Loading...
HWC Engineering/Eng/472,000/Small Structure Replacements and RepairsHWC Engineering, Inc. Engineering - 2016 Appropriation #2016 Storm Water Bond; P.O.33695, ASA #2 Contract Not To Exceed $472,000.00 r p ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES '�Aa THIS AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT ("Agreement") entered into by and between the City of Carmel and HWC Engineering, Inc. (the "Professional"), as City Contract dated May 20, 2015 shall amend the terms of the Agreement by adding the additional services to be provided by.Professional consistent with the Scope of Work attached hereto and incorporated herein as Exhibit "A". Professional will not perform any of the Services detailed in Exhibit A prior to obtaining a written Notice to Proceed from the City. Upon receiving a Notice to Proceed, the Professional shall perform only those Services specifically detailed in the Notice. If the Professional desires clarification of the scope of any Notice to Proceed, the Professional -shall obtain such clarification from the City in writing, prior to performing the service set forth in the Notice to Proceed. Any services performed without the City's prior express written authorization will not be compensated. 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, Professional 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. [Remainder of page intentionally left blank] LSACon1=B\Prof.Svm S Goods Sv \Enginccring\2016W WC Enginccring Addl Svcs Am 1mcnt.dwx:3/32016 12:46 PK HWC Engineering, Inc. Engineering - 2016 Appropriation #2016 Storm Water Bond; P.O.33695, ASA #2 Contract Not To Exceed $472.000.00 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: t'g&es Brainard Pre idin 1 MaryA�Ph Burke, Megb�F, Date: // JJ // e Lori S. at !Member Date: 31 V 4-, / t ,{e .r,.as.oec„�,sz>trunccu.g\IdUi11'C15,15—o,gAArJ Amcndnnu.d,c413P.CIE12:+4P\1; HWC Engineering, Inc. By: 2r,��d n f U am Authorized Signature ij) WAe,p -�o c+v►�FG Printed Name IR r; 1 D civ-7- Title rvTTitle FID/TIN: 35- 178'03yr Last Four of SSN if Sole Proprietor: Date: 3 - `/ -1-L rxIR-6�--fifiiilENGINEERING February 17, 2016 City of Carmel Attn: Jeremy Kashman, P.E., City Engineer One Civic Square Carmel, IN 46032 RE: Proposed 2016 Small Structure Replacements/Repairs HWC Project No: 2015-112-S Mr. Kashman, Confidence in the built environment. 151 N. Delaware, Suite 800 Indianapolis, Indiana 46204 www.hwcengineering.com HWC Engineering (HWC) proposes to provide the City of Carmel Engineering Department with the following services related to the small structures discussed in our previous meetings: Task 2A: HWC will provide survey, utility coordination, plan development, R/W engineering, permits, bidding, and construction inspection for the replacement of small structures 36, 43, 85, and 147. The target bidding for these structures is October of 2016 and will be dependent on R/W acquisition and permits. The proposed fee for these structures is $322,000. Task 2113: HWC will provide limited survey, utility coordination, plan development, permits, bidding, and construction inspection for the lining of small structures 65, 92, 122, and 128. The target bidding for these structures is May of 2016 and will be dependent on permits. The proposed fee for these structures is $104,100. Task 2C: HWC will review and repackage the previously bid Carmel Project 15-14. HWC will provide utility coordination, plan development, permits, bidding, and construction inspection for the lining of storm sewer locations A, C, & D as indicated in the Project 15-14 map. The proposed fee for these structures is $45,900. A breakdown of the proposed fees and detailed scope of services (Appendix A) is included. Please let me know if you have any questions or need additional information. We appreciate this opportunity to continue to work with the City and are prepared to start work on these tasks immediately upon receipt of a notice to proceed. Sincere , i JacobIsenburg, E. Project Manager Indianapolis I Terre Haute I Lafayette I Scottsburg www.hwcengineering.com EXHIBIT Noblesville 6r HWC Engineering City of Carmel Small Str Replacement (No. 36, 43, 85, 147) Design Fee Summary February 17, 2016 Culvert 36 43 85 147 Totals I. Roadway Design (LS) $ " ' 43,000 $` '43,000 ., $ ; : 43,000 ' $ '° 39,300 $..°'. 168,300- IL Survey (LS) $ 4,500,.$ 4,500._ $ 4,500 $ , 3,000 $"_ 16,500. III, eotec nica- ctua:, $;'>.: 3,830 ;3,830 3,830 $`, 3,830 " 15,320,` Geotech Sub - Earth Exploration IV. Utility Coordination'(LS) $' 4,770. $ ; 4,770. $ ,, 4,770. $ 4,770 $; 19,080 V. RNV Engineering"._' $°_ 1,950 $: ;: ,:1,950 $. %: , 1,,950. $ 1,950 , $ 7,800.: VI. .Bidding & Contract'Admin. (LS Per Contract Bid) $' 8,000 VII. Con'st.lnspection (Hrly) $' 24,000 _$ ° 24,000 - $ .. 24,000 $ 15,000 - $: 87,000 Totals $ 82,050 $ 82,050 $ 82,050 $ 67,850 $ 322,000 R/W Engineering Breakdown Anticipated Parcels 1 1 1 1 Staking RNV for clearing ($750/parcel) $ 750 $ 750 $ 750 $ 750 $ 3,000 RNV Parcel Exhibits ($1200/Parcel) $ 1,200 $ 1,200 $ 1,200 $ 1,200 $ 4,800 RNV Subtotal = $ 1,950 $ 1,950 $ 1,950 $ 1,950 $ 7,800 NOTES: -Title Work, Appraising, Negotiation, & Buying To Be Completed by Others EXHIBIT . 14 , 2af� HWC Engineering City of Carmel Small Str Linings (No. 65, 92, 122, 128) And Repackage of Project 15-14 Design Fee Summary _ February 17, 2016 Culvert 65 92 122 128 Proj.15-14 Totals L Roadway_ Design (LS)- $ 16;900 $ 12,600 $ ,. 9,000-,$ 9,0W,_$, .$, 22,9001; .$ 70,400 11. Survey (LS) $ 1,200 $ 1,500 $ , 1,,200 $ 1,200 $ - $ 5,100" III. eotechnical- Actual NT $ $ $ $ $ $ IV. Utility Coordination (LS) $ 900 $ 900 $ 850 $ 850,'$ 3,000' $ 6,500, V. Bidding ,& Contract Admin. (LS Per Contract Bid) „ ,.. ;.. ° $ 8,000 VI:, Const:Inspection (Hrly) $' • 1'0;000 - $ 10,000M '$ •10,000" $ 10,000 ; $ . 20,000; '$ 60,000;; Totals $ 29,000 $ 25,000 $ 21,050 $ 21,050 $ 45,900 $ 150,000 NOTES: -Project 15-14 include 3 storm sewer locations (A, C, & D) to be lined. EXHIBIT 3 �-F� City of Carmel Small Structures No. 36, 43, 85, and 147 (Replacement) Small Structures No. 65, 92, 122, and 128 (Repairs) Repackage of Project 15-14 (Repairs) HWC Engineering will provide the following services: Small Structures No. 36, 43, 85, and 147 (Weplacements) Small Structure 36 is on West 116' Street approximately 400 feet west of Ditch Road. The existing structure is a 7' diameter corrugated metal pipe with concrete headwalls and wingwalls. It is anticipated to be replaced with a 7' span precast structure. Small Structure 43 is on Hoover Road approximately 0.65 miles north of 116fl' Street. The existing structure is a 12' span cast -in-place reinforced concrete slab on full height abutments with wingwalls. It is anticipated to be replaced with a 13' span precast 3 -sided structure. Small Structure 85 is on East 111'h Street approximately 950 feet west of Westfield Boulevard. The existing structure is a 12' span reinforced concrete slab on full height abutments with wingwalls. It is anticipated to be replaced with a 13' span precast 3 -sided structure. Small Structure 147 is on Ditch Road approximately 360 feet north of 96"' Street. The existing 4' span elliptical corrugated metal pipe with a 2' tall concrete weir at the outlet. It is anticipated to be replaced in kind. Survey Obtain needed survey of project limits. This task includes the following elements: 1. Provide a topographical survey of the existing site conditions, as necessary for development of design plans. Elements to be identified will be the existing utilities, pavements, buildings, ground contours, drainage conditions, and existing right-of-way. 2. Identify affected property owners along the limits of the project and obtain copies of deed descriptions. 3. Establish a baseline, or route control survey line from which the project will be developed. 4. Establish a temporary benchmark system. Utility Coordination Coordinate with all impacted utilities during project development. Work shall include the following tasks: 1. Identify all impacted utilities within proposed project limits. 2. Request utility locates prior to survey of project. 3. Issue preliminary plans to utilities to confirm locates shown on plans are correct. 4. Coordinate with all utilities prior to preparation of preliminary plans, to avoid any expensive conflicts within expected construction limits. 5. Invite all utilities to participate in preliminary field check. 6. Following field check, distribute preliminary construction schedule. 7. Prepare written documentation of required utility relocations. 8. Review utility relocation plans to confirm the plans will work within roadway design. 9. Issue written utility notice to proceed with relocation efforts. 10. Provide each utility copies of final design plans and project schedule at least 30 days prior to letting. Plan Development Prepare Preliminary Field Check plans (50% complete), including the following items: 1. Plan sheets, including title sheet, typicals, detail sheets and cross sections 2. Prepare Hydraulic calculations. 3. Preliminarily size storm sewer system, if required. 4. Prepare layout and general plan sheets for small structures, as required. 5. Conduct preliminary field check on site. Prepare Final Review plans (95% complete), including the following: 1. Finalize Title sheetr - 2. Complete plan/profile sheets 1 3. Prepare structure data table 4. Complete cross sections 5. Assemble Specifications and Contract Book City of Carmel Small Structures No. 36, 43, 85, and 147 (Replacement) Small Structures No. 65, 92, 122, and 128 (Repairs) Repackage of Project 15-14 (Repairs) 6. Ap pl for necessary Permits: Structure 36 1 43 1 85 147 IDEM 401 RGP RGP RGP RGP ACOE 404 RGP RGP RGP RGP IDNR CIF N/A N/A N/A N/A Hamilton County Legal Drain Yes Yes No Yes 7. Finalize all quantities 8. Prepare final cost estimate Once City has reviewed and approved the final review plans, HWC will prepare the final bid documents to be bid as one project. R/W Engineering /W 1. Prepare parcel descriptions and exhibits for proposed Rtaking and provide to City. Proposed R/W to follow Thoroughfare Plan and anticipated to be 1 Parcel per Structure. /W 2. Stake newly acquired Rfor clearing. 3. Appraising, Buying, Negotiation, and Title Research to be done by others. Bidding Process/Contract Administration HWC will assist the City in the bidding process, including bid solicitation, bid opening and processing of required contractual documents. Our scope for the contract administration assumes one bid opening for the project. If no bids are received for any of the bid lettings, or the City desires to re -bid any portion of the project, a supplement will be required for this extra work. HWC work elements will consist of the following: 1. Distribute plan and bid documents to contractors and bid/plan agencies. 2. Solicit bids from contractors. Work includes bid packet and any necessary addendum distribution as well as coordination of all bid related documents with the City. 3. Assist the City in opening of the project bids. 4. Attend initial project kickoff meeting. 5. Provide shop drawing review and approvals. 6. Review and approve pay requests. 7. Complete final project paperwork for project. Construction Inspection HWC will provide full time construction observation to monitor the contractor's workmanship and general compliance with the project plans and specifications. FEESCHEDULE HWC shall provide the each of the services described above for a fee schedule, as follows: Work element Fee structure Fee 1. Survey Lump Sum $ 16,500 2. Plans, Specifications & Estimate Lump Sum $168,300 3. Geotechnical Investigation Actual Price, NTE $ 15,320 4. Utility Coordination Lump Sum $ 19,080 5. R/W Engineering Unit Price a. Parcel Descriptions and Exhibits $1200/Parcel x 4 Parcels $ 4,800 b. R/W Staking for Clearing $750/Parcel x 4 Parcels $ 3,000 6. Bidding Process/Contract Administration Lump Sum per Bidding $ 8,000 7. Construction Inspection Hourly, not to exceed $ 87,000 SUBTOTAL (Structures 36, 43, 85, & 147) $322,000 7. Finalize all quantities 8. Prepare final cost estimate Once City has reviewed and approved the final review plans, HWC will prepare the final bid documents to be bid as one project. R/W Engineering /W 1. Prepare parcel descriptions and exhibits for proposed Rtaking and provide to City. Proposed R/W to follow Thoroughfare Plan and anticipated to be 1 Parcel per Structure. /W 2. Stake newly acquired Rfor clearing. 3. Appraising, Buying, Negotiation, and Title Research to be done by others. Bidding Process/Contract Administration HWC will assist the City in the bidding process, including bid solicitation, bid opening and processing of required contractual documents. Our scope for the contract administration assumes one bid opening for the project. If no bids are received for any of the bid lettings, or the City desires to re -bid any portion of the project, a supplement will be required for this extra work. HWC work elements will consist of the following: 1. Distribute plan and bid documents to contractors and bid/plan agencies. 2. Solicit bids from contractors. Work includes bid packet and any necessary addendum distribution as well as coordination of all bid related documents with the City. 3. Assist the City in opening of the project bids. 4. Attend initial project kickoff meeting. 5. Provide shop drawing review and approvals. 6. Review and approve pay requests. 7. Complete final project paperwork for project. Construction Inspection HWC will provide full time construction observation to monitor the contractor's workmanship and general compliance with the project plans and specifications. FEESCHEDULE HWC shall provide the each of the services described above for a fee schedule, as follows: Work element Fee structure Fee 1. Survey Lump Sum $ 16,500 2. Plans, Specifications & Estimate Lump Sum $168,300 3. Geotechnical Investigation Actual Price, NTE $ 15,320 4. Utility Coordination Lump Sum $ 19,080 5. R/W Engineering Unit Price a. Parcel Descriptions and Exhibits $1200/Parcel x 4 Parcels $ 4,800 b. R/W Staking for Clearing $750/Parcel x 4 Parcels $ 3,000 6. Bidding Process/Contract Administration Lump Sum per Bidding $ 8,000 7. Construction Inspection Hourly, not to exceed $ 87,000 SUBTOTAL (Structures 36, 43, 85, & 147) $322,000 SCHEDULE Upon Notice to Proceed, survey is expected to take 60 days to complete. Plans, Specifications & Estimate to be completed within 150 days of receipt of survey data. Project will be bid as soon as permits and %V are obtained. ��,�� EXC H B I WOM City of Carmel Small Structures No. 36, 43, 85, and 147 (Replacement) Small Structures No. 65, 92, 122, and 128 (Repairs) Repackage of Project 15-14 (Repairs) Small Structures No. 65, 92,122, and 128 (Repairs) The most cost effective repairs to each of these structures consist of installing a pipe liner in each existing pipe. The pipe lining can be done with minimal right of way and utility impacts. The existing structures: Structure 65 consists of twin 8' x 5.5' CMP on West Main Street approximately 700 feet east of Guilford Road. Structure 92 consists of a 42" CMP on Keystone Parkway approximately 0.46 miles north of 106`l' Street. Structure 122 consists of a 42" CMP on Beech Drive approximetly 700 feet east of Carey Road. Structure 128 consists of a 42" CMP on Beechtree Court approximately 425 feet north of Briarwood Trail. Survey Obtain needed survey of project limits. This task includes the following elements: 1. Provide a limited survey of the existing site conditions, as necessary for development of hydraulic calculations. 2. Identify affected property owners along the limits of the project and obtain copies of deed descriptions. 3. Establish a temporary benchmark system. Utility Coordination Coordinate with all impacted utilities during project development. Work shall include the following tasks: 1. Identify all impacted utilities within proposed project limits. 2. Request utility locates prior to survey of project. 3. Issue preliminary plans to utilities to confirm locates shown on plans are correct. 4. Coordinate with all utilities prior to preparation of preliminary plans, to avoid conflicts within expected construction limits. 5. Provide each utility copies of final design plans and project schedule at least 30 days prior to letting. Plan Development Prepare Final Review plans (95% complete, 8.5"x11" format), including the following: 1. Hydraulic pipe calculations 2. Complete Layout sheet, General Plan sheet, and Details sheet, as required 3. Assemble Specifications and Contract Book 4. Apply for necessary Permits: Structure 11 65 92 122 128 IDEM 401 RGP N/A RGP RGP ACOE 404 RGP N/A RGP RGP IDNR CIF N/A N/A N/A N/A Hamilton County Legal Drain N/A N/A N/A N/A 5. Calculate all quantities 6. Prepare final cost estimate Once City has reviewed and approved the final review plans, HWC will prepare the final bid documents to be bid as one project. R/W Engineering Existing R/W and Easements anticipated to be sufficient. Right -of -Entry Agreements with adjacent property owners to be acquired as required. Bidding Process/Contract Administration HWC will assist the City in the bidding process, including bid solicitation, bid opening and processing of required contractual documents. Our scope for the contract administration assumes one bid opening for the project. If no bids are received for any of the bid lettings, or the City desires to re -bid any portion of the project, a supplement will be required for this extra work. HWC work elements will consist of the following: 1. Distribute plan and bid documents to contractors and bid/plan agencies. 2. Solicit bids from contractors. Work includes bid packet and any necessary addendum distribution as well as coordination of all bid related documents with the City. 3. Assist the City in opening of the project bids. 4. Attend initial project kickoff meeting. 5. Provide shop drawing review and approvals. EXHIBIT 6. Review and approve pay requests. 9(5c,16, City of Carmel Small Structures No. 36, 43, 85, and 147 (Replacement) Small Structures No. 65, 92, 122, and 128 (Repairs) Repackage of Project 15-14 (Repairs) 7. Complete final project paperwork for project. Construction Inspection HWC will provide full time construction observation to monitor the contractor's workmanship and general compliance with the project plans and specifications. FEE SCHEDULE HWC shall provide the each of the services described above for a fee schedule, as follows: Work element Fee structure Fee 1. Survey Lump Sum $ 5,100 2. Plans, Specifications & Estimate Lump Sum $ 47,500 4. Utility Coordination Lump Sum $ 3,500 5. Bidding Process/Contract Administration Lump Sum per Bidding $ 8,000 6. Construction Inspection Hourly $ 40,000 SUBTOTAL (Structures 65, 92, 122 & 128) $104,100 SCHEDULE Upon Notice to Proceed, survey is expected to take 30 days to complete. Plans, Specifications & Estimate to be completed within 90 days of receipt of survey data. Project will be bid as soon as permits are obtained. Repackage of Project 15-14 (Repairs) HWC shall provide the following services for Locations A, C, and D per the Carmel Project 15-14 Bid Package provided by the City. Location A is on Cool Creek Drive approximately 75 feet west of Ridge Road and consists of approximately 210 feet of storm sewer pipe to be lined. Location C is on Lakeview Drive approximately 800 feet west of Lakeshore Drive East and consists of approximately 435 feet of storm sewer pipe to be lined. Location D is on Pleaseantview Drive approximately 375 feet east of Lakeshore Drive West and consists of approximately 180 feet of storm sewer pipe to be lined. Survey None anticpated Utility Coordination Coordinate with all impacted utilities during project development. Work shall include the following tasks: 1. Identify all impacted utilities within proposed project limits. 2. Coordinate with all utilities to avoid conflicts within expected construction limits. 3. Provide each utility copies of final design plans and project schedule prior to letting. Plan Development Prepare Final Review plans (95% complete, 8.5"x11" format), including the following: 1. Prepare General Plan sheet, Layout sheet, and Details sheet, as required 2. Assemble Specifications and Contract Book 3. Apply for necessary Permits: Location = C D IDEM 401 RGP RGP RGP ACOE 404 RGP RGP RGP IDNR CIF Yes N/A N/A Hamilton County Legal Drain N/A N/A N/A 4. Finalize all quantities 5. Prepare final cost estimate Once City has reviewed and approved the final review plans, HWC will prepare the final bid documents to be bid as one project with Small Structure No. 65, 92, 122, and 128. Bidding Process/Contract Administration EN' City of Carmel Small Structures No. 36, 43, 85, and 147 (Replacement) Small Structures No. 65, 92, 122, and 128 (Repairs) Repackage of Project 15-14 (Repairs) Bidding and Contract Administration included with Small Structures No. 65, 92, 122, and 128. Construction Inspection HWC will provide full time construction observation to monitor the contractor's workmanship and general compliance with the project plans and specifications. FEE SCHEDULE HWC shall provide the each of the services described above for a fee schedule, as follows: Work element Fee structure Fee 1. Plans, Specifications & Estimate Lump Sum $ 22,900 2. Utility Coordination Lump Sum $ 3,000 3. Bidding Process/Contract Administration (Included Previously) 4. Construction Inspection Hourly $ 20,000 SUBTOTAL (Repackage of Project 15-14) $45,900 SCHEDULE Upon Notice to Proceed, plans, specifications, estimate, and bidding to be completed with Small Structures No. 65, 92, 122, and 128. TOTAL FEE SUMMARY Work element Fee 1. Structures 36, 43, 85, & 147 $ 322,000 2. Structures 65, 92, 122 & 128 $ 104,100 4. Repackage of Project 15-14 $ 45,900 TOTAL $472,000 nFANEVirm Fit Y , HWC Engineering, Inc. Engineering - 2016 Appropriation #2016 Storm Water Bond; P.O. 33695, ASA #2 Contract Not To Exceed $472,000.00 EXIIIBIT `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. jS:1CmI(n WrdLS,. & Goods Sv \Enginmring@016W WC Engh—ring Add? S— A—dmrnl.d-3/3/1016 12:46 PM] MVC Engineering, Inc. Engineering - 2016 Appropriation #2016 Storm Water Bond; P.0.33695, ASA #2 Contract Not To Exceed $472,000.00 Exhibit "C' E -Verify Affidavit 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: L I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. 1 am now Land at all times relevant herein have been employed by -f WC., �N& ( %)EG'rt 1-1/6, (the "Company") in the position of 24 es, 66 J T I am familiar with the employment policies, practices, and procedures of the Company and have the authority to act on behalf of the Company. 4. 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 day of A C4 , 20A. l Printed: G 0 tv R D vv I rFa 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. �S.'[uunnUn+fSs.<fi Cn*v1+Sv:>Iliir�ncainel0l6Ullt'C li.�inmc:, Mtd'1 S•�s,�mrndmcncdn:z:i:,,/I015 12::f, P1t� �i,,�� 6pf .GRI G Lc Printed: i''llJ�/�h (iii I°f" or G� ' �� f p gs_`�� 8TA� \���`�� �S.'[uunnUn+fSs.<fi Cn*v1+Sv:>Iliir�ncainel0l6Ullt'C li.�inmc:, Mtd'1 S•�s,�mrndmcncdn:z:i:,,/I015 12::f, P1t� E%,iE-Verif Company ID Plumber. 860647 Client Company ID Number. 863796 If you have any questions, contact E Verify at 1-888-464-4218. Approved by: Employer HWC Englneering Name (Please Type or Print) Title `IYt+2C ignature Date Verify Employer Agent HWC Engineering Name (Please Type or Print) Tide Caidyn Plummer W Signature. Date Electronically Signed 03123/2015 Department of Homeland Security — Verification Division Name (Please Type or Print) Title Signature Date Page 15 of 19 E-Vedy MOU for Employers Using an E -Verify Employer Agent l Revision Date 06/01/13 Company ID Number. 860647 Client Company ID (dumber. 863796 Information Required for the E -Verify Program Information. relating to your Company: Company Name HM Engineering Company Facility Address 161 WDelaware Street suite 800 Indianapolis, IN 46204 Company Alternate Address ounty or Parish MARION mployer Identification Number 351780345 orthAmerican Industry lassificat)on'Systems Code 237 Parent Company umber of Employees 20 to 99 Number of Sites Verified for 1 Page 16 of 19 E -Verify MOU for Employers Using an E -Verity Employer Agent I Revision Date 06101/13 Company ID Number. 860647 Client Company ID Number. 863796 Are you verifying for more than 'l site? If yes, please provide the number of sites verified for In each State: INDIANA 1 site(s) . Page 17 of 19 E-Ve* MOU for Employers Using an E -Verify Employer Agent I Revision Dale 06/01113 t mv Company ID Number. 860647 Client Company ID Number. 863796 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Caltiym J Plummer Phone Number (317) 347 - 3663 ext. 238 Fax Number (317) 347.3664 Email Address cplummer@hwcenginsering.corn Page 18 of 19.E.Vedry MOU for Employers Using an E -Verify Employer Agent I Revision Date 08!01/13