HomeMy WebLinkAbout1985-0970923L
� oA
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT
FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES,
PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING
FOR AN EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated
competitive bids for the purchase of necessary materials, equip-
ment, supplies or services in accordance with the procedures of
state law and City ordinances, and
WHEREAS, the City Manager or a designated employee has
reviewed and recommended that the herein described bids are the
lowest responsible bids for the materials, equipment, supplies or
services as shown in the "Bid Proposals" submitted therefor, and
WHEREAS, the City Council has provided in the City Budget for
the appropriation of funds to be used for the purchase of the
materials, equipment, supplies or services approved and accepted
herein, and
WHEREAS, Section 2 36 (f) of the Code of Ordinances requires
that the City Council approve all expenditures of more than
$3,000, and
WHEREAS, Section 2 09 of the City Charter requires that every
act of the Council providing for the expenditure of funds or for
the contracting of indebtedness shall be by ordinance,
NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I
That the numbered items in the following numbered bids for
materials, equipment, supplies, or services, shown in the "Bid
Proposals" attached hereto, are hereby accepted and approved as
being the lowest responsible bids for such items
BID NUMBER ITEM NO VENDOR
•1I. u161110
9459
All
Vaughan & Associates
4,100
00
9460
All
Metro Bobcat, Inc
25,645
00
9461
All
Donovan Uniforms
8,900
1
00
9462
All
Floyd Glenn Smith
100,000
00
9463
1
Temple
11,800
00
9463
2-4
Wesco
19,224
00
SECTION II
That by the acceptance and approval of the above numbered items
of the submitted bids, the City accepts the offer of the persons
submitting the bids for such items and agrees to purchase the
materials, equipment, supplies or services in accordance with the
terms, specifications, standards quantities and for the specified
sums contained in the Bid Invitations, Bid Proposals, and related
documents
SECTION III
That should the City and persons submitting approved and
accepted items and of the submitted bids wish to enter into
aformal written agreement as a result of the acceptance, approval,
PAGE ONE
and awarding of the bids, the City Manager or his designated
representative is hereby authorized to execute the written
contract which shall be attached hereto, provided that the
written contract is in accordance with the terms, conditions,
specifications, standards, quantities and specified sums
contained in the Bid Proposal and related bid documents herein
approved and accepted
SECTION IV
That by the acceptance and approval of the above numbered
items of the submitted bids the City Council hereby authorizes
the expenditure of funds therefor in the amount and in accordance
with the approved bids or pursuant to a written contract made
pursuant thereto as authorized herein
SECTION V
That this ordinance shall become effective immediately upon
its passage and approval
PASSED AND APPROVED this Jr of :1 ,,�, 1985
ATTEST
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
r
PAGE TWO
DATE 5-14-85
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM G Chris Hartung, City Manager
SUBJECT BID N9431A MODULAR FURNITURE PANELS
RECOMMENDATION We recommend this bid be awarded to the lowest evaluated bid
received The bid received from Business Essentials of Denton,
bidding Aspects brand for the low total of $53,484 00 This
is some $1 500 00 lower than Goldsmith's bidding the Rosemont
SUMMARY This bid was sent out before as presented by the consultant
As before, we received only one bid The bid was reflected
and rebid with specification revised We received nine
qualified bids, and generally all meeting the intent of the
specifications
BACKGROUND Tabulation Sheet
PROBRANS, DEPARTMENTS OR GROUPS AFFECTED
Remodelling Phase III Main Section of Municipal Building
FISCAL IMPACT There is no impact on the General Fund
Respectfully submitted
G Chris Hartung
City Manager
Prepared by
Name Marshall, C P M
Tile urchasing Agent
Approved
fn Marshall, C PM
tle Purchasing Agent
ME
am
DATE 5-21-85
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM G Chris Hartung, City Manager
SUBJECT BID #9459 GOLF RANGE LIGHTING
RECOMMENDATION We recommend this bid be awarded to the lowest evaluated
bidder, Vaughan & Associates in the amount of $4,100 00
SUMMARY This bid is for the engineering and provision of lighting
for the new golf range to be located at North Lakes
Recreation Center The low bid does not meet specifications
and would require two more poles an additional expense
BACKGROUND TAbulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Parks & Recreation Department
FISCAL IMPACT No impact on the General Fund
Respectfully submitted
G Chris Hartung
City Manager
Prepared by
i
i J Marshall, C M
CAI.
Purchasing Agent
Approved
m J n J Marshall C P M
Title Purchasing Agent
c7
o
z
C
�
H
w
a
�
�
H
H
M
C
Cd
N
n
ro
H
H
°z
M
ca
<
7tl
m
z
z
m
�
S
n
C
m v
M
r o
mr
G
n m
A
m
n
?
c
m
�
r
m
O
qy
a
'P
m z
r m
m r
SV
�
z
0
0
z
DATE 5-21-85
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM G Chris Hartung City Manager
SUBJECT BID N9460 SKID STEER LOADER
RECOMMENDATION We recommend this bid be awarded to Metro Bobcat, Inc for
two loaders and one trailer for the total amount of
$25,645 00, the overall low bidder
SUMMARY This bid was sent to the known dealers for this type of
loader We received three bids for the loader and two
for the trailer The evaluated low bid for the two
loaders and the trailer was Metro Bobcat, Inc
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Parks & Recreation Department
Water & Sewer Field Services
FISCAL IMPACT These items are to be on a lease/purchase from our lease/
purchase awarded vendor
Respectfully submitted
Chris Hartung
City Manager
Prepared by dd�
9$94
e Jon J Marsnall C P M
tle Purchasing Agent
Approved
oe
r
a.
n H
°
o
z
ah
m
o
0
o
i
e+
M
a
a
a
a
6
•.•
�
m
m
�
y
�
�
H
ro
H
H
z
W
aD
o
-1
W N
f+
C
TO
per
M
om
O )e
V
g
x
z
W
O
O
N
N
G�
W 3
f-IT
tT
N
W
g
�
O
z
g
z
g
z
0
0
z
z
g
x
DATE 5-14-85
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM G Chris Hartung, City Manager
SUBJECT BID #9461 POLICE UNIFORMS
RECOMMENDATION We recommend this bid be awarded to the lowest and best
bid meeting the specifications Donovan Uniforms, for the
estimated total of $8,900 00 We had a lower bid from
Martin Uniforms however, the uniform bid was not that as
specified in the bid
SUNMRRY The bid specifications were revised this year back to the
specifications of several years ago We had purchased our
uniforms of a different cheaper material for the past few
years This material was bid by the low bidder, Martin
Uniforms which does not meet the present specifications We
received and considered only three bids with Donovan being
the overall low bidder
BACKGROUND Tabulation Sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED
The uniforms are for the City of Denton Police only
FISCAL IMPACT Budget Account #100-007-0042-8108
Respectfully submitted
G Cris Hartung
City Manager
Prepared by
o n J Marshall, C P M
Nr1e Purchasing Agent
Approved
X, titm le o J Marshall C P M
Purchasing AGent
»
�
®
!
;DO
k
§
�
�`
§
|
§
§
§
�
�
§
§
§
§
§
DATE 5-21-85
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM G Chris Hartung, City Manager
SUBJECT BID N9462 YEARLY CONTRACT CONCRETE WORK
RECOMMENDATION We recommend this bid be awarded for all items to one
vendor as it would be impractical to award one or two
of the items to a vendor Floyd Glenn Smith was low
or tied on aliitems except item three Therefore, we
recommend this award be made to Mr Smith
SUMMARY We have just finished a bid contract of this sort for the
past year, and it has worked well We will make a contract
with Mr Smith and all of this type projects that are bid
will be approved by staff at that time We do not have an
estimate at this time, but with the street improvements, the
total could be over $100,000 Last year the total was
$30,000 to $40 000
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
FISCAL IMPACT There is no impact on the General Fund
Respectfully submitted
G Chris Hartung
City Manager
Prepared by
tat
\ J Marshall M
( le Puhnrchasing Agent
Approved
e o n J Marshall P M
tle Purchasing Agent
y O w w
V
illico
III
V
T
V+
A
W
N
-
'�
H
00
O�
V1
A
W
N
O
w
(] M O
O
z
Oyy
cz
�C
H
r
K
N
O
A
w
0
A
to
A
.y
O
ICO_
w
=
O
O
O
G
_�
ID
A
A
C
N
O
M
Z
N
tD
_
e-,
m
3
C
O
A
v
C
3
O
O
Cf
L
bb
x
.
m
K
orn
ro
3
z
N
z
8
`"
C
O
r
S 2 C
A
O
Ol
C7
z
S
z
3-0
F+
F+
N
F+
w
tppT
W
O
O
g
z
O
O
O
O
pAp
p
O
p60
8
S
0
BID # 9462
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON )
THIS AGREEMENT, made and entered into
of tlav A.D., 1985 , by and between
this 22 day
Of the County of Denton and State of Texas, acting
through G. Chris Hartun , Cit liana er
thereunto duly authorized so to do, Party. of the First Part,
hereinafter termed the UWNER, and
Floyd Gl nn mith
of and state of the City of
anDenton County of Denton
Texas Party of the co
hereinafter terme CONTRACTUR. Sen Part,
WITNESSETH: That for and in consideration of the payments
and agreements hereinafter mentioned, to be made and performed
by the Party of the First part (OWNER), and under the
conditions
the said PartyreofethenSecondoPartthe bnasb(CONTRAC uR) earing even aherebyeragreeate s
with the said Party of the First Part (OWNER) to commence .and
complete the construction of certain improvements described as
follows:
and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement; and at his
(or their) own proper cost and expense. to furnish all
materials, supplies, machinery, equipment,
ment superintendence, labor, insurance, ana other accessoriesoolsand
services necessary to complete the said construction, in
accordance with the conditions ana prices stated: in the
Proposal attached hereto, and in accordance with all the
General Conditions of the Agreement, the Special Conditions,
the Notice to Bidders (Advertisement for bids), Instructions t
Bidders,
hefete, and in accordance with the plans, which includes all
maps, plats, blueprints, and other drawings and printed or
CA-1
Bid 11 9462
written explanatory matter thereof, and the Specifications
therefore, as prepared by Jerry Clark, P.E. it Engineer
all of which are mace a part hereof and collectively eviaence
and constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after
the date established for the start of work as set forth in
written notice to commence work and complete all work within
the time stated in the Proposal, subject to such extensions of
time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of
this contract, such payments to be subject to the General and
Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
Part ne Second Part,
ontractor)
Floyd Glenn Smith
Concrete Contractor
AUVPP;
AS
TO
PORbI:tto
y
—
CA-1
IRAMEY, KING $ MINNIS INSURANCE
707 FIRST STATE BANK BUILDING
DENTON, TEXAS 76201
INSURED
FLOYD GLENN SMITH
P.O. BOX 1781
DENTON, TEXAS 76201
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
IUMYANY
LETTER
COMPANY
LETTER B
V, rANT
LETTER C
LT
•.ETVMrAERIVT D .
UUMYANY
LETTER E
COMPANIES AFFORDING COVERAGE
NI
INSURANCE
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT
BE ISSUED OR MAY PERTAIN, THE
INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN
TIONS OF SUCH POLICIES.
WITH RESPECT TO WHICH THIS CERTIFICATE MAY
IS SUBJECT TO ALL THE TERMS, EXCLUSIONS,
CO rypE OF INSURANCE LTR _
POLICY NUMBER
POLICY EFFECTIVE
DATE (MWDWM
AND CONAi
DI -
POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS
GENERAL LIABILITY
DATE MMrmTvrl
I
°E.T„ =ti'3 EACH
'^ "'- OCCURRENCE AGGREGATE
A x COMPREHENSIVE FORM GLA7288432 5/l/85
5/l/86 BODILY
RY
X PREMISES/OPERAHONS
$ 3 0 O $1 , 0 0 O
x UNDERGROUND
EXPLOSION & COLLAPSE HAZARD
PROPER"DAMAGE
PRODUCTS/COMPLETED OPERATIONS
$ l O O $
X CONTRACTUAL
X INDEPENDENT CONTRACTORS
BI A PD
CC $ COMBINED $
X BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
PERSONAL INJURY $
AUTOMOBILE LIABILITY
A X ANY AUTO
DIY
ALL OWNED AUTOS (PRIV. PASS
x ) 6LA7288432
S / I / 8 S
IRR PEREDYI $ 3 O O ``��' jN2'C 1D'
X ALL OWNED AUTOS OTHER THAN) - -
PRIV.
5 / l / 8 6 DOCILY
PASS
X HIRED AUTOS
NAwY
NO ACCICHM $1 , 0 0 0
X NON -OWNED AUTOS
PROPEaTV
DAMAGE
GARAGE LIABILITY
$ 100 *sw
BI A PD � t
COMBINED I T}yt
-, EXCESS LIABILITY
$
UMBRELLA FORM -
. .
OTHER THAN UMBRELLA FORM - -
BI 8 BI $
� COMBINED $
A WORKERS' COMPENSATION
WC8242259
AND S/ l/ B S
STATUTORY I. A :vx
a'x
5/ 1/ 8 6
EMPLOYERS' LIABILITY.
I''?
F
$ (EACH ACCIDENT)
-
$ (DISEASE POLICY LIMIT)
OTHER
>''',
$ (DISEASE EACH EMPLOYLL
A Owners;Contractor
BI: 300/300
Protective Liabil t Binder/A 5/5/85
DESCRIPTION
5/5/86 PD: 100/1,000
OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS
Bid #9462
CITY OF DENTON
901.-B TEXAS STREET
DENTON, TEXAS 76201
Attn: John J. Marshall
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL /d DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY IT __ __
RAMEY,KING F, MINNIS INSURANCE
CITY OF DENTON
INSURANCE i1111- h1 REQUIREMENTS
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the
by the City of Denton,
Owner,
minimum insurance coverage as follows:
I Lrr. Ur COVEWE i " TTS OF LIABILITY
I• WORKMEN'S COMPENSATION
STATUTORY
II. COMPREHENSIVE GENERAL LIABILITY
Bodily Injury
$300,000 $1,000,UUO
Property Damage
Each occurance Aggregate
$10u,000
Each accident
III. COMPREHENSIVE AUTOMOBILE LIABILITY
Bodily Injury
$300,000 $1,000,000
Each person Each accident
" Property Damage $100,000
Each accident
A. In addition to the insurance described above, the
Contractor shall obtain at his expense an OWNER'S
PROTECTIVE LIABILITY INSURANCE POLICY with the
following limits:
BODILY INJURY PROPERTY DAMAGE
$300 000 each person $100,000 each accident
$30U,000 each. accident $1,000,UU0 aggregate
gg ate g
Covering the work to be performed by the Contractor
the City of Denton. for
B. The contractor will furnish the Owner's Protective
Policy described above and execute the Certificate
described on the following page to the City of for its approval. insurance uenton
must be accepted before
commencing any work under the contract to which this
insurance applies.
The City of Denton will be additional named insured. .Listed on all policies as an
#0399c
y
CERTIFICATE OF INSURANCE
THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by
the company or companies shown below:
THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by
the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an
additional insured on the policy or policies referred to herein.
In the event of any material change in or cancellation Of the policy or policies, the company or companies will mail ten (10)
days' written notice to the party to whom this certificate is addressed.
NAME AND ADDRESS of PARTY TO WHOM CERTIFICATE.IS ISSUED
GATE:
r City of Denton 7 REMARKS:
901-B Texas St. Bid # 9462
Denton, TX 76201
L Attn: John J. Marshall, C.P.M.
Purchasing Agent
iVAfriE AND ADDRESS OF IIVSURED:
Insurance Company I Type of Insurance
Workmen's Compel
and
Employers Liability
Comprehensive
General Liability
Comprehensive
Automobile Liability —
Policy
Number
'Absence of any appropriate entry means no such insurance is in force.
"Covers all owned, non -owned or hired vehicles.
Effective Expiration
0 1 Data I LIMITS OF LIABILITY -
Employers Liability Limits—Sl
Bodily Injury
Property Damage
Aggregate Protective
�$ Aggregate Contract
S aggregate ✓roaucts
& Completed Operat
Bodily Injury
$ Each
Property Damage
5 Each
NAkM AND ADDRESS OF AGENCY :
PFi= WWZF OF AGENCY Authorized H eipreurraadwes of ffr[ Insurance Companees related to abu
BID NUMBER 9462 BID PROPOSALS.
Page 1 of 2
Item
Number
Description
Unit Price
I .
432
Concrete Riprap
$ 31.5dS.Y.
2.
440
Reinforcing Steel
$ .7yL. B.
3,
470-1
4' ID Manhole (0'-6' Depth)
$ 950.0O'Ea.
4.
470-2
1 1
5
6
7
8.
9.
10.
11.
12
13.
M.
15.
16.
17.
18.
5 x 5 Junction Box (0'-6' Depth)
$1100.Op'Ea.
470-3
4' Inlet (0'-6' Depth)
$1000.0gEa.
470-4
6' Inlet (0'-6' Depth)
$1200.OV Ea.
470-5
8' Inlet (0'-6' Depth)
$1400.OVEa.
470-6
10' Inlet (0'-6' Depth)
$1600.Op'Ea.
470-7
Rebuilt Inlet -to remove and replace
top $ Inlet
471
of inlet
Ring and Cover (Inlets
6�Inlet
$
$ 75.OgEa. 8 Inlet
$8006
479
Adjusting Manhole (0'-4')
$ O'Inlet
300.OgEa.
$900
520
Dowel On -Integral Curb
$ 5.5Q'L. F.
522
Concrete Curb and Gutter
$ 6.7yL.F.
524-1
Concrete Driveway
$ 3�/S.Y.
524-2
6" Concrete Pavement (Radius, Et/�\)��
$ S.Y.
524-3
Concrete Sidewalk
zy-
2a 51
S.P.-2
Saw Cut (Existing Concrete)
$ 4.00/L.F.
S.P.-3
Structural Concrete (Class A)
$325.00/C.Y.
for Headwalls, Wingwalls, Etc.
(See Item 440 for Steel)
Contract period one
(1) year from date of award.
We quote the above f.o.b. Denton, Texas. Shipment can be made In
otherwise indicated. days from receipt of order. Terms net unless
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time constitutes a contract.
P n* Rnv aIn R
s9MContractor
" t rac t o r
tlCer
Denton Texas 76201 JI /I V
City State Zip
gnatwe
817-565-0114 Owner
Telephone Title
: BID NUMBER 9462 BID PROPOSALS
Page 2 of 2
The Contract will be executed for project items designated by the City.
The size and scope of each project will determine if bonding is necessary.
When bonding is necessary, the cost will add to the bid price.
The City of Denton reserves the right to award this bid by item if in the
best interest of the City of Denton.
Insurance as shown in this bid is required for all projects.
We quote the above f.o.b. Denton, Texas. Shipment can be made in
otherwise Indicated. days from receipt of order..Terms net unless
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time constitutes a contract.
P.Q.Box 1781
Mailing Address
n PTlt!)ll TPXa %�.%(11
Gty Stale Zip
Floyd Glenn Smith Concrete Contracto
1 eldder
�UULU
C signature
(817) 565-0114
Telephone
Owner
rue
DATE 5-21-85
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM G Chris Hartung, City Manager
SUBJECT BID N9463 DEAD FRONT LOAD BREAK ARRESTORS
RECOMMENDATION We recommend this bid be awarded to the low bidder for each
item as follows
Item 1 Temple $11 800 00
Item 2 Wesco $ 5 760 00
Item 3 Wesco $ 5,100 00
Item 4 Wesco $ 8,364 00
SUMMARY Total $31 02T'b6
These bid items are for use by the Electric Distribution
Division and are to be paid from Utility Budget Repair &
Maintenance Funds We sent this bid to several vendors
and received four bids The using department has reviewed
these bids
BACKGROUND Tabulation Sheet
_PROGRAMS DEPARTMENTS OR GROUPS AFFECTED
Electric Distribution
FISCAL IMPACT There is no fiscal impact on the General Fund
Respectfully submitted
G Chris Hartung
City Manager
Prepared by
o n J Marshall, C P-M
le Purchasing Agent
Approved
o i J Marshall C P M
itle Purchasing Agent
A
W
N
qh
(�i °pd M H
z
o
C
�
N
O
O
�
o
y
m
-�
x
W
�o
iw
�A
�
ac
OA
�
7c
H
�
O
�
h
A
C
a
�
�
�
-�
a
�
y
m
�
�
o
es+�
ryny
N
N
�
I-i
m
v
e*
Ky
�
m
9
H
T
S
N
a
m
p
�
x
N
a
�+
m
�
�
s
c
�.
�
m
O
V
W
W
�
N
�
p
m
�
r�
F�
C
w
W
p
8
a
w
u�
o
=
O
O
O
O
�
N
E
CC��
to
V
A
�sJ
n
O�
`+
N
�
?.��
s
o
0
8
O
o-+
C
A
m
�
V
to
2
m
o
�'b
�y
C7
N
m
uWi
',b
A
z
0
0
z
�e
c
0
z
z
8