Loading...
Blackmore & Buckner Roofing/Street/35,350/City Center Roof Replacement and Restoration Blackmore&Buckner Roofing,LLC Street Department-2015 Appropriation#43-509; P.O.#32571 @TOb� Contract Not To Exceed$35,350.00 AID AO 1 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Blackmore & Buckner Roofing, LLC an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 43-509 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Thirty Five Thousand Three Hundred Fifty Dollars ($35,350.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty(30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty(60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. IS:\Contrncts\Prof.Svcs&Goods Svcs\Slrcct12015\Blnckmoro&Bucckncr Roofing LLC Goals&Scrviccsdoc:l 1/302015 11:44 AM1 1 Blackmore&Buckner Roofing,LLC Street Department-2015 Appropriation#43-509; P.O.#32571 Contract Not To Exceed$35,350.00 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c)fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. [S:\Contracts\Prof.Svcs&Goods Svc'Strec02015031ackmorc&13nckncr Roofing LLC Goods&Scrviccs.doc:11/182015 11.08 AMI 7. Blackmore&Buckner Roofing,LLC Street Department-2015 Appropriation#43-509; P.O.#32571 Contract Not To Exceed$35,350.00 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E-VERIFY Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E-Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E-verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E- Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. IS:\Conlrac's\ProLSvcs&Goods Svcs\Slrccl\2015\Blackmorc&Buclamr Roofing LLC Goods&Somas.doc.I1/182015 11:08 AM] Blackmore&Buckner Roofing,LLC Street Department-2015 Appropriation#43-509; P.O.#32571 Contract Not To Exceed$35,350.00 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, City Attorney One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: Blackmore & Buckner Roofing, LLC 1504 Sadler Circle Drive Indianapolis, Indiana 46239 ATTENTION: Jamey Smith Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. IS:1ConImcts1Prof.Sva&Goods Svc\Strecl@015VBIackmorc&Buckner Roofing LLC Goods&Scrviccs.doc I I/I82015 I I:OS AM] 4 Blackmore&Buckner Roofing,LLC Street Department-2015 Appropriation#43-509; P.O.#32571 Contract Not To Exceed$35,350.00 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2015 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. [S:\Contrncts\Prof.Svcs&Goods Svcs\Sim(\20t5\B1nckmoro&Buckner Roofing LLC Goods&Scrviccs.doc:11/182015 11:08 AMI 5 Blackmore&Buckner Roofing,LLC Street Department-2015 Appropriation#43-509; P.O.#32571 Contract Not To Exceed$35,350.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Blackmore &Buckner Roofing, LLC by and through its Board of Public Works and Safety By: J es Brainard, Pre iding Of:cer Aut ed Si ate: fi-F�[ er o V Printed Name Mary A Burke, Merp�e 3 � �' Date: �oGG Title Lori S. Watso , ' mber FID/TIN: Date: Last Four of SSN if Sole Proprietor: S Date: IZi l j62-16X y, I M , Clerk-Treasurer Gfc.u ���'7 Date: ���/ [S:'CoNmcis\ProfSva&Goods Svcs�Sirat12015\Blackmorc&Buckncr Roofing LLC Goods&Scrviccs.doc I I/182015 11:08 AM] 6 QUOTE TOTAL FOR TOWER TOTAL PRICE FOR RE-ROOFING $35,350.00 THIS IS TO BE THE FIRST PAGE OF ENTIRE QUOTE. EXHIBIT A 11/ City of Cannel City Center Roof Replacement and roof restoration SECTION 07 01 50.76—REPLACEMENT AND REHABILITATION OF SINGLE PLY MEMBRANES ,v:",` is; 1 F ` 'y " von: }}L�ul7."'Il 1 II !_1C-a ,„ W-,-- =-N ..5 n - , •:� I auuu�FlWn 1'Ingsu _ _ri8©fl ':::4!I - e9ej• 'i a • C "o 1 ; r 1 c C� ®�. ; d: -,—, r s'! /F I:.1 ' •c•.<N,.y...�,....t..-�.w..r..,r�— a,Y. - r ,«.i y 4.1!' 6 - it T Ilu I .r—:. i. # . 1%:0 " o . n''fit` '(, .. ii jl 5: ' I.illy s'I r ti 13'' .a " .'" ,-zer o . -- L aI!' G /j ›. -x - . � I � .un . a 5I ,." % • ''` .ti ,. •' \ ' i•) ' wc ,Qaraa b - • • v .• ll " a � • ..,.-. ' t . �' _ - PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes two scopes; replacement and restoration, only two roofs will be addressed marked in red and yellow on the drawing along the west elevation: B. Replacement: - 1. At the southwest roof,remove and dispose of EPDM membrane and components to the existing wood decking 2. Replace wood decking at a unit cost 3. Mechanically attach either tapered polyisocyanurate or wood fiber insulation to exhaust water to the north east drain 4. At two gallons per square,adhere a composite ply base sheet in solvent free mastic 5. At coping,nail base sheet into coping,allow to cure 6. Follow the restoration scope to completion C. Restoration 1. Remove wet insulation as identified and replace with similar thickness and R value 2. Power wash existing EPDM membrane roofing and copings and allow to properly dry 3. Do not proceed if the forecast calls for a 30% chance or greater of precipitation, and the exterior temperature is 50deg F and rising 4. Adhere a base coat of liquid applied and fiberglass reinforcement at all angles and around the drain prior to field installation. 5. Roll the surface of the fiberglass reinforcement to completely embed into wet base coat 6. For field and coping, install base coat directly to the EPDM membrane and spread evenly. Back roll to achieve desired wet mil thickness. REHABILITATION OF SINGLE PLY MEMBRANES 07 01 50.76- 1 r City of Carmel City Center Roof Replacement and roof restoration 7. Install reinforcement immediately into wet base coat. Fully embed the reinforcement into wet base coat. Use a wet roller,to fully embed reinforcement into the wet base coat. Roll until fully encapsulated. 8. Lap rolls no less than 3"End Laps shall be no less than 6". Lap onto flashing no less than 3" 9. Apply top coat over cured base coat beginning with flashings then install top coat directly over field base coat and spread coating evenly. 10. Back roll to achieve a minimum thickness of 32 wet mils on flashing and field 11. Apply top coat within 72 hours of base coat application 12. At open coping joints,clean and prime and seal with elastomeric polyurethane sealant and neatly tool 13. 12 year warranty D. Related Requirements: a. Infrared roof moisture survey report. E. Unit Prices: Refer to Division 01 Section "Unit Prices" for description of Work in this Section affected by unit prices 1.3 MATERIALS OWNERSHIP A. Demolished materials shall become Contractor's property and shall be removed from Project site. 1.4 DEFINITIONS A. Roofing Terminology: Refer to ASTM D 1079 and glossary in NRCA's "The NRCA Roofmg and Waterproofmg Manual"for definition of terms related to roofing work in this Section. B. Existing Roofing System: EPDM single-ply membrane roofmg, and components and accessories between deck and roofing membrane. C. Roofing Coating Preparation: Existing roofing that is to remain and be prepared to accept restorative coating application. D. Patching: Removal of a portion of existing membrane roofing system from deck or removal of selected components and accessories from existing membrane roofing system and replacement with similar materials. E. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and reinstalled. F. Existing to Remain: Existing items of construction that are not indicated to be removed. 1.5 PERFORMANCE REQUIREMENTS A. General: Provide recoated roofing membrane and base flashings that remain watertight;do not permit the passage of water; and resist specified uplift pressures, thermally induced movement, and exposure to weather without failure. 1. Accelerated Weathering: Roofing system shall withstand 2000 hours of exposure when tested according to ASTM G 152,ASTM G 154,or ASTM G 155. REHABILITATION OF SINGLE PLY MEMBRANES 07 01 50.76-2 EXHIBIT I A L City of Carmel City Center Roof Replacement and roof restoration B. Material Compatibility: Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by roofing manufacturer based on testing and field experience. C. SPRI Wind Design Standard: Manufacture and install copings and roof-edge flashings tested according to SPRI ES-1. D. Flashings: Comply with requirements of Division 7 Sections "Sheet Metal Flashing and Trim" and "Manufactured Roof Specialties." Provide base flashings, perimeter flashings, detail flashings and component materials that comply with requirements and recommendations of the following: 1. NRCA Roofing and Waterproofing Manual (Sixth Edition) for construction details and recommendations. 2. SMACNA Architectural Sheet Metal Manual(Seventh Edition)for construction details. E. Energy Performance: Provide roof panels with initial solar reflectance not less than 0.75 and emissivity not less than 0.75 when tested according to CRRC-1. F. Exterior Fire-Test Exposure: ASTM E 108, Class A; for application and roof slopes indicated, as determined by testing identical membrane roofmg materials by a qualified testing agency. Materials shall be identified with appropriate markings of applicable testing agency. 1.6 ACTION SUBMITTALS A. Product Data: For each type of product specified. 1. Indicate CRRC Compliance. 1.7 INFORMATIONAL SUBMITTALS A. Contractor's Product Certificate: Submit notarized certificate, indicating products intended for Work of this Section,including product names and numbers and manufacturers' names,with statement indicating that products to be provided meet the requirements of the Contract Documents. B. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency;for components of roofing rehabilitation system. C. Warranties: Unexecuted sample copies of special warranties. D. Qualification Data:For Installer,Manufacturer,and Roofing Inspector. 1. Letter written for this Project indicating manufacturer approval of Installer to apply specified products and provide specified warranty. 2. Certificate indicating Installer is qualified in Project jurisdiction to perform asbestos abatement. E. Photographs or Video Recordings: Show existing conditions of adjoining construction and site improvements, including exterior and interior finish surfaces, which might be misconstrued as having been damaged by rehabilitation operations. Submit before Work begins. F. Inspection Reports: Daily reports of Roofing Inspector.Include weather conditions,description of work performed,tests performed,defective work observed,and corrective actions required and carried out. 1.8 CLOSEOUT SUBMITTALS A. Maintenance Data: To include in maintenance manuals. REHABILITATION OF SINGLE PLY MEMBRANES 07 01 50.76-3 EXHIBIT h L� 6'[ / ( City of Cannel City Center Roof Replacement and roof restoration B. Warranties: Executed copies of approved warranty forms. 1.9 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and certified by manufacturer,including a full- time on-site supervisor with a minimum of five years experience installing products comparable to those specified,able to communicate verbally with Contractor,Architect,and employees,and the following: 1. Qualified by the manufacturer to install manufacturer's product and furnish warranty of type specified. 2. Licensed to perform asbestos abatement work in Project jurisdiction. B. Manufacturer Qualifications: Approved manufacturer listed in this Section, with minimum five years experience in manufacture of specified products in successful use in similar applications. C. Roofing Inspector Qualifications: A technical representative of manufacturer not engaged in the sale of products and experienced in the installation and maintenance of the specified roofmg system,qualified to perform roofing observation and inspection specified in Field Quality Control Article, to determine Installer's compliance with the requirements of this Project, and approved by the manufacturer to issue warranty certification.The Roofmg Inspector shall be one of the following: 1. An authorized full-time technical employee of the manufacturer. 2. An independent party certified as a Registered Roof Observer by the Roof Consultants Institute, retained by the Contractor or the Manufacturer and approved by the Manufacturer. D. Roofing Rehabilitation Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 01 Section "Project Management and Coordination." Review methods and procedures related to roofing system. 1. Meet with Owner; roofing coating materials manufacturer's representative; roofing rehabilitation Installer including project manager and foreman;and installers whose work interfaces with or affects rehabilitation including installers of roof accessories and roof-mounted equipment requiring removal and replacement as part of the Work. 2. Review methods and procedures related to coating preparation, including membrane roofing system manufacturer's written instructions. 3. Review temporary protection requirements for existing roofing system that is to remain uncoated, during and after installation. 4. Review roof drainage during each stage of coating and review roof drain plugging and plug removal procedures. 5. Review and finalize construction schedule, and verify availability of materials, Installer's personnel,equipment,and facilities needed to make progress and avoid delays. 6. Review base flashings, special roofmg details, drainage, penetrations, equipment curbs, and condition of other construction that will affect coating. 7. Review HVAC shutdown and sealing of air intakes. 8. Review shutdown of fire-suppression,-protection,and-alarm and-detection systems. 9. Review procedures for asbestos removal or unexpected discovery of asbestos-containing materials. 10. Review governing regulations and requirements for insurance and certificates if applicable. 11. Review existing conditions that may require notification of Owner before proceeding. 1.10 PROJECT CONDITIONS A. Owner assumes no responsibility for condition of areas to be rehabilitated. REHABILITATION OF SINGLE PLY MEMBRANES 07 01 50.76-4 EXHIBIT A cof City of Carmel City Center Roof Replacement and roof restoration 1. Conditions existing at time of inspection for bidding will be maintained by Owner as far as practical. 2. Contractor is responsible for conclusions derived from Owner's existing condition documents. B. Owner will occupy portions of building immediately below re-coating area. Conduct coating so Owner's operations will not be disrupted. Provide Owner with not less than 72 hours'notice of activities that may affect Owner's operations. C. Protect building to be rehabilitated, adjacent buildings,walkways, site improvements, exterior plantings, and landscaping from damage or soiling from rehabilitation operations. D. Maintain access to existing walkways,corridors,and other adjacent occupied or used facilities. E. Weather Limitations: Proceed with rehabilitation work only when existing and forecasted weather conditions permit Work to proceed without water entering into existing roofing system or building. F. Hazardous Materials: It is not expected that hazardous materials such as asbestos-containing materials will be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Owner's Designee. 1.11 WARRANTY A. Special Warranty for Roof Rehabilitation: Written warranty in which Manufacturer agrees to repair roof coating installations that fail in materials or workmanship within specified warranty period. 1. Failures include,but are not limited to,the following: a. Membrane failures including rupturing,cracking,or puncturing. b. Deterioration of membranes, coatings, metals, metal finishes, and other associated materials beyond normal weathering. 2. Limit of Warranty Coverage for Repair of Roof Rehabilitation: Not to exceed original purchase price of manufacturer's coating materials, except that manufacturer may elect to apply the limit amount toward the following: a. Purchase of a new replacement roof within the first 5 years following completion of rehabilitation work. 3. Qualified Installer Requirement: Installer must meet requirements of Quality Assurance Article. 4. Installation Inspection Requirement: By Roofing Inspector in accordance with requirements of Part 3 Field Quality Control Article. 5. Annual Manufacturer Inspection and Preventive Maintenance Requirement: By manufacturer's technical representative, to report maintenance responsibilities to Owner necessary for preservation of Owner's warranty rights. The cost of manufacturer's annual inspections and preventive maintenance is included in the Contract Sum.Inspections to occur in Year 2,5, 10,and 15 following completion. 6. Warranty Period: 20 years from date of completion of rehabilitation work. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Those capable of meeting or exceeding the following requirements and satisfy with warranty. REHABILITATION OF SINGLE PLY MEMBRANES ., �7 0 0i7 f--1—�--- 6, City of Carmel City Center Roof Replacement and roof restoration 2.2 MATERIALS,GENERAL A. General: Rehabilitation materials recommended by roofing system manufacturer for intended use and compatible with components of existing membrane roofing system. B. Temporary Roofing Materials: Selection of materials and design of temporary roofing is responsibility of Contractor. C. Infill Materials: Where required to replace test cores and to patch existing roofing, use infill materials matching existing membrane roofing system materials,unless otherwise indicated. 2.3 FLUID-APPLIED ROOFING MEMBRANE COATING A. Polyurethane Fluid-Applied System: Fire resistant, two-coat, polyurethane, elastomeric coating system consisting of a single component,high-performance aromatic urethane base coat and a single component, high-performance aliphatic urethane finish coat,with the following properties. 1. Aromatic Urethane Base Coat: Single component, high solids, low VOC, low odor, moisture- cure,high performance system with the following properties: a. VOC Content: less than 50 g/1 b. Elongation,ASTM D 412: 500-700%. c. Tensile Strength,ASTM D 412: 220-260 psi. 2. Aliphatic Urethane Top Coat: Single component,fire resistant,aliphatic urethane finish coat with the following properties. a. Elongation,ASTM D 412: 250%. b. Tensile Strength,ASTM D 412: 3,480 psi. c. Color: White. B. Polyester Reinforcing Fabric: 100 percent stitch-bonded mildew-resistant polyester fabric intended for reinforcement of compatible fluid-applied membranes and flashings. 2.4 NEW ROOF REPLACEMENT MATERIALS A. High density wood fiber board;tapered B. Solvent free,manufacturer recommend mastic C. Composite base sheet with high tensile strength 2.5 AUXILIARY ROOFING REHABILITATION MATERIALS A. General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with existing roofing system and roofing coating system. B. Metal Surface Primer: Single-component,water.based primer to promote adhesion of base coat to metal surfaces. C. 60 mil EPDM membrane roofing;by Firestone building Products D. EPDM membrane adhesive by Firestone Building Products REHABILITATION OF SINGLE PLY MEMBRANES E Alfa? 6 7b ( 1 City of Carmel City Center Roof Replacement and roof restoration E. Single-Ply Membrane Primer: Single-component primer designed to promote adhesion of base coat to existing EPDM membrane surfaces. F. Seam Reinforcing: Membrane manufacturers recommended seaming material. G. Mastic Sealant: Polyisobutylene, plain or modified bitumen, nonhardening, nonmigrating, nonskinning, and nondrying. H. Fasteners: Factory-coated steel fasteners and metal or plastic plates meeting corrosion-resistance provisions in FM 4470; designed for fastening roofing membrane components to substrate; tested by manufacturer for required pullout strength;and acceptable to roofing system manufacturer. I. Metal Flashing Sheet: Provide metal flashing sheet matching type, thickness, finish, and profile of existing metal flashing and trim. J. Aggregate: For finish coat slip resistance: Silica sand,20—40 mesh. K. Miscellaneous Accessories: Provide miscellaneous accessories recommended by roofing system manufacturer. PART 3-EXECUTION 3.1 EXAMINATION A. Examine existing roofing substrates, with Installer present, for compliance with requirements and for other conditions affecting application and performance of roof coatings 1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance. 2. Verify compatibility with and suitability of substrates. 3. Verify that substrates are visibly dry and free of moisture. 4. Verify that roofing membrane surfaces have adequately aged to enable proper bond with base coat. 5. Verify that roofing membrane is free of blisters, splits, open laps, indications of shrinkage, and puncture damage or other indications of impending roof system failure. 6. Application of coatings indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Protect existing roofing system that is indicated not to be coated, and adjacent portions of building and building equipment. 1. Comply with warranty requirements of existing roof membrane manufacturer. 2. Limit traffic and material storage to areas of existing roofing membrane that have been protected. 3. Maintain temporary protection and leave in place until replacement roofing has been completed. B. Shut down air intake equipment in the vicinity of the Work in coordination with the Owner. Cover air intake louvers before proceeding with coating work that could affect indoor air quality or activate smoke detectors in the ductwork. 1. Verify that rooftop utilities and service piping affected by the Work have been shut off before commencing Work. C. Maintain roof drains in functioning condition to ensure roof drainage at end of each workday. Prevent debris from entering or blocking roof drains and conductors. Use roof-drain plugs specifically designed REHABILITATION OF SINGLE PLY MEMBRANES 07 01 50.76-7 E1'SB5-A� T - City of Carmel City Center Roof Replacement and roof restoration for this purpose. Remove roof-drain plugs at end of each workday, when no work is taking place, or when rain is forecast. 1. Do not permit water to enter into or under existing membrane roofing system components that are to remain. 3.3 ROOF REPLACEMENT PREPARATION A. Remove existing EPDM membrane roofing to structural wood decking,replace decking at a unit cost B. Mechanically attach either tapered ISO or recovery board to wood deck to promote positive drainage away from parapet walls,and copula,to exhaust at internal roof drain. C. In an application of solvent free mastic,apply up walls and set a composite base sheet. Try to eliminate over flow or spills of the mastic onto details,and base sheet D. Follow the Roofmg Coating Preperation to complete the roofing 3.4 ROOFING COATING PREPARATION A. Membrane Surface Preparation: 1. Remove blisters, ridges, buckles,roofmg membrane fastener buttons projecting above the membrane, and other substrate irregularities from existing roofing membrane that would inhibit application of uniform,waterproof coating. 2. Repair membrane at locations where irregularities have been removed. 3. Broom clean existing substrate. 4. Clean substrate of contaminants such as dirt, debris, oil, and grease that can affect adhesion of coating by power washing at minimum 2000 psi. Remove existing coatings if any. Allow to dry thoroughly. 5. Verify that existing substrate is dry before proceeding with application of coating. Spot check substrates with an electrical capacitance moisture-detection meter. B. Roof Patching: Notify Owner each day of extent of roof tear-off proposed and obtain authorization to proceed. 1. Build-up isolated low spots on existing roofing membrane with coating manufacturer's recommended products to alleviate ponding. 2. Limited Roof Tear-Off: Where indicated, remove existing roofing membrane and other membrane roofing system components down to the deck. Fill in the tear-off areas to match existing membrane roofing system construction. 3. During removal operations, have sufficient and suitable materials on-site to facilitate rapid installation of temporary protection in the event of unexpected rain. 3.5 FLASHING REPAIR A. Repair existing base flashings around parapets,curbs,walls,and penetrations. 1. Clean substrates of contaminants such as asphalt,sheet materials,dirt,and debris. B. Do not damage metal counterflashings that are to remain. Replace metal counterflashings damaged during removal with counterflashings of same metal,weight or thickness,and finish. REHABILITATION OF SINGLE PLY MEMBRANES 07 01 50.76-8 /I\ IT 7Of (I City of Cannel City Center Roof Replacement and roof restoration C. Repair flashings, gravel stops, copings, and other roof-related sheet metal and trim elements. Reseal joints,replace loose or missing fasteners,and replace components where required to leave in a watertight condition. 3.6 FLASHING AND STRIPPING INSTALLATION A. Install base flashing over cant strips and other sloping and vertical surfaces, at roof edges, and at penetrations through roof, and secure to substrates according to roofing system manufacturer's written instructions and as follows: 1. Prime substrates with recommended primer if required by roof rehabilitation system manufacturer. B. Extend base flashing up walls or parapets a minimum of 8 inches(200 mm)above roofing membrane and 6 inches(150 mm)onto field of roofing membrane. C. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing. 1. Seal top termination of base flashing with a metal termination bar and elastomeric joint sealant. D. Install stripping,according to roofing system manufacturer's written instructions,where metal flanges and edgings are set on roofing. 3.7 FLUID-APPLIED MEMBRANE COATING APPLICATION A. Base Coat: Apply base coat to flashing surfaces in accordance with manufacturer's written instructions. Back roll to achieve minimum wet mil coating thickness of 48 mils unless otherwise recommended by manufacturer;verify thickness of base coat as work progresses. 1. Apply base coat on prepared and primed surfaces and spread coating evenly. 2. Embed polyester reinforcement into wet base coat. Lap adjacent flashing pieces of polyester minimum 3 inches along edges and 6 inches at end laps. 3. Roll surface of polyester reinforcing to completely embed and saturate fabric. Leave finished base coat with fabric free of pin holes,voids,or openings. 4. Allow base coat to cure prior to application of top coat. 5. Following curing of base coat and prior to application of top coat,sand raised or exposed edges of polyester reinforcement. B. Fluid-Applied Flashing and Detail Coat Application: Complete base coat and polyester reinforcement at seams,parapets,curbs,penetrations,and drains prior to application of field of fluid-applied membrane. 1. Extend coating minimum of 8 inches up vertical surfaces and 4 inches onto horizontal surfaces. 2. Roof Drains: Install base coat onto surrounding membrane surface and metal drain bowl flange. Install target piece of polyester reinforcement immediately into wet base coat and roll to fully embed and saturate fabric. Reinstall clamping ring and strainer following application of top coat. Replace broken drain ring clamping bolts. C. Top Coat: Apply top coat uniformly in a complete installation to field of roof and flashings. 1. Prime base coat prior to application of top coat if top coat is not applied within 72 hours of the base coat application,using manufacturer's recommended primer. 2. Apply top coat to flashings extending coating up vertical surfaces and out onto horizontal surfaces 4 inches. Install top coat over field base coat and spread coating evenly. 3. Back roll to achieve wet mil thickness of 32 mils unless otherwise recommended by manufacturer. 4. Avoid foot traffic on new fluid-applied membrane for a minimum of 24 hours.EXHIBREHABILITATION OF SINGLE PLY MEMBRANES 07 01 50.76-9 n ,-(7 1 City of Cannel City Center Roof Replacement and roof restoration D. Slip-Resistant Walkway Topcoat: Apply walkway second topcoat following application and curing of top coat.Locate as indicated,or as directed by Owner. 1. Mask walkway location with tape. 2. Prime first top coat prior to application of walkway top coat if walkway top coat is not applied within 72 hours of the first top coat application,using manufacturer's recommended primer. 3. Back roll to achieve wet mil thickness of 20 mils unless otherwise recommended by manufacturer. 4. Broadcast 20 to 30 lbs.per 100 sq.ft.of Slip-Resistant Top Coat Aggregate in wet top coat. 5. Back roll sand and top coat creating even dispersal of sand. Remove masking immediately. 3.8 FIELD QUALITY CONTROL A. Roof Inspection: Contractor shall engage roofing system manufacturer's technical personnel to inspect roofmg installation,and submit report to the Architect. Notify Architect or Owner 48 hours in advance of dates and times of inspections. Inspect work as follows: 1. Upon completion of preparation of first component of work, prior to application of re-coating materials. 2. Following application of re-coating to flashings and application of base coat to field of roof. 3. Upon completion of re-coating but prior to re-installation of other roofmg components. B. Repair fluid-applied membrane where test inspections indicate that they do not comply with specified requirements. C. Arrange for additional inspections,at Contractor's expense,to verify compliance of replaced or additional work with specified requirements. 3.9 PROTECTING AND CLEANING A. Protect roofing system from damage and wear during remainder of construction period. B. Correct deficiencies in or remove coating that does not comply with requirements,repair substrates, and reapply coating. C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 07 01 50.76 REHABILITATION OF SINGLE PLY MEMBRANES 07 01 50.76 7 10 EXHIBIT j EXHIBIT B Invoice Date: Name of Company: Address &Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services • Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation &Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit(other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 Personal &Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage (any one fire): $250,000 Medical Expense Limit(any one person): $ 50,000 Comprehensive Auto Liability (owned, hired and non-owned) Bodily Single Limit: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: $ 10,000 EXHIBIT D • .AFFIDAVIT l }A M.E. S iY + , 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(IS)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 Pt/L'_M/)1 E di &Ilc^.k /,E.? Ec_•F/N,''-- (the"Employer") • in the position of \Ji 6E. I ES1A AIT' 3. I am familiar with the employment policies, practices,and procedures of the.Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E-Verify program. Documentation of-this enrollment and participation is attached and incorporated herein. 5. The Employer does not knowingly employ any unauthorized aliens. 6. To the best of my information and belief, the Employer does not currently employ any unauthorized aliens. 7. FURTHER AFFIANT SAYETH NOT. EXECUTED on the a Al day of ,!)ECEmb,F_L ,20 PS Printed: (mF7/ 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. 67) (-)VhSel 4)1.4/ Printed: • I I • Favorites Tools Help ,.7.--1:•,:!,,-:: -• .,'•-::-.!.''.:::,'•'•r„:9.:s,::-,.:-'„„.,"•:, :::,:,-,,:r4.1_:o:,:y'h,:k :ria 0 tr�S#/1._ $ e< Lo fire 1��It�� +hus� tom` 7 . '"Icame User@ LastLcgn k Employment Eligibility Verification �e txx.' x 12 3 t ttrr?rzat .' Log Out ` { r • Y � l 93a 3 .-y 0mr Yx ci s , i ,C!k fohep 3 t one tom all Information My cases Y z kieseCase _. RI view cases ' i Blacker ore&Buckner Rcofng,a Tecta Company Name: a �ievvt Edrt i i America Company,LLG S•earch,Cases l , . My Profile Company ID Number. 2175i i Doing Business As(DBA) EditPra1le f Name; �zN Change Password- DUNS Number: Change Security Questions _ ir- 3 My Company Physical Location: Mailing Address: :i dt#Calrpan�Profile Address 1: 1504 Sadlier Circle S.Drive Address 1: Adt Ne*U0er f Address 2: Address 2: Vieux Exis rg losers City: Indianapolis City; a Company Account. ' State: IN State: i il,t My Repots • Zip Code: 46239 Zip Code: , View Repots County: MARION My Resources < �b View Essential Resources , , Additional information: i;; Tate Tutorial Employer Identification Number:202909270 Vier User Manuel- Total Number of Employees: 20 to 99 ' • I Share-Ideas 'i Parent Organization; rectaAmencaCompany r I Contact Us °. Administrator: iiil Organization Designation: •• Employer Category: Federal Contractor with FAR E Ver4 Clause rt Federal Contractor Category: None of these categories apply Employees being verified: All new hires and all existing employees assigned to a Federal contract t4'ouldyou like to store your password for uscie.gov? ay u is€eineths; Y6 I Notforthrssite V w j : Y�� ,, a 5 a ,r. • 'I�► 9 i'd� 1f1 2201[ , r—„, k. ". .pse,,a$�d::N¢. . ., b''�'.. e.a " ex.M " �1/17([Vll 11-18-15AO9vReceived:39 RCVD City of Cannel CONTRACT CHECKLIS Department of Law Department: Clew- .( �1/e�� Department Head or designee and telephone no.: 8 Vendor name, contact,telephone/fax numbers and address: 7 G�ltir/1:4 £" &l c-iAer ,ae)4 y / 5011 J 4,o1 !/eY C/G/c ,z% (�'Y .2 Gc 4Pea/VOX% ./�! noo9,`� t-y 7f7- .4'3- 0707 Requested BPW Date: no/2 Contract Type: a. Materials (supplies, equipment, etc.) b. '•ervice(consulting,training, etc.) / l( c. Public Works projects subject to formal ) bid package/procedure Date and Initials // l7 -oi5 O/1. Contract approved as to business terms by Department.Director and/or designee. (Dept.) / / /�// 600e/a -u�d O±�Ce✓� Ca Pi c- (5e;[/te-Q S //`// 05 QJ/42 SO q a. Line Item and Major Budget Classification, or (Dept.) b. Request Board Approval on condition precedent that sufficient funds are appropriated (for Service Contracts Only). 3. Original of contract and this checklist to BPW Secretary 4. Contract approved as to form by DOL 5. Contract returned to sponsoring Department (to obtain vendor's signatures) 6. Signed contract submitted to BPW Secretary for placement on BPW Agenda 7. BPW consideration: Approved Disapproved City ®fair1INDIANA RETAIL TAX EXEMPT Page 1 1 a CERTIFICATE NO.003120155 002 0 PURCHASE ORDEE R NUMBER FEDERAL EXCISE TAX EXEMPT 32571 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AIP CARMEL, INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 11/13/2015 369232 Tower Roof Repairs at the Reflecting Pool BLACKMORE&BUCKNER ROOFING LLC Street Department VENDOR 1504 SADLIER CIRCLE SOUTH DRIVE SHIP 3400 W. 131st Street TO Carmel,IN 46074- INDIANAPOLIS, IN 46239- (317)733-2001 CONFIRMATION BLANKET CONTRACT PAYMENT TERMS FREIGHT QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 1206 Account: 43-509.00 Fund: 101 General Fund 1 Each Repairs-Reflecting Pool $35,350.00 $35,350.00 Sub Total $35,350.00 Send Invoice To: Street Department • 3400 W. 131st Street Carmel, IN 46074- PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT I PROJECT PROJECT ACCOUNT J AMOUNT PAYMENT $35,350.00 SHIPPING INSTRUCTIONS *ARVOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN 'C.O.D.SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED B ITLE Dire DOCUMENT CONTROL NO. 32571 CLERK-TREASURER E-Verifv Affidavit Pursuant to Indiana Code 22-5-1.7-11, the Contractor entering into a contract with the City is required to enroll in and verify the work eligibility status of all its newly hired employees through the E-Verify program. The Contractor is not required to verify the work eligibility status of all its newly hired employees through the E-Verify program if the E-Verify program no longer exists. The undersigned, on behalf of the Contractor, being first duly sworn, deposes and states that the Contractor does not knowingly employ an unauthorized alien. The undersigned further affirms that, prior to entering into its contract with the City, the undersigned Contractor will enroll in and agrees to verify the work eligibility status of all its newly hired employees through the E-Verify program. (Contractor): Blackmore & Buckner Roofing, A Tecta A eric. .: .any B (Written y( en Signature): - / , (Printed Name): Frank J. Smith (Title): Vice President 011101010141 Important-Notary Signature and Seal Required in the" `e :r ,► . � STATE OF Indiana :3 a :a: SS: a COUNTY OF Marion :s� Subscribed and sworn to before me this 21st day of `ber , 20 15 �a My commission expires: 2/13/20 (Sign. _?'t►�� xl ._) Residing in Marion County, Sta • of I diana