Agenda 12/09/2025 Item #16C 4 (Authorize contract negotiations with the top-ranked firm, Stantec Consulting Services, Inc., related to Request for Professional Services No. 25-8375)12/9/2025
Item # 16.C.4
ID# 2025-4608
Executive Summary
Recommendation that the Board of County Commissioners, as the ex officio Governing Board of the Collier County
Water-Sewer District, approve the selection committee’s ranking and authorize contract negotiations with the top-ranked
firm, Stantec Consulting Services, Inc., related to Request for Professional Services No. 25-8375 for Construction
Engineering and Inspection Services for the Northeast Service Area Utility Expansion Project so that staff can bring a
proposed agreement back for the Board’s consideration at a future meeting. (Project 70194)
OBJECTIVE: The public purpose is to continue providing reliable, sustainable utility services for the Collier County
Water-Sewer District (CCWSD). This action is to approve the selection committee’s ranking for Request for
Professional Services (RPS) No. 25-8375 and direct staff to negotiate an agreement to engage professional construction
and engineering inspection (CEI) services for the Northeast Service Area Utility Expansion Project.
CONSIDERATIONS: CCWSD will be expanding utility and fiber infrastructure on Oil Well Road from east of the
Town of Big Cypress to west of State Road 29. The selected firm will be responsible for providing CEI services
required to expand the utility and fiber infrastructure to future developments in this area.
On April 4, 2025, the Procurement Services Division released notices for RPS No. 25-8375, CEI Services for the
Northeast Service Area Utility Expansion. The due date was extended for an additional 28 days. Staff performed
additional vendor outreach and ultimately four proposals were received by the June 10, 2025, deadline.
A selection committee met on September 4, 2025 and after deliberation, scored the proposals and shortlisted the three
firms to provide a presentation. On October 9, 2025, the selection committee reconvened for the presentations and
ranked the firms as shown below.
Firm Names Final Ranking
Stantec Consulting Services Inc.1
Atwell, LLC 2
Colliers Engineering & Design,
Inc.
3
Staff recommends that the Board approve the selection committee’s ranking and authorize contract negotiations with the
top-ranked firm, Stantec Consulting Services Inc. Stantec has been providing professional engineering services in
Collier County for more than 50 years and has previously provided services on various County projects.
This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and
facilities to effectively, efficiently, and sustainably meet the needs of our community. It further is in support of the
Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public
infrastructure resources through proper planning and preventative maintenance. This item is aligned with the Annual
Update and Inventory Report (AUIR) and other planning tools that establish and implement plans for availability and
adequacy of public facilities and remain in compliance with all regulatory requirements.
FISCAL IMPACT: There is no fiscal impact associated with this action. Funding for the subsequent contract award is
within the Fiscal Year 2026 Capital Budget. The source of funding includes the County Water-Sewer Bond # 2
Proceeds, Series 2021 (Fund 4019) and/or Water and Sewer Commercial Paper (Fund 4020).
GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the
adequacy and availability of viable public facilities and to remain in compliance with all regulatory requirements.
LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and
legality and requires a majority vote for approval. -JAK
Page 4999 of 9661
12/9/2025
Item # 16.C.4
ID# 2025-4608
RECOMMENDATION(S): That the Board of County Commissioners, as the ex officio Governing Board of the Collier
County Water-Sewer District, approve the selection committee’s ranking and authorize contract negotiations with the
top-ranked firm, Stantec Consulting Services, Inc., related to Request for Professional Services No. 25-8375 for
Construction Engineering and Inspection Services for the Northeast Service Area Utility Expansion Project so that staff
can bring a proposed agreement back for the Board’s consideration at a future meeting. (Project 70194)
PREPARED BY: Benjamin N. Bullert, P.E., Supervisor – Project Management, Public Utilities Engineering & Project
Management Division
ATTACHMENTS:
1. 25-8375 Final Ranking
2. 25-8375 NORA
3. 25-8375 Solicitation
4. 25-8375 Stantec_Proposal
5. RLS 25-8375 Final Ranking R1
Page 5000 of 9661
Selection CommitteeFinal Ranking SheetRPS #: 25-8375Title: Construction Engineering and Inspection (CEI) Services for Northeast Service Area Utility Expansion ProjectName of Firm Ben BullertWayne KarlovichShon FandrichBrian Delony Jarrod CastoSelection CommitteeFinal Rank Stantec Consulting Services Inc.111111.0000Atwell, LLC322222.0000Colliers Engineering & Design, Inc.233333.0000Procurement Professional Olivia PugaDate 10/9/2025Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and call out the final rank order.Page 1 of 1Page 5001 of 9661
Procurement Services Division
Notice of Recommended Award
Solicitation: 25-8375 Title: CEI For Northeast Service Area Utility Expansion
Due Date and Time: June 10, 2025, at 3:00pm EST
Proposers:
Company Name City County State Final
Ranking
Responsive/Responsible
Stantec Consulting Services, Inc.Naples Collier FL 1 Yes/Yes
Atwell, LLC Bonita Springs Lee FL 2 Yes/Yes
Colliers Engineering & Design,
Inc.
Tampa Hillsborough FL 3 Yes/Yes
M&J Engineering, P.C. dba J & M
Engineering, P.C.
Miami Miami-Dade FL 4 Yes/Yes
Utilized Local Vendor Preference: Yes No CCNA – Local Vendor is not allowed per Fla. Stat.
Recommended Proposer For Award:
On April 4, 2025, the Procurement Services Division released Request for Proposal (“RFP”) No. 25-8397, “CEI For
Northeast Service Area Utility Expansion”, to one thousand four-hundred and ninety-eight (1,498) vendors.
On April 15, 2025, a non-mandatory proposal meeting was held offering prospective proposers an opportunity
to participate and the bid opening was extended. One thousand one hundred forty-eight (1,148) bid packages
were viewedand four (4) submittals were received by June 10, 2025, deadline. All four (4) proposals were found
to be responsive and responsible with minor irregularities.
The Selection Committee convened on September 4, 2025, as described in the solicitation documents. After
reviewing the proposals and deliberation, the Committee scored the proposals, shortlisted and elected to move
to Oral Presentations with the top three (3) Proposers as listed below:
Stantec Consulting Services, Inc
Atwell, LLC.
Colliers Engineering & Design, Inc.
On October 9, 2025, the Selection Committee reconvened for Oral Presentations and Final Ranking. The
Proposers were final ranked as listed below:
Ranked #1 Stantec Consulting Services, Inc.
Ranked #2 Atwell, LLC
Ranked #3 Colliers Engineering & Design, Inc.
Staff is recommending to begin negotiations with the top-ranked firm, Stantec Consulting Services, Inc.
Contract Driven Purchase Order Driven
Page 5002 of 9661
Required Signatures
Project Manager:
Procurement Strategist:
Procurement Services Director:
__________________________________ _________________
Sandra Srnka Date
Page 5003 of 9661
SrnkaSandra
Digitally signed by
SrnkaSandra
Date: 2025.10.24
14:39:55 -04'00'
PugaOlivia Digitally signed by
PugaOlivia
Date: 2025.10.24
14:47:25 -04'00'
BullertBenjamin
Digitally signed by BullertBenjamin
DN: E=Benjamin.Bullert@colliercountyfl.gov,
CN=BullertBenjamin, OU=General, OU=PPM
User Accounts, OU=PUD Planning and Project
Management, OU=PUD, OU=Divisions, DC=bcc,
DC=colliergov, DC=net
Date: 2025.10.24 14:24:39-04'00'
Procurement Services Division
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
REQUEST FOR PROFESSIONAL SERVICES (RPS)
In accordance with Florida Statute 287.055
Consultants’ Competitive Negotiation Act
FOR
CONSTRUCTION ENGINEERING AND INSPECTION (CEI)
SERVICES FOR NORTHEAST SERVICE AREA UTILITY
EXPANSION PROJECT
RPS NO.: 25-8375
BARBARA LANCE, PROCUREMENT STRATEGIST
PROCUREMENT SERVICES DIVISION
3295 TAMIAMI TRAIL EAST, BLDG C-2
NAPLES, FLORIDA 34112
TELEPHONE: (239) 252-8998
Barbara.Lance@colliercountyfl.gov (Email)
This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any
alterations to this document made by the Consultant may be grounds for rejection of proposal,
cancellation of any subsequent award, or any other legal remedies available to the Collier County
Government.
Page 5004 of 9661
SOLICITATION PUBLIC NOTICE
REQUEST FOR PROFESSIONAL
SERVICES (RPS) NUMBER:
25-8375
PROJECT TITLE: Construction Engineering and Inspection (CEI) Services For Northeast Service Area
Utility Expansion Project
PRE-PROPOSAL CONFERENCE: April 15. 2025, at 10:00 am EST
LOCATION: Procurement Services Division, Conference Room A, 3295 Tamiami Trail East,
Bldg. C-2, Naples, FL 34112
RPS OPENING DAY/DATE/TIME: May 6, 2025, at 3:00 pm EST
PLACE OF RPS OPENING: Procurement Services Division
3295 Tamiami Trail East, Bldg. C-2
Naples, FL 34112
All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System:
https://procurement.opengov.com/portal/collier-county-fl
INTRODUCTION
As requested by the Engineering and Project Management Division (hereinafter, the “Division”), the Collier County Board of County
Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for P rofessional Services (hereinafter,
“RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and
specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of
Work stated.
Full time Construction Engineering and Inspection (CEI) services are being requested for the NORTHEAST SERVICE AREA
UTILITY EXPANSION Project. The CEI work involves providing project oversight for the County, ensuring that the Design-Build
Team constructs the project in reasonable conformity with the plans, specifications, and Supplemental Specifications for the
Construction Contract. The CEI firm is the liaison between the County and the Design-Build Team to observe the construction work
and to determine the progress and quality of the work. The CEI Consultant identifies discrepancies and reports significant
discrepancies to the County.
BACKGROUND
The project plans to expand transmission utility mains including potable water, wastewater and irrigation quality along with fiber
infrastructure to provide service to future customers in the northeast area of Collier County.
The County is currently in the process of obtaining the services of a design-build team to construct transmission utility mains
including potable water, wastewater and irrigation quality as well as fiber infrastructure on Oil Well Road.
The project will consist of constructing all necessary proposed piping and re-pump station improvements to provide water,
wastewater, and irrigation quality utility service along with fiber infrastructure on Oil Well Road. The start of the project will begin
approximately 10,000 feet east of Desoto Blvd and end approximately 42,000 feet east on Oil Well Road. The project will also
construct fiber optic conduits parallel to the utility mains.
The transmission mains need to be in operation on Oil Well Road to provide water, wastewater and irrigation quality utility service
and fiber infrastructure no later than June 30, 2027.
The Construction Engineering and Inspection firm will need to coordinate with County staff and Design-Build Team.
TERM OF CONTRACT
County reserves the right to modify this scope during negotiations for budgetary reasons.
The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval
of the final payment.
Page 5005 of 9661
Prices shall remain firm for the term of the awarded contract.
Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure.
DETAILED SCOPE OF WORK
Public Utilities Division (PUD) is interested in contracting with a qualified consultant team to provide Construction Engineering and
Inspection Services (CEI) including, but not limited to, the following tasks:
Task 1.0 – Construction Observation and Documentation
Task 2.0 – Construction Inspector and Project Oversight
Task 3.0 – Additional Services
Task 4.0 – Miscellaneous Reimbursable expenses
Task 1.0 – Construction Observation and Documentation
The Consultant’s Construction Inspector (or activity observer) will provide the services outlined below.
1.0.1 – Construction and Testing Observation – The Construction Inspector will conduct on-site observations and inspections
of all construction and testing activities, including night work on the project on a full-time basis unless directed otherwise
by the Project Manager to ensure that all work is completed in accordance with the Contract Documents. There will be at
least one full-time inspector for this project. The Construction Inspector will inform the Project Manager, and the on-site
superintendent of the construction and material testing contractor, of any concerns related to conformance of the work with
the Contract Documents (a concern or an Issue) as an attempt to resolve any concern or issue on-site. If the concern or issue
is not immediately resolved in the field, the Construction Inspector shall inform the Design-Build Team (DBT) and the
Project Manager in writing about the concern or issue within eight (8) business hours, but not more than one (1) business
day after the discovery of any concern or issue. The DBT will be responsible for investigating the concern or issue and
resolving the same through a written directive to the Project Manager and the Construction Inspector in writing. This protocol
will be initiated any time the Construction Inspector becomes aware of any construction that is unsatisfactory, faulty or
defective, does not conform to the Contract Documents, does not meet the requirements of any inspections, tests or approval
required to be made, or has been damaged before final payment. The Construction Inspector will prepare and maintain a
separate Issue Resolution Log documenting any issue or concern that is conveyed in writing to the DBT, including the written
directive resolving the issue or concern. Issue Resolution Log shall be emailed weekly to the DBT to be added as a discussion
item at the weekly progress project meetings.
1.0.2 - Log and Construction Documentation – Each Construction Inspector will prepare a daily log recording activities and
details related to the work on a form approved in advance by the COUNTY. Information will be recorded in the daily log
on each day construction activities occur or do not occur. The daily log entries will record all aspects of the construction
during that day including, but not limited to, construction crew (labor) details, equipment used, materials used, compliance
testing and inspection performed, site conditions, trench conditions, backfill material used, dewatering methods, compaction
methods, location of the work, work directives issued to the DBT, and all relevant details related to the work. The Daily
Log will reference the digital photographs and or video taken with appropriate file names and file locations. All daily tasks
completed by the DBT will be photographed by the Construction Inspector. In addition to the construction details, the daily
log will contain information related to: time and hours on the job site, weather conditions, data pertaining to questions of
quantities of materials used, extras or deductions, list of visiting officials and representatives of manufacturers, fabricators,
suppliers and distributors, observations in general and specific observations in more detail as in observing test procedures,
conformance inspection of materials and fitting, name plate data for equipment and material installed, and other information
requested by the COUNTY. The daily log, photograph files and other construction documentation will be provided to the
COUNTY by the CEI daily in an electronic file. Daily Reports shall be distributed to the project team no later than 24 hours
after the end of each day.
1.0.3 – Safety – The Construction Inspection shall immediately notify the construction superintendent of any safety related
issues that are identified. If the safety issue is not resolved in a timely manner, the Construction Inspector shall immediately
inform the Project Manager and DBT of any instances where construction activities are not following the proper safety
procedures.
1.0.4 - Photographic and Video Record – Each Construction Inspector will provide a comprehensive digital photographic
record of all construction activities related to the project. The digital file names will be referenced in the daily log along
with a brief description of the photograph with the location, the date and time of the photograph and the name of the
photographer. The digital files will be transferred electronically and submitted daily to the COUNTY along with the
construction documentation. If requested by the Project Manager, the photographs will be printed in high resolution color,
Page 5006 of 9661
two captioned photos per 8 ½” x 11” sheet, printed one side only. If requested by the Project Manager, video or parts of the
video will be provided in digital format and by e-mail.
1.0.5 - General Coordination – The Construction Inspector will coordinate all activities related to the Project between the
DBT and the Project Manager and County staff. The Construction inspector will oversee substantial and final completion
inspections, and prepare and maintain the punch list, including follow-up inspections to ensure that punch list items are
corrected and/or completed. The Construction Inspector will also coordinate, as directed by the Project Manager, with
residents, business owners, and the public. The County reserves the right to remove any Construction Inspectors from a
project at any time for failure to adhere to County policies and procedures.
1.0.6 - Observe Regulatory Agency Inspections – The Construction Inspector will accompany visiting inspectors representing
any regulatory agencies having jurisdiction over the project and will record all discussions and the outcome of these
regulatory inspections in the daily logs.
1.0.7 - Preparation of Monthly Report – CEI will work with the DBT to prepare the monthly reports for this project.
1.0.8 - Construction Progress Meetings – The CEI will attend weekly progress meetings with the DBT and the COUNTY to
review project status and identify issues that may affect the project.
1.0.9 - Substantial Completion Inspections – The Construction Inspector will conduct substantial completion inspections
when requested by the DBT, notifies the County that the work is sufficiently complete to warrant a substantial completion
inspection. During the substantial completion inspection, the Construction Inspector will take pictures of all items requiring
completion or correction and send them to the DBT and the Project Manager. The Construction Inspector will be responsible
for inspecting the work required in the punch list. Once the punch list is completed, the CEI will coordinate and participate
in the final walk-through to ensure that the punch-list items are completed to the satisfaction of the Project Manager and
County staff.
1.0.10 – Final Completion Inspection - Upon the request of the DBT and concurrence from the Project Manager, the
Construction Inspector will conduct final inspections of portions of the project, as they are finished to determine if
construction has been completed in accordance with the Contract Documents and the DBT has fulfilled all obligations
therein. Based on the results of the final inspection, Project Manager, and the Construction Inspector will judge the work
complete or not complete. If the work is judged complete, the Construction Inspector will issue a “notice of final acceptance
and recommendation for final payment”. If the work is judged not complete, the Construction Inspector will issue written
instructions to the DBT identifying the work judged not complete. Upon provision of the DBT evidence or assurance that
the deficiencies noted above have been corrected or completed, a second final inspection will be scheduled to verify that the
outstanding issues have been resolved and the Construction Inspector can issue a “notice of final accep tance and
recommendation for final payment”. All services related to the Final Completion Inspection shall be provided to the Project
Manager of the project.
TASK 2.0 – Construction Inspector and Project Oversight
2.0.1 - General Management and Oversight – The CEI will provide support services customarily related to the construction
observation and inspection of similar projects including, but not limited to:
a. Attend and participate in the pre-construction coordination meeting.
b. Attend and participate in weekly meetings with DBT and the COUNTY to review project status and identify issues
that may affect the project.
c. Participate in other meetings as described or implied herein or as requested by the County.
d. Prepare and submit monthly construction summary reports to the DBT and the COUNTY to be incorporated into
the monthly report that the DBT will prepare.
e. Review the monthly applications for payment and Construction redline as -builts and accompanying data and
recommend approval of payments due to the DBT. The CEI’s recommendation of any payment requested in an
application for payment shall constitute a representation by the CEI to the Project Manager as an experienced and
qualified professional, that based on CEI’s onsite observations and inspections of construction in progress; that the
construction quantities in the applications for payment accurately reflects the progress of the work and that the work
is constructed in accordance with the Contract Documents. The CEI will review pay requests in accordance with the
Florida Prompt Payment Act.
Page 5007 of 9661
f. The CEI will review monthly updates to the construction schedule prepared by the DBT. Provide review comments
to the Project Manager.
g. The CEI will provide such field testing and verification that all materials, equipment and supplies installed or utilized
on the Project are in full accordance with the Contract Documents and approved Shop Drawings provided by the
DBT.
h. The CEI will review shut down plans and provide comments for the water and wastewater connections prepared by
the DBT.
2.0.2 – Coordination of Shop Drawings, Contract Interpretations and Clarifications – The CEI will coordinate with the DBT
regarding the issuance of interpretations and clarifications of Contract Documents including shop drawings during
construction. The CEI shall coordinate the County’s ’s decisions and responses with the DBT.
2.0.3 - Monitor Project Records – The CEI shall monitor all required project records, including but not limited to delivery
schedules, inventories, County provided material tracking if applicable, and construction reports.
2.0.4 – As Constructed Field Drawings – Each Construction Inspector shall maintain red pencil “mark -up” notations and
sketches on full size construction plans that reflect the actual details of constructed facilities. These Constructed Field
Drawings will be used by the CEI to validate the “As Built” documentation provided by the DBT. The CEI will notify the
DBT and the County of any differences in the documents maintained. Within one week after DBT notifies the Project
Manager that the Work on the project is substantially complete in accordance with the Contract Documents, the Construction
inspector will provide their red line construction plans to the County and DBT.
2.0.5 – Start-up and Commissioning Support – The CEI will assist the Project Manager and the DBT during start-up of each
segment designated for Beneficial Use by the COUNTY, including but not limited to signing off on regulatory permits and
general coordination between, COUNTY and DBT.
2.0.6 – Working Hours - Inspectors are expected to be on the project site from 7:00am through 7:00pm Monday through
Saturday. This schedule can be modified to match the DBT’s schedule. Any modifications should be approved by the
County Project Manager in writing. Construction Engineering and Inspection work will be paid straight time hourly rate
with no overtime pay.
Task 3.0 – Additional Services
3.0.1 - Additional Services (only as authorized in writing) –In accordance with the contract or purchase order, in the event
that other services may arise during the course of the work but were not envisioned as part of the original or amended scope
of work; the CEI shall submit a proposal to perform Additional Services prior to the performance of the work. The proposal
shall include the specific services to be performed, time to complete, compensation, and an explanation as to why the services
were not previously envisioned as part of the scope of work. The proposed Additional Services must be approved by the
Project Manager in writing in advance of performance of said Additional Services. Failure to notify the Project Manager in
writing of Additional Services shall be deemed a waiver of any claim by the CEI team that such services were Additional
Services. Written authorization from the Project Manager will be required for any charges that exceed the predetermined
upper limit.
3.0.2 - Additional services may include, but not limited to:
a. Overnight construction inspection.
b. Authorized Sunday/County Holiday construction inspection.
Task 4. – Miscellaneous Reimbursable expenses
4.0.1 - Miscellaneous reimbursable expenses may include but not limited to,
a. Copies,
b. Mailings
c. Exhibits.
Page 5008 of 9661
RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST:
Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal
may be deemed non-responsive
Evaluation Criteria Maximum Points
1. Ability of Professional Personnel 20 Points
2. Certified Minority Business Enterprise 5 Points
3. Past Performance 25 Points
4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points
5. Location 10 Points
6. Recent, Current, and Projected Workloads of the Firm 20 Points
TOTAL POSSIBLE POINTS 100 Points
For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this
advertisement.
VENDOR CHECKLIST
***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)****
Page 5009 of 9661
County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [[STANTEC CONSULTING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8375 Construction Engineering and Inspection (CEI) Services For Northeast Service Area Utility Expansion Project RESPONSE DEADLINE: June 10, 2025 at 3:00 pm Report Generated: Tuesday, June 10, 2025 Stantec Consulting Services Inc. Response CONTACT INFORMATION Company: Stantec Consulting Services Inc. Email: grace.morales@stantec.com Contact: Grace Morales Address: 3510 Kraft Road Suite 200 Naples, FL 34105 Phone: (305) 445-2900 Website: www.stantec.com Submission Date: Jun 9, 2025 11:17 PM (Eastern Time) Page 5010 of 9661
[STANTEC CONSULTING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8375 Construction Engineering and Inspection (CEI) Services For Northeast Service Area Utility Expansion Project [STANTEC CONSULTING SERVICES INC.] RESPONSE DOCUMENT REPORT undefined - Construction Engineering and Inspection (CEI) Services For Northeast Service Area Utility Expansion Project Page 2 AADDENDA CONFIRMATION Addendum #1 Confirmed May 27, 2025 1:42 PM by Grace Morales Addendum #2 Confirmed May 27, 2025 1:42 PM by Grace Morales Addendum #3 Confirmed May 27, 2025 1:42 PM by Grace Morales Addendum #4 Confirmed May 28, 2025 1:04 PM by Grace Morales Addendum #5 Confirmed Jun 10, 2025 3:12 AM by Grace Morales QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Request for Professional Services (RPS) Instructions Form * Request for Professional Services (RPS) Instructions have been acknowledged and accepted. Page 5011 of 9661
[STANTEC CONSULTING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8375 Construction Engineering and Inspection (CEI) Services For Northeast Service Area Utility Expansion Project [STANTEC CONSULTING SERVICES INC.] RESPONSE DOCUMENT REPORT undefined - Construction Engineering and Inspection (CEI) Services For Northeast Service Area Utility Expansion Project Page 3 Confirmed 44. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 5. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 6. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. 28-8375_StantecSubmission.pdf 7. Collier County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_-_Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2_-_Conflict_of_Interest_Certification_Affidavit.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* Form_3-Immigration_Affidavit_Certification.pdf LOCAL VENDOR PREFERENCE CERTIFICATION (IF APPLICABLE FORM 4) Include a copy of the business tax receipt. Page 5012 of 9661
[STANTEC CONSULTING SERVICES INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8375 Construction Engineering and Inspection (CEI) Services For Northeast Service Area Utility Expansion Project [STANTEC CONSULTING SERVICES INC.] RESPONSE DOCUMENT REPORT undefined - Construction Engineering and Inspection (CEI) Services For Northeast Service Area Utility Expansion Project Page 4 Form_4-Vendor_Submittal_–_Local_Vendor_Preference_Certification.pdf REFERENCE QUESTIONNAIRE (FORM 5)* The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. 25-8375_Reference_Forms_Stantec.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Sunbiz_-_Stantec_record.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* E-Verify_Confirmation_Info_Page-040225.pdf W-9 FORM* Stantec_Form_W-9.pdf SIGNED ADDENDUMS (IF APPLICABLE) Signed_Addendums.pdf MISCELLANEOUS DOCUMENTS No response submitted Page 5013 of 9661
1Stantec
Northeast Service Area Utility Expansion
7XERXIG'SRWYPXMRK7IVZMGIW-RGŵ1E]ŵCONSTRUCTION ENGINEERING AND INSPECTION (CEI) SERVICES FOR
64723
Page 5014 of 9661
2Stantec
Dear Ms. Lance and Members of the Selection Committee;
Thank you for the opportunity to express our interest to support your needs for the
Construction Engineering and Inspection Services for Northeast Service Area Utility
Expansion. Stantec and Collier County have a long record of successfully completing CEI
projects with the mutual goal of building and improving the communities we live in.
These anticipated construction projects will provide new needed facilities and
infrastructure to support Collier County’s growth in the NESA, generate local revenue,
and help Collier County reliably meet and exceed the level of service it strives to provide
to its residents.
Through this submittal, Stantec Consulting Services Inc. provides a detailed description
of our relevant local experience, team capabilities, knowledge of construction,
engineering, management, and inspection practices, and familiarity with many of the
anticipated project area improvements to be completed under this contract.
In order to provide additional service for this contract, we have augmented our team with
The Engineering Company (TEC) to provide additional inspectors and to support the
County’s mission for working with local minority-owned small business.
;IFIPMIZIXLEXSYVXIEQMWYRMUYIP]UYEPMƼIHXSVETMHP]QSZIJSV[EVHSRXLMWTVSNIGX
offering the County the ability to have projects underway in the shortest time frame
TSWWMFPI3YVQENSVUYEPMƼGEXMSRWMRGPYHI
ı Strong knowledge and understanding of construction, engineering, and inspection
management (CEI) service requirements
ı Extensive Collier County project experience
ı 7MKRMƼGERXPSGEPSƾGITVIWIRGIMR'SPPMIV'SYRX]JSVSZIV]IEVW
ı Current workload that will allow immediate staff availability
ı Extensive knowledge of design and site conditions for many of the anticipated
projects
Stantec has enjoyed a long and successful relationship with Collier County
Government. We have completed numerous projects for the County and look forward
to continuing our relationship. We will work with the County to expedite the contract
I\IGYXMSRTVSGIWWERHMQQIHMEXIP]FIKMRXSTVSZMHIWIVZMGIW;IEVIGSRƼHIRXXLEX
Stantec can exceed the expectations of the County while providing our services for
this important public utility renewal program.
)RGPSWIHEVISYVUYEPMƼGEXMSRWMRVIWTSRWIXSXLI647ERH[IEGORS[PIHKIVIGIMTX
and review of Addenda 1, 2, and 3.
Stantec Consulting Services Inc.
3510 Kraft Road, Suite 200
Naples FL 34105-5029
May , 2025
Collier County Public Utilities
Attn: Barbara Lance
Procurement Strategist
Procurement Services Division
3295 Tamiami Trail East, Bldg C-2
Naples, Florida 34112
RE: Construction Engineering
and Inspection (CEI) Services for
Northeast Service Area Utility
Expansion Project
RPS NO.: 25-8375
Marc Lean, PE
Principal, Senior Project Manager
Direct: 239 263-6448
Mobile: 239 910-2757
Marc.Lean@stantec.com
Page 5015 of 9661
3Stantec
Table of Contents
7)'8-32%FMPMX]SJ4VSJIWWMSREP4IVWSRRIP
7)'8-32'IVXMƼIH1MRSVMX]&YWMRIWW)RXIVTVMWI
7)'8-324EWX4IVJSVQERGI
7)'8-324VSNIGX%TTVSEGL;MPPMRKRIWWXS1IIX8MQIERH
&YHKIX6IUYMVIQIRXW
7)'8-320SGEXMSR
7)'8-326IGIRX'YVVIRXERH4VSNIGXIH;SVOPSEHWSJXLI
*MVQ 44
*SVQW
Page 5016 of 9661
4Stantec
Ability of Professional Personnel
1.
Page 5017 of 9661
5Stantec
About us
Stantec offers our clients a full suite of A/E services, all of
[LMGL[IGYWXSQM^IXSQIIXXLIWTIGMƼGRIIHWSJIEGL
client we serve.
Whether our clients need land planning services; landscape
EVGLMXIGXYVIWIVZMGIWIRKMRIIVMRKWIVZMGIWXVEƾGWXYHMIW
construction stakeout; right-of-way, wetland jurisdictions;
control surveys; environmental and biological assessments;
or a combination of these skills, Stantec has the in-house
I\TIVXMWIERHWYFGSRWYPXMRKVIPEXMSRWLMTWXSJYPƼPPXLI
needs and objectives of County projects—all within budget
and on schedule.
Stantec has been providing responsive, quality construction
engineering and inspection (CEI) services in Southwest
*PSVMHEJSVSZIVƼZIHIGEHIW;IEVIGSQQMXXIHXSQEOMRK
our community a better place to work and live. With that
goal in mind, we work on projects that help improve our
communities and the infrastructure that supports them.
8LI'SYRX][MPPFIRIƼXJVSQXLIHITXLSJSYVGSQTER]
wide resources and talents for planning, design,
engineering, and landscape architecture. With multiple
SƾGIPSGEXMSRWSYVTVSJIWWMSREPWXEJJFVMRKWEWXEXI[MHI
perspective on design aesthetics, landscape maintenance
TPERWERHGSQQYRMX]MRƽYIRGIWEW[IPPEWTEVEPPIP
professional support, if required.
CEI - Lee County North RO Well Field Expansion
CEI - PS 312.35 Wetwell
Improvements
CEI - SCWRF IQ Tank
Improvements
CEI - Vanderbilt Beach Road 10” Forcemain
Extension
Collier
CEI - Cove Outfall Improvements
CEI - SCRWTP Reactor Tank #4
CEI - 16” and 24” Forcemains
CEI - Immokalee Road Chloramine Booster
Station
CEI - Vanderbilt Beach MSTU Overhead
Power Conversion Phase IV
CEI - 110th Ave PUR
CEI - 109th Ave PUR
CEI - 108th Ave PUR
CEI - 107th Ave PUR
CEI - 96th Ave PUR
CEI - 95th Ave PUR
CEI - Creekside Forcemain, Phase 1 CEI - US 41 Watermain, Phase 2
CEI - PS 151.00
CEI - 106th Ave PUR
CEI - 105th Ave PUR
CEI Odor Control System
for EQ Basin #3
Palm River Areas 1 and 2 PUR
Page 5018 of 9661
6Stantec
Stantec has unmatched local experience in providing
responsive CEI services, providing a wide range of services
for small and larger construction projects. Our regional
team has provided services for many types of construction
that include buildings; heavy civil; transportation;
stormwater basins, pipelines, structures; water and
wastewater pipelines, pumping stations, and treatment
plants. We understand the requirements of these types
of contracts and how to provide the appropriate level
of resources for each assignment. For many of these
contracts, we work as an extension of our client’s staff,
project management, contract administration, public
outreach and construction support services as needed.
7XERXIGLEWWMKRMƼGERXI\TIVMIRGIMRZEVMSYWYXMPMX]TVSNIGXW
including the design and rehabilitation of utility pipelines
within roadways and within established neighborhoods,
TYQTWXEXMSRVILEFMPMXEXMSR-RƽS[ERH-RƼPXVEXMSR-
-
evaluation and repair, and forcemain analysis. We
understand the challenges of these types of projects and
know how to successfully address them. The map on the
previous page is a snapshot of similar CEI projects we’ve
completed throughout Southwest Florida in recent years.
3RXLIJSPPS[MRKTEKIWEVITVSƼPIWSJWMQMPEV')-TVSNIGXW
served by the Stantec team. With these projects, we feel
we demonstrate not only our utility expertise, but also our
ability to address all elements associated with the County’s
public utility projects.
Our local construction staff assists our clients from the
initial bid process through project closeout. Essentially,
we become extensions of the project owner by managing
and representing owner interests during construction. We
augment our project management specialists seamlessly
into any agency, actually becoming an integral part of the
project delivery team.
In addition to our local experience, this team also has a
long history of working together on various CEI projects. A
snapshot of our experience working together is showcased
on the table to the right.
Stantec understands the level of service Collier County
I\TIGXWJVSQXLIMV')-GSRWYPXERXWERHXLIWXEƾRK[I
need to delivery our services accordingly. We’ve recently
relocated CEI staff experienced in underground utility
construction to the Naples area so we can provide the
projects with the same level of CEI service that we’re
currently providing for the PUR projects in nearby Naples
Park and Palm River.
We’re teaming with The Engineering Company, a south
*PSVMHEƼVQXLEXWTIGMEPM^IWMRMRWTIGXMSRSJGMZMP
infrastructure projects, to deepen our bench of available
staff so that we can continue providing a high level of
service for this and our other projects.1EVG0IERProject Manager1MKYIP4IVI^6MZIVEDeputy Project Manager7GSXX7MOSVWOMSenior Construction Inspector+IVV],MPPWSenior Construction Inspector.YER,IRESSenior Construction Inspector6MGEVHS.YPMIRSenior Construction Inspector1ERYIP4IVI^Asset Management/GISYears of Experience 23 28 36 22 29
CEI Projects
1 XL%ZI4YFPMG9XMPMXMIW
Renewal
2 96th Ave Public Utilities
Renewal
3 XL%ZI4YFPMG9XMPMXMIW
Renewal
4 108th Ave Public Utilities
Renewal
109th Ave Public Utilities
Renewal
6 110th Ave Public Utilities
Renewal
Vanderbilt Beach
MTSU Overhead Power
Conversion
8 th Ave Public Utilities
Renewal
9 106th Ave Public Utilities
Renewal
10 98th Ave Public Utilities
Renewal
11 99th Ave Public Utilities
Renewal
12 Creek Side Force Main,
Phase 1
13 SCRWTP Reactor Tank
#4
14 Cove Outfall
Improvements
NCWRF EQ# 3 Odor
Control Improvements
16 SCWRF IQ Tank
Improvements
0- (ǭ.3+ -$ )
Page 5019 of 9661
7Stantec
Constructibility Review
Dave Clarke, PE
Sergio Hoyos, PE
Marlon Medina, PE
Fiber Optics
Matt Kuduk
Asset Information
Management & Onboarding
Manuel Perez, GISP
Tyler Smith, GISP
Primary Inspectors
Gerard Hills
Ricardo Julien
Matt Kuduk
German Perez*
Guillermo Delgado*
Additional Available Inspectors
Scott Sikorski
PJ Olson
Eric Baton
Juan Henao
Antonio Merrell
Team Organizational Chart
Project Manager
Marc Lean, PE
Deputy Project Manager
Miguel Perez-Rivera, PE
Principal-in-Charge
Chris Brockmeier, PE
Support Services
6IGSKRM^MRKXLIRIIHWSJ'SPPMIV'SYRX]SRXLMWTVSNIGXMRTEVXMGYPEVERHKMZIRSYVGYVVIRXWXEƾRKGSQQMXQIRXW
we have increased our local depth of talent to ensure the best equipped team is readily available to assist the
County. The team of professionals assembled for this contract has the required expertise and local knowledge to
assure successful implementation of the full scope of construction, engineering, and inspection services.
;ILEZIFYMPXEXIEQPSGEXIHMR2ETPIWXLEXI\GIIHWXLIRIIHWMHIRXMƼIHF]XLI647
CEI
Stantec Design Build Team
* The Engineering Company (subconsultant)
Page 5020 of 9661
8Stantec
Key Team Members
Marc Lean, PE`4VSNIGX1EREKIV
Marc leads Stantec’s CEI team and has developed a local
')-WXEJJHIHMGEXIHXSHIPMZIVMRKVIWTSRWMZIERHIƾGMIRX
services to Collier County. Marc will support Miguel, the
Inspectors, and the rest of the project team as necessary
to make sure that all project obligations are met. Marc will
also provide technical leadership and has the authority to
make personnel and resources available for successful
execution of the project.
Miguel Perez, PE`(ITYX]4VSNIGX1EREKIV
Miguel will be responsible for document control, managing
RFIs, and Submittal Logs, keeping track of project
progress, quality assurance reviews, and distribution of
HEMP]ƼIPHVITSVXW1MKYIPLEWWIVZIHEWEGSRWXVYGXMSR
administration task manager for multiple Collier County
Public Utilities Renewal Projects in the last 10 years,
providing a comprehensive construction observation and
documentation services.
Chris Brockmeier, PE `4VMRGMTEPMR'LEVKI
Chris will serve as principal-in-charge, interfacing with
Collier County when needed and ensuring Marc has
the resources required to deliver the project. He’s a
noted leader in civil and environmental engineering
for private and public sector clients. His skills include
TVSNIGXQEREKIQIRXGSRGITXYEPERHƼREPHIWMKR
permitting, system modeling, cost estimating, bidding
and construction-phase services. He participated in the
design of various stormwater, potable water, sanitary sewer
systems and solid waste facilities.
Gerry Hills`7IRMSV-RWTIGXSV
Gerry will be Stantec’s resident project representative
providing daily observation, trouble-shooting, and
documentation of the work. Gerry will also measure the
quality of work completed. Gerry has over 36 years of
experience as a Senior Inspector for underground utilities,
water and wastewater facilities, infrastructure, and road
projects. Gerry is very personable and develops good
relationships with contractors and clients alike.
Ricardo Julien `4VMQEV]-RWTIGXSV
Ricardo has 22 years of experience in the construction
of civil engineering projects and overseeing all phases of
multimillion-dollar infrastructure construction projects for
municipal and utility clients. Experience includes managing
GVI[WSJYTXSMREZEVMIX]SJGSRWXVYGXMSRHIQSPMXMSR
TVSNIGXW,MWI\TIVMIRGIEPWSMRGPYHIWWMXIWEJIX]37,%
compliance, change order management, budgeting and
cost controls, bidding, estimating and proposals, and
subcontractor and crew supervision. Ricardo will provide
additional support Gerry and the Project Manager to
provide coordination of on-site CEI personnel, document
daily activities, and provide progress updates to the project
team as needed.
Manuel Perez, GISP`%WWIX-RJSVQEXMSR1EREKIQIRX
3RFSEVHMRK
Manuel has over 13 years of experience in data
management using GIS and related tools, providing
XIGLRMGEPPIEHIVWLMT[SVOƽS[HIWMKRERH[SVOƽS[
implementation. He has a well-established track record in
leveraging these skills and experience for the purposes of
asset population and inventory by combining multiple data
sources and technology and coordinating and directing
various disciplines and specialties to help clients build a
complete picture of their assets and how they interconnect
and relate to each other by both process and location.
Manuel has led projects mapping assets at lift stations,
water treatment plants, developed innovation processes to
leverage the mountains of data that many sewer utilities
have.
Tyler Smith `%WWIX-RJSVQEXMSR1EREKIQIRX
3RFSEVHMRK - Tyler is a GIS Professional with 10
years of experience working with geospatial data,
including database design and enterprise geodatabase
implementations. Tyler will be responsible for acquiring all
VIGSVHHVE[MRKW'%(ERH4(*
ƼPIWJSVXLITVSNIGXXLIR
parsing the drawings to extract pertinent information for
populating the geodatabase schema. Once completed, he’ll
prepare a deliverable for integrating the newly constructed
assets into the County’s existing GIS network.
Page 5021 of 9661
9Stantec
Dave Clarke`'SRWXVYGXMFMPMX]6IZMI[
Dave has over 22 years of experience on numerous
public infrastructure projects for state agencies, counties,
and municipalities in Florida. His experience includes
coordination and design of water and wastewater
utilities. This includes experience as a project engineer
and inspector on storm drainage, sanitary sewers, water
mains, pump stations, sanitary sewer evaluation studies
(SSES), and sanitary sewer repair and rehabilitation
(SSRR) projects. His duties have included development of
construction documents as well as construction phasing
and methodology. Dave will perform constructability
VIZMI[WXLEXMRGPYHIHIWMKRTLEWITPERWERHWTIGMƼGEXMSRW
sequencing, overall adequacy and completeness for
GSRWXVYGXMSRVMWOMHIRXMƼGEXMSRERH[MPPEPWSTVSZMHI
written comments and participate in review meetings.
Sergio Hoyos`'SRWXVYGXMFMPMX]6IZMI[
Sergio brings 24 years of experience is the design and
construction management of pipelines, drainage and
distribution systems, reclamation facilities, gravity and
sanitary sewer, and water supply infrastructure systems. He
brings direct experience with Collier County from the South
County Water Reclamation Facility (SCWRF) Chamber “A”
to Deep Wells Piping project where he served as a design
engineer and construction coordinator. Sergio will perform
constructability reviews that include design phase plans
ERHWTIGMƼGEXMSRWWIUYIRGMRKSZIVEPPEHIUYEG]ERH
GSQTPIXIRIWWJSVGSRWXVYGXMSRVMWOMHIRXMƼGEXMSRERH[MPP
also provide written comments and participate in review
meetings.
Marlon Medina`'SRWXVYGXMFMPMX]6IZMI[
1EVPSRLEW]IEVWSJI\TIVMIRGITVSZMHMRKHIWMKRERH
construction phase services for drainage, paving, and
utilities for large scale projects. He has served as engineer
of record and project engineer for various drainage, water,
sewer, stormwater and sewer pump station design, and
industrial projects. This experience includes multiple
pump station and associated infrastructure improvements
for Collier County. Marlon will support the perform
constructability reviews that include design phase plans
ERHWTIGMƼGEXMSRWWIUYIRGMRKSZIVEPPEHIUYEG]ERH
GSQTPIXIRIWWJSVGSRWXVYGXMSRVMWOMHIRXMƼGEXMSRERH[MPP
also provide written comments and participate in review
meetings.
Matt Kuduk`*MFIV3TXMGW8IGLRMGEP%HZMWSV
Matt brings 14 years of experience in construction plan
review, primary/secondary distributions system design,
2)7'GPIEVERGIGSHIWEIVMEPYRHIVKVSYRHƼFIV4S[IV
facility installation, and GIS systems/drafting. Matt will
WIVZIEWXIGLRMGEPEHZMWSVJSVƼFIVSTXMGW]WXIQWHIWMKR
and installation. He will work with DBT designers and
The County during the design phase regarding project
requirements, technical compliance and constructability
review. During the installation/construction phase, Matt
will work with the team’s CEI inspectors to assure quality
of materials and installation, conformance with industry
and County standards and requirements, and assist in
trouble-shooting any issues encountered during system
installation.
Page 5022 of 9661
10Stantec
German A. Perez`*MIPH)RKMRIIV
German has 30+ years of experience in civil, geotechnical,
and structural engineering, with extensive project
QEREKIQIRXERHƼIPHWYTIVZMWMSRI\TIVXMWIMR*PSVMHE
He has extensive experience working for the South Florida
Water Management District (SFWMD) on pump station
TVSNIGXWMRGPYHMRKƼIPHSFWIVZEXMSRWMRWTIGXMSRWERHHEXE
tracking through the E-Builder system to ensure compliance
with pump station construction requirements and enhance
TVSNIGXIƾGMIRG],ILEWLERHWSRI\TIVMIRGIMRWTIGXMRK
and supervising construction of pump stations, structural
concrete, utility installations, roadways and bridges.
+IVQERMWTVSƼGMIRXMRGSRHYGXMRK')-WIVZMGIWUYEPMX]
assurance, and quality control (QA/QC) for clients, including
USACE, SFWMD, FDOT, Brightline, and Palm Beach County
School District.
Guillermo Delgado, CGC-*MIPH)RKMRIIV
Guillermo is an accomplished construction professional
that excels in estimation and project management, with
a specialization in cost-effective construction methods
ERHTVMRGMTPIWERHTEVXMGYPEVP]TVSƼGMIRX[MXL671IERW
Skilled in project planning, budgeting, and scheduling,
ensuring projects are completed on time and within budget.
4VSƼGMIRX[MXLEWYMXISJXSSPWMRGPYHMRK1MGVSWSJX3ƾGI
AutoCAD, Civil 3D, Planswift, MATHCAD, Procore, On
Screen Takeoff, Stack, and Togal, coupled with expertise in
environmental permitting processes.
Subconsultant
8LI)RKMRIIVMRK'SQTER]8)'
MWE7SYXL*PSVMHEFEWIHIRKMRIIVMRKƼVQWTIGMEPM^MRKMRHIPMZIVMRKTVSNIGXQEREKIQIRX
construction management, and inspection services for civil infrastructure projects. Our multidisciplinary team of
engineers, construction professionals, and geologists has extensive experience in planning, designing, and supervising
the construction of water/wastewater networks, stormwater systems, pump stations, drainage structures, facilities,
VIWIVZSMVWERHXVERWTSVXEXMSRW]WXIQWƂMRGPYHMRKVSEH[E]WVSYRHEFSYXWXVEƾGGEPQMRKQIEWYVIWERHWXVIIXPMKLX
networks.
TEC has a strong track record in providing Construction Engineering and Inspection (CEI) services for various pipeline
and underground utility projects. Our team has successfully overseen the construction and installation of potable water,
wastewater, and irrigation infrastructure, ensuring compliance with contract documents and regulatory standards. We
have extensive experience in construction observation, quality control, material testing, and documentation, working
GPSWIP][MXLHIWMKRFYMPHXIEQWXSVIWSPZIER]MWWYIWSVHMWGVITERGMIWSRWMXI3YVƼVQLEWQEREKIHTVSNIGXWMRZSPZMRK
the installation of transmission utility mains, and re-pump station improvements, coordinating efforts to ensure timely and
cost-effective project completion while maintaining a focus on safety and environmental compliance. Our CEI services are
backed by our comprehensive knowledge of utility construction practices, and we maintain rigorous oversight from initial
GSRWXVYGXMSRXSƼREPEGGITXERGIIRWYVMRKEPP[SVOQIIXWXLILMKLIWXUYEPMX]WXERHEVHW
')68-*-'%8-3276)+-786%8-327
• Florida State Minority Business Enterprise (MBE)
• Florida State Disadvantaged Business Enterprise (DBE)
• Broward County – County Business Enterprise (CBE) Architecture/Engineering Services
• Broward County – Small Business Enterprise (SBE) Architecture/Engineering Services
•1MEQM(EHI'SYRX]7QEPP&YWMRIWW)RXIVTVMWIƁ%VGLMXIGXYVEP
)RKMRIIVMRK7&)%
)
•1MEQM(EHI'SYRX]7QEPP&YWMRIWW)RXIVTVMWIƁ+SSHW
7IVZMGIW7&)+
7
• South Florida Water Management District (SFWMD) Small Business Enterprise (SBE)
Page 5023 of 9661
11Stantec
Select Project Experience
Naples Park Wastewater Basin 101
Public Utility Renewal | Collier County,
Florida | Project Manager
Marc led a CEI team in providing
services throughout the duration of
the preconstruction, construction, and
commissioning of the Naples Park
Basin 101 Program Improvements. CEI
services include visual observation
and documentation of construction
activities, progress meeting coordination
and documentation, submittal review
and response, RFI review and response,
pay application review and coordination
between Owner, Engineer of Records
and Contractor, and Change Order
RIKSXMEXMSRWERHHIZIPSTQIRXSJƼIPH
solutions for the projects:
• Vanderbilt Drive and Cul-de-Sac
Improvements
• Creekside Force Main Extension,
Phase1
• 110th Avenue North Public Utility
Renewal
• 107th Avenue North Public Utility
Renewal
• 95th Avenue North Public Utility
Renewal
• 96th Avenue North Public Utility
Renewal
• 105th and 106th Avenues North Public
Utility Renewal
• 108 and 109 Avenues North Public
Utility Renewal
16-inch and 24-inch Force Mains at
Immokalee Road and Collier Boulevard/
Broken Back Road | Collier County,
Florida | Project Manager
Managed Construction Engineering
and Inspection services associated
with the project and worked closely
with the client, design engineer,
operations staff to assure that all work
is completed in accordance with the
Contractor Documents and to the Client’s
satisfaction.
Pumping Stations PS 104.05, 147.00,
151,00, 158.00, 302.09 | Collier County,
Florida | Project Manager
Managed all Engineer of Record
and Construction Engineering and
Inspection services associated with
each of the pump station projects.
Marc worked closely with the client
project manager to assure that all work
was completed in accordance with the
Contractor Documents and to the Client’s
satisfaction. Also assisted the client
project manager in dealing with and
resolving contractor claim issues to the
satisfaction of all parties.
Vanderbilt Beach MSTU Overhead
Power to Underground Coversion |
Collier County | Collier County, Florida |
Project Manager
Manages CEI Services for construction
associated with the undergrounding
approximately 1.3 miles of overhead
power and telecom utilities. Most of the
project was completed using horizontal
directional drilling. Survey of drill rod end
points and depths were recorded using
sub-meter GPS instruments and ARC
GIS as drilling progressed for producing
accurate as-builts.
South County Regional Water Treatment
Plant Reactor Tank Number 4 CEI
Services | Collier County, Florida |
Project Manager
Successfully managed Construction,
Engineering and Inspection services
for a new lime-softening reactor tank
that increases the plant’s reliability
JSVƼRMWLIHHVMROMRK[EXIVTVSHYGXMSR
The circular tank is 52-foot in diameter
with 20-foot tall, 14-inch thick walls
capable of treatment up to 6-MGD. It
was constructed using cast-in-place
concrete and shotcrete construction
methods. The project work also
included: relocation of existing utilities
MRGSRƽMGX[MXLXLITVSTSWIHXERO
location; connections to existing
42 through16-inch diameter ductile
pipelines; electrical and instrumentation
upgrades; new connections to the
existing recarbonation basin; and
several hundred feet of 42-inch diameter
EFSZIKVSYRHHYGXMPIMVSRIƿYIRXLIEHIV
TMTMRKXSGSRZI]ƽS[JVSQXLIVIEGXSV
tanks into recarbonation basin.
Marc brings more than 23 years of
local experience from utility design and
construction projects. He’s served as a
consulting engineer and utility contractor
project manager for stormwater, water and
wastewater pipeline, and treatment plant
projects. Marc has managed several multi-
million dollar projects and is currently
Stantec’s CEI Team Lead, managing over
inspectors, construction administrators,
and engineers in Southwest Florida. Marc
is currently Senior Project Manager for CEI
services for the Naples Park Wastewater
Basin 101 and works closely with several
Collier County departments.
Years of Experience: 23
Licenses, Registrations,
'IVXMǖGEXMSRW4VSJIWWMSREP
%ǘPMEXMSRW
• Professional Engineer, FL #66473
• Stormwater Management Inspector
#28706, Florida Department of
Environmental Protection
Education:
• BS, Civil Engineering, Pennsylvania
State University, State College
Marc Lean, PE
Project Manager
Page 5024 of 9661
12Stantec
Select Project Experience
East Naples Community Park, Collier
County, Florida | Civil Engineer
Responsible for civil project design
SJX[SWSGGIVƼIPHW8LI)EWX2ETPIW
Community Park is a unique 40-acre
public park adjacent to Collier County’s
Avalon Elementary School. Stantec
prepared the master plan for this site,
which shares common recreational
facilities with the school.
Collier County Government Operations
Business Park, Collier County, Florida |
Civil Engineer
Stantec performed the planning
and design of a new public works
operations and maintenance campus.
This challenging project will result in
the aggregation into one joint location
of three departments, and multiple
user groups within those departments,
who are currently spread out over
ƼZIWITEVEXIWMXIW%HHMRKKVIEXIV
complexity and requiring design
solutions that complement each other’s
operational and security needs, Collier
County Sheriff also will occupy a portion
of the site, consolidating their CID and
Evidence Storage into one facility.
Horn Island Housing Triplex and
Utilities Replacement Jackson County,
Mississippi | Principal
Responsible for overall client interface
and project and team management.
This design/build contract entails the
replacement of National Parks Service
Ranger residences and corresponding
utilities on Horn Island that were
destroyed by Hurricane Katrina. As part
of the Gulf Islands National Seashore,
Horn Island is located approximately 12
miles off the coast of Ocean Springs,
Mississippi and is accessible only by
boat.
Eastpoint Water Distribution and
Vacuum Wastewater System Expansion,
Franklin County, Florida | Principal
Responsible for overall client
interface and project and team
management. Stantec provided
engineering design, permitting, and
construction administration services
for improvements to Eastpoint’s water
distribution system and new water
treatment plant, as well as for its aging
vacuum sewer collection system and
pump stations.
Grayton Beach State Park, Walton
County, Florida | Principal
Responsible for overall client interface,
civil design, and project and team
management. Stantec provided multiple
services for the expansion of this
Florida State Park, including design of
a campground expansion at a world-
renowned beach site, bathhouse
addition, utilities extensions, stormwater
management, and associated
campgrounds and sidewalks. Utility work
included the design and permitting of a
new sewage lift station for replacement
of on-site septic tanks.
Hurricane Dennis Boardwalk Repair and
Rebuilds Walton County, Florida | Civil
Engineer
Responsible for overall civil design,
client interface and project and team
management. During the 2004 and 2005
hurricane seasons, Walton County had
to rebuild and repair numerous public
access wooden boardwalks as the direct
result of storm surge and beach erosion.
Several storms and hurricanes took
their toll on wooden boardwalks, both in
recovery and reconstruction costs.
Talquin Electric Cooperative, Water &
Wastewater Improvements, Leon and
Gadsden Counties, Florida
Responsible for the design, permitting,
and construction services of various
water and wastewater system
expansions. Water improvements
included the expansion of potable
water systems within two North Florida
counties that included water main
installations, elevated storage tank, well
installation, and booster pump stations.
Wastewater improvements included
expansion of existing land application
W]WXIQWERHWPS[VEXIMRƼPXVEXMSRTSRHW
Chris has both civil and environmental
engineering experience in the private and
public sectors. His professional skills
include project management, preliminary/
conceptual design, permitting, system
QSHIPMRKƼREPHIWMKRGSWXIWXMQEXMRK
bidding, and constructionphase services.
He participated in the design and
implementation of various stormwater,
potable water, sanitary sewer systems
and solid waste facilities, which included
permitting from federal, state, and local
regulatory agencies.
Years of Experience: 34
Licenses, Registrations,
'IVXMǖGEXMSRW4VSJIWWMSREP
%ǘPMEXMSRW
• Professional Engineer, FL #56859
• Professional Engineer, AL #25147
Education:
• BS, Civil Engineering, Florida State
University
Chris Brockmeier, PE
Principal-in-Charge
Page 5025 of 9661
13Stantec
Select Project Experience
108th and 109th,105th and 106th,
95th and 96th, 107th, 110th Avenue
North Public Utilities Renewal Project
| Naples, Florida | Assistant Project
Manager
Construction observation and
documentation services consisting
on preparation and review of daily
construction reports, tracking of daily
construction quantities and review
of monthly payment applications,
TVITEVEXMSRSJ6IUYIWXJSV'PEVMƼGEXMSRW
to the EORs and Client, submittals
review, running of progress meetings
and preparation of meeting minutes,
Neighborhood Information Meetings
preparation and participation, provide
weekly updates of construction progress
for project website update, coordination
of manpower to cover multiple crews
along the project, asbestoscement
utilities removal reports for the client,
and close-out documentation review and
preparation.
SCWRF Reclaimed Water Storage Tank
Improvements | Collier County | Collier
County, Florida | Assistant Project
Manager
Served as assitant project manager
for Engineering Services during
Construction, which included
construction contract administration and
CEI services. The project consisted of
QSHMƼGEXMSRWXSERI\MWXMRK[EWXI[EXIV
treatment plant that would enable
plant operators to convey up 3.3 MG of
irrigation quality water to an existing
reclaimed/reject water storage tank.
Miguel assisted with the development
of design changes required to meet the
project’s objectives after existing PCCP
pipe, which differed from what was
MHIRXMƼIHF]GPMIRXTVSZMHIH79)HEXE
were encountered during construction.
Vanderbilt Drive and Cul-de-sacs Public
Utilities Renewal Project | Naples,
Florida | Assistant Project Manager
Construction observation and
documentation services consisting
on preparation and review of daily
construction reports, tracking of daily
construction quantities and review
of monthly payment applications,
preparation of Work Directives and
Change Orders for the client, preparation
of Request for Information to the EORs
and Client, submittals review, running
of progress meetings and preparation
of meeting minutes, Neighborhood
Information Meetings preparation
and participation, documentation of
pre-construction conditions along
seawalls and behind properties for
future damage claims, provide weekly
updates of construction progress for
project website update, coordination
of manpower to cover multiple crews
along the project, and asbestos-cement
utilities removal reports for the client.
Colonial Terrace Improvements | City of
Fort Myers, Florida | Assistant Project
Manager
Assisted with managing the CEI services
for a residential neighborhood drainage
and utility improvement project. Services
for this project included observation
and documentation of work completed
by the Contractor, pay application
review, progress meeting administration
and documentation, preparation of
monthly progress reports, change order
RIKSXMEXMSRERHHIZIPSTQIRXSJƼIPH
solutions.
US 41 Water Main Replacement Phase
2 | Collier County | Naples, Florida |
Project Manager
Construction observation and
documentation services consisting
of preparation and review of daily
construction reports, tracking of daily
construction quantities and review
of monthly payment applications,
TVITEVEXMSRSJ6IUYIWXJSV'PEVMƼGEXMSRW
to the EORs and Client, progress
meetings participation, and coordination
of manpower to cover multiple crews
along the project.
Miguel has been working as a Task
and Project Manager for construction
administration projects in Naples,
Florida. Furthermore, Miguel has previous
experience providing pre-construction and
on-site assistance as liaison on a number
of water distribution system projects in
Chile and Puerto Rico.
Years of Experience: 17
Licenses, Registrations,
'IVXMǖGEXMSRW4VSJIWWMSREP
%ǘPMEXMSRW
• Professional Engineer, FL #84239
Education:
• BS, Civil Engineering, Polytechnic
University of Puerto Rico
Miguel Perez-Rivera,
PE
Deputy Project Manager
Page 5026 of 9661
14Stantec
Gerard Hills
Primary Inspector
Gerard has 36 years of experience in all phases of
construction engineering inspection and testing
on roadway and building projects. His duties have
included inspections, coordination, and testing of
water and sewer, roadway, drainage, utilities, and
electrical and industrial facilities. In working with
various municipal, county, state and private clients,
Gerard has ensured a successful product is delivered
to the client.
0MGIRWIW6IKMWXVEXMSRW'IVXMǖGEXMSRW4VSJIWWMSREP
%ǘPMEXMSRW
•'SRGVIXI*MIPH-RWTIGXSV7TIGMEPMWX'IVXMƼGEXMSR
FDOT, 2012
• Asphalt Paving Level I & II Training, FDOT, 2012
• CTQP Earthwork Level I & II Training, FDOT, 2012
Education:
• Civil Engineering, General Academic Courses,
Kingborough College
Relevant Project Experience:
• Vanderbilt Drive and Cul-de-Sacs Public Utility
Renewal | Collier County, FL | Project Inspector
• 107th and 110th Avenues North Public Utility
Renewal | Collier County, FL | Project Inspector
• 108th and 109th Avenues North Public Utility
Renewal | Collier County, FL | Project Inspector
• 105th and 106th Avenues North Public Utility
Renewal | Collier County, FL | Project Inspector
• 95th and 96th Avenues North Public Utility Renewal
| Collier County, FL | Project Inspector
• Palm River Areas 1 and 2 Public Utility Renewal |
Collier County, FL | Project Inspector
Ricardo Julien
Primary Inspector
Ricardo has over 22 years of experience in the
construction of civil engineering projects and
overseeing all phases of multimillion-dollar
construction, infrastructure, superfund and
environmental projects for diverse sector clients.
Experience includes managing crews of up to 150 in
a variety of construction/demolition projects. He has
strong credentials and a proven history of on-time,
on-budget and high-quality project completions. His
experience includes: construction and demolition
projects, site safety/OSHA compliance, change order
management, budgeting and cost controls, bidding,
estimating and proposals, and subcontractor and crew
supervision.
Relevant Project Experience:
• Vanderbilt Drive and Cul-de-Sacs Public Utility
Renewal | Collier County, FL | Project Inspector
• 107th and 110th Avenues North Public Utility
Renewal | Collier County, FL | Project Inspector
• 108th and 109th Avenues North Public Utility
Renewal | Collier County, FL | Project Inspector
• 105th and 106th Avenues North Public Utility
Renewal | Collier County, FL | Project Inspector
• 95th and 96th Avenues North Public Utility Renewal
| Collier County, FL | Project Inspector
• Palm River Areas 1 and 2 Public Utility Renewal |
Collier County, FL | Project Inspector
Page 5027 of 9661
15Stantec
Dave Clarke, PE, CFM
Constructibility Review
Dave has over 22 years of experience on numerous
public infrastructure projects for state agencies,
counties, and municipalities in Florida. His experience
includes coordination and design of water and
wastewater utilities for major projects. He has
extensive permitting experience with many of the
regulatory agencies including the Department of
Environmental Resources Management (DERM),
South Florida Water Management District (SFWMD),
Department of Environmental Protection, MD-WASD,
Department of Health, and Miami-Dade County Public
Works Department. Dave also has experience as a
project engineer inspector on pump stations, storm
drainage, sanitary sewers, Sanitary Sewer Evaluation
Studies (SSES), and Sanitary Sewer Repair and
Rehabilitation (SSRR) projects.
0MGIRWIW6IKMWXVEXMSRW'IVXMǖGEXMSRW4VSJIWWMSREP
%ǘPMEXMSRW
• Professional Engineer, FL #66553
•'IVXMƼIH*PSSHTPEMR1EREKIV*097
Education:
• BS Civil Engineering, Florida International University
• MS Civil Engineering, Florida International
University
Relevant Project Experience:
• NW 57 Avenue 54-inch Watermain Improvements
(Hialeah Expressway to NW 142 Street) | Miami-
Dade County, FL | Deputy Project Manager and
Project Engineer
• JPA Alton Road (North) Waterline Replacement |
Miami Beach, FL | Engineer of Record
• Redundant 36-inch Transmission Force Main along
Snake Creek Canal | Miami-Dade, FL | Project
Manager
Sergio Hoyos, PE
Constructibility Review
Sergio has 24+ years of mechanical engineering and
management experience for water and wastewater
systems. His experience includes leading mechanical
design and analysis for pump stations, including
XLIHIWMKRSJWXSVQ[EXIVERHƽSSHGSRXVSPTYQT
stations with capacities up to 4,600 cubic feet per
second. In addition, Sergio’s design expertise extends
to pipelines, drainage and distribution systems,
reclamation facilities, gravity and sanitary sewer, and
water supply infrastructure systems. Recently, Sergio
was responsible for construction management for nine
projects under a Consent Decree Program.
0MGIRWIW6IKMWXVEXMSRW'IVXMǖGEXMSRW4VSJIWWMSREP
%ǘPMEXMSRW
• Professional Engineer, FL #71781
Education:
• MS, Civil Engineering, California State University –
Los Angeles
• BS, Civil Engineering, California State University –
Los Angeles
Relevant Project Experience:
• Everglades Agricultural Area A-2 Reservoir
Pumping Station (S-623) | Palm Beach County, FL |
Mechanical Designer
• City of Naples Beach Outfall Pump Station
Restoration and Water Quality Improvements |
Naples, FL | Design Engineer
• Sarasota County Temporary Water Reclamation
Facility Booster Pump Skid | Sarasota County, FL |
Project Manager
• USACE Broward County Water Preserve Area,
C-11 Impoundment Pump Station | Weston, FL |
Technical Reviewer
Page 5028 of 9661
16Stantec
Marlon Medina PE, CFM
Constructibility Review
Marlon has 15 years of experience in the design of
Civil Engineering systems including drainage, paving,
and utilities for large scale projects. He has served as
Engineer of Record and Stormwater Project Engineer
for various drainage, water, sewer, stormwater and
sewer pump station design, and industrial projects.
His experience has allowed him to effectively deliver
projects satisfying all owner requirements. Marlon has
focused on assisting clients with water infrastructure
HIWMKRWMRGPYHMRKMRƼPXVEXMSRXVIRGLIWERHWXSVQ[EXIV
TYQTWXEXMSR,IMWTVSƼGMIRXEXZEVMSYWWSJX[EVI
packages including Microsoft Project, ICPR4, AutoCAD,
and Auto Turn.
0MGIRWIW6IKMWXVEXMSRW'IVXMǖGEXMSRW4VSJIWWMSREP
%ǘPMEXMSRW
• Professional Engineer, FL #77052
• 'IVXMƼIH*PSSHTPEMR1EREKIV*097
Education:
• BS, Civil Engineering, Florida State University
Relevant Project Experience:
• Freedom Park Stormwater Pump Station | Collier
County, FL | Engineer
• Village of Palmetto Bay Drainage Improvements
Phase V | Palmetto Bay, FL | Project Engineer
• Pelican Marsh Irrigation Pump Station
Improvements | Collier County, Florida | Project
Manager
• Master Pump Station 104.00 Vertical Asset
Hierarchy Development | Collier County, FL | Project
Engineer
Manuel Perez, GISP
Asset Information Management & Onboarding
Manny has 14+ years of GIS experience providing
technical project management and task delivery. His
skills include geodatabase design and implementation,
data conversion, manipulation, collection and
maintenance, as well as technical writing and
TVSZMHMRKXIGLRMGEPWTIGMƼGEXMSRW1ERYIPMWJEQMPMEV
with enterprise geodatabase platforms, including GIS
Servers and web map application support. He has a
well-established track record in leveraging these skills
and experience for the purposes of asset population
and inventory by combining multiple data sources and
technology to help clients build a complete picture of
their assets and how they interconnect. Manuel has a
proven history helping utilities and agencies integrate
ERHYTHEXI+-7W]WXIQW[MXLWMKRMƼGERXI\TIVMIRGIMR
water resources management land use planning, and
utility networks.
0MGIRWIW6IKMWXVEXMSRW'IVXMǖGEXMSRW4VSJIWWMSREP
%ǘPMEXMSRW
• 'IVXMƼIH+ISKVETLMG-RJSVQEXMSR7]WXIQW
Professional (GISP) #67934
Education:
• BA, Geography, University of South Florida
Relevant Project Experience:
• ArcGIS Utility Network Pilot Implementation |
Collier County Public Utilities | Naples, FL | Project
Technical Lead
• Collier County GIS Asset Editing | Naples, FL | GIS
Manager
• 1MWWMRK7I[IV0EXIVEP-HIRXMƼGEXMSRERH''8:(EXE
Conversion | Collier County, FL | Project Manager
and Technical Lead
• GIS Web Map Application Solution | Collier County,
FL | GIS Analyst
Page 5029 of 9661
17Stantec
Tyler Smith, GISP
Asset Information Management & Onboarding
Tyler is a GIS Professional with over a decade of
experience working with geospatial data. He began his
career working for Garmin International in Kansas City,
MO, helping with design and implementation of marine
OEM systems. He has extensive experience in the
public sector (Sarasota County Public Utilities, City of
Sarasota) and in the private sector (Hydromax USA).
0MGIRWIW6IKMWXVEXMSRW'IVXMǖGEXMSRW4VSJIWWMSREP
%ǘPMEXMSRW
•'IVXMƼIH+ISKVETLMG-RJSVQEXMSR7]WXIQW
Professional (GISP) #160986
Education:
• MS, GIS Administration, The University of West
Florida
• BA, Geography, University of Kentucky
Relevant Project Experience:
• Multiple Utility Network Implementations | Collier
County, FL | Senior GIS Analyst
• Island Water Association | Sarasota, FL | Senior GIS
Analyst
• Pinellas County Wastewater Master Plan |
Clearwater, FL | Senior GIS Analyst
Matt Kuduk
Fiber Optics Technical Advisor
Matt has over 14 years of experience with power
XVERWQMWWMSRERHHMWXVMFYXMSRW]WXIQWEW[IPPEWƼFIV
optics engineering. He has repeated success meeting/
exceeding project delivery/budget goals and securing
rights from individuals, public utilities; railroads; city/
state/federal governments, and the Army Corps of
)RKMRIIVW1EXXLEWTVSƼGMIRG]MRGSRWXVYGXMSRTPER
reviews, primary/secondary distributions system
design, NESC clearance codes, aerial/underground
ƼFIV4S[IVJEGMPMX]MRWXEPPEXMSRERH+-7W]WXIQW
drafting.
0MGIRWIW6IKMWXVEXMSRW'IVXMǖGEXMSRW4VSJIWWMSREP
%ǘPMEXMSRW
• UF Florida DOT MOT Training, University of Florida
Education:
• BS, Business Administration Candidate, University
of Florida
Relevant Project Experience:
• Kentuckywired* | Lexington, Kentucky | OSP
Designer
• Lumos Networks Fiber Ring Expansion* | Richmond,
Va | OSP Design Engineer / Project Manager
• Dominion Power ADSS Fiber | Virginia Beach, VA |
OSP Designer
• Reliability Projects | Jacksonville, Florida |
Distribution Power Designer
• Luma Distribution Disaster Relief | Puerto Rico |
Distribution Designer
HIRSXIWTVSNIGXWGSQTPIXIH[MXLSXLIVǖVQW
Page 5030 of 9661
18Stantec
Select Project Experience
SFWMD 701 Pump Station Project | Fort
Lauderdale, FL | Project Engineer
+IVQERTIVJSVQWGSQTVILIRWMZIƼIPH
observations, inspections, and provides
project support as delegated by the
South Florida Water Management
District (SFWMD) Engineering
During Construction (EDC) Team. He
collaborates closely with both the
SFWMD Construction Management
(CM) Team and the General Contractor’s
Quality Control (GC QC) Team,
shadowing their operations to ensure
compliance with project requirements.
His responsibilities include collecting
and tracking project data such as RFIs
and Submittals, and accurately inputting
information into the SFWMD E-Builder
system. Additionally, he assists the EDC
Team and the SFWMD with various tasks
XSWYTTSVXTVSNIGXIƾGMIRG]ERHUYEPMX]
assurance.
I-395 Signature Bridge Project |
Southwest Ranches, FL | CEI Inspector
German worked as a CEI Inspector
on the I-395 Signature Bridge Project.
In this role, he conducted rebar
inspections, pile driving, and drilled shaft
inspections while overseeing critical
aspects of roadway and asphalt paving
operations. He was responsible for
supervising concrete pours and closely
monitoring construction progress to
IRWYVIEHLIVIRGIXSWTIGMƼGEXMSRWERH
timelines for Florida Department of
Transportation (FDOT) District 6 projects
in Miami, FL.
Brightline Phase II, Zone 4 North-
South | West Palm Beach, FL | QC Field
Inspector
German served as a QC Field Inspector
for the Brightline Phase II, Zone 4 North-
South project. He conducted concrete
special inspections, focusing on rebar
placement and concrete pouring
for bridges and rail crossings. His
responsibilities included supervising pile
driving and drilled shaft installations,
as well as monitoring the construction
activities of bridges and roadways.
Additionally, he performed weld
inspections for train rail installations
to ensure compliance with project
WTIGMƼGEXMSRWERHUYEPMX]WXERHEVHW
Miscellaneous civil and transportation
infrastructure projects | Riviera Beach,
FL | Senior Field Engineer and Inspector
German inspected structural concrete
projects such as culverts and pump
stations and performed comprehensive
QA/QC inspections across a wide range
of civil and transportation infrastructure
projects, including those for Brightline,
the South Florida Water Management
District (SFWMD), the Florida
Department of Transportation (FDOT),
and the U.S. Army Corps of Engineers
(USACE). His work involved conducting
detailed inspections, testing, and
sampling of soil, concrete, and asphalt
materials to ensure compliance with
IRKMRIIVMRKWTIGMƼGEXMSRWERHUYEPMX]
standards on large-scale infrastructure
and utility projects.
William T. Dwyer High School | West
Palm Beach, FL| Project Engineer
German assisted in the construction of
two educational buildings—a Classroom
Addition and a Career Academy—at
William T. Dwyer High School as part
of a project for the Palm Beach County
School Board. He contributed to
various aspects of project execution,
supporting coordination between the
general contractor and stakeholders to
ensure successful delivery of the school
facilities in alignment with project goals
and construction standards.
German has 30+ years of experience
in civil, geotechnical, and structural
engineering, with extensive project
QEREKIQIRXERHƼIPHWYTIVZMWMSR
expertise in Florida. He has extensive
experience working for the South Florida
Water Management District (SFWMD)
SRTYQTWXEXMSRTVSNIGXWMRGPYHMRKƼIPH
observations, inspections, and data
tracking through the E-Builder system to
ensure compliance with pump station
construction requirements and enhance
TVSNIGXIƾGMIRG],ILEWLERHWSR
experience inspecting and supervising
construction of pump stations, structural
concrete, utility installations, roadways and
FVMHKIW+IVQERMWTVSƼGMIRXMRGSRHYGXMRK
CEI services, quality assurance, and quality
control (QA/QC) for clients, including
USACE, SFWMD, FDOT, Brightline, and Palm
Beach County School District.
0MGIRWIW6IKMWXVEXMSRW'IVXMǖGEXMSRW
4VSJIWWMSREP%ǘPMEXMSRW
• ACI Concrete - Transportation
Construction Inspector; Construction
Special Inspector
• CTQP - Quality Control Manager;
Concrete Batch Plant Operator;
Earthwork Construction Inspection
Level 1 & Level 2; Asphalt Paving
Technician Level 1 & Level 2; Pile
Driving Inspector; Drilled Shaft
Inspector; Final Estimates Level 1
• ACI Field Testing Technician Grade 1
• Florida Stormwater Erosion and
Sedimentation Control Inspector
Education:
• BS, Civil Engineering, Nueva Granada
Military University
German A. Perez
Field Engineer
Page 5031 of 9661
19Stantec
Select Project Experience
South Florida Water Management
District’s Resiliency and Stormwater
Management Pump Stations and Control
Structure Improvements S-27 & S-29 |
Civil Engineer
Guillermo played a vital role in delivering
engineering services that advanced
the South Florida Water Management
District’s resiliency and stormwater
goals. Under TEC’s contract with AECOM,
he provided technical leadership,
precise coordination, and solution-driven
support. Guillermo led civil engineering
at both PS S27 and PS S29, conducting
site assessments, developing Civil 3D
construction drawings, and contributing
XSWTIGMƼGEXMSRWTIVQMXXMRKERHFMH
ready packages. Collaborating closely
with regulatory agencies and project
teams, he ensured deliverables met
FEMA funding criteria and SFWMD’s
standards for sustainability and cost-
effectiveness. PS S27 is a 1,500 CFS
electric pump station, including sheet
pile bulkheads, vertical-shaft pumps,
wildlife protection, and emergency
power systems. PS S29 is a 2,500 CFS
multi-pump system, that includes control
WXVYGXYVIVIXVSƼXWGSVVSWMSRQMXMKEXMSR
and electrical and mechanical upgrades.
Throughout the project, Guillermo
participated in technical meetings,
maintained project schedules, and
drove compliance benchmarks, ensuring
TEC’s work consistently exceeded
expectations. .
City of North Miami Owners Rep
and Project Management Services I
Emergency Rehabilitation for Banyan
Pump Station Permitting I North Miami,
FL | Project Engineer
Worked in the development and
permitting approval of the Banyan Pump
Station project, successfully bringing it
out of a 4-year bypass. Attended multiple
meetings with the Department of
Environmental Resources Management
(DERM) of Miami Dade to gather all
necessary information and collaborated
with the City Manager and project
stakeholders. Work on developing design
drawings, performing hydraulic modeling,
and conducting site visits. Coordinated
approval meetings and worked closely
with the city to obtain permit approval,
enabling the pump station to resume
normal operations. Currently working in
the development of a watertight access
hatch in collaboration with the city and
contractors.
Miami Dade Department of
Transportation and Public Works
(MD DTPW) Sewer System Evaluation
and Support Services for the William
Lehman Center and Bus Central Facility
I Miami-Dade County, FL | Project
Engineer
Guillermo played a key role in supporting
Miami-Dade County’s efforts to meet
compliance with the 3rd Cycle Sanitary
System Evaluation Survey reporting
for Miami Dade Department of
Environmental Resource Management
(DERM). Working across the William
Lehman Transit Center (PSO 714)
and the Central Bus Maintenance
Facility (PSO 766), he applied a data-
driven approach to infrastructure
IZEPYEXMSRERHXEVKIXIHƼIPHXIWXMRK
Guillermo coordinated and executed
key services, including smoke testing,
manhole and clean-out inspections,
ƽS[QSRMXSVMRKGIVXMƼIHWYVZI]MRK
and visual system mapping. His
management of multidisciplinary
ƼIPHXIEQWIRWYVIHIƾGMIRXWEJI
operations in compliance with DERM
guidelines. He led the development of
ƼRHMRKWERHVIGSQQIRHEXMSRWVITSVXW
W]RXLIWM^MRKƼIPHHEXEMRXSEGXMSREFPI
insights that allowed DTPW to prioritize
improvements based on real-time
conditions. His oversight of high-
resolution CCTV inspections for critical
MRƼPXVEXMSREVIEWJYVXLIVIRLERGIH
the County’s ability to make informed,
strategic rehabilitation decisions.
Throughout the project, Guillermo
maintained strong communication
[MXL'SYRX]SƾGMEPWGSRXVEGXSVWERH
stakeholders, ensuring the SSES Phase 1
deliverables met technical requirements
and advanced system reliability and
environmental compliance goals.
Guillermo is an accomplished construction
professional that excels in estimation and
project management, with a specialization
in cost-effective construction methods
ERHTVMRGMTPIWERHTEVXMGYPEVP]TVSƼGMIRX
with RSMeans. Skilled in project planning,
budgeting, and scheduling, ensuring
projects are completed on time and within
FYHKIX4VSƼGMIRX[MXLEWYMXISJXSSPW
MRGPYHMRK1MGVSWSJX3ƾGI%YXS'%('MZMP
3D, Planswift, MATHCAD, Procore, On
Screen Takeoff, Stack, and Togal, coupled
with expertise in environmental permitting
processes.
0MGIRWIW6IKMWXVEXMSRW'IVXMǖGEXMSRW
4VSJIWWMSREP%ǘPMEXMSRW
•'IVXMƼIH+IRIVEP'SRXVEGXSV*PSVMHE
• OSHA for Construction 30 hours
Education:
• BS, Civil Engineering, Florida
International University
Guillermo Delgado,
CGC
Field Engineer
Page 5032 of 9661
20Stantec
Certified Minority Business
Enterprise
2.
Page 5033 of 9661
21Stantec
Certified Minority Business Enterprise
Stantec supports the meaningful participation of disadvantaged, minority- and woman-owned business
enterprises on all our contracts.
We consistently meet and often exceed participation targets when they are required by our clients, and in many cases
7XERXIGWIIOWSYXWTIGMƼG(&)TEVXRIVWHYIXSXLIMVUYEPMX][SVOERHLMKLPIZIPSJWIVZMGIVIKEVHPIWWSJ[LIXLIVXLIVIEVI
(&)KSEPWMRTPEGI;IFIPMIZIXLIFIWX[E]JSV(&)ƼVQWXSPIEVRERHKVS[MWXLVSYKLLERHWSRI\TIVMIRGI;I[MPPPSSO
JSVSTTSVXYRMXMIWXSMRZSPZIETVMQEV](&)TEVXRIVXLVSYKLSYXXLIPMJISJETVSNIGXWSXLIƼVQLEWQIERMRKJYPTEVXMGMTEXMSR
in all the technical, management, and communication aspects required to successfully deliver a project.
The DBE’s staff becomes an extension of our staff to establish a seamless team providing successful outcomes for a
project and the community.
7XERXIGMWRSXEGIVXMƼIH1&)FYX[IWXVMZIXS[SVO[MXL1&)ƼVQW[LIRIZIVTSWWMFPI*SVXLMWTVSNIGX[ILEZIXIEQIH
[MXL8LI)RKMRIIVMRK'SQTER]EGIVXMƼIH1&)MRXLI7XEXISJ*PSVMHE
Minority Business
Certification
The Engineering Company, LLC
06/12/2024 06/12/2026
Page 5034 of 9661
22Stantec
Past Performance
3.
Page 5035 of 9661
23Stantec
Our local construction staff assists our clients from the
initial bid process through project closeout. Essentially,
we become extensions of the project owner by managing
and representing owner interests during construction. We
augment our project management specialists seamlessly
into any agency, actually becoming an integral part of the
project control team.
Stantec is a leader in providing complete construction
engineering and inspection services on utility
infrastructure, water treatment and water reclamation
facilities, road restoration, and building development
projects of all types.
;ITVSZMHI
• Constructability reviews
• Bid processing and contractor selection
• Cost estimating, cost control, and pay review
• Schedule review and monitoring
• Submittal review and processing
• Complete quality assurance and quality control
programs
• Resident engineer services
• Claims review and processing
• Project closeout
• Project commissioning
Stantec CEI Experience
With Stantec, Collier County gets a full-service
SVKERM^EXMSRXLEXLEWVSSXWMRXLI'SYRX]JSVSZIVƼZI
decades. Many of our people have lived in the County
all their lives. We take pride in the work we do and the
FIRIƼGMEPMQTEGXXLEX[SVOLEWSRSYVGSQQYRMX]
3YVXIEQMWFEWIHSYXSJSYV2ETPIWSƾGIERHMW
staffed with personnel that have been closely involved
with County construction projects for a good part of
their careers.
8STYXXLIFIRIƼXWSJWIPIGXMRK7XERXIGWYGGMRGXP]
་ Strong construction inspection experience on more
than seven Collier County PUR projects
་ Strong local engineering support
་ Excellent experience with Collier County EPMD
design and construction
་ Over a dozen local staff dedicated to this project
་ %FMPMX]XSVETMHP]VIWTSRHXSƼIPHERHGSRXVEGX
related issues to keep the project moving toward
completion
་ Support of an organization of 32,000 people with
SZIVMR*PSVMHE
) ơ/.*! ' /$)"/)/
Page 5036 of 9661
24Stantec
Naples Park (107th, 110th, 95th, 96th, 108th, 109th, 105th, 106th, 98th, and 99th Avenues North)
Collier County, FL
Collier County Public Utilities Engineering and Project Management Division (EPMD) is
implementing a series of utility improvement projects within Wastewater Basin 101, known
as the Naples Park area, in an effort to optimize existing wastewater infrastructure and
maximize wastewater treatment and conveyance system capacity. Continued high quality
and reliable utility services are the driving forces behind the Collier County Public Utilities
Renewal (PUR) Program, a series of projects to repair and replace aging potable water,
wastewater, and stormwater infrastructure.
Naples Park is predominantly a residential community located west of Tamiami Trail North to
the Gulf of Mexico and between Vanderbilt Beach Road and 111th Avenue North. This system
ultimately conveys wastewater to the County’s North Water Reclamation Facility (NCWRF)
located on Goodlette- Frank Road south of the intersection with Immokalee Road. Aging
YXMPMX]MRJVEWXVYGXYVIMRXLI2ETPIW4EVORIMKLFSVLSSH[EWMHIRXMƼIHJSVXLI'SPPMIV'SYRX]
PUR Program - a multi-year effort with design and construction occurring over the next 10-20
years as dictated by funding and priorities.
The project so far has included repair and replacement of water, wastewater and stormwater
systems that service residents along the entire length of 95th, 96th, 98th, 99th, 105th,
106th,107th, 108th, 109th, and 110th Avenues North in Naples Park. Water and sewer lines
[IVIVITPEGIHZMXVMƼIHGPE]WI[IVQEMRW[IVIVITPEGIH[MXLRI[4:'QEMRWEWFIWXSW
cement water mains were replaced with new PVC water mains; stormwater collection and
treatment system rehabilitation work were completed in the right-of-way; roadways were
renewed; and right-of-ways were restored back to their pre-construction conditions. This
project began construction in 2016 and is expected to continue through 2035.
Stantec provided Construction Engineering and Inspection (CEI) services that include visual
observation and documentation of construction activities; coordination of critical activities
FIX[IIR'SPPMIV'SYRX]'SRXVEGXSVERH)36EPSRK[MXLHIZIPSTQIRXSJƼIPHWSPYXMSRWJSVXLI
multiple projects within Naples Park.
-REHHMXMSR7XERXIGTVSZMHIHXLIWIVZMGIWSJE4YFPMG-RJSVQEXMSR3ƾGIV4-3
XSEWWMWX
the County with a 24-hour project hotline to receive community concerns; manage program
website and brand development; tracking rights of entry authorization for community
members whose services will be replaced during the project; providing door hanger
RSXMƼGEXMSRWVIPEXIHXSYVKIRXGSRWXVYGXMSREGXMZMXMIWQIIX[MXLVIWMHIRXWSRWMXIXSHMWGYWW
individual issues and/or concerns and coordination with County PM to resolve said issues;
coordination of pre-construction outreach and public information meetings; and developing
informational material.
Client:
Collier County, FL
Completion:
107th – July 2018
110th – July 2018
95th – January 2020
96th – April 2021
98th - In progress
99th - In progress
105th - May 2024
106th - May 2024
108th - November 2022
109th - November 2022
Project Team:
Marc Lean, PE, Project Manager
Miguel Perez,PE, Project Engineer
Scott Sikorski, Project Inspector
Ricardo Julien, Project Inspector
Juan Henao, Project Inspector
Page 5037 of 9661
25Stantec
CEI Services for Palm River Areas 1 and 2 Public Utility Renewal
Collier County, FL
Stantec provided CEI and PIO services for the Palm River Areas 1 and 2 Public Utility Renewal project.
This project included the replacement of aging infrastructure in Areas 1 and 2 of the Palm River
neighborhood (Cypress Way East and Palm River Boulevard, Golfview Drive, Pompano Drive and
Eastwood Drive).
The three utilities were replaced as part of this project, potable water, wastewater and stormwater.
• Over 9,100 LF of existing asbestos-cement (AC) water main was removed and replaced with
polyvinylchloride (PVC) pipe. This work also included replacement of water services, meters, and
ƼVIL]HVERXW
• %TTVS\MQEXIP]0*SJZMXVMƼIHGPE]TMTI:'4
KVEZMX]WERMXEV]WI[IVERHWI[IVWIVZMGIW
and cleanouts were removed and replaced with PVC pipe. Approximately 3,660 LF of ductile iron
force main was removed and replaced using high-density polyethylene (HDPE) pipe. Two (2)
wastewater pump stations were also refurbished.
• The existing stormwater infrastructure was also replaced, including 9,450 LF of various sized
corrugated metal drainage pipe (CMP) and concrete drainage structures which were replaced
with new HDPE and RCP pipe and precast structures, respectively. Additionally, new mitered-end
sections and concrete valley gutters were installed, swales were regraded, and yard drains were
added to provide proper drainage to the area.
In addition to the improvements noted above, the project also required that all roadways and the
entire right-of-way (including custom driveways, irrigation systems, sod and mailboxes) be restored
along each property, as well as Cypress Way East, Palm River Boulevard, Golfview Drive, Pompano
Drive and Eastwood Drive. A new sidewalk was also installed along a section of Cypress Way East to
provide pedestrians a safe way to traverse to community.
Stantec’s CEI services generally consisted of observing and documenting, in detail, progress of
construction to inform the owner and Engineer of Record that all work was generally completed
in conformance with the Contract Documents, approved shop drawings, Change Orders, and RFI
(Request for Information) responses. Observations were documented on Daily Work Report forms
GVIEXIHWTIGMƼGEPP]JSVXLITVSNIGX[LMGLTVSZMHIHIEGLYXMPMX]XLIMVS[RVITSVXWIGXMSRJSVIEWISJ
review. Stantec also assisted the County with: Monthly pay application review, developing punch
lists, participating in driveway restoration limits and Substantial and Final Completion walkthroughs,
preparing asbestos-cement pipe removal backup documentation for federal agencies, and storage lot
assessments. All documents generated and progress photographs taken during construction were
catalogued for the project delivery team’s information and use.
Client:
Collier County, FL
Completion:
01/2025
Project Team:
Marc Lean, PE, Project Manager
Miguel Perez, PE, Project
Engineer
Scott Sikoirski, Project
Inspector
Gerry Hills, Project Inspector
Page 5038 of 9661
26Stantec
CEI Services for US 41 Water Main
Collier County, FL
Stantec provided CEI and PIO services for Phase 2 of the US 41 Water Main Replacement project. This
project included the replacement of aging infrastructure along Areas 1 and 2 of the along US 41, Tamiami
Trail, between Immokalee Road and 91st Avenue North.
The two main utilities replaced as part of this project were potable water and wastewater.
• The existing water main was replaced with new water main using several installation methods.
ſ Approximately 600 LF of 6” and 8” C900 polyvinylchloride (PVC) water installed by means of open
cut trenching.
ſ Over 2,850 LF of 10” PVC and High-density polyethylene (HDPE) pipe was installed by means of slot
trenching.
ſ Approximately 2,170 LF of 10” HDPE pipe was installed by means of pipe bursting.
ſ A little over a 1,000 LF of 10” HDPE pipe was installed by means of horizontal directional drilling.
ſ Over 5,000 LF of existing water main was grouted and abandoned in place. This work also included
VITPEGIQIRXSJWIZIVEPƼVIL]HVERXW
• 7M\
RI[TVIGEWXTSP]QIVGSRGVIXIQERLSPIW[IVIMRWXEPPIHWIZIVEPI\MWXMRKWERMXEV]ERHGSRƽMGX
box structures were abandoned/disposed of, and three (3) sewer lateral relocations were performed to
adjacent commercial businesses.
In addition to the improvements noted above, the project also required that the intersection of US 41 with
the Naples Park Numbered Streets were restored and paved (including business driveways, irrigation
systems, sod and mailboxes). New sidewalk was installed along US 41 on areas that were impacted by the
activities described above.
Stantec’s CEI services generally consisted of observing and documenting, in detail, progress of
construction to inform the owner and Engineer of Record that all work was generally completed in
conformance with the Contract Documents, approved shop drawings, Change Orders, and RFI (Request for
-RJSVQEXMSR
VIWTSRWIW3FWIVZEXMSRW[IVIHSGYQIRXIHSR(EMP];SVO6ITSVXJSVQWGVIEXIHWTIGMƼGEPP]
for the project, which provided each utility their own report section for ease of review. Stantec also
assisted the County with: Monthly pay application review, developing punch lists, and participating in
driveway restoration limits and Substantial and Final Completion walkthroughs. All documents generated
and progress photographs taken during construction were catalogued for the project delivery team’s
information and use.
In addition to providing CEI services, Stantec coordinated the Public Information Outreach (PIO) services
TIVJSVQIHSRXLMWTVSNIGXXSIHYGEXIPSGEPVIWMHIRXWERHFYWMRIWWIWEFSYXXLITVSNIGXFIRIƼXWERH
impacts as well as listen to concerns and respond to questions. This included the coordination, setup and
participation of Public Neighborhood Information Meetings, as well as one-on-one meetings with residents
ERHFYWMRIWWS[RIVWSRWMXIXSHMWGYWWERHLIPTVIWSPZIWTIGMƼGGSRGIVRW
Client:
Collier County, FL
Completion:
12/2020
Project Team:
Marc Lean, PE, Project Manager
Miguel Perez, PE, Project
Engineer
Scott Sikoirski, Project
Inspector
Gerry Hills, Project Inspector
Page 5039 of 9661
27Stantec
Vanderbilt Beach MSTU Overhead to Underground Power Conversion, Phase IV
Collier County, FL
The Vanderbilt Beach Municipal Service Taxing Unit (MSTU) selected Stantec to provide construction
and engineering and inspection services throughout the duration of the preconstruction, construction,
and commissioning of a utility project that relocated overhead FPL, Comcast, and Century Link utilities
underground to improve the community’s aesthetics while protecting the utilities from damage and
PSWWSJWIVZMGIVIPMEFMPMX]HYVMRKXVSTMGEP[IEXLIVIZIRXW8LIJSYVXLERHƼREPTLEWISJXLITVSNIGX
converted aerial utilities underground along 1.3 miles of Vanderbilt Drive, between Bluebill Avenue and
the Cocohatchee River/Wiggins Pass. Most of the new utility installation was completed by horizontal
directional drilling, a construction method that Stantec’s Naples CEI team is very familiar with and has
observed on several previous projects in Collier County. Some work was completed using the open-
cut construction method which required additional restoration efforts. Above ground transformers
were also constructed as part of the project. The project also include hanging stainless conduits
SRERI\MWXMRKFVMHKIXSGEVV]XLIQEGVSWWXLI'SGSLEXGLIIVMZIV7XERXIGƅWƼIPHMRWTIGXSVHMKMXEPP]
documented the path of the directional drilling head using a Trimble R2 GNNS (i.e. GPS) units, powered
by ARC GIS software, capable of surveying assets accurate to within 4 inches. Using the Trimble unit
EPPS[WYWXSUYMGOP]SFXEMREWWIXPSGEXMSRHEXEXLEXGERFIYWIHXSGSQTPIQIRXƼIPHWOIXGLIWHIZIPST
CAD drawings, and seamlessly initiate asset data collection for later use in the County’s GIS asset
management database.
Client:
Collier County, FL
Completion:
06/2023
Project Team:
Marc Lean, PE, PM
Miguel Perez, PE, Project
Engineer
Scott Sikorski, Project
Inspector
Ricardo Julien, Project
Inspector
Page 5040 of 9661
28Stantec
South County Regional Water Treatment Plant Reactor Tank Number 4
Collier County, FL
Stantec provided Construction, Engineering and Inspection (CEI) services for Collier County
South County Regional Water Treatment Plant’s new 6.0 MGD Accelerator lime-softening,
VIEGXSVXEROXLEXMRGVIEWIHXLITPERXƅWVIPMEFMPMX]JSVƼRMWLIHHVMROMRK[EXIVTVSHYGXMSR8LI
52-foot in diameter circular tank has 20-foot tall, 14-inch-thick walls that were constructed
using cast-in-place concrete and shotcrete construction methods.
8LITVSNIGX[SVOEPWSMRGPYHIHVIPSGEXMSRSJI\MWXMRKYXMPMXMIWMRGSRƽMGX[MXLXLITVSTSWIH
tank location; connections to existing 42 through16-inch diameter ductile pipelines; electrical
and instrumentation upgrades; new connections to the existing recarbonation basin; and
WIZIVEPLYRHVIHJIIXSJMRGLHMEQIXIVEFSZIKVSYRHHYGXMPIMVSRIƿYIRXLIEHIVTMTMRKXS
GSRZI]ƽS[JVSQXLIVIEGXSVXEROWMRXSVIGEVFSREXMSRFEWMR
Stantec’s full-time, proactive CEI services were instrumental in helping the Contractor
conform to the contract documents as well as identifying non-conforming work before it
could become a permanent part of the work. Stantec worked with closely with the client to
become an extension of their staff, helping them obtain the end-product(s) they desired and
expected.
Client:
Collier County, FL
Completion:
11/2023
Project Team:
Marc Lean, PE, Project Manager
Miguel Perez, PE, Project Engineer
Scott Sikoirski, Project Inspector
Gerry Hills, Project Inspector
Sergio Hoyos, Construction Manager
8LITVSKVIWWTLSXSWWLS[REFSZIEVITVITEVIHF]7XERXIGXSMRGPYHITVSNIGXHIXEMPWJEGMPMXEXMRKERIEWMIVǖPMRKTVSGIWWERH
record keeping. The photos can also be linked to client’s GIS systems for future reference.
Page 5041 of 9661
29Stantec
Pinecrest Watermain Master Plan and System Design
Pinecrest, FL
7XERXIGMWXLI4VMQIGSRWYPXERXJSVXLMWTVSNIGXXLEXMRGPYHIWXLITPERRMRKERHƼREPHIWMKR
of over 27 miles of watermain improvements to complete the potable water system of
the Village of Pinecrest – within a three square mile residential area. The homes in the
TVSNIGXEVIEEVISR[IPPWERHPEGOMRKETYFPMG[EXIVWYTTP]W]WXIQERHƼVITVSXIGXMSR8LI
Master Plan was prepared that included a computerized model of the entire system. Public
workshops and meetings are been held to inform and educate the residents of the work and
cost involved in the project. The ductile iron watermains installed ranged in size from 8”
diameter to 16” diameter.
8LIƼVWXX[STLEWIWSJXLIWIMQTVSZIQIRXWLEZIFIIRTIVQMXXIHERHGSRWXVYGXIH8LIƼVWX
phase included approximately 35,000 linear feet of 12” diameter and 16” diameter backbone
watermain for the area. The second phase of the improvements included approximately
12,000 linear feet of 8” watermain.
;IEPWSTVITEVIHWTIGMEPXE\MRKHMWXVMGXWXSFIXXIVI\TPEMRXLIƼRERGIWSJXLITVSNIGX8LIX[S
phases of construction provided potable water to over 550 properties previously connected to
individual private wells. This successful project also included the implementation of a system
during construction to allow each homeowner to select the best location for their new water
meter.
Client:
Village of Pinecrest, FL
Completion:
07/2022
Project Team:
Ramon Castella, Principal
Dave Clarke, Design Engineer
Marlon Medina, Permitting
Ricardo Julien, Project Inspector
Page 5042 of 9661
30StantecPage 5043 of 9661
31StantecPage 5044 of 9661
32StantecPage 5045 of 9661
33StantecPage 5046 of 9661
34StantecPage 5047 of 9661
35StantecPage 5048 of 9661
36Stantec
Project Approach, Willingness to
Meet Time and Budget
Requirements
4.
Page 5049 of 9661
37Stantec
Project Approach
Northeast Service Area Utility Expansion Project Overview
The Northeast service area continues to grow through
construction of new residential resort style communities.
More growth is anticipated and in response, Collier County
plans to extend water, wastewater, and irrigation quality water
transmission mains to serve anticipated growth. In addition, the
County plans to extend its fiberoptic backbone as part of the
project.
To meet growth demands the County set the substantial
GSQTPIXMSRHEXIJSVXLMWTVSNIGXEW.YRI8LIWIPIGXIH
Design-Build team will have 18 months to permit and construct
almost 8 miles of potable water main, reclaimed water main, force
main, and fiber optic conduits. Based on such a short time frame
to complete construction, it’s anticipated the contractor will have
multiple crews constructing the utilities. Depending on how far
apart crews are working from each other, Stantec is prepared to
staff the project with more than one inspector to observe the work
and determine if it generally conforms to the Contract Documents.
We understand that booster or re-pump stations may be
necessary depending on the design developed by the DBT. Stantec
is well versed in providing CEI services for Collier County’s utility
plants, as well as design services. Stantec’s design of several
Collier County’s pump stations has made us intimate with the
County’s design requirements. We also designed the Heritage Bay
Booster Pump Station, Collier County’s first in-line wastewater
booster pumping station. This experience and expertise can be
utilized for 3rd party review of the DBTs proposed design.
Stantec is familiar with the Oil Well Road corridor and evaluated
site conditions to prepare for this solicitation.
There are generally five different cross-section conditions that are
expected to be encountered during construction of the proposed
utilities, with a mixture of straightforward and challenging
construction/design specifics. Each of the following cross-
section types will require an individual approach to designing
and constructing the pipelines. A graphical overview of the
considerations is presented below.
Plan of Approach
Stantec has worked with Collier County providing CEI services for
neighborhood utility replacement projects, treatment plant
improvement projects, and pipeline projects for more than 10
years. As a result, we are knowledgeable with the sequence of
construction associated with pipeline construction along existing
roadways, Collier County’s Utility Standards Manual, and the
County’s organizational structure. We understand the importance
of working through unforeseen challenges with the Design build
team (DBT) (and project delivery team) to keep the work
progressing while making sure it’s done right! In addition to having
a thorough understanding of the contract documents, Stantec
recognizes it’s just as important to understand the DBT’s plan of
approach before they start work. We consistently communicate
with the DBT as the work progresses so we can continue planning
ahead of the DBT’s actions. Below we have provided a discussion
of how Stantec approaches each of the main points identified as
part of this RPS..
Task 1.0 Construction Observation and Documentation
8EWO'SRWXVYGXMSR8IWXMRK3FWIVZEXMSR
The prime responsibility of a CEI team is to fully understand the
contractual requirements for testing and inspection, determine if
the work completed generally conforms to the contract document
requirements, and to maintain good records of inspections, tests
and work completed, as well as other documentation generated
during the construction process. Stantec has developed several
different workflow systems for documenting progress and
maintaining construction records that allow us to promptly
identify pertinent records upon request. This has proven to be
beneficial in helping the DBT and Collier County when they need
information to resolve project challenges in a timely manner. This
is especially help when resolving claims made against the project,
such as a damaged car rim from a manhole sticking up too high
from the roadway.
+VEWW]ERH'PIEV
63;
Straightforward
construction and
permitting
CEI focus standard
2EVVS[63;ERH
7MHI[EPO9XMPMXMIW
Potential open-cut and
sidewalk replacements
CEI focus on safety
and following
construction plans
9XMPMXMIWYRHIV
WMHI[EPOERH
REVVS[63;
4SXIRXMEPXVEƾGPERI
closures
CEI focus on
GSQTPMERGIJSV8VEƾG
Plan
'YPZIVXWERH
Structures
Potential HDD
opportunities and
permitting challenges
CEI focus on permit
compliance and
monitoring
'EQT/IEMW
7XVERH
Challenging wetlands
and narrow ROW
CEI focus on
monitoring and permit
requirements
Site Conditions along Oil Well Road site
Page 5050 of 9661
38Stantec
Stantec uses a Conflict Resolution process that fosters
professionalism and open, honest discussions among the project
delivery team for resolving most conflicts. In general,
disagreements are addressed beginning in the field, moving up to
the project management level, and finally to the client if necessary.
All decisions are documented in writing.
8EWO0SKERH'SRWXVYGXMSR(SGYQIRXEXMSR
Daily work reports will be prepared with captioned pictures
recording activities and details related to the work on a report
form approved in advance by the County’s project manager. Our
daily work reports provide documentation of the contractor’s
efforts for the day. Stantec’s CEI team takes pride in developing
high-quality, detailed field reports so that readers have a clear
understanding of the work completed as well as whether or not it
was completed in conformance with the Contract Documents.
8EWO7EJIX]
Safety is an important part of Stantec’s culture. We hold safety
moments any time four or more Stantec staff come together for
either formal or informal meetings. When we observe a worker
performing an act that appears to be unsafe, we discuss our
concerns with their supervisor. If danger is imminent, we will
speak directly to the worker and ask them to pause what they are
doing until we can have their supervisor present to discuss any
safety concerns. Stantec attempts to resolve all safety issues at
the field level. If necessary, we will escalate an issue to the DBT’s
and County’s project manager. All safety issues are documented
in Stantec’s daily work reports, reported to the County Project
Manager, and discussed during progress meetings.
8EWO4LSXSKVETLMGERH:MHIS6IGSVH
Stantec’s daily work reports include progress photos showing
each step of the construction process. Videos of critical or
specific activities can be provided upon request.
8EWO+IRIVEP'SSVHMREXMSR
Stantec continuously communicates with the client Project
Manager, DBT and EOR as the work progresses. This helps keep
all parties updated with the latest project information from the
JMIPHPIZIPMRGPYHMRKTVSNIGXTVSKVIWWGLEPPIRKIWMWWYIWMHIRXMJMIH
recommendations for resolution, resident concerns, and more.
8EWO3FWIVZI6IKYPEXSV]%KIRG]-RWTIGXMSRW
We will leverage our extensive experience with CEI on linear
construction projects in southwest Florida to assist the County
with maintaining regulatory compliance throughout the project.
Specific issues to target include monitoring erosion control Best
Management Practices implemented by the DBT and discharges
from dewatering operations to meet NPDES permit requirements.
Ɓ4VITEVEXMSRSJ1SRXLP]6ITSVX
Stantec will assist the DBT with preparation of monthly reports for
this project by supplying photographs and write-ups summarizing
work activities.
Ɓ'SRWXVYGXMSR4VSKVIWW1IIXMRKW
Stantec’s CEI field and office staff will attend regularly scheduled
progress meetings to collaborate with the DBT, County Staff, and
other vested parties with the goal of working through existing
project issues while looking ahead to identify and resolve potential
issues that could compromise the project’s schedule or quality of
construction.
8EWO7YFWXERXMEP'SQTPIXMSR-RWTIGXMSRERH
8EWO*MREP'SQTPIXMSR-RWTIGXMSR
Stantec will coordinate with the County and all appropriate design
and regulatory professionals to define the requirements for a
determination of Substantial Completion and will review the
project construction status to confirm that the major elements for
substantial completion are present. Once it has been determined
that a project is substantially complete, a “walk through” is
completed by the County Stakeholders, DBT, and CEI. The result of
the “walk through” is the development of a punch list. After all
punch list items have been resolved, contractually required
closeout documentation has been received and accepted, Stantec
team will provide a recommendation for final acceptance and
payment.
Task 2.0 Construction Inspector and Project Oversight
8EWO+IRIVEPQEREKIQIRXERH3ZIVWMKLX
Our inspection team has many years of experience in municipal
utility system requirements. The CEI team is led by Marc Lean
providing daily supervision and regular in the field involvement.
4VIGSRWXVYGXMSR1IIXMRK - Discuss administrative procedures and
terms of the contract, as well as to review the items that are left to
complete prior to issuance of the Notice to Proceed.
;IIOP]&M;IIOP]4VSKVIWW1IIXMRKW- Critical regularly
scheduled progress meetings are held for all vested parties to
attend so the DBT can provide progress updates for the work that
was completed in the week(s) preceding the meeting and work
planned for completion in the weeks to come.
Palm River PUR Page 1 of 9
Area 4
Z`6+Po DAILY REPORT OF CONSTRUCTION
PALM RIVER PUR AREA 4
CONSTRUCTION PROJECT
Date:4/17/2025
RPRs:Ricardo Julien Stantec PIN:177311742 Accidents܆܆Yes܈܈No
Day of Week:Thursday Contract Day:43 Total Days:450/480 Accident Report #:
HIGH TEMP (F):84°F AM Conditions:Clear PM Conditions:Clear N/A
LOW TEMP (F):65°F
General
Remarks
#1ͲPrime Contractor – Higgins:
x No general activity observed today.
Planned Activities for the week:
x No general activities anticipated.
Water System
Remarks
#1ͲPrime Contractor – Higgins:
Cocohatchee Blvd.
ĂŶŶLJ͛Ɛ ƌĞǁ ;Z:Ϳ͗
x Station 5+35±:Contractor installed a 8Ͳinch DR14 PVC water main conflict avoidance deflection under
one (1) existing approximately 36Ͳinch CMP stormwater pipe crossing, adjacent to house #325
Cocohatchee Blvd. in the westbound lane on Cocohatchee Blvd. Contractor provided approximately 18Ͳ
inchesofseparationbetweenthetopofthe 8ͲinchDR14PVC watermainpipe and the bottom of the 36Ͳ
inch stormwater pipe. Contractor provided approximately 36Ͳinches of cover between the top of the 8Ͳ
inch DR14 PVC water main at the finished asphalt elevation.
x Station 5+95± to Station 4+77±:Contractor installed approximately 118Ͳfeet of 8Ͳinch DR 14 PVC water
main, in the westbound lane on Cocohatchee Blvd., adjacent to house #325 Cocohatchee Blvd. Installed
8Ͳinch DR 14 PVC water main was measured for payment.
x Station5+50±:ContractorinstalledasteeltappingsaddleforARV,on8ͲinchDR14PVCwatermainalong
Cocohatchee Blvd.adjacent to house #325 Cocohatchee Blvd.
o Contractor installed 8Ͳinch water main with approximately 36Ͳinches of cover.
o Contractor placed #89 stone bedding in bottom of excavation as needed prior to installing water
main pipe.
o Contractor applied Black Dragon Asphalt Enamel coating on megaͲlug glands, bolts and bell joint
restraints.
o Contractor placed and compacted native soil backfill in approximately 12Ͳinch lifts using a plate
compactor. Contractor placed asphalt millings at surface of road cut.
CEI Insp
DBT Super
CEI PM
DBT PM Client PM Resolution
in writing
Page 5051 of 9661
39Stantec
1SRXLP]'SRWXVYGXMSR6ITSVXW – Stantec will assist with preparing
a Monthly Construction Report, summarizing work activities
completed in the past month, along with progress photos of work
completed.
1SRXLP]%TTPMGEXMSRW4E]QIRXERH7GLIHYPI9THEXI6IZMI[ -
Stantec will review monthly updates to the Schedule to determine
if the Contractor is meeting schedule or not. If there is a
discrepancy, Stantec will work with the DBT to reconcile it
expeditiously. Is able to review and respond to an application for
payment within 24 hours of receipt.
*MIPH8IWXMRKERH:IVMJMGEXMSRSJ1EXIVMEPW)UYMTQIRXERH
7YTTPMIW– Verification of materials, equipment, and supplies
incorporated into the work and confirming field testing will be
completed per the contract documents and permits specify when
field testing is required. Stantec will coordinate in the field with
the DBT’s superintendent to make sure the testing is completed as
specified and documented accordingly. Stantec will review field
testing results and notify the County and EOR of any
discrepancies with the contract documents or other concerns that
may arise from the independent test results.
Stantec’s inspectors continuously review project equipment and
materials as they are delivered to the site, before being
incorporated into the work, to determine if the equipment/material
delivered matches that shown on the approved submittal. This
process has become even more important during the recent
material supply shortages where DBT’s suppliers are often
sending material from whatever manufacturer source available
and that meets the Contract Document requirements. While
Stantec recognizes challenges like these may be beyond the
Contractor’s control, we also recognize all work needs to conform
with the Contract Documents. Stantec’s engineering team will
review all proposed water and wastewater shut down plans and
associated connections to the County’s existing system, and
provide comment accordingly.
8EWO'SRXVEGX-RXIVTVIXEXMSRWERH'PEVMJMGEXMSRW
When Stantec’s CEI staff thinks the DBT may have a
misinterpretation/misunderstanding of the intended work, Stantec
initiates the Conflict Resolution process mentioned in Task 1.0.1.
In these instances, Stantec’s goal is to coordinate with the project
delivery team to maintain project intent and quality.
8EWOƁ1SRMXSV4VSNIGX6IGSVHW
Stantec’s field staff can access our computer server remotely, has
project paper files stored in an organized manner in their trucks,
and has a printer/scanner and mobile hotspot in their truck. This
ready access to files allows our staff to respond to most
questions, research issues, recall concerns, review resolutions to
changed conditions, and consult prior agreements. In addition to
maintaining electronic and paper files in the field, Stantec
maintains complete files in its Naples office.
8EWOƁ%W'SRWXVYGXIH*MIPH(VE[MRKW
Stantec maintains and continuously monitors the DBT’s recorded
“as-constructed” data during the progress of construction.
Accuracy of Stantec’s “as-constructed” drawings is also important
because they’re used to cross-check the DBT’s “As-Built” survey of
completed work. Stantec’s CEI team will have the best perspective
for reviewing the DBT’s “As-Built” survey before it’s forwarded to
the EOR to prepare the “Record Drawings.”
8EWOƁ7XEVX9T%RH'SQQMWWMSRMRK7YTTSVX
Stantec will develop a start-up prerequisite checklist to help the
DBT prepare for start-up, before invitations to County staff are
sent. This effort includes coordinating with the DBT to provide the
project delivery team with Operation and Maintenance manuals in
advance of start-up and training activities. Stantec will also
develop start-up checklists based on the Contract Document
testing requirements for use during start-up to document whether
the requirements have been met. Copies of all start-up
documentation will be provided to the project delivery team
electronically in PDF format.
8EWOƁ;SVOMRK,SYVW
Stantec understands that work for this project is anticipated to
X]TMGEPP]SGGYV1SRHE]XLVSYKL7EXYVHE]FIX[IIR%1ERH
41
Task 3.0 Additional Services
8EWOƁ%HHMXMSREP7IVZMGIW%W%YXLSVM^IH-R;VMXMRK
An allowance, as mutually agreeable to Collier County and Stantec
will be established during negotiations for funding the Additional
Services task. It’s anticipated the allowance will be a percentage
of the fee for Tasks 1 through 3.
Stantec is very familiar with Collier County Public Utilities’ GIS
system from our partnership with the County for its development
since 2013.
We have the experience to capture the asset information desired
by Collier County and prepare it in a format the easily integrates
into the County’s existing database and GIS network. This was
most recently complete for a new odor control system
constructed at the North County Water Reclamation Facility.
Task 4.0 Miscellaneous Reimbursable expenses
8EWO1MWGIPPERISYWVIMQFYVWEFPII\TIRWIW
Miscellaneous reimbursable expenses will be incurred only after
receiving the express written permission of the County Project
Manager and be tracked and invoiced accordingly.
Page 5052 of 9661
40Stantec
Willingness to Meet Time and Budget
Requirements
Cost Management
The Stantec team has extensive experience helping
government agencies achieve positive bottom-line results
by evaluating the project plans, site conditions, and
identifying opportunities for cost savings. We have the
experience and specialized knowledge needed in order to
deliver major cost reductions with improved efficiencies to
our clients. Our CEI team reviews the anticipated costs,
researches alternative savings methods on a continual
basis, and monitors progress to reduce the final
construction costs without detriment to the quality or the
safety of the project. Below is a brief description of the
ways Stantec’s services can help to control the Owner’s
cost during construction.
'SRWXVYGXEFMPMX]6IZMI[W
Identifying plan and specification discrepancies, errors and
omissions before the project goes out to bid can help
reduce misunderstanding of the intended work and
consequently the potential for the DBT to make change
order claims during construction. Additionally, our team’s
field construction experience enables to us to consider how
constructible (degree of difficult and feasibility) it will be to
construct the work proposed by the design plans.
Simultaneously, our understanding of constructability also
aides Stantec when reviewing the DBT’s plan with them in
advance of executing the work, helping them to make sure
they are prepared with all the necessary equipment, labor,
materials, and tools to do the work and so as not to
become delayed. That’s because DBT’s have been known to
make change order claims even when delayed by their own
lack of planning. Furthermore, delays in the project
schedule can also lead to more project administrative costs
for the Owner.
:EPYI)RKMRIIVMRK
The selected design build team is anticipated to complete
some level of value engineering to maximize their profit on
the project, i.e. ways to accomplish the same project
goal(s), but for a lower cost. Stantec can complement this
effort by reviewing the design plans and specification to
identify additional Value Engineering opportunities.
(MPMKIRX8VEGOMRKSJ'SRJSVQMRK;SVO5YERXMXMIW-RWXEPPIH
Stantec has developed workflow systems that allow us to
diligently track quantities installed each day. Stantec’s
inspector and the DBT’s superintendent measure the
quantities of work completed in conformance with the
contract documents at the end of each day. The work item
number (from the schedule of values), description of work
and location, and quantity measured are then documented
on a daily quantity sheet signed by the inspector and
Contractor’s superintendent. Copies are provided to
Stantec’s office and the DBT’s office. Measured and
agreed-to quantities are recorded in a master schedule of
values sheet where we can track what’s been installed for
each project day and by month. This spreadsheet is then
used to review the DBT’s draft application for payment.
7XMGOMRKXSE7GLIHYPI
The DBT’s ability to keep the project on schedule can
impact more than just their bottom line. Construction
projects that take longer to complete then planned often
cause the Owner to incur additional costs from the
consultants working with them on the project. There are
many different variables that can cause the DBT’s schedule
to become delayed. Some of these include, but are not
PMQMXIHXSPEGOSJTVSNIGXQEREKIQIRXPEGOSJUYEPMX]
control; lack of labor, materials, equipment, tools; poor
resource planning; lack of understanding of the work to be
completed. While many of these factors are beyond the CEI
team’s control, Stantec can still help. We can assist with
tracking the DBT’s project progress based on our
observations in comparison with their project baseline
schedule, keeping the rest of the project delivery team
informed of progress. When it appears progress is starting
to slip we typically recommend having discussions, in a
timely manner, with the DBT for developing a schedule
recovery plan to meet contract completion milestones
identified on their schedule. Additionally, we can also help
collaborate with DBT to identify opportunities to accelerate
critical path activities to compensate for unforeseen delays
later on.
Page 5053 of 9661
41Stantec
Stantec understands that clients have limited funds to
allocate for 3rd party CEI services, and that sometimes
Contractors fall behind their work schedule and take longer
to finish a project, even though the County can’t afford to
continue paying for additional CEI services. We also
understand that not all work activities completed by the
Contractor require a CEI to be present to determine if the
work generally conforms to the contract documents
because verification can be completed after-the-fact.
Consequently, we strive to work closely with our clients to
provide our services as efficiently as possible, with the
client’s budget and expectations in mind.
Stantec’s Project Manager will continuously monitor the
project budget along with the Contractor’s progress and
progress schedule updates, as well as many other items,
throughout the course of the project. If we recognize that
additional budget is need because the Contractor’s
schedule has been pushed out or the services Collier
County requests of us are out of scope, then Stantec’s
Project Manager will proactively communicate with the
County Project Manager for resolution. This approach
allows both parties to discuss the challenges driving the
potential change to our scope of services or need for
additional budget, then determine if there’s a way for
Stantec to continue serving the project while staying within
the terms of the original agreement.
Stantec was able to avoid changes orders for CEI services
associated with several work assignments in Naples Park
and Palm River PUR projects using this approach. When the
Contractor fell behind schedule and Stantec recognized
that the project would last longer than anticipated, we
communicated the concern with the County PM and
determined that it would be acceptable to reduce staff time
on the project, where it was feasible, allowing us to extend
how long the budget could last. Unfortunately, sometimes
there are factors beyond everyone’s control (i.e. a hurricane
or other similar unforeseen event) that necessitate us
having to request a change order for the client. We
understand the internal challenges many clients face when
processing a change order, and consequently try to
minimize them as much as possible.
Minimizing Change Orders for CEI Services
Page 5054 of 9661
42Stantec
Location
5.
Page 5055 of 9661
43Stantec
Naples Office:
/VEJX6SEH
Suite 200
2ETPIW*0
Less than 45 minutes from
job site
Location
0SGEP3JJMGI
3YVSJJMGIMWPSGEXIHEX/VEJX6SEHSJJ4MRI6MHKI
6SEH[LMGLMWPIWWXLERQMRYXIWE[E]JVSQXLI'SYRX]
SJJMGIWERHQMRYXIWJVSQXLITVSNIGXWMXI8LMWQEOIW
scheduling of face-to-face meetings and site visits easier
and quicker because of smaller time blocks associated
with staff travel.
0SGEP7YTTSVX
Having local support staff to provide administrative,
managerial, and logistical support provides cost
efficiencies and allows more time to be dedicated to
executing project tasks and developing solutions. Our on
site team members are equipped with the latest
photograph documentation software which, besides
GETXYVMRKTLSXSWEPWSTVSZMHIWMRJSVQEXMSRWYGLEW(EXI
Time, elevations, bearings, Latitudes/Longitude, and
description of what is being captured. Our on site team
members are also equipped with printers/scanners in their
vehicles so they can generate/scan any documentation
such as quantity reports, testing forms, material tickets,
etc. on site without any delay.
0SGEP/RS[PIHKI
Living and working in Southwest Florida provides our Team
with key market knowledge of materials and vendor pricing
in addition to holding long-standing relationships with local
utilities and local, state, and federal regulatory agencies.
Stantec’s strong commitment to client satisfaction is the
foundation of our service to you. At Stantec we are
committed to continue exceeding the County’s
expectations by providing timely service and responsive
follow up. Less than 20 minutes away from the County
offices, our Stantec Naples office is ideally situated to
serve the County.
2EXMSREP)\TIVXMWI
Stantec brings the country’s best and brightest
professionals with expertise in many sectors to bear as
needed on local projects.
Local Presence, Local Knowledge and National Expertise
3YVTIVWSRWXEJJMRXLI2ETPIWSJJMGIMWWYTTSVXIHF]PMXIVEPP]XLSYWERHWSJTVSJIWWMSREPXLVSYKLSYXXLIWXEXIERH
nation. This provides Collier County with all the benefits of a local, experienced, and responsive vendor, while also offering
XVIQIRHSYWHITXLSJI\TIVXMWIMRLMKLP]WTIGMEPM^IHEVIEW3YVXIEQSJJIVW
Stantec
Job Site
Page 5056 of 9661
44Stantec
Workloads
6.
Page 5057 of 9661
45Stantec
Recent, Current, and Projected Workloads
Winning work and securing future opportunities is
important to a successful business, but to do so without
having the ability to properly serve the client due to
workload issues is an all-too-common mistake. Stantec
utilizes internal project tracking tools, allowing our project
managers to get a daily update on project status as well as
projecting future workload to ensure adequate staffing
levels.
3YVFEGOPSKSJ[SVOMWGSRWXERXP]FIMRKVIZMI[IHXSQEOI
WYVI[IGEROIITXLIGSQQMXQIRXW[IQEOIXSSYV
clients. Adding to this is the tremendous depth of
resources that comes with being a firm of our size and
capabilities.
Because we recognize the importance of gauging current
and anticipated workloads, our systems ensure a clear
picture that enables us to realistically forecast staffing
needs. When a project requires specific expertise, we pick
and match the right people from a team of landscape
professionals across the company. This approach provides
the County with access to additional qualified resources
from anywhere within Stantec who are available to support
a project whenever it kicks off.
No matter the stage of your project, our experts are adept
at assuming responsibilities to build efficiently on your
project’s foundation. We combine industry expertise with
local knowledge of the communities our clients serve to
deliver the County custom solutions required for the
successful completion of the project. The Stantec team will
provide flexibility and redundancy, which will provide
various options to the County’s team in the face of peak
demands during project execution.
Stantec has determined after careful review of current and
future workload that we have adequate staff to assign to
this project as proven in past projects of a similar nature to
ensure timely project delivery, as evidenced by the table at
the right.
Stantec also has numerous inspectors located in South
Florida and throughout the southeast US, allowing us to
provide one or more inspectors for the project, which is
typically determined by the number of work crews the
Contractor deploys and the work activities assigned to each
crew. Stantec’s Assistant Project Manager will also be able
to assign inspection staff as needed or requested by the
County’s Project Manager in order to staff multiple projects
at a time.
Team MembersTeam Members AvailabilityAvailability
Marc Lean, PE
Chris Brockmeier, PE
Miguel Perez-Rivera, PE
Gerard Hills
Ricardo Julien
Manuel Perez, GISP
Tyler Smith
Dave Clarke, PE
Sergio Hoyos, PE
Marlon Medina, PE
German Perez*
Guillermo Delgado*
100%
20%
30%
40%
25%
35%
35%
85%
30%
45%
100%
80%
* The Engineering Company (subconsultant)
Page 5058 of 9661
46Stantec
Forms
Page 5059 of 9661
Page 5060 of 9661
Page 5061 of 9661
Page 5062 of 9661
Page 5063 of 9661
Page 5064 of 9661
Page 5065 of 9661
Page 5066 of 9661
54Stantec
Rev. 1 2025
Procurement Services Division
Vendor Check List
IMPORTANT: PLEASE REVIEW CAREFULLY AND SUBMIT WITH YOUR PROPOSAL/BID. ALL APPLICABLE
DOCUMENTS SHALL BE SUBMITTED ELECTRONICALLY THROUGH OPENGOV. VENDOR SHOULD
CHECKOFF EACH OF THE FOLLOWING ITEMS. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE
EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE
APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE.
General Bid Instructions has been acknowledged and accepted.
Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.
Form 1: Vendor Declaration Statement
Form 2: Conflict of Interest Certification
Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) -
http://dos.myflorida.com/sunbiz/should be attached with your submittal.
Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/at the time of submission of the proposal/bid.
Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal.
E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal.
Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or
Lee County Business Tax Receipt should be attached with your submittal to be considered.
Form 5: Reference Questionnaire form must be utilized for each requested reference and included with your submittal, if
applicable to the solicitation.
Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with
your submittal.
Vendor W-9 Form.
Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five
(5) days of the County’s issuance of a Notice of Recommend Award.
The Bid Schedule has been completed and attached with your submittal, applicable to bids.
Copies of all requested licenses and/or certifications to complete the requirements of the project.
All addenda have been signed and attached.
County’s IT Technical Architecture Requirements has been acknowledged and accepted, if applicable.
Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable.
Page 5067 of 9661
Page 5068 of 9661
56Stantec
Rev. 1 2025
Additional Contact Information
Send payments to:
(required if different from
above)
Company name used as payee
Contact name:
Title:
Address:
City, State, ZIP
Telephone:
Email:
Office servicing Collier
County to place orders
(required if different from
above)
Contact name:
Title:
Address:
City, State, ZIP
Telephone:
Email:
Stantec Consulting Services Inc.
Marc Lean, PE
Principal, Senior Project Manager
3510 Kraft Road Suite 200
Naples, FL 34105-5029
(239) 263-6448
marc.lean@stantec.com
Page 5069 of 9661
57Stantec
Rev 1 2025
Procurement Services Division
Form 2: Conflict of Interest Certification Affidavit
The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated
with this solicitation does not pose an organizational conflict as described by one of the three categories below:
Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified
above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical
direction for the procurement) which appears to skew the competition in favor of my firm.
Impaired objectivity –The firm has not performed work on an affiliated past or current Collier County project identified
above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to
render impartial advice to the government.
Unequal access to information –The firm has not had access to nonpublic information as part of its performance of a
Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive
advantage in current or future solicitations and contracts.
In addition to this signed affidavit, the contractor / vendor must provide the following:
1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned
project; and,
2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-public (not in
the “sunshine”) conversation (s), meeting(s), document(s) and/or other means.
Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may
result in the disqualification for future solicitations affiliated with the above referenced project(s).
By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge
and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational,
or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict.
_____________________________________
Company Name
_____________________________________
Signature
_____________________________________
Print Name and Title
State of ___________________
County of _________________
The foregoing instrument was acknowledged before me by means of տ physical presence or տ online notarization, this ______ day
of ____________ (month), (year), by (name of person acknowledging).
_________________________________________
(Signature of Notary Public)
__________________________________________________________
(Print, Type, or Stamp Commissioned Name of Notary Public)
Personally Known OR Produced Identification
______________________________________
Type of Identification Produced
Marc Lean, PE, Principal
Stantec Consulting Services Inc.
____
of
__
_______________________________________________________________________________
ginstrumen
__________________________________________________________________________________________________________________
________________________________________________________
dgi
foregogging
___________________________________________________________________________________________________________________
ing
____
was acknowle
(
re mmmmmme eee by mmmmmmmmmeaeens of տ
____
Pub
_____________________
oned Name of Notary Pub
(n((((nn(n(n(((nnn(((n(nnnnn(n(n((n(nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnamaaaaaaaaaaaaaaaaaaaaaaaaaaaaae of person ackno
_________________________________________________________________________________________________________________________________________
owle
_____________________________________
(Signature of Notary P
Page 5070 of 9661
58Stantec
Rev. 1 2025
Procurement Services Division
Form 3: Immigration Affidavit Certification
This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation
submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of the
submission of the Vendor’s proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E-
Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will
be produced at the time of the submission of the Vendor’s proposal/bid or within five (5) day of the County’s Notice of Recommend
Award.
FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR’S PROPOSAL/BID
MAY DEEM THE VENDOR’S AS NON-RESPONSIVE.
Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers,
constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration
and Nationality Act (“INA”).
Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such
Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral
termination of the contract by Collier County.
Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and
subsequent Amendment(s), that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, and
agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The
Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the
Social Security Administration at the time of submission of the Vendor’s proposal/bid.
_____________________________________
Company Name
_____________________________________
Signature
_____________________________________
Print Name and Title
State of ___________________
County of _________________
The foregoing instrument was acknowledged before me by means of տ physical presence or տ online notarization, this ______ day
of ____________ (month), (year), by (name of person acknowledging).
_________________________________________
(Signature of Notary Public)
__________________________________________________________
(Print, Type, or Stamp Commissioned Name of Notary Public)
Personally Known OR Produced Identification
______________________________________
Type of Identification Produced
Stantec Consulting Services Inc.
Marc Lean, PE, Principal
____
of
__
________________________________________
ginstrumen
_____________________________________________
_______________
gi
y __
forerrrrrrrrrgogggggggggggggggggggggging
__________________________________________________________________________________________________
_____
ng
____
wasssssssssssssssssssssssssss ackkkkkkkkkkkkkkknononnnonnonnnnnnnnononnnoooooowl
re mmmmmmmmmmmmmmmmmmmmmmmme byy meaeeeeeeeeeeeeeeeeeeeeeeeeeens of տ
p ,_
(nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnaamaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaae of person ackno
__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
(Signature of Notary Pu
_______________________________________________________________
owledg
Page 5071 of 9661
Page 1 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
THE E-VERIFY
MEMORANDUM OF UNDERSTANDING
FOR EMPLOYERS USING AN E-VERIFY EMPLOYER AGENT
ARTICLE I
PURPOSE AND AUTHORITY
E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States
after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of
Understanding (MOU) explains certain features of the E-Verify program and describes specific
responsibilities of the Employer, the E-Verify Employer Agent, the Social Security Administration (SSA),
and DHS.
Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and
Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C.
§ 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility
Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and
subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain
employees working on Federal contracts.
ARTICLE II
RESPONSIBILITIES
A. RESPONSIBILITIES OF THE EMPLOYER
1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is
clearly visible to prospective employees and all employees who are to be verified through the system:
a. Notice of E-Verify Participation
b. Notice of Right to Work
2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone
numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to
keep such information current by providing updated information to SSA and DHS whenever the
19959 1164504
The parties to this agreement are the Department of Homeland Security (DHS), the Stantec
Consulting Service Inc. (Employer), and the E-Verify Employer Agent. The purpose of this agreement
is to set forth terms and conditions which the Employer and the E-Verify Employer Agent will follow
while participating in E-Verify.
Page 5072 of 9661
Page 2 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
representatives’ contact information changes.
3. The Employer shall become familiar with and comply with the most recent version of the E-Verify
User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent.
4. The Employer agrees to comply with current Form I-9 procedures, with two exceptions:
a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List
B" documents that contain a photo. (List B documents identified in 8 C.F.R. 274a.2(b)(1)(B)) can
be presented during the Form I-9 process to establish identity.) If an employee objects to the photo
requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218.
b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766
(Employment Authorization Document), or U.S. Passport or Passport Card to complete I-Form I-9,
the Employer agrees to make a photocopy of the document and to retain the photocopy with the
employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS
with its review of photo mismatches that employees contest. DHS may in the future designate
other documents that activate the photo screening tool.
Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right
to present any List A, or List B and List C, document(s) to complete the Form I-9.
5. The Employer agrees to record the case verification number on the employee's Form I-9 or to print
the screen containing the case verification number and attach it to the employee's Form I-9.
6. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to
complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other
requirements of applicable regulations or laws, including the obligation to comply with the
antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures.
a. The following modified requirements are the only exceptions to an Employer’s obligation to not
employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B
identity documents must have photos, as described in paragraph 5 above; (2) When an Employer
confirms the identity and employment eligibility of newly hired employee using E-Verify procedures,
the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of
the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the
Employer receives a final nonconfirmation for an employee, but continues to employ that person,
the Employer must notify DHS and the Employer is subject to a civil money penalty between $550
and $1,100 for each failure to notify DHS of continued employment following a final
nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final
nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly
employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant
is civilly or criminally liable under any law for any action taken in good faith based on information
provided through the E-Verify.
b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other
enforcement or compliance activity authorized by law, including site visits, to ensure proper use of
E-Verify.
19959 1164504
Page 5073 of 9661
Page 3 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
7. The Employer is strictly prohibited from creating an E-Verify case before the employee has been
hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was
completed. The Employer agrees to create an E-Verify case for new employees within three Employer
business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been
completed), and to complete as many steps of the E-Verify process as are necessary according to the
E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended
until it is again operational in order to accommodate the Employer's attempting, in good faith, to make
inquiries during the period of unavailability.
8. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support
of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual
does not authorize.
9. The Employer must use E-Verify (through its E-Verify Employer Agent) for all new employees. The
Employer will not verify selectively and will not verify employees hired before the effective date of this
MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as
described in Article II.B of this MOU.
10. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative
nonconfirmations. The Employer must promptly notify employees in private of the finding and provide
them with the notice and letter containing information specific to the employee’s E-Verify case. The
Employer agrees to provide both the English and the translated notice and letter for employees with
limited English proficiency to employees. The Employer agrees to provide written referral instructions
to employees and instruct affected employees to bring the English copy of the letter to the SSA. The
Employer must allow employees to contest the finding, and not take adverse action against employees
if they choose to contest the finding, while their case is still pending. Further, when employees contest
a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps
(see Article III.B below) to contact DHS with information necessary to resolve the challenge.
11. The Employer agrees not to take any adverse action against an employee based upon the
employee's perceived employment eligibility status while SSA or DHS is processing the verification
request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee
is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated
verification system to verify work authorization, a tentative nonconfirmation, a case in continuance
(indicating the need for additional time for the government to resolve a case), or the finding of a photo
mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work
authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest
the finding, and if he or she does so, the employee may not be terminated or suffer any adverse
employment consequences based upon the employee’s perceived employment eligibility status
(including denying, reducing, or extending work hours, delaying or preventing training, requiring an
employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal
contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and
unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has
been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo
mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the
Employer can find the employee is not work authorized and terminate the employee’s employment.
19959 1164504
Page 5074 of 9661
Page 4 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-
4218 (customer service) or 1-888-897-7781 (worker hotline).
12. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of
the INA as applicable by not discriminating unlawfully against any individual in hiring, firing,
employment eligibility verification, or recruitment or referral practices because of his or her national
origin or citizenship status, or by committing discriminatory documentary practices. The Employer
understands that such illegal practices can include selective verification or use of E-Verify except as
provided in part D below, or discharging or refusing to hire employees because they appear or sound
“foreign” or have received tentative nonconfirmations. The Employer further understands that any
violation of the immigration-related unfair employment practices provisions in section 274B of the INA
could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of
Title VII could subject the Employer to back pay awards, compensatory and punitive damages.
Violations of either section 274B of the INA or Title VII may also lead to the termination of its
participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision,
it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD).
13. The Employer agrees that it will use the information it receives from E-Verify (through its E-Verify
Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU.
The Employer agrees that it will safeguard this information, and means of access to it (such as PINS
and passwords), to ensure that it is not used for any other purpose and as necessary to protect its
confidentiality, including ensuring that it is not disseminated to any person other than employees of the
Employer who are authorized to perform the Employer's responsibilities under this MOU, except for
such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes.
14. The Employer agrees to notify DHS immediately in the event of a breach of personal information.
Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All
suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email a
E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when
sending a breach report to E-Verify.
15. The Employer acknowledges that the information it receives through the E-Verify Employer Agent
from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42
U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any
purpose other than as provided for in this MOU may be subject to criminal penalties.
16. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and
evaluation of E-Verify (whether directly or through their E-Verify Employer Agent), which includes
permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9
and other employment records and to interview it and its employees regarding the Employer’s use of E-
Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to
their participation in E-Verify.
17. The Employer shall not make any false or unauthorized claims or references about its participation
in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its
services as federally-approved, federally-certified, or federally-recognized, or use language with a
19959 1164504
Page 5075 of 9661
Page 5 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
similar intent on its website or other materials provided to the public. Entering into this MOU does not
mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false.
18. The Employer shall not state in its website or other public documents that any language used
therein has been provided or approved by DHS, USCIS or the Verification Division, without first
obtaining the prior written consent of DHS.
19. The Employer agrees that E-Verify trademarks and logos may be used only under license by
DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not
be used in any manner that might imply that the Employer’s services, products, websites, or
publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify.
20. The Employer understands that if it uses E-Verify procedures for any purpose other than as
authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its
participation in E-Verify according to this MOU.
21. The Employer agrees that it will notify its E-Verify Employer Agent immediately if it is awarded a
federal contract with the FAR clause. Your E-Verify Employer Agent needs this information so that it
can update your company’s E-Verify profile within 30 days of the contract award date.
B. RESPONSIBILITIES OF E-VERIFY EMPLOYER AGENT
1. The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses,
and telephone numbers of the E-Verify Employer Agent representatives who will be accessing
information under E-Verify and shall update them as needed to keep them current.
2. The E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User
Manual and provide a copy of the most current version of the E-Verify User Manual to the Employer so
that the Employer can become familiar with and comply with E-Verify policy and procedures.
The E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available
and to provide a copy of the revised version to the Employer no later than 30 days after the manual
becomes available.
3. The E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on
the most recent E-Verify policy and procedures.
4. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will
perform employment verification cases will complete the E-Verify Tutorial before that individual initiates
any cases.
a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take
the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify,
including any tutorials for Federal contractors, if any of the Employers represented by the E-Verify
Employer Agent is a Federal contractor.
b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer
from continued use of E-Verify.
5. The E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need
19959 1164504
Page 5076 of 9661
Page 6 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
E-Verify access. The E-Verify Employer Agent must promptly terminate an employee’s E-Verify access
if the employee is separated from the company or no longer needs access to E-Verify.
6. The E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required
by the E-Verify rules and regulations as modified from time to time.
7. The E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies,
commit sufficient personnel and resources to meet the requirements of this MOU.
8. The E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes,
policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing
E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify
Employer Agents.
9. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article
II.B.1 below.
10. The E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in
accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify
rules and procedures. The E-Verify Employer Agent will create E-Verify cases using information
provided by the Employer and will immediately communicate the response back to the Employer. If
E-Verify is temporarily unavailable, the three-day time period will be extended until it is again
operational in order to accommodate the E-Verify Employer Agent’s attempting, in good faith, to make
inquiries on behalf of the Employer during the period of unavailability
11. When the E-Verify Employer Agent receives notice from a client company that it has received a
contract with the FAR clause, then the E-Verify Employer Agent must update the company’s E-Verify
profile within 30 days of the contract award date.
12. If data is transmitted between the E-Verify Employer Agent and its client, then the E-Verify
Employer Agent agrees to protect personally identifiable information during transmission to and from
the E-Verify Employer Agent.
13. The E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of
personal information. Breaches are defined as loss of control or unauthorized access to E-Verify
personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or
via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your
email when sending a breach report to E-Verify.
14. The E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance
monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other
agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to
the E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use
of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to
their participation in E-Verify.
15. The E-Verify Employer Agent shall not make any false or unauthorized claims or references about
19959 1164504
Page 5077 of 9661
Page 7 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
its participation in E-Verify on its website, in advertising materials, or other media. The E-Verify
Employer Agent shall not describe its services as federally-approved, federally-certified, or federally-
recognized, or use language with a similar intent on its website or other materials provided to the
public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify
Employer Agent services and any claim to that effect is false.
16. The E-Verify Employer Agent shall not state in its website or other public documents that any
language used therein has been provided or approved by DHS, USCIS or the Verification Division,
without first obtaining the prior written consent of DHS.
17. The E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only under
license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such
license, may not be used in any manner that might imply that the E-Verify Employer Agent’s services,
products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS,
USCIS, or E-Verify.
18. The E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other
than as authorized by this MOU, the E-Verify Employer Agent may be subject to appropriate legal
action and termination of its participation in E-Verify according to this MOU.
C. RESPONSIBILITIES OF FEDERAL CONTRACTORS
The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers
represented by the E-Verify Employer Agent carry out the following responsibilities if the Employer is a
Federal contractor or becomes a federal contractor. The E-Verify Employer Agent should instruct the
client to keep the E-Verify Employer Agent informed about any changes or updates related to federal
contracts. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance
with all E-Verify policies and procedures.
1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment
verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most
current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify
Supplemental Guide for Federal Contractors.
2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands
that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the
FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in
FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer
may not reverify the employee through E-Verify.
a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract
award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of
contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires
using E-Verify. The Employer must verify those employees who are working in the United States,
whether or not they are assigned to the contract. Once the Employer begins verifying new hires,
such verification of new hires must be initiated within three business days after the hire date. Once
enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees
19959 1164504
Page 5078 of 9661
Page 8 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an
employee’s assignment to the contract, whichever date is later.
b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a
contract award must use E-Verify to begin verification of employment eligibility for new hires of the
Employer who are working in the United States, whether or not assigned to the contract, within
three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal
contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90
days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who
are working in the United States, whether or not assigned to the contract. Such verification of new
hires must be initiated within three business days after the date of hire. An Employer enrolled as a
Federal contractor in E-Verify must begin verification of each employee assigned to the contract
within 90 calendar days after date of contract award or within 30 days after assignment to the
contract, whichever is later.
c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)),
state or local governments, governments of Federally recognized Indian tribes, or sureties
performing under a takeover agreement entered into with a Federal agency under a performance
bond may choose to only verify new and existing employees assigned to the Federal contract. Such
Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired
after November 6, 1986. Employers in this category must begin verification of employees assigned
to the contract within 90 calendar days after the date of enrollment or within 30 days of an
employee’s assignment to the contract, whichever date is later.
d. Upon enrollment, Employers who are Federal contractors may elect to verify employment
eligibility of all existing employees working in the United States who were hired after November 6,
1986, instead of verifying only those employees assigned to a covered Federal contract. After
enrollment, Employers must elect to verify existing staff following DHS procedures and begin
E-Verify verification of all existing employees within 180 days after the election.
e. The Employer may use a previously completed Form I-9 as the basis for creating an
E-Verify case for an employee assigned to a contract as long as:
i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6,
ii. The employee’s work authorization has not expired, and
iii. The Employer has reviewed the information reflected in the Form I-9 either in person or
in communications with the employee to ensure that the employee’s Section 1, Form I-9
attestation has not changed (including, but not limited to, a lawful permanent resident alien
having become a naturalized U.S. citizen).
f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the
previous Form I-9 to provide the necessary information if:
i. The Employer cannot determine that Form I-9 complies with Article II.A.6,
ii. The employee’s basis for work authorization as attested in Section 1 has expired or
changed, or
iii. The Form I-9 contains no SSN or is otherwise incomplete.
19959 1164504
Page 5079 of 9661
Page 9 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies
with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired
after completing Form I-9, the Employer shall not require the production of additional
documentation, or use the photo screening tool described in Article II.A.5, subject to any additional
or superseding instructions that may be provided on this subject in the E-Verify User Manual.
g. The Employer agrees not to require a second verification using E-Verify of any assigned
employee who has previously been verified as a newly hired employee under this MOU or to
authorize verification of any existing employee by any Employer that is not a Federal contractor
based on this Article.
3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a
performance requirement under the terms of the Federal contract or subcontract, and the Employer
consents to the release of information relating to compliance with its verification responsibilities under
this MOU to contracting officers or other officials authorized to review the Employer’s compliance with
Federal contracting requirements.
D. RESPONSIBILITIES OF SSA
1. SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify
Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either
matches or does not match the information in SSA’s database.
2. SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer
Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is
appropriate by law, to individuals responsible for the verification of Social Security numbers or
responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA
as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and
SSA regulations (20 CFR Part 401).
3. SSA agrees to provide case results from its database within three Federal Government work days of
the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent.
4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative
nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an
SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA
agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that
more than eight days may be necessary. In such cases, SSA will provide additional instructions to the
employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final
nonconfirmation to the E-Verify Employer Agent.
Note: If an Employer experiences technical problems, or has a policy question, the employer should
contact E-Verify at 1-888-464-4218.
E. RESPONSIBILITIES OF DHS
1. DHS agrees to provide the Employer with selected data from DHS databases to enable the
Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU:
19959 1164504
Page 5080 of 9661
Page 10 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
a. Automated verification checks on alien employees by electronic means, and
b. Photo verification checks (when available) on employees.
2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its
participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses,
and telephone numbers of DHS representatives to be contacted during the E-Verify process.
3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as
well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and
requirements for both SSA and DHS, including restrictions on the use of E-Verify.
4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through
the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without
changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory
refresher tutorials.
5. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which
indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-
discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair
Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice.
6. DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user
identification number and password that permits them to log in to E-Verify.
7. HS agrees to safeguard the information the Employer provides (through the E-Verify Employer
Agent), and to limit access to such information to individuals responsible for the verification process, for
evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law.
Information will be used only to verify the accuracy of Social Security numbers and employment
eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting
requirements.
8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA
verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility
within three Federal Government work days of the initial inquiry.
9. DHS agrees to provide a means of secondary verification (including updating DHS records) for
employees who contest DHS tentative nonconfirmations and photo mismatch tentative
nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment
eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS
determines that more than 10 days may be necessary. In such cases, DHS will provide additional
verification instructions.
19959 1164504
Page 5081 of 9661
Page 11 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
ARTICLE III
REFERRAL OF INDIVIDUALS TO SSA AND DHS
A. REFERRAL TO SSA
1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the
notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding
and provide them with the notice and letter containing information specific to the employee’s E-Verify
case. The Employer also agrees to provide both the English and the translated notice and letter for
employees with limited English proficiency to employees. The Employer agrees to provide written
referral instructions to employees and instruct affected employees to bring the English copy of the letter
to the SSA. The Employer must allow employees to contest the finding, and not take adverse action
against employees if they choose to contest the finding, while their case is still pending.
2. The Employer agrees to obtain the employee’s response about whether he or she will contest the
tentative nonconfirmation as soon as possible after the Employer receives the tentative
nonconfirmation. Only the employee may determine whether he or she will contest the tentative
nonconfirmation.
3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as
directed by E-Verify. The Employer must record the case verification number, review the employee
information submitted to E-Verify to identify any errors, and find out whether the employee contests the
tentative nonconfirmation. The Employer will transmit the Social Security number, or any other
corrected employee information that SSA requests, to SSA for verification again if this review indicates
a need to do so.
4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work
days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal
Government work days of the referral unless it determines that more than 10 days is necessary.
5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case
updates.
6. The Employer agrees not to ask the employee to obtain a printout from the Social Security
Administration number database (the Numident) or other written verification of the SSN from the SSA.
B. REFERRAL TO DHS
1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly
notify employees in private of the finding and provide them with the notice and letter containing
information specific to the employee’s E-Verify case. The Employer also agrees to provide both the
English and the translated notice and letter for employees with limited English proficiency to
employees. The Employer must allow employees to contest the finding, and not take adverse action
against employees if they choose to contest the finding, while their case is still pending.
2. The Employer agrees to obtain the employee’s response about whether he or she will contest the
tentative nonconfirmation as soon as possible after the Employer receives the tentative
nonconfirmation. Only the employee may determine whether he or she will contest the tentative
19959 1164504
Page 5082 of 9661
Page 12 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
nonconfirmation.
3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a
tentative nonconfirmation.
4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the
employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight
Federal Government work days.
5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative
nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative
nonconfirmations, generally.
6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo
mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or
passport card to DHS for review by:
a. Scanning and uploading the document, or
b. Sending a photocopy of the document by express mail (furnished and paid for by the employer).
7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the
Employer must forward the employee’s documentation to DHS as described in the preceding
paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will
determine the photo match or mismatch.
8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal
Government work days of the referral unless it determines that more than 10 days is necessary.
9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case
updates.
ARTICLE IV
SERVICE PROVISIONS
A. NO SERVICE FEES
1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The
Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an
Employer will need a personal computer with Internet access.
ARTICLE V
MODIFICATION AND TERMINATION
A. MODIFICATION
1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the
SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all
parties.
19959 1164504
Page 5083 of 9661
Page 13 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify
checking against additional data sources and instituting new verification policies or procedures, will be
covered under this MOU and will not cause the need for a supplemental MOU that outlines these
changes.
B. TERMINATION
1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days
prior written notice to the other parties. In addition, any Employer represented by the E-Verify
Employer Agent may voluntarily terminate this MOU upon giving DHS 30 days’ written notice.
2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the
Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of
the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach
of system integrity or security by the Employer, or a failure on the part of the Employer to comply with
established E-Verify procedures and/or legal requirements. The Employer understands that if it is a
Federal contractor, termination of this MOU by any party for any reason may negatively affect the
performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state
where E-Verify is mandatory, termination of this by any party MOU may negatively affect the
Employer’s business.
3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that
requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor
must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such
notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this
MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify
procedures to verify the employment eligibility of all newly hired employees.
4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer
is terminated from E-Verify.
5. Upon termination of the relationship between an Employer and their E-Verify Employer Agent,
E-Verify cannot provide the Employer with its records. The Employer agrees to seek its records from
the E-Verify Employer Agent.
ARTICLE VI
PARTIES
A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s),
and SSA and DHS may adjust verification responsibilities between each other as necessary. By
separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this
MOU.
B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive
or procedural, enforceable at law by any third party against the United States, its agencies, officers, or
employees, or against the Employer, its agents, officers, or employees.
C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control
or merger, all or any part of its rights or obligations under this MOU without the prior written consent of
19959 1164504
Page 5084 of 9661
Page 14 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign,
or transfer any of the rights, duties, or obligations herein is void.
D. Each party shall be solely responsible for defending any claim or action against it arising out of or
related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but
not limited to) any dispute between the Employer and any other person or entity regarding the
applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer.
E. The Employer understands that its participation in E-Verify is not confidential information and may
be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to,
Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with
Federal contractual requirements, and responses to inquiries under the Freedom of Information Act
(FOIA).
F. The individuals whose signatures appear below represent that they are authorized to enter into
this MOU on behalf of the Employer, the E-Verify Employer Agent, and DHS respectively. The
Employer understands that any inaccurate statement, representation, data or other information
provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to:
(1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its
MOU and/or; (3) possible debarment or suspension.
19959 1164504
G. The foregoing constitutes the full agreement on this subject between DHS, the Employer, and the
E-Verify Employer Agent. Stantec Consulting Service Inc. (Employer) hereby designates and appoints
TALX Corporation (E- Verify Employer Agent), including its officers and employees, as the E-Verify
Employer Agent for the purpose of carrying out (Employer) responsibilities under the MOU between
the Employer, the E-Verify Employer Agent, and DHS.
Page 5085 of 9661
Page 15 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
If you have any questions, contact E-Verify at 1-888-464-4218.
Approved by:
Employer
Name (Please Type or Print) Title
Signature Date
E-Verify Employer Agent
Name (Please Type or Print) Title
Signature Date
Department of Homeland Security – Verification Division
Name (Please Type or Print) Title
Signature Date
19959 1164504
Stantec Consulting Service Inc.
TALX Corporation
Louis Lauver
Electronically Signed 01/30/2017
USCIS Verification Division
Electronically Signed 02/03/2017
Electronically signed
Julie Vautour
03/16/2022
Page 5086 of 9661
Page 1RIE-Verify MOU for Employers8VLQJDQ(9HULI\(PSOR\HU$JHQW | Revision Date 06/01/13
Company ID Number:&OLHQWCompany ID Number:
Information Required for the E-Verify Program
Information relating to your Company:
Company Name
Company Facility Address
Company Alternate Address
County or Parish
Employer Identification Number
North American Industry
Classification Systems Code
Parent Company
Number of Employees
Number of Sites Verified for
19959 1164504
Stantec Consulting Service Inc.
3133 W Frye Rd, STE 300
Suite 100
Chandler, AZ 85226
3133 W Frye Rd, STE 300
Suite 100
Chandler, AZ 85223
MARICOPA
112167170
541
Stantec Inc
5,000 to 9,999
210
Page 5087 of 9661
3DJHRI(9HULI\028IRU(PSOR\HUV8VLQJDQ(9HULI\(PSOR\HU$JHQW_5HYLVLRQ'DWH
&RPSDQ\,'1XPEHU&OLHQW&RPSDQ\,'1XPEHU
$UH\RXYHULI\LQJIRUPRUHWKDQVLWH",I\HVSOHDVHSURYLGHWKHQXPEHURIVLWHVYHULILHGIRULQ
HDFK6WDWH
19959 1164504
ALASKA 3 site(s)
ALABAMA 1 site(s)
ARIZONA 6 site(s)
CALIFORNIA 28 site(s)
COLORADO 9 site(s)
CONNECTICUT 3 site(s)
DIST OF COL 3 site(s)
FLORIDA 20 site(s)
GEORGIA 4 site(s)
HAWAII 1 site(s)
IOWA 2 site(s)
IDAHO 1 site(s)
ILLINOIS 5 site(s)
INDIANA 2 site(s)
KANSAS 2 site(s)
KENTUCKY 2 site(s)
LOUISIANA 4 site(s)
MASSACHUSETTS 7 site(s)
MARYLAND 3 site(s)
MAINE 3 site(s)
MICHIGAN 5 site(s)
MINNESOTA 3 site(s)
MISSOURI 1 site(s)
MISSISSIPPI 2 site(s)
MONTANA 1 site(s)
NORTH CAROLINA 3 site(s)
NORTH DAKOTA 2 site(s)
NEW HAMPSHIRE 2 site(s)
NEW JERSEY 3 site(s)
NEVADA 4 site(s)
NEW YORK 10 site(s)
OHIO 8 site(s)
OREGON 4 site(s)
PENNSYLVANIA 8 site(s)
SOUTH CAROLINA 2 site(s)
TENNESSEE 2 site(s)
TEXAS 17 site(s)
UTAH 3 site(s)
VIRGINIA 9 site(s)
VERMONT 1 site(s)
WASHINGTON 5 site(s)
WISCONSIN 4 site(s)
WEST VIRGINIA 2 site(s)
Page 5088 of 9661
3DJHRI(9HULI\028IRU(PSOR\HUV8VLQJDQ(9HULI\(PSOR\HU$JHQW_5HYLVLRQ'DWH
&RPSDQ\,'1XPEHU&OLHQW&RPSDQ\,'1XPEHU
,QIRUPDWLRQUHODWLQJWRWKH3URJUDP$GPLQLVWUDWRUVIRU\RXU&RPSDQ\RQSROLF\TXHVWLRQVRU
RSHUDWLRQDOSUREOHPV
19959 1164504
Name Julie Vautour
Phone Number (519) 585 - 7386
Fax Number
Email Address Julie.vautour@stantec.com
Page 5089 of 9661
3DJHRI(9HULI\028IRU(PSOR\HUV8VLQJDQ(9HULI\(PSOR\HU$JHQW_5HYLVLRQ'DWH
&RPSDQ\,'1XPEHU&OLHQW&RPSDQ\,'1XPEHU19959 1164504
Page intentionally left blank
Page 5090 of 9661
61Stantec
Rev. 1 2025
Procurement Services Division
Form 4: Vendor Submittal – Local Vendor Preference Certification
(Check Appropriate Boxes Below)
State of Florida (Select County if Vendor is described as a Local Business)
Collier County
Lee County
Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County
Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance:
Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid
or proposal submission to do business within Collier County, and that identifies the business with a permanent physical
business address located within the limits of Collier County from which the vendor’s staff operates and performs business in
an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure
such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing
said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to
the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be
limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and
residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance
with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under
this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County
will lose the privilege to claim Local Preference status for a period of up to one year under this section.
Vendor must complete the following information:
Year Business Established in Collier County or Lee County: ________
Number of Employees (Including Owner(s) or Corporate Officers):_________
Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_______
If requested by the County, Vendor will be required to provide documentation substantiating the information given in this
certification. Failure to do so will result in vendor’s submission being deemed not applicable.
Sign and Date Certification:
Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge.
Company Name: _________________________________________ Date: _____________________________
Address in Collier or Lee County: _____________________________________________________________________
Signature: ____________________________________________Title: _____________________________
1956
32,000
Stantec Consulting Services Inc.
3510 Kraft Road, Suite 200, Naples FL 34105-5029
Principal, Senior Project Manager
5/5/2025
57
Page 5091 of 9661
62Stantec
&2//,(5&2817<%86,1(667$;
&2//,(5&2817<7$;&2//(&7251+256(6+2('5,9(1$3/(6)/25,'$
%86,1(667$;180%(5
LOCATION:
/(*$/)250
',63/$<$73/$&(2)%86,1(66)2538%/,&,163(&7,21
)$,/85(72'262,6&2175$5<72/2&$//$:6
CLASSIFICATION
CLASSIFICATION&2'('$7(
$028175(&(,377KLVGRFXPHQWLVDEXVLQHVVWD[RQO\7KLVLVQRWFHUWLILFDWLRQWKDWOLFHQVHHLVTXDOLILHG
,WGRHVQRWSHUPLWWKHOLFHQVHHWRYLRODWHDQ\H[LVWLQJUHJXODWRU\]RQLQJODZVRIWKHVWDWHFRXQW\RUFLWLHV
QRUGRHVLWH[HPSWWKHOLFHQVHHIURPDQ\RWKHUWD[HVRUSHUPLWVWKDWPD\EHUHTXLUHGE\ODZ
9,6,7285:(%6,7($7ZZZFROOLHUWD[FFROOHFWRUFRP
7+,65(&(,37(;3,5(6
=21('
%86,1(663+21(:
7+,67$;,61215()81'$%/(
67$7(25&2817</,&STANTEC CONSULTING SERVICES INC.
ENGINEERING BUSINESS
30.00
SEPTEMBER 30, 2025
COMM / PUD / PL2024-2780
STANTEC CONSULTING SERVICES INC.
3510 KRAFT RD #200
NAPLES, FL 34105
122064
649-4040
Corporation
WWW-25-00045970
27013
03600101 07/08/2024
3510 KRAFT RD #200
Page 5092 of 9661
63Stantec
Form W-9
(Rev. March 2024)
Request for Taxpayer
Identification Number and Certification
Department of the Treasury
Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information.
Give form to the
requester. Do not
send to the IRS.
Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.Print or type. See Specific Instructions on page 3.1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner’s name on line 1, and enter the business/disregarded
entity’s name on line 2.)
2 Business name/disregarded entity name, if different from above.
3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check
only one of the following seven boxes.
Individual/sole proprietor C corporation S corporation Partnership Trust/estate
LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . .
Note: Check the “LLC” box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax
classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate
box for the tax classification of its owner.
Other (see instructions)
3b If on line 3a you checked “Partnership” or “Trust/estate,” or checked “LLC” and entered “P” as its tax classification,
and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check
this box if you have any foreign partners, owners, or beneficiaries. See instructions . . . . . . . . .
4 Exemptions (codes apply only to
certain entities, not individuals;
see instructions on page 3):
Exempt payee code (if any)
Exemption from Foreign Account Tax
Compliance Act (FATCA) reporting
code (if any)
(Applies to accounts maintained
outside the United States.)
5 Address (number, street, and apt. or suite no.). See instructions.
6 City, state, and ZIP code
Requester’s name and address (optional)
7 List account number(s) here (optional)
Part I Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
backup withholding. For individuals, this is generally your social security number (SSN). However, for a
resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a
TIN, later.
Note: If the account is in more than one name, see the instructions for line 1. See also What Name and
Number To Give the Requester for guidelines on whose number to enter.
Social security number
––
or
Employer identification number
–
Part II Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding
because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments
other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign
Here
Signature of
U.S. person Date
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.irs.gov/FormW9.
What’s New
Line 3a has been modified to clarify how a disregarded entity completes
this line. An LLC that is a disregarded entity should check the
appropriate box for the tax classification of its owner. Otherwise, it
should check the “LLC” box and enter its appropriate tax classification.
New line 3b has been added to this form. A flow-through entity is
required to complete this line to indicate that it has direct or indirect
foreign partners, owners, or beneficiaries when it provides the Form W-9
to another flow-through entity in which it has an ownership interest. This
change is intended to provide a flow-through entity with information
regarding the status of its indirect foreign partners, owners, or
beneficiaries, so that it can satisfy any applicable reporting
requirements. For example, a partnership that has any indirect foreign
partners may be required to complete Schedules K-2 and K-3. See the
Partnership Instructions for Schedules K-2 and K-3 (Form 1065).
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS is giving you this form because they
Cat. No. 10231X Form W-9 (Rev. 3-2024)
Stantec Consulting Services Inc.
✔
/ (remit to) 13980 Collections Center Drive
/ Chicago, IL 60693-0139
11 2167170
9DQ'HUPDUN/RUL 'LJLWDOO\VLJQHGE\9DQ'HUPDUN/RUL
'DWH
Page 5093 of 9661
64StantecPage 5094 of 9661
65Stantec
6WDWH RI )ORULGD
'HSDUWPHQW RI 6WDWH
, FHUWLI\ IURP WKH UHFRUGV RI WKLV RIILFH WKDW 67$17(& &2168/7,1*
6(59,&(6 ,1& LV D 1HZ <RUN FRUSRUDWLRQ DXWKRUL]HG WR WUDQVDFW EXVLQHVV LQ
WKH 6WDWH RI )ORULGD TXDOLILHG RQ 1RYHPEHU
7KH GRFXPHQW QXPEHU RI WKLV FRUSRUDWLRQ LV )
, IXUWKHU FHUWLI\ WKDW VDLG FRUSRUDWLRQ KDV SDLG DOO IHHV GXH WKLV RIILFH WKURXJK
'HFHPEHU WKDW LWV PRVW UHFHQW DQQXDO UHSRUWXQLIRUP EXVLQHVV UHSRUW
ZDV ILOHG RQ -DQXDU\ DQG WKDW LWV VWDWXV LV DFWLYH
, IXUWKHU FHUWLI\ WKDW VDLG FRUSRUDWLRQ KDV QRW ILOHG D &HUWLILFDWH RI :LWKGUDZDO
*LYHQ XQGHU P\ KDQG DQG WKH
*UHDW 6HDO RI WKH 6WDWH RI )ORULGD
DW 7DOODKDVVHH WKH &DSLWDO WKLV
WKH )LIWK GD\ RI )HEUXDU\
7UDFNLQJ 1XPEHU &8
7R DXWKHQWLFDWH WKLV FHUWLILFDWHYLVLW WKH IROORZLQJ VLWHHQWHU WKLV QXPEHU DQG WKHQ
IROORZ WKH LQVWUXFWLRQV GLVSOD\HG
KWWSVVHUYLFHVVXQEL]RUJ)LOLQJV&HUWLILFDWH2I6WDWXV&HUWLILFDWH$XWKHQWLFDWLRQ
Page 5095 of 9661
66StantecPage 5096 of 9661
67Stantec
Stantec Staff Florida PE Licensure
Page 5097 of 9661
Stantec is a global leader in sustainable architecture,
engineering, and environmental consulting. The diverse
perspectives of our partners and interested parties drive
us to think beyond what’s previously been done on critical
issues like climate change, digital transformation, and
JYXYVITVSSƼRKSYVGMXMIWERHMRJVEWXVYGXYVI;IMRRSZEXI
at the intersection of community, creativity, and client
relationships to advance communities everywhere, so
XLEXXSKIXLIV[IGERVIHIƼRI[LEXƅWTSWWMFPI
Page 5098 of 9661
Rev. 1 2025
Procurement Services Division
Form 1: Vendor Declaration Statement
BOARD OF COUNTY COMMISSIONERS
Collier County Government Complex
Naples, Florida 34112
Dear Commissioners:
The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this
proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions,
purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and
accepted.
The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal
contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor
and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted
is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in
accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the
Vendor’s bids.
Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to
compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this
awarded contract.
IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of
_______________, in the State of _____________.
Firm’s Legal Name:
Address:
City, State, Zip Code:
Florida Certificate of
Authority Document
Number
Federal Tax
Identification Number
*CCR # or CAGE Code
*Only if Grant Funded
__________________________________________________________________________
Telephone:
Email:
Signature by:
(Typed and written)
Title:
Stantec Consulting Services Inc.
410 17th Street, Suite 1400
Denver, CO, 80202-4427
F01000005948
(239) 263-6448
marc.lean@stantec.com
Principal, Senior Project Manager
25May5th
Collier Georgia
Page 5099 of 9661
Rev. 1 2025
Additional Contact Information
Send payments to:
(required if different from
above)
Company name used as payee
Contact name:
Title:
Address:
City, State, ZIP
Telephone:
Email:
Office servicing Collier
County to place orders
(required if different from
above)
Contact name:
Title:
Address:
City, State, ZIP
Telephone:
Email:
Stantec Consulting Services Inc.
Marc Lean, PE
Principal, Senior Project Manager
3510 Kraft Road Suite 200
Naples, FL 34105-5029
(239) 263-6448
marc.lean@stantec.com
Page 5100 of 9661
Rev. 1 2025
Procurement Services Division
Form 2: Conflict of Interest Certification Affidavit
The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated
with this solicitation does not pose an organizational conflict as described by one of the three categories below:
Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified
above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical
direction for the procurement) which appears to skew the competition in favor of my firm.
Impaired objectivity –The firm has not performed work on an affiliated past or current Collier County project identified
above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to
render impartial advice to the government.
Unequal access to information –The firm has not had access to nonpublic information as part of its performance of a
Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive
advantage in current or future solicitations and contracts.
In addition to this signed affidavit, the contractor / vendor must provide the following:
1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned
project; and,
2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-public (not in
the “sunshine”) conversation (s), meeting(s), document(s) and/or other means.
Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may
result in the disqualification for future solicitations affiliated with the above referenced project(s).
By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge
and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational,
or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict.
_____________________________________
Company Name
_____________________________________
Signature
_____________________________________
Print Name and Title
State of ___________________
County of _________________
The foregoing instrument was acknowledged before me by means of տ physical presence or տ online notarization, this ______ day
of ____________ (month), (year), by (name of person acknowledging).
_________________________________________
(Signature of Notary Public)
__________________________________________________________
(Print, Type, or Stamp Commissioned Name of Notary Public)
Personally Known OR Produced Identification
______________________________________
Type of Identification Produced
Marc Lean, PE, Principal
Stantec Consulting Services Inc.
___
of
__
________________________________________________________________________
ginstrumen
______________________________________________________________________________________________________
____________________________________________________
dgi
foregoggggging
__________________________________________________________________________
ing
____
was acknowle
(
re mmmmmmmmmmmmme ee by mmmmeaeaeans of տ
____
Pub
_____________________
oned Name of Notary Pub
(n((n(n(n(nnn(n(((nnn(((n(nnn(n(((nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnamaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaae of person ackno
_______________________________________________________________________________________________________________________________________
owle
_______________________________
(Signature of Notary P
Page 5101 of 9661
Rev. 1 2025
Procurement Services Division
Form 3: Immigration Affidavit Certification
This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation
submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of the
submission of the Vendor’s proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E-
Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will
be produced at the time of the submission of the Vendor’s proposal/bid or within five (5) day of the County’s Notice of Recommend
Award.
FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR’S PROPOSAL/BID
MAY DEEM THE VENDOR’S AS NON-RESPONSIVE.
Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers,
constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration
and Nationality Act (“INA”).
Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such
Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral
termination of the contract by Collier County.
Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and
subsequent Amendment(s), that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, and
agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The
Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the
Social Security Administration at the time of submission of the Vendor’s proposal/bid.
_____________________________________
Company Name
_____________________________________
Signature
_____________________________________
Print Name and Title
State of ___________________
County of _________________
The foregoing instrument was acknowledged before me by means of տ physical presence or տ online notarization, this ______ day
of ____________ (month), (year), by (name of person acknowledging).
_________________________________________
(Signature of Notary Public)
__________________________________________________________
(Print, Type, or Stamp Commissioned Name of Notary Public)
Personally Known OR Produced Identification
______________________________________
Type of Identification Produced
Stantec Consulting Services Inc.
Marc Lean, PE, Principal
____
of
__
_____________________________
g instrumen
__________________________________
_____________
gi
y __
forerrrrrrrrrrrrgogggggggggggggggggggggggging
______________________________________________________
__
ng
____
wasssssssssssssss ackkkkkkkkkkkkkkknonononnnnonononnnnooooooowl
re mmmmmmmmmmmmmmmmmmmmmme byyy meaeeeeeeeeeeeeeeeeens of տ
p ,_
(nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnamaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaae of person ackno
_____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
(Signature of Notary Pu
______________________________________________
owledg
Page 5102 of 9661
Rev. 1 2025
Procurement Services Division
Form 4: Vendor Submittal – Local Vendor Preference Certification
(Check Appropriate Boxes Below)
State of Florida (Select County if Vendor is described as a Local Business)
Collier County
Lee County
Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County
Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance:
Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid
or proposal submission to do business within Collier County, and that identifies the business with a permanent physical
business address located within the limits of Collier County from which the vendor’s staff operates and performs business in
an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure
such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing
said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to
the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be
limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and
residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance
with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under
this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County
will lose the privilege to claim Local Preference status for a period of up to one year under this section.
Vendor must complete the following information:
Year Business Established in Collier County or Lee County: ________
Number of Employees (Including Owner(s) or Corporate Officers):_________
Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_______
If requested by the County, Vendor will be required to provide documentation substantiating the information given in this
certification. Failure to do so will result in vendor’s submission being deemed not applicable.
Sign and Date Certification:
Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge.
Company Name: _________________________________________ Date: _____________________________
Address in Collier or Lee County: _____________________________________________________________________
Signature: ____________________________________________Title: _____________________________
1956
32,000
Stantec Consulting Services Inc.
3510 Kraft Road, Suite 200, Naples FL 34105-5029
Principal, Senior Project Manager
5/5/2025
57
Page 5103 of 9661
&2//,(5&2817<%86,1(667$;
&2//,(5&2817<7$;&2//(&7251+256(6+2('5,9(1$3/(6)/25,'$
%86,1(667$;180%(5
LOCATION:
/(*$/)250
',63/$<$73/$&(2)%86,1(66)2538%/,&,163(&7,21
)$,/85(72'262,6&2175$5<72/2&$//$:6
CLASSIFICATION
CLASSIFICATION&2'('$7(
$028175(&(,377KLVGRFXPHQWLVDEXVLQHVVWD[RQO\7KLVLVQRWFHUWLILFDWLRQWKDWOLFHQVHHLVTXDOLILHG
,WGRHVQRWSHUPLWWKHOLFHQVHHWRYLRODWHDQ\H[LVWLQJUHJXODWRU\]RQLQJODZVRIWKHVWDWHFRXQW\RUFLWLHV
QRUGRHVLWH[HPSWWKHOLFHQVHHIURPDQ\RWKHUWD[HVRUSHUPLWVWKDWPD\EHUHTXLUHGE\ODZ
9,6,7285:(%6,7($7ZZZFROOLHUWD[FFROOHFWRUFRP
7+,65(&(,37(;3,5(6
=21('
%86,1(663+21(:
7+,67$;,61215()81'$%/(
67$7(25&2817</,&STANTEC CONSULTING SERVICES INC.
ENGINEERING BUSINESS
30.00
SEPTEMBER 30, 2025
COMM / PUD / PL2024-2780
STANTEC CONSULTING SERVICES INC.
3510 KRAFT RD #200
NAPLES, FL 34105
122064
649-4040
Corporation
WWW-25-00045970
27013
03600101 07/08/2024
3510 KRAFT RD #200
Page 5104 of 9661
Page 5105 of 9661
Page 5106 of 9661
Page 5107 of 9661
Page 5108 of 9661
Page 5109 of 9661
Page 5110 of 9661
Page 5111 of 9661
Page 5112 of 9661
Page 5113 of 9661
Page 5114 of 9661
*(+)4
0( -ǽ '$ )/*(+)4
0( -ǽ
)!*-(/$*)) ,0$- !*-/# Ȑ -$!4 -*"-(
)!*-(/$*))- '/$)"/*4*0-*(+)4ǽǽ
*(+)4(
*(+)4$'$/4- ..
*(+)4'/ -)/ - ..
*0)/4*- -$.#
(+'*4 -
)/$!$/$*)0( -
*-/#( -$)
)0./-4
'..$!$/$*) 4./ (. *
- )/ *(+)4
0( - *! (+'*4 .
0( - *! $/ . -$!$ !*-
" ǕǕ*!ǕǘȐ -$!4!*-(+'*4 -. .$)" -1$ . Ȑ -$!4(+'*4 -" )/Ƞ 1$.$*)/ ǓǙȟǓǔȟǔǖ
116450419959
Stantec Consulting Service Inc.
5,000 to 9,999
3133 W Frye Rd, STE 300
Suite 100
Chandler, AZ 85226
3133 W Frye Rd, STE 300
Suite 100
Chandler, AZ 85223
MARICOPA
112167170
541
Stantec Inc
200 site(s)
Page 5115 of 9661
*(+)4
0( -ǽ '$ )/*(+)4
0( -ǽ
- 4*01 -$!4$)"!*-(*- /#)ǔ.$/ Ȃ
!4 .Ǽ+' . +-*1$ /# )0( -*!.$/ .1 -$!$ !*-$)
#// ǽ
" Ǖǖ*!ǕǘȐ -$!4!*-(+'*4 -. .$)" -1$ . Ȑ -$!4(+'*4 -" )/Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ
116450419959
3
2
2
7
3
3
3
2
5
6
8
1
1
1
1
4
2
4
4
8
5
3
2
2
10
3
3
11
4
12
5
7
2
29
2
5
1
19
3
2
AK
IA
ID
IL
IN
KS
KY
LA
MD
MI
MN
AL
MO
MS
MT
NC
ND
NM
NV
NY
OH
OK
AZ
OR
PA
SC
TN
TX
UT
VA
WA
WI
WV
CA
WY
CO
DC
FL
GA
HI
Page 5116 of 9661
Form W-9
(Rev. March 2024)
Request for Taxpayer
Identification Number and Certification
Department of the Treasury
Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information.
Give form to the
requester. Do not
send to the IRS.
Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.Print or type. See Specific Instructions on page 3.1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner’s name on line 1, and enter the business/disregarded
entity’s name on line 2.)
2 Business name/disregarded entity name, if different from above.
3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check
only one of the following seven boxes.
Individual/sole proprietor C corporation S corporation Partnership Trust/estate
LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . .
Note: Check the “LLC” box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax
classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate
box for the tax classification of its owner.
Other (see instructions)
3b If on line 3a you checked “Partnership” or “Trust/estate,” or checked “LLC” and entered “P” as its tax classification,
and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check
this box if you have any foreign partners, owners, or beneficiaries. See instructions . . . . . . . . .
4 Exemptions (codes apply only to
certain entities, not individuals;
see instructions on page 3):
Exempt payee code (if any)
Exemption from Foreign Account Tax
Compliance Act (FATCA) reporting
code (if any)
(Applies to accounts maintained
outside the United States.)
5 Address (number, street, and apt. or suite no.). See instructions.
6 City, state, and ZIP code
Requester’s name and address (optional)
7 List account number(s) here (optional)
Part I Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
backup withholding. For individuals, this is generally your social security number (SSN). However, for a
resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a
TIN, later.
Note: If the account is in more than one name, see the instructions for line 1. See also What Name and
Number To Give the Requester for guidelines on whose number to enter.
Social security number
––
or
Employer identification number
–
Part II Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding
because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments
other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign
Here
Signature of
U.S. person Date
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.irs.gov/FormW9.
What’s New
Line 3a has been modified to clarify how a disregarded entity completes
this line. An LLC that is a disregarded entity should check the
appropriate box for the tax classification of its owner. Otherwise, it
should check the “LLC” box and enter its appropriate tax classification.
New line 3b has been added to this form. A flow-through entity is
required to complete this line to indicate that it has direct or indirect
foreign partners, owners, or beneficiaries when it provides the Form W-9
to another flow-through entity in which it has an ownership interest. This
change is intended to provide a flow-through entity with information
regarding the status of its indirect foreign partners, owners, or
beneficiaries, so that it can satisfy any applicable reporting
requirements. For example, a partnership that has any indirect foreign
partners may be required to complete Schedules K-2 and K-3. See the
Partnership Instructions for Schedules K-2 and K-3 (Form 1065).
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS is giving you this form because they
Cat. No. 10231X Form W-9 (Rev. 3-2024)
Stantec Consulting Services Inc.
✔
/ (remit to) 13980 Collections Center Drive
/ Chicago, IL 60693-0139
11 2167170
Van Dermark, Lori Digitally signed by Van Dermark, Lori
Date: 2024.11.14 10:21:23 -05'00'
Page 5117 of 9661
Procurement Services Division
Addendum # 1
Date: May 6. 2025
From: Barbara Lance, Procurement Strategist
Email: Barbara.Lance@colliercountyfl.gov
Telephone: (239) 252-8998
To: Interested Bidders
Subject: Addendum # 1 Solicitation # 25-8375 –Construction Engineering and Inspection (CEI)
Services for Northeast Service Area utility Expansion Project
The following clarifications are issued as an addendum:
CHANGE: Proposal Submission Deadline has been extended.
The “Proposal Submission Deadline”has been changed from May 6, 2025, at 3:00 pm EST to
May 13, 2025, at 3:00 pm EST.
If you require additional information, please post a question on our OpenGov
(https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this
project.
Please sign below and return a copy of this Addendum with your submittal for the above
referenced solicitation.
(Signature)Date
(Name of Company
5/7/2025
Stantec Consulting Services Inc.
Please sigigigigiggigigigigigigigigigigiggigggiggigigigigigigggggggiigiiiggigiigiiggiigiiiggiiiiigiiiiiiiiiiin below and return
refeeeeeeeeeeeeeeeeeeeeeeeererrrrrrrrrrrrrrrrrrrrrrrrncnncnccncncncncncncncnncnccnnccccnncncnnncnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnned soliccccccccccccccccccccccccccccccccccccccccccccccccccccccccccccccitiiiiiiititiiiiiiiiiiiiiiitiiiiiiititiiitiiiiiitiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiation.
(Si t )
Page 5118 of 9661
Procurement Services Division
Addendum # 2
Date: May 12, 2025
From: Barbara Lance, Procurement Strategist
Email: Barbara.Lance@colliercountyfl.gov
Telephone: (239) 252-8998
To: Interested Bidders
Subject: Addendum # 2 Solicitation # 25-8375 –Construction Engineering and Inspection (CEI)
Services for Northeast Service Area utility Expansion Project
The following clarifications are issued as an addendum:
CHANGE: Question/Proposal Submission Deadline have been extended.
The “Question Submission Deadline”has been extended from April 29, 2025, at 3:00 pm EST
to May 20, 2025, at 3:00 pm EST.
The “Proposal Submission Deadline”has been extended from May 13, 2025, at 3:00 pm EST to
May 27, 2025, at 3:00 pm EST.
If you require additional information, please post a question on our OpenGov
(https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this
project.
Please sign below and return a copy of this Addendum with your submittal for the above
referenced solicitation.
(Signature)Date
(Name of Company
5/13/2025
Stantec Consulting Services Inc.
Please siggigigggggggiggggigiggggggigigggggggggggggigggggigigiggigigigggiggggggggggggggggn below and retur
refererrrrrrrrncncccccccncnccccccccccccccccncncccnccccccccccccccccncncncccccccccccnccnnned solicccccccccccccccccccccccccccccccccccccccccccccccccccccccccccccccccccccitiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiation.
(S((((((((((((((i)
Page 5119 of 9661
1
Procurement Services Division
Addendum # 3
Date: May 19, 2025
From: Barbara Lance, Procurement Strategist
Email: Barbara.Lance@colliercountyfl.gov
Telephone: (239) 252-8998
To: Interested Bidders
Subject: Addendum # 3 Solicitation # 25-8375 –Construction Engineering and Inspection (CEI)
Services for Northeast Service Area utility Expansion Project
The following clarifications are issued as an addendum:
CHANGE: Evaluation Criteria No. 4 Project Approach, Willingness to Meet Time and Budget
Requirements have been revised per the below.
In response to Question 1:
Is the schedule requested in evaluation criteria number 4 for the CEI services? If so, what
is the contractor's base schedule since the CEI services will be tied to that?
Answer:
Per Addendum 3, the conceptual level schedule verbiage has been omitted from Evaluation
Criteria No. 4.
EVALUATION CRITERIA NO. 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND
BUDGET REQUIREMENTS (20 Total Points Available) Limited to 7 pages total
Written overview of the professional team’s resources available to complete the services requested in the
schedule outlined in the scope of services. The Proposer should illustrate to the COUNTY how they propose
to approach the project and assemble the resources to meet each phase and each major element of the project.
(Limit response to 3 pages)
A conceptual level schedule should be included as a separate page to illustrate concepts of design and
permitting time, sequencing of the major elements. (Limit schedule to 1 page, 11” x 17” page size and 40
activities maximum)
Page 5120 of 9661
2
Written overview of professional team’s concept and approach to managing the overall cost of the project
(Limit response to 3 pages). Include in the 3-page response specific information on past project performance
that demonstrates the Proposer’s ability to meet owners’ budgets including change order history on similar
projects.
If you require additional information, please post a question on our OpenGov
(https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this
project.
Please sign below and return a copy of this Addendum with your submittal for the above
referenced solicitation.
(Signature)Date
(Name of Company
5/20/2025
Stantec Consulting Services Inc.
Please sssssssssssssssssssssssssssigiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiin below and ret
refeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeerencnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnned sollllllllllllllllllllllllllllllllllllllllliciiiiiiciciiiciiiiiciiiiciiiiiciiciiiiiiiiiiciiiiiiiiiiiciciiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiitation.
Page 5121 of 9661
Procurement Services Division
Addendum # 4
Date: May 27, 2025
From: Barbara Lance, Procurement Strategist
Email: Barbara.Lance@colliercountyfl.gov
Telephone: (239) 252-8998
To: Interested Bidders
Subject: Addendum # 4 Solicitation # 25-8375 –Construction Engineering and Inspection (CEI)
Services for Northeast Service Area utility Expansion Project
The following clarifications are issued as an addendum:
CHANGE: Question/Proposal Submission Deadline have been extended.
The “Question Submission Deadline”has been extended from May 20, 2025, at 3:00 pm EST to
June 3, 2025, at 3:00 pm EST.
The “Proposal Submission Deadline”has been extended from May 27, 2025, at 3:00 pm EST to
June 10, 2025, at 3:00 pm EST.
If you require additional information, please post a question on our OpenGov
(https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this
project.
Please sign below and return a copy of this Addendum with your submittal for the above
referenced solicitation.
(Signature)Date
(Name of Company
5/27/2025
Stantec Consulting Services Inc.
Please sssssssssssssign below and re
referencnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnned solllllllllllllllllllllllllllllllllllllllllllllliciiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiitation.
(Signat re))))))))))))
Page 5122 of 9661
Procurement Services Division
Addendum # 5
Date: June 3, 2025
From: Barbara Lance, Procurement Strategist
Email: Barbara.Lance@colliercountyfl.gov
Telephone: (239) 252-8998
To: Interested Bidders
Subject: Addendum # 5 Solicitation # 25-8375 – Construction Engineering and Inspection (CEI)
Services for Northeast Service Area utility Expansion Project
The following clarifications are issued as an addendum:
CHANGE:
Attaching updated RPS Instructions to OpenGov incorporating new “Prohibition of Collusion”
language.
37. PROHIBITION OF COLLUSION
37.1 Vendors are hereby notified that collusion or anti-competitive practices among
vendors/proposers are strictly prohibited and will not be tolerated. Any agreement or
cooperation between vendors to manipulate pricing, restrict competition, or otherwise
undermine the integrity of the procurement process may result in:
37.1.1. Disqualification of all involved vendors.
37.1.2. Rejection of submitted proposals.
37.1.3. Referral to appropriate legal authorities for investigation and prosecution
under applicable state and federal laws.
37.2 Each vendor/proposer must independently prepare and submit its proposer without
any consultation, communication, or agreement with any other vendor/proposer or
vendor/proposer regarding prices, terms, or conditions of the offer, or with the intention
of restricting competition.
37.3 All vendor/proposer and have an affirmative duty to reveal if it/they have any
professional or personal relationship with any other vendors that provide a bid on a
solicitation and that the duty to reveal such a relationship continues to run throughout the
period of solicitation all the way up through the recommended award and ultimate award
of the solicitation.
37.4 By submitting a proposal the vendor certifies that the proposal is made without
collusion, fraud, or any connection with any other vendor submitting a proposal for the
same work, and that the bidder has not offered or received any inducement or
Page 5123 of 9661
advantage in connection with their bid. The Vendor, does declare that the only person or
persons interested in this Proposal as principal or principals is/are named therein and that
no person other than therein mentioned has any interest in this Proposal or in the contract
to be entered into; that this Proposal is made without connection with any person,
company or parties making a Proposal, and that it is in all respects fair and in good faith
without collusion or fraud.
CERTIFICATION: VENDOR/PROPOSER HEREBY AGREES TO COMPLY WITH
THE INSTRUCTIONS ABOVE, BY SUBMISSION OF A PROPOSAL.
The following file has been uploaded to the “Main Documents” section of OpenGov:
25-8375 Request for Professional Services (RPS) Instructions_2025 – Removed
Replaced with - 25-8375 Request for Professional Services (RPS) Instructions_2025 rev.2
If you require additional information, please post a question on our OpenGov
(https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this
project.
Please sign below and return a copy of this Addendum with your submittal for the above
referenced solicitation.
(Signature)Date
(Name of Company
6/4/2025
Stantec Consulting Services Inc.
Please ssssssssssigiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiin below and ret
refeeeeeeeerencnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnned solllllllllllllllllliciciiciiciiciiiciiiiiiiiciciiiiiciciiiiciiiciiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiitation.
Page 5124 of 9661
Page 5125 of 9661
Page 5126 of 9661
Page 5127 of 9661
Page 5128 of 9661
Page 5129 of 9661
Page 5130 of 9661
Page 5131 of 9661
Page 5132 of 9661
Page 5133 of 9661
Search AccountSummary
BusinessTaxAccount #122064
STANTECCONSULTINGSERVICESINC.
Currentowner:
STANTECCONSULTINGSERVICESINC.
Currentbusinessaddress:
3510 KRAFT RD #200
NAPLES,FL 34105
MoreDetails
Currentbusinessphone:
649-4040 Getbillsbyemail
Amount Due
Youraccount is paidinfull.Thereisnothing dueat this time.
Yourmost recentpaymentwas madeon 07/03/2025 for $30.00.Print receipt(s)(PDF)
AccountHistory
RECEIPTS AMOUNTDUE STATUS ACTION
2026Receipt
#122064
10/01/2025 -
09/30/2026
$0.00 Paid
$30.00
07/03/2025 Receipt #WWW-26-
00042333
2025Receipt
#122064
10/01/2024 -
09/30/2025
$0.00 Paid
$30.00
07/08/2024 Receipt #WWW-25-
00045970
2024Receipt
#122064
10/01/2023 -
09/30/2024
$0.00 Paid
$45.50
03/05/2024 Receipt #WWW-24-
00513668
2023Receipt
#122064
10/01/2022 -
09/30/2023
$0.00 Paid
$30.00
09/26/2022 Receipt #WWW-23-
00157946
2022Receipt
#122064
10/01/2021 -
09/30/2022
$0.00 Paid
$30.00
09/21/2021 Receipt #500-22-00151829
2021Receipt
#122064
10/01/2020 -
09/30/2021
$0.00 Paid
$30.00
09/22/2020 Receipt #500-21-00135687
2020Receipt
#122064
10/01/2019 -
09/30/2020
$0.00 Paid
$30.00
09/16/2019 Receipt #500-20-00124485
2019Receipt
#122064
10/01/2018 -
09/30/2019
$0.00 Paid
$30.00
09/12/2018 Receipt #500-19-00085648
2018Receipt
#122064
10/01/2017 -
09/30/2018
$0.00 Paid
$30.00
09/20/2017 Receipt #20170920-284640-
122064
2017Receipt
#122064
10/01/2016 -
09/30/2017
$0.00 Paid $3.00 10/05/2016 Receipt #20170315-939642-
122064
Payment
$30.00
10/05/2016 Receipt #20161005-433540-
122064
7/3/25, 11:17 AM Collier
https://county-taxes.net/fl-collier/business-tax/Y29sbGllcjpidXNpbmVzc190YXg6cGFyZW50czo5OTg4MDhlMC0wMDhkLTExZWMtYTgwZi0wMDUwNTY4MWEyYjc=1/1Page 5134 of 9661
Page 1 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
THE E-VERIFY
MEMORANDUM OF UNDERSTANDING
FOR EMPLOYERS USING AN E-VERIFY EMPLOYER AGENT
ARTICLE I
PURPOSE AND AUTHORITY
E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States
after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of
Understanding (MOU) explains certain features of the E-Verify program and describes specific
responsibilities of the Employer, the E-Verify Employer Agent, the Social Security Administration (SSA),
and DHS.
Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and
Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C.
§ 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility
Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and
subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain
employees working on Federal contracts.
ARTICLE II
RESPONSIBILITIES
A. RESPONSIBILITIES OF THE EMPLOYER
1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is
clearly visible to prospective employees and all employees who are to be verified through the system:
a. Notice of E-Verify Participation
b. Notice of Right to Work
2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone
numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to
keep such information current by providing updated information to SSA and DHS whenever the
19959 1164504
The parties to this agreement are the Department of Homeland Security (DHS), the Stantec
Consulting Service Inc. (Employer), and the E-Verify Employer Agent. The purpose of this agreement
is to set forth terms and conditions which the Employer and the E-Verify Employer Agent will follow
while participating in E-Verify.
Page 5135 of 9661
Page 2 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
representatives’ contact information changes.
3. The Employer shall become familiar with and comply with the most recent version of the E-Verify
User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent.
4. The Employer agrees to comply with current Form I-9 procedures, with two exceptions:
a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List
B" documents that contain a photo. (List B documents identified in 8 C.F.R. 274a.2(b)(1)(B)) can
be presented during the Form I-9 process to establish identity.) If an employee objects to the photo
requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218.
b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766
(Employment Authorization Document), or U.S. Passport or Passport Card to complete I-Form I-9,
the Employer agrees to make a photocopy of the document and to retain the photocopy with the
employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS
with its review of photo mismatches that employees contest. DHS may in the future designate
other documents that activate the photo screening tool.
Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right
to present any List A, or List B and List C, document(s) to complete the Form I-9.
5. The Employer agrees to record the case verification number on the employee's Form I-9 or to print
the screen containing the case verification number and attach it to the employee's Form I-9.
6. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to
complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other
requirements of applicable regulations or laws, including the obligation to comply with the
antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures.
a. The following modified requirements are the only exceptions to an Employer’s obligation to not
employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B
identity documents must have photos, as described in paragraph 5 above; (2) When an Employer
confirms the identity and employment eligibility of newly hired employee using E-Verify procedures,
the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of
the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the
Employer receives a final nonconfirmation for an employee, but continues to employ that person,
the Employer must notify DHS and the Employer is subject to a civil money penalty between $550
and $1,100 for each failure to notify DHS of continued employment following a final
nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final
nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly
employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant
is civilly or criminally liable under any law for any action taken in good faith based on information
provided through the E-Verify.
b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other
enforcement or compliance activity authorized by law, including site visits, to ensure proper use of
E-Verify.
19959 1164504
Page 5136 of 9661
Page 3 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
7. The Employer is strictly prohibited from creating an E-Verify case before the employee has been
hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was
completed. The Employer agrees to create an E-Verify case for new employees within three Employer
business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been
completed), and to complete as many steps of the E-Verify process as are necessary according to the
E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended
until it is again operational in order to accommodate the Employer's attempting, in good faith, to make
inquiries during the period of unavailability.
8. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support
of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual
does not authorize.
9. The Employer must use E-Verify (through its E-Verify Employer Agent) for all new employees. The
Employer will not verify selectively and will not verify employees hired before the effective date of this
MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as
described in Article II.B of this MOU.
10. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative
nonconfirmations. The Employer must promptly notify employees in private of the finding and provide
them with the notice and letter containing information specific to the employee’s E-Verify case. The
Employer agrees to provide both the English and the translated notice and letter for employees with
limited English proficiency to employees. The Employer agrees to provide written referral instructions
to employees and instruct affected employees to bring the English copy of the letter to the SSA. The
Employer must allow employees to contest the finding, and not take adverse action against employees
if they choose to contest the finding, while their case is still pending. Further, when employees contest
a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps
(see Article III.B below) to contact DHS with information necessary to resolve the challenge.
11. The Employer agrees not to take any adverse action against an employee based upon the
employee's perceived employment eligibility status while SSA or DHS is processing the verification
request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee
is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated
verification system to verify work authorization, a tentative nonconfirmation, a case in continuance
(indicating the need for additional time for the government to resolve a case), or the finding of a photo
mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work
authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest
the finding, and if he or she does so, the employee may not be terminated or suffer any adverse
employment consequences based upon the employee’s perceived employment eligibility status
(including denying, reducing, or extending work hours, delaying or preventing training, requiring an
employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal
contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and
unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has
been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo
mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the
Employer can find the employee is not work authorized and terminate the employee’s employment.
19959 1164504
Page 5137 of 9661
Page 4 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-
4218 (customer service) or 1-888-897-7781 (worker hotline).
12. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of
the INA as applicable by not discriminating unlawfully against any individual in hiring, firing,
employment eligibility verification, or recruitment or referral practices because of his or her national
origin or citizenship status, or by committing discriminatory documentary practices. The Employer
understands that such illegal practices can include selective verification or use of E-Verify except as
provided in part D below, or discharging or refusing to hire employees because they appear or sound
“foreign” or have received tentative nonconfirmations. The Employer further understands that any
violation of the immigration-related unfair employment practices provisions in section 274B of the INA
could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of
Title VII could subject the Employer to back pay awards, compensatory and punitive damages.
Violations of either section 274B of the INA or Title VII may also lead to the termination of its
participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision,
it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD).
13. The Employer agrees that it will use the information it receives from E-Verify (through its E-Verify
Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU.
The Employer agrees that it will safeguard this information, and means of access to it (such as PINS
and passwords), to ensure that it is not used for any other purpose and as necessary to protect its
confidentiality, including ensuring that it is not disseminated to any person other than employees of the
Employer who are authorized to perform the Employer's responsibilities under this MOU, except for
such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes.
14. The Employer agrees to notify DHS immediately in the event of a breach of personal information.
Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All
suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email a
E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when
sending a breach report to E-Verify.
15. The Employer acknowledges that the information it receives through the E-Verify Employer Agent
from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42
U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any
purpose other than as provided for in this MOU may be subject to criminal penalties.
16. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and
evaluation of E-Verify (whether directly or through their E-Verify Employer Agent), which includes
permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9
and other employment records and to interview it and its employees regarding the Employer’s use of E-
Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to
their participation in E-Verify.
17. The Employer shall not make any false or unauthorized claims or references about its participation
in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its
services as federally-approved, federally-certified, or federally-recognized, or use language with a
19959 1164504
Page 5138 of 9661
Page 5 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
similar intent on its website or other materials provided to the public. Entering into this MOU does not
mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false.
18. The Employer shall not state in its website or other public documents that any language used
therein has been provided or approved by DHS, USCIS or the Verification Division, without first
obtaining the prior written consent of DHS.
19. The Employer agrees that E-Verify trademarks and logos may be used only under license by
DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not
be used in any manner that might imply that the Employer’s services, products, websites, or
publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify.
20. The Employer understands that if it uses E-Verify procedures for any purpose other than as
authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its
participation in E-Verify according to this MOU.
21. The Employer agrees that it will notify its E-Verify Employer Agent immediately if it is awarded a
federal contract with the FAR clause. Your E-Verify Employer Agent needs this information so that it
can update your company’s E-Verify profile within 30 days of the contract award date.
B. RESPONSIBILITIES OF E-VERIFY EMPLOYER AGENT
1. The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses,
and telephone numbers of the E-Verify Employer Agent representatives who will be accessing
information under E-Verify and shall update them as needed to keep them current.
2. The E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User
Manual and provide a copy of the most current version of the E-Verify User Manual to the Employer so
that the Employer can become familiar with and comply with E-Verify policy and procedures.
The E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available
and to provide a copy of the revised version to the Employer no later than 30 days after the manual
becomes available.
3. The E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on
the most recent E-Verify policy and procedures.
4. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will
perform employment verification cases will complete the E-Verify Tutorial before that individual initiates
any cases.
a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take
the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify,
including any tutorials for Federal contractors, if any of the Employers represented by the E-Verify
Employer Agent is a Federal contractor.
b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer
from continued use of E-Verify.
5. The E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need
19959 1164504
Page 5139 of 9661
Page 6 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
E-Verify access. The E-Verify Employer Agent must promptly terminate an employee’s E-Verify access
if the employee is separated from the company or no longer needs access to E-Verify.
6. The E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required
by the E-Verify rules and regulations as modified from time to time.
7. The E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies,
commit sufficient personnel and resources to meet the requirements of this MOU.
8. The E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes,
policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing
E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify
Employer Agents.
9. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article
II.B.1 below.
10. The E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in
accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify
rules and procedures. The E-Verify Employer Agent will create E-Verify cases using information
provided by the Employer and will immediately communicate the response back to the Employer. If
E-Verify is temporarily unavailable, the three-day time period will be extended until it is again
operational in order to accommodate the E-Verify Employer Agent’s attempting, in good faith, to make
inquiries on behalf of the Employer during the period of unavailability
11. When the E-Verify Employer Agent receives notice from a client company that it has received a
contract with the FAR clause, then the E-Verify Employer Agent must update the company’s E-Verify
profile within 30 days of the contract award date.
12. If data is transmitted between the E-Verify Employer Agent and its client, then the E-Verify
Employer Agent agrees to protect personally identifiable information during transmission to and from
the E-Verify Employer Agent.
13. The E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of
personal information. Breaches are defined as loss of control or unauthorized access to E-Verify
personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or
via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your
email when sending a breach report to E-Verify.
14. The E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance
monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other
agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to
the E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use
of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to
their participation in E-Verify.
15. The E-Verify Employer Agent shall not make any false or unauthorized claims or references about
19959 1164504
Page 5140 of 9661
Page 7 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
its participation in E-Verify on its website, in advertising materials, or other media. The E-Verify
Employer Agent shall not describe its services as federally-approved, federally-certified, or federally-
recognized, or use language with a similar intent on its website or other materials provided to the
public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify
Employer Agent services and any claim to that effect is false.
16. The E-Verify Employer Agent shall not state in its website or other public documents that any
language used therein has been provided or approved by DHS, USCIS or the Verification Division,
without first obtaining the prior written consent of DHS.
17. The E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only under
license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such
license, may not be used in any manner that might imply that the E-Verify Employer Agent’s services,
products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS,
USCIS, or E-Verify.
18. The E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other
than as authorized by this MOU, the E-Verify Employer Agent may be subject to appropriate legal
action and termination of its participation in E-Verify according to this MOU.
C. RESPONSIBILITIES OF FEDERAL CONTRACTORS
The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers
represented by the E-Verify Employer Agent carry out the following responsibilities if the Employer is a
Federal contractor or becomes a federal contractor. The E-Verify Employer Agent should instruct the
client to keep the E-Verify Employer Agent informed about any changes or updates related to federal
contracts. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance
with all E-Verify policies and procedures.
1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment
verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most
current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify
Supplemental Guide for Federal Contractors.
2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands
that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the
FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in
FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer
may not reverify the employee through E-Verify.
a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract
award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of
contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires
using E-Verify. The Employer must verify those employees who are working in the United States,
whether or not they are assigned to the contract. Once the Employer begins verifying new hires,
such verification of new hires must be initiated within three business days after the hire date. Once
enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees
19959 1164504
Page 5141 of 9661
Page 8 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an
employee’s assignment to the contract, whichever date is later.
b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a
contract award must use E-Verify to begin verification of employment eligibility for new hires of the
Employer who are working in the United States, whether or not assigned to the contract, within
three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal
contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90
days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who
are working in the United States, whether or not assigned to the contract. Such verification of new
hires must be initiated within three business days after the date of hire. An Employer enrolled as a
Federal contractor in E-Verify must begin verification of each employee assigned to the contract
within 90 calendar days after date of contract award or within 30 days after assignment to the
contract, whichever is later.
c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)),
state or local governments, governments of Federally recognized Indian tribes, or sureties
performing under a takeover agreement entered into with a Federal agency under a performance
bond may choose to only verify new and existing employees assigned to the Federal contract. Such
Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired
after November 6, 1986. Employers in this category must begin verification of employees assigned
to the contract within 90 calendar days after the date of enrollment or within 30 days of an
employee’s assignment to the contract, whichever date is later.
d. Upon enrollment, Employers who are Federal contractors may elect to verify employment
eligibility of all existing employees working in the United States who were hired after November 6,
1986, instead of verifying only those employees assigned to a covered Federal contract. After
enrollment, Employers must elect to verify existing staff following DHS procedures and begin
E-Verify verification of all existing employees within 180 days after the election.
e. The Employer may use a previously completed Form I-9 as the basis for creating an
E-Verify case for an employee assigned to a contract as long as:
i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6,
ii. The employee’s work authorization has not expired, and
iii. The Employer has reviewed the information reflected in the Form I-9 either in person or
in communications with the employee to ensure that the employee’s Section 1, Form I-9
attestation has not changed (including, but not limited to, a lawful permanent resident alien
having become a naturalized U.S. citizen).
f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the
previous Form I-9 to provide the necessary information if:
i. The Employer cannot determine that Form I-9 complies with Article II.A.6,
ii. The employee’s basis for work authorization as attested in Section 1 has expired or
changed, or
iii. The Form I-9 contains no SSN or is otherwise incomplete.
19959 1164504
Page 5142 of 9661
Page 9 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies
with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired
after completing Form I-9, the Employer shall not require the production of additional
documentation, or use the photo screening tool described in Article II.A.5, subject to any additional
or superseding instructions that may be provided on this subject in the E-Verify User Manual.
g. The Employer agrees not to require a second verification using E-Verify of any assigned
employee who has previously been verified as a newly hired employee under this MOU or to
authorize verification of any existing employee by any Employer that is not a Federal contractor
based on this Article.
3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a
performance requirement under the terms of the Federal contract or subcontract, and the Employer
consents to the release of information relating to compliance with its verification responsibilities under
this MOU to contracting officers or other officials authorized to review the Employer’s compliance with
Federal contracting requirements.
D. RESPONSIBILITIES OF SSA
1. SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify
Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either
matches or does not match the information in SSA’s database.
2. SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer
Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is
appropriate by law, to individuals responsible for the verification of Social Security numbers or
responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA
as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and
SSA regulations (20 CFR Part 401).
3. SSA agrees to provide case results from its database within three Federal Government work days of
the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent.
4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative
nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an
SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA
agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that
more than eight days may be necessary. In such cases, SSA will provide additional instructions to the
employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final
nonconfirmation to the E-Verify Employer Agent.
Note: If an Employer experiences technical problems, or has a policy question, the employer should
contact E-Verify at 1-888-464-4218.
E. RESPONSIBILITIES OF DHS
1. DHS agrees to provide the Employer with selected data from DHS databases to enable the
Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU:
19959 1164504
Page 5143 of 9661
Page 10 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
a. Automated verification checks on alien employees by electronic means, and
b. Photo verification checks (when available) on employees.
2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its
participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses,
and telephone numbers of DHS representatives to be contacted during the E-Verify process.
3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as
well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and
requirements for both SSA and DHS, including restrictions on the use of E-Verify.
4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through
the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without
changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory
refresher tutorials.
5. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which
indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-
discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair
Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice.
6. DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user
identification number and password that permits them to log in to E-Verify.
7. HS agrees to safeguard the information the Employer provides (through the E-Verify Employer
Agent), and to limit access to such information to individuals responsible for the verification process, for
evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law.
Information will be used only to verify the accuracy of Social Security numbers and employment
eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting
requirements.
8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA
verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility
within three Federal Government work days of the initial inquiry.
9. DHS agrees to provide a means of secondary verification (including updating DHS records) for
employees who contest DHS tentative nonconfirmations and photo mismatch tentative
nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment
eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS
determines that more than 10 days may be necessary. In such cases, DHS will provide additional
verification instructions.
19959 1164504
Page 5144 of 9661
Page 11 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
ARTICLE III
REFERRAL OF INDIVIDUALS TO SSA AND DHS
A. REFERRAL TO SSA
1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the
notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding
and provide them with the notice and letter containing information specific to the employee’s E-Verify
case. The Employer also agrees to provide both the English and the translated notice and letter for
employees with limited English proficiency to employees. The Employer agrees to provide written
referral instructions to employees and instruct affected employees to bring the English copy of the letter
to the SSA. The Employer must allow employees to contest the finding, and not take adverse action
against employees if they choose to contest the finding, while their case is still pending.
2. The Employer agrees to obtain the employee’s response about whether he or she will contest the
tentative nonconfirmation as soon as possible after the Employer receives the tentative
nonconfirmation. Only the employee may determine whether he or she will contest the tentative
nonconfirmation.
3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as
directed by E-Verify. The Employer must record the case verification number, review the employee
information submitted to E-Verify to identify any errors, and find out whether the employee contests the
tentative nonconfirmation. The Employer will transmit the Social Security number, or any other
corrected employee information that SSA requests, to SSA for verification again if this review indicates
a need to do so.
4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work
days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal
Government work days of the referral unless it determines that more than 10 days is necessary.
5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case
updates.
6. The Employer agrees not to ask the employee to obtain a printout from the Social Security
Administration number database (the Numident) or other written verification of the SSN from the SSA.
B. REFERRAL TO DHS
1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly
notify employees in private of the finding and provide them with the notice and letter containing
information specific to the employee’s E-Verify case. The Employer also agrees to provide both the
English and the translated notice and letter for employees with limited English proficiency to
employees. The Employer must allow employees to contest the finding, and not take adverse action
against employees if they choose to contest the finding, while their case is still pending.
2. The Employer agrees to obtain the employee’s response about whether he or she will contest the
tentative nonconfirmation as soon as possible after the Employer receives the tentative
nonconfirmation. Only the employee may determine whether he or she will contest the tentative
19959 1164504
Page 5145 of 9661
Page 12 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
nonconfirmation.
3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a
tentative nonconfirmation.
4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the
employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight
Federal Government work days.
5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative
nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative
nonconfirmations, generally.
6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo
mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or
passport card to DHS for review by:
a. Scanning and uploading the document, or
b. Sending a photocopy of the document by express mail (furnished and paid for by the employer).
7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the
Employer must forward the employee’s documentation to DHS as described in the preceding
paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will
determine the photo match or mismatch.
8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal
Government work days of the referral unless it determines that more than 10 days is necessary.
9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case
updates.
ARTICLE IV
SERVICE PROVISIONS
A. NO SERVICE FEES
1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The
Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an
Employer will need a personal computer with Internet access.
ARTICLE V
MODIFICATION AND TERMINATION
A. MODIFICATION
1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the
SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all
parties.
19959 1164504
Page 5146 of 9661
Page 13 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify
checking against additional data sources and instituting new verification policies or procedures, will be
covered under this MOU and will not cause the need for a supplemental MOU that outlines these
changes.
B. TERMINATION
1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days
prior written notice to the other parties. In addition, any Employer represented by the E-Verify
Employer Agent may voluntarily terminate this MOU upon giving DHS 30 days’ written notice.
2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the
Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of
the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach
of system integrity or security by the Employer, or a failure on the part of the Employer to comply with
established E-Verify procedures and/or legal requirements. The Employer understands that if it is a
Federal contractor, termination of this MOU by any party for any reason may negatively affect the
performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state
where E-Verify is mandatory, termination of this by any party MOU may negatively affect the
Employer’s business.
3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that
requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor
must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such
notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this
MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify
procedures to verify the employment eligibility of all newly hired employees.
4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer
is terminated from E-Verify.
5. Upon termination of the relationship between an Employer and their E-Verify Employer Agent,
E-Verify cannot provide the Employer with its records. The Employer agrees to seek its records from
the E-Verify Employer Agent.
ARTICLE VI
PARTIES
A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s),
and SSA and DHS may adjust verification responsibilities between each other as necessary. By
separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this
MOU.
B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive
or procedural, enforceable at law by any third party against the United States, its agencies, officers, or
employees, or against the Employer, its agents, officers, or employees.
C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control
or merger, all or any part of its rights or obligations under this MOU without the prior written consent of
19959 1164504
Page 5147 of 9661
Page 14 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign,
or transfer any of the rights, duties, or obligations herein is void.
D. Each party shall be solely responsible for defending any claim or action against it arising out of or
related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but
not limited to) any dispute between the Employer and any other person or entity regarding the
applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer.
E. The Employer understands that its participation in E-Verify is not confidential information and may
be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to,
Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with
Federal contractual requirements, and responses to inquiries under the Freedom of Information Act
(FOIA).
F. The individuals whose signatures appear below represent that they are authorized to enter into
this MOU on behalf of the Employer, the E-Verify Employer Agent, and DHS respectively. The
Employer understands that any inaccurate statement, representation, data or other information
provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to:
(1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its
MOU and/or; (3) possible debarment or suspension.
19959 1164504
G. The foregoing constitutes the full agreement on this subject between DHS, the Employer, and the
E-Verify Employer Agent. Stantec Consulting Service Inc. (Employer) hereby designates and appoints
TALX Corporation (E- Verify Employer Agent), including its officers and employees, as the E-Verify
Employer Agent for the purpose of carrying out (Employer) responsibilities under the MOU between
the Employer, the E-Verify Employer Agent, and DHS.
Page 5148 of 9661
Page 15 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13
Company ID Number: Client Company ID Number:
If you have any questions, contact E-Verify at 1-888-464-4218.
Approved by:
Employer
Name (Please Type or Print) Title
Signature Date
E-Verify Employer Agent
Name (Please Type or Print) Title
Signature Date
Department of Homeland Security – Verification Division
Name (Please Type or Print) Title
Signature Date
19959 1164504
Stantec Consulting Service Inc.
TALX Corporation
Louis Lauver
Electronically Signed 01/30/2017
USCIS Verification Division
Electronically Signed 02/03/2017
Electronically signed
Julie Vautour
03/16/2022
Page 5149 of 9661
Page 1RIE-Verify MOU for Employers8VLQJDQ(9HULI\(PSOR\HU$JHQW | Revision Date 06/01/13
Company ID Number:&OLHQWCompany ID Number:
Information Required for the E-Verify Program
Information relating to your Company:
Company Name
Company Facility Address
Company Alternate Address
County or Parish
Employer Identification Number
North American Industry
Classification Systems Code
Parent Company
Number of Employees
Number of Sites Verified for
19959 1164504
Stantec Consulting Service Inc.
3133 W Frye Rd, STE 300
Suite 100
Chandler, AZ 85226
3133 W Frye Rd, STE 300
Suite 100
Chandler, AZ 85223
MARICOPA
112167170
541
Stantec Inc
5,000 to 9,999
210
Page 5150 of 9661
3DJHRI(9HULI\028IRU(PSOR\HUV8VLQJDQ(9HULI\(PSOR\HU$JHQW_5HYLVLRQ'DWH
&RPSDQ\,'1XPEHU&OLHQW&RPSDQ\,'1XPEHU
$UH\RXYHULI\LQJIRUPRUHWKDQVLWH",I\HVSOHDVHSURYLGHWKHQXPEHURIVLWHVYHULILHGIRULQ
HDFK6WDWH
19959 1164504
ALASKA 3 site(s)
ALABAMA 1 site(s)
ARIZONA 6 site(s)
CALIFORNIA 28 site(s)
COLORADO 9 site(s)
CONNECTICUT 3 site(s)
DIST OF COL 3 site(s)
FLORIDA 20 site(s)
GEORGIA 4 site(s)
HAWAII 1 site(s)
IOWA 2 site(s)
IDAHO 1 site(s)
ILLINOIS 5 site(s)
INDIANA 2 site(s)
KANSAS 2 site(s)
KENTUCKY 2 site(s)
LOUISIANA 4 site(s)
MASSACHUSETTS 7 site(s)
MARYLAND 3 site(s)
MAINE 3 site(s)
MICHIGAN 5 site(s)
MINNESOTA 3 site(s)
MISSOURI 1 site(s)
MISSISSIPPI 2 site(s)
MONTANA 1 site(s)
NORTH CAROLINA 3 site(s)
NORTH DAKOTA 2 site(s)
NEW HAMPSHIRE 2 site(s)
NEW JERSEY 3 site(s)
NEVADA 4 site(s)
NEW YORK 10 site(s)
OHIO 8 site(s)
OREGON 4 site(s)
PENNSYLVANIA 8 site(s)
SOUTH CAROLINA 2 site(s)
TENNESSEE 2 site(s)
TEXAS 17 site(s)
UTAH 3 site(s)
VIRGINIA 9 site(s)
VERMONT 1 site(s)
WASHINGTON 5 site(s)
WISCONSIN 4 site(s)
WEST VIRGINIA 2 site(s)
Page 5151 of 9661
3DJHRI(9HULI\028IRU(PSOR\HUV8VLQJDQ(9HULI\(PSOR\HU$JHQW_5HYLVLRQ'DWH
&RPSDQ\,'1XPEHU&OLHQW&RPSDQ\,'1XPEHU
,QIRUPDWLRQUHODWLQJWRWKH3URJUDP$GPLQLVWUDWRUVIRU\RXU&RPSDQ\RQSROLF\TXHVWLRQVRU
RSHUDWLRQDOSUREOHPV
19959 1164504
Name Julie Vautour
Phone Number (519) 585 - 7386
Fax Number
Email Address Julie.vautour@stantec.com
Page 5152 of 9661
3DJHRI(9HULI\028IRU(PSOR\HUV8VLQJDQ(9HULI\(PSOR\HU$JHQW_5HYLVLRQ'DWH
&RPSDQ\,'1XPEHU&OLHQW&RPSDQ\,'1XPEHU19959 1164504
Page intentionally left blank
Page 5153 of 9661
5/6 'XH'DWH BBBBBBBBBBBBBB
'$7(5(&(,9(' BBBBBBBBBBBB
5(48(67)25/(*$/6(59,&(6
3OHDVHW\SHRUSULQW
'DWH BBBBBBBB ,WHP5HVXEPLWWHG3UHYLRXVO\<HV1R
,I<HVSOHDVHSURYLGHSUHYLRXV5/6BBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
7R2IILFHRIWKH&RXQW\$WWRUQH\$WWHQWLRQBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
)URP7LWOHBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
'HSDUWPHQW'LYLVLRQBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
7HOHSKRQH9HU\,PSRUWDQWBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
5HLH6XEMHFWBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
%$&.*5281'2)5(48(67352%/(0
'HVFULEHSUREOHPDQGJLYHEDFNJURXQGLQIRUPDWLRQEHspecificconciseDQGarticulate
'2&80(17$7,21
$UHWKHUHGRFXPHQWVRURWKHULQIRUPDWLRQQHHGHGWRUHYLHZWKLVPDWWHU"<HV1R
,I\HVDWWDFKDQGUHIHUHQFHWKLVLQIRUPDWLRQ
$WWDFKPHQW BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
$WWDFKPHQW BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
$GGLWLRQDO$WWDFKPHQWV BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
$&7,215(48(67('
%HYHU\VSHFLILF,GHQWLI\H[DFWO\ZKDW\RXQHHGLQWKHZD\RIOHJDOVHUYLFHV
FF BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
Page 5154 of 9661
10/28/2025
Jeff Klatzkow, County Attorney
Andres Fuentes, Assistant Director
Procurement Services Division
239-252-8941
RPS #25-8475 CEI For North East Service Area Utility Expansion
Attached is the Executive Summary for approval to commence negotiations with
Stantec Consulting Services, Inc.. the #1 ranked firm for RPS No 25-8375, CEI For
North East Service Area Utility Expansion.
Executive Summary
Notice of Recommended Award
Solicitation, Final Ranking, Stantec Consulting Services, Inc., Proposal
For review and approval. Please add legal considerations to executive summary.
Olivia Puga - Procurement Strategist
✔
✔