HomeMy WebLinkAbout139-03 RESOLUTIONRESOLUTION NO. 139-03
A RESOLUTION TO APPROVE A CONTRACT WITH AIR
CLEANING TECHNOLOGIES, INC. IN THE AMOUNT OF
$107,176.00 TO PURCHASE AND INSTALL EXHAUST
REMOVAL SYSTEMS FOR FOUR FAYETTEVILLE FIRE
STATIONS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves the contract (attached as Exhibit "A") with Air Cleaning
Technologies in the amount of $107,176.00 for the purchase and installation of
four exhaust removal systems in four Fayetteville Fire Stations.
PASSED and APPROVED this the 16th day of September, 2003.
ti
By:
SONDRA SMITH, City Clerk
APPROVED:
By:
DAN COO P Y, Mayo
AGREEMENT
For Bid #03-47
AGREEMENT between the CITY OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES, INC.
on the Basis of Stipulated Price
This AGREEMENT is dated as of the gp4 day of SA.pio nbtrin the year 2003 by and between the City
of Fayetteville, having an address of 11 W Mountain, Fayetteville, Arkansas and Air Cleaning
Technologies Inc.
Air Cleaning Technologies, Inc.
1300 West Detroit
Broken Arrow, Oklahoma. 74012
(918) 251-8000
CITY OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES, INC. in consideration of the
mutual covenants hereinafter set forth, agree as follows:
ARTICLE 1. WORK
AIR CLEANING TECHNOLOGIES, INC. shall complete all WORK as specified or indicated in the
CONTRACT DOCUMENTS. The WORK is generally described as follows:
AIR CLEANING TECHNOLOGIES, INC. shall furnish all labor and materials to install a vehicle
exhaust removal system to capture exhaust at the exhaust pipe and transport it outside the building
as described in the bid specifications and contract documents for Central Fire (Fire Station #1)
located at 303 West Center Street, Fire Station #2 located at 708 North Garland Street, Fire
Station #4 located at 3369 Plainview Street and Fire Station #6 located at 900 Hollywood Street
in Fayetteville, Arkansas (the "Property").
AIR CLEANING TECHNOLOGIES, INC. shall also provide a two (2) year material and labor warranty,
as defined in the CONTRACT DOCUMENTS
1.2 UTILITIES:
1.2.1 Provide a schematic drawing of each system to be installed, for the CITY OF
FAYETTEVILLE'S approval prior to installation. These drawings must be in paper and
an approved electronic format (the PROJECT COORDINATOR will provide accepted
formats).
1.2.2 Air Cleaning Technologies, Inc. Must secure local building, HVAC and electrical permits
and have the job inspected as required by the City of Fayetteville Building Safety Division.
Agreement for Installation of Vehicle Exhaust Removal Systems
Page I of 11
1.3 INSTALLATION OF VEHICLE EXHAUST REMOVAL SYSTEM:
1.3.1 AIR CLEANING TECHNOLOGIES, INC. shall provide all labor and materials to install
new vehicle exhaust removal system as specified in the bid specifications. The CITY OF
FAYETTEVILLE must approve all materials (All materials must be compatible with
existing exhaust removal systems so that all part are interchangeable.) and installation
methods prior to installation.
Article 2. PROJECT COORDINATOR
2.1 The PROJECT COORDINATOR is Gregg Riley or his appointee.
2.2.1 All questions concerning any aspect of the PROJECT shall be routed through the PROJECT
COORDINATOR at the address listed below:
Gregg Riley, Administrative Battalion Chief
Fayetteville Fire Department
Fayetteville, Arkansas 72701
Phone: 479-575-8365 Fax: 479-575-0471
E-mail: grilcy@ci.faycttevillc.ar.us
Article 3. CONTRACT TIME
3.1 The WORK included in this AGREEMENT shall be completed within ninety (90) calendar days
from the date the NOTICE TO PROCEED is issued.
3.2 The prosecution of the WORK by AIR CLEANING TECHNOLOGIES, INC. shall be commenced
within ten (10) calendar days from issuance of the NOTICE TO PROCEED, and the WORK shall
be completed as indicated in section 3.1.
3.3 AIR CLEANING TECHNOLOGIES, INC. shall work during normal working days that are
suitable to the operation until completion of all WORK, unless otherwise specifically authorized
or directed by the CITY OF FAYETTEVILLE.
3.4 Liquidated Damages: CITY OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES,
INC. recognize that time is of the essence regarding this AGREEMENT and that CITY OF
FAYETTEVILLE will suffer financial loss if the WORK is not completed within the time
specified in paragraph 3.1, plus any extensions thereof allowed in accordance with Article 15 of
the General Conditions. The CITY OF FAYETTEVILLE and AIR CLEANING
TECHNOLOGIES, INC. also recognize the delays, expense and difficulties involved in proving,
in a legal proceeding, the actual loss suffered by CITY OF FAYETTEVILLE if the WORK is not
completed on time. Accordingly, instead of requiring any such proof, CITY OF
FAYETTEVILLE and AIR CLEANING TECHNOLOGIES, INC. agree that as liquidated
damages for delay, but not as penalty, AIR CLEANING TECHNOLOGIES, INC. shall pay CITY
OF FAYETTEVILLE two hundred and fifty dollars ($250.00) per calendar day for each calendar
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 2 of 11
• •
day that expires after the time specified in Section 3.1 of this AGREEMENT for completion of
WORK until the WORK is complete and accepted by CITY OF FAYETTEVILLE. The CITY
OF FAYETTEVILLE has the right to withhold any such sums as liquidated damages from
any payment to AIR CLEANING TECHNOLOGIES, INC.
ARTICLE 4. CONTRACT PRICE
4.1 The CITY OF FAYETTEVILLE shall pay AIR CLEANING TECHNOLOGIES, INC. for
completion of thc WORK in accordance with the CONTRACT DOCUMENTS in current funds
the lump sum CONTRACT PRICE of ONE HUNDRED SEVEN TIIOUSAND ONE
HUNDRED SEVENTY SIX dollars and NO ccnts ($107,176.00).
4.2 The CITY OF FAYETTEVILLE will make payments to the AIR CLEANING TECHNOLOGIES,
INC. upon the completion of the WORK as defined in the CONTRACT DOCUMENTS issued by
the CITY OF FAYETTEVILLE as provided in Article 5 of this AGREEMENT.
ARTICLE 5. PAYMENT PROCEDURES
Air Cleaning Technologies, Inc. shall submit Applications For Payment in accordance with Article 19 of
the General Conditions. Applications for Payment will he processed as provided in the General.
Conditions.
5.1 Progress Payments: CITY OF FAYETTEVILLE shall make progress payments on account of the
Contract Price on the basis of AIR CLEANING TECHNOLOGIES, INC.'S applications for
Payment on or about the 20th day of each month during construction as provided below. All
progress paymcnts will be on the basis of the progress of the Work measured by the schedule of
values established in Article 3 of the General Conditions, and in the case of Unit Price Work based
on the number of units completed, or, in the event there is no schedule of values, as provided in
the General Conditions.
5.1.1 The City of Fayetteville shall retain ten percent (I0%) of the amount of each progress
payment. Prior to Substantial Completion, progress payments will be made in an amount
equal to the percentage indicated below, but, in each case, less thc aggregate of payments
previously made and less such amounts the City of Fayetteville may withhold, in
accordance with Article 19 of the General Conditions.
5.1.1.1 In accordance with Ark. Code Ann. § 22-9-604, Upon certification by the Project
Coordinator that the Work under this contract has been fifty percent (50%)
completed, there will be no additional retainage on account of Work completed, in
which case the remaining progress payments prior to Substantial Completion will
be in an amount equal to one hundred percent (100%) of the Work completed.
5.1.2 Subject to the provisions of Section 3.2, upon Substantial Completion, payments will be
made in an amount sufficient to increase total payments to Contractor to ninety five
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 3 of 1 I
•
percent (95%) of the Contract Price, less such amounts that the City of Fayetteville may
withhold, in accordance with Article 19 of the General Conditions.
5.1.3 In accordance with Ark. Code Ann. § 22-9-604, if the Air Cleaning Technologies, Inc. is
required by the Contract Documents to purchase and furnish materials or equipment that
will be stored on the job site or in a bonded warehouse and used in the Work, no
retainage will be withheld on that amount of the submitted progress payment pertaining
to the cost of these stored materials or equipment.
5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with Article
19 of the General Conditions, and after the City of Fayetteville receives ALL lien waivers and
ALL other proper documentation from Air Cleaning Technologies, Inc., the City of Fayetteville
shall pay the remainder of the Contract Price as provided in said Article 19.
5.3 AIR CLEANING TECHNOLOGIES, INC. shall submit application for payment to the
PROJECT COORDINATOR as listed in Article 2 of this AGREEMENT.
ARTICLE 6. CONTRACTOR REPRESENTATIONS
6.1 Minimum wage rates shall be equal to the basic rates as established by common usage in the city
and adjacent community for the various types of labor and skills performed. In cases where
wage rate determinations are specified in the Contract Documents, the rates as specified shall be
the minimum rates which apply to the Project. Whenever available, the Contractor shall make
use of local common and/or skilled labor as is practical.
Air Cleaning Technologies, Inc. and each subcontractor, where the amount exceeds $75,000.00
shall comply with the provisions of Ark. Code Annotated 22-9-309. The provisions are
summarized below.
Air Cleaning Technologies, Inc. and Subcontractor shall:
I) pay the minimum prevailing wage rates for each craft or
type of workman and the prevailing wage rate for holiday
and overtime work, as determined by the Arkansas Department
of Labor,
2) post the scale of wages in a prominent and easily
accessible place at the site of the Work,
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 4 of I I
• •
3) keep an accurate record showing the names and occupation and
hours worked of all workmen employed by them, and the
actual wages paid to each of the workmen, which records
shall be open at all reasonable hours to the inspection of
the Department of Labor or the City of Fayetteville, its officers and
agents.
A copy of the prevailing wage rates for this specific project, as established by the Arkansas
Department of Labor, is attached in the Contract Documents immediately following the
Instructions to Bidders.
The City of Fayetteville shall have the right to withhold from amounts due to Air Cleaning
Technologies, Inc. so much of accrued payments as may be considered necessary to pay the
workmen employed by Air Cleaning Technologies, Inc. or any subcontractor, the difference
between the rates of wages required by this Contract and the rates of wages rcccivexf by such
workmen.
If it is found that any workmen employed by Air Cleaning Technologies, Inc. or subcontractor
has been, or is being paid a rate of wages less that the rate of wages required by this Contract, the
City of Fayetteville may by written notice to the Contract or, terminate Air Cleaning
Technologies, Inc.'s right to proceed with the Work or such part of the Work as to which there
has been a failure to pay the required wages and to prosecute the Work to completion by Contract
or otherwise, and Air Cleaning Technologies, Inc. and his sureties shall be liable for any costs
occasioned thereby.
6.1 AIR CLEANING TECHNOLOGIES, INC. has familiarized itself with the nature and extent of
the CONTRACT DOCUMENTS, locality, and all local conditions and laws and regulations that
in any manner may affect cost, progress, performance or furnishing of the WORK. AIR
CLEANING TECHNOLOGIES, INC. covenants and agrees to comply with all applicable laws,
statutes, regulations, ordinances and permits relating to the performance of this contract.
6.2 AIR CLEANING TECHNOLOGIES, INC. understands that the only compensation under this
AGREEMENT will be the lump sum price as stated in Article 4 of this AGREEMENT, which
must be approved by the CITY OF FAYETTEVILLE and the CITY OF FAYETTEVILLE'S
PROJECT COORDINATOR.
6.3 AIR CLEANING TECHNOLOGIES, INC. shall indemnify and hold harmless the CITY OF
FAYETTEVILLE from any and all costs, fees, expenses, causes of action, fines, penalties or
liability by reason of injury to persons or property or in any manner arising out of the
performance of this AGREEMENT or failure to perform by AIR CLEANING
TECHNOLOGIES, INC., his agents, employees or representatives
6.5 AIR CLEANING TECHNOLOGIES, INC. has studied carefully all SPECIFICATIONS and
accepts the determination of the extent of the technical data contained in such reports and
DRAWINGS upon which AIR CLEANING TECHNOLOGIES, INC. is entitled to rely.
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 5 of I I
• •
6.6 AIR CLEANING TECHNOLOGIES, INC. has given CITY OF FAYETTEVILLE WRITTEN
NOTICE of all conflicts, errors or discrepancies that he has discovered in the CONTRACT
DOCUMENTS and the written resolution thereof by CITY OF FAYETTEVILLE is acceptable
to AIR CLEANING TECHNOLOGIES, INC.
Article 7. CONTRACT DOCUMENTS
The Contract Documents that comprise the entire AGREEMENT between CITY OF FAYETTEVILLE
and AIR CLEANING TECHNOLOGIES, INC. conceming the WORK consist of the following:
7.1 This AGREEMENT;
7.2 NOTICE TO PROCEED;
7.3 GENERAL CONDITIONS;
7.4 SPECIFICATIONS — Specification titled "Vehicle Exhaust Removal System Technical and
Performance Specifications";
7.5 AIR CLEANING TECHNOLOGIES, INC. BID, signed and dated by the AIR CLEANING
TECHNOLOGIES, INC. on , 2003;
7.6 Other CONTRACT DOCUMENTS:
7.6.1 Release of Liability and Hold Harmless Agreement document.
7.6.2 Invitation to Bid #03-47
7.6.3 Performance Bond and Payment Bond
7.6.4 Resolution number ; and
7.7 The following which may be delivered or issued after the Effective Date of the AGREEMENT
and are not attached hereto: All written amendments and other documents amending, modifying
or supplementing the CONTRACT DOCUMENTS pursuant to the provisions of this
AGREEMENT.
. There are no CONTRACT DOCUMENTS other than thosc listed above in this Article 7. The
CONTRACT DOCUMENTS may only be amended, modified or supplemented as provided in
Subsections 13.1 and 13.2 of the General Conditions, and the provisions of this AGREEMENT.
ARTICLE 8. MISCELLANEOUS
8.1 Terms used in this AGREEMENT that arc defined in Article I of the General Conditions will
have the meanings indicated in the General Conditions.
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 6 of 1 I
8.2 No assignment by a party hereto of any rights under or interests in the CONTRACT
DOCUMENTS will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may become due and
moneys that are due may not be assigned without such consent, except to the extent that the
effect of this restriction may he limited by law Unless specifically stated to the contrary in any
written consent to an assignment, no assignment will release or discharge the assignor from any
duty or responsibility under the CONTRACT DOCUMENTS.
8.3 CITY OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES, INC. each binds
themselves, their partners, successors and legal representatives to the other party hereto, their
partners, successors, assigns and legal representatives in respect of all covenants, agreements and
obligations contained in the CONTRACT DOCUMENTS.
8.4 Nondiscrimination: AIR CLEANING TECHNOLOGIES, INC. agrees to comply with all
applicable federal and state laws and regulations regarding nondiscrimination, and specifically
agrees not to discriminate against any individual because of race, religion, sex, national origin or
disability, and to require such compliance in contractual agreements with subcontractors and sub -
subcontractors.
8.5 AIR CLEANING TECHNOLOGIES, INC. agrees to comply with the Americans with
Disabilities Act and the Equal Employment Opportunity Act, as well as regulations promulgated
pursuant thereto, and to require such compliance in contractual agreements with subcontractors
and sub -subcontractors.
8.6 CHANGE ORDERS, modifications or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor, if under the
contingency amount, and/or City Council, if over the contingency amount, in advance of the
change in scope, cost or fees.
8.7 This contract is governed by the laws of the State of Arkansas.
8.8 Nothing contained in the CONTRACT DOCUMENTS shall create a contractual relationship
with, or cause of action in favor of, a third party against the CITY OF FAYETTEVILLE or AIR
CLEANING TECHNOLOGIES, INC..
8.11 Independent Contractor: It is expressly agreed that AIR CLEANING TECHNOLOGIES, INC.
is acting as an independent contractor in performing the services specified herein. The CITY OF
FAYETTEVILLE shall carry no workers' compensation insurance, health or accident insurance
to cover AIR CLEANING TECHNOLOGIES, INC. or AIR CLEANING TECHNOLOGIES,
INC.'S employees for any type of loss which might result to AIR CLEANING
TECHNOLOGIES, INC. or AIR CLEANING TECHNOLOGIES, INC.'S employees in
connection with the performance of the services set forth in this AGREEMENT. The CITY OF
FAYETTEVILLE shall not pay any contribution to Social Security, unemployment insurance,
federal or state withholding taxes, nor provide any other contributions or benefits which might
otherwise be expected in an employer-employee relationship, it being specifically agreed that the
AIR CLEANING TECHNOLOGIES, INC. is not acting herein as an employee of CITY OF
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 7 of 1 1
FAYETTEVILLE, but shall, at all times, and in all respects, have the rights and liabilities of an
independent contractor.
8.12 Severability: In the event any section, subsection, subdivision, paragraph, subparagraph, item,
sentence clause, phrase, or word of the CONTRACT DOCUMENTS is declared or adjudged
to be invalid or unconstitutional, such declaration or adjudication shall not affect the remaining
provisions of the CONTRACT DOCUMENTS, as if such invalid or unconstitutional provision
was not originally a part of the CONTRACT DOCUMENTS.
8.13 The statute of limitation period shall be tolled for any fraudulent act committed by the AIR
CLEANING TECHNOLOGIES, INC. that the CITY OF FAYETTEVILLE cannot discover
upon due diligence.
8.14 The officials who have executed this contract hereby represent and warrant that they have full
and complete authority to act on behalf of the CITY OF FAYETTEVILLE and AIR CLEANING
TECHNOLOGIES, INC., respectively, and that their signatures below, the terms and provisions
hereof, constitute valid and enforceable obligations of each.
8.15 This AGREEMENT shall be executed in the original, and any number of copies. Any copy of
this AGREEMENT so executed shall be deemed an original, and shall be deemed authentic for
any other use.
8.16 Nothing stated within the CONTRACT DOCUMENTS shall be construed as limiting the CITY
OF FAYETTEVILLE'S immunity from liability in tort.
8.17 The CITY OF FAYETTEVILLE does not agree with or consent to arbitration or mediation of
disputes relating to this AGREEMENT or PROJECT.
8.18 AIR CLEANING TECHNOLOGIES, INC. agrees that it shall indemnify and save harmless the
CITY OF FAYETTEVILLE, its officers, agents, and employees from any claims or losses for
services rendered by any subcontractor, person or firm performing or supplying services,
materials or supplies in connection with the performance of this AGREEMENT.
8.19 AIR CLEANING TECHNOLOGIES, INC. shall ensure that the CITY OF FAYETTEVILLE
receives lien waivers from all subcontractors, sub -subcontractors and material suppliers before
WORK begins on the PROJECT. AIR CLEANING TECHNOLOGIES, INC. shall give
WRITTEN NOTICE to the subcontractors, sub -subcontractors and material suppliers providing
WORK on the PROJECT that states the following: "According to Arkansas law, it is
understood that no liens can he filed against public property if a valid and enforceable payment
and performance bond is in place. Regarding this Project and Agreement. the valid and
enforceable bonds are with "Oklahoma Surety Company of Tulsa Oklahoma." AIR
CLEANING TECHNOLOGIES, INC. shall have each subcontractor; sub -subcontractor and
material supplier execute a written receipt evidencing acknowledgment of this statement.
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 8 of 11
8.20 AIR CLEANING TECHNOLOGIES, INC. agrees to comply with the Americans with
Disabilities Act, and regulations promulgated pursuant thereto, as relates to the performance of
this contract.
8.21 No Waiver of Enforcement of Contract Provisions: Failure of the CITY OF FAYETTEVILLE to
enforce at any time any of the provisions of this AGREEMENT, or to require at any time
performance by AIR CLEANING TECHNOLOGIES, INC. of any of the provisions hereof, shall
in no way be construed to be a waiver of such provisions, nor in any way to affect the validity of
this AGREEMENT, or any part thereof, or the right of the CITY OF FAYETTEVILLE to
thereafter enforce each and every such provision.
8.22 Freedom of Information Act: City of Fayetteville contracts and documents prepared while
performing city contractual work are subject to the Arkansas Freedom of Information Act. If a
Freedom of Information Act request is presented to the City of Fayetteville, AIR CLEANING
TECHNOLOGIES, INC. will do everything possible to provide the documents in a prompt and
timely manner as prescribed in thc Arkansas Freedom of Information Act (A.C.A. 25-19-101 et.
Seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this
compliance.
8.23 Entire Agreement: The CONTRACT DOCUMENTS contain the complete and entire agreement
of the parties respecting the transactions contemplated herein, and supersede all prior
negotiations, agreements, representations, and understandings, if any, among the parties
regarding such matters. All prior or contemporaneous agreements, understandings, and
statements, oral or written, are merged into the CONTRACT DOCUMENTS.
8.24 Captions: All captions contained in the CONTRACT DOCUMENTS are inserted only as a
matter of convenience and in no way define, limit or extend the scope or intent of the
CONTRACT DOCUMENTS.
ARTICLE 9. INSURANCE AND BONDING
9.1 AIR CLEANING TECHNOLOGIES, INC. shall provide a Performance BOND, according to
Arkansas law, insuring the CITY OF FAYETTEVILLE of the performance of all of the terms,
provisions and stipulations of this AGREEMENT. AIR CLEANING TECHNOLOGIES, INC.
shall also provide a Payment BOND, according to Arkansas law. Said BONDS shall be issued by
a company duly authorized to transact such business within the State of Arkansas. Said
Performance and Payment BONDS shall be acquired and delivered to the CITY OF
FAYETTEVILLE prior to the issuance of the NOTICE TO PROCEED.
9.2 AIR CLEANING TECHNOLOGIES, INC. shall furnish the CITY OF FAYETTEVILLE with a
certificate of insurance naming the City of Fayetteville as an insured on a policy of insurance
indemnifying and insuring thc City in amounts not less than five hundred thousand dollars
($500,000) for personal injury and two million dollars (S2,000,000) for property damage and
other liabilities. Such insurance shall be acquired and the certificate delivered to the CITY OF
FAYETTEVILLE prior to the issuance of the NOTICE TO PROCEED.
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 9 of I 1
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES,
INC. have signed this AGREEMENT in duplicate. One counterpart each has been delivered to CITY
OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES, INC. All portions of the CONTRACT
DOCUMENTS have been signed or identified by CITY OF FAYETTEVILLE and AIR CLEANING
TECHNOLOGIES, INC.
This AGREEMENT will be effective on the date a NOTICE TO PROCEED is issued.
"Al TT(
.•
7�<
•
TY OF FAYETTEVILLE:
,M•yor
4SAtht 2// 7 0
ATTEST:
mola•-• &htbdiL
Sondra Smith, City Clerk
DATE:
q//7/9
Address for giving notices:
Mayor Dan Coody
City of Fayetteville
113 W Mountain
Fayetteville, AR 72701
Phone: 479/575-8331
Fax: 479/575-8257
Email: dcoody(nci.faycttcville.ar.us
By:
Title: ROD
AIR
CONTRACTOR:
DATE:
C. DAVIS,'vicx PRESIDENT
CLEANING TECHNOLOGIES, INC.
SEPTEMBER 9, 2003
ATTEST:
r
DATE: SEPTEMBER 9, 2003
Address for giving notices:
AIR CLEANING TECHNOI.CCIES, INC.
1300 WEST DETROIT
BROKEN ARROW, OKLAHOMA 74012
Phone
Mobile
Fax
Email
800-351-1858
918-671-3220
918-251-4977
info@aircicaningtech.com
Employer ID Number: 73-1250516
END OF SECTION
Agreement for Installation of Vehicle Exhaust Removal Systems
Page I I of I I
RELEASE OF LIABILITY AND HOLD HARMLESS AGREEMENT
Bid #03-47
1, RDD C. DAVIS as the duly authorized agent for Air
Cleaning Technologies, Inc. hereby release, idemnify and hold harmless the City of Fayetteville,
Arkansas, its officers, agents and employees from and against any and all loss, damage and expense
including, but not limited to; any claim, demand or action for injury, liability or damage to persons or
property or, for loss of life; and any and all claims or actions brought by any person, firm, govemment
body or other entity, resulting from, arising from or in connection with contamination of, or adverse
effects on, the environment, or violation of any environmental or other statute, ordinance, rule,
regulation, order, permit or judgment of any government or judicial entity; and from and against any
damages, liabilities, costs, fees, fines, charges, causes of action, law suits, judgments and penalties
assessed, including, but not limited to, reasonable investigation and legal expenses in connection with
defcnding any such action, arising from any matter or circumstance on the Property regarding the
performance of the Work under the SWIMMER BER , 2003 Agreement between Air Cleaning
Technologies, Inc. and the City of Fayetteville, Arkansas for services to install vehicle exhaust
systems for the City of Fayetteville, Arkansas at Central Fire (Fire Station #1) located at 303 West
Center Street, Fire Station #2 located at 708 North Garland Street, Fire Station #4 located at 3369
Plainview Street and Fire Station #6 located at 900 Hollywood Street, in Fayetteville, Arkansas.
W I"ITySS
rorrlY D. DUNaN, RATE SECRETARY
AIR CLEANING TECHNOLOGIES, INC.
SEPII29{tER 9, 2003
DATE
SEP ENSU 9, 2003
DATE
•
• •
Bond No
BID BOND
The American Institute of Architects
AIA Document No. A310 (February, 1970 Edition)
KNOW ALL MEN BY THESE PRESENTS. that we Air Cleaning Technologies, Inc.
as Principal hereinafter called the Principal, and Oklahoma Surety Company
as Surety, hereinafter called the Surety, arc held and firmly bound unto The City of Fayetteville AR
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount of Bid---
Dollarsthe for . $ 5% ) payment p yment of which sum well and truly to be made, the said Principal and the
said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, Jointly and severally,
firmly by these presents.
WHEREAS, the Principal has submitted a bid for Bid No. 03-47 Installation of vehicle exhaust
systems at fire stations, 1, 2, 4 & 6.
NOW, THEREFORE if the Obligee shall accept the hid of the Principal and the Principal shall enter into
a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as
may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful
performance of such Contract and for the prompt payment of labor and material furnished in the
prosecution thercof, or in the event of the failure of the Principal to enter such Contract and give such
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof
between the amount specified in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perform the Work covered by said bid, then this obligation shall be
null and void, otherwise to remain in full force and effect.
Signed and sealed this 14th day of August
:Ss. U
Witness
JULIA F. VEGHER, BUSINESS OFFICE MANAGER
AIR CLEANING TECHNOLOGIES, INC
800-351-1858
By
Air Cleaning Technologies, Inc.
2063
Principal
D. DUN Cdt7, CORPORATE`$E(RETARY
AIR CLEANING TECHNOLOGIES, INC.
1300 WEST DETROIT BROKEN ARROW, OR 74012
Oklahoma Surety Company
(Seal)
Name/Title
By:
Surety
Robbie Loyd
(Seal)
Attorney -in -Fact
OKLAHOMA SURETY COMPAI
Tulsa, Oklahoma
Know all Men by these presents: That the OKLAHOMA SURETY COMPANY,'a corporation of the State -of Oklahoma, having its principal
office in the cityof Tulsa, Oklahoma, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company, to -wit
Section 10, Article IV, "All bonds, policies, undertakings or other obligations of the corporation shall be executed in the corporate Dame of the
Company by the Chairman of the Board, The President, Secretary, any Assistant Secretary, Treasurer; or 'any Vice President, or by such other
officers as the Board of Directors may authorize. The Cbairinan of the Board President, any Vice President,, Secretary, any Assistant Secretary,
or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the name of the
Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, or other obligations of the corporation"
The Company does hereby constitute and appoint Pam Derichsweiler, Richard K. Newfield, Ann
Hopkins and Robbie Loyd, individually of TULSA, OK
its true and lawful attomey(s)-in-fact, to execute; seal and deliver for and on its behalf as Surety, and as its act and deed,
Any and all bonds and undertakings of Suretyship
And the execution of - such instrument(s) in pursuance of the presents, shall be as binding upon the said OKLAHOMA SURETY
COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected
officers at its principal office in Tulsa, Oklahoma.
.IN WITNESS WHEREOF, ,
.:presents this `. 16
OKLAIIOMA SURETY COMPANY
day of June
• ATTEST:
SARA ANDERSO ASSISTANT SECRETARY TODD BAZATA
2003
has executed and attested these
VICE PRESIDENT
On this : • 16 .. - day of June • 2003 before In , a Notary Public of the State of Oklahoma in and
'for the County of Tulsa; crime the individUal to me personally known to be the officer described in, and who executed the preceding instrument,
and he acknowledged the execution of the same, and being by me duly sworn, said that he is the therein described and authorized officer of the
',OKLAHOMA SURETY COMPANY aforesaid, andthat the seal affixed to the preceding instrument is the corporate of said Company, and the
said corporate seal and his signature as such officer were duly affixed to the said instrument by the authority and direction of the said Company,
and thantejfrttraldU4,,5 ction 10, of the By -Laws of said Company, refuted to in the preceding instrument, is now in force.
.r AY S��[``` ,
AN *ttIM M Affrit oF, 1 have hereunto set my hand and affixed my official seal at the City of Tulsa, the day and year first above written•
•
TA
20 P1� q� Commission # 00018867
�iTAF.
,u own ran I
My Commission expires 11 —14-04
L FAY SCOTT Notary Public
,.;,., •aur n,,.p,
1, SARA ANDERSON - • Assistant Secretary of OKLAHOMA SURETY COMPANYdo hereby certify that the foregoing extracts of
'the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and
correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. .
This certifies that any facsimile or mechanically -produced signature of any officer of the Company and Company seal, wherever appearing upon a power of attorney
issued by the Company, shall be valid and bolding upon the Company with the same force and effett as though manually affixed
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
8-882:1-05
this 14th daybf August
SARA ANDERSON Assistant Secretary
2003.
8x01700558
ACORD_ CERTIFICAT4F LIABILITY INSURANC•
CSR RL DATE (MMJOOIWY\1
AIRCL-1 08/07/03
PRODUCER
RICH & CARTMILL
2738 East 51st #400
T•'lsa OK 74105
Jae:918-743-8811 Fax:918-744-8429
THIS CERTIFICATE IS ISSUED AS A MATTER OF NFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC P
INSURED
Air Cleaning Technologies Inc
1300 W Detroit
Broken Arrow OK 74012
INSURERA. St Paul Fire & Marine Ins Co
NSURERB- American Mercury Ins Co
INSURERC. Westport Insurance
INSURER D
INSURER E
COVERAGES
THE POLICIES
ANY REQUIREMENT.
MAY PERTAIN.
POLICIES.
LTRRIIHSRO
AGGREGATE
OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
TYPE OF INSURANCE
POLICY NUMBER
DATE 4MIDEFFEUm
l
DATEVMWDI EXPIRATION
LIMITS
A
GENERAL
COMMERCIALGE.NERALLIAOIUTT
LIABILITY
CLAIMS MADE n OCCUR
CK03504966
08/01/03
08/01/04
EACH OCCURRENCE
51000000
X
" DAMTat 1[) HtNItIJ
PREMISES (Ea ooarterna)
$ 100000
—
MED EXP (Any one Pelson)
5 5000
PERSONAL & ADV INJURY
1 1000000
GENERAL AGGREGATE
s2000000
GENL
AGGREGATE
POLICY n
LIMIT APPLIES PER.
52000000
PRODUCTS - C MP/OP AGG
JECT 1 ! LOC
B
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
CLP7000995
03/28/03
03/28/04
COMBINED SINGLE LIMIT
(Ea award)
$1000000
X
—_
BODILY INJURY
(Per person)
5
BODILY INJURY
(Pu aLWMI)
S
PROPERTY DAMAGE
(Per ameent)
1
GARAGE
UABIUTY
ANY AUTO
AUTO ONLY. EA ACCIDENT
$
OTHER THAN EA ACC
1
AUTO ONLY: AGG
5
A
EXCESSNMBRELLA
OCCUR
DEDUCTIBLE
RETENTION
UABIUTY
CWMSMADE
CK03504966
08/01/03
08/01/04
EACH OCCURRENCE
$5000000
X
AGGREGATE
$5000000
510000
s
■
1
X
5
C
WORKERS
EMPLOYERS
ANY PROPRIETOR/PARrNERIO(ECUTNE
OFFICEFUMEMBER
tl yn 04110111
SPECIAL
COMPENSATION AND
UABILTTY
EXCLUDED'
under
PROVISIONS below
WCX0009302
03/23/03
03/23/04
X ITORY IM S I IOR
E. L. EACH ACCIDENT I$500000
E. L. DISEASE - EA EMPLOYE 1500000
E.L. DISEASE - POLICY LIMIT 15 500000
OTHER
DESCRIPTION OF
OPERATIONS 1 LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDEO BY ENDORSEMENT 1 SPECIAL PROVISIONS
CERTIFICATE HOLDER
CANCELLATION
CITYPAY
City of Fayetteville
113 W Mountain
Fayetteville AR 72701
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO NAIL - - DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO 00 50 SHALL
IMPOSE NO OBUGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR
REPRESENTATIVES.
AUDI RE ESENT
ACORD 25 (2001108)
ACORD CORPORATION 1988
•
•
•
• •
License No.
0137430304
State of Arkansas
Contractors Licensing Board
AIR CLEANING TECHNOLOGIES, INC.
1300 W DETROIT
BROKEN ARROW, OK 74012
This is to Certify That
AIR CLEANING TECHNOLOGIES, INC.
is duly licensed under the provisions of Act 150 of the 1965 Acts as amended
and is entitled to practice Contracting in the State of Arkansas within the
following classification:
SPECIALTY
Pollution or Dust Control Systems
o_ii,__._.:_ .. ted bid lima UNLIMITED
WILD LHC 4VILUYII::g suggested vet lluat•
from May 23, 2003 until March 31, 2004
when this Certificate expires.
gE s7'
tri
ed if;���1Sa
Witness our hands of the Board. dated at Little Rock, Arkansas
ii4,
jai WA -
CHAIRMAN
SECRETARY
_. May 23, 2003
•
• o a w•w w•Ygw wn.¢ •rqriw yv'w t: $ `sa�:�: �w w: `��a,- syo,+,t2 �r�w�. { 9�w,�
ot
a. •
STALE OF ARKANSAS
re -42 ggij
• y.
_'_ t1 O STATE01
••- SECRETARY
Charlie Daniels
SECRETARY OF STATE
To All to Whom These Presents Shall Conic. Greetings:
I, Charlie Daniels, Secretary of State of Arkansas, do hereby certify that the
follow;rtg arid hereto attached instrument of wrtine is a true and perfect copy of
Application for Certificate of Authority
AIR CLEANING TECHNOLOGIES; INC.
fia d in :his office June 13, 2003 to he c Foreign For Profit Corporation fe1med ander the
itted !a•,vs cif the State of Oklahoma.
S°a.� I further certi,y that said Foreign For Profit Corporation, having cor.p!
ted with all
statutory requirements in the Statc of Arkansas, is qualified to transact business in this
State.
'
-
•
In Testimony Whereof, 1 have hereunto set my hand
and affixed my official Seal. Done at my office m the
City of Linile Rock, this 1 3th day ofJune 2003.
CSS., �• 6
MBIEWINAIS
Secretary of State
CERTIFICATE OF GOOD STANDING
DOMESTIC CORPORATION
1 THE UNDERSIGNED, Secretary of State of rhe State of Oklahoma. do hereby:
cerrify thar I am, by the laws of said stare, the custodian of the records of the srare of
Oklahoma rehiring to the right of cenain business entities to transact business in this state
and am the proper officer w execure this certificate.
1 FURTHER CERTIFY that AIR CLEANING TECHNOLGIES. INC. is a
corporation duly organized and existing under and by virtue of the laws of the stare of
Oklahoma and is in good standing according to the records of this office. This certificate
is not w be construed as an endorsement, recommendation or notice of approval of rhe
enritv's financial condition or business activities and practices. Such information is not
available from this office.
IN TESTIMONY WHEREOF, 1 have hereunto ser my
hand and caused ro be affixed the Great Seal of the
State of Oklahoma ar the City of Oklahoma Circ, this
Certffica te,
This is to cenifv that
the Quality System
of
PlymoVent AB
in the field of
development and manufacture of equipment for industrial ventilation and
filtration as well as extraction of vehicle exhaust in fixed installations
has been found to conform to
SS -EN ISO 9001
Certificate No 347
1995-10-25
23IS Certifiering AB _
Zer
Bengt Frantaou
o. F. Manager Certification
Bach
Managing Direcurr
mdt v.24
4.4 1-I
of y
1241
FM 45 012
SIS Certificrirg AB is a member of FQNct, the International Canifica:ion Network
•
•
land #
0K0033141
PERFORMANCE BOND
The American Institute of Architects.
AIA Document No A312 (December, 1984 Edtbon)
Any singular reference to Contractor. Surety. Owner or other
party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
Air Cleaning Technologies, Inc.
1300 West Detroit Street
Broken Arrow, OK 74012
CONSTRUCTION CONTRACT
Date:
Amount:
$107,176.00
Description (Name and Location)
and
a
�WNER (Kayne and Address):
he CCity o1 a Address):
113 West Mountain
Fayetteville, AR 72701
SURETY (Name and Principal Placa of Business):
Oklahoma Surety Company
P O Box 1409
Tulsa, OK 74101-1409
Installation of vehicle exhaust removal system, Fire Station #1, Fire Station #2,
Fire Station #4 and Fire Station #6
BOND
Data (Not earlier than Construction Contract Date):
Amount $107.176.00
Modifications to this Bond:
CONTRACTOR AS PRINCIPAL
September 10, 2003
Company: (Corporate Seal)
Air Cleaning Technologies, Inc.
Signature:
Name and Title:
DAVE L. DUNCAN, PRESIDENT
(Any additional signatures appear on page 2.)
(FOR INFORMATION Only- Name. Address end Telephone)
AGENT or BROKER: Rich & CartmilL Inc.. 2738 E 51 moo, Tulsa OK
74105(918)743-8811
1 The Contractor and the Surety, jointly and severally, bind them-
selves, thea heirs, executors, administrators, succoasors end assigns
to the Owner for the performance of the Construction Contract, which
is incorporated herein by reference.
2 If the Contractor performs the Construction Contract. the Surety and
the Contractor shall have no obligation under this Bond, except to par-
ticipate in conferenrv,s as prou.de4 in Subparagraph 3 1.
3 If there is no Owner Default) the Surety's obligation under this Bond
Shall arise after
3.1 The Owner has notified the Contractor and the Surety at its
address described in Paragraph 10 below that the Owner is con-
sidering declaring a Contractor Default and has requested and
attempted to arrange a conference with the Contractor and the
Surety to be held not later than fifteen days after receipt of such
notice to discuss metnoas of performing the Construction Contract
11 the Owner. the Contractor and the Surety agree. the Contractor
shall be &lowed s reasonable time to perform the Construction Con-
tract, but such an agreement shall not waive the Owners right, it
any, subsequently to declare a Contractor Default and
3.2 The Owner has declared a Contractor Default and formally
terminated the Contractors right to complete the contract Such
Contractor Default shall not be declared earlier than twenty days
after the Contractor and Surely have received notice as provided
in Subparagraph 3.1; and
f• None i ! Sea Paget 2
SURETY
Company. (Corporate Seep
Oklahoma Surety Company
Signature'
Name and Title:
ROBBIE LOYD, Attorn y -in -F
OWNER'S REPRESENTATIVE (Ardtned, Engineer or other
Partyk
3.3 The Owner has agreed to pay the Balance of the Contract Price
to the Surety in accordance with the terms of the Construction
Contract or to a contractor selected to perform the Construction
Contract in accordance with the terms of the contract with the
Owner.
4 When the Owner has satisfied the conditions of Paragraph 3, the
Surety snarl promptly aro at the Surety's expense take one of the
following actions
4.1 Arrange for the Contractor with consent of the Owner. to
perform and complete the Construction Contract nr
4.2 Undertake to perform end complete the Construction Contract
itself, through its agents or through independent contractors; or
4.3 Obtain bids or negotlateo proposals from qualified contractors
acceptable to the Owner for a contract for performance and com-
pletion of the Construction Contract arrange for a contract to bo
prepared for execution by the Owner and the contractor selected
with Ute Omen's wncurrmlce to be secured with performance
and payment bonds executed by a qualified surety equivalent to
the bonds issued on the Construction Contract, and pay to the
Owner the amount of damages as described in Paragraph 6 in
excess of Ire Balance of me Contract Price iouoned by the Owner
resulting from tree Contractors default. or
• Bond # OK0033141
PAYMENT BOND
The American Institute of Architects, AIA Document Na A312
(December. 1984 Edition). Any singular reference to Contractor, Surety,
Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address)'.
Air Cleaning Technologies, Inc.
1300 West Detroit Street
Broken Arrow, OK 74012
OWNER (Name and Address):
The City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
CONSTRUCTION CONTRACT
Dole;
SURETY (Name and Principal Place of Business).
Oklahoma Surety Company
PO Box 1409
Tulsa, OK 74101-1409
Amount $107,176.00
Description (Name and Location): Installation of vehicle exhaust removal system, Fire Station #1, Fire Station #2,
Fire Station #4 and Fire Station #6
BOND
Date (Not earlier than Construction Contract Date): September 10, 2003
Amount:
Modifications to this Bond: '2 None ❑ See Page 2
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Seel) Company. (Corporate Seal)
Air Cleaning Technologiees, Inc. Oklahoma Surety Company
Signature: Signature: ( O'
Nome and nee: DAVE L. DUNCAN, PRESIDENT Name and Title: OBB1E LOYD, Anorney-in-Fact
(FOP INFORMATION ONLY —Name. Address and telephone)
AGENT or BROKER: µich & Cabnill, 1rc2738 E 51 TulM OK 74105
(918)743.6811
I The Cnntractnr and the Surety, jointly and severalty, bind them-
selves, their heirs. exec utors. administrators, successors end assigns
to the Owner to pay for tabor, materials and equipment furnished for
use in the performance of the Construction Contract, which is incor-
porated herein by reference.
2 Wth respect to the Owner, this obligation shall bo null and void if
the Contractor:
2.1 Promptly makes payment, directly or indirectly, for all sums due
Claimants, and
2.2 Defends, indemnifies and holds harmless the Owner from
claims, demands, liens or suits by any person or entity whose
claim, demand, lien or suit is for the payment for labor, materials
or equipment furnished for use in the performance of the Construc-
tion Contract, provided the Owner has promptly notified the Con-
tractor and the Surety (at the address described in Paragraph 12)
of any claims, demands, liens or suits and tendered defense of
such claims, demands, liens or suits to the Contractor and the
Surety, and provided there is no Owner Default.
3 Wrth respect to Claimants, this obligation shall be null and void if
the Contractor promptly makes payment, directly or indirectly, for all
sums due
4 The Surety shall have no obligation to Claimants under this Bond until:
ORC 22114 (74i)
OWNERS REPRESENTATIVE (Architect. Engineer or other
party):
4.1 Claimants who are employed by or have a direct contract with the
Contractor nave given notice to the Surety (at the address described
in Paragraph 12) and sent a copy. or notice thereof, to the Owner,
stating that a claim is being made under this Bond and, with sub-
stantial accuracy, the amount of the claim.
4.2 Claimant, who do not have a direct contract with the Contractor
1 Have furnished written notice to the Contractor and sent a copy,
or notice thereof, to the Owner, within 90 days after having last
performed labor or last fumshed materials or equipment included
in the claim stating, with substantial accuracy, the amount of the
clam and the name of the party to whom the materials wore fur-
nished or supplied or for whom the labor was done or performed:
and
.2 Have either received a rejection in whole or in pan from the Con-
tractor. or not received within 3D days of furnishing the above notice
any communication from the Contractor by which the Contractor
has indicated the claim will be paid directly or indirectly; and
.3 Not having been paid within the above 30 days, have sent a
written notice to the Surety (at the address described in Paragraph
12) and sent a copy, or notice thereof, to the Owner. stating that
a claim is being made under this Bond and enclosing a copy of
the previous written notice furnished to the Contractor.
OLAHOMA SURETY COMPA*
Tulsa, Oklahoma
Know all Mea by these presents: That the OKLAHOMA SURETY COMPANY, a corporation of the State of Oklahoma, having its principal
office in the city of Ttdsa, Oklahoma, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company, to -wit:
Section 10, Article IV, "All bonds, policies, undertakings or other obligations of the corporation shall be executed in the corporate name of the
Company by the Chairman of the Board, The President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other
ofcus as the Board of Directors may authorize. The Chairman of the Board, President, any Vice President, Secretary, any Assistant Secretary,
or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the name of the
Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, or other obligations of the corporation."
The Company does hereby constitute and appoint Pam Derichsweier, Richard K. Haverfield, Ann
Hopkins and Robbie Loyd, individually of TULSA, OK
its true and lawful attorney(s)-in-fact, to execute, seal and deliver for and on its behalf as Surety, and as its act and deed,
Any and all bonds and undertakings of Suretyship
And the execution of such instrument(s) in pursuance of the presents, shall be as binding upon the said OKLAHOMA SURETY
COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected
officers at its principal office in Tulsa, Oklahoma.
IN WITNESS WHEREOF, OKLAHOMA SURETY COMPANY has executed and attested these
presents this 16 day of June . 2003
ATTEST:
SARA A SON ASSISTANT SECRETARY DD AzATA VICE PRESIDENT
On this 16 day of June , 2003 before me, a Notary Public of the State of Oklahoma in and
for the County of Tulsa, came the individual to me personally known to be the officer described in, and who executed the preceding instrument,
and he acknowledged the execution of the same, and being by me duly sworn, said that he is the therein described and authorized officer of the
OKLAHOMA SURETY COMPANY aforesaid, and that the seal affixed to the preceding instrument is the corporate of said Company, and the
said corporate seal and Ids signature as such officer were duly affixed to the said instrument by the authority and direction of the said Company,
and that rSJ'1-4ui .r i etion 10, of the By -Laws of said Company, referred to in the preceding instrument, is now in force.
N 1 j'L'1aO. NIl[Itti'f�F. I have hereunto set my hand and affixed my official seal at the City of Tula, the day and ytar first above mart.
CoW
My Commission
i 00018867
1
My Cotnmtssion expires 11-14-04
U
L FAY SCOTT Notary Public
I, SARA ANDERSON Assistant Secretary of OKLAHOMA SURETY COMPANY do hereby certify that the foregoing extracts of
the By -Lawn ed of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and
correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect.
This oatifis that any fsaimile or medwtially-produoed signature of any officer of the Company and Company xd, .4baew appearing upon a poua of attamey
issued by the Company, dull be valid and boding upon the Company with the same form and alto as though manusfty affixed
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 10th day of September 2003.
p o
SARA ANDERSON Assistant Secretary
_.at
S 3 041 rut _ •% 0 P S
I , ,t 0
BNO37DO599
• ACORD_ CERTIFICATE LIABILITY INSURANCE CSR RI. I DATE(MMIDD/YYYY)
AIRCL-1 I 09/10/03
PRODUCER THIS CERTIFICATE IS ISa.cD AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
RICH & CARTMILL HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
2738 East 51st #400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Tulsa OR 74105
Phone:918-743-8811 Fax:918-744-8429 INSURERS AFFORDING COVERAGE NAIL#
INSURED INSURER A St Paul Fire 4 Marine Ins Co
INSURERS American Mercury Ins Co.
Air CleaningTechnologies Inc :INSURERC Westport Insurance I
1300 W Detroit INSURER D:
Broken Arrow OR 74012
INSURER E
[.D17:LTe1Y.9
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDNION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT 10 WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY TIE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
IN5RLTR
POLICY EMAFIIDO TIVE�PDATEY NI
�NSRO TYPE OF INSURANCE POLICY NUMBER NMIODIYY LIMITS
GENERAL LIABILITY
I
EACH OCCURRENCE
$ 1000000
A
X1 COMMERCIAL GENERAL IT
LIABILY CK03504966
08/01/03 08/01/04
DAMA,t
PREMISES Be orcjrerre
$100000
1 CLAIMS MADE (X OCCUR
MEE)EXP(Anyonepersan)
$5000
II PERSONALSADV INJURY
($1000000
___�
GENERAL AGGREGATE
j $ 2000000
II
GENLAGGREGATE LIMITAPPLIES PER
I
PRODUCTS. COMPIOP AGG
$2000000
�p
POLICY I I I LOG
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
51000000
B
X
ANY AUTO
CLP7000995
03/28/03
03/28/04
(Essalee1°
BODILY INJURY
ALL OWNED AUTOS
SCHEDULED AUTOS
(Pet cn)
IS
BODILY INJURY
$
HIRED AUTOS
NON -OWNED AUTOS
(Per ewOenl)
I $
P ec rtDAAIAGE
)
GARAGE LIABILfTY
I AUTO ONLY. EA ACCIDENT
I f
EA ACC I f
OTHER THAN
ANY AUTO
AUTO ONLY. AGO $
EXCESSIJMBRELLALIABILRY
EACH OCCURRENCE
I$ 5000000
A
X 7 OCCUR EI CLAIMSMACE
C&03504966
08/01/03
08/01/04
AGGREGATE $5000000
f
IX I OEDUCTI&Ef
RETENTION $10000
f
WORKERS COMPENSATION AND
X TORY LIMITS I I ER
C
EMPLOYERSLIABILITYWCX0009302
03/23/03
03/23/04IELEACHACCIDENT 1$500000
ANY PRORUETOR/ R/EXECUTNE
EXCLUDED?
OFFICERMEMBER EXCLUDED?
EL. DISEASE - EA EMPLOYEE, $500000
M yes newts under
SPECIAL PROVISIONS bSaw
I E.L. DISEASE . POLICY LIMIT ($ 500000
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS IVEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
The City of Fayetteville, AR is shown as additional insured with respect to
installation of vehicle exhaust removal system at fire station #1, #2, #4, a
#6.
CERTIFICATE HOLDER CANCFI I ATION
CITYFAY
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATiON
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -_ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
City of Fayetteville
113 W Mountain
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR
Fayetteville AR 72701
REPRESENTATIVES,
AUTH REP ESENT
ACURD z5 (zuo1106) m ACORD CORPORATION 1985
• •
INVITATION TO BID
CITY OF FAYETTEVILLE ARKANSAS
City •(F.ymtak
City B.n suite W6
113 W Mccatsia.
ry.ntntc AR 73]01
.79,5"32i9
BID NUMBER: DATE ISSUED: DATE & TIME OF BID
OPF,NTNr.:
Bid # 03-47 July 21.2003 August 14,2003 at 2.'00 PM
COMMODITY CLASSIFICATION: BUYER: Peggy Vice, DELIVERY REQUIRED:
Vehicle Exhaust Removal System Purchasing Manager
F.O.B. City of ayetteville BUYERS PHONE: BIDDERS DELIVERY DATE:
479/575-8289
To install vehicle exhaust removal system as per attached specifications in the following Fire Stations:
sire SIadori Ntimr i:cD+opt.. Amoaat,.n P{re Ssatfea Name llreps Aawont
L CcavalFce(FueStacan#I) 4 S - -
2. Firy Station # 2 I S
1. Fire Stotiof # 4 - 2 $ 40.960. 0
4, File Station a6 1 $ 22,668:)O L,.
Total Bid S 107 176.00 * One hundred seven thousand, one hundred seventy-six
dollars and no cents
Arkansas Contractor's License Number: 0137430304
Items that MUST accomoanY your hid are:
• This invitation to bid
• A contractor's license number
• A 5% Bid Bond, Certified or Cashiers Check
• References as described in 1.06 of the specifications.
• A copy of the equipment manufacturer's ISO 9001 Certification of Quality Assurance (as described in 1.03 of the
specifications).
• U L Laboratory test documentation on the upper flexible hose as per 2.OlJ in the Specifications.
Proof of Liability and Workers Comp Insurance must he provided by the successful kidder.
A 100% Performance and Payment Bond will be required of the successful bidder.
A mandatory walk thru will be held beginning at Central Station at 303 West Center Strctt, Fayetteville Arkansas,
August 6th, 2003 at 10:80 &M.
For`odditionai Information contact Gregg Riley at 479-575-8365:
Bid will be awarded to the firm submitting the lowest Total Bid meeting Bid Specifications and requirements.
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this hid
proposal including specifications, conditions and pertinent information regarding the articles being bid on, and agree
to furnish these articles at the price stated.
* Air Cleaning Technologies, Inc. acknowledges and agrees that if the City of Fayetteville Fire
Administration wishes to Change the Design Criteria for this Rid No. 03-47, the Turnkey Project
Cost Will Be Adjusted Accordingly.
UNSIGNED BIDS WILL BE REJECTED
BU)S MUST BE SEALED
FAXED BIDS WILL NOT BE ACCEPTED
NAME OF FIRM: PHONE NUMBER: FAX NUMBER:
Air Cleanin Technolo ies Inc. 918 2 - 000 (918)_251977
J
BUSINESS ADDRESS: CITY: STATE & '/AP:
1300 West Detroi Oklahoma 74012
SIGNATURE. OF At,THORIZED TITLE: Corporate Secretary DATE: 8-11-03
Am a
r
IM
TERMS AND STANDARD CONDITIONS
CRY OF FAYEITEVILLE. ARKANSAS
PLEASE READ CAREFULLY
I. When submitting an "invitation to Bid,' the bidder warrens that the commodities covered by the bid shall be free from defects in
material and workmanship under normal use and service. In addition bidder must deliver new commodities of the latest design and
model, unless other wise specified in the "Invitation to Bid'
2. Prices quoted are to be net prices. and when an error is made in exteadiag total prices, the City may accept the bid for the lesser
amount whether reflected by extension or by the correct multiple of the unit price.
3, Discounts offered will be :akca when the City qualifies for such The beginning date for computing discounts will he the date of
invoice or the dam of delivery and acceptance. whichever is later.
4, When bidding other than the brand and/or model specified in the"Invitation to Bid," the brand and/or model number must be satedby
the item in the "Invitation in Bid," and descriptive literature be submitted with the bid.
5. The Cary reserves the right to reject any and all bids.
6. The Purchasing office reserves the right to award items. all or cone. or by line items (s).
7, Quality, time and probability of performance may be factors in malting an award.
8. Bid quotes submitted will remain fine for 30 calendar days from bid opening date; however, the prices may remain firm fora longer
period of time if mutually agreeable between bidder and the City Purchasing Division.
9. Bidder must submit a completed, signed copy of the front page of the 'Invitation to Did' and must submit any other information
required in the "Inviutinn to Bid".
10. In the evert a contract is entered min pursuant to the "Invitation to Bid," the bidder shall act discriminate against my qualified
employee or qualified applicant for employment because of race. sea, color, creed. national origin or mecstry. The bidder most
include in my and all subcontracts a provision similar to the above.
11. Sales or Use Tax is no: to be included in the bid price, but is to be added by the vendor to the invoice billing to the City. Although
Use Tax is not to be included in the bid. vendors are to register and pay tax direct to the Arkansas State Revenue Deparanent.
12. Rica quoted shall be "Fine on Board- (FOB.) to destination at designated City facility in Fayetteville. Charges may ant be added
after the bid is npena/.
13. In the event of two or more identical low kids, the contract may he awarded arbitrarily or for any reason to my of such bidders or split
in any proportion between :.hem at the discretion of the Purchasing Division,
14. Specifications furnished with this invitation are intended to establish a desired quality or performance level, or other minimum
dimensions and capacities, which will provide the best product available at the lowest possible price, other than designated brands
and/or models approved as equal to designed products shall receive equal consideration.
IS. Samples of items when required must be furnished free, and, if not called for within 30 days from dam of bid opening, will become
property of the City
16. Bids received after stated time for opening will not be considered.
I7. Guarantees and warranties should he submitted with the bid, as they may be a consideration it. making an award.
IS CONSTRUCTION
A. When noted, the Contactor is to supply the City with evidence of having and maintaining proper and complete insurance.
specifically Workman's Compensation Insurance in accordance with the laws of the State of Arkansas. Public Liability and
Property Damage. All premiums and cost shall be paid by the Contnetor, in no way will the City be responsible in ose of
accident-
B. A certified check or bid barxin the amount of 5% of total bid shall accompany bid.
C. A Performance Bond equaling the total amount of any bid exceeding 520,000 must be provided for any contract for the repair.
alteration or erection of any public building, public structure or public improvement (pursuant to Act 351 or 1953 as amended by
Act 539 of 1979).
19. Liquidated Damages shall be assessed beginning on the first day following the maximum delivery or completion time enteredon the
bid form and/or provided for by the plans and specifications.
20. Any ambiguity in any bid as the result of emission, error. lack of clarity or non-compliance by the bidder wnh specSiu:ions,
instructions and all conditions of bidding shall be construed in the light most favorable to the Cary.
2!. The bid number should be stated or the ace of the sealed bid envelope. If it is not, the envelope will have to be opened to identify
0
NAME OF FILE: Resolution No. 139-03 w/agreement
CROSS REFERENCE:
Item # Date Document
1
08/28/03
Staff Review Form w/attachments
draft resolution
memo to Mayor
invitation to bid
proposed agreement
copy of bid bond
Oklahoma Surety Company
Certificate of Liability Insurance
copy of Contractors Licensing Board
copy of Application for Certificate of Authority
copy of Certificate of Good Standing
copy of Certificate
letter to Chris Bosch
statement of warranty
2
09/19/03
memo to Chris Bosch
NOTES:
x
AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
STAFF REVIEW FORM,
•
For the Fayetteville City Council Meeting of: SeptemberOth,2003
mss.
9%/6/ 3
/39-03
Chris Bosch Fire Operations Fire Department
Name Division Department
ACTION REQUIRED: Approve a resolution awarding a construction contract to Air Cleaning Technologies, Inc.
in the amount of $107,176.00 to install an exhaust removal system for the Fayetteville Fire Department
COST TO CITY:
$107,176.00
Cost of this request
4470.9470.5801.00
Account Number
S 113,000.00
Category/Project Budget
Funds Used to Date
Exhaust Removal System
Program Category / Project Name
Fire Operations
Program / Project Category Name
Project
03003
Number
S 113,000.00
Remaining Balance
General Fund
Fund Name
BUDGET
REVIEW:
X Budgeted Item
Budget Adjustment Attached
REVIEW:
STAFF RECOMMENDATION:
z-°.3
Date
_
Date Internal A itor Date
Date Purchasing Manager Date
Division Head Date
,9- - 'Y/?
Department Director Date
,O3
Finance & Internal Services Dir. Date
Date
Cross Reference
New Item: Yes No
Previous Ord/Res#:
Orig. Contract Date
Orig. Contract Number
C
Description
Comments:
Budget Manager
Accounting Manager
Staff Review Form - Page 2 •
Meeting Date
City Attorney
Co tti. h r Ay t a.t, h L, r.;. -.A
Purchasing Manager
ADA Coordinator
Internal Auditor
l er. i-rn n` Itici SLotS i
Grants Coordinator
Reference Comments:
t
RESOLUTION NO.
A RESOLUTION TO APPROVE A CONTRACT WITH AIR
CLEANING TECHNOLOGIES, INC. IN THE AMOUNT OF
$107,176.00 TO PURCHASE AND INSTALL EXHAUST
REMOVAL SYSTEMS FOR FOUR FAYETTEVILLE FIRE
STATIONS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves the contract (attached as Exhibit "A") with Air Cleaning
Technologies in the amount of $107,176.00 for the purchase and installation of
four exhaust removal systems in four Fayetteville Fire Stations.
PASSED and APPROVED this the 16th day of September, 2003.
APPROVED:
ATTEST:
By:
SONDRA SMITH, City Clerk
By:
0
RP1
D
DAN COODY, Mayor
s •
From the Desk of the Fire Chief
Memo
To: Mayor Dan Coody & Fayetteville City Council
Front Chris Bosch, Fire Chief C!�
Date: August 25, 2003
Re: Exhaust Elimination System Contract
Introduction
As you know, diesel engines are used by fire apparatus manufacturers to power these
units in the most efficient and effective manner. Unfortunately, the use of diesel engines
in fire apparatus presents the potential for fire fighter exposure to carcinogenic materials
which are a byproduct of incomplete combustion created by these internal combustion
engines. The soot, created by diesel engines, creates very small particles that can be
inhaled and deposited in the lungs of fire fighters resulting in high levels of lung and other
cancers. These particles carry cancer -causing substances known as poly -nuclear
aromatic hydrocarbons (PAHs). Gasses in diesel exhaust, such as nitrous oxide,
formaldehyde, benzene, sulfur dioxide, hydrogen sulfide, carbon dioxide, and carbon
monoxide can also create health problems for fire fighter.
Fire fighters are exposed to these by-products on a daily basis. This continued exposure
is a result of the methods used for housing fire apparatus and the lack of adequate
ventilation systems in fire stations. For years fire fighters believed that large open bays,
with front and rear doors allowed for adequate passive ventilation; however, in 1988 the
National Institute for Occupational Health and Safety (NIOSH)' found that long term
exposure to diesel exhaust and the particulate matter created by these engines has
significantly contributed to elevated levels of cancer in fire fighter. These elevated
exposures also generate reductions in productivity by fire fighters and contribute to
increased municipal and personal insurance premiums for all city employees.
NIOSH Current Intelligence Bulletin 50 (1988) and NIOSH Guide to Chemical Hazards (1994)
Current Status
In an effort to reduce these exposures the Fire Department included the installation of an
exhaust elimination system in its 2003 Capital Budget. This project was bid in July of
2003. Air Cleaning Technologies, Inc. of Tulsa Oklahoma was the successful bidder.
The exhaust elimination system they install is the PtymoVent Vehicle Exhaust Removal
System. This system encapsulates diesel exhaust by attaching a collector hose on the
exhaust pipe of each apparatus and channeling the fumes and particles to a filtering
system on the outside of the building. This system is used by numerous fire departments
across the country, with great success and satisfaction.
The total cost of this project is $107,176, which will provide for the installation of the
system in Fire Stations 1, 2, 4 & 6. The cost of this project includes mechanical and
engineering services, parts and labor. This purchase also includes a two-year warranty
on all parts and labor for the system as well as any fire fighter training related to the use
of the system. Completion of this project will take 90 days from the time construction
begins.
Recommendation
Given the above listed information, as well as recommendations from references
included in the bid packet, Staff recommends that Council approve a resolution providing
the Fire Department with the ability to proceed with the installation of the PlymoVent
Vehicle Exhaust Removal System.
If you have any questions regarding this project I will be happy to answer them at your
convenience.
• Page 2
INVITATION TO BID
CITY OF FAYETTEVILLE ARKANSAS
GD •r ray tme,illt
City R•a Suite 306
113 w Mouauin.
F•lmPm4 AR 72701
OfM7SJn10
BID NUMBER:
DATE ISSUED:
DATE & TIME OF BID
OPF,NTNQ_.
Bid N 03-47
July 21,_2003
August 14, 2003 at 3.00 PM
COMMODITY CLASSIFICATION:
BUYER: Peggy Vice,
DELIVERY REQUIRED:
Vehicle Exhaust Removal System
Purchasing Manager
F.O.B. City of Fayettevifle
BUYERS PHONE:
RUDDERS DELIVERY DATE:
479/575-8289
To install vehicle exbaust removal system as per attached specifications in the following Fire Stations
..'I •Ffrb Ssidon)•lalne 'Dtoys ': Amount; ....... Fire Stntbn Name Dre[K- , Amonm
I.
Ceoiinl fi a (F2rc Sutton al )
a
s
�.
Fuc Slatioap2"
1
S
3
FyeSuticUAa,,
2.
S 40.960.
)
4
:Fug Su2im)a6 ,' -
1'..'
S 22,668.
)0
Total Bid S 107 .176.00 * One hundred seven thousand, one hundred seventy-six
dollars and no cents
Arkansas Contractor's License Number: 0137430304
Items that MUST accompany your bid are:
• This invitation to bid.
• A contractor's license numbs
• A 5% Bid Bond, Certified or Cashiers Check.
• References as described in 1.06 of the specifications.
• A copy of the equipment manufacturer's ISO 9001 Certification of Quality Assurance (as described in 1.03 of the
specifications).
• U L Laboratory test documentation on the upper flexible hose as per 2.01.1 in the Specifications.
Proof of Liability and Workers Comp Insurance must be provided by the successful bidder.
A 100% Performance and Payment Bond will be required of the successful bidder.
A mandatory walk tbru will be held beginning at Central Station of 303 West Cenitr Street,Fayetteville Arkansas;
Aogust 6th, 2003 at 10100 A.M.
For additional Information contact Gregg Riiey at479-57583651
Bid will be awarded to the firm submitting the lowest Total Bid meeting Bid Specifications and requirements.
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid
proposal including specifcaions, conditions and pertinent information regarding the articles being bid on, and agree
to furnish these articles at the price stated.
Air Cleaning Technologies, Inc. acknowledges and agrees that if the City of Fayetteville Fire
Administration wishes to Change the Design Criteria for this Bid No. 03-47, the Turnkey Project
C Will B Ad' red Accordin 1
osc t e us
UNSIGNED BIDS WILL BE REJECTED
BUDS MUST BE SEALED
FAXED BIDS WILL NOT BE ACCEPTED
NAME OF FIRM:
PHONE NUMBER:
FAX NUMBER:
Air cleaning Technologies, Inc.
(918) 251-
- -
BUSINESS ADDRESS:
CITY:
STATE&ZIP:
1300 West Detroit
Broken Arrow
Oklahoma 74012
SIGNATURE OFAUfHORIZED
TITLE: Corporate Secretary
DATE: 8-11-03
NAME OF FIRM:
PHONE NUMBER:
FAX NUMBER:
Air
PERSO '
4
C
-
TERMS AND STANDARD CONDITIONS
CITY OF FAYETTEVILLE. ARKANSAS
PLEASE READ CAREFULLY
I. When submitting an "invitation to Bid," the bidder warrants that the commodities covered by the bid shall be Gee from defects in
material and worlananship under normal use and service, In addition bidder must deliver new commodities of the latest design and
model. unless other wise specified in the "Invitation to Bid'
2. Prices quoted are to be net prices, and when an error is made in extending total prices, the City may accept the bid for the lesser
amount whether reflected by extension or by the correct multiple of the unit price.
3. Discounts offered will be taken when the City qualifies for such The beginning date for computing discounts will be the date of
invoice or the date of delivery and acceptance, whichever is later.
4. When bidding other than the brand and/or model specified in the "Invitation to Bid'the brand and/or nsodel number must be stated by
the iwit in the "Invitation to Bid." and descriptive literature be submitted with the bid.
5. The City reserves the right to reject any and all bids.
6. The Purchasing office reserves the right to award items. all or none. or by line items (s).
7. Quality, time and probability of performance may be factors in making an award.
S. Bid quotes submitted will remain firm for 30 calendar days from bid opening date; however, the prices may remain faro fora longer
period of time if mutually agreeable between bidder and the City Purchasing Division.
9. Bidder must submit a completed, signed copy of the fmat page of the "Invitation to Bid," and must submit any other mfonation
required in the "Invitation to Bid".
10. In the event a contract is euie:ed into pursuant to the'Invitatioe, to Bid." the bidder shall no; discriminate against any gualiGed
employee or qualified applicant for employment because of race, sex, color, creed, national origin or ancestry. The bidder must
include in any and all subcontracts a provision similar to the above.
II Sales or Use Tax is not to be included in the bid price, but is to be added by the vendor to the invoice billing to the City. Although
Use Tax is not to be included In the bid, vendors are to register and pay tax direct to the Arkansas State Revenue Department.
12. Prices quoted shall be "Free on Board' (F.O.B.) to destination at designated City facility in Fayeueville. Charges may not be added
after the bid is opened.
13. In the event of two or mom identical low bids, the concoct may be awarded arhivardy or (or any reason to any of such bidden or split
in any proportion between them at the discretion of the Purchasing Division.
14. Specifications furnished with this invitation am intended to establish a desired quality or performance level, or other minimum
dimensions and opacities. which will provide the best product available at the lowest possible puce, other than designated brands
and/or models approved as equal to designed products shall receive equal considemtmn.
IS. Samples of items when required must be furnished free, and if not called for within 30 days from date of bid opening, will become
property of the City
16. Bids received after stated time for opening will not be considered.
17 Guarantees and warranties should be subimued with the bidas they may be a consideration in making an award
15. CONSTRUCTION
A. When noted, the Contractor is to supply the City with evidence of having and maintaining proper and complete insurance,
specifically Workman's Compensation Insurance in accordance with the laws of the State of Arkansas, Public Liability and
Property Damage. All premiums and cost shall be paid by the Contractor in no way will the City be responsible in use of
accident.
B. A certified check or bid bond in the amount of 5e,/. of total bid shall accompany bid.
C. A Performance Bond equaling the total amount of any bid exceeding S20.000 must be provided for any contact for the repair.
alteration or erection ofany public building, public stmcture or public improvement (pursuant to Act 351 o: 1953 as amended by
Act 539 of 1979).
19. Liquidated Damages shall be assessed beginning on the rust day following the maximum delivery or completion time entered on the
bid form and/or provided for by the plans and specifications.
20. Any ambiguity in any bid as the result of omission, error, lack of clarity or non compliance by the bidder with specifications.
msouctions and all conditions of bidding shall be construed in the light most favorable to the City.
21. The bid number should be saved on the face of the sealed bid envelope. If it is not, the envelope will have to be opened to identify.
A signed copy of contract will be provided prior to *ncil Review
AGREEMENT
For Bid #03-47
AGREEMENT between the CITY OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES, INC.
on the Basis of Stipulated Price
This AGREEMENT is dated as of the day of in the year 2003 by and between the City
of Fayetteville, having an address of 113 W Mountain, Fayetteville, Arkansas and Air Cleaning
Technologies, Inc.
Air Cleaning Technologies, Inc.
1300 West Detroit
Broken Arrow, Oklahoma. 74012
(918) 251-8000
CITY OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES, INC. in consideration of the
mutual covenants hereinafter set forth, agree as follows:
ARTICLE 1. WORK
AIR CLEANING TECHNOLOGIES, INC. shall complete all WORK as specified or indicated in the
CONTRACT DOCUMENTS. The WORK is generally described as follows:
1.1 AIR CLEANING TECHNOLOGIES, INC. shall furnish all labor and materials to install a vehicle
exhaust removal system to capture exhaust at the exhaust pipe and transport it outside the building
as described in the bid specifications and contract documents for Central Fire (Fire Station #1)
located at 303 West Center Street, Fire Station #2 located at 708 North Garland Street, Fire
Station #4 located at 3369 Plainview Street and Fire Station #6 located at 900 Hollywood Street
in Fayetteville, Arkansas (the "Property").
AIR CLEANING 'TECHNOLOGIES, INC. shall also provide a two (2) year material and labor warranty,
as defined in the CON'IRAC'I' DOCUMENTS
1.2 UTILITIES:
1.2.1 Provide a schematic drawing of each system to be installed, for the CITY OF
FAYETTEVILLE'S approval prior to installation. These drawings must be in paper and an
approved electronic format (the PROJECT COORDINATOR will provide accepted
formats).
1.2.2 Air
Cleaning Technologies,
Inc. Must secure local building, 1-IVAC and
electrical permits
and
have the job inspected as required by
the City of Fayetteville Building
Safety Division.
Agreement
for Installation
of Vehicle Exhaust
Removal Systems
Page
I of I I
El
1.3 INSTALLATION OF VEHICLE EXHAUST REMOVAL SYSTEM:
1.3.1 AIR CLEANING TECHNOLOGIES, INC. shall provide all labor and materials to install
new vehicle exhaust removal system as specified in the bid specifications. The CITY OF
FAYETTEVILLE must approve all materials (All materials must be compatible with
existing exhaust removal systems so that all part are interchangeable.) and installation
methods prior to installation.
Article 2. PROJECT COORDINATOR
2.1 The PROJECT COORDINATOR is Gregg Riley or his appointee.
2.2.1 All questions concerning any aspect of the PROJECT shall be routed through the PROJECT
COORDINATOR at the address listed below:
Gregg Riley, Administrative Battalion Chief
Fayetteville Fire Department
Fayetteville, Arkansas 72701
Phone: 479-575-8365 Fax: 479-575-0471
E-mail: griley@ci.fayetteviIle.ar.us
Article 3. CONTRACT TIME
3.1 The WORK included in this AGREEMENT shall be completed within ninety (90) calendar days
from the date the NOTICE TO PROCEED is issued.
3.2 The prosecution of the WORK by AIR CLEANING TECHNOLOGIES, INC. shall be commenced
within ten (10) calendar days from issuance of the NOTICE TO PROCEED, and the WORK shall
be completed as indicated in section 3.1.
3.3 AIR CLEANING TECHNOLOGIES, INC. shall work during normal working days that are
suitable to the operation until completion of all WORK, unless otherwise specifically authorized
or directed by the CITY OF FAYETTEVILLE.
3.4 Liquidated Damages: CITY OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES,
INC. recognize that time is of the essence regarding this AGREEMENT and that CITY OF
FAYETTEVILLE will suffer financial loss if the WORK is not completed within the time
specified in paragraph 3.1, plus any extensions thereof allowed in accordance with Article 15 of
the General Conditions. The CITY OF FAYETTEVILLE and AIR CLEANING
TECHNOLOGIES, INC. also recognize the delays, expense and difficulties involved in proving,
in a legal proceeding, the actual loss suffered by CITY OF FAYETTEVILLE if the WORK is not
completed on time. Accordingly, instead of requiring any such proof, CITY OF
FAYETTEVILLE and AIR CLEANING TECHNOLOGIES, INC. agree that as liquidated
damages for delay, but not as penalty, AIR CLEANING TECHNOLOGIES, INC. shall pay CITY
OF FAYETTEVILLE two hundred and fifty dollars ($250.00) per calendar day for each calendar
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 2 of II
as penalty, AIR CLEANING TECHNOLOGIES, INC. shall pay CITY OF FAYETTEVILLE two
hundred and fifty dollars ($250.00) per calendar day for each calendar day that expires after the
time specified in Section 3.1 of this AGREEMENT for completion of WORK until the WORK is
complete and accepted by CITY OF FAYETTEVILLE. The CITY OF FAYETTEVILLE has
the right to withhold any such sums as liquidated damages from any payment to AIR
CLEANING TECHNOLOGIES, INC.
ARTICLE 4. CONTRACT PRICE
4.1 The CITY OF FAYETTEVILLE shall pay AIR CLEANING TECHNOLOGIES, INC. for
completion of the WORK in accordance with the CONTRACT DOCUMENTS in current funds
the lump sum CONTRACT PRICE of ONE HUNDRED SEVEN THOUSAND ONE
HUNDRED SEVENTY SIX dollars and NO cents ($107,176.00).
4.2 The CITY OF FAYETTEVILLE
will make
payments
to the AIR CLEANING TECHNOLOGIES,
INC. upon the completion of the
WORK as
defined in
the CONTRACT DOCUMENTS issued by
the CITY OF FAYETTEVILLE as provided
in Article
5 of this AGREEMENT.
ARTICLE 5. PAYMENT PROCEDURES
Air Cleaning Technologies, Inc. shall submit Applications For Payment in accordance with Article 19 of
the General Conditions. Applications for Payment will be processed as provided in the General
Conditions.
5.1 Progress Payments: CITY OF FAYETTEVILLE shall make progress payments on account of the
Contract Price on the basis of AIR CLEANING TECHNOLOGIES, INC.'S applications for
Payment on or about the 20th day of each month during construction as provided below. All
progress payments will be on the basis of the progress of the Work measured by the schedule of
values established in Article 3 of the General Conditions, and in the case of Unit Price Work based
on the number of units completed, or, in the event there is no schedule of values, as provided in
the General Conditions.
5.1.1 The City of Fayetteville shall retain ten percent (10%) of the amount of each progress
payment. Prior to Substantial Completion, progress payments will be made in an amount
equal to the percentage indicated below, but, in each case, less the aggregate of payments
previously made and less such amounts the City of Fayetteville may withhold, in
accordance with Article 19 of the General Conditions.
5.1.1.1 In accordance with Ark. Code Ann. § 22-9-604, Upon certification by the Project
Coordinator that the Work under this contract has been fifty percent (50%)
completed, there will be no additional retainage on account of Work completed, in
which case the remaining progress payments prior to Substantial Completion will
be in an amount equal to one hundred percent (100%) of the Work completed.
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 3 of II
percent (95%) of the Contract Price, less such amounts that the City of Fayetteville may
withhold, in accordance with Article 19 of the General Conditions.
5.1.3 In accordance with Ark. Code Ann. § 22-9-604, if the Air Cleaning Technologies, Inc. is
required by the Contract Documents to purchase and furnish materials or equipment that
will be stored on the job site or in a bonded warehouse and used in the Work, no
retainage will be withheld on that amount of the submitted progress payment pertaining
to the cost of these stored materials or equipment.
5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with Article
19 of the General Conditions, and after the City of Fayetteville receives ALL lien waivers and
ALL other proper documentation from Air Cleaning Technologies, Inc., the City of Fayetteville
shall pay the remainder of the Contract Price as provided in said Article 19.
5.3 AIR CLEANING TECHNOLOGIES, INC. shall submit application for payment to the
PROJECT COORDINATOR as listed in Article 2 of this AGREEMENT.
ARTICLE 6. CONTRACTOR REPRESENTATIONS
6.1 Minimum wage rates shall he equal to the basic rates as established by common usage in the city
and adjacent community for the various types of labor and skills performed. In cases where
wage rate determinations are specified in the Contract Documents, the rates as specified shall be
the minimum rates which apply to the Project. Whenever available, the Contractor shall make
use of local common and/or skilled labor as is practical.
Air Cleaning Technologies, Inc. and each subcontractor, where the amount exceeds $75,000.00
shall comply with the provisions of Ark. Code Annotated 22-9-309. The provisions are
summarized below.
Air Cleaning Technologies, Inc. and Subcontractor shall:
1) pay the minimum prevailing wage rates for each craft or
type of workman and the prevailing wage rate for holiday
and overtime work, as determined by the Arkansas Department
of Labor,
2) post the scale of wages in a prominent and easily
accessible place at the site of the Work,
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 4 of II
11
3) keep an accurate record showing the names and occupation and
hours worked of all workmen employed by them, and the
actual wages paid to each of the workmen, which records
shall be open at all reasonable hours to the inspection of
the Department of Labor or the City of Fayetteville, its officers and
agents.
A copy of the prevailing wage rates for this specific project, as established by the Arkansas
Department of Labor, is attached in the Contract Documents immediately following the
Instructions to Bidden.
The City of Fayetteville shall have the right to withhold from amounts due to Air Cleaning
Technologies, Inc. so much of accrued payments as may be considered necessary to pay the
workmen employed by Air Cleaning Technologies, Inc. or any subcontractor, the difference
between the rates of wages required by this Contract and the rates of wages received by such
workmen.
If it is found that any workmen employed by Air Cleaning Technologies, Inc. or subcontractor
has been, or is being paid a rate of wages less that the rate of wages required by this Contract, the
City of Fayetteville may by written notice to the Contract or, terminate Air Cleaning
Technologies, Inc.'s right to proceed with the Work or such part of the Work as to which there
has been a failure to pay the required wages and to prosecute the Work to completion by Contract
or otherwise, and Air Cleaning Technologies, Inc. and his sureties shall be liable for any costs
occasioned thereby.
6.1 AIR CLEANING TECHNOLOGIES, INC. has familiarized itself with the nature and extent of
the CONTRACT DOCUMENTS, locality, and all local conditions and laws and regulations that
in any manner may affect cost, progress, performance or furnishing of the WORK. AIR
CLEANING TECHNOLOGIES, INC. covenants and agrees to comply with all applicable laws,
statutes, regulations, ordinances and permits relating to the performance of this contract.
6.2 AIR CLEANING TECHNOLOGIES, INC. understands that the only compensation under this
AGREEMENT will be the lump sum price as stated in Article 4 of this AGREEMENT, which
must be approved by the CITY OF FAYETTEVILLE and the CITY OF FAYETTEVILLE'S
PROJECT COORDINATOR.
6.3 AIR CLEANING TECHNOLOGIES, INC. shall indemnify and hold harmless the CITY OF
FAYETTEVILLE from any and all costs, fees, expenses, causes of action, fines, penalties or
liability by reason of injury to persons or property or in any manner arising out of the
performance of this AGREEMENT or failure to perform by AIR CLEANING
TECHNOLOGIES, INC., his agents, employees or representatives.
6.5 AIR CLEANING TECHNOLOGIES, INC. has studied carefully all SPECIFICATIONS and
accepts the determination of the extent of the technical data contained in such reports and
DRAWINGS upon which AIR CLEANING TECHNOLOGIES, INC. is entitled to rely.
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 5 of II
6.6 AIR CLEANING TECHNOLOGIES, INC. has given CITY OF FAYETTEVILLE WRITTEN
NOTICE of all conflicts, errors or discrepancies that he has discovered in the CONTRACT
DOCUMENTS and the written resolution thereof by CITY OF FAYETTEVILLE is acceptable
to AIR CLEANING TECHNOLOGIES, INC.
Article 7. CONTRACT DOCUMENTS
The Contract Documents that comprise the entire AGREEMENT between CITY OF FAYETTEVILLE
and AIR CLEANING TECHNOLOGIES, INC. concerning the WORK consist of the following:
7.1 This AGREEMENT;
7.2 NOTICE TO PROCEED;
7.3 GENERAL CONDITIONS;
7.4 SPECIFICATIONS — Specification titled "Vehicle Exhaust Removal System Technical and
Performance Specifications";
7.5 AIR CLEANING TECHNOLOGIES, INC. BID, signed and dated by the AIR CLEANING
TECHNOLOGIES, INC. on , 2003;
7.6 Other CONTRACT DOCUMENTS:
7.6.1 Release of Liability and Hold Harmless Agreement document.
7.6.2 Invitation to Bid #03-47
7.6.3 Performance Bond and Payment Bond
7.6.4 Resolution number . ; and
7.7 The following which may be delivered or issued after the Effective Date of the AGREEMENT
and are not attached hereto: All written amendments and other documents amending, modifying
or supplementing the CONTRACT DOCUMENTS pursuant to the provisions of this
AGREEMENT.
There are no CONTRACT DOCUMENTS other than those listed
above in this
Article 7. The
CONTRACT DOCUMENTS may only
be amended, modified or
supplemented
as provided in
Subsections 13.1 and 13.2 of the General
Conditions, and the provisions of this AGREEMENT.
ARTICLE 8. MISCELLANEOUS
8.1 Terms used in this AGREEMENT that are defined in Article I of the General Conditions will
have the meanings indicated in the General Conditions.
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 6 of II
8.2 No assignment by a party hereto of any rights under or interests in the CONTRACT
DOCUMENTS will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may become due and
moneys that are due may not be assigned without such consent, except to the extent that the
effect of this restriction may be limited by law. Unless specifically stated to the contrary in any
written consent to an assignment, no assignment will release or discharge the assignor from any
duty or responsibility under the CONTRACT DOCUMENTS.
8.3 CITY OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES, INC. each binds
themselves, their partners, successors and legal representatives to the other party hereto, their
partners, successors, assigns and legal representatives in respect of all covenants, agreements and
obligations contained in the CONTRACT DOCUMENTS.
8.4 Nondiscrimination: AIR CLEANING TECHNOLOGIES, INC. agrees to comply with all
applicable federal and state laws and regulations regarding nondiscrimination, and specifically
agrees not to discriminate against any individual because of race, religion, sex, national origin or
disability, and to require such compliance in contractual agreements with subcontractors and sub -
subcontractors.
8.5 AIR CLEANING TECHNOLOGIES, INC. agrees to comply with the Americans with
Disabilities Act and the Equal Employment Opportunity Act, as well as regulations promulgated
pursuant thereto, and to require such compliance in contractual agreements with subcontractors
and sub -subcontractors.
8.6 CHANGE ORDERS, modifications or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor, if under the
contingency amount, and/or City Council, if over the contingency amount, in advance of the
change in scope, cost or fees.
8.7 This contract is governed by the laws of the State of Arkansas.
8.8 Nothing contained in the CONTRACT DOCUMENTS shall create a contractual relationship
with, or cause of action in favor of, a third party against the CITY OF FAYETTEVILLE or AIR
CLEANING TECHNOLOGIES, INC..
8.11 Independent Contractor: It is expressly agreed that AIR CLEANING TECHNOLOGIES, INC.
is acting as an independent contractor in performing the services specified herein. The CITY OF
FAYETTEVILLE shall carry no workers' compensation insurance, health or accident insurance
to cover AIR CLEANING TECHNOLOGIES, INC. or AIR CLEANING TECHNOLOGIES,
INC.'S employees for any type of loss which might result to AIR CLEANING
TECHNOLOGIES, INC. or AIR CLEANING TECHNOLOGIES, INC.'S employees in
connection with the performance of the services set forth in this AGREEMENT. The CITY OF
FAYETTEVILLE shall not pay any contribution to Social Security, unemployment insurance,
federal or state withholding taxes, nor provide any other contributions or benefits which might
otherwise be expected in an employer -employee relationship, it being specifically agreed that the
AIR CLEANING TECHNOLOGIES, INC. is not acting herein as an employee of CITY OF
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 7 of II
FAYETTEVILLE, but shall, at all times, and in all respects, have the rights and liabilities of an
independent contractor.
8.12 Severability: In the event any section, subsection, subdivision, paragraph, subparagraph, item,
sentence, clause, phrase, or word of the CONTRACT DOCUMENTS is declared or adjudged
to be invalid or unconstitutional, such declaration or adjudication shall not affect the remaining
provisions of the CONTRACT DOCUMENTS, as if such invalid or unconstitutional provision
was not originally a part of the CONTRACT DOCUMENTS.
8.13 The statute of limitation period shall be tolled for any fraudulent act committed by the AIR
CLEANING TECHNOLOGIES, INC. that the CITY OF FAYETTEVILLE cannot discover
upon due diligence.
8.14 The officials who have executed this contract hereby represent and warrant that they have full
and complete authority to act on behalf of the CITY OF FAYETTEVILLE and AIR CLEANING
TECHNOLOGIES, INC., respectively, and that their signatures below, the terms and provisions
hereof; constitute valid and enforceable obligations of each.
8.15 This AGREEMENT shall be executed in the original, and any number of copies. Any copy of
this AGREEMENT so executed shall be deemed an original, and shall be deemed authentic for
any other use.
8.16 Nothing stated within the CONTRACT DOCUMENTS shall be construed as limiting the CITY
OF FAYETTEVILLE'S immunity from liability in tort.
8.17 The CITY OF FAYETTEVILLE does not agree with or consent to arbitration or mediation of
disputes relating to this AGREEMENT or PROJECT.
8.18 AIR CLEANING TECHNOLOGIES, INC. agrees that it shall indemnify and save harmless the
CITY OF FAYETTEVILLE, its officers, agents, and employees from any claims or losses for
services rendered by any subcontractor, person or firm performing or supplying services,
materials or supplies in connection with the performance of this AGREEMENT.
8.19 AIR CLEANING TECHNOLOGIES, INC. shall ensure that the CITY OF FAYETTEVILLE
receives lien waivers from all subcontractors, sub -subcontractors and material suppliers before
WORK begins on the PROJECT. AIR CLEANING TECHNOLOGIES, INC. shall give
WRITTEN NOTICE to the subcontractors, sub -subcontractors and material suppliers providing
WORK on the PROJECT that states the following: "According to Arkansas law, it is
understood that no liens can be filed against public property if a valid and enforceable payment
and performance bond is in place. Regarding this Project and Agreement, the valid and
enforceable bonds are with "Oklahoma Surety Company of Tulsa Oklahoma." AIR
CLEANING TECHNOLOGIES, INC. shall have each subcontractor; sub -subcontractor and
material supplier execute a written receipt evidencing acknowledgment of this statement.
8.20 AIR CLEANING TECHNOLOGIES,
INC.
will not discriminate
against any
employee or
applicant for employment because of
race,
creed, color, disability
or national
origin. AIR
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 8 of II
CLEANING TECHNOLOGIES, INC. will take appropriate action to ensure that applicants are
employed, and that employees are treated during employment without regard to their race, creed,
color or national origin. Such action shall include, but not be limited to, the following:
employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and agrees to post in conspicuous
places, available to employees, such notices as may be provided by the CITY OF
FAYETTEVILLE setting forth the provisions of this non-discrimination clause. AIR
CLEANING TECHNOLOGIES, INC. agrees to comply with the Americans with Disabilities
Act, and regulations promulgated pursuant thereto, as relates to the performance of this contract.
8.21 No Waiver of Enforcement of Contract Provisions: Failure of the CITY OF FAYETTEVILLE to
enforce at any time any of the provisions of this AGREEMENT, or to require at any time
performance by AIR CLEANING TECHNOLOGIES, INC. of any of the provisions hereof, shall
in no way be construed to be a waiver of such provisions, nor in any way to affect the validity of
this AGREEMENT, or any part thereof, or the right of the CITY OF FAYETTEVILLE to
thereafter enforce each and every such provision.
8.22 Freedom of Information Act: City of Fayetteville contracts and documents prepared while
performing city contractual work arc subject to the Arkansas Freedom of Information Act. If a
Freedom of Information Act request is presented to the City of Fayetteville, AIR CLEANING
TECHNOLOGIES, INC. will do everything possible to provide the documents in a prompt and
timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et.
Seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this
compliance.
8.23 Entire Agreement: The CONTRACT DOCUMENTS contain the complete and entire agreement
of the parties respecting the transactions contemplated herein, and supersede all prior
negotiations, agreements, representations, and understandings, if any, among the parties
regarding such matters. All prior or contemporaneous agreements, understandings, and
statements, oral or written, are merged into the CONTRACT DOCUMENTS.
8.24 Captions: All
captions contained in the
CONTRACT
DOCUMENTS are inserted only as a
matter of convenience and in no way
define, limit
or extend the scope or intent of the
CONTRACT
DOCUMENTS.
ARTICLE 9. INSURANCE AND BONDING
9.1 AIR CLEANING TECHNOLOGIES, INC. shall provide a Performance BOND, according to
Arkansas law, insuring the CITY OF FAYETTEVILLE of the performance of all of the terms,
provisions and stipulations of this AGREEMENT. AIR CLEANING TECHNOLOGIES, INC.
shall also provide a Payment BOND, according to Arkansas law. Said BONDS shall be issued by
a company duly authorized to transact such business within the State of Arkansas. Said
Performance and Payment BONDS shall be acquired and delivered to the CITY OF
FAYETTEVILLE prior to the issuance of the NOTICE TO PROCEED.
Agreement for Installation of Vehicle Exhaust Removal Systems
Page 9 of ii
9.2 AIR CLEANING TECHNOLOGIES, INC. shall furnish the CITY OF FAYETTEVILLE with a
certificate of insurance naming the City of Fayetteville as an insured on a policy of insurance
indemnifying and insuring the City in amounts not less than five hundred thousand dollars
(S500,000) for personal injury and two million dollars (S2,000,000) for property damage and
other liabilities. Such insurance shall be acquired and the certificate delivered to the CITY OF
FAYETTEVILLE prior to the issuance of the NOTICE TO PROCEED.
[Signatures follow on next page.]
Agreement for Installation of Vehicle Exhaust. Removal Systems
Page 10 of 11
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES,
INC. have signed this AGREEMENT in duplicate. One counterpart each has been delivered to CITY
OF FAYETTEVILLE and AIR CLEANING TECHNOLOGIES, INC. All portions of the CONTRACT
DOCUMENTS have been signed or identified by CITY OF FAYETTEVILLE and AIR CLEANING
TECHNOLOGIES, INC.
This AGREEMENT will be effective on the date a NOTICE TO PROCEED is issued.
CITY OF FAYETTEVILLE:
By:
Dan Coody, Mayor
DATE:
ATTEST:
Sondra Smith, City Clerk
DATE:
Address for giving notices:
Mayor Dan Coody
City of Fayetteville
113 W Mountain
Fayetteville, AR 72701
Phone: 479/575-8331
Fax: 479/575-8257
Email: dcoody(ci.fayetteville.ar.us
By:
Title:
DATE:
ATTEST:
DATE:
Address for giving notices:
Phone
Mobile
Fax
Email
Employer ID Number:
END OF SECTION
Agreement for Installation of Vehicle Exhaust Removal Systems
Page II of 11
CONTRACTOR:
Bond No.
BID BOND
The American Institute of Architects,
ALA Document No. A310 (February, 1970 Edition)
KNOW ALL MEN BY THESE PRESENTS, that we Air Cleaning Technologies, Inc.
as
Principal hereinafter called the Principal, and
Oklahoma
Surety Company
as
Surety, hereinafter called the Surety, are held
and firmly
bound unto The City of Fayetteville AR
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount
Dollars ($---5'X°----- ), for the payment of which sum well and truly to be made, the said Principal and the
said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
WHEREAS, the Principal has submitted a bid for
systems at fire stations, 1, 2, 4 & 6.
Bid No. 03-47 Installation of vehicle exhaust
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as
may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful
performance of such Contract and for the prompt payment of labor and material furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof
between the amount specified in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perform the Work covered by said bid, then this obligation shall be
null and void, otherwise to remain in full force and effect.
Signed and scaled this 14th
3.0
Witness
JULIA F. VECUER, BUSINESS OFFICE MANAGER
AIR CLEANING TECHNOLOGIES, INC.
800-351-1858
day of
Air Cleaning Technologies, Inc
2063
Principal (Seal)
J
By:
ItlOtrlY OORPORATE'SECRETARY Name/TIEIc
AIR CLEANING TECHNOIAGLFS, INC.
1300 WEST DETROIT BROIZR]J ARROW, OR 74012
Oklahoma Surety Company
Surety (Seal)
By
Robbie Loyd Attorney -in -Fact
OKLAHOMA SURETY COMPANY
Tulsa, Oklahoma
Know all Men by these presents: That the OKLAHOMA SURETY COMPANY, a corporation of the State of Oklahoma, having its principal
'office in the city of Tulsa, Oklahoma, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company, to -wit
Section 10, Article IN, "All bonds, policies, undertakings or other obligations of the corporation shall be executed in the corporate name of the
Company by the Chairman of the Board, The President, Secretary, any -Assistant Secretary, Treasurer,:or any Vice President, or by such other
. officers as the Board of Directors may authorize. The Chairman of the Board, President, any Vice President, Secretary, any Assistant Secretary,
or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the name of the
Company. The corporate seal is not necessary for the validity of any bonds,policies, undertakings; or other obligations of the corporation."
The Company does hereby constitute and appoint, Pam Derichsweiler, Richard K Haverfield, Ann
Hopkins and Robbie Loyd, individually of TULSA, OK
,its true and lawful attorney(s)-in-fact, to execute, seal and deliver for and on its behalf as Surety, acid as its act and decd,
Any and all bonds and undertakings of Suretyship - -
And the execution ofsuch instrument(s) in pursuance. of .the, presents; shall be as binding upon the said OKLAHOMA SURETY
COMPANY, as fully and'amply, to all intents and purposes, as if thesame had been duly executed and acknowledged by its regularly elected
officers at its principal office in Tulsa, Oklahoma.
IN WITNESS WHEREOF, '., - OKLAILOMA SURETY COMPANY - has executed and attested these
'! ".r presents this '. 16 ' .. day of June' ; :` 2003
ATTEST:
SARA ANDS SO a' ASSIS'1SGCR!•'1'ARY' - TODD AZATA VICE PRESIDENT
On this '. 16 day"of June 2003 before me, a Notary Public of the State of Oklahoma in and
for the County. of Tulsa,'came the individual to me personally known to be the officer described in, and who executed the preceding instrument,
'and he acknowledged the execution of the same, and being by me duly sworn, said`that he isthe therein described and authorized officer of the
:OKLAHOMA SURETY COMPANY aforesaid, and that the seal affixed to the preceding instrument is the corporate of said Company, and the
'said"corporate seal and his signature as such officer were duly affixed to the said instrument by the authority and diiection of the said Company,
and that \64asldIWs action 10, of the By -Laws of said Company, referred to in the preceding instrument, is now in force.
.p'( Sc
"1C t(s10N \ jil?'foF, 1 have hereunto set my hand and affixed my official seal at the City of'I'uba, the day and year first above wrinrn
v':' OTA r
''7`K�rrrr• �L��.. i- -- Commissiont 00018867 I -
PTA Ice WIJaH c My Commission expires 11-14-04
s• •fM. ANO FFst n ss
L FAY SCOTT Notary Public
.•pry•ll u(Ippd ,
I :SARA ANDERSON . -Assistant Secretary of OKLAHOMA SURETY COMPANY do hereby certify that the foregoing extracts of
the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and
correct, and that both the By-laws; the Resolution and the Power of Attorney are still in full force and effect.
This certifies that any facsimile or mechanically -produced signature of any officer of the Company and Company seal, wherever appearing upon a power of attorney
issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS WHEREOF, I have hereunto set my hand and- affixed the facsimile seal of said corporation
,.° cUAf j this 14th dayor August 2003.
; t ° = SARA ANDERSON i{ Assistant Secretary
1 J , • _
jJ •
F
,Isms ••gl(gH1�,.•
lu ..... \, N\•\ .; aN0JNA34d
CSR RL DATE(MMMONYYY)
aeoRD_ CERTIFICAT OF LIABILITY INSURAN AIRCL-1 08 07 03
PRO.')UCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
RICH & CARTMILL HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
2738 East 51st #400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
•'lsa OK 74105 I
Jne:918-743-8811 Fax:918-744-8429 INSURERS AFFORDING COVERAGE INAIC0
INSURER A'. St Paul Fire & Mar
INSURER B American Mercury I.
Air CleaningTechnologies Inc INSURER c. Westport Insurance
1300 W Detroit INSURER O.
Broken Arrow OK 74012 -
INSURER E'.
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERK)O INDICATED NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREN IS SUBJECT TO AIL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN RF.DIJCED BY PAID CLAIMS
LTR
INSR
TYPE OF INSURANCE
POLICY NUMBER
POIJCY EFFECTIVE
DATE YMIDD
P
RATE MYADIYY bCiCY EXPIRATION
LIMITS
GENERAL
LIABIUTY
I
EACH OCCURRENCE
$ 1000000
A
X
CAAUALRCNL GENERAL LIABILITY
Li CLAIMS MADE u OCCUR
CR03504966
08/01/03
08/01/04
$100000
PREMISES( -awn _ence)
IXEDFXP(Myone person)
$5000-
PERSONAL & ADV INJURY
__-
$1000000
GENERAL AGGREGATE
S 2000000
AGGREGATE LIMIT APPLIES PER.
PRODUCTS- COMP/OP AGG
$ 2000000
POLICY "J'LRT F. LOC
I
jGENL
B
I
AUTOMOBILE
LIABILITY
ANY AUTO
CLP7000995
03/28/03
03/28/04
COMBINED SINGLE LIMIT
(Ed ami
I $ 1000000
X
BODILY INJURY
(Per perm)
$
—
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY I
(Ppr ecoeenl)
HIRED AUTOS
NON -OWNED ADIOS
PROPERTY DAMAGE I$
(Pero cnI)
—. __
GARAGE UABIUTY
I
I AUTO ONLY-EAACCIDENI
S
1
' ANY AUTO
OTHER THAN EA ACC
$
$
AUTO ONLY AGG
EXCESSNMBRELLA LIABIUTY
I
EACHOCCURRENCE
$ 5000000
A
X OCCUR ❑ CLAMS MADE
CK03504966 08/01/03 1
08/01/04
AGGREGATE
$ 5000000
$
DEDUCTIBLE.
S
X RETENTION $10000
5
C
WORKERS COMPENSATION AND
EMPLOYERS' LIABJUTY
ANY PROPRIFTOR/PARTNC WE%ECUI N[
WCX0009302
03/23/03 03/23/04 I
X TTOORRYY LIMITS I ER_ L
EL EACIIACCID-NT -
.._ ..
s 500000
$ 500000
..__ _
$ 5 0000 0
OFFICERJMEMBER EXCLUDED?
II aes�oe wWG
SPECIAL PROVISIONS Mlpw
---_
.._-.-..__-_-.__
EL. DISEASE FAEMPL0YEE�
E L. DISEASE POLICY LIMA
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
CERTIFICATE HOLDER CANCELLATION
CITYPAY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO
DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL - - - DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
City of Fayetteville IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR
113 W Mountain
Fayetteville AR 72701 REPRESENTATIVES.
1108) - m ACORD CORPORATION 1988
cense No. 0137430304
State of Arkansas
Contractors Licensing Board
AIR CLEANING TECHNOLOGIES, INC.
1300 W DETROIT
BROKEN ARROW, OK 74012
his is to Certify That
AIR CLEANING TECHNOLOGIES, rNC.
is duly licensed under the provisions of Act 150 of the 1965 Acts as amended
and is entitled to practice Contracting in the State of Arkansas within the
following classification:
SPECIALTY
Pollution or Dust Control Systems
W111 LUIC IVIliiWiug aaggcJtli a.0 UJ� 1Aasa:
UNLIMITED
from May 23, 2003 until March 31, 2004
when this Certificate expires.
Witness our hands o/the Board, doted at Little Rock. Arkansas.
7t42:'
� ,��` I CHAQLYIAN
SECRETARY
May 23, 2003
Charlie Daniels
SECRETARY CF STATE
To All to Whom These Presents Shall Conic. Greetings:
I,
Charlie Daniels, Secretary of
State of
Arkansas. do hereby certify that the
toIIow;ug
and hereto attached instrument
of writing
is a true and perfecopy of
Application for Certificate of Authority
of
AIR CLEANING TECHNOLOGIES, fNC.
fii::d in :ms oince June I , 2003 to be :. Furcigtt For Profit Corporation te,mcd andcr the
:aws cf the State of Oklahoma.
further certify that said Foreign For Profit C?rporation, having coinplicd with all
s:atutory rtauireIIments in the State of Arkansas, is qualified to transact busiaess in this
State.
In Testimony Whereof, I have hereunto set my hand
and affixed my official Seal. Donc at. my office in the
City c LiCde Rock, this lath day of June 200
Secretary of State
OFFICE OF THE SECRETARY OF STATE
G
0
CERTIFICATE OF GOOD STANDING
DOIIESTIC CORPORATION
I THE UNDERSIGNED, Secretary of State of the Stare of Oklahoma, do hereb1,
certify that I am, by the laws of said stare, the custodian of the records of the state of
Oklahoma relating to the right of certain business entities to transact business in this stare
and am the proper officer to execute this certificare.
I FURTHER CERTIFY that AIR CLEANING TECHNOLGIES INC , is a
corporation duly organized and existing tinder and by virtue of the laws of the state of
Oklahoma and is in good standing according to the records of this office. This certificate
is not to be construed as an endorsement, recommendation or notice of approval of the
entity's financial condition or business activities and practices. Such information is not
available from this office.
;>
190,
IN TESTIMONY WHEREOF, I have hereunto set nry
hand and caused to be affixed the Great Seal of the
State of Oklahoma at tire City of Oklahoma Ciro, this
pith day of June, 2003
By
This is to certify that
the Quality System
of
P1ymoVent AB
h&'flct efl
development and manufacture of equipment for industrial ventilation and
filtration as well as extraction of vehicle exhaust in fixed installations
has been farad to conform to
SS -FN ISO 9001
Certificate No 347
A2 is Certifiering
,c tC cv%
rald Rach
Managing I)irecuu
1_41
FN 45 012
AB
BengtFranssoa
Manager Ccrtiflzation
SIS Certificrir.g A3 is a member of EQNct,. the International Certification Network
r
1300 West Oeuo.t SI
&oken Mow. OK 74012
CF'CE 918.251.8000
'v 918.251.4977
800-351.1858
,wnq audeanin01ed1eom
aircleaning
TECHNOLOGIES
Chief Chris Bosch
City of Fayetteville Fire Department
303 West Center
Fayetteville, Arkansas 72701
RE: TRAINING
Air Cleaning Technologies, Inc. commits to provide initial training and support with regard to the operation
and maintenance of PlymoVent's Diesel Exhaust System for all fire fighters and other employees.
In addition, we will provide two (2) videos which describe both the features and proper operation of the
PlymoVent Sliding Balancer Track and Straight Rail Assembly Systems.
Our objective is to create a long term satisfied customer by providing thorough training and ongoing
service maintenance.
to J Lwv-kj u
Monty D. Duncan
Municipal Sales & Project Management 6/
MDD/ls
• 1300 west Detroit St
Broken Nrow. Ox 74012
arms 918-251 8000
FM 918.2514977
800.3511858
wnw anUcaningtecn Mm
aircleaning
TECHNOLOGIES
STATEMENT OF WARRANTY
PlymoVent and Air Cleaning Technologies, Inc. provide the following warranty for parts and labor to the
City of Fayetteville Fire Department Stations Central Fire (Fire Station # 1), # 2, #4 and #6 Vehicle
Emissions Exhaust Systems.
All PlymoVent products arc warranted by the PlymoVent Corporation of 375 Raritan Center Parkway,
Edison, New Jersey 08837; Phone #732-417-0808, against manufacturer defects for a period of two (2)
years from the date of substantial completion.
PlymoVent and Air Cleaning Technologies, Inc. at their own discretion will repair or replace any or all
defective parts for two (2) years and labor for one (1) year to allow system to operate in accordance with
design specifications. This warranty does not include damage to system or any parts due to misuse,
misapplication and/or abuse of entire system.
JM
MONTY D. DUNCAN, CORPORATE SECRETARY
AIR CLEANING TECHNOLOGIES, INC.
1300 WEST DETROIT
BROKEN ARROW, OKLAHOMA 74012
800-351-1858
FAYETTEVI I!LE
THE CITY W EAYETYEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Chris Bosch
Fire Operations
From: Clarice Buffalohead-Pearman PU
City Clerk Division
Date: September 19, 2003
Re: Res. 139-03
Attached please find an executed copy of the above referenced resolution passed by City
Council, September 16, 2003 awarding Bid 03-47 to Air Cleaning Technologies, Inc. Also
attached are two originals of the sign contract. The original resolution and one original contract
will be recorded in the city clerk's office and microfilmed.
If anything else is needed please let the city clerk's office know
/cbp
cc: Nancy Smith, Internal Auditor