Compan}

onfidennal Trade Tatar and Props nary lnfsma. ion- VeriaWater

EXPERIENCE AND QUALIFICATPONS

Veolia Wafer is implementing state- of the art programs


that verify the operationa I readiness of critica I system colonportents; improve remote monitoring to provide m ore complete feedback on real- time system performance; and max-

imize treatment efficiency. We also will achieve constant


emergency/ overflow response readiness; provide various
means for ratepayers and other stakeholders to provide

feedback on system performance ( emergency phone hotline, email contact, etc.); and use opportunities to educate

all that are interested about the proper operation of the


District's conveyance and collection system. Additional hitprovements are ongoing.

Our environmental stewardship and community partner-

ship at Milwaukee begins with our corporate commitment


as guardians of the environment and a $ 1. 5 million research

program with local universities, such as University of Milwaukee- Madison School of Freshwater Sciences and Mar-

quette University. Walla Water' s Water Box, an educational


tool that illustrates the water cycle, was introduced into

area elementary schools toermance students' environmental awareness, and we host environmental summits and
participate in public education,

Finally, under this contract, Veolia Water has provided

database, making these suppliers instantly accessible to

for meaningful programs to strengthen the local small-

purchasers on the project, Veolia Water also established

business community. At the start of this contract, Veolia


Water established a strong small, WBE and MBE business
enterprise (SWMBE) program. This has included holding an

tee that meets on a quarterly basis, During the first year as

an active minority supplier development advisory commitpartner to MMSD, Veolia Water surpassed contract goals of

with the online SVVMBE vendor registration, resulted in 150

20% minority spend by 16%, for a total spend of $4. 09 rnitlion, and we continue working to increase minority spend-

new SWMBE suppliers being added to the active supplier

ingyear afteryear.

annual Supplier Symposium in Milwaukee, which, coupled

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

Veolia Water and particularly those of us who will work

new service delivery models customized to each client' s

with you on this project are peers

particular circumstances.

We have been in your

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.

Additionally, our firm' s worldwide water and wastewater


operations and management experience incorporates the

full garnet of utility operations including water and wastewater treatment' plants; water distribution ( pumping and

distribution) and storage, collection ( sewers and pump

This experence means we know first-lb and how tough it is


to do your regular job, let alone try to find and Implement

stations) and treatment ot wastewater, biosolids manage-

new ideas that might make your job easier or improve

ment (including generation of biogasfor power and steam);

your operation. We've beenthere and donethat. Because

as well as customer service (including metering; billing and

we' ve done what you do, we devised an approach matmin

collection).

imizesthe disruption to you and makes certain we get your


thoughts ideas and dislikes addressed.

lathe paragraphs that follow, we provide descriptions of

directly relevant projects that clearly demonstrate Veolia

California, continues as a strong relationship today, four de-

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-

cades later. Veolia Water companies in North America have

agement Advisory Services contract. These build on the

contracts with numerous inunicipal /governmental clients,

experience highlighted tinder item "Q ", and each of these

The company traces its U. S. history bark 40 years to the


first publicprivate partnership for municipal wastewater
facilities, This 1972 contract, servingtheCltyofBurlingame,

delivering safe and reliable water and wastewater services

projects is further profiled in tire " Project Experience" sec'

to more than 18 million people in well over 500 cornmuri

tion, which includes the specific reference for each of the

ties. Many of our partnerships have been in place for 10

projects discussed.

to20years (or longer) and have been consistently renewed

by clients who value our services Since starting our partnership with Burlingame, we have introduced or adapted

Pittsburgh Water & Sewer Authority, Pittsburgh,

othernotable innovations to our industry, several examples


ofwhich are discussed below. Merriman anything else, this
history demonstrates Veolia Waters capacity to adapt to

The Pittsburgh Water and Sewer Authority ( PWSA) hired

the changing needs of the Municipal market and to develop

Pennsylvania Advisory Services

Veolia Water to provide Interim executive management

services, leading 270 public employees in the delivery of


efficient water and wastewater services to more than
300,000 people in the greater Pittsburgh area, as well as to

conduct

PPS studyof operations forfuture improvement.

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-

stilts to customers and demonstrates art ability to quickly


and easily collaborate with existing employees.

When Pittsburgh issued its RFP, its utility was in asimilar


position to that of DeKalb' s: Leadership had turned over,
customer service

needed

immediate attention, capital

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

city (Le., main breaks, stormwater flooding) t:overed by the


media. Under this contract, Veolia Water' s management
Veolia Water' s first U.S. contract operation

The first municipaI O&ed contract tiithe country iorthe City of Harlin
g- ,rne,.Caloomia; contf nijes strong today mve- 40years later')_

team has been integrated into PWSA's organization to work

hand -m- hand with this agency' s staff at their offices and
operations sites

Our firm was engaged in the dual roleof

Veolia Water P- urosaI for Man agementAdvroryrrervl[ es grPIe 400275)

Ci Ib County Georgia

Company ronfidenfa!- Tifide Secret and Proprietary Info, mafion- Veolia Water

EXPERIENCE AND QUALIFICATIONS

a combined sewer system. Veolia Water completed the

I$

study phase ofthis PPS project and has begun to help PWSA

PENNSYLVANIA- INTERIM
MANAGEMENT

improve the utility' s customer service and performance

k PPS FOR THE

levels by conducting in -depth diagnostics of current opera-

PrrTSBURGH WATER AND SEWER

tions, including large -meter applications and efficiencies


and evaluation of an end cf Irfefixed -point AMP system

AUTHORITY (PWSA)

E`
rr

with 80,000+ endpoints. Veolia Water developed specific

annual savings (targeted)

recommendations for improvement and supports PWSA

employees in implementing initiatives aimed at reaching

improvement in customer service call re-

new performance metrics. t fie .Phase I report was released


on April 4, 2013, and ide`rtifies measures that will lead to $2

sponse time

million of annual recurring savings.

Veolia Water has done an excellentjob working with


PWSAstaff to provide them the training that they need

We also identified iii -sourcing opportunities to bring back


inside the utility sewer cleaning work that had been out -

and I think we have all learned a great deal from this

partnership. Over the past year we have made: many

sourced, and we worked with the union to re- classify job

strides. The Board challenged Veolia to find new sources

of revenue and pass the 3013 budget with no layoffs and

categories to enable employees to expand their responsk

no rate increase. They not only met our challenges, but far

bilities within the same category and to gain promotions

exceeded our expectations, Our employees and customers

and increased pay through training and licensing. As a re-

benefit from these improvements."

sult, tare new CEA was approved by the members. We be-

Dan Deasy;:Chairman,: PWSA (July 10, 2013, PressRelease)

lieve there is potential for similar employee development


and trainingof the DWM workforce through redesign ofjob
classifications.

In June, the PWSA renewed Veolia Water's contract for an

additional 18 months, giving us the go- ahead -to help them


implemeritthe agreed -upon improvements.

Winnipeg, Manitoba, Canada Advisory Services


A source of tremendous pride in the company is our Win nipeg Alliance project. Launched two yearsago in 2011, this
partnership with Winnipeg is unique in the North Ameri-

can market, tire joint management approach having first


been proven by Veolia Water in an Alliance partnership
with Scottish Water, where our performance compensa-

tion is at risk dependent on our integrated team' s ability

Following a competitive procurement, PWSA partnered wRlb


VeoliaWater (2012) to, among other things, helpthem improve

to deliver real savings; versus business as usual.

the utility' s overall efficiencies. Over the course of the firstyear


ofthle partnership, which has been renewed for a new term,

Under this "first of its kind, jointly managed Public-Private

Veolia Water dentified measures that will lead to A2:mili on

Partnership in North America," Veolia Water and the City

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

agency' s staff at their offices and operations sites.

and biosolids facilities: the 79 8 -MGD North End Water Pollution Control Centre; 15. 8 -MGD South End Water Pollution

interim management and _PPS Study with implementation.


Within the first six months, tail waiting for customer calls
was reduced by half, and we identified $450,000 in savings
from optimizing the backwash cycle in the primary water

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-

agement advisory team, with the City continuing to oper-

ment plant, a 25 -MGD membrane treatment plant, a wa-

ter distribution system, wastewater conveyance lines to

ate the facilities with their own employees. Winnipeg also


retains Bill and final decision -making authority on capital

the regional treatment authority; storrnwater facilities and

investment and sets all service and quality standards with

Veolia Water Proposal eor, NanaE2inem Ad vi sorysewie( RFP I6 50025)

ne,KaIb county, Georgla

Companycoifid ^ Hal - - Trade Seretand Proprietary rfiwnration Verle vvoi,

EXPERIENCE AND QUALIFICATIONS

The agreement represents a new model for cities around

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

work as an integrated team to develop plans and execute

the required work Winnipeg retains full and final decision making authority and sets all service and quality standards

with advice and support from a highly specialized team of


global experts.

Buffalo, New York Management of City Staff


In 2010, Veolia Water began a 10 -year partnership with the
City of Buffalo for the O & M of their water supply system,

with performance contracting incentives for providing


world class support programs streamlining processes, inadvice and support from our team of global wastewater ex-

parts, The Veolia Water team provides expertise andadvice

on best practices for capital upgrades, new and emerging


technologies, operations and industry best practices. Winnipeg additionally benefits frornVeolia Water' s global purchasing power. Veolia Water has also built an international

management and resource team for this partnership. The


team includes rnanagement staff from our North American

operations, along with key managers and technical experts


from our global operations, including Scottish Water; which
was model for Winnipeg' s partnership.

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

million. It includes managing, operating and maintaining


the City's water treatment facilities and distribution
as well as all Customer service components. Underthe

Delegated Management approach, all water assets remain

the property of the City, and stair while managed by Veolia


Water. remain City employees. This enables them to retain
their City benefits and pensions.

With approximately $ 700 million in mandatory sewage


treatment upgrades and ongoing annual investments over

the term of The 30 -year agreement, the City of Winnipeg


and Veolia Water agreement includes life -cycle costing to
ensure the best possible cost of service for citizens, along

NEWYORK:

with financial penalties and incentives to Veolia Water,

STREAMLINED OPERATIONS

ENHANCED PERFORMANCE

based onthe project' s estimated construction and costs; as


well as environmental performance, energy efficiency, arid

workplace health and safety.


Winnipeg is an Alliance contract, under which over 40 %
n of

t =f`=
" weeklyreduction in overtime and
increased accountability of field service crews

Veolia Water's total revenue is tied to performance. Under

this structure, our "at risk" fees are linked to generating

i; .achieved for attaining a variety of perfor-

savings realized through the reduction of engineering, construction and operations costs:. The City' s staff is responsi-

mance targets, including staffing productivity


levels in the top to percent based on AWWA:bench -

ble for the day -to -day operations, with Veolia Water's team

marking

providing technical support.


Through this innovative business model, Veolia Water

is paid a base fee for services provided and receives at -risk

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.

tA: reduced call waiting and

dropped calls to industry targets

j r h ri. c ;

billing servers supporting automation

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

EXPERIENCE AND QUALIFICATIONS

1M

Atlanta- Ficiton County, Georgia Contract


Operations

Under an operations partnership that began in 1991, Veolia


Water has worked with the regional agency that supplies
water to consumers in the City of Atlanta and Fulton Coun-

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

using a variety of process improvement and capital imisrovernent approaches.

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

emergency response to ensure continued delivery of the


Thumbs up in Buffalo! Out proven wrirkstreams and processes for en
hancrig customer service two made of ainatic impacts at our Rurnalo
Water project

vital water Supply in the event of a service outage.

The project also includes O& M responsibility for


a 200- MGD raw water pumping station, dual 54inch

Under this contract, Veolia Water is Implementing


Fro0

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_

facility, 785 miles of transmission mains aI meter reading,


billing/ collection and Customer service for 77,000 accounts
and a population of 280,000.
As part of our customer. service Improvements, Wells Wa-

ter also restructured water meter reading routes to gain a


20% increase in reading productivity; eliminated prevailing
field estimates' practice, so that manually estimated bills
were completely eliminated. As part of this meter enhancement program, Veolia Water and the City initiated joint pi-

raw water

mains, more than

800

million

got-

tons of reservoir capacity, and the treatment plant.


The plant draws raw water through the raw water flump-

ing station, located on the Chattahoochee River, and the


raw water main that connects it to the surface water treatment plant. Major process equipment includes raw water

traveling screens, grit removers, pumps, chemical addition/


feed systems, meters, rapid mix and flocculation cham-

bers, declining-rate filters, clearwell storage, and finishedwater pumps.

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

lot studies and an active review of AMR arid AMI hardware


and tools.

In Buffalo, Veolia Water also installed a CPS vehicle tracking


system to streamline rist and scheduling and optimize

employee efficiency, help to improve service delivery and


provide the best use of existing staff. Vehicle tracking can
be used by managers to coach' employees to better performance and to use time effectively.

The agreement requires the attainment of some 20 key


performance indicators ( KIss), developed to track and determine Veolia Water' s performance and accountability,

and multiple service improvements are Being phased in


during the initial years of the contract.

19

opu
Veolia Water, Frsal
for Managerient Ad vroryServices fi`t` ]

sOOM)- [ OK a lb County, Ceorpa

Cruntranyornfidentia I - nadeSsmt and prorcrietary In fornaren - Veoha Wab r

a'

EXPERIENCE AND QUALIFICATIONS

business enterprises that supply maintenance staff and


project support

Veolia Water' s performance at this highly- lauded, state- of-

the-art facility has been recognized with some 50 awards


over the course of the partnership, including the 2012 Plati-

num Excellence Award for Safe Drinking Water Act Con

i-

ancefrom the Georgia Association of Water Professionals


the ninth such award that this project has received); the

2012 (and 2010) Director' s Award from the American Water

Works Association's Partnership For Safe Drinking Water;


the 2012 Award of Excellence for Exceptional Workplace

Safety from the Georgia Department of Labor (the seventh


time that the project has been recognized with this award);

the 2012 Qccu pahonal Excellence Achievement Award from

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.

Fulton County, Georgia Contract Operations


in 2010, Veolia Water began an operations services part-

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

featured in 201' issue cffPO dscussingthe hallenges of operating


the County's newest a id moos. complex 1, 16k svastflW ate.r plant.

JCEC, provide world -class technical resources to lead the

new projectteam, develop a comprehensive subcontractor


participation program and design and implement cornmunity outreachfenvironmenta( education.

The 24 -MGD Big Creek Water Reclamation Facility ( WRF)


set ves the largest service area in North Fulton County; and
20 million in upgrades and major renovations are planned

forthisfacility. The new S134 million 15= MGDJCECreplaces


an older plant that Veolia Water operated for a short time

until it was decommissioned and converted to a pump


station. The new JCEC is an activated sludge facility, but it
incorporates state- of the art membrane bloreactor tech-

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-

ha Water' s proven process control programs are in plate to

ensure the facility operates at optimum levels and remains


a welcome neighbor in the community. The tittle RivetWRF
is a 1 - MGD facility designed around two oxidation ditches
that provide biological nutrient removal, acid the facility is
slated for upgrade to 3 MGD.

of the three treatment plants and the large network of

pump stations. The company's approach to asset management improves system reliability and extends life expectancy,

A key element of our overall scope involves contribut-

ing to community outreach programs In the County, with


an

emphasis on

their environmental

educational

pro-

grams at the 10,000 -sf training and educational space

designed within the new JCEC. Our partnering mission


with the County for this space is to provide water and
wastewater promotion through education in a fun and

exciting environment with emphasis on educating chil-

dren regarding the bioscienceflife science industry and


its relationships to the upper Chattahoochee River ba-

sin, by teaching them about the water cycle. Also impor-

tant to Veolia Water's selection at Fulton County was a


strong commitment to an MBE /WBE program, including
mentor- protege approaches ( simPlar to those used at the

AFCWRC project). At the outset of the new wastewater


project, Veolia Water' s initial DBE program included 17 sub-

Veolia Water stabilized and improved the Fulton County

contractors and vendors, including one of our LSBE part nets for this project D. Clark Harris. The program is ad-

project by implementing computerized process controls for

ministered by a dedicated staff person to meet the ongoing

the treatment processes and a computerized maintenance

need for recruitment of qualified MBE "and WBE firms. it is

management system to monitor and manage maintenance

an active and widely recognized program.

Veolia. Water - PrcrrrsaIfur Managenient Advisory rhrvices lUPlt5p0275) DeKaih Counio C, eorg,
Cornpain Currdentiai Dade Ser ret and rmrretary In1corat ion VCs, is Water

EXPERIENCE :AND QUALIFICATIONS.

ndianapodis, Indiana - Perforrnarnce Contracting


In 2002, Scalia Water undertook what was at the time the

largest water operations partnership in the U,S, serving


1 million people in Central Indiana. The project involved

providing a dedicated O &M team that was based at the


utility's facilities and that worked under the leadership of
David Gadis; our proposed Principal for this new contract

with DeKalb County.

fire); meter replacement program; and billing and collection operations ( over 600,000 accounts). As part of our

work in it iproving the customer service operations for this

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

1$ 144 million in meter and installation costs) in Tess than


nine months.

In August 2011, Veolia Water completed the successful


transition of the water operations to the new owner, a

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,

and our annual operating posts were some $ 2 million less


than the previous management' s had been when we
started In 2002.

The Indianapolis water facilities include four surface water

treatment plants, ranging in she from 16 to 96 MGD; five


groundwater treatment plants, ranging in size frorn 2 t
24 MGD; 4,300 -inde distribution system; numerous stor-

age tanks 17 water pump stations along the distribution


system; and 12 high service pump stations at the water

treatment plants, The Indianapolis water supply sys'tem' ic


dynamic with several pressure zones. Fifteen districts arid
five sub -districts compose the water system, A district and

sub -district are part of the waterworks that is defined by


the pressures within the area and is typically isolated from

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 -

ponent,_including over 300,000 customer accounts;. meter


reading (over 310,000 meters residential, commercial and

Over the course of this contract, Veolia Water greatly in-

creased the qualityof operations by simultaneously achieving ISO 9001 and 14001 certifications, making Indianapolis

the only mayor U. S, city to achieve both certifications.


Working together, Veolia Water and the City established a
set of KPb that formed the basis for the award of a portion ofourfee. Under the incentive plan, a portion of Veolia

Water's fees were paid only ifwemet specified customer


service; water quality, operations and other performance

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

by Veolia Water Indianapolis. We implemented this work


through a combination of in -house crews and local, pre -

qualified engineering and contractor firms. Additionally,


under our contracting practices, we kept more than $ 250
million in the metropolitan area by purchasing goods and

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.

Retailed Information for Veolia Water' s Relevant Projects


Project Name/

r '

Draration

Location

City of New York,


New York Water
wfi-

Board and Depart-

ment of Environmental Protection

population served:
9 million)

Ms. Mathilde 0. McLean, Treasurer New

PPS - Operations Assistance and

York City Water Board, Department of

Operations Optimization
13 Wastewater Treatment Plants

Water Treatment Facilities

Client Representative /Reference

2011

Ongoing

71400MrIes Sewer Lines

Environmental Protection,
59- 17 Junction Boulevard, 8th Floor,

Flushing, NY77373
Telephone: 718 / 595- 4032

6,600 Miles Water Lines

Email: MMcLean @dep.nyc,gov

O & M and Capital Project Support

Above -ground Asset Management


Milwaukee,
Wisconsin
Milwaukee

Metropolitan

Sewerage District.
Population served:.
19 million)

Underground Asset Management

Milorganite Production (48, 000dtpy),.

Mr. P
. at Obenauf, Contract Compliance

Biosolids Land Application Program

Manager - Milwaukee Metropolitan


2008

3+000 dtpy ClassB)


360 -MGD Activated Sludge WWTP
250 -MGD Activated Sludge W WTP
320 -mile Collection System

Ongoing

Sewerage District, 260 West:Seeboth

Street, Milwaukee, Wl 53204

Telephone: 414/ 225 -2256


Email: pobenauf@mmsd. com

28. 5 -mile Stornewater System

500 -MG Deep -Tunnel System


19 Pump .Stations
PPS - Operations Assistance and
Operations Optimization

Pittsburgh,

117 -MGD Surface Water Plant

Pennsylvania

1, 200 miles Water Distribution Lines

Pittsburgh Water and

25 -MGD Membrane Treatment Plant

Sewer Authority

Finished Water Storage (455MG)

Population served:.
300,000)

Mr. Dan Deasy, .Chairman - Pittsburgh

Water & Sewer Authority, 1200 Penn


2012

Ongoing

Avenue, Penn Liberty Plaza 1,


Pittsburgh, PA 15222

1, 100 miles Wastewater Conveyance

Telephone: 412/ 928 -9514

Lines.to Reg. Treatment Authority

Email :ddeasy@pahouse, net

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

Client Representative /Reference

s:

Winnipeg, Manitoba,

FPS. - Alliance Partnership Model


302 -MLD (79.8 -MGD) North End Water

Canada Water and

Pollution Control Centre

Waste Department

60- MLD( 15. 8 -MGD) South End Water

Population served:

Pollution Control Centre

650, 000)

32 -MLD (8. 4 -MGD) West End Water


Pollution Control Centre

Mr. Chris
.
Carroll, Manager of

Wastewater Services, Water and Waste


Department 2011

Ongoing

Telephone: 204/ 986 -7435

Email: ccarroll @winnipeg.ca

0 &M Delegated Management Contract


Capital Program Management

City of Buffalo,
New York
Water Board

Population served:

280,000)

Meter Reading and Billing


Customer Service (74,000 accounts)

160- MGDWater7reatment Facility

City of Winnipeg.- fl99Pacific Avenue.,


Suite 109, Winnipeg, Manitoba,. Canada

2010

Ongoing

01..McFoy, Water Board Chairperson, .


City of Buffalo,
City Hall, 65 Niagara Street, Rm 1101
Buffalo, NY 94202

785 miles Water Transmission Mains

Telephone: 716 /851 -.4333

22,120 Valves

Email: omcfoy@sa. ci.buffalo. ny.us

7, 800 Fire Hydrants:

O & M and Capital Program Support

24 -MGD Activated Sludge Big Creek


Wastewater Treatment Plant.

Fulton County,

15 -MGD MBR JCEC and Wastewater

Georgia

Treatment Plant

Department of Water

1 - MGD Oxidation Ditch Little River


Wastewater Treatment Plant
0.2 -MGD Little River Effluent Land

Resources

Population served:

200,000)

Mr, O. P. Shukla, Operations


Administrator, Department of Water
2010

Ongoing

Resources - Fulton County7472 Cochran Road, College Park, GA


30349

Telephone: 404 /245 -9699

Application System

Email opshukla @fultoncountyga:gov

30 Pump Stations' and Grinder Station


Educational /Learning Center Operations
and Management
Atlanta -Fulton

County, Georgia

O & M and Capital Program Support

County Water Re-

90 -MGD Surface Water Filtration Plant


200 -MGD Raw Water Pump Station

sources Commission

Reservoir Maintenance (400 MG and 535

Atlanta - Fulton

Population served:

MG reservoirs)

1990-

Ongoing
multiple

contract.
renewals)

Ms, Kathy Crews, General Manager,:A /F

County Water Resources. Commission;


9750 Spruill Road,
Johns Creek, CA 30022
Telephone: 678/ 942 -2790

Email: kcrews @afcwrc.com

370, 000)

O & M and Capital Program Support


Design /Build Capital Improvements

Advanced Asset Management


Water Leakage Detection Program
Indianapolis, Indiana

Customer Service with Meter:Reading

2002-

Mr. Sam Odle, Past Chairman, Board of

310,000 connections) and Billing and

2011

Waterworks, City ofIndianapolis - 3939

Board of Water

Collection (600,000 accounts)

Works

4 Surface Water Treatment Plants (96 to

Population served:

1million)

16 MOD)

contract
completed

on transition

4 Groundwater Treatment Plants (24to

to new

2 MGD)

owner)

Water Distribution System (4, 300 miles)

29 Pump Stations

7 Water Supply Well Fields


25 Finished Water Storage Tanks

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

PriorityWay S Drive, # 400, Indianapolis,


IN 46220
Telephone: 317/ 706- 6349
Email: samuallodle @gmail.com

RFP No. 13- 500375

Reference Release Form


List below three (3) references, including company name, address, email address, telephone
numbers and contract period who can verify your experience- and ability to perform the type of
service outlined in the ITT.

Contract Period:

Company /Client Name:


Management Assistance Services -

2012 2
- 013 (original contract)

Pittsburgh Water & Sewer Authority, Pittsburgh, PA

2013 -2015 ( renewal)

Contact Person- Name and Title:

Telephone Number (include area code):

Mr. Dan Deasy, Chairman

412/ 928 -9514

Complete Primary Address.

City.

State:

436 south Main St., Ste, 100

Pittsburgh

PA __

Zip Code:
L1 5220

Fax Number (include area code):

Email Address:

12/ 565 -3170

ddeasy @pahouse.net _ - -_ -

Contract Period: --

Conrpany /Client Name:


Operational Efficiencies Program - New York City

2011 -2012 ( Phase 1 Study)

Water Board & Department of Environmental Protection

2012. 2017 ( Phase 2 Implementation)

Contact Person - Name and Title:

Telephone Number ( include area code):

Mrs. Mathilde 0. McLean, Treasurer

718/595 -4032

City:

Complete Primary Address:

I Flushing

59 =17 Junction Blvd., 8th Floor

State:

Zip Code:

New York

11373

Email Address:

Fax Number (include area code):

MMcLean@dep.nye.gov

718/ 595 -3595

Company /Client Name

Contract Period:

Wastewater Operations Contract - Fulton County, GA

2010 - ongoing

Contact Person - Name and Title:

Telephone Number (include area code):

O. P. Shukla;_Operations Administrator, Department of

404/ 612 -0225

Water Resources

Complete Primary Address:

City:

51at

Zip Code:

7472 Cochran Road

College Park

GA

30349

Email Address:

Fax Number ( include area code):

op. shukla @fultoncountyga. gov

404/224 -5217

REFERENCE CHECK RELEASE STATEMENT

DeKalb County is authorized to contact the references provided above for the purpose of this ITBSigned:

Title:

Executive Vice President

Date:

August 12; 2013

Authorized Signature of Bidder)

Company Name:

Veolia Water North America Operating


Services, LLC
26

Company Confidential Trade Secret and Proprietary Information Veolia


.
Water

PROJECT EXPERIENCE

The key element of our approach to the management advi-

sory services project with DeKalb County and your Depart ment of Watershed Management CWM)' is our proposed

team structure our approach combinesyour management


and operations staff with leaders and technical I experts.

from Veolia Water under a highly collaborative approach


that will focus on identifying and implementing solutions.

The lead partner ffern the Veolia Waterside will be David


Gadis, an Executive Vice President with Veolia Water in

North America and our proposed project Principal. In his


current role, he leads the company' s outreach to municipal
agencies. He has worked with DeKalb County over the past

two years to help you understand the benefits of the type


of program that is the subject of this procurernent. This

Our project organization char I illustrates our concept and

involved working with you to understand your needs and

is provided on page 64 irthe Organizational Structure see

goals, providing you with examples .ofhow we are work -

tion, as requested.

ing with similar utilities in meeting these similar needs and


then providing advice as you worked yourway through the

In this section, we focus on the Key Staff, managers and

process that led to this procurement.

technical experts that Veolia Water will commit to partner

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

We also outline the qualifications and experi-

tion and implementation ofour diversity and outreach pro-

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

grams. These programs, as shown in the team that we are

proposing to you, have focused on providing development


opportunities for In- house staff and enhancing outreach to

Staff identified, including our proposed management team

local, minority -owned and woman -owned businesses. in-

and the technical experts that will be engaged from Veolia

deed, the team that we propose provides for CSBE involve-

Water and the key subcontractors that will be engaged to


work aspart ofourteam. Summary resumes are included

ment levels. exceeding 20 %,

in theform of a table for our Subject matter experts from


both Veolra Water and our partners These resumes docu-

ment each person's length of time practicing in the provi-

Mr Gauls is also an experienced utility manager, having


served as the President of the Indianapolis Indiana, water
operations, an O & M partnership that ranked as the largest

sion of the types of services that will be required for their

water system O & M contract in the U.S. Under that con-

proposed role and also dernonstrate their familiarity with

tract, he united union and non -union staff and MBE /WBE

the types of facilities and services to be provided to the

partners toward a common goal of enhancing the levels of

DWM "underthisproposed new partnership.

service and quality to the Indianapolis community. This resulted in a distinct set of accomplishments, where Mr. Go-

d s leadership

David Gaidis - Steering Committee


The management structurethat Veolia Water proposes for

e Held water rates steady for five years, -asreq nested

this project includes the components of the team that will

by the mayor, by permanent elimination of costs that

be responsible for managing the day -to -day work of this


project and for coordinating that work with the County and
our Steering Committee. The role of the Steer ingCommittee will be critical to establishing effective management

included:

Reduced inventory- from $1. 3 million to $750,000.


4 Stayed within 100 %of the approved capital pro gram budget.

and communication for this program. This team (as our or-

ganization chart shows) will include two key CouutyiDW M


Managers who will be pared with Veolia Water s proposed

project principals, David Gadis and Bill Hairless. They will be


the executive leadership group for the program and wl0
have overall responsibility for ensuring the program' s sue
cess by regularly reviewing progress This team will also ensure that the project leadership (from the County and Veolia Water) is informed and closely involved in driving change
and defining priorities driving change and improvement

Reduced unaccounted for water from 25% to 14 %.


Reduced staff from 513 to 384 through attrition.
e

Improved Customer Service

Achieved a customer service satisfaction rating of


92%, based on an independent survey.

from the top.

Veolia Water oo on, al for Management Atln, oryVevrcc, r@rPh50027n- DeKalb County Georgia

Ccmyairy Cori rden` Ia! - Trade


T - Seuet a A Pronnetary information- Veolia Wzter

PROJECT EXPERIENCE:

t q,

improved call- answer rate frorn 20 -30 minute

men' t Assistance approaches for their water and wastewa-

wait time to 90% of all caIIs being answered in 30

ter utilities.

seconds,

4 Reduced cal Iabandonmentfrom8% to. 04 %,

As shown in his complete resurne provided on page 42, Mr.


Gadis has almost 30 years of overall business experience,

with more than 15years of management experience in the

4 Improved collection rate from 80% to 99TVL


Improved custorner emergency response time
from 80% in one hour to] 00% in one hour.
ar

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.

Improved technical processes and procedures:

Bill Hairless,_ Steering Committee


Implemented ISO 1900'& 14001 quality standards,

making Indianapolis the first major U. S, city to receive these certifications for its water operations.
Improved water pressure in the systern.

4 Delivered peak day MGD of 228 MGD; to a system


rated for 215 without upset.
Implemented a planned maintenance program.

as

Improved water quality:

The second member of the Veolia Water project princ-

pal /Steering Committee team will be our Area Manager


for projects in the State of Georgia, Bill Harless. He is an
experienced operations manager who has directed major
programs, Such as the island wide wastewater operations
for Puerto Rico and improved operation and performance

of staff gioups, and he served as the interim O & M manager


at the New Orleans, Louisiana, project (one of the largest
wastewater O & M contracts in the U. S.).

In 2010, Mr, Harless led the transition of the wastewater op-

erations in Fulton County, The core challenge of that effort


Reduced taste and odor complaints from 1, 500 per
year to less man 10

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-

4 Exceeded primary and secondary water quality


standard requirements.

u Improved revenue by implementing a meter assessment and change -out program -

Repaired or replaced damaged or non- operative hydrants within IS days versus 4S- 60 days.

erations approach and philosophy, as well as cost savings,


Mr. Harless managed this process, which included working

to bring the new Johns Creek Environmental Campus, a 15


MGD state- of-the -art membrane bioreactor plant and a
10,000- square foot public educational facility, into full-time
operation and developing and implementing an integrated
O& M approach. He also managed the integration ofa local
MBE /W BE team into the project,

e Kept 92% of the dollars spent 1$ 250 M) in the local


economy and maintained better than 35 %MBE / W BE
participation over the nine ,year life of the contract.

Overall, as documented on his completed resume provided

on page 44, Mr Harless has almost 40 years of water acid

wastewater operations experience. This includes serving


quality, performance and cost savings goals.

as the Deputy Director for a utility management contract


for the Metro Region (San Juan and immediate area) water

Delivered a cumulative $93.1 million in cost savings


when the contact was completed in 2011, with the

water and treating over 100 MGD of wastewater. The wa-

Established cultural and workforce changes to achieve

and wastewater systems, Puerto Rico Thesesystens serve

a population of 14 million, producing 200 MGD of potable

transition of services to the new water /wastewater

ter supply system includesthree major dams and reservoirs,

utilities owner in Indianapolis.

over 200 lift and pump stations, and some 400,000 con nections (residential and commercial). In that role, he had

Following this successful engagement in Indianapolis, Mr.


Gadis -has worked asthe leader for Veolia Water' s municipal
development efforts in the North American market, includ-

ng P3 and PPS programs. This included working as part


of the Veolia Water team that has partnered with clients

such as New York City and the Pittsburgh Water & Sewer

Authority in shaping and then implementing PPS / Manage-

direct responsibility for all aspects of systems operations


and managed a staff of approximately 2, 000 employees.
Jonathan H3oisal: Program Manager

The management and coordination of the work of this pro-

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

the County's designated Manager for this program. Their


core task will involve driving and coordinating the entire
program off a daily basis, managing interfaces, support-

part of our dedicated management team. She joined Veo-

ing communications and individual teams, as required.

burgh. Ms( Low is part ofVeolia Waters Operational Excel-

is Water in 2012, working first as part of the PMO team at


New York City and then assuming her current role in Pitts-

This team will report to and work in cooperation with the

lence Group, an in- house team of experts, managers and

Steering Committee and will be supported bythe Program


Management Officer to the day- to- day work of this project.
Together, this Management Team will be responsible for
working in collaboration with your staff to complete the

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

can be Implemented to improve efficiencies and entrance

County with the benefits of the management models and


best practices from some of the leading utility operations

your operations.

across the globe.

management study and develop recommendations that

Mc Hoisak, as docurnented on his resume provided on page

Prior to joining Veolia Water, Ms. Low was a Senior Con-

46, has proven experience at both operations and man -

agement levels. He recently managed a portfolio of Veolia

sultant with Red Oak Consulting She has more than seven
years of professional experience, with a strong background

Water's largest projects in the Northeast region, including


a merchant sludge jbiosalids) program. His responsibilities

in the areas of PMO, utility systems management and transactional consulting Herexperience includes value creation

included our Naugatuck, Connecticut arid Cranston, Rhode


Island, merchant projects,.which process solids from more
region. He had over than 30 communities in the Not

and operational efficiency identification studies for water

sight of five of Veolia Water' s eight largest projects in the


Northeast and managed an area wide staff of over 190 for

operations having total annual budgets of over $48 million.


Mr. Hoisak has more than 21years of overall operations and

management experience, all with Veolia Water, and he has

hands -on O & M experience from a number of wastewater


operations projects.

This includes treatment plants and

acid wastewateI treatment facilities on projects including


the Puerto Rico Aqueduct and Sewer Authority, the New
York City Department of Environmental Protection; as well
as projects for the Milwaukee Metropolitan Sewerage Disbict and the City of Indianapolis.

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-

gets were met.

siderable experience with rigorous budgeting and forecast -

Subject Matter Experts

ing techniques, organized labor and regulatory relations,


process control, operator certification training and leading

safety programs. Mr. Hoisak also served as Veolia Water

regional safety manager for the Southeast region, when he

Undertaking the study /evaluation tasks that will be a core

part of this new partnership will require a team of technical , business and management experts that can be mo-

was based out of Montgomery, Alabama.

tiilized for specific assignments in given study area. The


model that Veolia Water has successfully applied in simi-

Recently, Mr. Hoisak transitioned internally to support

lar programs involves a designated:team of experts drawn


from the North American and international resources of

Veolia Water's PPS project delivery teams in New York and


Pittsburgh, bringing his operational expertise to these artgoing management assistance and evaluation contracts.
Mansh3 tow Program Management Officer

our firm and those firorn our local partners ( in this case, the

I.SBE. subcontractors that will be part of our team for this


project) that will be .part of our team to provide the bench

strength needed to effectively implement short -term studies as well as long -term implementation efforts.

The dedicated Program Management Officer (PMO) will be

a key part oi the management and delivery team underthis


partnership with the County_ This person will work with
the Program Manage, Deputy Program Manager and the

As our organization chart shows, we have identified three

Steering committee, providing transparency on the prog-

They are:

ress of the program to the County and theprolectteam.


Manshi Low, Veolia Water' s PMO for our highly successful
project with the Pittsburgh Water & Sewer Authority, will
transition to this role on the project with the County to be

key Subject Matter Expei its ( SME5) that are typical of the
types of professionals that we will commit to this project.

o Gerry Ludwig, a Senior Manager and Technical Expert

that is currently completing his assignment under


the PPS contract with the Pittsburgh Water & Sewer

Authority, will be the SMF for Capital Programs for this

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

partnership with DeKab County. He brings to this role

assigned to work on customer service and billing-

directly relevantexperience as part ofthe team work

related tasks. She joined Wells Water in 2012 and is

ing in Pittsburgh to address the needs of this agency's

part of our corporate team that supports municipal

over $3 billion in above ground and underground in-

frastructure. He worked Proactively with this Agency' s

O& M projects having utility billing or customer service


elements. Ms. Weiser provided leadership for Veolia

management and operations staff to address Con-

Water' s customer service work under the Pittsburgh

sent Decree obligationsoutlining a path to restore

contract. Veolia Water swiftly Implemented enhance-

the: compliance timeline. Mr. Ludwig organized the

ments at the customer service call center, slashing the


call- abandonment rate almost immediately and great-

department and created a culture of responsibility and

accountability for the success or failure of projects. He

ly reducing long hold times. She has more than 27

worked with engineering consultants and contractors

years of overall work experience focused in the areas of

to get them back on schedule, He cleared a backlog


and led the planning for a $ 150 million Capital Improve-

information management, customer service, training


andmarketing. Prior to joining Veolia Water, she spent

ment Program over the nextthree years to meet the

10years with the City of Ann Arbor, Michigan, as the

Authority's rucist critical infrastructure needs. Overall,

Manager for Customer Service. This customer service

he has more than 30 years of industry experience

organization was responsible for meter reading for

developing, capturing, implementing and successfully


delivering major infrastructure and facilities programs

some 28, 000 connections. The group also established

for government. Further, Mi. Ludwig lives in Georgia


and has been involved in supporting our work with
local clients on existing and new projects,

and Measured performance management objectives;

identified perforniance/ service gaps; led business

process re- design initiatives and budget planning and


management. In that role, Ms. Weiser managed the In-

stallation and implementation of a fixed- network AMR


Paul Noran, RE., also a Senior Manager with Veolia

system beginning in 2004 and subsequently managed

Water, will be the SME in the area of Field Operations.

associated infrastructure enhancements, as well as

He will transition to this role from his current work in

data management. These of

Milwaukee, where lie is the Conveyance ( underground

assets) and Fleet Manager. In this role, he manages

a project group of 40 engineering, operations and

led to receiving the


Too Years of Excellence Award for Advanced Metering
Excellence" by Metering International/ Spintelligent in

March 2009.

maintenance professionals that are responsible for

the O& M of nearly 350 miles of complex underground

Restrines for these staff are provided in the pages that fol-

conveyance systems for wastewater and Ater mwater.

low. Additionally, for this new project with DeKallb County,

Mr. Noran started with the project in 2008 as part

Veolia Water will leverage Our team' s full complement of

of the transition team arid then moved into a role as


one of the core managers for this operations liar hier-

follows, we profile some of the key resources that are avail-

ship which continues today as the single largest


wastewater O& M contract in the U. S. Additionally' lie
is completing work on a short-term project with the
Milwaukee Water Works author ity fora distribution

system operational efficiency assessment. This man-

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-

Ing efficiencies for routine and emergency tasks. This


includes assessing operations practices, standard oper-

ating procedures and staff scheduling, and identifying


enhancements arid improvements to current practices.

Overall, Mr, Noran has almost 40 ofyears of progres-

sively responsible experience in the management of


water supply systems and in solving problems related
to engineering, construction, operation, water supply

experts for specific technical initiatives. On Table 1, which


able from Veolia Water and our subcontractor firms.
Fine Subject Matter Expertsthat Veolia Water will assign to

support this new partnership with DeKallb County will be


mobilized to the project on an as- needed basis and will con-

duct the day-to- day work ( including analyses, observation


and interviews) that will be required to develop the dust
ness cases for this project.

Over the course of this effort, the County can expect to see

some IS to 20 Subject Matter Experts called upon to help


in specific topic anea5, and these specialist field teams will
guide the identification and implementation of improvement Initiatives.

Finally, as shown on the "Additional Subject Matter Experts"


table in the pages that follow, our technical specialists will
span the scope of services required tinder this contract.

and wastewater collection and treatment facihtdes.

a Wendy.Welsere Veolia Water's national leader in the


area of Customer Service operations, will be the SME

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

type ofexperience will enable them to work with the

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

work of this project at various stages These frmsinclude:

e Corporate Environmental Risk Management (C. E. R. M:),

a DeKalb County based tSBE and MBE firm, will be the


primary subcontractor for tie initial phase ofthe (perc-

County's staff to develop and implement better overall


business and operations practices.

D. Clark Harris & Associates, Veolia Water' s current


W BEJLSBE partner under the wastewater contract

with Fulton County, is identified as another potential


subcontractor that would be available to support our

team during subsequent phases of the work in the


area of.project management and coordination. Their

ect; and we have completed, and included in this sub-

role will be to support community outreach, and

mittal, the required LSBE Exhibit B Letter of Intent for

they would also be availableto provide SME support

this firm. They will provide PMO operations support


as well as support for the evaluation of procurement
processes and practices. With offices in Atlanta, the

fire tworkswith local clients, performing services that


are focused on the delivering innovative and client
centered solutions. Their staff comprises experienced
engineers, scientists

Planners arid surveyors who serve

a client base that includes municipalities and county


governments, transportation authorities, financial
institutions, real estate organizations, contractors and

select state and federal agencies They have current


work experence with DeKalb County, which includes
assisting the County with implementing the Supplemental Environment Program requirements, This

involves the SEP requirements of its Clean Water Act


settlement in the form of a consent decree with the

U. S. Environmental Protection Agency (EPA) and the.


Georgia Environmental Protection Division ( EPD). This
work includes assisting the County with coordinating

stream clean -up efforts and educating and building


consensus with key project
o Environmental Consortium, a DeKalb County -based
LSBEfirm, is identified as

part of the subcontrac-

tor team that will be available to support the work

of this Project during subsequent phases ofthe work


scope. It is envisioned that they would provide support:
services in the area of infrastructure assessment With
offices in Stone Mountain, this film is experienced in

the areas of design /buildand construction consulting


services; providing expertise to integrate schedule and
cost controls into day to day activities to keep projects on schedule and budget. These activities include

resources forthis project. They are a certified WEE and


ISBE -MSA located in Fayetteville in DeKalb County.
The firm was founded in 1992 by DorothyC. Harris
President /CEO), They provide support services for
large public works projects, and their large contract
experience ranges to $1, 2 billion. Their services include
project arid construction management and Coat

and public relations activities, which are tailored

to the size ofthe project and the specific needs of the


client. Their-workexperience includes the areas of

water, transportation andfacilities, including work for


new projects, upgrades and expansions.

Dovetail Consulting, a certified WBE firm based in


DeKallb County, is identified as another of our potential subcontractors tosupportthe subsequent phases

of the work. This would involve providing leadership


and support in the area of public and community
relations. The firm, a woman- owned business enter-

prise, specializes in puhlic participation and has a staff


that is experienced with the design, development,
implementation and oversight of management poli-

cies, programs and procedures and dernogra phis and


socioeconomic analysis for public agencies; market
analysis; stakeholder and community engagement;

planning; alternatives development and evaluation,

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

project management, project controls; subcontractor

advisory committees and citizens advisory commit-

outreach and self-performance. Through' their prin-

tees; planning and facilitating major public events and

cipal and founder, Reginald Veasley, the company can

stakeholder conferences, establishing study mailing

draw upon expertise In project management and in

engineering and sewer infrastwcture on projects with

DeKalb County, as well as with the City of Atlanta and


Fulton County. They also clove experience in working
with other small and disadvantaged firms to enhance

and grow in the water and wastewater industry. This

lists and databases; designing and authoring project


guidebooks, newsletters, fact sheets and other public

Information materials promoting public awareness through media relations and social networking
campaigns, press releases and other publicity activi-

ties; conducting extensive stakeholder interviews

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

with business, political and community leaders; and


managing market research and data collection efforts

including surveys, telephone opinion polls and focus

groups We would also note that Dovetail Consulting


is in the process of completing the process to become
a certified LSBE with DeKalb County, and it is expected

that they would have therequired certification prior to


the anticipated start ofany role Linder this contract,
Veolia Water also understands the LSBE mandate DeKalb

County has established for this project. We have, through


our commitment to C.U.M. (see LSBE Exhibit B, Letter of
Intent), provided for an involvement level that that well

exceeds the County' s standards /goals 120% LSBE involve ment) that has been established for this project,

Our specific LSBE commoment is documented in the Ap


pendix section, which includes:
LSBE Exhibit ASchedule of LSBE Participation and

MBEJWBE Tracking Form, with a copy of the LSBE


for C, E.R. M - our proposed LSBE subcontractor.

LSBE Statement of Compliance


u

I. SBEExhibitB LetteroflntenttoPerformasaSub-

contractor or Provide Materials or Services, as signed

by Veolia Water and C: E. R. M. (our proposed LSBE subcontractor for the initial scope of services),''`

Additionally, Veralia Water has completed and included its


the Appendix the other UP-required forms, including:
o Attachment 'E Certificate of Corporate Resolution
Completed byWolia Water as the Proposer to DeKalb

County for this project.


Proposer Affidavit CompletedbyVeolia Water rasthe

Proposer to DeKalb County for this project,


These certifications document that Walla Water, and our

proposed LSBE partner for this project with DeKalb COUnty, .

will meet all of the standards that the County has defined
for this new partnership.

mn4

Veolia Water . fror.osai for M a nagenurt Au visor y5ervlc;(

Rr F 7 s 5o[ r27r) DeKa l b county ueorgia


Company Ct) nfide; tial bade SecfetandPoynatarylrrfonr stion wo awater

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:

to operational efficiencies and cost savings for their operations.

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`,

company that was charged with managing u water system serving

Diversity Council

almost a million people in Central Indiana. This contract, historically the


largest water system operations, maintenance and management (O& Ni

Purdue University

contract }n the UI. at the time, involved the O& M nfu water treatment,

Science Bound

storage and supply system, and customer service organization. This


St, Mary' s Child
Development Center

Big Teri Basketball


Tournament
Committee

contract also included a capital project component, and Vrn| io Water

managed and implemented nve,$ 2uunn||| ionincap|ta| vvo. kfnrthis


aging water infrastructure. Oy the completion of the contract inzol1,
with transition of the operations and facilities ioa new owner, Ycq| ia
Water had delivered a cumulative $O]. 1 million in cost savings,

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

Mr. Gadis has almost 30 years ohoverall business experience, withmorc

Sam Jones

than 15 years of management experience in the water industry, His

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"

znozon transition of the Indianapolis water facilities.

Inducted into the

Indiana Basketball

Key Experience:

Hall ofFame

m1/ zcno^ Prcsent Executive Vice President ~ Vcn1ia Water North

America Operating Services, LUC Indianapolis, Indiana


Leads the company' s sales and development program that identifies

and develops innovative utility operations solutions for major cities in


the Uh5. A key part nf this work involves leadership roles onPPS
programs with:

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

efficiency study for their water and wastewater operations, which


meets the needs of more than nine million people. This work is

being implemented in two phases, with Phase 7 ( now completed)


involving the development 0f recommendations tostreamline

vmlia Water ^

Im r Ma n a ge ni ont w visa pmnias( xp` 1

Georgia

PROJECT EXPERIENCE

QVEOLIA David L. Gadb( continued)


oSATER

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.

io/ aov8- zn` V; President - o| ia Water Indianapolis, LL['|

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.

zooV-z* oz: VimProsidfnt- VVaLerMatcr| a! oOm| inoited(|" d| anapn| isVYaterConopany

subsidiary) and 1998- 20oo: Director of Procurement - Indianapolis Water Company

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.

w; 9g5^l998: Vice President - Monroe Guaranty Insurance - Indianapolis, Indiana

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

mum* ISO nm~

b, mp", yCopoa, mnm- rmoo, n, taoo,*

UP o* nmr^ n m^^ om^ t^ Geer o

yem y* m,* ahoo- wn//aWater

mmw

PROJECT EXPERIENCE

QVEOLIA

William L. Harless

WATER

Background:
Education:

BS. Chemistry,

University
Florida
Florid

Biology, Mount
Ve
Verrnnon Nazarene

College, Mt. Vernon,


Ohio

Mr. Harless is Area Manager with Veolia Water North America Operating

Services, LLC ( Veolia Water), providing oversight, management and


support for operations: projects in the State of Georgia and other parts of

the South region. This involved overseeing the transition of wastewater


operations for Fulton County, and he also worked as part of an

international team from Veolia Water that was involved in hurricane


recovery activities for the City of New Orleans, Louisiana' s wastewater
facilities.

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

management positions related to water and wastewater systems. Mr.

Florida water and

Harless currently manages a regional services area that includes projects

Wastewater

Operators

Veolia Water since 198o, involved in operations: and

in the states of Georgia, Louisiana, Mississippi and Florida, This includes


0 &M, design/ buildloperate ( DBO) and related projects. Prior to this, he

Association

was a Technical Support Services Manager involved with transition and


American Public

Works Association

support services for O & M, DBO and related projects for municipal and
industrial clients in the South region.

International

Desalination

Mr. Harless previously served as Deputy Director for O &M of Puerto

Association

Rico' s water and wastewater facilities. This included managing a staff of


overz,000 responsible for water treatment and supply and wastewater
collection and treatment systems throughout the island. He has also

been

involved with

wastewater

system

engineering

study

and

rehabilitation projects, including collection system maintenance;


rehabilitation and sanitary sewer evaluation studies ( SSES) and
infiltration /inflow ( 111) engineering studies. In fact; Mr. Harless has
participated in more than too 5SES and 111 projects, as well as more than
5o wastewater collection system rehabilitation projects nationwide.

Key Experience:
2oo5- Present: Area Manager - Veolia Water North America South,
LLC Crystal River, Florida

Managed the transition of go staff and operations for the Fulton

County, Georgia, wastewater operations. This project involves the

O & M ofthree wastewater treatment facilities, 30 pump stations and


a grinder station. Additionally, manages the operations and technical
support to this and other projects in the region. Ongoing

responsibility as technical support services manager for this project,


providing management oversight and support.

Manages and supports Veolia Water' s ongoing operations partnership


with the City of New Orleans, Louisiana. This system serves a
population base of over 300, 000 and includes theaa2 -MGD East Bank

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

pmu] scTe: pem/ EmcE

A William LHadco( cooDnueV)


MAWR

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

nn serNceu for small La, mheanvvate/ and wa

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.

995' 1g9T: Deputy Director Puerto Rico PSG

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,

19gz`` 995; Regional Manager nf Client Services PSG

Supervised and managed operations and budgeting for all projects inthe southeastern U.S. to
ensure budget and permit compliance.

1990- 1992: Project Manager Pikeville, Kentucky PSG


Managed the O& M of the City of Pikeville, Kentucky' s water and wastewater plants; water and gas

distribution; sanitary sewer, storm drains; streets and garbage collection.


Served as Project Manager for satellite operations project at Clintwood, Virginia, for a o. 5- MGD

wastewater treatment facility.


1987,, 99o' Project Manager Morristown, Tennessee PSG

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`

974', 9T: Labor Foreman Ken Smith Construction Company, Florida

PROJECT EXPERIENCE

LI
DVEOA

Jonathan Hoisak

WADER

Background:
Education:

Ni University of New
Haven, Connec',icut

Mr. Hoisak is a Program Manager with Veolia Water North America

Operating Services, UUZ ( Veolia Water)' s Peer Performance Solutions


PPS) implementation platform. He is part of a specialized management

Ei Chernical

and support team established to support the delivery of PPS program

Engineering, McGill
University, Canada

services to clients in North America. Under the PPS approach, Veolia

License/

Waterworks 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 forchentoperations.

Certification:
Class IV Wastewater

Treatment Operator
Certification,
Connecticut

Memberships/
Affiliations:
Connecticut
Wastewater Operator

Certification Advisory

Mr. Hoisak works in leadership and support roles on currentPPS projects


and is involved in the planning for new projects. In this role, he is
responsible for aiding the management team for planning and then
delivering new projects and Initiatives.
Mr, Hoisak joined Veoha Water in 1992 and has spent his entire career

working with the firm in increasingly responsible roles. in his work, he


has a proven track record of tackling difficult, resistant and underperforming operations to achieve rapid turnaround results by assessing
system operations and implementing practical improvements using

Committee

collaborative and sustainable program approaches.

water Environment

Prior to his current role, Mr, Hoisak served as an Area Manager with

Federation

Veolia Water in the Northeast region, with responsibility formanaging -a

New England Water $

48 million annual revenue portfolio of management contracts for


several of the region' s largest projects, with specific focus on merchant

Environment
Association

biosolids and incineration operations. Before this, Mr. Hoisak worked as

an Area Manager and Project Manager with Veolia Water for several

Teaching
Experience;

treatment plants and biosolids processing facilities of varying size and


complexity in Connecticut.

Adjunct Professor,

University of

During his 21 years of experience in the water and wastewater industry,


Mr. Hoisak has gained experience with budgeting and forecasting

New Haven,

techniques, organized labor and regulatory relations, process control,

Connecticut

operator certification training and leadingsafety programs.

Strategic Management,

Key Experience:

6/ 2013- Present: Program ManagerPPS Veolia Water North


America Operating Services, U.0 Brockton, Massachusetts
works as part of a core team assigned to PPS project delivery and new
business development. This team is focused on providing oversight,
support and quality management forthis new services approach.
Work has included:

Assisted the PPS team with evaluation of the New York City
Department of Environmental Protection' s biosolids management

contracting and development of strategies for cost savings in their


35 million/ year biosolids management program.

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-

value-added tasks by PWSA' s field crews,


Veolia Water, Fropcea for Management Adv, scory Service s ( RFP I l 500275) - DeKa lb County Georgia

company confidential- Tra d eSerreot and Proprietary inform a Ion

Veolia Water

PROJECT EXPERIENCE

QVEOLIA Jonathan Mobakkvohnutd


Collaborated with executive team in the Northeast to develop performance measurement systems
for driving best practices in the municipal services group. Led implementation and
tracking/ analysis of key performance indicators and strategy- aligned initiatives.

zouo' zo1J A, eaManage/^& 4erchantONoratinns~ Vco| iaVVatermorthAnoe, icaopuratio8


Services, iL[ Bruckton, Massachusetts

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

enl Ad vaoSe icesmvrn

Ka m' tnmty, omrpa

Manshi to

LI
WATER

Background:

Education/

Ms. Low is a Program Management Officer ( PMO) with Veolia Water

Training:
M

Finance

Strategy
Strategy, 5tem5chool
Stern

North

America

Operating

Services,

LLC (

Veolia

Water)'s

Peer

performance. Solutions ( PPS) implementation platform. In this role, she

of Business, Newyork

is part of a specialized management and support team established to

University, New York,

support the delivery of PPS program services to clients in North America.

Newyork

PAS, Building
Technology, School of
Architecture,

Under the PPS approach, Veolia Water works with some of the largest
water and wastewater : utilities in

North America . to manage and

implement detailed evaluations that lead to operational efficiencies and


cost savings for client operations.

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

management support and operations improvements for their water and

B5, Civil Engineering

wastewater systems. She also serves asan- administrator and manager

Environmental),

Purdue University, West


Lafayette,
Indiana

of PMO support organizations for other ongoing. PPS projects: and assists

in similar efforts on new projects. This includes providing oversight,


management and technical expertise for the development of new

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

Engineer -in- Training,

experience; with a strong background in the areas of utility systems

Indiana

Nei ET30302757

management and transactional consulting. Her experience includes


value creation and operational efficiency identification studies related to

Membership/

water and wastewater treatment facilities on projects with clients

Affiliation:

including the Puerto Rico Aqueduct and Sewer Authority ( PRASA), the

aooS: u.s Chinese


Consulate General

Environmental Business

New York City Department of Environmental Protection ( DEP), the


Milwaukee Metropolitan Sewerage District, and the City of Indianapolis,
Indiana.

Exchange NY
Delegate

Publications:
Innovative

Key Experience:
2012- Present: Program Management Office (PMO) Administrator -

Veolia Water North America Operating Services, LLC - Pittsburgh,


Pennsylvania

Contracting Beyond
Signing on the Dotted

Working as part of the PMO team for the Interim Executive

Line"

Management services contract with the :PWSA, which provides water

Co- author, Solid Waste

and wastewater services to more than 300,000 people in the greater

Association North

Pittsburgh area. The focus of this project is on improving customer

America, Wastecon

service and performance levels by conducting in- depth diagnostics of

Proceedings zora

current operations, developing specific recommendations for


improvement and supporting PWSA employees in implementing
initiatives aimed at reaching new performance metrics.
Provided support to the PMO office for t:he PPS contract with the New

York City DEP. The work, completed in two stages, first involved

completing operations efficiency studies for New York City's water


and wastewater operations serving over nine million people. The
operations covered under this process Include 14 wastewater plants;

together treating 1. 3 billion gallons of flow each day, and more than

6,000 miles of sewer lines. The primary scope of the program


involved reviewing all aspects of this utility' s practices to assess
potential utility -wide improvements.

Veolia Water [ Ire,pc,sal for Management Advisory Somces (RFP U 500275)

OeRa lb County, cewgia ,

company wnfidentiai ]fade Se retard Proprenary informavon- evolia Water

L6A

Manshi Low (continued)

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

Served as owner' s agent by conducting contract operations monitoring of private contract


operators, including analyzing wastewater treatment plant environmental compliance and
consumables usage.

Developed capital planningtool to prioritize energy efficiency projects forWe5tchester County,


NY, based on payback analysis and project bundling.

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.

Responsible for contributing, Linder supervision, to a program of interdepartmental research.

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:

Mr; Ludwig is a Senior Manager with Veolia Water North America

Operating Services, LLC ( Veolia Water)' s Peer Performance Solutions


PPS) implementation platform. In this role; he is part of

specialized

management team established to support the delivery of PIPS program


services to clients in North America.

Under the PPS approach, Veolia

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:

Design -Build Institute

providing management support and operations improvements fortheir


water and wastewater systems. He also supports other PPS projects and
new business efforts in the U. S.

Mr. Ludwig has over 30 years of industry experience that has involved
developing, capturing, implementing and successfully delivering major

Management

infrastructure and facilities programs for government and industry


through the execution of high-technology and high -value projects. His
past projects include engineering, construction management and

Association of America

operations support for water and wastewater systems, research and

of America
Construction

National Association of

development complexes, advanced manufacturing facilities, nuclear test

Clean Water Agencies

facilities, defense installations, and transportation and aviation facilities.

American Water Works


Association ( AWwa)

Mr. Ludwig has worked in leadership and management roles. requiring


management of planning, engineering, procurement and construction
task forces. He has been involved with program and construction

management, design -build and alliance contracting.

Key Experience:
2012- Present:: Senior Manager PPS Veolia Water North America

Operating Services, LLC Suwanee, Georgia


Serves as park of the project Management and Subject Matter Experts

teams that are performing PPS studies.

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

square miles. Initial tasks involved working with the PWSA's


managers and staff to meet Consent Decree obligations to state and

county regulators. Worked to organizethe department and create a


culture of responsibility and accountability for the successor failure of
projects. Also worked with engineering consultants and contractors to

get them back on schedule. Cleared abacklog of potentially litigious


disputes, which allowed projects to move forward.

Other tasks included working on the feasibility of creating :a


stormwater authority to better assess stormwater usage and create
additional reven ue for increased levels of service. Also planned for a
i5a million Capital Improvement Program over the next three years

to meet the Authority's most critical infrastructure needs.

Veolia .Water - ProvcSaI for Management Adviory Servi ces( RFPl9S00275)

DeKalb Cot nmy, Georgia

C rmpany Conndcu2ial Trade Secret and Pronr rtaty I rfo =mat on Veohe Water:

PROJECT EXPERIENCE

VEOLIAGerald Ludwig (continued)


WATER

zoroao1z: YiocPresidentofAoet/ Nnnagenoent Veo| imm/atcrNn,thArnm, icaOpemtinA


Services, LLC' Syvvanee. Georgia ~~

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

sales leadership to business development teams located throughout North America.


2oo] aoid: VicePreddentVVate, BusinrssG"oop[ HzMHi{|~ ut|amta, Grur8ia

Identified, positioned forund opforcdthe| urg, dandmodsfmtg| cg|oba Ibvdnes`

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

Vice President, Construction Services Daniel, Mann, Johnson & Mendenhall

Los Angeles, California

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

Top ' n ranking from the (

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.

iggo-1991: Business Development Directorfor Western Region Headquarters Sverdrup


Corporation Irvine, California

Established and directed a marketing and technical sales program to provide engineering and
construction management services for large- scale transportation, governmental, environmental

and water projects, including San Diego Clean Water Program.


1988- 199o: Manager, Aerospace, Government and Defense Programs Rust International
Irvine, California; and Birmingham, Alabama

Secured and oversaw major programs including the U, S. Air Force' s Advanced Launch System and
NASA' s Advanced Solid Rocket Motor Program.

979aq80: Project Manager Holmes and Nmnxe, Oran0e. California

Provided engineering and project management in program planning, architectural and


engineering design, procurement and construction management projects.
Project experience includes high technology and government projects such as research

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

MS, Civil Engineering,


university of southern
r
California
a

Veolia Water North America Operating Services, tlC (Veolia Water). He


has spent much of his career engaged in managing large and complex .
operations

San Jose State

University

groups

under

major

project

engagements,

such

as

Indianapolis, Indiana where Veolia Water managed a water system;

including customer service, serving the needs of t million people; and


an operations contract that serves the

Milwaukee, Wisconsin
Registrations:
Professional Engineer
California, Illinois,

Wisconsin and
Pennsylvania
la
inactive)

Memberships/

Affiliations:
Chairman of the

Constructio n Division

wastewater and stormwater management needs ofi .i million people.

Mr. Noran has specialized expertise in implementing best management

practices for operating and managing water utilities. Prior to joining


Veolia Water; he was the manager for Consumers Water Company of

Maine,: providing .operations and capital program leadership and quality


assurance for the multi -state utility. His overall responsibilities involved
working with operating companies to identify and implement process
improvements and managing capital investments of $30 million of new
investment each year. Mr: Noran, as the company' s Vice President of
Operations, also provided leadership for environmental compliance, risk
management, improving customer satisfaction and improve existing

of the American water

infrastructure. He also worked as the Assistant Director for the Hialeah

Works Association

Water and sewer Department, Florida, responsible for managing water


and wastewater operations and developing a customer service program.

AWWA)- 1995X999
Chair of Strategic

Planning
far the Technical and

Mr, Noran currently leads operations support projects in Milwaukee,


including a Distribution Operational Efficiency Assessment for the

Educational Council of

Milwaukee Water Works, as well as ongoing work as manager for the

theAWWA-

underground assets ( sewers and stormwater) under the long -term

1998 -1999

agreement with the Milwaukee Metropolitan Sewerage District (MMSD).

AmericanSociety of

The MMSD contract is the largest ongoing wastewater operations,

Civil Engineers

maintenance and management ( O & M) contract in the U. S.

Participant,

Mr. Noran has almost 40 of years of experience in the management of

US, Environmental

WrkSSession to
Work

water supply systems and in solving problems related to engineering,


construction, operation, water supply and wastewater collection and

increase collaboration

treatment facilities.

Protection

and advance asset

management by water
and wastewater
utilities ( invited

represented
represented a global

perspective on asset
management)

Key Experience:
a

2oo8- Present: Conveyance ( underground assets) and Fleet Manager-

Veolia WaterMilwaukee , ltC - Milwaukee, Wisconsin

Completing stand -alone: project forthe Milwaukee Water Works to


evaluate distribution system operations, with the goal of improving
efficiencies for routine and emergency tasks. This includes operations
practices, standard operating procedures and staff scheduling

e Manages a, project group Of am engineering and operations and


maintenance professionals that are responsible for the O &M of more
than 400 miles of complex underground conveyance systems for

wastewater and stormwater. Also manages fleet operations,

including vehicles and boats, that support the wastewater services.


t .

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

Worked as part nfthkademhip1Kamfo,\ hrtendtinoofope/ adon4tonsiUnningdhccnU tk/n


system and dn, mvvv1croperations for this project with the W1MSD. Project involves operating and

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

Technical Leader nationally for collection and distribution system projects.


Involved with project support, technical assistance and research and development activities
related to solving problems in engineering, construction, operation, water supply and wastewater
collection and treatment facilities.

zooz-zun5 Collection and Distribution Systems Specialist, Capital Project ManagenocntGrmup


Veo{|m Water North America Operating Services, LLC
Involved with project support, technical assistance and research and development activities

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,

97B^Y599 Vice President Consumers Water Company - Maine


Provided overall leadership and quality assurance for the multi- state utility, including all aspects of
utility engineering and operations, with em ph asis on majorcapita I projects, including
infrastructure renewal and replacement.

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"

Dena mumntxGeo, gio

Company Confidential - Trade Secret and Proprietary informaii1ot, - Vn(i vfp' f

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

America. Operating Services;. LLC ( Veolia Water),

University (1985)

in her current role Ms. Weiser is part of the corporate team that supports

BS, Psychology and

municipal PeerP erformance


"
-Solutions ( PPS) and operations contracts in

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:

marketing. She transitioned Veolia Water from a role in managing the


customerservice operations for the Cityof Ann Arbor, Michigan,

Board Member, .

Water Meter Summit

Key Experience:

2013 Advisory Board

aotz- Present: Director of Customer Service- Veolia Water North

Member, American

America Operating Services, LLC Brighton; Michigan

Water Works

Provided customer service transformation project leadership for

Association (AWWA)

Veolia Water in Buffalo; New York; and Pittsburgh, Pennsylvania.

Managing Projects

At Buffalo, Veolia Water has implemented new customer service

Certificate Program,

phone /information systems and customerservice cultural change.

George Washington

At Pittsburgh, Veolia Water implemented enhancements at the

University,

customer service call center that slashed the call- abandonment rate

School of Business and

almost immediately and greatly reduced long hold times,

Public Management

Responsible for leading Veolia Water' s customer service function and


for establishing and transitioning customer service departmentsat
newly acquired projects and for troubleshooting customer servicerelated issues. Involved in evaluating, recommending and facilitating

Human Resources

Generalist Certificate

Program, Society for


Human Resource
Management

optimization and improvement measures in the customer service


functions of Veolia Water projects.

Certifications:
Certified Trainer,

Quality ServiceSkills,
Achieve Global

formerlyLeaming
International)

2003 -2012: Customer Service Manager City of Ann Arbor, Michigan


o

Designed and implemented aplan to consolidate individualsupport.

personnel handling inbound calls and face -to -face customer


transactions for multiple Public Service and Financial work units ;into a

single Customer Service Center offering a " one- stop- shop" approach.

Quality Service Skills,

The customer service organization was responsible for meter reading


for somez8; 000 connections in the City of Ann Arbor. The group also

Achieve Global

established and measured performance management objectives;

Certified Trainer;

formerly Learning
International)

Certified Course
Manager, Criterion
Referenced Instruction,

Center for Effective


Performance

Multiple Certified

Trainer Programs

identified performance /service gaps; led business process re- design

initiatives and budget planning and management.


Managedthe installation and implementation of an automated meter

readin g( AMR) system be innin in 2004 and subsequently managed


associated infrastructure enhancements as well as data management.

These efforts led to receivingthe "Ten Years of Excellence Award for


Advanced Metering Excellence" by Metering international/
Spintelligent in March 2009,

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

nm0osaItor. lean age ment Ad+ isoiy5ervees( R, F P? r00275)

Do Kalb Coma Georgia

Company Confidential -] Fade Seu0 an i rro0riitary Ireormatlon- Verdi ia 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

performance and retention.

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

additional coaching ortraining opportunities. Developed and implemented performance and

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,

DrKa!b Lcunty Geurgia

company Confidential Trade4ecreI and Proprietary Info rmation Veo1] VJatr' r

PROJECT EXPERIENCE

Name /Title/

Education/

Company

Licenses

KeyExpexience

20 years of engineering and management experience,


including more than seven years working in Georgia
Atlanta) on major infrastructure programs
Frank Hellman

Program
Manager
D. CiarkHarris
LSBE -MS A)

Organizational

Assessment and
Training Support

BS, Civil

Program Manager forthe design and construction


management of new libraries in the Atlanta - Fulton public

Engineering

Library System as part of the $167 million bond Capital


Improvement. Program

Worked as part of the process improvement team for


General Electricto upgrade business processes and cost
efficiencies on awide range of projects

Graduate,

Engineering

23 years experience in program management /project

Program,

controls & public outreach

Spelman College

Community Relations Coordinator and Educational Center

Community

Graduate,

Managerfor Veolia Water wastewaterO& M contract,

Outreach Support

Lawrence

Fulton County

Technological

Coordinated / implemented Public Information for a $ 1. 2.

Cheryl McClellan

Community
OutreachOutreach Manager

D. Clarkk Ha
Harris

MignonMignon Allen

Founder

Publicand

Dovetail

mum
Community

Engineering

Relations

WEE certified,

LSBE-.pending)

University

billion Capital Improvement Program that included 119

Schoolof
Architecture

water /wastewater projects

MBA, Emory

16 years of experience in developing and implementing


public involvement, strategic transit plans and safety and

University

security plans

BA, Political

Established Dovetail in 2002 asafirm specializing in public.

Science

involvement and environmental justice outreach, .media

ACEC Leadership

relations, market research and analysis, transit planning,

Program

safety and security

Leadership APTA

Managedmajoroutreachandcommunityrelations.

Graduate

programs for key projects and programs for Gwinnett


County, Henry' County and the City ofAtlanta, among others

Class IV,

Wastewater

DennyTulenson

Dennyevdent

Vice

Development

Process Analysis

and Alternatives
Development

Manager

Operator
Certification
Six Sigma / Leah

Green Belt

and Black Belt

Veolia Water

Certification

39+ years of operations and management experience

for municipal water and wastewater facilitiesworking


collaboratively with O& M staff and owners

Project leader for PPS projects with New York City,


Pittsburgh, Winnipeg and for a new project with DC
Water including PMO and SME project roles
Worked as Assistant Superintendent for municipal

wastewater operations at Lake County Department of


Utilities, Ohio managed a staff of 50

27 +years of experience in all aspects of staffing, labor

Britt Griffin

relations and benefits

Human Resources
BS,

Inclusion,

Works as management expert and support resource for PPS

Diversity &

Human Resources

Management,

projects, with ongoing involvement in supporting diversity

Innovation

and

Indiana

and MBE / WBE: participation

Director

Diversity

Wesleyan

Served as the Human Resources Manager for Veolia Water's

University

water system operations contract with Indianapolis,

Municipal
Development

Veolia Water

Indiana managing staffing and labor relations and


providing support for ISO certification

Veolia Water Pio ua far Management Adwsori Service,. (UP ii-500275'

DeKaIb Cc, Unty Ceorp

onpany!' nnfidtntial Trade Secret and riourietary Informa4on - -Ve Iia Water

PROJECT EXPERIENCE

Education/

Name/ Title/

Key Experience

Licenses

20+ years experience in project management, engineering

Reginald Veasley

and sewer infrastructure projects

President and

Founder

Infrastructure

BA, Finance and

Experience working with City of Atlanta, DeKalb County and

Environmental

Assessment

Marketing

Fulton County
Rehabbed over 100, 000 linear feet of sanitary sewer pipe in
DeKalb County

Consortium

LSBE- MSA)

18+ years of human resources experience and labor relations


Mike Schrock

MBA,

Labor Relations

Management

Labor Relations '

Manager
North America

University of
Rhode Island

Veolia Water

experience, including 12 years supporting Veolia Water


operations in North America

PPS support resources for NewYork City, Pittsburgh and


Winnipeg
Manages labor relations, delegated management of
Buffalo' s water operations

Joey Tolbert
Financial Manager

Financial Analysis
andand ManagementManagement
.
.

Municipal

VeoliaVeolia WaterWater

MS,MS,

14years working with Veolia Water and 12 years working as

Management

a City Manager and Finance Director

Information

Interim Financial Manager for the Pittsburgh Water &

Systems

Sewer Authority. under Veolia Water' s management services

CertifiedCertified IllinoisIllinois

contract

Municipal Municipal

Work as part of PPS development and support for

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

waterwater andand wastewaterwastewater operationsoperations partnershippartnership withwith CityCity ofof

TexasTexas

NewNew London,London, ConnecticutConnecticut

Manager`Manager`

ProvidedProvided customer customer serviceservice supportsupport forfor BuffaloBuffalo


(
( delegated delegated

NewNew London,London, CTCT

management)management) andand NewNew YorkYork CityCity andand PittsburghPittsburgh PPSPPS

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

1111 yearsyears ofof communicationscommunications andand publicpublic outreachoutreach experienceexperience

Works as part of the Veolia Water team supporting ongoing


municipal water and wastewater operations in North
America

Communications support person for ongoing FPS projects

16+ years of experience working with Veolia Water and

Ed pins
Viesident

Procurement and

Procurement

Sourcing Support

ce

Veolia Water

BS,

predecessors

Management;
M

Served as the procurement and MBE/ WBE manager for

Indiana

Indianapolis Water

Wesleyan

Procurement specialist for PPS projects with New York City,


Winnipeg, Pittsburgh, DC Water and new project with Los

University

Angeles DWP

VeoliaVeolia Water,Water,

ProposalProposal II ww ManageManage menmen tt AdAd vivi soso iySeriySer vicesvices

ComparcyComparcy ConfideConfide ntial-ntial- TradeTrade Se,Se, petpet andand Prupnetarylvfcrrnafion Prupnetarylvfcrrnafion


- vvokavvoka WaterWater

zmmm

Key Experience

Licenses

John Herron

27years of construction and management experience, with

Regional

extensive municipal capital program experience

BS, Geology

Director for

Capital Projects

Licensed

Manages a regional capital program and operations group

Capital Program

and Program

Construction

that serves more than 30 municipal and industrial clients in

Management -

Support

Contractor: CA,

the West region

AZ, NM and OR

Works as part of the support team for the Winnipeg PPS

West
Veolia Water

contract

Masters of
Infrastructure

12 years of experience with capital projects/ programs in the

Management,

U. S, and globally

Australian

Works as part of the developmentand management

National

support team for the ongoing FPS partnership with

Andy Rouse
Structuring

Capital Projects

University

Pittsburgh

Director- -

and Program

Bachelor of

Worked as part of capital program implementation team

Municipal

Support

Engineering

for water and wastewater projects in Australia and New

Electrical)

Veolia Water

Zea land ind cried large- scale, 15- year contract, for the City

Chartered

of Adelaide' s water:and wastewater systems

Professional

Working as the development leader for new PPS programs

Engineer,

with Fort Worth, Texas, and Los Angeles, California

Australia

Masters Degree,

Julien Grimaud

Chemical

Technical Leader

Engineering

for Carbon

Footprint Studies
and Research and

Qualified in

Sustainability

use of Bilan
Carbonea`

Learderfor Veddlia Water' s carbon footprint studies related to

water and wastewater operations in North America

Part of the sustainability assessment and support team for


the Milwaukee wastewater operations project

Works as part of the support team for FPS projects in North

Development
carbon

North America

footprint

Veolia Water

America

assessment tool)

30+ year5 of environmental experience in both the public


and private sectors

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

Served as Deputy Federal Environment Executive for


the White House (George Bush), advancing government
environmental stewardship initiatives

Veolia Water

Asset

Provides leadership for Veolia Water' s operations in North


America in sustainability and environmental protection

Grade 7C,

24+ years of wastewater operations and management

Wastewater

experience

Treatment Plant

Provides leadership for Veolia Water' s asset management

Operator, MA

programs in support of projects and operation in North

Grade 2

America

Collection

Established and managed Veolia Water' s underground asset

System Operator

management (UGAM) group in the Northeastern U. S.

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

19 + years of wastewater and UGAM program management


experience.

UGAM Program

Underground

Leader

Asset

East Region

Management

Veolia Water

Eng meenngand
MBA
NA
ondition
MACP Condition
nditi

Assessment

Provides leadership for UGAM programs at Veolia Water


operations

Served as part of the support team forthe New York :City


and Pittsburgh PPS projects; in the area of UGAM and
capital programs

BS, Civil &


Ed Biskis, P. E.

Environmental

Network Technical
Manager-

Asset

Technical Direction

Management

Group

Engineering
Registered
ed

and MI

Animesh Irkulla

suppertingoperatiansprojects

28 +years ofengineering arid project management


experience.

Professional

Engineer IN

Veolia Water

Part of Veolia Water North American Technical Direction

Group, in - house team of technical and management experts

Part of the PPS su

m
ortteasforNewYorkand Pittsburgh,
h,

and providing leadershipfor new :contractwith the :Los


Angeles DWP

MS,

10 + years of engineering and capital program management

Environmental

experience

UGAM Program

Underground

Engineering,

Provides leadership for Veolia Waters UGAM team in the

Leader

Asset

Purdue

Western U. S.

West Region

Management

University

Served as project leader for a water management study for

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)

33+ years of engineering, operations and management in

Professional

Water (the water agency for the Washington DC. area; and

providing support for new contract with the Los Angeles

OH

DWP

MBA,

21+ years of engineering and management experience

Technology

Established and manages C. E. R. M., which provides project

Program

Management

and business management, as well as engineering support

Management

BS, Industrial.

services:

and Procurement

Engineering
Technology

with DeKalb County

Evaluation

Registered

Project Director, Metropolitan North Georgia Water

Environmental

Planning District, watershed management plan


development, 16 Atlanta counties and six water basins

RiskRisk Management

supporting operations projects

Supply Operator,

Edwards

Environmental

Engineering
Registered

Engineer, OH

Veolia Water

Corporate

Group, in -house team oftechnical and management experts

Class IV Water

talDirection

Managing Partner

Part of Veolia Water North American Technical Direction.

Environmental

water supply
Part of the FPS supportteams for new contrite with DC

Group

AlAl Edwards
ds

BE, Chemical &

Office Support

Manager

Project Director for Supplemental Environment .Program

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

Municipal drainage and stormwater management work in

Engineer in GA,
NCandVA

Atlanta area

Business

Processes

Project:

Corporate.

Environmental

Risk Management

Engineering and.

Management

LSBE DeKalb

Professional

County)

20 +years experience working as an engineer and project

Worked with the DeKalb County DWMon the development


of the South River Action Plan, and with the DeKalbCounty
DPW on a Feasibility Study for the implementation of Storm
Water User Fees in DeKalb County.
Part of Veolia Water North American Technical Direction

Group, in- house team of technical and management experts

Ken Moore
B5, Business

MeterMeter Manager

Direction

Metering

Admini
Adrnusineation

Economics

Group
Veolia Water

supporting operations projects


35+ years of water operationssand management experience

and manages Veolia Water North American meter testing


facility, Houston, Texas
Works as part of PPS support team for New York City and
Pittsburgh

Antho
Anthony
an, P. E.
Meter
Meter Manager-

Doer

Metering.

Gro u p
Veolia Water

Civil

Part of Veolia Water North American Technical Direction

Engineering,.
Universityof

Group, in -house team of technical and management experts


supporting operations projects
35 + years of engineering experience, water supply and

Wisconsin

Registered

sewer systems

Professional

Works as part of FPS supportteam for :NewYork City and

Engineer, WI

Pittsburgh

Grade 4;
Collections

Part of Veolia Water North American Technical Direction

Ryan3ohnson

System

Group, in- house team of technical and management experts

Above- ground

Maintenance

supporting operations projects

Asset Manager-

Asset

Operator,

72+ years of operation and capital project experience, water

Technical Direction

Management

California: WEA

and wastewater

Group
Veolia Water

Grade 2,

Servesasthe leader for the implementation and support

Wastewater

of asset management program at Veolia Water municipal

Treatment

water and wastewater operations

Operator, CA

Kip Edgley

Washington

Part of Veolia Water North American Technical Direction

SCADA and

State Electrical

Group, in- house team of technical and management e


: xperts

Administrator

supporting operations projects

Automation

Systems

and Electrical

Specialistand

Automation and

Journeyman

40years experience in water and wastewater treatment


facilities maintenance; automation design and

Manager-

GIS

Systems

Oregon Electrical

implementation, and SCADA/ PLC programming

Technical Direction

Supervisor

Provides support for SCADA system installation,

Group

Colorado Master

troubleshooting, training and management for Veolia Water

Veolia Water

Electrician

operations in North America

Veolia Water, PRoposai for Man agement Ad visor yScrs( PslprP13-500275)

reKa lb County, Oeorgpla

Company o ttoent9a! Trade aeriret a rd F oprtetary Morin atron Vella Voter

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

Manages IT applications and networks far Veolia Water


operations and projects

Works as a key IT support expert for PPS projects in North


America

20+ years in IT management, system design and operations

Technology Consultant/ Business Analyst for Milwaukee


County Government

26+ years of operations experience for municipal water and


wastewater faci lities working collaboratively with O& M

staff and facility owners


Technical expert on PPS projects for Pittsburgh and

Winnipeg, including PMO and SME project roles

Provides leadership and management for project


development and cost estimating on PPS and operationsrelated projects

Operator

MS,
K. C.
Upendrakumar,

P. E., BC EE

Engineering

Wastewater

Manager -

Engineering

Technical Direction

Group
Veolia Water

Group, in- house team of technical and management experts

Engineering

supporting operations projects

BE, Civil

22+ years of engineering experience and wastewater

Engineering

process design

Registered

Engineering support manager for capital projects and

Professional

operations atthe Milwaukee O& M project

Engineer, IN and

Providing supportfor PPS projects for New York City,

WI

Winnipeg and Pittsburgh

AS, Regulatory
Compliance

Allison Brigitzer,

Part of Veolia Water North American Technical Direction

Environmental

Administration

16+ years of safety and compliance program management,

staff training and procedures development, documentation


and management

CSP

Certificate

Health & Safety

Safety and

Specialist -

Compliance

North America

Industrial
Hygiene

Management

Veolia Water

Certified Safety

Part of the safety and compliance leadership team for Veolia


Water' s projects and operations in North America
Worked as part of the teard that implemented the Balanced

Scorecard approach for tracking performance across


business functions and operations projects

Professional

Environmental

Policy &

12+ yearsof safety acid compliance program management,

Management,

staff training and procedures development, documentation

Jeremiah

American

and management

Danielson

Military

Part of the safety and compliance leadership team for Veolia


Water' s projects and operations in North America, leading
safety programs in West region

Health & Safety


Manager West
Veolia Water

Safety and
Compliance

University
Certified

Supervisor,

Served as corporate safety and compliance manager for


large industrial clients, providing policy development,

Occupational

training, compliance, tracking and reporting

Training

Safety & Health

Veolia Water, Prop os8! I or Ma nagefrErrAdwsoryServne ( UP13 -5n( 75 DeK a @Courrly, Georola
ConiparryConfidenPal - Trade Secnct and Proprietary InfoirratiorVeda Water

Veolla VERter

Your RFP asked i 'fvve are aDeKalb County firm, VeoliaWa-

ter North America Operating "Services, LLC, Veolia Water


the proposer), is not a DeKalb County firm; however, our
fin m is an authorized services provider in the State of Geor-

gia (a copy of our Certificate of Existence from the State of


Georgia is included in the Appendix).

In North America, Veolia Water is a limited liability com-

parry iLLC) under the laws of the State of Delaware, and a


copy of our business license from that State is provided In
the Appendix.

Veolia Water' s
ultimate parent

Veolia Water maintains offices in Georgia through our local

company, Veolia

operations company, Veolia Water North America South,

Environnement,

LLC, which is also an authorized services provider in the

recognized rev-

State ( see Certificate of Existence from the State of Geor-

enues in 2O12 of
over $ 38: 8 billion..

gia, which is included in ' lie Appendix).

Our company has a local business office in the City of Roswell and operations project office in the CityofJohn Creek

of the O & M services approach in t= rance 1353. Today, our

business licenses / tax certificates for these offices are pro -

global parent serves the water and wastewater needs of

videdin the Appendix). in the State of Georgia, through our

more than 170 million people including many of the larg-

water operations with the Atlanta /Fulton County Water

est cities and utilities in world ' these services are provided

Resources Commission and wastewater operations con -

by 89,0001- staff through; offices and operations income 69

tract with Fulton County, our firm has almost 30 years of

countries, with revenues of more than $1S. 9 billion during

experience working in the region.

2012.

Veolia Water in North America remains a leader in the mu-

nicipal services market in the U.S., maintaining a better


than 35% market share over the past five years, with 2012
revenues of over $ 605 million.

Our performance reflects

Veolia Water' s ultimate parent. Veolia Cnvironnernent, is


a global leader in the environmental field. with 220,000
employees and recognized revenues in 2012 of over $ 38,8

billion, and the company is traded on the New York Stock

stability in a challenging market over the past five years

Exchange.

and represents the delivery of services to clients in the CIS.


under a variety of P3 and PPS project models.

With a strong local presence backed by the expertise, ex-

Further, our firm's operations in North America are among


those of our global company, Veolra Eau Compagno Generaledes Eaux S. CA, which traces its origins to the start

Veolia Water

perience and resources of a global company, Veolia Water


provides the County with a partner that can Lringyou the
benefits of an extensive base of work in assisting utilities
fe.yours to better use their in- house resources.

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

D r+ bCr,. nt, , JJ64

Veolla Wattr

Bill. Harless.

TBD
nuk

TBD

LcKalb County /DO' ce

VecnWatet

ttorr[yrD` CM

t Pr, ?';;`u4m tfi lstf?g4' titen


Our Propiwer MalGgel ] onathan Hosak,

Tne Steering Comrnil' ce ` adli'ta'teS


10mmunicition ai7rong Comity and

a 20 yeri Veo! Ia Water veteran brings -a

WNP sitcrals and our rnograr'n team.

wealth of experience nr managing large

Davie) Case an Executive Vice President

and complex utility contracto. Jon' s

tvrtlr Veolia Water, will be the Nino -

track record includes creating efiden-

pal in- charge

ties and b ddingteanr. al-!abdities,

and the rooid raator of

the Steering Ccmmittee David mill be

TBD

n ned fay & d' Hariess, r ro oversees all

JWM

Jonathan HoPsak.

V' rrp ni

VeOlra Water protects j( i GLcrgia_

ar,ager

Vu1 , s

nn7yrp,

Our FMG, Manshf tots, brings

the experience of having just


iliiplementedd a very sirndar
program

for tire

Pi# tsbu gh

Water and Sewer . Authority.


Manshl will maintain and driee
the schedule, track e ogress,.
and :create tre governance rsr-

ports and popect deliverables,

Capital
Admfnistratlor

ibi

G{. !,

to e.`

Planning

Operations

Maintenance

prog' sm

Customer
service

t t:. F=

Otir subject Matte,, Experts spanthe scope of serve es and still

Gerry Ludwig (Capital Programs Expert)

travel into DeKalb Count florr Ioradi rns throughout Ncuth


An erica. They will be joined by snecra6tts fern o'-lr team

t c N rent lizt t r ittsburidl r apt I ptisgiannsviarrirPoS rrr ,rdm,

rembei fir m

toaurInInapenet* advi-

anx, r

s.. a , ery , , si r ; It -Kalb Coon y He nngi o ttr3J yearg ofexl crience

Some, Pxamufesut Our experts gtidude4

our partnerfirmsinclude:

Paul Noran ( Field Operations Expert)


Paul rev,talaed findbe and 1p, h aukees kCd Sena ecan.lh

CE. R M

v11 pro-

de Hesameexpe, t su ybrt Wour rPdtidgCnle aav;Srr3 uvKE ->


Jeer 30y lr5_ expenalCt
r rtk it Counry Paul,, Isn br

Eilvuoninental Corao, tiurr, LEC


D. Oar k I iarris id Associates

Wendy Weiser (Customer service and Billing Expert)

Dovetail Consulting.

a n

Pi', : pmgYarr dnd

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

vtcji it ruurn aragerrent a; iv sbt}


27 yews 0 eXDPn me

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

direct subsidiary company, Veolia Water North America


South, LLC. Both of our companies, parent and subsidiary,
are authorized service provider in the State of Georgia, as

discussed above. We awe also part of an international par-

ent company that provides services to clients throughout


the world.

Na' Lionally and globally; Veolia water is part of the Veolia


Environnement .family of companies offering public and
private -sector clients a broad array of services under a
single brand, designed to enhance customer experience,
protect the environment and conserve natural resources.

Water cycle management, waste recovery and recycling,

energy management all over the world, the Veolia family


of companies supplies comprehensive solutions that recon-

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

employees and the quality of our research, have made us


world leader across all of our businesses.

Veolia Water Frop, 3 ` ur Maragernent Advsr iy Srrvi is rRFF B 500275)

DeKaIb County Georgia

Company 7onfdrntial lade Svcrei an Pro Fneta ry lnfermatior - Vest IaWater

LOCAL SMALL BUSINESS ENTERPRISE ( LSBE) PROGRAM INFORMATION 511EET

20% of Total Award


tlivitations To Bid

Bequest For Proposals

tTB

ABFP

LSBE Within DeKalla LSBKtpD

alb

LSBE Ciutside DeKalb LSBEs -MSA

Ten 10 Percents

Paints

Five (5 ) Percents ePaints

Ten ( 10 Percent Preference


Five 5 Percont Preference:

DeKalb DeKalb andand MSAMSA LSBE9,LSBE9, Mentor-Mentor- Protege-Protege-

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-

TrackingTracking ofof MBEMBE andand WBEWBE Participation..Participation..


TheThe ChiefChief ExecutiveExecutive OfficerOfficer andand BoardBoard ofof Commissioners Commissioners ofof DeKalbDeKalb CountyCounty desiredesire toto provideprovide maximummaximum practicablepracticable opportunity opportunity

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,

Veolia Water North America Operating


SOLICITATION NUMBER: BFP 13_ 500275
C
TITLE OF UNIT OF WORK: Managettlen Advisory jServlqs
PRIME BIDDERJPROPOSER

iz.;

The firm, submitting this form nx the prime 0ddor/mmpomxon this unit

work, isu certified ( check all that apply):

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.

at' this contract, ifawarded. No

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

Corporate Environmental Risk Management

2298 Henderson Mill Road, Suite Z00, Atlanta, GA 30345

Contact
Albert Edwards
P
Fax

6780&9^0173

Email

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,

type oi\ RvrWC" trud

Program Management Office Support and Procurement Evaluation

Item

Percentage of Work or Estimated Contract Award Amount to be perforryied I)%


Nameof

Contact

Fax

Check all that apply: __ CS8E-DrKu|k__ L8BD^MSA| attach proof of LSBE certification.
Optional, Inforniatiom

MBE __ WBE; attach proof of MBE and/ or WBE cenification,

Percentage m[ Work mEstimated Contract Award Amount mbe performed

Please make copies of this

to list additional LW&8` MBE o, VVRE subcontractors and/ or fi, mo( including suppliers) to

be utilized in performance of this contract, if awarded.)

Contract

404-371 -4795

MaloofAdministration Building
1300 Commerve Drive, 2nd r'loor

404 -371 -2511 Fax

contract & o.dAralb ga. as

wivitw.eo.dekolb,ga. us

Decatur, Georgia 30030

Mr. Albert G. Edwards, Principal


CORPORATE ENVIRONEMENTAL RISK MANAGEMENT

2296 Henderson Mill Road, Suite 200


Atlanta, Georgia 30345

Re,

RE- CERTIFICATION:

LSBE Within DeKalb (LSBE -DeKalb)

LSBE Outside DeKalb within MSA (LSBE -MSA)

Minority Business Enterprise

E)

Woman Business Enterprise( WBE)


EXPIRES: August 15, 2013

Dear Mr. Edwards

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

http thvww dekalbcouiitma aov7nurchasing BidsAtidRFPs.htm.

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

Contract Compliance Officer, Sr.

LSBE Exhibit ,&(mwxtixu* d)

CHECKLIST OF GOOD FAITH EFFORTS

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,

N/ A' Vwn| iaNbturispmpnsin9LSB6iovn|vement| nvV|wtnmeeUoucaodthwequinmments.)


No

Advertisement for solicitation m[ LQDB% in general circulation o*dim trade


association publications, and minority-focus -/ nod| u" to provide notice of
subcontracting opportunities.
Advertisement h/ general oir" ul: ioo media u1 least seven (?) days prior zu Bid or

proposal opening any and all Subcontractor opportunities.

Proof of

advertisement must b* submitted with the Bid * rProposal.

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

Provided written notice tnL5BDo that their interest iosubcontracting


opportunities or furnishing supplies is solicited, Provided a contact log showing
the name, address, email and contact number ( phone or fax) used to contact the
proposed certified subcontractors, nature of work requested for quote, date of

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

corresponding reasons for not including `


them.
Bidder/Proposer t

perform die work

The ability or desire ufw

f 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 _

Efforts were made 10 assist potential I. SB8 subcontractors \ n meet bonding,


insurance * z other governmental contracting requirements,

feasible,

facilitating the leasing of supplies mr equipment when they are of such u


specialized nature that an LSBE could not readily and economically obtain them
b{ the marketplace,

Utilization of set-vices of available minority community organizations, minority


contractor groups and other organizations that

provide assistance

in the

recruitment and placement *[ LSBEs.


8.

Communication with the Contract Compliance Division seeking assistance in


identifying available l'0B80.

Exploration nfjnigt venture opportunities with L8DBx

Other actions (onnni

Please explain any ^um" answers listed above ( by :

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

LSBE Exhibit A {continued}


STATEMENT OF COMPLIANCE

Veolia Water North America

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.

policy adopted by the County,

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.

Contractor agrees to post in conspicuous places available to employees and

applicants for employment, notices to bye provided setting forth provisions of this . non discrimiination clause..
2)

Contractor shall, in all solicitations or advertisements for employees placed by or on behalf' of


Contractor, state that all qualified applicants will receive consideration for employment without
regard to race, color, religion, sex, national origin, or disability.

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, --- - - - - -

Name and Title ofOffcer:

David Gadis, Executive Vice President

Date Signed:
NOTARY:

n to and subscrtii^bbeed to before me this 11dayof


Nutary Public
My Commission Expirea

2013,

Notify Pub k- Sall


State of Indiana

ky Commission Ezphes May 3, 2020

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

le. Complete a form for each subcontractor.

Veolia Water North America

To:

rrorn:

Services, LLC

13- 500275

RFP Number:

ProjectName:

WBE

HIM

Corporate Environmental

M tnagement Advisory Services

The undersigned is prepared to perfonn the following described work or provide materials or services in
connection with the Project.

specifyin detail particular work items, materials, or services to be Performed or provided):


of

Project
Commence

Contract

Date

Award

Description of Materials or Services

Program Management Office Support and


Procurement Evaluation

PrimePrime Contractor:Contractor:

I Week from Notice to


23%

Proceed to Veolla Water

Subcontractor;Subcontractor;

caca

Signature:Signature:

Signature:Signature:

Title:Title:

DavidDavid Gadis,Gadis, ExecutiveExecutive VPVP

Date:Date:

AugustAugust 12,12, 20132013

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].

October 21, 2009

Federal Work Authorization

BAut

Proposer' s Name)yeolia Water North America

Title of Authorized Officer or Agent of Proposer


David Gadis

Printed Name of Authorized Officer or Agent


101 West Washington Street, Suite 1400 East, Indianapolis, IN 46204

Address (* do not include a post office box)

SUBSCRIBED AND SWORN

BEFORE ME ON THIS THE


DAY OF

Notary Public
My Commission Expires:

DONNA ANN GUNN


Notary Public- Segi
State of Indiana

my commission Expires May 3, 2020

Enrollment Date

MN

Executive Vice President

Z.

ices, LLC

20%%

Identification Number

ti a

4`

rar. ,.. '..'

ivtA

ws'+^ vd

a,

4. x, 4arc.. 4

u* ws*`, au

a .,

ia`,

Secretary of State
Corporations Division

CONTROL NUMBER

0511453

DATE INCIAUTH[ FILED

February 22, 2005

JURISDICTION

Delaware

PRINT DATE

7126120139: 45: 55 AM

313 West Tower

2 Martin Luther King, Jr. Dr.


Atlanta, Georgia 30334- 1530

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

A Foreign Limited Liability Company


was formed in the jurisdiction stated above or was authorized to transact business in Georgia on

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

PROFESSIONAL AND /OR PRSL SRVCS- UNCLASSIFIED


PROFESSIONAL AND/ OR PERSONAL SERVICES

12/ 21/ 12
75. 00
MAILING ADORES$

BUSINESS LOCATION

VEOLIA WATER NORTH AMERICA


VEOLIA WATER NORTH AMERICA

120 WATER 'STSTE 212.


NORTH ANDOVER MA 01845 -2848

IS HEREBY LICENSED TO PRACTICE; CONDUCT OR ENGAGE IN THE OCCUPATION

OR BUSINESS ACTIVITY INDICATED ABOVE IN ACCORDANCE WTH THE LICENSE


APPLICATION. DULY FILED PURSUANT TO TITLE 30, DEL CDDE

MOTIVA REFINERY
2000 WRANGER HILL
DELAWARE CITY DE 19708

PATRICK T. CARTER
DIRECTOR OF REVENUE

Secretary of State
Corporations Division

CONTROL NUMBER

0516742

DATE INC/ AUTTUFILED

March 15. 2005

JURISDICTION

Delaware

PRINT DATE

7/ 26/ 2013 9: 48: 38 AM

313 West Tower

42 Martin Luther King, Jr. Dr.


Atlanta, Georgia 30334- 1530

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

A Foreign limited Liability Company


was formed in the jurisdiction stated above or was authorized to transact business in Georgia on

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

OCCUPATION TAX CERTIFICATE

City Of Roswell

13462

BUSINESS REGISTRATION OFFICE


38 Hill Street, Suite G -30
Roswell GA 30075
Phone: 7701641 -3780
t3

Business Location

Mailing Address

2650 HOLCOMB BRIDGE RD, #430

V ealia Water North America- South-

ALPHARETTAGA

Whitney M. Bateman
120 Water Street Ste 212

North Andover MA 01845 -2648. /}

Y}Z,t2;tu 7`l ti Ll
City Clerk

a'

Expiration Date:

Description:

Tax Year;

12/ 31/ 2013

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

1() HN,S CREED


GgrRwA

EXPIRATION DATE

DATE ISSUED
JANUARY 16, 2013

December 31, 2013

BUSINESS OCCUPATION TAX CERTIFICATE

0003881

NAILS

NOT TRANSFERABLE)

CONTROL NUMBER

221310

WATER SUPPLY & IRRIGATION SYSTEMS

FOR OPERATION IN THE CITY OF JOHNS CREEK,

VALID FOR BUSINESS SHOWN BELOW:

GEORGIA, SUBJECT TO ZONING RESTRICTIONS

VEOLIA WATER N AMERICA: OPRTNG

AND ALL OTHER CODES AND ORDINANCES AS

VEOLIA WATER N AMERICA

ESTABLISHED BY MAYOR AND CITY COUNCIL.

9750 SPRUILL RD

JOHNS CREEK GA 30022

ISSUED BY:

MAILING ADDRESS:

VEOLIA WATER N AMERICA

120 WATER STREET


STE 212

NORTH ANDOVER MA 01845

JOAN C. JONES
CITY CLERK

POST IN A CONSPICUOUS LOCATION

CERTIFICATE NUMBER
13- 00003600

ATTACHMENT E

CERTIFICATE OF CORPORATE RESOLUTION

CERTIFICATE OF ASSISTANT SECRETARY

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

You might also like