Loading...
DLZ/ENG/Addl Serv 3/312,885.00/116th Hazel Dell RoundaboutDLL Engineering - 2015 Appropriation # 211- 4350900, 202- R4460500; P.O. 32632, 31905 Contract Not To Exceed $312, 885.00 ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AMENDMENT TO THE GOODS AND SERVICES AGREEMENT ( "Agreement ") entered into by and between the City of Carmel and DLZ (the "Vendor"), as City Contract dated February 19, 2014 shall amend the terms of the Agreement by adding the additional services to be provided by Vendor consistent with the Scope of Work attached hereto and incorporated herein as Exhibit "A ". Furthermore, the terms of the Agreement shall be amended to include the E- verify requirement as stated in Indiana Code § 22 -5 -1.7 et seq., which is attached hereto and incorporated herein as Exhibit "B ", as well as the required E- verify Affidavit, attached hereto and incorporated herein as Exhibit "C". Also, pursuant to I.C. § 5 -22 -16.5, Vendor shall certify that in signing this document, it does not engage in investment activities within the Country of Iran. The terms and conditions of the Agreement shall not otherwise be affected by this Additional Services Amendment and shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: mes Brainard Presidi Date: 3 g Officer Mary An Burke, Member Date: 3—/A)—/S- Lori S. Watson, ''-mber Date: 3l r 43/r 5 ATTEST: Dina Cordray, IAM , Clerk- Treasurer ate: IS:u'onln,,I,U'rol.S.< l Goxd: Svc,Tngioritin0201j11J1.7 A &S.dk:3 13/1.11• 1:00 PMj DLZ INDIANA, LLC orized signature Gary K. Fisk, PE Printed Name Vice President Title FID/TIN: 31- 1741713 Last Four of SSN if Sole Proprietor: Date: March 6, 2015 EXHIBIT A SERVICES TO BE FURNISHED BY CONSULTANT 116 Street & Hazel Dell Parkways Roundabout Intersection Design (INDOT DES No. 1297561) This scope of services supplements the scope presented in the Original Agreement dated February 19, 2014. All terms and conditions of the said Agreement and scope remain valid unless specified here in. DLZ Indiana, LLC (CONSULTANT) shall prepare Final Roundabout Design Plans and Bid Documents for the intersection of 116th Street and Hazel Dell Parkway (Project) for the City of Carmel, Indiana, (CITY). The Preliminary Field Check (PFC) plans have been completed and the PFC meeting was held on December 17, 2014. This scope of services entails detailed design of the roundabout geometry presented in the PFC plans. The CONSULTANT shall provide the services of qualified engineers, surveyors, CADD technicians and administrative staff as necessary to complete the various tasks outlined within this scope of work. The design process will follow INDOT's guidelines for the Local Public Agency Project Development Process. A. PROJECT MANAGEMENT The CONSULTANT shall provide Project Management services including the following: 1. The CONSULTANT shall manage the activities described in this Scope of Work among the project team members. The CONSULTANT's project manager (PM) will be in charge of overall project management in addition to being the CITY's direct link to the design team for issues concerning administration and technical execution. The PM will be responsible for coordinating the activities of all SUBCONSULTANTS and acting as liaison between professional and any outside agencies and /or groups. The PM will also be responsible for maintaining schedule and budget. 2. The CONSULTANT shall coordinate and attend meetings with the CITY, as required, to facilitate the management of the project design elements. Meetings will be held to discuss technical issues requiring action by the CITY and other third parties. Meetings will be held with the CITY on an as- needed basis. The CONSULTANT will prepare minutes of all such meetings and distribute them to all participants. This scope of work includes a maximum of four (4) project progress meetings. 3. The CONSULTANT shall coordinate and prepare quarterly INDOT forms for review by the CITY prior to submittal to INDOT /Indy MPO. This scope of work includes up to six (6) quarterly meetings and /or report preparations with INDOT /CITY /MPO. B. FINAL ROUNDABOUT DESIGN PLANS Utilizing the design presented in the PFC plans, the CONSULTANT shall finalize design plans and contract document. The final plans shall constitute, plan, profile, drainage, signing and pavement marking plans. In addition, any required details and tables shall be provided, as deemed necessary for the final plans. Landscaping and Irrigation design is not included in this scope of services, however, the CONSULTANT shall incorporate 2 -2" PVC conduits under the new pavement and leading to each of the four splitter island and the Central Island for future landscape lighting and irrigation needs by the CITY. Furthermore, it is the CONSULTANT's understanding that the CITY shall engage another firm to provide landscape EXHIBIT A design services for this project. The CONSULTANT shall coordinate with the CITY's Landscape design firm as needed during the design process. The CONSULTANT will submit the design plans for review in accordance with the current INDOT plan development submittal process as follows: 1. Hold Design Hearing, if required 2. Stage 3 Plan Submittal 3. Final Tracings Submittal The design of the roundabout will consist of asphalt pavement. The CONSULTANT shall perform pavement design services and submit to INDOT for review and approval. It is assumed that the intersection will be closed during construction and the CONSULTANT shall finalize the detour route as presented in the PFC plans. C. LIFE CYCLE COST ANALYSIS (LCCA) Scope of services under this task will include Life Cycle Cost Analysis (LCCA) to determine the most economical pavement type between HMA and PCC Pavement. As per the INDOT Pavement design requirements, an LCCA is required for a reconstruction project where mainline pavement exceeds 10,000 sys. Since the total Pavement area for the project is approximately 20,000 sys, LCCA will need to be performed. D. INDOT PAVEMENT DESIGN In accordance with INDOT requirements, pavement design will be performed using INDOT AASHTOWare Pavement ME software and submitted to INDOT for review and approval. Pavement design will need to be performed for both HMA and Concrete Pavement due to LCCA requirements. E. UTILITY COORDINATION Following the PFC meeting, DLZ shall perform the utility coordination as follows: 1. Complete the utility coordination services in accordance with INDOT's documented process and rules for Utility Coordination found in Title 105 IAC Article 13 and the Indiana Design Manual. 2. Distribute plans, after design approval, with tentative project schedule to utility company requesting submittal of relocation plans with estimated relocation schedule. 3. Coordinate with the utilities, as necessary, to obtain reimbursable utility agreements where applicable. 4. Process Work Plans and review relocation plans to verify that all conflicts are resolved. Written documentation is required for all utilities whether relocations are required or not. 5. Distribute written "notice to proceed" with approved utility relocation plans to the appropriate district office. 6. Prepare the Utility Coordination Certification. The Utility Coordination Certificate shall state the included relocation plans address the relocation of all facilities known to be in conflict with the project. EXHIBIT 2 f$ F. ROUNDABOUT LIGHTING DESIGN The CONSULTANT will perform the lighting design calculations based on the design criteria as stated in the NCHRP Report 672, "Roundabouts: An Informational Guide ". Lighting will cover the circular roadway, approach legs and crosswalk areas. This task does not include any landscape lighting. The following constitutes the scope of lighting services: 1. Perform conceptual lighting design calculations on one type of lighting fixture and submit to the City for approval of the layout. The light fixture specification, types and standard to be provided by the CITY. The CONSULTANT will attempt to identify minimum of three (3) lighting manufacturers, for the desired light poles and fixtures, to avoid Proprietary Material Justification through INDOT. However, if three manufacturers could not be identified, the CONSULTANT will prepare and submit a proprietary material justification request to INDOT for review. 2. Once the lighting layout has been approved, the CONSULTANT will develop a set of lighting plans for the subject Roundabout. 3. The lighting plans shall include lighting general notes, quantity sheets, plan sheets, details and circuit diagrams. 4. Perform lighting design and voltage drop calculations to the given design criteria. 5. Coordinate with the electric company to determine proposed power service location(s). G. WATERLINE RELOCATION DESIGN The CONSULTANT shall complete the required relocation design for the waterline conflict resulting from the proposed project as follows: 1. The CONSULTANT will design for the relocation of up to 1,600 LF of 30" water main services to include 5 utility crossings and 1 hydrant relocation. In addition, relocation design will also comprise of approximately 800 LF of 12" water main services to include 3 utility crossings and 2 hydrant relocations. The existing waterline depths shall be provided by the CITY. 2. It is assumed that a maximum of four (4) manhole relocation /adjustments shall be required within the construction limits. 3. The waterline relocation design shall be included in the final roadway plans that will include structure plans and details, plan and profile layouts, cross sections, and any plan sheets deemed necessary for construction. 4. Any specifications and special provisions associated with the materials and construction of the relocated services shall be provided. H. GEOTECHNICAL INVESTIGATION The CONSULTANT will utilize the services of Earth Exploration, Inc. for the Geotechnical Investigation for the Roundabout and the aforementioned two retaining walls. The scope of services required for this project is presented in Attachment A. I. EROSION CONTROL PLAN & RULE 5 PERMIT This project will disturb more than one (1) acre of land, therefore a Rule 5 Permit will be required. The EXHIBIT A 3f CONSULTANT will follow the guidelines and processes of Stormwater Pollution Prevention Planning and Rule 5 (327 -IAC 15 -5). The CONSULTANT is now required to analyze additional elements pertaining to storm water and impacts to Municipal Separate Storm Sewer Systems (MS4's). The CONSULTANT will analyze the pre- construction of stormwater pollution prevention for the project, and then assess both the construction component of stormwater pollution prevention and the post- construction component. In the past, erosion and sediment control was prepared at the time of final plans. Now, the National Pollutant Discharge Elimination System (NPDES) requirements have become a much more prominent part of the design and plan preparation process. The CONSULTANT will address the storm water pollution prevention process earlier in the design and incorporate Stormwater Quality Units, more commonly known as 'best management practices' (BMP's), into our design. The goal is to make water quality planning a common and integrated part of this design and construction process, and not a result of a design. Therefore, the erosion control plans are initiated earlier in the design process and review meetings are scheduled throughout the design with the reviewing agency to discuss the projects particulars. J. INDIANA DEPARTMENT OF NATURAL RESOURCES (IDNR) - CONSTRUCTION IN A FLOODWAY PERMIT This Permit will be required since some portion of the proposed project at south end of Hazel Dell Parkway lies within the Cool Creek floodway. Based upon the preliminary determination, floodway elevations are below the existing and proposed profile grades, therefore hydraulic modeling for Cool Creek Floodway will not be required and is not include in scope of this project. THE CONSULTANT shall: 1. Prepare the application and required back -up documentation for this permit. 2. Conduct a site visit to obtain relevant data for Permit application. K. RIGHT OF WAY ENGINEERING AND SERVICES The following Right -of -Way Engineering services will be provided to secure the permanent and temporary right -of -way needed for this Project. A parcel take will be defined as any temporary or permanent right -of -way being acquired from a single existing property. This means a single existing property could have several parcel takes based on its configuration. There are three residential, one commercial and one exempt parcel impacted by this project for permanent takes, while one parcel for temporary take. The CONSULTANT shall: 1. Determine the owners of properties located adjacent to and in the immediate area of the project alignment, along with the record deed description of those properties (Preliminary Abstracting). Preliminary Abstracting will include a title search, including a search for all mortgages, easements, liens, contract sales, judgments, other encumbrances and the current legal owner. 2. Provide legal descriptions for all parcel takings. It is estimated that up to 4 properties may be EXHIBIT �I o-f g affected by this project. The descriptions will be prepared and certified by an Indiana registered land surveyor. 3. Provide a plat reflecting take(s) for each affected property. Each plat will include the following: a. Total area before taking. b. Existing Right -of -Way. c. Area(s) of taking. d. Area(s) of residue. e. Existing Right -of -Way to be reacquired. f. Sketch of the parcel take(s), drawn to scale, with the above data indicted thereon. 4. Provide separate folders for each affected property containing information obtained above to be utilized by appraisers, negotiators and attorneys to provide the required Right -of -Way services. 5. Provide a one -time field stake -out marking the new Right -of -Way line for the various takings. The stake -out will be made using wooden hubs located at appropriate property lines and at other changes in bearing. The CONSULTANT shall be available for assistance in interpretation of the Right -of -Way documents. In addition, the CONSULTANT shall provide Right -of -Way Acquisition services that will include Appraisal Problem Analysis (APA), appraising, review appraising, right -of -way acquisition coordination and management services. L. BIDDING PHASE SERVICES The CONSULTANT shall provide Bidding Phase Services to the CITY and shall include: 1. The review of the final construction documents distributed by INDOT for bidding purposes for conformance with the CONSULTANT's final tracing submittal. 2. The CONSULTANT shall review the Contract Information Book (CIB). 3. Issue revisions to INDOT as appropriate to interpret, clarify or expand the Bidding Documents. M. PRE - CONSTRUCTION MEETING Following the approval of the final tracings and the bidding process administered by the INDOT, the CONSULTANT will attend the Pre - Construction Meeting. 0. ADDITIONAL SERVICES OF CONSULTANT If authorized in writing by the CITY through an executed supplemental agreement, CONSULTANT shall furnish, or obtain from others, Additional Services of the types listed in the following paragraphs. These Additional Services will be paid for by the CITY for a mutually agreed additional fee at a later date, as requested by the CITY or as necessitated by the project. The additional services that may be performed are included, but not limited to, the following: 1. Landscaping design. 2. Drainage detention or off -site drainage design. 3. Design for any traffic or pedestrian signals. EXHIBIT � a�fg 4. Mid -Block pedestrian crossings. 5. Permits other than the Rule 5 and IDNR's Construction in a Floodway. 6. Assistance in connection with bid protests, re- bidding or renegotiating contracts for construction, materials, equipment or services. Preparation of revised bid documents for re- bidding in the event that bids as received are rejected. 7. Preparing to serve or serving as a consultant or witness for CITY in any litigation, arbitration or other legal or administrative proceeding involving the project. 8. Construction Inspection and /or observation. 9. Services to make measured drawings of or to investigate the accuracy of drawings or other information furnished by the CITY. 10. As -built drawings. 11. Any utility relocation design (except waterline as noted above) and Subsurface utility engineering. 12. Attendance or preparation for any public meeting or presentations other than a Public Hearing, if required as per INDOT requirements. 13. Retaining wall design. 14. Maintenance of Traffic plan /scheme other than a detour during construction. 15. Construction Phase Services P. INFORMATION AND SERVICES TO BE FURNISHED BY THE CITY The CITY shall furnish the CONSULTANT with the following: 1. Additional criteria for design and details for signs, roundabout, highway and structures such as grades, curves, sight distances, clearance, design loading, etc. 2. CITY specifications and standard drawings applicable to the project. 3. The light fixture type and standards to be used for lighting design. 4. Existing road and bridge plans of existing facilities within the project limits. 5. Utility plans available to the CITY covering utility facilities governing the location of signals and underground conduits throughout the affected areas. 6. Utility line depths, as requested by the CONSULTANT to aid in performing the services stated in this scope of services. 7. Guarantee access to enter upon public and private lands as required for the CONSULTANT to perform work under this scope of services. 8. Right of Way certifications, as needed. Q. SCHEDULE The project is planned for either the Fiscal Year (FY) 2016 or 2017. However, in discussions with City and INDOT, due to the planned letting for the adjacent intersection (116th & Gray Road) in spring 2016, this intersection letting may be adjusted to FY 2017 (as previously stated at the PFC meeting held on December 17, 2014). R. FEE FOR SERVICES In consideration for the above, the CONSULTANT will be compensated a Not to Exceed total fee of $504,785.00, including expenses. This Supplemental Agreement No. 1 increases the current contract fee of $176,900.00 by $327,885.00 to $504,785.00. Except as herein modified, changed and 6cr supplemented, all terms of the original engineering agreement dated February 19, 2014 shall continue in full force and effect. A breakdown of fee is presented as follows: SERVICES FEE DESIGN TASKS Project Management $19,400.00 Topographic Survey $20,800.00 Location Route Survey Plat $8,900.00 Roadway Design (Preliminary Plans —45 %) $103,000.00 Final Roadway Design including concrete joint details (as needed) $120,400.00 Life Cycle Cost Analysis $9,000.00 INDOT Pavement Design $8,000.00 Environmental Document (CE, including Archeological /Historic Records Check) $28,200.00 Wetland Determination $5,000.00 Erosion Control and Rule 5 Permit $7,000.00 IDNR - Construction in a Floodway Permit $1,500.00 Landscape Design Coordination $4,000.00 Signing Design $8,500.00 Pavement Marking Design $5,000.00 Waterline Relocation Design (if required) $10,800.00 Design Hearing (if required) $12,000.00 Lighting Design $18,800.00 Ornamental Light Pole Foundation Design (If required) $3,000.00 Proprietary Material Request for Ornamental Lighting (If required) $1,500.00 Geotechnical Investigation (at cost + 10 %) $13,200.00 Bid Phase Services $3,000.00 Pre - Construction Meeting $1,500.00 Misc. Expenses (mileage, printing, etc) $1,000.00 SUBTOTAL FEE (LUMP SUM) $413,500.00 EXHIBIT 6\ 7of� ,R /W ENGINEERING TASKS (S :Permanent.parcels • and 1;Tempo}rary Parcel R/W Engineering ($2,380.00 /parcel and description for one temp. parcel at $500.00) $12,400.00 T &E Reports (at cost) Residential - $350 /parcel including copies (3 parcel) Commercial /Exempt - $425 /parcel including copies (2 parcels) Temporary - $225 /parcel including copies (1 parcel) $2,125.00 R/W Staking (One Time) 6 Parcels Max ($500 /parcel) $3,000.00 Appraisal Problem Analysis (APA) 5 Parcels Max ( $200 /parcel) $1,000.00 SUBTOTAL FEE $18,525.00 RilAt SERVICES TASKS (5 P,arcels)* Parcel Owner Estimated Appraisal Type Appraisal Review Appraisal Buying Total 1 Pursel Residential Long Form $4,000.00 $1,795.00 $1,325.00 $7,120.00 2 Martin Residential Long Form $3,250.00 $1,460.00 $1,325.00 $6,035.00 3 Crowley, Trustee Short Form $3,025.00 $1,360.00 $1,475.00 $5,860.00 4 ** Mansion Real Estate, LLC Special Use Long Form $14,750.00 $6,660.00 $1,475.00 $22,885.00 5 Carmel City Park Short Form $3,025.00 $1,360.00 $1,475.00 $5,860.00 * These services shall be provided by a subconsultant and shall be invoiced at cost. ** Oak Hall Mansion will loose parking spaces. The proposed fees include an allowance for cost -to -cure items, additional approaches to value, land damages, and building damages. R/W Acquisition Coordination ($2,000.00 /parcel) — Lump Sum $10,000.00 SUBTOTAL FEE $57,760.00 TOTAL NOT TO EXCEED FEE 489,785.00 Original Agreement ($176,900.00) ADDITIONAL FEE FOR AGREEMENT NO. 1 $312,885.00 EXHIBIT A g orb' DLZ. Engineering - 2015 Appropriation # 211- 4350900, 202- R4460500; P.O. 32632, 31905 Contract Not To Exceed $312, 885.00 EXHIBIT "B" E- verify requirement All terms defined in I.C. § 22 -5 -1.7 et seq. are adopted and incorporated into this section of the Amendment. Pursuant to I.C. § 22 -5 -1.7 et seq., Vendor shall enroll in and verify the work eligibility status of all of its newly -hired employees using the E- Verify program, if it has not already done so as of the date of this Addendum. Vendor is further required to execute the attached Affidavit, herein referred to as "Exhibit C ", which is an Affidavit affirming that: (i) Vendor is enrolled and is participating in the E- verify program, and (ii) Vendor does not knowingly employ any unauthorized aliens. This Addendum incorporates by reference, and in its entirety, attached "Exhibit C." In support of the Affidavit, Vendor shall provide the City with documentation that it has enrolled and is participating in the E- Verify program. This Agreement shall not take effect until said Affidavit is signed by Vendor and delivered to the City's authorized representative. Should Vendor subcontract for the performance of any work under this Addendum, the Vendor shall require any subcontractor(s) to certify by affidavit that: (i) the subcontractor does not knowingly employ or contract with any unauthorized aliens, and (ii) the subcontractor has enrolled and is participating in the E- verify program. Vendor shall maintain a copy of such certification for the duration of the term of any subcontract. Vendor shall also deliver a copy of the certification to the City within seven (7) days of the effective date of the subcontract. If Vendor, or any subcontractor of Vendor, knowingly employs or contracts with any unauthorized aliens, or retains an employee or contract with a person that the Vendor or subcontractor subsequently learns is an unauthorized alien, Vendor shall terminate the employment of or contract with the unauthorized alien within thirty (30) days ( "Cure Period "). Should the Vendor or any subcontractor of Vendor fail to cure within the Cure Period, the City has the right to terminate this Agreement without consequence. The E- Verify requirements of this Agreement will not apply, should the E- Verify program cease to exist. (S: \Contrncis\Prof..Svc & Goods Svcs \Engincering\2015\DIZ A &S.doc:3 /1/2015 3:22 PM] . DLZ. Engineering - 2015 Appropriation # 211-4350900, 202- R4460500; P.O. 32632, 31905 Contract Not To Exceed $312, 885.00 Exhibit "C" E- Verify Affidavit Gary K. Fisk, PE , being first duly sworn, deposes and says that he /she is 'familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: 1. I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by DLZ INDIANA, LLC (the "Company ") in the position of Vice President 3. I am familiar with the employment policies, practices, and procedures of the Company and have the authority to act on behalf of the Company. The Employer is enrolled and participates in the federal E- Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5. -The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the 6th day of March , 20 15 Printed: Gary K. Fisk, PE I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. Printed: Gary K. Fisk, PE IS:1Cmunas\ProfSccs & Goads SizslEnginccring12015 \DLZ A &S.doc3u12015 3:22 PM] EmployerWizard Page 1 of 1 tg*itkaC ,0m0.4OrmVia....tt rerforififfi Wedmme Uwe ic Arney Hildebrand AH1L1425 Last Looht 117.22 AM- 01/27/2014 Lop Out .7srle•.-0.k,' 'tf411Cfer:44netC....*.N., 14,441t9psicro4su‘--4.4M-fmkcs*A7c1: r-W=1.4041SVA4/M,r417,11SPOSMEVAITOJrWLIUN. I Homo ! Company Information My Cases New Case _ _ Company Name: View Cases r Search Cases My Profile i Edit Profile r_P!jsr_!.rd i Change Security Questions My Company Edit Company Profile Add New User t View Existing Users Close Company Account My Reports My Resources View Essential Resources I Take Tutorial View User Manual Contact Us Company ID Number: Doing Business As (OEM) Name: DUNS Number Physical Location: Address 1: Address 2: State: Zip Code: County: 012 Indlank LLC 434957 2211 East South Be IN 46815 ST JOSEP View I Edit Mailing Address: efferson Boulevard Address 1:6121 Huntley Road Address 2: City: Columbus State: OH Zip Code: 43229 Additlonal Information: Employer Identification Number 31174171 Total Number of Employees: 100 to 4991 Parent Organization: DLZ Corporation Administrator: 012 Corperatron Organization Designation: Employer Category: Federal Contractor Category: Employees being verified: Federal C ntractor with FAR E-Verify Clause None of ttthse categories apply Entire `(all new hires and all existing employees throughout the entire company) NAICS Code: 541 - PROFESSIO AL, SCIENTIFIC, AND TECHNICAL SERVICES Total Hiring Sites: 5 Total Points of Contact 2 !t,VIeW I Edit '1 View / VieW MOU OrtlzWIA,sF749 vit62180.01Mitfi*L-KIMffi --"ASE:tlYtra=,,q*:X4iMatgro U.S. Department of Homeland Sacviity ww«.dhs.00v U.S. ClItzonship and Inersgration Sarsicas htms://e-verify.useis.gov/emp/EmployerWizard.aspx W*W.USCil.g0V Accentaty DomPoael Vimers 2/10/2014 • User Summary List !gmploymentgligibilityVerification Wstoorno Wow tO Amey Hildebrand, AHIL1425 Page 1 of 1 Last to& 11:22 AM. 01/27/2014 Log Out sfirl‘f tiMatifilksr4Vaafi.410r4CVMVIMII srtertraSOMIS -60.11rttrtftif "-AM Horns User Summary List My Cases New Case — ; Previous Next View Cases Search Cases My Pronto Edit Profile Change Password i..Change Seoisity Questions My Company Edit Company Profile Add New User View Existing Users , Oise Company Aunt My Reports View Reports My Resources View Essential Resources Take Tutorial View User Manual Contact Us. —...„ . i1., t First Last Login User10 Company User Role Pin a Name Date Status i AHIL1425 012 Program Hlldebrerid Amey 02/10/2014 Cunard N r Indiana, Administrator 10.19AM LLC s. DMCM13913 011 Program McMeilon Dawn 02.104/2014 Current N Y Indiana, Administrator 09.24 AM LLC ' I , . i I , i ',. Previous Next _ .._ ........ ___ — .... Logged Locked On 121Istit [Derek 1 ..1 IClose itglirNMP....Atirt;tt,,.51.0.;', N'NWsiM:90041(44AMMeilt,,‘ Wit44..k$0,:ratZMAPAPjag,"'ets Oepertmsnl of Homeland Security- vemodits go,+ U.S. Clirmashiri and Immigration. Senfiess • yoswo.useicgov Accossfolly Download Viewers https://e-verify.uscis.gov/emp/UserSearch.aspx 2/10/2014