Loading...
Agenda 07/14/2020 Item #11G (Award Agreement #19-7633 to Stantec Consulting Services, Inc.)07/14/2020 EXECUTIVE SUMMARY Recommendation to award Agreement No. 19-7633 "South County Regional Water Treatment Plant Reactor Tank No. 4 - CEI Services," Project 70135, to Stantec Consulting Services, Inc., in the amount of $318,640, for Construction Engineering Inspection Services. (This is a companion to Agenda Item 12742). OBJECTIVE: To meet demand, stay in compliance, and serve customers efficiently by providing a compliant and reliable potable water system to Collier County Water -Sewer District customers. This action is to obtain Construction Engineering Inspection ("CEI") services for the South County Regional Water Treatment Plant ("SCRWTP") Reactor Tank No. 4 Project. CONSIDERATIONS: The proposed scope of work under Project No. 70135, SCRWTP Reactor Tank No. 4, is consistent with the FY2020 CIP Budget approved by the Board on September 19, 2019. On September 25, 2018 (Agenda Item 16.C.4), the Board awarded Agreement No. 17-7117 to Carollo Engineers, Inc., for design of the SCRWTP Reactor Tank #4. The SCRWTP consists of two treatment processes, lime softening and reverse osmosis. The initial phase was built in 1984, designed to produce 12 million gallons per day of potable water utilizing a lime softening treatment process. The existing reinforced concrete Reactor Tanks have been in service for over thirty (30) years and are showing fatigue cracks. Although repairs were previously implemented to the existing Reactor Tanks, the amount of surface cracks have increased over time. Reactor Tank No. 4 will allow future replacement of each of the existing Reactor Tanks and will also provide for improved system redundancy, operational reliability, and strategic production flexibility. The SCRWTP capacity rating will not be increased because of this project. On April 28, 2020 (Agenda Item 16.C.8) the Board accepted the selection committee ranking for Request for Professional Services No. 19-7633, and authorized staff to negotiate a contract with the top ranked firm, Stantec Consulting Services, Inc. ("Stantec") for CEI services for the SCRWTP Reactor 4 project. The scope of services includes construction observation and documentation services, and CEI Project Management Services. Staff negotiated the below services, as memorialized in the attached proposed agreement with Stantec. TASK SERVICES ESTIMATED FEE Task 1 Observation & Documentation $275,444 Task 2 CEI Project Management Services $26,696 Task 3 Additional Services Allowance $15,000 Task Reimbursable Expenses $1,500 TOTAL FEE (Time & Materials) $318,640 Stantec's time and materials proposal for these services is $318,640, which is approximately 8% of the project construction cost. FISCAL IMPACT: The source of funding is the Water User Fees Capital Fund (412). Funding is available in SCRWTP Reactor Tank #4 Project (70135) and will be completed in 2021. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority Packet Pg. 640 11.G 07/14/2020 vote for approval. - SRT RECOMMENDATION: To award Agreement No. 19-7633 "South County Regional Water Treatment Plant Reactor Tank No. 4 - CEI Services," Project 70135, to Stantec Consulting Services, Inc., in the amount of $318,640, for Construction Engineering Inspection Services, and authorize the Chairman to sign the attached agreement. Prepared by: Alicia Abbott, E.I., PMP, Project Manager, Engineering & Project Management Division. ATTACHMENT(S) 1. 19-7633 Stantec ConsultingServices Contract _VendorSigned (PDF) 2. 19-7633 Stantec ConsultingServices InsuranceGL R (PDF) 3. 19-7633 Stantec ConsultingServices VendorSigned InsuranceProf R (PDF) 4. Powerpoint Stantec R (PDF) 5. [Linked] 19-7633 Stantec Proposal (PDF) Packet Pg. 641 11.G 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 11.G Doe ID: 12743 Item Summary: Recommendation to award Contract 19-7633 "South County Regional Water Treatment Reactor Tank No. 4 - CEI Services," Project 70135, to Stantec Consulting Services, Inc., in the amount of $318,640, for Construction Engineering Inspection Services. (This is a companion to Agenda Item 12742) (Tom Chmelik, Public Utilities Engineering & Project Management). Meeting Date: 07/14/2020 Prepared by: Title: Project Manager — Public Utilities Planning and Project Management Name: Alicia Abbott 07/02/2020 11:09 AM Submitted by: Title: Division Director - Public Utilities Eng — Public Utilities Planning and Project Management Name: Tom Chmelik 07/02/2020 11:09 AM Approved By: Review: Public Utilities Planning and Project Management Benjamin Bullert Public Utilities Operations Support Joseph Bellone Additional Reviewer Public Utilities Planning and Project Management Tom Chmelik Water Randy Lewis Additional Reviewer Water Steve Messner Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Public Utilities Operations Support Tara Castillo Additional Reviewer Public Utilities Department Dan Rodriguez Additional Reviewer Procurement Services Sue Zimmerman Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Procurement Services Tom Chmelik Additional Reviewer Public Utilities Department Drew Cody Level 1 Division Reviewer Public Utilities Department George Yilmaz Level 2 Division Administrator Review County Attorney's Office Scott Teach Level 2 Attorney Review Procurement Services Sandra Herrera Additional Reviewer Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Additional Reviewer Completed Completed 07/02/2020 11:27 AM Additional Reviewer Completed Completed 07/02/2020 11:32 AM Completed 07/02/2020 11:51 AM Completed 07/02/2020 1:16 PM Completed 07/02/2020 1:33 PM Completed 07/02/2020 1:53 PM Completed 07/02/2020 2:07 PM Completed 07/02/2020 2:19 PM Skipped 07/02/2020 3:41 PM Completed 07/02/2020 4:15 PM Completed 07/02/2020 4:38 PM Completed 07/06/2020 10:29 AM Completed 07/06/2020 11:58 AM Completed 07/06/2020 12:16 PM Packet Pg. 642 07/14/2020 Office of Management and Budget Laura Zautcke Additional Reviewer County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review County Manager's Office Nick Casalanguida Level 4 County Manager Review Board of County Commissioners MaryJo Brock Meeting Pending Completed 07/06/2020 1:01 PM Completed 07/06/2020 1:08 PM Completed 07/07/2020 10:07 AM 07/14/2020 9:00 AM Packet Pg. 643 11.G.a PROFESSIONAL SERVICES AGREEMENT Contract # 19-7633 for SCRWTP Reactor Tank Number 4-CEI Services THIS AGREEMENT is made and entered into this day of , 20 20 by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and Stantec Consulting Services Inc. authorized to do business in the State of Florida, whos e business address is 5801 Pelican Bay Boulevard, Suite 300, Naples, FL 34108 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). l►�Liii��-���:il WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning SCRWTP Reactor Tank Number 4-CEI Services (hereinafter referred to as the "Project"), said services in accordance with the provisions of Section 287.055, Florida Statutes being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and; WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the COUNTY for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which, is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Page 1 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 644 11.G.a Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to the COUNTY. 1.5. CONSULTANT designates Marc Lean, PE a qualified licensed professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without the COUNTY's prior written approval, and if so removed must be immediately replaced with a person acceptable to the COUNTY. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from the COUNTY to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to the COUNTY. 1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the COUNTY's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Page 2 of 32 PSA_CCNA Single Project Agreement 2017,011) Ver.3 Packet Pg. 645 11.G.a Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 1.8. In the event of any conflicts in these requirements, the CONSULTANT shall notify the COUNTY of such conflict and utilize its best professional judgment to advise the COUNTY regarding resolution of each such conflict. The COUNTYS approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.9. The COUNTY reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to CONSULTANT's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the COUNTY reserves the right to make sole determination regarding deductions. After notification of deficiency, if the CONSULANT fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the CONSULTANT. The COUNTY may also deduct or charge the Page 3 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 646 11.G.a CONSULTANT for services and/or items necessary to correct the deficiencies directly related to the CONSULTANT`s non-performance whether or not the COUNTY obtained substitute performance. 1.10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without the COUNTY's prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide the COUNTY prompt written notice of any such subpoenas. 1.11. As directed by the COUNTY, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real - Time Kinematic) GPS Network as provided by the COUNTY. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge -of -pavement - EOP, etc.), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by the COUNTY through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in the COUNTY's Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by the COUNTY as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. The COUNTY will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If the COUNTY determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to the COUNTY of the emergency within forty- eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT's right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: Page 4 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 647 11.G.a 2.2. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.3. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, the COUNTY's schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by the COUNTY when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT's control and fault. 2.4. Providing renderings or models for the COUNTY's use. 2.5. Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting the COUNTY in obtaining such process licensing. 2.6. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.7. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by the COUNTY, other than visits to the Project site or the COUNTY's office. 2.8. Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.9. Preparing to serve or serving as a CONSULTANT or witness for the COUNTY in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.10. Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE THE COUNTY'S RESPONSIBILITIES 3.1. The COUNTY shall designate in writing a project manager to act as the COUNTY's representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define the COUNTY's policies and decisions with respect to CONSULTANT's services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: Page 5 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 648 11.G.a a. The scope of services to be provided and performed by the CONSULTANT hereunder; b. The time the CONSULTANT is obligated to commence and complete all such services; or c. The amount of compensation the COUNTY is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: a. Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; b. Provide all criteria and information requested by CONSULTANT as to the COUNTY 's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; c. Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT's disposal all available information in the COUNTY's possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; d. Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and e. Provide notice to CONSULTANT of any deficiencies or defects discovered by the COUNTY with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from the COUNTY for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the COUNTY, fires, floods, epidemics, quarantine regulations, strikes or lock -outs, then CONSULTANT shall notify the COUNTY in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT's services from any cause whatsoever, including those for which the COUNTY may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from the COUNTY. CONSULTANT's sole remedy against the COUNTY will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition Page 6 of 32 PSA CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 649 11.G.a precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT's compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on schedule. 4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT be deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the COUNTY for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: i At A ■ I Time and Materials: The COUNTY agrees to pay the contractor for the amount of labor time spent by the CONSULTANT's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark-up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. ❑ Granded Thee h0Ualy Fates aG- Set i-an, deRtified in SGhed ate - Page 7 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 650 11.G.a ARTICLE SIX THE OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY, CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation orAutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). The COUNTY shall specify whether the originals or copies of such . Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to the COUNTY the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive, irrevocable license in all of the Project Documents for the COUNTY's use on this Project. CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to complete the Project following CONSULTANT's termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the COUNTY may be making Project Documents available for review and information to various third parties and hereby consents to such use by the COUNTY. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. The COUNTY, or any duly authorized agents or representatives of the COUNTY, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless the COUNTY, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph 8.1. Page 8 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 651 11.G.a 8.2. To the extent that the Agreement that the work pertains to a "Professional Services Contract" as defined in Section 725.08(3), Florida Statutes, and the CONSULTANT is a "Design Professional" as defined in Section 725.08(4), Florida Statutes, the indemnification provided herein shall be limited as provided in Sections 725.08(1) & (2), Florida Statutes. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests' provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against the COUNTY for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by the COUNTY applicable to this Project. 9.3.4, The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONSULTANT, its subconsultants and the COUNTY shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by the COUNTY, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. Page 9 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 652 11.G.a 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff, unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the COUNTY. No provision of this Agreement shall, however, be construed as constituting an agreement between the COUNTY and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the COUNTY beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is'a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. All personnel, identified in Schedule F shall not be removed or replaced without the COUNTY's prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the COUNTY. Each subconsultant or subcontract agreement shall preserve and protect the rights of the COUNTY under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the sub consulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub- subconsultants or sub -subcontractors. 10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third -party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall provide that, at the COUNTY's discretion, they are assignable to the COUNTY upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT's acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against the COUNTY arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT's services nor payment by the COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against CONSULTANT. Page 10 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 653 11.G.a ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT's failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT's failure to properly and timely perform the services to be provided hereunder or as directed by the COUNTY, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT's principals, officers or directors, or (d) CONSULTANTS failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT's failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The COUNTY may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against the COUNTY shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against the COUNTY, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.4. Upon termination and as directed by the COUNTY, the CONSULTANT shall deliver to the COUNTY all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Article 6, that are in CONSULTANT's possession or under its control. 12.5. The COUNTY shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) the COUNTY fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) the COUNTY otherwise persistently fails to fulfill some material Page 11 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 654 11.G.a obligation owed by the COUNTY to CONSULTANT under this Agreement, and (ii) the COUNTY has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving THE COUNTY a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to the COUNTY of CONSULTANT's intent to terminate this Agreement. If the COUNTY does not cure its default within fourteen (14) days after receipt of CONSULTANT's written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the COUNTY, terminate the Agreement and recover from the COUNTY payment for Services performed through the termination date, but in no event, shall CONSULTANT be entitled to payment for Services not performed or any other damages from the COUNTY. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth -In -Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT's services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the COUNTY determines the Agreement price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. Page 12 of 32 PSA_CCNA Single Project Agreenient 2017.010 Ver.3 Packet Pg. 655 11.G.a ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following the COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Name: Engineering & Project Management Division Division Director: Tom Chmelik Address: 3339 Tamiami Trail East, Suite 303 Naples, FL 34112-5361 T_ Administrative AgentlPM: Alicia Abbott, Project Manager Telephone: 239 252-5344 E-Mail(s): Alicia.Abbott(cDcolliercountyfl.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: Stantec Consulting Services Inc. Address: 10160-112 Street SW, Suite 200 Edmonton Alberta T5K 2L6 CA Attention Name & Title: Fermin A. Diaz, PE 1 Marc Lean, PE _ Telephone: (239) 649-4040 E-Mail(s): Fermin.diazp_stantec.com/Marc.leanp_stantec.com 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing the COUNTY, shall promote the best interests of the COUNTY and assume towards the COUNTY a duty of the highest trust, confidence, and fair dealing. Page 13 of 32 PSA_CCNA Single Project Agreemcnt 2017.010 Ver.3 � f) Packet Pg. 656 11.G.a 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of the COUNTY. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E CCNA Proiects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Schedule G Other: NIA Solicitation # 19-7633 including all Attachment(s), Exhibit(s) & Addendum Consultant's Proposal 17.10, Grant Funded Proiects (only applicable to Grant funded proiects): In the event of any conflict between or among the terms of any of the Contract Documents and/or the COUNTY's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Grant Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the CONSULTANT at the COUNTY's discretion. Page 14 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 657 11.G.a ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to the COUNTY the Truth -In -Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT`s compensation shall be adjusted to exclude any sums by which the COUNTY determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform worm as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision -making authority and by the COUNTY's staff person who would make the presentation of any settlement reached during negotiations to the COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties Page 15 of 32 PSA_CCNA Single Project Agreentent 2017.010 Ver.S Packet Pg. 658 11.G.a arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision -making authority and by the COUNTY's staff person who would make the presentation of any settlement reached at mediation to the COUNTY's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE TWENTY-ONE IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the COUNTY shall have the discretion to unilaterally terminate this Agreement immediately. Page 16 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 659 11.G.a IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller M Date: Approved as to Form and Legality. County Attorney Name Consultant's Witnesses: BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA M Burt L. Saunders , Chairman Consultant: Stantec Consulting Services Inc. fitness Name and TitleName and Title —115, L -�60�v— — Wft�less rt 4 SCo4-�- ` )Qdeajf2 Mq/7 qtS 12-0` Name and Title Page 17 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver Crt o Packet Pg. 660 11.G.a SCHEDULE A 6Ysle12Eel 261:IHTJ1CN�19 FE-1 following this page (pages 1 through 6 ) Page 18 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 661 11.G.a SCHEDULE A -- SCOPE OF SERVICES Collier County Contract 19-7633 Construction Engineering & Inspection (CEI) Services South County Regional Water Treatment Plant — Reactor #4 Project Prepared 2002-06-02 BACKGROUND The South County Regional Water Treatment Plant (SCRWTP) receives source water from the Tamiami and Hawthorne aquifers, which is treated by lime softening and reverse osmosis (RO) treatment processes, respectively. Water is pumped from the wellfield and to the degasifiers, followed by lime softening reactors, re -carbonation, filtration, clearwell for disinfection and subsequently to the finished water storage tank, where water treated by lime softening and RO treatment are blended and stored before being distributed to the community. The goal of this project is provide Construction Engineering and Inspection (CEI) services to support the construction of a fourth lime softening reactor (by others) using a concrete tank, associated yard piping, and site improvements to increase the plant's treatment reliability in providing water to the community. Adding a fourth tank will require new connections to existing softening process and piping and will require careful coordination efforts to minimize interruptions during construction to limit the impacts to plant operations and potable water production. Additionally, construction efforts will need to be coordinated to allow plant operating staff and vendors with necessary access for maintenance of the existing plant with minimal -to -no interruptions, unless otherwise planned and coordinated in advance, STANTEC will coordinate with the Design Engineer of Record (EOR) and Collier County (COUNTY) and represent the COUNTY, to the extent described by this Scope of Services throughout the project construction. 1. PURPOSE Collier County has selected Stantec Consulting Services Inc. (STANTEC) to provide construction and engineering and inspection services throughout the duration of the preconstruction, construction, and commissioning of the proposed Reactor #4 at the South County Water Treatment Plant (SCRWTP). 111. SCOPE OF VICES STANTEC will perform following four (4) main tasks for this project: Task 1.0 —Observation and Documentation; Task 2.0 — CEI Project Management Services; Task 3.0 — Additional Services Allowance; and Task 4.0 — Miscellaneous Reimbursable Expenses. A more detailed description for each task is provided below. TASK 1.0 OBSERVATION AND DOCUMENTATION Services to be provided as part of this task will include the following: 1.1 Construction Observation — STANTEC will conduct on -site observations and inspections of Im g:\i_all solicltations & lemplaies\2_fy 2019\I_sol€c€tat€ons\19-7633 scrwtp reaclor tank number 4-col services\1 post-award\f€nol contract documents\19-7633_schedulea_scopeofservices lomendedt.docx Packet Pg. 662 11.G.a construction/testing activities on the Project to thatch the level of mobilization and Contractor's work development to a maximum of 1,850 hours over the duration of the project, unless directed otherwise by the COUNTY's Project Manager. Stantec anticipates the project duration to Substantial Completion and Final Completion will be 305 and 335 days, respectively. STANTEC will evaluate and assess whether the Work is performed in general conformance with the Contract Documents, approved submittals, RFI responses, Work Directives, Changes Orders, and revised drawings issued by the FOR during the course of the project construction phase. STANTEC will notify the COUNTY and then the Contractor of any issues related to non-conformance of the Work with the Contract Documents and document these notifications on the Daily Work Report (DWR). STANTEC will facilitate communication with the Design Engineer of Record, so the FOR can provide interpretation of plans and specifications and will assist the Contractor to develop solutions arising from field issues and conflicts in the field, Communication between the Contractor and FOR will be documented and recorded through a Request For Clarification (RFC) form. Such document shall be developed and prepared by the Contractor following the Contract Documents. RFCs will be submitted to the FOR for their response, which in turn, will be reviewed and approved by the COUNTY prior to submitting a response to the Contractor. STANTEC is not responsible for the Contractor's Safety or Maintenance of Traffic, nor has Supervisor Control of the Contractor or the authority to stop the Contractor from working. Stantec does not have to right to reject work not conforming to the Contract Documents, however such instances will be immediately reported to the FOR and COUNTY. Deliverables: Requests for Clarification. 1.2 Daily Log and Construction Documentation and Photographic Record -- STANTEC's Resident Project Representative (RPR) will observe and log the Contractor's work activities each day. The documented activities will be summarized in a DWR, including relevant details related to the work, that will be submitted to the COUNTY daily. The DWR will also include with pictures of the work in progress, accompanied with descriptive captions. Information will be recorded in the DWR when at the Project Site. The DWR will record relevant aspects of the construction observed while on site including, but not limited to: construction crew (labor) details, equipment used, materials used, compliance testing and inspection performed (by Others), site conditions, excavation conditions, backfill material used, dewatering methods, compaction methods, location of the work, and other details related to the Work. Additionally, the DWR will contain information related to: time and hours on the job site, weather conditions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, observations in general and specific observations in more detail, such as in observing test procedures, conformance observation of materials and fittings, name plate data for equipment and material installed, customer service field log, and other information requested by the COUNTY's Project Manager. All DWRs. will be provided to the COUNTY's Project Manager by STANTEC on a daily basis in PDF format via E-mail. All other construction documentation produced by STANTEC will be provided upon request in electronic format. STANTEC's DWRs may not include all progress photos captured each day by STANTEC. STANTEC will maintain an electronic file of all progress photographs taken, which shall be saved using a file naming convention that includes the project name, date the image was taken, and photographer's initials. Access to these photos will be provided to COUNTY through web -based file sharing. Deliverables: Daily Work Reports; Digital Photographs. 1.3 General Coordination — The need for continuous coordination is anticipated for this project. There are several parties that need to be kept aware of general progress, planned work, planned shut -downs, material deliveries, testing to assure the project progresses on schedule, within budget, and in general conformance with the Contract Documents. These parties include: The EOR, COUNTY Project Manager, SCRWTP Manager, SCRWTP Operator, SCRWTP Operations Staff, Contractor, as well as others. STANTEC will work closely with each of these parties to keep them informed with the most current Im g:\ 1_all soliciVions & templates\2_ty 2019\ 1_sollcitations\ 19-7633 scrwtp reactor tank number 4 - cal services\1 post-award\final contract documents\ 19-7633_schedule a_scopeofservices �amended).dacx 2 Packet Pg. 663 11.G.a information available. 1 A Observe Regulatory Agency Inspections — STANTEC will coordinate with the COUNTY, the EOR, the Contractor, and Regulators as necessary to complete required regulatory inspections for placing the tank into service. STANTEC will coordinate with the Contractor and COUNTY to confirm that required building inspections have been scheduled at the required milestones. STANTEC shall not be liable for damages to any parties if the Contractor does not or forgets to schedule a required inspection as this is ultimately the Contractor's responsibility. 1.5 Construction Progress Meetings — STANTEC will attend up to 24 bi-weekly progress meetings with the construction Contractor, FOR and the COUNTY to review project status and identify issues that may affect the Project. This task does not include preparing agendas or notes for these meetings, which is covered under the EOR's scope of work. The FOR shall be responsible to schedule, coordinate, manage, and provide meeting minutes for all Construction Progress Meetings. If requested and approved by the COUNTY, STANTEC can offer additional support for the progress meetings under the Allowance Task. 1.6 As Constructed Field Drawings — STANTEC will maintain red pencil "mark-up" notations and sketches on full size construction plans that reflect the actual details of constructed facilities. These red pencil "mark-ups" will be used by STANTEC to validate the "As -Built" documentation provided by the construction Contractor, accompanied with each monthly application for payment. Contractor shall be ultimately responsible for the accuracy of As -Built documents. Deliverables: STANTEC's red pencil "mark-ups" in PDF Format 1.7 Substantial Completion Walk -Through — STANTEC's CEI representative will conduct up to one (1) substantial completion inspection when requested by the construction contractor and upon ENGINEER recommendation of sufficient work completion to warrant a substantial completion Walk -Through inspection. During the substantial completion inspection, the STANTEC will prepare a punch list of items requiring completion or correction to the satisfaction of the ENGINEER and the COUNTY. The CEI will be responsible for maintaining the punch -list and issuing updates to the punch -list on a weekly basis. 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 ENGINEER and the COUNTY. This service will be limited to 1 walk-through by CEI, up to 8 hours in duration. Deliverables: Punch List. 1.8 Final Completion Walk -Through -- Upon the request of the construction contractor and concurrence of the ENGINEER and the COUNTY, STANTEC will coordinate with the COUNTY, EOR, and Contractor to 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 construction contractor has fulfilled all obligations therein. Based on the results of the final inspection, the CEI, with the support of the EOR, will determine the final completion. If the work is determined to be complete, the CEI will issue a "notice of final acceptance and recommendation for final payment". If the work is determined as incomplete, the CEI will issue written instructions to the construction contractor stating remaining items. Upon provision of the construction contractor's 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 CEI can issue a "notice of final acceptance and recommendation for final payment." This service will be limited to up to two (2) walk-throughs up to 4 hours each Deliverables: Revised Punch List (if required), Notice of Final Acceptance and Recommendation for Final Payment. Im 0;\1_al1 soI€citations & templote5\2_ty 2M\ I_sa€icitalions\ 19-7633 scrMp reactor lank number 4 - cei services\3. post-award\final contract documents\19-7633_schedu€e a_scopeofservices (omended).dccx 3 Packet Pg. 664 11.G.a 1.9 Start-up and Commissioning Support — STANTEC will provide general coordination and will assist the COUNTY's Project Manager, the FOR and the construction Contractor during commissioning of the tank. This service will be limited to one (1) field activity for a 4 hours duration, Contractor shall be responsible to provide Start-up plans and documentation for FOR review and acceptance prior to initiation of commissioning activities. TASK 2.0 CEI PROJECT MANAGEMENT SERVICES 2.1 General Management and Oversight: STANTEC will provide support services related to the construction observation and documentation of this project to include the following: a. Participate in the pre -construction coordination meeting (1) with the COUNTY and ENGINEER and a pre -construction meeting (1) with the COUNTY and ENGINEER and the general Contractor for a total of two (2) meetings, b. Upon request by the Project Manager, participate in up to two (2) additional meetings as described or implied herein. c. Prepare and submit monthly construction summary reports to the ENGINEER and the COUNTY. d. Review and verify accuracy of the construction Contractor's percentage of completion in anticipation of the monthly applications for payment. STANTEC will coordinate with FOR and confirm that quantities shown on the application for payment accurately reflect the progress of the Work completed in conformance with the Contract Documents. The CEI's recommendation of any payment requested in an application for payment shall constitute a representation by the CEI for the COUNTY 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 general conformance with the Contract Documents, all approved submittals, all RFI responses, all Work Directives and Changes Orders, and all revised drawings issued by the FOR during the course of the project. e. STANTEC will review the monthly updates of the construction schedule prepared by the construction contractor. Coordination correspondence with COUNTY Project Manager, FOR and CEI Field staff as necessary for Construction of the Work to be in reasonable conformance with the Contract Documents, and as amended by the EOR. 2.2 Coordination of Shop Drawings, Contract Interpretations and Clarifications — The CEI will coordinate with the ENGINEER regarding the issuance of interpretations and clarifications of Contract Documents during construction. The ENGINEER shall be responsible for technical review and decisions regarding interpretation and clarification of Contract Documents, The CEI shall coordinate the ENGINEER's decisions and responses with the construction Contractor and COUNTY. 2.3 Monitor Project Records — The CEI shall monitor required Project records, including but not limited to construction reports. 2A As Constructed Field Drawings —The CEI shall maintain red pencil "mark-up" notations and sketches on full size construction plans that reflect the actual details of constructed facilities. These red pencil "mark-ups" will be used by the CEI to validate the "As Built" documentation provided by the construction contractor. The CEI will notify the ENGINEER and the construction Contractor of any differences in the documents maintained by the general Contractor and the CEI on a weekly basis for resolution by the ENGINEER. 2.5 Start-up and Commissioning Support -- The CEI will assist the COUNTY, the ENGINEER and the Im g:\I-all solicitations & templales\2-ly 2019\ 1 _soGcllations\ 19-1633 scrwtp reoctor lank number d - cei services\3. post-award\rinal contract documenls\19-7633_schedule o_scopeolservlces (amended}.docx 4 Packet Pg. 665 11.G.a construction contractor during start-up of each segment designated for Beneficial Use by the COUNTY. STANTEC will have access to, collate, file, and distribute required Project records, including but not limited to construction contractor's progress schedules, DWRs, and testing reports. TASK 3.0 ADDITIONAL SERVICES (ALLOWANCE) 3.1 Additional Services (as authorized in writing) — In accordance with Article 2 of the Agreement, in the event that other services related to the project which may arise during the course of the work, but were not envisioned as part of the original or amended scope of work; 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 COUNTY's Project Manager in writing in advance of performance of said Additional Services. Written authorization from the COUNTY will be required for any charges that exceed the predetermined upper limit. TASK 4.0 REIMBURSABLE FEN STANTEC shall be reimbursed for all expenses in connection with the performance of the above services, as allowed for by Contract #19-7633. Project related reimbursable expenses include the printing of any project related documents such as submittals, and drawings, and may include any other material costs incurred. EXCLUSIONS • Technical review of Contractor's submittals for acceptance or correction, nor preparing submittal responses. • Preparation or technical review of Contractor's Request for Information, nor preparing the associated responses on behalf of the EOR. • Preparation and maintenance of logs for tracking Requests for Clarification, Requests for Information, nor Submittal Reviews and Responses, all of which will be provided by the FOR or COUNTY Project Manager. • Distribution of submittals for review by the FOR or COUNTY, distribution of submittal Responses, preparation and maintenance of submittal logs, which will be provided by the Contractor through E-Builder or other approved type of web -based document and project management service. • Preparing meeting agendas or notes. • Providing signed and sealed letters to the Collier Building Department in the event the Contractor fails to schedule the required inspection with the building department • Providing E-Builder or other approved type of web -based document and project management service. • Preparation and maintenance of Work Directive and Change Order tracking logs, all of which will be provided by the FOR or COUNTY Project Manager. • Distribution of Project Records including but not limited to progress schedules, Daily Work Reports, and Testing Reports prepared or submitted by the Contractor. 1m g:\ I_al1 so€icltations & lemp1o1es\2_1y 20M I_sollcitations\ 19-7633 scrwlp reactor tank number 4 - cei services\3. post-award\final contract documents\ 19-7633_schedula a scopeotservices (amended).docx 5 Packet Pg. 666 11.G.a • Coordinating with or preparing signed and sealed inspection reports for the Collier County Building Department to pass required inspections. Assisting the COUNTY Project Manager with Construction Contract administration items including, but not limited to: Preparation of Change Orders, Work Directives, and Requests for Proposals; Review of Change Order Proposals or Change Order back-up/supporting documentation; Providing back-up and/or supporting documentation for Change Orders or Work Directives; Coordination with other utility owners or engineering design coordination with others beyond the information shown on the plans. COUNTY Project Manager or FOR shall provide STANTEC all applicable aforementioned information in order to certify the Work has been in reasonable conformance with the Contract Documents, and as amended by the EOR. • Participation in or assistance with closing out of the Contractor's building or other permits. • Providing SUE, GPR, Surveying or material testing services. • Development and enforcement of Safety Plans (other than own). • Asset Management. • SCADA Support. • Commissioning and Startup plans. Im g:\1-011 solldtotlons & templates\2_ly 2019\ 1_soiic{lations\19-7633 scrwlp reoctor Tank number 4 - cei services\3. post-award\final conlfact documenls\19-7633_schedule o_scopeofservices {amended).decx 6 �- Packet Pg. 667 11.G.a SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. In no event shall such Time and Materials compensation exceed the amounts set forth in the table below. Taskslltem Descrlption Lump Sum Time and Materials Not To Exceed 1.0 Observation and Documentation $ $275,444.00 2.0 CEI Project Management Services $ $ 26,696.00 3.0 Additional Services Allowance $ $ 15,000.00 4.0 Reimbursable Ex eases $ $ 1,500.00 $ $ $ $ Total Lump Sum Fee $ $ 318.640.00 Total Time and Materials Fee $ $ GRAND TOTAL FEE $318,640,00 $ $ Page 19 of 32 PSA_CCNA Single Project Agrecme€it 2017.010 Ver.3 Packet Pg. 668 11.G.a B.2.2. p* Time and Material Fees: The fees noted in Section B.2.1, shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT's personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment 1 to this Schedule B. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by the COUNTY, regarding CONSULTANT's Direct Labor Costs incurred at the time of billing, to be reviewed and approved by the COUNTY. There shall be no overtime pay without the COUNTY's prior written approval. B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as of that particular monthly billing. WiN ,r1r�r iiSar�r.Wi%r�� �iic�rsa�: JG B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services, Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. Page 20 of 32 PSA_CCNA Single Project Agreement 2017.Ot0 Ver.3 Packet Pg. 669 11.G.a B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 13.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. Page 21 of 32 PSA_CCNA Ssngte Project Agreement 2017.010 Ver.3 Packet Pg. 670 11.G.a B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. 8.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 22 of 32 PSA_CCNA Single Project Agreetnent 2017.010 Vcr,3 Packet Pg. 671 11.G.a SCHEDULE B -- ATTACHMENT 1 [*Jeff &,II1% f-'11"i&3IOR [4111I11111, Title Hourly Rate Principal $238 Senior Project Manager $201 Project Manager $165 Senior Engineer $175 Engineer $136 Senior Inspector $117 Inspector $96 Senior Planner $164 Planner $130 Senior Designer $128 Designer $109 Environmental Specialist $120 Senior Environmental Specialist $156 Scientist/Geologist $115 Senior Scientist/Geologist $156 Marine Biolo ist/H dro eolo ist $133 Senior Marine Biolo ist/H dro eolo ist $169 Senior GIS Specialist $149 GIS S ecialist $114 Clerical/Administrative $73 Senior Technician $102 Technician $83 Surveyor and Mapper $142 CADD Technician $95 Survey Crew - 2 man $152 Survey Crew - 3 man $185 Survey Crew - 4 man $218 Senior Architect $177 Architect $148 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the parties. For Grant Funded Projects, the above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. Page 23 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 672 11.G.a SCHEDULE C PROJECT MILESTONE SCHEDULE Cumulative Number of Calendar Days For Completion Taslclltem ; from Date of Description Notice to Proceed for ... .` Services tinder this. A regiment 1.0 Observation and Documentation 365 2.0 CEI Project Management Services 365 3.0 Additional Services Allowance 365 4.0 Reimbursable Expenses 365 Page 24 of 32 PSA_CCNA Singic Project Agreement 2017.010 Ver.3 Q Packet Pg. 673 11.G.a SCHEDULE D 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self -insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self -insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. Page 25 of 32 PSA CCNA Single Project Agreement M 7,010 Ver.3 Packet Pg. 674 11.G.a 8. Should at any time the CONSULTANT not maintain the insurance coverages required herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse the COUNTY for such costs within thirty (30) days after demand, the COUNTY has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between the COUNTY and CONSULTANT. The COUNTY shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the COUNTY may terminate the Agreement for cause. 10. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY. Required by this Agreement? R Yes ❑ No Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability - The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 11. United States Longshoreman's and Harbor Worker's Act coverage shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes � No 12, Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes ❑■ No 13. COMMERCIAL GENERAL LIABILITY. Required by this Agreement? A Yes ❑ No A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Page 26 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 675 11.G.a Property Damage, Personal Injury, Contractual Liability for this Agreement, independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the following: Coverage shall have minimum limits of $1,000,QQ0Per Occurrence, $ 2,000,000 aggregate. B. The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self -insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self -insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. 14. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 15. Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Required by this Agreement? ❑ Yes 0 No 16. Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Required by this Agreement? ❑ Yes ❑■ No 17, AUTOMOBILE LIABILITY INSURANCE. Required by this Agreement? 0 Yes ❑ No Business Auto_ Liabi_lit]L Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -The ownership. Page 27 of 32 PSA_CCNA Single Project Agreement 2017,010 Ver.3 Packet Pg. 676 11.G.a 18. TECHNOLOGY ERRORS AND OMISSIONS INSURANCE. Required by this Agreement? ❑ Yes ❑- No Technology Errors and Omissions Insurance: Coverage shall have minimum limits of $ Per Occurrence. 19. CYBER INSURANCE. Required by this Agreement? ❑ Yes ❑■ No Cyber Insurance: Coverage shall have minimum limits of $ Per Occurrence. 20. UMBRELLA LIABILITY. A. Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. B. The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. 21. PROFESSIONAL LIABILITY INSURANCE. Required by this Agreement? ■❑ Yes ❑ No A. Professional Liabilit . Shall be maintained by the CONSULTANT to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance. Such insurance shall have limits of not less than $-1,000,000 each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event Page 28 of 32 PSA_CCNA Single Project Agreement 2017.010 Vec3 Packet Pg. 7 11.G.a of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22. VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23, PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project -specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self -insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibleslself-insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D Page 29 of 32 PSA_CCNA Single Project Agreement M7.010 Ver.3 Packet Pg. 678 11.G.a SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Stantec Consulting Services Inc. (company's name) hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning " SCRWTP Reactor Tank Number 4-CEI Services "project is accurate, complete and current as of the time of contracting. Page 30 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 3 Q Packet Pg. 679 11.G.a SCHEDULEF KEY PERSONNEL Name Personnel Category Percentage of Time Sergio Ho os Sr. Project Manager 4 % Marc Lean Construction Manager 10% Mi uel Perez -Rivera Project Engineer 8% Scott Sikorski Senior Inspector 58 % Terry Dungan Senior Inspector 99 % Seana Chaisson Senior Desi ner 9% Page 31 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 680 11.G.a Other: SCHEDULE G (Description) ❑ following this page (pages through ) FMI this schedule is not applicable Page 32 of 32 PSA CCNA Single Project Agreement 2017.010 Ver.3 Packet Pg. 681 11.G.b ACCW" CERTIFICATE OF LIABILITY INSURANCEF5/1/2021 DATE (MMIDDNYYYY) 6/30/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LOckton Companies CCOONTACT 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816)960-9000 PHONE FAX Ext : AIC No E-MAIL ADDRESS' INSURER(S) AFFORDING COVERAGE NAtC# INSURER A; Berkshire Hathaway Specialty Insurance Company 22276 _ INSURED STANTEC CONSULTING SERVICES INC. 1415077 370 INTERLOCKEN BOULEVARD, SUITE 300 INSURER B : Travelers Property Casualty Co of America 25674 INSURER C INSURER D BROOMFIELD CO 80021-8012 INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER: 16834602 REVISION NUMBER: XXXXX3 x THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SD SUBR WVD POLICY NUMBER POLICY EFF MMIDDNYYY POLICY EXP MMIDD LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 1XI OCCUR Y N 47-GLO-307594 5/1/2020 5/l/2021 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTE PREMISES Ea occur'. $ 1 000 000 X MED EXP (Anyone person) $ 25,000 CONTRACTUAL/CROSS XCU COVERED PERSONAL & ADV INJURY $ 2,000,000 X AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4M0,000 GEN'L POLICY , JERT I.DC PRODUCTS - COMP/OP AGG $ 2 000 000 $ OTHER: B B B AUTOMOBILE X LIABILITY ANYAUTO Y N TC21-CAP-8E086819 (AOS) TJ-BAP-8E086820 TC21-CAP-SE087017(NJ) 5/tl2020 5/1/2020 5/1/2020 5/1/2021 5/l/2021 5/1/2021 EOa aocdeOtSWGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX OWNED SCHEDULED AUTOS ONLY AUTOS HIRED AUTOS NON -OWNED AUTOS ONLY AUTOS ONLYLY L ......__. PROPERTY DAMAGE Per accident __ $ XXX}�XXX $ XXXXxO{X I A X UMBRELLA LIAB X OCCUR N N 47-UMO-307585 5/1/2020 5/1/2021 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 X EXCESS LIAB CLAIMS -MADE DED [RETENTIONS $ XXXX= B B B WORKERS COMPENSATION pND EMPLOYERS' LIABILITY ANY ECUTIVE Y/N OFFICERIMEM ER EXCLUDED? � (Mandatory in NH) NIA Y UB-3P635310 AOS) UB-31`533004 MA, WI) EXCEPT FOR OH ND A WY 5/l/2020 5/l/2020 5/1/2021 5/U2021 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1000 0OO E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DiSFASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: 19-7633. SCRWTP REACIOR TANK #4 - CEI SERVICES; COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS OR BOARD OF COUNTY COMMISSIONERS IN COLLIER COUNTY OR COLLIER COUNTY GOVERNMENT OR COLLIER COUNTY ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND AUTO LIABILITY, AND THESE COVERAGES ARE PRIMARY AND NON-CONTRIBUTORY, AS REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES TO WORKERS COMPENSATION/EMPLOYER'S LIABILITY WHERE ALLOWED BY STATE LAW AND AS REQUIRED BY WRITTEN CONTRACT. 16834602 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E NAPLES FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED ©1988L1015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 682 11.G.c ACORO0 `� CERTIFICATE OF LIABILITY INSURANCE 1011/2020 DATE (MMIDOIYYYY) 6/30/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816)960-9000 CONTACT PHONE E AC Na E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC # INSURER A; Berkshire Hathaway Specialty Insurance CpTpaA 22276 INSURED STANTEC CONSULTING SERVICES INC. _ 1414100 370 INTERLOCKEN BOULEVARD, SUITE 300 INSURER a: AIG Speciatty Insurance Company 26883 INSURER C : BROOMFIELD CO 80021-8012 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 16834603 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL D SUBR WVD POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX DAMAGE TO RENTED PREMISES Ea occurrence $ XXXXXXX MED EXP (Anyone person) $ XXxx_Xxx PERSONAL & ADV INJURY $ Xxxx_Xxx AGGREGATE LIMIT APPLIES PER: POLICY � JECT � LOG GENERAL AGGREGATE $ xxxx_x x GEN'L PRODUCTS $ }�}�X $ OTHER: AUTOMOBILE LIA131LITY NOT APPLICABLE CEO ad OtSINGLE LIMIT $ XXXXxxx BODILY INJURY (Per person) $ XXXXYXX ANY AUTO OWNED F 1 SCHEDULED AUT05 ONLY AUTOS BODILY INJURY (Per accident) $. XXXXXXX HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PFRF'ERTY OAMAGE Per aogdenl $ XXXx��.X,X $ XXXXXXX UMBRELLA LIAB HCLAIMS-MADE OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXy—xxx AGGREGATE $ XXXXXXX EXCESS LIAB DED RETENTION $ _ $ xxx WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? N I A NOT APPLICABLE I PER STATUTE ERH __ E.I.. EACH ACCIDENT $��' E.L. DISEASE - EA EMPLOYEE $ XXXXXXX (Mandatory in NH) Ifyos, describe under DESCRIPTION OF OPERATIONS below I I E.L. DISEASE -POLICY LIMIT 1 $ XXXXXXX A Professional Liab N N 47-EPP-308810 10/1/2019 10/1/2020 $3,000,000 PER CLAIWAGG A NO RETROACTIVE DATE INCLUSIVE OF COSTS B Contractors Pollution Liab CP08085428 10/l/2019 10/1/2021 $3,000,000 PER LOSS/AGG DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: 19-7633. SCRWTP REACIOR TANK. #4 - CEI SERVICES TE HOLDER 16834603 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E NAPLES FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTA p 1988(1015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Packet Pg. 683 F- [�-) I r- A vv-F P -F p! 1 E U j UtjjljjtJ e� r-1 r m T1 r July I Zr, 210 ��0 r",�r•rJJT� I Packet Pg. 684 11.G.d bj J r re., D r rr)'r) r Prod ! J r t J J r) e rr) a r\JV �l rar 3 / a �) �� IIry a r� �1 �� r �J :� r� J r goM N 0 .y v rJr� rJ v req IIr�rF)�rjfit T"or rr)p r�� J rrr� a r) - J ! I fI EE PS) 0 r r rI ro J J r C o !) r),r� vvDr- rer �ervJ rP a rPDr- , u a Public UdlifleE; Department rf1Jlfl.'e,.'e,ring orjcJ Project Nlariagerrient DivkJJf1 Packet Pg. 685 11.G.d r���I �Jr)�rr! Ic-rjor) �rIg Jr)��rJrJ� � J J �rIjJr) � rlqr-j !JrJr)� J T rJ Jr) )'r Ul r) \JV Rear�rJr rJ k fr)'� r) � V r� vA l pr)V,d�lj r I I J rJJr)l p rDr- rJ ry � rJr Jer�J JDJicy jm rovp J-rrJ pl-mc r y arj ry raring vV I I r)�r � aE--) D J-r rrgin.'e,.'e,ring orjcJ Project Nlarjagerrl."-ent DivjE;1Jf1 Packet Pg. 686 11.G.d r i f P!JJJI,rj J ilffleE; Department rrigineering Arid Project Nlariagerrient Divj1 ;1or1 a Packet Pg. 687 11.G.d r J J�r� ������J� r J J r rr) 1A -s-11r) ra 'jr) r�12JJ -s-1El) JJJ,c Y 'Iw,J refrjr ll) Jrl � J � r (--1 ! J J rpm eri,r�) Jr�j �) pr�1JJJr� Public WllffleE; D.'e,paotrllefl rf1Jlfl.'e,.'e,ring arld Project 1� larl:Jgerrient Div � on Packet Pg. 688 11.G.d Public Wilifies Deparrrrlerrt ingirjearing orjJ Project Nl ari agernerrt Division Packet Pg. 689 (3 Stantec SCRWTP Reactor Ton k Number 4 CEI Services Collier County Solicitation 19-7633 December 20, 2019 ChM s r. � 4 7 I i -,L7X F. . (3 Stantec December 20, 2019 5801 Pelican Bay Blvd, Suite 300 Naples, Florida 34108 Attention: Geoff Thomas, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 RE: RIPS No.: 19-7633 - SCRWTP Reactor Tank Number 4 - CEI Services Dear Mr. Thomas and Members of the Selection Committee; The intent of this County selection process is to contract with a qualified firm to provide construction management services for SCRWTP Reactor Tank Number 4. Stantec currently provides CEI services for water and wastewater utilities throughout Southwest Florida. We pride ourselves on developing long term relationships with our clients and have been working with Collier County since 1956. We greatly value our relationship with Collier County and see this project as a continuing effort to grow that relationship. Throughout our extensive experience in providing CEI services to Collier County, we have learned a few things along the way and look forward to applying that experience to this project. We understand the needs of the County and seek to continually raise the bar when it comes to project delivery and innovative solutions. Our project approach illustrates our core company values that are the driving force behind all of our projects: We put people first • We do what is right • We are better together • We are driven to achieve Through this submittal, Stantec Consulting Services Inc. provides a detailed description of our relevant local experience, team capabilities, knowledge of construction management practices, and familiarity with the work to be completed under this contract. We believe that our team is uniquely qualified to rapidly move forward on this project, offering the County the ability to have the project underway in the shortest timeframe possible. Our major qualifications include: • strong knowledge and understanding of CEI service requirements • extensive Collier County construction project experience • significant local office presence in Collier County for over 63 years • current workload that will allow immediate staff availability • extensive knowledge of design and site conditions Stantec has enjoyed a long successful relationship with Collier County Government. We have completed literally hundreds projects for the County and look forward to continuing our strong relationship. We will work with the County to expedite the contract execution process and immediately begin to provide services. We are confident that Stantec can meet and exceed the expectations of the County on this important contract. Sincerely, Stantec Consult6PE ng Services Inc. Sergio Hoyos, Project Manager Marc Lean, PE Senior Associate Criteria 1 - Ability of Professional Personnel 4 Ability of Professional Personnel 4 Organization Chart 5 Resumes 6 Criteria 2 - Certified Minority Business Enterprise 13 Certified MBE Statement 13 Criteria 3 - Past Performance 14 Past Performance Chart 14 Previous Projects 15 Reference Forms 22 Criteria 3 - Project Approach 26 Project Approach 26 Project Schedule 29 Willingness to Meet Time and Budget 30 Criteria 5 - Location 32 Criteria 6 - Workloads 33 Recent, Current, and Projected Workloads 33 Forms 34 Construction Engineering and Inspection (CEI) Stantec has extensive and relevant experience in providing responsive CEI services in Collier County, 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, pump stations, 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, providing project management, contract administration, public outreach and construction support services as needed. Our regional team, based in Naples, serves clients from Tampa to Naples as well as Miami -Dade and Broward Counties, and includes experienced project representatives with FDOT CEI certifications. Out of our Naples office, Stantec is currently providing CEI services for the Wastewater Basin 101 Public Utility Renewal Program and has in depth experience working with Collier County departments and divisions to successfully implement public infrastructure projects. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 4 Team Organization Recognizing the needs of Collier County, and this project in particular, we have added depth to our "bench" 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. We have built a team that meets the needs identified by the RFP and with the majority of the team located in Naples. Marc Lean, PE - CEI Team Lead — Marc leads Stantec's CEI team and has developed a local CEI staff dedicated to delivering responsive and efficient services to Collier County. Marc will support Sergio, 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 decisions regarding personnel and resources to ensure the successful execution of the project. Sergio Hoyos, PE - Project Manager — We are pleased to introduce Sergio Hoyos as the newest member to our Stantec team. Sergio will serve as the project manager for this contract, overseeing the work and services provided by personnel assigned to the project, as well as providing technical expertise in construction management related issues. Most recently, Sergio served as the construction manager for nine treatment facility upgrades associated with the Miami -Dade Consent Decree Program. Collier County CEI Team Lead Marc Lean, PE Project Manager Sergio Hoyos, PE Construction Document Manager Submittal Coordination Miguel Perez, PE Seana Chaisson Senior Inspectors Scott Sikorski Terry Dungan Joe Accordino Miguel Perez, PE - Assistant Project Manager — Miguel will be responsible for document control, managing RFI and Submittal Logs, keeping track of project progress, preparing meeting agendas and notes, and quality assurance reviews and distribution of daily field reports. Seana Chaisson, El - Shop Drawing Coordination — Seana will support Miguel to coordinate shop drawing review with the Engineer of Record and assure that all shop drawing review responses are provided in accordance with Contract Documents. This coordination will include working with the Contractor throughout the project to identify equipment and materials that are associated with the critical path, as well as working with the Engineer of Record to expedite review responses for these items. Terry Dungan - Senior Inspector —Terry will provide inspection services for electrical and instrumentation components associated with project's construction. Terry is a skilled Instrumentation and Controls specialist and will be a critical team member for commissioning the reactor. Scott Sikorski - Senior Inspector — Scott will provide inspection services for mechanical/process piping and heavy civil construction, including that of the reactor tank. Scott holds Class A Water Treatment Plant Operator's license and is very knowledgeable in plant operations. Joe Accordino - Senior Inspector — Joe will serve as a backup inspector providing inspection services as needed. Joe brings 30 years of utility experience and currently supports the Basin 101 Public Utility Renewal programs. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 5 Marc Lean PE Construction Engineering & Inspection Lead Marc brings more than 15 years of experience from numerous projects in both water and wastewater work. He's served as a consulting engineer and most recently as a 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 and manages over 10 inspectors and construction administrators in Southwest Florida. Marc is currently the Deputy Manager for CEI services for the Naples Park Wastewater Basin 101 and works closely with several Collier County departments in the execution of CEI services. Registration Professional Engineer #66473, State of Florida Education Bachelor of Science in Civil Engineering, Pennsylvania State University, State College, Pennsylvania, 2002 Relevant Experience Naples Park Wastewater Basin 101 Public Utility Renewal, Collier County, Florida (Project Manager) Leading a CEI team in providing services throughout the duration of the pre -construction, construction, and commissioning of the Naples Park Basin 101 Program Improvements. The County 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 during the next 20 years. 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 negotiations, and development of field solutions for the projects: • Vanderbilt Drive Cul-de-Sac Improvements • Creekside Force Main Extension, Phase1 • 110th Avenue North Public Utility Renewal • 107th Avenue 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) Manages all Engineer of Record and Construction Engineering and Inspection services associated with each of the pump station projects. Marc has 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. Colonial Terrace Improvements, City of Fort Myers, Florida (Project Manager) Manage and oversee the CEI services for a residential neighborhood drainage and utility improvement project. Services for this project include: observation and documentation of work completed by the Contractor, pay application review, progress meeting administration and documentation, preparation of monthly progress reports, change order negotiation, and development of field solutions. Marc also managed drainage improvement design for a portion of the project at the client's request. Pinewoods Nanofiltration Wellfield Power Upgrade, Lee County, Florida (Engineer of Record) Assumed the role of FOR during construction services soon after the project started. The project's scope of work mainly consists of electrical and instrumentation and control upgrades along with some piping modifications at several wells. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 6 SeraPr Hoyos PE Project Manager Sergio has over 17 years of progressively more complex engineering, project management, and construction management experience in industrial and water/wastewater analysis and design, reclamation facilities, sanitary sewer, water supply and distribution studies including numerous large pump stations, pipelines and distribution systems. His practice includes drainage, gravity sewer design, water and wastewater treatment facilities, and associated civil engineering services as well as pumping system and related mechanical designs. Most recently, Sergio was responsible for the construction management of nine of the largest projects under the Consent Decree program for Miami -Dade treatment facilities. Registration Professional Engineer #71781, State of Florida Education Master of Science, Civil Engineering, California State University — Los Angeles, 2005 Bachelor of Science, Civil Engineering, Universidad Pontificia Bolivariana, Bucaramanga, Santander, Colombia, 2000 Relevant Experience Miami -Dade Water and Sewer Department (WASD) Wastewater priority projects under a USEPA Consent Decree,* (Construction Manager) Provided project management support for projects executed within the Consent Decree Program. Worked directly for and under direction of WASD, responsible for overseeing the program of selected projects, maintaining and updating the program schedule and budget, and making sure that all design and construction is consistent with the program standards. As a Construction Manager, Mr. Hoyos processed RFIs, RFPs, Submittals, change orders and transmittals. Coordinated with WASD Operations the processes to organize and execute temporary and major shutdowns, utility locates, and related activities of construction restraints. Race Track Road Utility Relocation*, Hillsborough Avenue to Douglas Road, Hillsborough County, Florida (CEI Engineer) Performed professional construction engineering services and inspection. Hillsborough County required construction engineering and inspection services during the construction of potable water main and sanitary sewer force main on Hillsborough County Race Track Road Improvements Project. The utility relocation work is part of a road widening project under the direction of the Hillsborough County Public Works Department. Brackish Water Reverse Osmosis Treatment Plant*, City of Hialeah, Florida (Project Engineer) Project included oversight of a Design -build -operate contractor for the final design and construction/start up phases of the treatment plant, oversight of other design consultants for the well sites and pipelines, detailed design and CEI services for site preparation and deep injection well pumping station. Mr. Hoyos performed preliminary and final design, cost estimating, construction services, and coordinated the work of several other City consultants and DBO contractor. 11 MGD Timber Greens Master Pump Station*, Pasco County, Florida (CEI Engineer) Duties included construction phase engineering and construction observation services. Project required development of preliminary and final design documents for the 11 MGD Timber Greens master pump station, an in -line sewage pumping station with no wet wells, and included a diesel powered genset for backup power during power outages. Project also included related permitting, assistance during bidding, and construction phase office engineering. Northwest Regional Residual Recovery Facility Bar Screen Replacement*, Hillsborough County, Florida (Project Engineer) Duties included detailed design, preparation of specifications, construction budget, and construction phase services. Project scope included design of new sludge straining units to protect downstream equipment including new centrifuge dewatering units and sludge drying facility. The current average daily sludge flow is 670,000 gpd with a future projected flow of 870,000 gpd. * denotes projects completed with other firms Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 7 r r Miguel Perez PE Construction Document Manager 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. Registration Professional Engineer #84239, State of Florida Education Bachelor of Science, Civil Engineering, Polytechnic University of Puerto Rico, San Juan, Puerto Rico, 2007 Relevant Experience 107th Avenue North Public Utilities Renewal Project, Naples, Florida (Task 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 Request for Clarifications 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, asbestos - cement utilities removal reports for the client, and close-out documentation review and preparation. 110th Avenue North Public Utilities Renewal Project, Naples, Florida (Task 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 Request for Clarifications 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, asbestos - cement utilities removal reports for the client, and close-out documentation review and preparation. 95th Avenue North Public Utilities Renewal Project, Naples, Florida (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 Request for Clarifications to the EORs and Client, submittals review, progress meetings participation, Neighborhood Information Meetings participation, provide weekly updates of construction progress for project website update, coordination of manpower to cover multiple crews along the project, Vanderbilt Drive Public Utilities Renewal Project, Naples, Florida (Task 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. Pump Station 147.00, Collier County, Florida (Engineer intern) Responsible for meeting minutes, Geoweb Layout revisions, daily reports, pay application review, change order preparation, RFI response, and submittal review Pump Station 302.09, Collier County, Florida (Engineer Intern) Responsible for inspection and daily reports, submittal review and response, RFI review, 72-hour operational test overview, warranties, and pay application review. SCRWTP Tamiami Wellfield Raw Water Valve and Meter Replacement, Collier County, Florida (Engineer Intern) Responsible for conducting consultant inspections for the project and preparing progress meeting minutes. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 8 Seana Chaisson El Submittal Coordination Seana has environmental and civil engineering experience working on various water, stormwater, and wastewater projects. She continues to provide essential project coordination, deliverable creation, and quality control services across multiple sub -disciplines at the city, county, and sub -consultant level. Registration Engineering Intern #1100020908, Florida Board of Professional Engineers Education Bachelor of Science, Civil and Environmental Engineering, Florida Gulf Coast University, Fort Myers, Florida, 2017 Relevant Experience Naples Park Wastewater Basin 101 Public Utility Renewal, Collier County, Florida (Public Information Officer) Stantec's CEI team is providing services throughout the duration of the pre -construction, construction, and commissioning of the Naples Park Basin 101 Program Improvements. The County 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 during the next 20 years. Heritage Bay Master Pump Station, Collier County, Florida (Engineer Intern) Assisted with the preparation of bid documents and technical specifications. Seana also helped review and log submittals from the Contractor. Stantec previously developed the design for the Heritage Bay Mater Pump Station under a previous work assignment for Collier County's Planning and Project Management Division (PPMD). Stantec was hired to provide Engineer of Record (EOR) services during bidding and construction. Pump Station 104.05 Improvements, Collier County, Florida (Engineer Intern) This project included the design and permitting of the rehabilitation of a 12 HP submersible station. The design services also included a vibration study to identify a source of vibration that was reported by adjacent property owners. The improvements included the replacement of pumps and controls, installation of a permanent diesel by-pass pump, as well as the construction of above grade discharge piping. Seana served as a project engineer throughout the duration of the rehabilitation of the pump station. Seana assisted by reviewing and approving shop drawings, and applications for payment. Seana also attended substantial and final walk through and developed a deficiency list for the Contactor. Master Pump Station 321.00 Station Bypass, Collier County, Florida (Intern) Stantec was responsible for design of temporary bypass, survey, procurement coordination, CEI services during construction and FOR services for the master pump station. Seana developed a resource for the design of the project, which depicted the pump station service areas and contributing pipes into the master pump station. SCRWTP Sludge Dewatering Belt Filter Press Replacement, Collier County, Florida (Engineer Intern) Seana was the design engineer and was responsible for the development of the design documents including, plans, technical specifications, and engineer's opinion of probable cost. Stantec provided engineering services to assist with the development of construction documents for the replacement of a lime sludge belt filter press at the South County Regional Water Treatment Plant (SCRWTP). Eastside Advanced Water Reclamation Facility (AWRF) Operation and Maintenance Manual, Venice, Florida (Engineer Intern) Stantec provided engineering services to prepare and update to the Eastside AWRF 0&M Manual to comply with requirements of the City's Operations Permit. Seana helped to develop the 0&M Manual by reviewing previous expansions/upgrades, record drawings, standard operating procedures, and existing permits and participated in developing an updated 0&M Manual in accordance with Chapter 62-600.720 of the Florida Administrative Code. Colonial Terrace Area A CEI Services, City of Fort Myers, Florida (Intern) Assisted with project coordination and submittals to the City of Fort Myers. Seana also logged all installed quantities throughout the construction phase of the project. Stantec was hired to provide engineering services during the construction of the utility, drainage and roadway restoration improvements in the Colonial Terrace Subdivision. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 9 Scot Sikorski Senior Field Inspector Scott has over 30 years of experience as a Senior Quality Inspector in underground utilities, water and wastewater facilities, infrastructure, road, and airport projects. His responsibilities include management in the field and supervision of subcontractors and inspectors. Other responsibilities include assisting inspectors with Computer Inspection Systems and Lead for safety and environmental issues. Certifications State of Florida Class "A" Drinking Water Treatment Plant Operator No. 0003611, Manatee Junior College / Waster Treatment Management, Bradenton, Florida, 1983 Relevant Experience Naples Park Wastewater Basin 101 Utility Improvements,Collier County, Florida (Senior Inspector) The County 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 during the next 20 years.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 negotiations, and development of field solutions for the projects: • Vanderbilt Drive Cul-de-Sac Improvements • Creekside Force Main Extension, Phase1 • 110th Avenue North Public Utility Renewal • 107th Avenue North Public Utility Renewal Public Utilities Renewal, Collier County, Florida (Senior Inspector) QA Inspection and documentation on removal and replacement of existing Water, Sanitary Sewer, Force Main, Storm Drain Pipe and Roadway reconstruction and rehabilitation on Sewage Pump Stations. City of Cape Coral Utility Expansion Project, Cape Coral, Florida (Senior Quality Assurance Inspector) Inspection and documentation on $500 million Construction of Water, Sanitary Sewer, Storm Drain Pipe, Sewage Pump Stations and Roadway reconstruction. City of Del Ray Beach Water Treatment Plant, Del Ray Beach, Florida (Water Treatment Plant Operator and Laboratory Technician) Operation, Maintenance, Laboratory Sampling and Analysis at 15 M.G.D. Groundwater Treatment Plant. Manatee County Water Treatment Plant, Manatee County, Florida (Water Treatment Plant Operator and Distribution System Operator) Operation, Maintenance, Distribution System Operation and laboratory Sampling at 30 M.G.D. Surfacewater Treatment Plant and Distribution System. Northwest Florida Beaches International Airport*, Panama City, Florida (Senior Inspector/Superintendent Quality Assurance) This is a $350 million project which included multiple contracts from horizontal to vertical construction. Responsibilities included Excel spreadsheets for Monthly and Final Project Quantities. D.O.T. Aviation Project of the Year 2010. Terminal Renewal and Improvement, Dallas/Fort Worth, Texas (Senior Technician, Quality Inspector) QA Inspection on Mechanical, Electrical, Plumbing and Civil Demolition and Reconstruction on $2.7 billion Terminal Remodeling and Parking Garage project. * denotes projects completed with other firms Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 10 Terry Dugan Senior Field Inspector Terry brings 32 years of diverse engineering inspection experience. This experience encompasses design, senior resident -in -charge, resident -in charge of wastewater treatment, collection, water treatment and distribution systems, schools, marinas, hospitals, hotels, roadways and subdivisions. He is proficient in the preparation of contract plans and specifications for numerous multi -million dollar private and municipal utility systems, project planning, and construction resident responsibilities. Terry is also a skilled instrumentation and controls specialist. Education Project Management, Professional Practice, Contract Administration, Quality Management, Time Management, Cost Management, Construction Safety Management and Value Engineering, Construction Management Association of America FDOT Earthwork Level 1 & Level 2 FDOT Concrete Field Inspections FDOT Asphalt Paving Level 1 OSHA Safety Training Intermediate MOT Certification Relevant Experience Bee Ridge WRF Phase 2 Expansion, Sarasota, Florida Provided technical design services to the Engineer of Record including verification of existing conditions and providing information from work Terry completed on previous expansions. This project involved the design, permitting, bid assistance services and construction management services for the Phase 2 Expansion of the Bee Ridge Water Reclamation Facility (WRF). The expansion design takes the existing Bee Ridge WRF from a capacity of 9 million gallons per day (MGD) to 12 MGD, maximum month average daily flow (MMADF), through the addition of an aeration basin to operate in parallel with the existing 5 aeration basins. Central County WRF Phase 2 Improvements, Sarasota, Florida Resident Project Representative for this $10M project which included upgrades to the existing facility, aeration system upgrade from bushed roller aeration to three 250hp blowers and air piping. A major pump station renovation with stand-by power and 150hp VFD submersible pumps. In addition, two remote site treatment facilities were terminated and replaced with new master pump stations and stand-by power. The project was completed ahead of schedule and under budget. Venice Gardens WRF Improvements, Venice, Florida Senior Resident Project Representative for the upgrade to the master/transfer lift station, new decanters, TSS meter, VFD's, electrical and instrumentation systems. Project was completed on time and on budget in 2010. Carlton Water Treatment Facility, Sarasota, Florida Resident Project Representative for this $6 million, 5-MG above ground Crom storage tank and associated yard piping. Due to unsuitable below surface soil conditions, this tank foundation required 525, 65 foot, 12-inch precast concrete piles to be driven prior to tank construction. The project was completed on time and budget. Naples Park Wastewater Basin 101 Utility Improvements,Collier County, Florida (Senior Inspector) The County 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 during the next 20 years.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 negotiations, and development of field solutions for the projects: • Vanderbilt Drive Cul-de-Sac Improvements • Creekside Force Main Extension, Phase1 • 110th Avenue North Public Utility Renewal • 107th Avenue North Public Utility Renewal Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 11 Jot. Accordino Senior Inspector Joe has 30 years' experience in the maintenance and repair of water distribution and wastewater collection systems. He has previously been tasked with scheduling and supervising the maintenance and repair of municipal potable distribution networks and wastewater collection systems, as well as monitoring external contractor work to ensure compliance with quality standards and safety rules. He has most recently provided inspection for the Sarasota County Public Works Siesta Key Force Main PHASE 1 & 2 Water Main, ICW Crossing to US 41 Project Sarasota Florida. Education Class C Wastewater Collection Technician, FW & PCOA Electrofusion of HDPE Water Main Services Cross Connection Program Manager, Inspector, Ordinance and Organization, Backflow Testing Water Distribution Operation and Maintenance Level 2 Water Distribution System Operator FDOT Advanced MOT Relevant Experience Siesta Key Advanced Wastewater Treatment Plant, Sarasota, Florida (Senior Inspector) Senior Inspector during the construction phase of the project. Upgrades to this 2.7 MGD plant included repairs to the headworks and mechanical screen, replacement of existing aeration system with fine bubble tubular diffusers, replacement of a secondary clarifier bridge and drive unit, extensive repair and rebuilding of the tertiary reactor clarifier, repair and recoating of chemical containment areas, and installation of a new pump station for recycle flows. Central County Sanitary Sewer Rehabilitation Project (Senior Inspector) Senior Inspector for this sewer lining project. Project consisted of lining gravity sewer mains within the basin that had been identified as having excessive infiltration during a previous study. Project utilized PVC Expanded in Place as the lining method. Approximately 37,800 If of 8", 6,100 If of 10" and 21-point liners were installed in this basin. Other aspects of the project included bypass pumping, maintenance of traffic, manhole installation, cleaning, pre - televising, root removal, service protrusion removal, service reinstatement, pressure grouting and post televising. Carlton Wellfield Expansion Well #59 & 60, Sarasota, Florida (Senior Inspector) Senior Inspector of this raw water well improvement project. Well 59 & 60, was connected to an existing 30" main with approximately 2,400 feet of 12-inch main. The 30-inch main connected this line to the Carlton Water Treatment Plant. The well site construction included a new wellhead, 30" taping sleeve and valve, back-up generator, motor control center, pumps, motors, precast concrete building and site work. FPL easements were obtained for the project early enough to not hinder production. University Well Field Water Treatment Plant Rehabilitation, Sarasota, Florida (Senior Inspector) Senior Inspector for construction and commissioning of degassifier and ammonia facilities. This project involved miscellaneous improvements for a 3 MGD Water Treatment Plant including new PH control and hydrogen sulfide stripping, a new sanitary collection system, driveway improvements, and stormwater improvements, (2) new grinder lift stations and a dry -detention pond for stormwater adjacent to a protected Grand Oak tree. Venice Gardens Water Reclamation Facility 3.0 MGD Expansion, Venice, Florida (Senior Inspector) Senior Inspector for services during construction to oversee a 3.0 MGD activated sludge wastewater plant expansion project. Project elements included a new headworks with automatic influent screens, and a grit removal system, reconfiguration of the aeration basins to install anoxic zones with internal recycle pumps, and new RAS pumps that track flow rate with influent flow. Bee Ridge WRF Phase 2 Expansion, Sarasota, Florida (Technical Designer) Provided technical design services to the Engineer of Record including verification of existing conditions and structural aspects for the project. This project involved the design, permitting, bid assistance services and construction management services for the Phase 2 Expansion of the Bee Ridge Water Reclamation Facility (WRF). The expansion design takes the existing Bee Ridge WRF from a capacity of 9 million gallons per day (MGD) to 12 MGD, maximum month average daily flow (MMADF), through the addition of an aeration basin to operate in parallel with the existing 5 aeration basins. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 12 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 Stantec seeks out specific DBE partners due to their quality work and high level of service regardless of whether there are DBE goals in place. We believe the best way for DBE firms to learn and grow is through hands-on experience. We will look for opportunities to involve a primary DBE partner throughout the life of a project so the firm has meaningful participation 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. In addition, Stantec is committed to workplace diversity and inclusion and closely follows the equitable employment standards in its jurisdictions. Stantec is an Equal Employment Opportunity employer. Our policy is to provide equal opportunity to all employees and applicants and to prohibit any discrimination because of race, color, religion, sex, national origin, age, marital status, genetic information, disability, pregnancy, protected veteran status, sexual orientation or gender identity and expression. Employees will be treated based on their job -related qualifications, ability, and performance. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 13 Stantec Experience on Similar CEI 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 the owner interests during construction. We augment our project management specialists seamlessly into any agency, actually becoming an integral part of your project control team. Stantec is an industry 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. We provide: 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; and project commissioning. Sergio Hoyos, PE, will serve as the project manager and brings 17 years of design and construction management. Sergio provides significant treatment plant experience which will be a client asset to serve Collier County for this project. Benefits of Selecting Stantec With Stantec, Collier County gets a full -service organization that has roots in the County for over six decades. Many of our people have lived in the County all their lives. We take pride in the work we do and the beneficial impact that work has on our community. Our team is predominantly based out of our Naples office and is staffed with personnel that have been closely involved with County construction projects for a good part of their careers. To put the benefits of selecting Stantec succinctly: • Strong construction experience in water and wastewater projects • Strong local engineering support • Excellent experience with Collier County PPMD • Strong public outreach capabilities • Over a dozen local staff dedicated to this project • Ability to rapidly respond to field and contract related issues • Support of an organization of 22,000 people, with over 600 in Florida alone Past Performance co Projects Collier County PS 147.00 Rehabilitation co Collier County PS 158.00 Rehabilitation Collier County PS 151.00 Rehabilitation Collier County PS 302.09 Relocation Collier County Vanderbilt Drive and Cul-de-Sacs Public Utility Renewal Project Collier County 110th Avenu North Public Utility Renewal Project Collier County 107th Avenue North Public Utility Renewal Project Collier County 95th Avenue North Public Utility Renewal Project Collier County Creekside Phase 1 Collier County 16" and 24" Force Mains Collier County Immokalee Road Chloramine Booster Station Collier County Vanderbilt Beach Road 10" Force Main Collier County Immokalee Road 36" Water Main Pressure Test Sarasota County Venice Gardens WRF Sarasota County Central County Sanitary Sewer Rehabilitation Sarasota County University Wellfield Treatment System Sarasota County Bee Ridge WRF Phase 2 Expansion Sarasota County Carlton WTP Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 14 Basin 101 (Vanderbilt Drive and Cul-de-Sacs) Public Utilities Renewal Project Collier County, Florida 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. Aging utility infrastructure in the Naples Park neighborhood was identified for the Collier County Public Utilities Renewal (PUR) Program - a multi -year effort with design and construction occurring over the next 10-20 years as dictated by funding and priorities. The highest priority and largest project, $18.7 million, completed under the program is the Vanderbilt Drive Cul-de-Sacs Public Utility Renewal Project. The project spanned Vanderbilt Drive from 111 th Avenue to Vanderbilt Beach Road, as well as all of the cul-de-sacs in between, along Vanderbilt Lagoon. The project included repair and replacement of water, wastewater and stormwater systems that service residents within the Conners Subdivision. Water and sewer service lines were replaced; clay sewer mains were replaced with new PVC pipe; asbestos cement water mains were removed and replaced with new PVC mains, stormwater collection and treatment system rehabilitation work was completed in the right of way; and the roadways will be renewed. This project is on schedule to be completed by Q4 2019. Stantec is providing Construction Engineering and Inspection (CEI) services that include visual observation and documentation of construction activities along with development of field solutions for the multiple projects within the area. In addition, Stantec provides the services of a Public Information Officer (PIO) to assist 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; coordinating pre -construction outreach and public information meetings; and developing informational material. Collier County # SCRWTP Reactor Tank Number 4 - CEI Services 15 Carlton Water Treatment Plant Venice, Florida This facility uses an advanced membrane treatment process, Electro-dialysis Reversal (EDR), to remove excess salts from the brackish groundwater. When initially constructed, the 12 MGD Carlton WTP was the largest EDR plant in the world, but is now nearing the end of useful life for some of the critical components. The Preliminary Design work was completed in 2013 and included investigating options for upgrading the existing Mark 3 EDR skids with the new Mark 4 membranes supplied by Suez Water (previously GE Water). The scope included evaluation of the pre and post treatment processes and identification of plant -wide upgrades necessary to maintain safe and reliable operations for another 25 years. Detailed design was completed in 2017/2018 for Phase 1 which provided for demolition of all existing EDR trains; replacement with 5 new EDR units; replacement of all process pipework; new electrical equipment; new chemical systems; and new instrumentation and controls systems. Also included in the Phase 1 Construction Contract was replacement of 5 horizontal pre-treatment pressure filters together with replacement of associated piping, valves, instrumentation and controls. Construction management for Phase 1 is currently underway with a project completion projected for March 2021. These construction stage activities will including contract administration, FOR services, full time Resident Project Representative inspection services, training, commissioning and close out records. Detailed design for Phase 2 will commence in early 2020 and include installation of up to 5 additional EDR trains to result in an upgraded facility with an expanded 15 MGD rated capacity. As part of a separate but related project, Stantec provided construction management services for the expansion of the Carlton wellfield with the addition of Well #60 and connection to the existing 30" main with approximately 2,400 feet of 12-inch main. The well site construction included a new wellhead, 30" taping sleeve and valve, back-up generator, motor control center, pumps, motors, precast concrete building and site work. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 16 EXISTING FILTER TEMPORARY FILTER Venice Gardens Water Reclamation Facility Improvements Sarasota County, Florida Stantec served as the Engineer of Record for several consecutive phases of expansions and improvements at Sarasota County's Venice Gardens Water Reclamation Facility. The WRF facility had been operating near its design capacity for the past several years. The Venice Gardens WRF was upgraded and expanded to provide an additional 1.0 MGD, which increased the treatment capacity to 3.0 MGD. The improvements constructed at the Venice Gardens WRF included a new headworks (fine screening and grit removal), new process pumps (RAS/WAS, IMLR, etc.), addition of new aeration blowers, improvements to 2 anoxic and aeration basins to improve the operation of the Modified Ludzack-Ettinger process, new instrumentation and controls (I & C) and related civil/site improvements. The biological treatment process improvements associated with these improvements were simulated using the process simulator BioWin@ to determine the necessary on-line process equipment during the various phases of construction. Since this was an existing operating facility, all improvements were required to maintain the facility in operation, as well as meet public access requirements. A detailed construction plan was developed to maintain effluent water quality, which included process simulation at various stages of construction to maintain operation during construction and maintain a delivery of reclaimed water to the County's customers. All work was completed without any plant upsets and/or effluent water quality exceedences. Specific project services with these projects included: preparation of a Preliminary Design Report, field investigation of existing conditions and surveying, final design (civil/site work, process mechanical, structural design details, and electrical and instrumentation services), develop construction plans and specifications, an engineer's opinion of probable construction costs at the 60%, 90% and 100% design stages, permitting, bid phase services, and construction phase services. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 17 University Wellfield Treatment System Sarasota County, Florida University Wellfield is a three million gallon per day well water supply located at the northern boundary of Sarasota County. Raw water from the well field is treated prior to being blended with water from Manatee County. Stantec was retained to provide engineering and construction management services for two consecutive projects designed by Corollo Engineers at the University Wellfield Pump Station # 1, including pH control and disinfection improvements. pH Control Improvements: Stantec was retained to provide pH control for the University Wellfield and to replace the sulfide stripping tower that was structurally failing. The project also included removal of an existing septic tank and disposal field to facilitate better truck access for chemical deliveries. Disinfection Improvements: Stantec was later retained to design improvements necessary for Sarasota County to meet 4-log virus removal. Design included a new free chlorine feed location at the base of the stripping tower, new baffle walls within the wet well downstream of the stripping tower to increase chlorine contact time, a new chlorine residual sampling location, and a new combined chlorine residual analyzer. Construction services included field observation, document control, shop drawing management, commissions, and project closeout services. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 18 Bee Ridge WRF Phase 2 Expansion Sarasota County, Florida The expansion design takes the existing Bee Ridge WRF from a capacity of 9 million gallons per day (MGD) to 12 MGD, maximum month average daily flow (MMADF), through the addition of an aeration basin to operate in parallel with the existing 5 aeration basins. The project included a new aeration basin with connected influent and effluent channels and an anoxic cell, extension of the existing aeration header, a new diffused aeration system, and a new dissolved oxygen probe system with associated instrumentation plus a walkway between the existing headworks and the new aeration basin. This project involved the design, permitting, bid assistance services, and construction management services for the Phase 2 Expansion designed by Corollo Engineers. Construction services included field observation, document control, shop drawing management, commissions, and project closeout services. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 19 Central County WRF Phase II Improvements Sarasota County, Florida This improvement project included the addition of a new 8 MGD headworks with mechanical bar screens, vortex grit removal system and a bypass system. The new headworks included influent and effluent yard piping connection and the demolition of the existing headworks. Facility improvements also included the addition of a 150 Hp aeration blower, a new administration building with laboratory, meeting room and equipment workshop, site lighting, two new on -site lift stations, site drainage improvements and the relocation of existing SCADA systems to the new building. Stantec was responsible for construction management services for this project designed by Corollo Engineers. Construction services included field observation, document control, shop drawing management, commissions, and project closeout services. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 20 Collier County Pump Station Evaluation and Rehabilitation Collier County, Florida Collier County has rehabilitated several of their community pump stations that typically serve an entire community and receive wastewater from several smaller stations. The rehabilitation efforts were prompted by the fact that several stations' mechanical equipment were nearing the end of their useful life. The County had also updated their standards for the electrical and control system of these stations. Stantec was retained to provide engineering design and construction services for the rehabilitation of five submersible pump stations. Project included the conversion of below grade valve vaults to above grade discharge assemblies, new pumps with variable frequency drives, new control panels, fiber optic telecommunication backbone, and site improvements. Four of the stations included diesel driven emergency back up pumps. Stantec's CEI services included full time daily observations, RFI and submittal review responses, pay application review, and commissioning coordination. Daily work repairs with progress photos were provided to Collier County the following business day after the work was completed. 104.05 388 67 12 2 Vibration attenuation and VFD 147 151 158 302.09 414 146 606 70 900 77 400 53 45 2 Expanded access easement, VFD, multirode, diesel standby pump 20 2 Diesel -bypass pump, multitrode 30 2 Downsize pumps, relocate facilities to be within existing easement, VFD, diesel standby pump, odor control 20 2 Relocated polymer concrete PS and 8-inch discharge FM via HDD, diesel standby pump Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 21 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 19-7633: SCRWTP Reactor Tank Number 4 — CEI Services Reference Questionnaire for: Stantec Consulting Services, Inc. (Name of Company Requesting Reference Information) Marc Lean (Name of Individuals Requesting Reference Information) Name: Diana Dueri Company:Collier County PUD EPMD (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Vanderbilt Drive Cut -de -Sacs Public Utility Renewal Project Project Budget: $ 3,018,009 Completion Date: November 20.2019` Project Number of Days: _1,129 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Digitallyined by Diana aC.DuerDiana C. DNmn=Diana C. erl, -Collier County,—R)gineenng and Project Management Divisor, _d, lanatlu D u e r i xi® olliergov.net =U5 Date. 2019.09.13 08:49:21-04'00' Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 22 Reference form received for a previous submittal, but still applicable for this proposal. Coder coumty Administrative Services Department P--�-nt Sernrns Dmsr Attachment 8: Reference Questionnaire Solicitation: 17-7103 West Goodlette Frank Road Joint Stormwater-Sewer Project Reference Questionnaire for: Stantec Consultinq Services (Name of Company Requesting Reference Information) Marc Lean, PE (Name of Individuals Requesting Reference Information) Name: Elaine Capps P.E. � G �� Company: City of Fort Myers (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: ecapps(U)citvftmyers.com FAX: 239-344-5943 Telephone: 239-321-7220 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisfied (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." (Please note, references from Collier County staff will not be accepted.) Project Description: Colonial Terrace Area A Utility Completion Date: April 2017 iAnticipated) and Drainage Improvements Project Budget: 51 461,166.63 Project Number of Days: 270 Item Criteria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). / O 3 Quality of work. 4 Quality of consultative advice provided on the project. /U 5 Professionalism and ability to manage personnel. % Q 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) / (] 7 Ability to verbally communicate and document information clearly and succinctly. 8 Ability to manage risks and unexpected project circumstances. / 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. U 10 Overall comfort level with hiring the company in the future (customer satisfaction). / TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: marc.leanarstantec.com By 03/03/2017 RFP CCNA Template_11032016 17-7103 West Goodlette Frank Road Joint Stormwater-Sewer Project 42 Collier County // SCRWTP Reactor Tank Number 4 - CEI Services 23 Reference form received for a previous submittal. but still applicable for this proposal. CC& Colony � Ser�s i�epartrr�u Reference Questionnaire Solicitation: 18-7432-SC Professional Services Library SCADA Engineering and Integration Category Reference Questionnaire for: Stantec Consultinq Services Inc. (Name of Company Requesting Reference Information) Kyle Goodwin, PE (Name of Individuals Requesting Reference Information) Name: Corinne Trtan (Evaluator completing reference questionnaire) corinne.trtan@colliercountyflorida.gov Email: FAX: Company: Collier County (Evaluator's Company completing reference) Tel Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firmlindivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0" Collier County Pump Station Project Description: Evaluations and Rehabilitations Completion Date: 9/1/2018 Prcj ect Budget: $300,000 Project Number of Days: Item Citeria Score 1 Ability to manage the proj ect costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 24 Reference form received for a previous submittal. but still applicable for this 12roposal. ter cOty Pm�rernenr Services _5wr.,i�n Reference Questionnaire n. 18-7432-SC Professional Services Library SCADA Engineering and Integration Category Reference Questionnaire for: Stantec Consulting Services Inc. (Name ofCompany Requesting Ref erenceInformation) Kyle Goodwin PE (Name of I ndivi dual s R e que sting Re ferenc e Inf of m ation) Name: Michael Mylett (Evaluator completingreference questiormaire) Email: mmvlettOgr-aov.nP.t FAX: Company Sarasota County (Evaluator's C ompany completing reference) Tel Collier C ounty has implemented a process that collects reference information on firms acid their keypersonnel to be used in the selection of firms to perform thisproject. The Name of the Comp any listed in the Subject above has listed you as a clien>tfor whi ch they have previously p erf orm e d work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 repre senting that you were very s atisife d (and would hire the firmlindivi.dual again) and 1 representing that you were very unsatisfied (and would never hire the firmlindivdival again). If you do not have sufficierhknowledge of past p erform anc e in aparticular area, leave it blank and the item or form will be score d"0." Venice Gardens Water Reclamation ProjectDescription: Facility Improvements C ompleti on Date: May201$ Project Budget: $5 M Project Number ofDays: Item C iteria Score 1 Ability to manage the project costs(minimiae change orders to scope). 10 2 Ability to maintainpraject schedule (complete on -time or earl). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project admini stration (c ompl ete d documents, final invoice, final product turnover; invoices; m anuals or going forward do cum entation, etc.) 10 7 Ability to verb ally c omm uni c ate and do cum entinformation clearly and succinctly. 10 8 Abiltity to m anage ri sk s and unex p ecte d proj e ct cir cum stanc e s. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Over all comfortlevel with liringthe company inthe future(custom ersatisfactionl. 10 TOTAL SCORE OF ALL ITEMS Dgikly signed b]` Miohael J fNylett ic Michael J M y I t Date 701�9 04 25 1 5 05 bl o' y 9ou.ine# ilitU S Collier County 11 SCRWTP Reactor Tank Number 4 - CEI Services 25 Project Understanding The South County Regional Water Treatment Plant (SCRWTP) receives source water from the Tamiami and Hawthorne aquifers, which are treated by lime softening and reverse osmosis (RO), respectively. The finished water from each process is stored in tanks before being blended together and leaving the plant into the County's distribution system. The goal of this project is to add a fourth lime softening reactor using a concrete tank, associated yard piping, and site improvements to increase the plant's treatment capacity from the Tamiami aquifer. Adding a fourth tank will require new connections to existing facilities and carefully coordinated efforts to minimize interruptions of plant operations and potable water production and distribution. Stantec understands that some of the County's existing concrete reactor tanks have had issues with leaks, which is believed to be a result of forming and workmanship during the tank's concrete construction process. Therefore, Stantec will make it a point to closely observe and coordinate with the project delivery team so construction of the tank conforms to the contract documents and industry standards for concrete tank construction. Stantec also understands that the SCRWTP is an operating site and that construction efforts will need to allow plant operating staff and vendors uninhibited access to maintain plant operations with minimal -to -no interruptions unless otherwise provided for. Stantec will coordinate with the Engineer of Record and Collier County staff so that we become an extension of them, becoming their eyes and ears in the field throughout the project. Together we will work with the Contractor so that construction of the tank and yard piping improvements are completed on schedule and within budget. Plan of Approach Stantec has worked closely with the Collier County Public Utility Department's Engineering Project Management Division on many projects and understands the daily challenges County Staff has to overcome in delivering and completing projects like this one. We're also very familiar and understanding of Collier County's expectations and the required expertise and level of service necessary to meet them. More importantly, however, is Stantec's expertise with the construction process and the role of CEI services for municipal water and wastewater projects. Below we have provided a discussion of how Stantec approaches sees our approach to each of the main points identified as part of this RFP Our team of highly qualified professionals and our detailed approach will follow each of the tasks presented in this RFP accordingly. Detailed Observation and Documentation TASK 1.1 - CONSTRUCTION OBSERVATION The prime responsibility of a CEI team is not only to fully understand the contractual requirements for testing, documentation, and inspection, but also to know who the inspections affect and what regulatory agencies and County staff need to be involved in the inspection process. To effectively perform this work, it is essential that the CEI team has a solid understanding and knowledge of the Contract Documents and the County's needs. Although past project experience can be beneficial, the Stantec CEI team is keenly aware that each contract stands on its own, with its own terms, conditions, and specifications. The project must be built in accordance with the Contract Documents of the particular project, which is our top goal for this project. Our team knows the job in the field and how critically important it is to observe, test, and measure the work as the Contractor completes it. We not only observe the work, we communicate with the Contractor to ensure compliance with the Contract Documents and will keep the Owner informed of the progress as well as potential challenges. There's an old saying, "Plan your work and work your plan" Discussing the Contractor's plan before they start helps the CEI gauge the Contractor's understanding of the Contract Document requirements and preparedness for completing the work. We've found that this helps the Contractor identify potential oversights that may cause a conflict with those requirements or a delay in their execution of the work. We understand that personalities, levels of experience, and backgrounds all impact people's ability to perform work. Additionally, the very nature of inspection and contracting can lead to differences of opinion in the field. The primary rule of conduct for our team of inspectors and project managers is to remain professional at all times, use responsible judgment, and apply common sense to resolve field issues. We find that professionalism and open, honest discussions can lead to resolution of most conflicts at the field level. When issues can't be resolved at the field level, they are escalated to the CEI, Contractor's project manager, and Engineer of Record for resolution. If the issue still cannot be resolved, then the issue will be brought the County Project Manager's attention. We recognize that Collier County's project managers are busy and that it's our role to help resolve minor issues so that they can focus on more important matters. TASK 1.2 - LOG AND CONSTRUCTION DOCUMENTATION AND TASK - 1.3 PHOTOGRAPHIC RECORD Daily logs will be prepared with pictures recording activities and details related to the work on a form approved in advance by the project manager. Our daily 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, not limited to County Staff and Engineer of Record, have a clear understanding of the work completed as well as whether or not it was completed in conformance with the Contract Documents. TASK 1.4 - GENERAL COORDINATION It is of utmost importance to keep all applicable County Collier County # SCRWTP Reactor Tank Number 4 - CEI Services 26 departments, the design EOR, and governmental agencies abreast of project issues, changes and progress. Most of the projects will involve both outside agencies and departments internal to Collier County. Open communication with these agencies is important and they should be kept apprised of issues as they develop. TASK 1.5 - OBSERVE REGULATORY AGENCY INSPECTIONS Having designed several water and wastewater projects in southwest Florida, Stantec is extremely committed to assisting the County with maintaining regulatory compliance throughout all aspects of the projects. Due to existing conditions or changes in the plans, deviations from the original permitted set of documents may be required to satisfy a design issue or user concern. TASK 1.6 - CONSTRUCTION PROGRESS MEETINGS Our CEI experience with many projects has shown that effectively leading progress meetings not only provides documentation of past activities and planned work, but also provides the opportunity for the entire construction team to come together to identify and resolve issues and concerns. Preparation of an effective agenda is an important function for a successful progress meeting. Effective agendas identify items of importance and establish the order in which they should be addressed. Draft agendas will be prepared by the Stantec Project Manager at least two days in advance of the progress meeting. It is Stantec's priority to make meetings a time for reviewing schedules, formalizing issues and agreeing to solutions to problems. However, the CEI team does not wait for a meeting to bring issues forth for the first time. Most issues are addressed on a daily basis in the field as the preferred and most efficient means of keeping projects on track. The relationship between County Staff, Stantec's CEI team, and the Contractor is important in this respect. Our practice is to develop a strong communication system so that any of the parties can discuss issues as they arise. The minimum goal of each meeting is to review the Contractor's proposed schedule and to communicate and coordinate with each of the team members to keep the project moving forward. TASK 1.7 - SUBSTANTIAL COMPLETION INSPECTION AND TASK 1.8 - FINAL COMPLETION INSPECTION Although contracts may vary in their wording, most contracts define substantial completion as being able to utilize the project for its intended purpose. Since substantial completion is tied to liquidated damages, its point in time may be viewed differently by the Contractor and Owner. 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 scheduled and facilitated by the CEI team. The result of the "walk through" is the development of a complete list of deficiencies. The specific details of the project would dictate whose participation is needed in the walk through. The key point in the "walk through" process is that there is proper planning and coordination with all parties for an efficient process and outcome. After all contractually required closeout documentation has been received and accepted, the Stantec team will provide the documentation to the County with a recommendation for final acceptance. After confirming County concurrence for final acceptance, final affidavits, final release of liens, surety release, and warranties will be acquired by Stantec and forwarded to the County with a recommendation for final payment. Stantec places a significant emphasis on the close-out procedures since it can sometimes be difficult to get additional information after the last payment has been made. CEI Project Management Services TASK 2.1 - GENERAL MANAGEMENT AND OVERSIGHT Stantec has provided qualified personnel for inspection services to many clients including Collier County on many successful projects. The inspection team has many years of experience in municipal system requirements. Key strengths Stantec's CEI team brings to the County are: • a detailed knowledge of utility Contract Documents • understanding that each contract stands on its own, with its own terms, conditions, and specifications • providing strong communication with the Contractor to ensure compliance with the Contract Documents • using professional judgment and common sense to resolve field issues • documenting the weather, manpower, equipment, location, and details of work for each crew working that day • documenting the events of the day with photos • documenting the Contractor's daily installed quantities • being aware of how Contractor activities could lead to disputes and complaints. PRE -CONSTRUCTION MEETING After award of the contract, the next step is to arrange for the pre -construction meeting. This meeting should be coordinated quickly to keep the project moving forward. Stantec takes the lead in arranging dates, times, and locations to allow County staff to focus on other important aspects of the project. This is a time to remind the successful Contractor of 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. If the proper relationship has been built with the Contractor from the pre -award conference forward, the pre - construction conference is a time for review of key items and any outstanding items to be completed prior to commencement of the work. When properly managed by the CEI firm, there will be no surprises at the pre -construction meeting, just further communication. MONTHLY PAY APPS The approval of a Contractor's pay request is a critical component Collier County # SCRWTP Reactor Tank Number 4 - CEI Services 27 in the construction process. Through the construction contract, the County has agreed to pay for, and the Contractor has agreed to provide, a completed quality product. Many other factors and requirements are linked to the approval of a pay request in accordance with the contract: • As-Builts - As -built drawings for the work being claimed on the Contractor's pay requests are to be submitted by the Contractor and reviewed by the engineer. This is to assure that the County has documentation of the "as constructed" work product. This is particularly important for covered or underground work that cannot be readily confirmed after the fact. • Construction Schedule - An updated construction schedule will be submitted by the Contractor and approved with each monthly pay request. The updated schedule will not only help indicate if there are any delays in the project, but will also be used to plan for upcoming activities that need to be reviewed, or require action on the part of the County or CEI firm. • Completed Product for Payment - The contract and specifications address when an item is eligible for payment. When not specifically identified in the Contract Documents, the Stantec CEI team will work with the County and Contractor to address this issue. • Final Pay Request - Release of liens and final affidavits are only part of the required items prior to processing of a final pay application. A certificate of completion from the EOR, signed -off final punch list, 0&M manual submittals, warranties, etc. are all items that need to be submitted, reviewed, and accepted by the appropriate parties prior to approval and processing of the final pay request. CONSTRUCTION SCHEDULE Stantec understands the importance of assuring the timely submittal of a construction schedule and reviewing and approving a realistic schedule that meets the contract requirements. The first Contractor schedule submission is given special attention to ensure that it reflects a realistic baseline to measure progress. Throughout the project, updated schedules will be submitted and progress will be evaluated based on field measurements. These updated schedules will be compared to the original schedule and milestone time allocations to assess the Contractor's ability to complete the project on time. Stantec has well documented experience with evaluating construction schedules, providing review comments and recommendations to project management staff, and responding to the Contractor. Stantec has also assisted contractors in understanding the Critical Path Method (CPM) scheduling and, with the County's permission, assisted the Contractor in working thorough issues in creating and updating schedules. TASK 2.2 - COORDINATION OF SHOP DRAWINGS The shop drawing process allows the reviewer to determine whether the product submitted generally conforms to the plans and specifications. Procurement of materials does not generally occur until the shop drawings are reviewed by the applicable parties, therefore, placing a high priority on the timeliness of this activity can reduce the potential for delays at the very beginning of the contract. Since this is an important process and can significantly impact the project schedule, Stantec advises the Contractor to prioritize the shop drawings that need to be reviewed due to long lead times. We also work with the Contractor and Engineer to get the shop drawings approved as efficiently as possible, while cataloging each submittal and response. Stantec produces shop drawing logs that show receiving dates and returning dates. This enables the tracking of shop drawings through the review process and identifies the review status of each responsible party. The tracking is consistently monitored so that shop drawings are processed in a timely manner by all parties. Stantec sends reminders to the responsible party to assure the shop drawings are reviewed in an acceptable time frame. TASK 2.3 - MONITOR PROJECT RECORDS Stantec's field staff has the ability to access our computer server remotely and has the paper files of the project stored in an organized manner in their trucks. This ready access to files allows staff to resolve questions, research issues, recall concerns, review resolutions to changed conditions, and consult prior agreements at a moments notice. TASK 2.4 - AS -CONSTRUCTED FIELD DRAWINGS Stantec's field staff are well versed in preparing field sketches of existing and constructed facilities. We also understand that some construction elements are sometimes covered (backfilled) before the Contractor can survey them. That's why our team has been trained in using Trimble R2 GNNS (i.e. GPS) units capable of surveying assets accurate to within 4 inches. Using the Trimble units allows us to quickly obtain asset location data that can used to complement field sketches, develop CAD drawings, and initiate asset data collection for later use in the County's GIS asset management database. TASK 2.5 - START-UP AND COMMISSIONING SUPPORT Stantec will develop a start-up prerequisite checklist to help the Contractor assure they're prepared for start-up, before invitations to County staff are sent. This effort includes coordinating with the Contractor 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 or not the requirements have been met. Stantec will work with the Contractor and project delivery team as needed to meet all requirements before the reactor is placed into service for the initial performance testing period. Copies of all start-up documentation will be provided to the project delivery team electronically in PDF format. TASK 3.1 - ADDITIONAL SERVICES (AS AUTHORIZED IN WRITING) Stantec recognizes that unforeseen conditions are common to most construction projects, and that sometimes additional professional services, other than those identified in the scope, are necessary to overcome the associated challenges. An allowance equal to 15% of the fee for Tasks 1 and 2 has been assumed so that the County will have adequate funding for additional services. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 28 Project Schedule ID Task Name Duration Start Finish Seo Qtr 4, 2019 Oct Nov Dec Qtr 1, 2020 Jan Feb I Mar Qtr2, 2020 Apr I Ma n Qtr 3, 2020 Jul lAwal Se Qtr 4, 2020 Oct Nov1 Dec Qtr 1, 2021 Jan iFebl 1 SCRWTP Reactor Tank #4 Construction Notice to Proceed Permits Procure Building Permit Procurement Submittal Preparation Engineer Review and Approve Fabrication and Delivery Construction Mobilization/Demobilization Locate/Pothole Existing Utilities and prepare subgrade Install new electrical ductbank and relocate electric line Tie Into Existing 8-in Sludge Pipeline Install 8-in drain pipe (to Plant Sump) Demolition of existing yard piping Install footings, base slab, walls, sidewalk, and ground electrical Install sludge blown down and bottom flushing system Grout inside lower area around concrete wall Install metal equipment supports, skirt plate, baffles, and deck plate Install concentrator wall plate and assemblies (gates) Install effluent drop box and pipe Install central radial launder Install radial launder and inner and outer draft tubes Install effluent launders Install chemical feed tray and chemical piping Install 24-in influent pipe, overflow pipe, and funnel end Install rotor shaft and drive equipment Demolish existing starter and Install new breaker and VFD equpiment Install hood plate rafters and hood Install 6-in vent pipe and 24-in access hatches Install walkway bridge, handrails, and access stairway Pull and Route Electrical Wires and Controls Complete connections of influent, effluent, and overflow pipelines Install LCP, instrument devices, and electrical equipment including VFD-04 Terminate electrical and control connections Complete 1/0 Loop Check Tests Complete and integrate Controls Protocol PERFORMANCE TESTING & CLOSEOUT Complete Acceptance and Performance Tests Substantial Completion Complete punchlist items and submit final closeout and record drawings Final Completion 261 days 0 days 30 days 30 days 112 days 45 days 55 days 97 days 234 days 31 days 12 days 12 days 16 days 23 days 23 days 84 days 15 days 20 days 10 days 12 days 5 days 5 days 5 days 5 days 16 days 30 days 16 days 12 days 22 days 4 days 12 days 23 days 25 days 23 days 6 days 6 days 16 days 33 days 13 days 0 days 20 days 0 days Mon 1/6/20 Mon 1/6/20 Mon 1/6/20 Mon 1/6/20 Mon 1/6/20 Mon 1/6/20 Mon 1/27/20 Mon 1/27/20 Mon 1/6/20 Mon 1/6/20 Mon 2/17/20 Tue 3/3/20 Tue 3/3/20 Tue 3/10/20 Tue 3/3/20 Wed 3/25/20 Tue 7/21/20 Tue 8/11/20 Tue 9/8/20 Tue 9/22/20 Tue 9/29/20 Tue 9/22/20 Tue 9/29/20 Tue 10/6/20 Tue 9/29/20 Tue 9/29/20 Tue 9/22/20 Tue 9/29/20 Tue 10/13/20 Wed 11/11/20 Wed 11/11/20 Tue 9/29/20 Tue 9/29/20 Tue 9/29/20 Thu 10/29/20 Thu 11/5/20 Thu 10/29/20 Thu 11/19/20 Thu 11/19/20 Mon 12/7/20 Tue 12/8/20 Mon 1/4/21 Mon 1/4/21 Mon 1/6/20 Fri 2/14/20 Fri 2/14/20 Tue 6/9/20 Fri 3/6/20 Fri 4/10/20 Tue 6/9/20 Thu 11/26/20 Mon 2/17/20 Tue 3/3/20 Wed 3/18/20 Tue 3/24/20 Thu 4/9/20 Thu 4/2/20 Mon 7/20/20 Mon 8/10/20 Mon 9/7/20 Mon 9/21/20 Wed 10/7/20 Mon 10/5/20 Mon 9/28/20 Mon 10/5/20 Mon 10/12/20 Tue 10/20/20 Mon 11/9/20 Tue 10/13/20 Wed 10/14/20 Wed 11/11/20 Mon 11/16/20 Thu 11/26/20 Thu 10/29/20 Mon 11/2/20 Thu 10/29/20 Thu 11/5/20 Thu 11/12/20 Thu 11/19/20 Mon 1/4/21 Mon 12/7/20 Mon 12/7/20 Mon 1/4/21 Mon 1/4/21 1/6 All Durations shown are in "Work Days." 261 "Work Days" = 365 "Calendar Days" 12 1/4 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 Project:SChedu Date: Mon 9/1 Task Project Summary Split ...... I...... Inactive Task Milestone ♦ Inactive Milestone Summary ­1 Inactive Summary Manual Task I Duration -only Manual Summary Rollup Manual Summary I Start -only C Deadline ♦ Manual Progress Finish -only Critical External Tasks Critical Split ........................ External Milestone Progress Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 29 Managing Cost and Schedule Cost Management The Stantec team has extensive experience helping government agencies achieve positive bottom line results by evaluating the project plans, site conditions, and indicating areas 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. Change Orders Contracting documents typically provide a process to request proposed changes to the work. As a result, change orders may be issued to contractors to add or adjust the scope of the work being performed. Change orders may include time only adjustments, scope of work and compensation adjustments, or may include both. Change orders may also be used to formally change the contract time and the contract dollar amount by either increasing the time or amount or decreasing the time or amount. Change orders may be proposed for many reasons and in the formal process for a traditional design -bid -build project delivery are recommended by the Engineer, approved by the Owner, and accepted by the Contractor. Change orders often include drawings, price quotations, and other supporting information. The reason for formal changes to the work are most often the result of client directed changes that in most cases take advantage of a mobilized contractor to add value to the project. Occasionally change orders such as time extensions are the result of extreme Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 30 weather or other events outside the control of the Contractor. In very rare instances change orders are the result of an error or omission in the design. In these cases, the value of the change order may become a claim by the Owner against the Engineer for reimbursement of the cost to the extent that the cost was the result of an error in the construction documents. In our experience, these types of change orders are extremely rare. As part of our overall systematic approach to project management, we stay focused on the potential impact change orders can have on the overall project budget. This topic of conversation is one that should be discussed on a regular basis during the project life cycle between the client and consultant. Whether the change order is due to a change in the project scope or during construction due to unforeseen field conditions, we handle these conversations as highly important and strive to be proactive. Our record and past performance is solid and the number of change orders of any type on the projects we have been involved with for Collier County are none to minimal. Should the need for a change order arise we do our very best to handle these in a professional, consistent and fair manner with all interested parties. Schedule Control We understand how critical schedules are. Maintaining a project on schedule begins with understanding the key issues that drive it and developing contingency plans to control it. The primary purpose of the project schedule is to provide a full accounting of all relevant activities and phases, as well as the proper sequencing of project related events such that the project is delivered on time. Stantec also understands that construction project schedules can unexpectedly change and that County's resources for CEI services may become finite. Therefore, we are mindful of the Contractor's planned activities and whether or not Stantec needs to be present to observe and document the work. When opportunities to save on field inspections services are identified, we will contact the County's project manager for concurrence. We want to work with our clients to achieve the results they desire while also providing them with value. Stantec will prioritize maintaining and possibly accelerating the construction schedule, as it is always our goal to finish the project early. Our team will ensure that the baseline schedule and the periodic updates have enough detail to monitor project progress to prevent schedule slippage. Our staff will coordinate weekly meetings with the stakeholders during construction to assess the progress of the project, evaluate the look ahead of activities submitted by the contractor, and resolve issues early. Our staff will also schedule pre -activity meetings for each type of work proposed by the contract documents. This has been a successful methodology on previous projects in establishing a good understanding of what is expected during each of the construction activities. These meetings have proven to be an excellent tool in maintaining a good relationship with the contractor and ensuring that the work remains under time and budget by preventing rework. These meetings also allow for a detailed review of site -specific conditions that may impact the work. Our staff will continuously evaluate the plans and contract documents to identify potential areas of concern that could result in additional costs to the County. We are confident we can help the Contractor meet the County's project schedule because of our extensive background on projects of this type. The following are some of the ways we propose to control the project schedule: Coordinate with Contractor, EOR, and County staff (develop relationships to understand and help improve their processes); Collaborate with Contractor to identify opportunities to accelerate critical path activities to compensate for unforeseen delays later on, - Meet with County, and GMD Building Department public officials ahead of time for consensus on how building inspections will be conducted; Clear understanding of the Scope of Services to ensure that the contractor's schedule is created correctly from the beginning • Implement QA/QC process to identify areas of concern and prevent issues before they arise Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 31 Local Presence, Local Knowledge and National Expertise Our 50-person staff in the Naples office is supported by literally thousands of professional throughout the state and nation. This provides Collier County with all the benefits of a local, experieneced, and responsive vendor, while also offering tremendous depth of expertise in highly specialized areas. Our team offers: Local Office. This makes scheduling of face-to-face meetings and site visits easier and quicker because of smaller time blocks associated with staff travel. Local Support. 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. Local Knowledge. 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. Less than 20 minutes away from the County offices, our Stantec Naples office is ideally situated to serve the County. SCRWTP National Expertise. Stantec brings the country's best and brightest professionals with expertise in many sectors to bear as needed on local projects. Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 32 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. Recent and current workload utilization varies by staff member —generally hovering between 20 - 80%. Our backlog of work is constantly being reviewed to make sure we can keep the commitments we make to our clients. Adding to this is the tremendous depth of resources that comes with being a firm of our size and capabilities. 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. Due to our extensive working relationship with Collier County across multiple disciplines, we have factored into our annual utilization planning continuing to provide services to Collier County. MembersTeam .• Marc Lean, PE Serio Hoyos, PE Miguel Perez, PE 30% Seana Chaisson, El 60% Scott Sikorski 40% Terry Dungan 40% Joe Accordino 60% Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 33 The following forms have been provided in response to the instructions detailed in the Request for Professional Services. Licenses and Certificates Form 2: Vendor Checklist Form 3: Conflict of Interest Affidavit Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit Certification Form 6: Vendor Substitute W-9 Insurance Certificates RIPS Process Certification (online) Addendum 1 - 5 Sunbiz documentation E-Verify/Immigrantion Affidavit MOU Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 34 Licenses and Certificates State of Florida Department of State I certify from the records of this office that STANTEC CONSULTING SERVICES INC. is a New York corporation authorized to transact business in the State of Florida, qualified on November 14, 2001. The document number of this corporation is F01000005948. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on April 6, 2019, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seat of the State of Florida at Tallahassee, the Capital, this the Seventeenth day of April, 2019 Secretary of State Trashing Number: 842537967SCU Tn anahenafeate this rertificatgvisit the following site,enter this number, and then fonow the instructions displayN. htaps://suvlces.sunbia.org/FiBngNCerHBeate013[etuNCcrtifieateAn[hcntieation dbpr !'' DBPR DNLINE SERVICES �i�n a*:°m prom.=��o�E ee Details 'L Min w mon,,.wn aERry Rxcuraa lwn..ry�m.i ryye. � enyi„er 11.zrvv_ .� u. 1x/talamxya F.,Taru nz/ln/,n�a SpecNl Quallamam,s ualXbanm uLse v uxlax/xoax dbpr STATE OF FLORI DA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN 15 AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES STANTEC CONSULTING SERVICES INC. 370 INTERLOCKEN BLVD, 10UITE 300 BROOMFl END CO 80021 C LICENSE NUMBER: CA2701 EXPIRATION DATE: FEBRUARY 28,M21 Always verify licenses online at MyFloritlalicense.wm ❑' O 0 This Do not alter, thisd«umeni in any fo,m. hyper license.Ithu1-1foranyane atv,,than the menses W vse this d.—rt � 101-11111,111111 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES LEAN, MARC 8645 COLONY TRACE DRIVE FORT MYERS FL 33908 L LICENSE NUMBER: PE664]3 EXPIRATION DATE: FEBRUARY 28, 2021 AI ays e y tenses online at y oritlaticense.com l ll Don t It IM d«ume yf rm. oaTnis is you I his anlawf 1 b y na atne n n 1 arises ro nis a«vmenL Jet- n.,ana..—emo. �FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES HOYOS, SERGIO A. 69W PROFESSIONAL PARKWAY EAST SARASOTA FL34240 LICENSE NUMBER: PE71781 EXPIRATION DATE: FEBRUARY 11,-21 Always erify licenses onlinea y ntlaLcense.com o. o Da not alter this d«amenL in any form. This is your license. It is unlawful foranyone other than the licensee L, use this tl«ument 0 Collier County H SCRWTP Reactor Tank Number 4 - CEI Services 35 ColKrr county Administrative Servioss Departmerwt Procurement Services Div won Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ® The Solicitation Submittal has been signed. ®'A The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. ] All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ® Any addenda have been signed and included. ®4 Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State — http:I/dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Stantec Consulting Services Inc. Address: 5801 Pelican Bay Boulevard, Suite 300 City, State, Zip: Naples, Florida 34108 Telephone: 239.649.4040 Email: marc.1yarl6stante0zorn Representative Signature: .uL Representative Name: M rc Lean, PE Date 10/28/19 cn�CAMMty Administrative Services Deparhmi Procurement Services Division Form 3: Conflict of Interest 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. Firm: Signat Print Name: Fermin A. Diaz, PE Title of Signatory: Vice President c0 -r c0141-,ty Administrative Services Departrnent Procurement Services Division Form 4: 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 agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. 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 with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 28th day of October , 201 gin the County of Collier , in the State of . Florida Firm's Legal Name: Stantec Consulting Services Inc. Address: 5801 Pelican Bay Boulevard, Suite 300 City, State, Zip Code Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: Naples, Florida 34108 F01000005948 11-2167170 1 UTD1 r Crrrllrl P1. uldt, r"C Vice President Additional Contact Information Send payments to: (required if different from Company name used as payee .above) Contact name: Title: Address: 13980 Collection Center Drive City, State, ZIP Chicago, Illinois 60693 Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: GO er COTAnty Administrative Services Department Procurement Services Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence 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. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program niai- deem the Vendor's proposal 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)) 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. Company Name Stantec Consulting Services Inc. Print Name Fermin A. Di , P Signature State of Florida County of Collier Title Vice President Date 10/28/19 The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Ozer COHHty 06►irdtr a Sanxes oop„rnorn oroc�+atse�za:cr� Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.07](5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Stantec Consulting Services inc. (as shown on income tax return) Business Name (i di erent fi-om tax aver name Address _ 5801 a scan Bay Boulevard, Suite 300 City _Naples State Florida 239.649.4040 Pm.il fermin Order Information (Must be filled out) Address 5801 Pelican Bay Blvd., Suite 300 Zip 34108 com Remit / Payment Information (Must be filled out) Address 13980 Collection Center Drive City Naples State Florida Zip 34108 I City Chicago Illinois State Zip 60693 Email 2. Company Status (check only one) _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) C Enter the tax classification - - Parinorshinj 3. Taxpayer Identification Number (for tax reportingpurposes only) Federal Tax Identification Number (TIN) 11-2167170 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties ofPeriury. I certify that the irnformation shorn on this form is correct to my know ledze. Sign i Mary Date 10/28/19 Title FinancEa anager Phone Number 239.649.4040 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apM.fldfs.com/bocexemp#1 2. ® Employer's Liability $ 1,000,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $ 1,000,000_ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed contract Bonds by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's.Risk Insurance will be addressed by the Collier County Risk Management Division. 7/10/19 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Stantec Consultirr Sery es Inc. Vendor Signature Print Name Fermin A. Diaz, PE Insurance Agency Lockton Companies 10/28/19 Agent Name Joseph Agnello Telephone Number 816.960.9000 ACVRn° CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/Ym) 5/1/2020 4/26/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the pollcy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 CONTACT— — PHONE FAX HQk — "AIJLP`EIL�- (816) 960 9000 INSURER S AFFORDING COVERAGE NAIC 0 rNSuRert►►: Berkshire llathu%va SpecialInsurance Company 22276 INSURED 1415077 STANTEC CONSULTING SERVICES INC. 370 INTERLOCKEN BOULEVARD, SUITE 300 B. Travelets Pro e CasualCo of America 25674 _INSURER INSURER C: INSURER D: BROOMFIELD CO 80021-8012 INSURER E INSURER F i70VFRAAFS CERTIFICATE NUMBER: 160465a7 REVISION NUMBER: 7C3CxxxxX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSA LTR TYPE OF INSURANCE �,ADlSLi9u6 POLICY NUMBER MM1001YYYY MAOA oor ILICEXP LIMITS p �; COMMERCIAL GENERAL LIABILITY CLAIMS -MADE r_x1 OCCUR�hdISES N N 47-G1.0-307584 5/1/2019 5/1/2020 EACH OCCURRENCE S 2 OOO OOO $ 1,000,000 f ,fig • MED EXP [Any one e2rson S 25,000 CONTRACTUAL/CROSS X XCU COVERED PERSONAL & ADV INJURY $ -20.00 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4 000 000 POLICY ] T ❑X LOC PRODUCTS - COMP/OP AGO S -2 00O 000 $ ^ OTHER:. B B B AUTOMOBILE LIABILITY ANY AUTO N N TJ-B CAP 086 8 0 TJ-BAP-8E086820 TC2J-CAP-8E087017 5/1/2019 5!1/2019 5/1/2019 51 /2020 5/I/2020 5/l/2020 CO" INE SIN LE LI IT -(�ccidgnI $ 1,000,000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $XXXXXXX OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY I PMPPERTY DAMAGE Pora efll $XXXXXXX $XXXXXXX A UMBRELLA LIAB X OCCUR N N 47-UMO-307585 5/l/2019 5/1/2020 EACH OCCURRENCE $ 5 000 000 JX AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE DED F1 RETENTIONS $ XXXXXXX B B B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PA BILITBILIT EXECUTIVE YIN OFFICEMMEMSER EXCLUDED? NI (Mandatory in NH) NIA N Tcz3-csB-srtrss� (nas TRJ-U]3-BPG&593 (MA I) EXCEPT I'OR OH Ni3�VA Y 5/1/2019 5/1/2019 5/l/2020 5/1/2020 - X TllT E L. EACH ACCIDENT $ 1,000,000 — E.L. DISEASE - EA EMPLOYE $ ] 000 000 If yea, describe under DESCRIPTION OF CPERATTONS below E.L, DISEASE - POLICY LIMIT S 1,000,000 3 1 DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached If more space is required) TO WHOM IT MAY CONCERN CERTIFICATE HOI ❑FR CANCELLATION 16046527 TO WHOM IT MAY CONCERN 370 INTERLOCKEN BOULVEARD SUITE 300 BROOMFIELD CO 80021 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED 5 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD ACC)Ra' CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 1 10/1/2020 9/13/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate balder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsometlt(s). PRODUCER Lockton Companies CONTACT NAME: 444 W. 47th Street, Suite 900 PHONE FAX Kansas City MO 64112-1906 M�,dl�a`�`0' - - ("c "°) (816) 960-9000 ADDRESS: INSURERS AFFORDING COVERAGE NAIC # INSURER A: Berkshire Hathaway Specialty Insurance Company 22276 INSURED STANTEC CONSULTING SERVICES INC. 1414100 INSURER B.- AIG Specialty Insurance Compgny 26883 370 INTERLOCKEN BOULEVARD, SUITE 300 INSURER C : INSURER D : BROOMFIELD CO 80021-8012 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 14181323 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY E%P LIMITS LTR TYPE OF INSURANCE POLICY NUMBER ! MM/DD/YYYY MMlDDlYYYY COMMERCIAL GENERAL LIABILITY NOT APPLICABLE EACH OCCURRENCE S XXXXXXX CLAIMS -MADE C, OCCUR PREMISES Eaoccurren $ XXXXXXX MED EXP (Any one person) $ YX.XXXXX _ PERSONAL & ADV INJURY S XXXXXXX GENERAL AGGREGATE S XXxxxxX GEN'L AGGREGATE LIMIT APPLIES PER: POLICY F PRO- ❑ JECT LOC PRODUCTS - COMP/OPAGG $ XXXXXXX $ OTHER: AUTOMOBILE LIABILITY NOT APPLICABLE COMBINED SIN LE LI fEa acci Ent $ XXXXX]{X BODILY INJURY (Per person) $ XXXXXXX ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ XXXXXXX PROPERTY DAMAGE Pgr $ XXXXXXX HIRED NON -OWNED AUTOS ONLY AUTOS ONLY _ $XXXXXXX UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE S XXXXJ {X AGGREGATE $ EXCESS LIIjAB CLAIMS -MADE PEP [ RETENTION $ $ WORKERS COMPENSATION NOT APPLICABLE AND EMPLOYERS' LIABILITY YIN ER ST 7UTE .ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ XXXXXXX OFFICER/MEMBER EXCLUDED? ❑ N / A (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ XXXXXXX If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Professional Liab N N 47-EPP-308810 10/l/2019 10/1/2020 $3,000,000 PER CLAIM/AGG A NO RETROACTIVE DATE INCLUSIVE OF COSTS B Contractors Pollution Liab CP08085428 10/l/2019 10/l/2021 $3,000,000 PER LOSS/AGG DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) CERTIFICATE HOLDER CANCELLATION 14181323 TO WHOM IT MAY CONCERN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENT ' yl:;104 Al n 1988 �015 ACORD CORPORATION. All rights reserved ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD CO er County Administrative Seances Division Procurement Services Date: September 6, 2019 Email: Geoff.Thomas@colliercountyfl.gov Telephone: (239) 252-6098 Addendum 1 From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation # and Title 19-7633 SCRWTP Reactor Tank Number 4-CEI Services The following clarifications are issued as ann addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Please see attachment labeled 60% Design Submittal Reactor 4. If you require additional information please post a question on our Bid Sync (www.bidsvnc.com) bidding platform under the solicitation for this project. (S below and return a copy of this Addendum with your submittal for the above solicitation. Stantec Consulting Services Inc. (Name of Firm) 10/28/19 Date Cavzer Count' AdMriistralive Services Division Procurement Services Date: October 22, 2019 Email: Geoff.Thomas@colliercountyfl.gov Telephone: (239) 252-6098 Addendum 2 From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation # and Title 19-7633 SCRWTP Reactor Tank Number 4-CEI Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Project 19-7633 SCRWTP Reactor Tank Number 4-CEI Services has been extended to November 12, 2019 at 3:00 PM. If you require additional information please post a question on our Bid Sync (www.bidsvnc.corn) bidding platform under the solicitation for this project. below and return a copy of this Addendum with your submittal for the above (Signature) Stantec Consulting Services Inc. (Name of Firm) 11 /22/19 Date corer county Administrative SeNces Division Procurement Services Date: November 1, 2019 Email: Geoff.Thomas@colliercountyfl.gov Telephone: (239) 252-6098 Addendum 3 From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 Solicitation # and Title 19-7633 SCRWTP Reactor Tank Number 4-CEI Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Please see Request for Professional Services (RPS) Instructions document. If you require additional information, please post a question on our Bid Sync (www,bidsvnc.com} bidding platform under the solicitation for this project. below and return a copy of this Addendum with your submittal for the above (Si Stantec Consulting Services Inc. (Name of Firm) 11/1/19 Date Coder County Administrative Services Division Procurement Services Date: November 12, 2019 Email: Geof£Thomas@colliercountyfl.gov Telephone: (239) 252-6098 Addendum 4 From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum #4 Solicitation # and Title 19-7633 SCRWTP Reactor Tank Number 4-CEI Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Project 19-7633 SCRWTP Reactor Tank Number 4 — CEI Services has been extended to November 22, 2019 at 3:00 PM. If you require additional information, please post a question on our Bid Sync (www.bidsvnc.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above 11/12/19 Date Stantec Consulting Services Inc. (Name of Firm) Co#ter County Administrative Services Division Procurement Services Date: November 22, 2019 Email: Geoff.Thomas@colliercountyfl.gov Telephone: (239) 252-6098 Addendum 5 From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum #5 Solicitation # and Title 19-7633 SCRWTP Reactor Tank Number 4-CEI Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Project 19-7633 SCRWTP Reactor Tank Number 4 — CEI Services has been extended to December 6, 2019 at 3:00 PM. If you require additional information, please post a question on our Bid Sync {www.bidsync.comi bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above 12/2/19 Date Stantec Consulting Services Inc. (Name of Firm) Corr County Administrative Services Division Procurement Services Date: _ December 6, 2019 Email: Geoff.Thomas@colliercountyfl.gov Telephone: (239) 252-6098 Addendum 6 From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum #6 Solicitation # and Title 19-7633 SCRWTP Reactor Tank Number 4-CEI Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Project 19-7633 SCRWTP Reactor Tank Number 4 — CEI Services has been extended to December 20, 2019 at 3:00 PM. If you require additional information, please post a question on our Bid Sync (www.bidsync.corn) bidding platform under the solicitation for this project. below and return a copy of this Addendum with your submittal for the above 12/6/19 Date Stantec Consulting Services Inc. (Name of Firm) Detail by FEI/EIN Number Page 1 of 3 Florida Department of State rg an uJ/k-iul 2 we ujFluririn weLsire Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Foreign Profit Corporation STANTEC CONSULTING SERVICES INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date F01000005948 11-2167170 11/14/2001 NY ACTIVE CORPORATE MERGER 12/27/2007 12/31 /2007 Principal Address 10160-112 STREET NW SUITE 200 EDMONTON, ALBERTA T5K 21-6 CA Changed: 02/05/2015 Mailing Address 10160-112 STREET NW SUITE 200 EDMONTON, ALBERTA T5K 21-6 CA Changed: 02/05/2015 Registered Agent Name &Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301 Name Changed: 02/14/2013 Address Changed: 02/14/2013 Officer/Director Detail Name & Address Title PRESIDENT COMES, ROBERT J DIVISION OF CORPORATIONS http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 3/5/2018 Detail by FEI/EIN Number Page 2 of 3 10160-112 STREET NW SUITE 200 EDMONTON, ALBERTA T5K 2L6 CA Title SECRETARY ADDISON, JENNIFER A 1 10160-112 STREET NW SUITE 200 EDMONTON T5K 2L6 CA Title TREASURER LEFAIVRE, DANIEL J 10160-112 STREET NW SUITE 200 EDMONTON T5K 21-6 CA Title DIRECTOR, EXECUTIVE VICE PRESIDENT, COO MURRAY, SCOTT L 1409 NORTH FORBES ROAD LEXINGTON, KY 40511 Title DIRECTOR, VICE PRESIDENT, ASST SECRETARY STONE, JEFFREY P 61 COMMERCIAL STREET SUITE 100 ROCHESTER, NY 14614 Title PRINCIPAL CUNNINGHAM, ROBERT R 6900 PROFESSIONAL PARKWAY EAST SARASOTA, FL 34240 Title SENIOR PRINCIPAL MORROW, KEITH 3200 BAILEY LANE SUITE 200 NAPLES, FL 34105 Title VICE PRESIDENT REAGAN, MICHAEL J 3700 PARK EAST DRIVE SUITE 200 CLEVELAND, OH 44122 Annual Reports Report Year Filed Date http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 3/5/2018 Detail by FEI/EIN Number Page 3 of 3 2016 04/21/2016 2016 08/26/2016 2017 02/16/2017 Document Images 02/16/2017 -- ANNUAL REPORT View image in PDF format 08/26/2016 -- AMENDED ANNUAL REPORT View image in PDF format 04/21/2016 -- ANNUAL REPORT View image in PDF format 02/05/2015 -- ANNUAL REPORT View image in PDF format 04/17/2014 -- ANNUAL REPORT View image in PDF format 04/03/2013 -- AMENDED ANNUAL REPORT View image in PDF format 02/14/2013 -- ANNUAL REPORT View image in PDF format 02/29/2012 -- ANNUAL REPORT View image in PDF format 02/01/2011 --ANNUAL REPORT View image in PDF format 09/07/2010 -- ANNUAL REPORT View image in PDF format 04/27/2010 -- ANNUAL REPORT View image in PDF format 04/22/2009 -- ANNUAL REPORT View image in PDF format 07/24/2008 -- ANNUAL REPORT View image in PDF format 12/27/2007 -- Merger View image in PDF format 03/27/2007 -- ANNUAL REPORT View image in PDF format 06/30/2006 -- ANNUAL REPORT View image in PDF format 07/13/2005 -- ANNUAL REPORT View image in PDF format 04/08/2005 -- Name Change View image in PDF format 01/31/2005 -- Name Change View image in PDF format 01/31/2005 -- Name Change View image in PDF format 09/13/2004 -- ANNUAL REPORT View image in PDF format 08/04/2003 -- ANNUAL REPORT View image in PDF format 11/06/2002 -- ANNUAL REPORT View image in PDF format 11/14/2001 -- Foreign Profit View image in PDF format Florida Department of State, Division of Corporations http://search. sunbiz.org/Inquiry/CorporationSearchISearchResultDetail?inquirytype=FeiNu... 3 /5/2018 Company ID Number: 45737 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Social Security Administration (SSA), the Department of Homeland Security (DHS) and Stantec Consulting Services Inc. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify). E-Verify is a program in which the employment eligibility of all newly hired employees will be confirmed after the Employment Eligibility Verification Form (Form I-9) has been completed. 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). ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF THE SSA 1. Upon completion of the Form I-9 by the employee and the Employer, and provided the Employer complies with the requirements of this MOU, SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all newly hired employees and the employment authorization of U.S. citizens. 2. The SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. The SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. The SSA agrees to safeguard the information provided by the Employer through the E- Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by the 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). 4. SSA agrees to establish a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 3 Federal Government work days of the initial inquiry. Company ID Number: 45737 5. SSA agrees to establish a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF THE DEPARTMENT OF HOMELAND SECURITY 1. Upon completion of the Form I-9 by the employee and the Employer and after SSA verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct: • Automated verification checks on newly hired alien employees by electronic means, and • Photo verification checks (when available) on newly hired alien employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verify Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify.. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. 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, and U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, 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 Immigration and Nationality Act and federal criminal laws, and to ensure accurate wage reports to the SSA. 7. DHS agrees to establish a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. Company ID Number: 45737 8. DHS agrees to establish a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non -match tentative nonconfirmations that is designed to provide 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. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees. 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 regarding E-Verify. The Employer agrees to become familiar with and comply with the E-Verify Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The employer agrees that all employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E- Verify. B. Failure to complete a refresher tutorial will prevent the employer from continued use of the program. 5. The Employer agrees to comply with established Form I-9 procedures, with two exceptions: 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 1-9 process to establish identity). If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form I-766 (Employment Authorization Document) to complete the Form 1-9, 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 the Department with its review of photo non -matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form I-9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E-Verify does not exempt the Employer from the 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, except for the following modified requirements applicable by reason of the Employer's participation in E- Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a Company ID Number: 45737 rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E-Verify ; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $500 and $1,000 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ any employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith on information provided through the confirmation system. DHS reserves the right to conduct Form I-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form I-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form I-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is 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. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the the SSA verification response has been given. 8. The Employer agrees not to use E-Verify procedures for pre -employment screening of job applicants, support for any unlawful employment practice, or any other use not authorized by this MOU. The Employer must use E-Verify for all new employees and will not verify only certain employees selectively. The Employer agrees not to use E-Verify procedures for re - verification, or for employees hired before the date this MOU is in effect. The Employer understands that if the Employer uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and the immediate termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III.B. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's 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 (1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification to verify work authorization, a tentative nonconfirmation, or the finding of Company ID Number: 45737 a photo non -match, does not mean, and should not be interpreted as, an indication that the employee is not work authorized. In any of the cases listed above, the employee must be provided the opportunity to contest the finding, and if he or she does so, may not be terminated or suffer any adverse employment consequences 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 non -match, then the Employer can find the employee is not work authorized and take the appropriate action. 11. The Employer agrees to comply with section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify, discharging or refusing to hire eligible employees because they appear or sound "foreign", and premature termination of employees based upon tentative nonconfirmations, and that any violation of the unfair immigration -related employment practices provisions of the INA could subject the Employer to civil penalties pursuant to section 274B of the INA and 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 1-800-255-7688 or 1-800-237-2515 (TDD). 12. 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. 13. The Employer agrees that it will use the information it receives from the SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of newly -hired employees after completion of the Form I-9. 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. 14. The Employer acknowledges that the information which it receives 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)), and that 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. 15. The Employer agrees to allow DHS and SSA, or their authorized agents or designees, to make periodic visits to the Employer for the purpose of reviewing E-Verify -related records, i.e., Forms I-9, SSA Transaction Records, and DHS verification records, which were created during the Employer's participation in the E-Verify Program. In addition, for the purpose of evaluating E-Verify, the Employer agrees to allow DHS and SSA or their authorized agents or designees, to interview it regarding its experience with E-Verify, to interview employees hired during E-Verify use concerning their experience with the pilot, and to make employment and E-Verify related records available to DHS and the SSA, or their designated agents or designees. Failure to comply with the terms of this paragraph may lead DHS to terminate the Employer's access to E-Verify. Company ID Number: 45737 ARTICLE III REFERRAL OF INDIVIDUALS TO THE SSA AND THE DEPARTMENT OF HOMELAND SECURITY A. REFERRAL TO THE SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a referral letter and instruct the employee to visit an SSA office to resolve the discrepancy within 8 Federal Government work days. The Employer will make a second inquiry to the SSA database using E-Verify procedures on the date that is 10 Federal Government work days after the date of the referral in order to obtain confirmation, or final nonconfirmation, unless otherwise instructed by SSA or unless SSA determines that more than 10 days is necessary to resolve the tentative nonconfirmation.. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO THE DEPARTMENT OF HOMELAND SECURITY 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non -match for an alien who provides a document for which the automated system has transmitted a photo, the employer must print the photo non -match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when Company ID Number: 45737 the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact the Department through its toll -free hotline within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. 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. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will send a copy of the employee's Form I-551 or Form I- 766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non -match. ARTICLE IV SERVICE PROVISIONS The 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 the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify manual. Even Company ID Number: 45737 without changes to E-Verify, the Department reserves the right to require employers to take mandatory refresher tutorials. Termination by any party shall terminate the MOU as to all parties. The SSA or DHS may terminate this MOU without prior notice 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 procedures or legal requirements. 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 they may determine. 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. 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. The employer understands that the fact of 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, and responses to inquiries under the Freedom of Information Act (FOIA). The foregoing constitutes the full agreement on this subject between the SSA, DHS, and the Employer. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify Operations at 888-464- 4218. Employer Stantec Consulting Services Inc. Diane M Kelly Name (Please type or print) Title Electronically Signed 06/19/2007 Signature Date Department of Homeland Security — Verification Division Company ID Number: 45737 USCIS Verification Division Name (Please type or print) Title Electronically Signed 06/19/2007 Signature Date Stantec Consulting Services Inc. ® 5801 Pelican Bay Blvd., Suite 300 Naples, Florida 34108 239.649.4040