Loading...
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 )RKMRIIVMRK 7&)% ) •1MEQM(EHI'SYRX]7QEPP&YWMRIWW)RXIVTVMWIƁ+SSHW 7IVZMGIW 7&)+ 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-RJSVQEXMSR3ƾGIV 4-3 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$JHQW_5HYLVLRQ'DWH &RPSDQ\,'1XPEHU&OLHQW&RPSDQ\,'1XPEHU ,QIRUPDWLRQUHODWLQJWRWKH3URJUDP$GPLQLVWUDWRU V IRU\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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age 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$JHQW_5HYLVLRQ'DWH &RPSDQ\,'1XPEHU&OLHQW&RPSDQ\,'1XPEHU ,QIRUPDWLRQUHODWLQJWRWKH3URJUDP$GPLQLVWUDWRU V IRU\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  7HOHSKRQH 9HU\,PSRUWDQW BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB  5H LH6XEMHFW BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB  %$&.*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 ✔ ✔