Loading...
Bone Dry Roofing, Inc/Street/285,575.52/Hail Damage to Administration Building Bone Dry Roofing,Inc. Street Department-2017 Appropriation#43-501;P.O.#100874, 100875 � Contrac;:Not To Exceed$285,575.52 J119 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 Bone Dry Roofing, Inc.,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 43-501 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. Vendor 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 Vender shall perform only those Services specifically detailed in the Notice. If the Vender desires clarification of the scope of any Notice to Proceed, the Vendor 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. 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 Two Hundred Eighty Five Thousand Five Hundred Seventy Five Dollars and Fifty Two Cents ($285,575.52) (the "Estimate").Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date • of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing,to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Street • Department Bid Proposal Package for"Carmel Street Department Roof and Gutter Project" received by the City of Carmel Board of Public Works and Safety on or about September 6, 2017, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely,good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose [X:V.b,,I,kACr,.b<sl&,Ss$Saviwa lime Dry RmOny.lnel U6f2017 7:56 PMI 1 Bone Dry Roofing,Inc. Street Department-2017 Appropriation#43-501;P.O.#100874, 100875 ContraCt Not To Exceed$285,575.52 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. IX4,1v ractsCnmtrsch`4nrbdSenn=BnoDryRanfmEdm:I116nmt;%PM 7 Bone Dry Roofing,Inc. Street Department-2017 Appropriation#43-501;P.O.#100874, 100875 Contract Not To Exceed$285,575.52 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 Vendors 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 LC. §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 I%:ynberindeeC.odeetaZdnaa At Ba Wt Bode Dry Itonteepind I vow 156 PM) 3 Bone Dry Roofing,Inc. Street Department-20I7 Appropriation#43-501;P.O.#100874, 100875 Contract Not To Exceed$285,575.52 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 Agreemeni 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, One Civic Square Corporation Counsel Carmel, Indiana 46032 Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Bone Dry Roofing, Inc. 4825 W.79th Street Indianapolis, IN 46268 Attn:Todd Cannon 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. IX:�j..1.er{.uiQlCmuxwlGnwkS&.vk Bane Dry Rnn!'mpkvaI/6/19I7256 PMI 4 Bone Dry Roofing,Inc. Street Department-2017 Appropriation#43-501;P.O.#100874, 100875 Contract Not To Exceed$285,575.52 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 31,2017 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. IC 5-16-13. The provisions of IC 5-16-13 are hereby incorporated into this Agreement by reference. 29. 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. IX:10.1sl.leACmu.n.'Gor1.&Senieea Bone Diy R.afmyiac t 1/6/2017 Z56 PM1 5 Bone Dry Roofing,Inc. Street Department-2017 Appropriation#43-501;P.O.#100874, 100875 Contract Not To Exceed$285,575.52 This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA BONE DRY ROOFING, INC. by and through its Board of Public Works and Safety By: By: t)l- rC5e11+ James Brainard, Presiding Officer Sig� natu • re D.te: 14< , `� ` Printed Name Mary An, Burke, Mille, Date: M(flCy( :s n -776-: ; n 15 Title /� Lori S.Wats• a ber FID/TIN: 3) S — i �G 3 zZ Date: I Last Four of SSN if Sole Proprietor: ATT,, T: Date: 11 / -7 /701 - at4 Christine S. Pauley, Clerks r Date: / r pc:lp+krla.Jv`G:cnvnvY;..vt.&S.rvikc+Bme Dtl R.+of.,g dm:11/6/2017 2.56 PA11 6 • SPECIFICATIONS FOR ROOF AND GUTTER PROJECT AT CITY OF CARMEL, CARMEL CLAY STREET DEPARTMENT • The following are specifications for the roof and gutter project for all buildings for Carmel Street Department. Contractors must provide proof of insurance and workman's comp. Also,contractors must provide a list of references and/or a list of comparable projects over the past three years along with a brief company history letter. Contractor must be certified shingle installer and be able to provide a minimum of a 20-year material and labor warranty through the manufacturer. (i.e. Golden Pledge from GAF Materials Corporation or like warranty) Roofs must be inspected by manufacturer representative upon completion. Price all buildings separately including roof,gutters,garage doors and warranty. Contractor may be required to work with insurance company for balance of claim. General Requirements 1. Contractor must visit the building site,conduct measurements and fully understand the work expected from these specifications. 2. Contractor must perform all installation requirements and complete the project per manufacturer's specifications. 3. Contractor must obtain all building permits. 4. Contractor must procure all materials and care for materials at the jobsite during the project. Material must be covered with plastic or tarps. 5. Contractor must follow all OSHA regulations. 6. Contractor shall provide notice of roofing project start dates to manager seven days before commencement of work. 7. Protective tarps should be used to landscaping,driveways,garage doors,etc. 8. Contractor shall furnish and/or install barricades,caution tape or cones to protect the employees or guest for the duration of the project. 9. Contractor must provide an on-site supervisor all times during the project to monitor the job,safety requirements and answer questions from management. Roofing Specifications 1. Removal of existing roofing material and disposal. 2. Inspect existing decking for buckles,water damage,curling,etc. Change any or all damaged decking and provide a cost per sheet for deck replacement. If deck is not spaced or"clipped"per Indiana Building Code, contractor must saw-cut all joints and obtain required spacing. 3. Deck surface must be dry and clean before installation of any roofing material. 4. Installation of metal gutter apron along all gutter areas. Gutter apron must be under all underlayments. 5. Installation of new metal drip edge along all rake edges. Drip edge must be over all q ? underlayments. 6. InstaIl roof deck underlayment(GAF Shinglemate or like product)over entire roof deck. Lap edges a minimum of four inches at seams and six inches at waterproof membrane. On any existing slopes of 2/12 to 4/12,underlayment must be installed using a 17" exposure. 7. Install Ice&Water shield (GAF Stormgard or like product) underlayment in valley areas (36' wide) and along all eaves 24"past warm wall. 8. Install Ice&Water shield(GAF Stormgard or like product) underlayment in all transitions areas—where steep slopes meet lower pitch slopes (36" wide). Center roll on transition area where slopes come together. Underlayment should be under felt on upslope side and on top of felt on lower slope side. 9. On all flashing areas with siding or trim boards(includes barge rafter areas) install new metal step and/or wall flashing. Flashing should be placed just up slope from exposed edge of shingle with two nails placed high so nails are overlapped by the next up slope step flashing. In order to install new flashing,cut siding and remove trim boards. Install ice&water shield(GAF Stormgard)a minimum of five inches up wall at step and wall flashing areas and out on roof on top of deck underlayment. Install 5"x 5"x 8 "pre- bent metal step flashing. Install new metal wall flashing a minimum of 4 inches up wall and five inches over new shingles.Seal flashing to wall using Geocel or Iike product. Install 1x6 pre-primed cedar trim with corresponding z-flashing on all cut out areas. (Paint to match,re-install trim boards and/or fascia. Siding,trim boards and fascia to be re-installed a minimum of%z inch off shingles. Price separate by lineal foot to replace any rotten trim boards; boards must be primed all sides and painted to match.Please see Indiana building code for proper flashing installation: 10. On brick flashing areas,remove all existing metal flashings. Install ice&water shield (GAF Stormgard or like product) a minimum of five inches up wall at step and wall flashing areas and out on roof on top of deck underlayment. Install 5"x 5"x 8" pre-bent metal step flashing. Install new metal counter flashing over the new step flashing. Mortar must be cut a minimum of 1" to set counter flashing. Set counter into seam fastening with soft metal wedge. Seal joint with Geocel 2300 or like product. (See manufacturer's specifications to insure proper installation.) 11. InstalI GAF Limited Lifetime Timberline HD shingles(or like product)according to manufacturers specifications.Use GAF Seal-a-ridge shingles for ridge cap(or like product)and install following manufacturers specifications. (Color to be TBD) 12. Four fasteners per shingle nailed per manufacturers specifications. Nails must reach 1/4" nominal through decking. Fasteners must be aluminum or zinc coated steel 12 gauge with 3/8"heads. Fasteners must be installed using"hand-nail"technique and following manufacturers specifications. 13. Install valleys using"closed-cut"technique. Install shingles on the smaller roof first to channel larger water volume flow out of valley. Install underlying shingles a minimum of 12"from center of valley.No fasteners within 6" of valley centerline. When cutting the valley, mark a tapered cut starting at 2"from the center at the top and taper 1/8"per foot wider to the eave. After cut,clip shingle corners to keep water flow in valley center and use roof cement (Geocel 2300 or like product)on top of clipped area. Do not install "California cut"valleys. Provide a separate cost to install additional 36"roll of ice& water shield on each side of first roll of ice &water shield on all valleys. 14. Contractor must balance ventilation per Indiana building code and manufacturers EXHIF'riA z 0 1 specifications. Install enough ridge vent(GAF Snow Country or like product)to do so. Cut a minimum of 1 3/4"on each side of ridge. Seal joints with roof cement. Fasten with nails long enough to penetrate through roof deck. Each attic area must be inspected for fire-walls. If existing fire-walls do not allow for ridge vents, contractor must install GAF 960 box vents in place of ridge vents following manufacturers specifications. Install enough vents to balance ventilation per Indiana building code and manufacturers specifications. 15. Contractor must do a calculation per building on intake and exhaust needed to balance the system. Additional soffit vents must be installed as needed and existing vents replaced and cut out to correct size opening to allow for proper air flow. Each attic area must be inspected to insure attic ventilation is up to code and soffit areas are not blocked with insulation.Any problems found must be noted and reported to City Manager. 16. Install new Iifetime pipe boots on all vent stacks and roof accordingly to manufacturers specifications. 17. Contractor must clean and wash all gutters of debris,clean entire work area, magnet yards and driveways and haul debris. All driveways,walkways and roads to be sweep and a magnet run on a daily basis. 18. Remove existing residential gutters where they exist.(See attached map) Replace gutters with new custom guttering to match existing custom gutters. All downspouts to remain. Please note: Estimate to include manufacturer warranty priced separately. Contractor must show proof of status from manufacturer in order to provide warranty. 19. Work is to include the replacement of 12 sections of 14'2"x 24"on 2 garage doors facing west on the maintenance building. Can reuse 1 glass section on each door 20. 60 sections of 12'2"x 24"on 11 doors facing west on Building"A". Can reuse 1 glass section on each door. 21. 71 sections of 14'2"x 24"on 11 doors facing west on Building"B". Can reuse 1 glass section on each door. 22 36 sections of 10'2"x 24"on 8 doors facing west on Building"C". Can reuse 1 glass section on each door. Estimate to include manufacturer's warranty on garage door sections. Must match existing doors in color and style. L,3enS CAD c(1.ft� BUILDING A PRICE non nun C..-au-('cA't''� / S zrzLi. 41 •rsZ 's-2 Roof,Gutters&Warranty Garage Doors kQ, }I(p• iy-? BUILDING B Roof, Gutters&Warranty C, 1 qS '-. !, 13s••y" Garage Doors ZZ� (pZI • (off BUILDING C Roof, Gutters &Warranty 'Z2 , 10 5 7• to 4 144 f. 12g2- Garage Doors 1, (110 . 1 l BUILDING E Roof, Gutters &Warranty Z � , �`7LI • ,a t 4r t, SZO, Q�' ADMINISTRATION BUILDING Roof, Gutters &Warranty )�5, S �O "� 3►3 z ' MAINTENANCE BUILDING — Roof, Gutters &Warranty SZ ct`75. 54, 4 3, GG1a. s Garage Doors 3� �� . �, �' tsi-i oc1 OD Additional 36" roll Water Shield (as stated in#13) E XH;B I / ` 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 A-AG ,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 nowand at all times relevant herein have been employed by 17o/+s tr 7 Item nc. (the"Employer") in the position of (9rI M`^05.e r 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 SAYETHE NOT.J EXECUTED on the 6 day of ;( ,20 r7. Printed: ' 6.1Rlt(, 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. rinted: Tk 444 6 v INDIANA RETAIL TAX EXEMPT Page 1 of 1 Cityof Carmel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 1 00874 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A/P CARMEL, INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION • 11/3/2017 361543 Hail Damage to Administration Building BONE DRY ROOFING Street Department VENDOR 4825 W 79TH STREET SHIP 3400 W. 131st Street TO Carmel, IN 46074- INDIANAPOLIS, IN 46268- (317)733-2001 PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 20388 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2201 Fund: 2201 Motor Vehicle Highway FND Account: 43-501.00 1 Each Hail Damage to Administration Building $157,827.16 $157,827.16 Sub Total $157,827.16 • - 6c1 F CA 404•4 • ill i r 9 @ I ■ / I ' I IMIIsomplmfgot Send Invoice To: Street Department 3400 W. 131 st Street ���� �� Carmel, IN 46074- (317)733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $157,827.16 SHIPPING INSTRUCTIONS 'NP VOUCHER 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 LABEL n n 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY ���/// `c •.�/ -- Dave Huffman James Crider TITLE Director Administration CONTROL NO. 100874 CLERK-TREASURER CityINDIANA RETAIL TAX EXEMPT Page 1 of 1 ofIIIairrnie1 CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100875 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AIP CARMEL, INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 11/3/2017 361543 Hail Damage to Administration Building Deductible BONE DRY ROOFING Street Department VENDOR 4825 W 79TH STREET SHIP 3400 W. 131st Street TO Carmel, IN 46074- INDIANAPOLIS, IN 46268- (317)733-2001 PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 20390 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2201 Fund: 2201 Motor Vehicle Highway FND Account: 43-501.00 1 Each Hail Damage to Administration Building Deductible $25,000.00 $25,000.00 Sub Total $25,000.00 • ��c of CA�9 111 • ■ • . i s II al ■ Rlilt I ■ I Send Invoice To: 111 Street Department 3400 W. 131st Street f A IY,`+J✓1 I PM t Carmel, IN 46074- (317)733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $25,000.00 SHIPPING INSTRUCTIONS A/P VOUCHER 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. 'THIS E SSUE IN BER MUST APPEAR OH ALL SHIPPING 99,ACTS LABEL �L A1-e-4'—e 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY -- Dave Huffman James Crider TITLE Director Administration CONTROL NO. 100875 CLERK-TREASURER