Loading...
1995-163 ORDISANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1787 MID-WEST WRECKING $ 22,250.00 1788 MITCHELL TECHNICAL SALES, INC.$220,150.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the/~day of~,1995. BOB CASTLEBERRY, ~R ~ ATTE ST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM. HERBERT L. PROUTY, CITY ATTORNEY DATE: ~ER 19., 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1787 - DEMOLITION AND CLEARING OF FOURTEEN (14) UNSAFE STRUCTURES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Mid- West Wrecking, in the total amount of $22,250.00. SUMMARY: This bid is for the demolition and clearing of structures at fourteen (14) locations as listed on the attached tabulation sheet. The structures will be demolished and removed as directed, all Iota are to be left suitable for mowing. BACKGROUND: Tabulation Sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: CDBG Division, and various neighborhoods in the City of Denton. FISCAL IMPACT: Funds for this contract wili come from CDBG Grant Funds; Account #219-059-CD97-8502. ~o~d ~tfully submitted oyd V. Harrell City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 631. A~ENDA CONTRACT AGREEIv/F. NT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 12 day of SEPTEMBER A.D., 19 95 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. mUA~ELL thereunto duly authorized so to do, hereinafter termed "OWNER," and MID-WEST WRECKING CO. P.O. BOX 161819 FT WORTH, TEXAS 76161 of the City of FT. WORTH , County of TARRANT and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1787 - DEMOLITION ANDCT~ARING OFTHIRTEEN (13) UNSAFE STRUCTURES in the amount of $21.080.00 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, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and 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 to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 Dlueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications the~refore, as prepared by CDBG DEPART~NT STAFF all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the city of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. 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. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day~ first above written. ATTEST:. ~ ~~/~ /C~~ ~ c~o~ ~. , ~L-~ // (sm~) / ATTEST: CONTRACTOR MAILING ADDRESS ~/~- ~-~' PHONE NUMBER FAX NUMBER PRINTED ~AME APPROVED,~AS-~ FORM~ (SEAL) AAAO184~ Rev. 07/28/94 / CA - 3 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent Iow bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: · Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least /~ . · Any deductibles or selfqnsured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. ® Liability policies shall be endorsed to provide the following: ®® Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. · · That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. · All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage. · Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. · Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. · Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. AFF00BA 1 REVISED 10/12194 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: A. General Liability Insurance: General Liability insurance with combined single limits of not less than $~on:ooo shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. · Coverage B shall include personal injury. · Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: · Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. · Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. ^FFOOBA I REVISED I0112/94 Insurance Requirements Page 4 Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $5o0,o0o either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: · any auto, or · all owned, hired and non-owned autos. Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission {TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract. Coverage shall be on an AFFOOBA REVISED Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [-] ' Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an Ali-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. AFF0(}BA REVISED Insurance Requirements Page 6 ATTACHMENT I Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. AFF001iA I REVISED 1gl 12/94 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AFF00BAI REVISED 10/12.194 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreeme, nts, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and AFFflOBA REVISED Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AFF001~^ I REVISED 10/1~'94 1787 BID PROPOSALS Page 2 of · ITEM OES~I~ION OUAN. PRICE DEMOLITION & CLEARING #24 1. 710 N. CRAWFORD STREET 1 $ 1460, 2. 513 N. WOOD STREET 1 $1810. 3. 515 AVE. S 1 $1810. 4. 515 AVE. S (STRUCTURE BEHIND MAIN HOUSE) I $2160. 5. 319 E. MILL STREET 1 $1810. 6. 925 HILL STREET (SHED/COOPS IN BACK ONLY) 1 $1460. 7. 714 BAILEY STREET 1 $1110. 8. 102 MASSEY STREET 1 $2860. 9. 600 SKINNER STREET 1 $1460. 10. 1330 MORSE STREET 1 11460. 11. 1002 WILSON STREET 1 12. 1005 E. OAK STREET 1 f1110. 13. 8'06 ALLEN STREET 1 14. 629 E. PRAIRIE STREET 1 1810. TOTALS We quo~ the a~ve f.o.b. De~on, Te~s. Shipment an ~ m~e in days from remipt of order. Terms net unle~ othe~i~ indictS. In submi~ing the a~ve bid, t~ ven~r agrees that a~ep~nce of any or all bid items by the City of Denton, Texas within r~ble ~riod of time constitues a contraS. P.O. BOX 161819 MID-WEST WRECKING COMPANY FORT WORTH TX 76161 City S~te ilo 817 589-7062 VICE-PRESIDENT Tel~hone Title Howell-Stone Zns~ance~ ~nc. ~ C~FER8 NO R~ U~N ~E CE~cA~ HOLDE~ ~15 CERR~A~ P. O, BOX 50~0 ~ ~IE~ B~OW. E~mond~ O~ 73083-5010 ~ ~MPANIE~ AF~flDING ~V~GE (405) 341-6330 MIDWEST ~ECKING COMPLY ' OF TE~B ~ ~ C FT. WORTH~ TX 76161 ~ ........ ~J$ IS TO C~ ~AT ~E ~CI~ OF INSURE UST~ ~ HAVE '~ I~UED TO ~E INSUR~ ~ED A~ ~ ~E ~CY ~OO CER~FICA~ MAY BE ISSUED ~ MAY P~TNN, ~CLUSI~ AND C~OlT~ OF ~UGH ~UCIES UM~ $H~ MAY HAVE ~ REOUCEO ~ PNO C~MS · , : . ~~ ~ ~.000. OOC ~ ~ ............. j ........................................................... ~ ................................ ~ ................................. ~..~ ................. i~ .................................... ZNSU~OE COVERED BY THIS CERTIFIC~T~ INCLUD~ City Of Denton · S ~ ADDITIO~L INS~ED AS RESPECTS ALL WORK PBRFO~ED FOR TH~ BY MIDWEST ~CKING COMP~ OF SNOU~ ~Y 901 . Texas St=eet A(POItl . ~:~F::~..-~ ....... .,.,~. ~:~}:~:-:-:.~D*~ .................................................... ~..-.'-: ~,:.-:: 9 19/1995 P~Ol~Cl~ ~IS CER~CA~ IS ISSUED AS A MAi"I'=R OF INFOR~ON ONLY AND CONFERS NO RIG~ UPON ~E CER~CA~ HOLDER. ~IS CER~RCA~ ~B~C~ O~ ~e~t ~ DOES NOT AMEND, ~ND OR AL~R ~E COVERAQE AF~RDED BY ~E P.O. Box 796428 ;.p°ucIEs BEcOW~ Dallas, TI 75379-6428 OO~PANIE8 AFFO~OINS OOVEBAGE_ (214) 380-035% F~ 380-2001 ~*~ A TX WORKERS COMP INS F~ MID. ST ~ECKING COMP~ OF ~ ~ C TE~S '~D P. O. BOX 161819 FT. WORTH, TX. 76161 .. THIS IS TO c~RI~'THAT THE POUCIES OF INSURANCE US~_D BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POI.iCY r. rFi~CIIV[ ~OUCY EXF~IA'TION [ ~ ....... : ~ PRODUDTS~COMP~OP AGO. ; ......... :: P~S0NAL & ADV. ~JURY :.$ ~ - OWNER~ & COkqRACTOWS P~OT. ~ EACH OCCURRENCE ::$ ~ i FIRE DAMAGE (Any oae ~re) iS ! ............................................. : MED. E~cNSE (Any ode iAUTOMOBILE UABIU7~ :: COMBINED SINGLE : .......... :: LIMIT :$ :: i ~r~ ,~rro ~ ....................................... :: [Per parsc~) i ~ i BODILY iNJURY ! ....... . i i (Per accident) i . NO~Iq~NED AUTOS ! ................... i ....... i GAP, AGE LIABtLI[Y : ~ PROPER~Y DAMAGE ........ EACH OCCUF~-:HCE : ......... i AGGREGATE , , o,~. ~. ~..~,o~ : . .................................................. .................. ..:..- ........ ..... ? .......................................................................................................................... !: ............... ~ STATUTORY LIMITS :::'::..:::. A: ~um TSF49'~.2-0~ ~)3/22/95 03/22/9~::EAc" AGc~Da'~ ::$ 100 ' - -i'~:L¥:'~oLc, L~rr ,$ 500.000 :: o'r.~ DESCRIPTION OF OPE~ATIONS/t. OCATiON~/~HIC~IAL ITEMS :!!~i;:-i: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE i~i::i~i[ MAIL 3 0 DAYS WRITrEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CITY OF DENTON ii?~. LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMP~O OBUGATION OR PURCHASING DIVISION :~?.:.: UABIUTY OF ANY KIND UPON THE COMPANY, ITS AC~W'OR REPRESENTATIVES. 9 01. B TEX~S STREET ~:i~!i:??~'u'm°"~'~"~r~n~'/JTM/.44 /~i ~/~,..,,.~/..., ~ "!:':': /- - I ^ co a ~ 2~ ~ ( ~o)': .-: !... ~-:.: i' :i :~i. '::?? .:i .~ :::~:~ i.: .:X':i'! -i~:~. ?~!:~i~:~iiii:i~i:::::?:ii:.::i~:~iii~!ii:?/:::iiii?~ii~?~::?~i:.::::.?.:?:~:? J:::::ii~::::::~ ?i: :i'f.:;~' :~" i: ::?:i:: ii:?::?~:-:~:::?~ii::iiii:i!ii~!~i i::::?.- :.: ~' .:.:.: !. '? DATE: ~ER 12, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1788 - COOLING TOWER STRUCTURAL REPAIR RECOMMENDATION: We recommend this bid be awarded to the low bidder, Mitchell Technical Sales, Inc., in the amount of $220,150.00 for items 1, 4, & 5. S~RY: This bid is for material and services required for partial renovation of the Spencer Unit Five Cooling Tower. This tower has been in service for 23 years with no significant structural repairs. Renovation will include replacement of some wooden structural components, installation of an upgraded mist eliminator systems and installation of new hot water basins and related support structure. A complete renovation for this Unit Five Tower is estimated to be near one million dollars. This partial renovation is to repair only know damage at this point. As the interior of the tower is exposed additional structurai deterioration may be discovered requiring additionai expenditure. Change order exceeding $15,000, should they occur would be presented to Council for final approval. Included in the bid award recommendation is $10,000.00 for incidentals during the inspection process. Three bid proposals were received in response to eight bid packages mailed to vendors. BACKGROUND: Tabulation Sheet, Memorandum from Jim Thune dated August 21, 1995, PUB Minutes August 21, 1995 recommend approval. PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Electric Production, Electric Utilities, Electric Customers of the City of Denton. FISCAL IMPACT: Budgeted funds for Electric Production Account Numbers 610- 101-1011-3140-9205 and 610-101-1011-5140-8339. R ctful.~ su ' ted: City Manager ~ Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 628 .AGENDA City of Denton Utilities 1701 A Spencer Road · Denton, Texas 76205 · (817) 389 - 7551 · Fax: (8 7) 383 - 7555 August 21, 1995 Tom Shaw Purchasing Agent City of Denton Subject: City Council consent agenda items: Bid 1788 Cooling tower renovanon Dear Tom: Please prepare a consent agenda item for the attached requisition # 165531 cooling tower renovation. Support documentation is provided as follows: RECOMMENDATION: The electric utility recommends executing a purchase order with Mitchell Technical Sales, Inc. for material and services to renovate Spencer Unit Five cooling tower. The Public Utility Board approved this recommendation during the August 21, 1995 meeting. SUMMARY: Spencer Unit five cooling tower structure, hot water basin and mist eliminator systems have deteriorated and no longer provide reliable or efficient operat,on. Specificanons were prepared to allow bidding of material supply and construction services to perform the needed renovations. Low bid was received from Mitchell Technical Sales, Inc. The electric utility recommends executing a purchase order for the specified renovations as described in detail below. BACKGROUND: Unit Five cooling tower has been in service 23 years with no significant structural repairs or renovations. The tower is constructed of wood products which over time experience deterioration due to chemical, biological and physical conditions imposed by on line operation and off line conditions. Wooden cooling towers have an anticipated life expectancy of 20 to 25 years. This tower has provided generally acceptable service however, failures of the hot water basins, excessive carryover and fan erosion have all resulted from degradation of the tower structure, basin support and mist eliminator systems. The corrective action should involve complete replacement of all structural components and replacement or upgrade of the mist eliminator system, fill, hot water basin, support and distribution systems. Non-wood components are being utilized in tower construction more than ever before. Material upgrades and technological advancements could be applied to the renovation of this tower however funding has not been budgeted in the amounts necessary to completely recondition the tower in this manner. With limited funding available, bid specifications were prepared tbr pricing to rebuild individual cell sections of the tower. This tower is constructed in five cells. The renovation work scope includes replacement of structural wooden components; installation of upgraded mist elimxnator systems; Tom Shaw Page 2 August 21, 1995 and installation of new hot water basins and support structure. In order to address the most significant problems in this tower with limited funding available, the following construction work scope is recommended: Mist eliminators- Remove the deteriorated wooden mist eliminators and install a state of the art mist eliminator system in alt five cells. This will include a new wooden support system and PVC cellular drift eliminators. A 2% increase in tower efficiency is anticipated as a result of this work scope. Total cost $ 46,325. Hot water basin- Remove hot water basins and structure from all five cells. Replace basin support structure, hot water basin decking, curbs and partitions. Install rigid fiberglass distribution boxes, seal joints with mastic and install new polyproplene nozzles. Total cost $30,066. Structure- Column, joist and girt structures exposed during the basin and mist eliminator renovation will be inspected and replaced as needed. The extent of these repairs is unknown. Funding in the amount necessary to completely renovate one cell is recommended, and should provide sufficient resources to accommodate necessary replacements exposed by the mist eliminator and hot water basin work scope. Total cost $133,759. Miscellaneous- Fill material and the wire hanging system will be removed to facilitate the scope of work. Minor damage can be anticipated due to the age and deterioration of this material. Funding is recommended totaling $10,000 for incidental materials that will likely require replacement as a result of this work scope. Total cost $10~000. FISCAL iMPACT: Funding for this project is recommended at $220,150. This item was funded in the 1995 budget. Please advise me if additional material or information would be helpful in preparation of this matter for Council approval. Thank you, Manager, Electric Production Division cc:Bob Nelson purchase file rq 165531 PUB MINUTES Excerpt 8/21/95 9. CONSIDER APPROVAL OF BID #1785 FOR SPENCER PLANT COOLING TOWER RENOVATION Following extensive discussion and summary/background information provided by Jim Thune. Hooldns made a motion to approve the cooling tower renovations as presented in the back-up material. (~iese seconded the motion. All ayes, no nays, motion passed unanimously. I:~UG ~0 '95 14:56 CITY OF DENTON UA PAGE.002 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 12 day of SEP~EMBER A.D., 19. 95 , by and between THw. CITYOF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HAR~RT.T. thereunto duly authorized so to do, hereinafter termed "OWNER," and ~F~R'T'T'~IC~L~AT~ INC. P.O. BOX 29661 - 2356 ~.k~DA LANE DALLAS, TEXAS 75229 of the City of DAT.T.AS , County of D~,T.T.~,S and State of TEXAS · hereinafter termed "CONTRACTOR.., WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: .. BID # 1788 - COOT.TNG TOWER STRUCTURAL REPATR (ITEMS ~1, ~4, & #5) in the amount of $220,150.00 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, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and 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 to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ELECTRIC PRODUCTION DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the city of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. 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. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: 'CONTRACTOR/ MAILING ADDRESS PHONE NUMBER FAX NUMBER B Y f~*'~m'/~ ~-/~- TITLE PRINTED NAME APPROVE~~ (SEAL) /2~AA0184D Rev. 07/28/94 CA - 3 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent Iow bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon-written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton, All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: · Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least ^ · Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its AFF00BA I REVISI'~D 10/12194 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. · Liability policies shall be endorsed to provide the following: Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. · · That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. · All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage. · Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. · Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. · Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [~] A. General Liability Insurance: General Liability insurance with combined single limits of not less than 000,000.00 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. · Coverage B shall include personal injury. · Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: · Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. · Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AFFOOBA I REVISED 10112/94 Insurance Requirements Page 4 Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than 500,000.00 either in a single policy or in a combination of basic and umbrella or excess policies. The.policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: · any auto, or · all owned, hired and non-owned autos. Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract. Coverage shall be on an AFF00BAI REVISED 10/12/94 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an Ali-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ^FFOOBAI RI[VISED 10112194 Insurance Requirements Page 6 ATTACHMENT I Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage Ccertificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. AFF00BAI REVISED 10/12/94 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 {44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and AFFOOBAI REVISED Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AFU~0BAI REVISED 10/12/94 ! BID NUMBER ]-788 BID;PROPOSALS Page ! of 2 CRy ef De~ton, Texas 901-B Texas SL Purchasing Department Denton, Texas 76201 I - ITEM DESCRIPTION QUAN. PRICE AMOUNT I1. COST PER CELL STRUCTURAL CONSTRUCTION WITIt $EA $133,759 $668,795 REDWOOD $655,419 - 2. COST PER CELL, STRUCTURAL CONSTRUCTION WITH SEA $118,702 $593,510 DOUGLAS FIR $581,640- 3. COST PER CELL, DRIFT ELIMINATION REPAIR/REPLACE 5 EA SNO QUOTE SNO QUOT OEM CONSTRUCTION 4. COST PER CELL, DRIFT ELIMINATOR REPLACED WITH SEA $ 9,454 $ 47,270 [ PVC TYPE CONSTRUCTION $ 46,325- 5. ADDITIONAL COST PER CELL TO REPLACE HOT WATER 5 EA $ 6,136 $ 30,680 [ BASIN WITH OEM TYPE CONSTRUCTION $ 30,066 6. ADDITIONAL COST PER CELL TO REPLACE HOT WATER BASIN WITH OEM TYPE CONSTRUCTION NO QUOTE NO QUOT ~ CLARIFY ANY EXCEPTIONS OR ALTERNATE PROPOSALS TO THIS SPECIFICATION; INCLUDING IMPACT ON PRICING. NOTE: SECTION XI SUBMITTALS MUST ACCOMPANY i BID PROPOSAL TO BE CONSIDERED. I *EXTENDED AMOUNTS ARE DISCOUNTED FOR ACCOI, fl?LISHING ~ QUANTITY OF FIVE ALL AT ONCE ~ TOTALS We quote the above f.o.b, delivered to Denton, Texas. Shipment can be made in. 56 days from receipt of order. Terms net/30 unless otherwise indicated. In submilting 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 conslitues a contract. The completed Bid Proposal must be properly priced, signed and returned. I MITCHELL TECHNICAL SALES, INC. P.O. BOX 29661 - 2356 Glenda Lane JOSEPH F. SCOLARO, P.E. DALLAS, TEXAS 75229 I (214) .. _4~8_470080 - 9/~o/~6 ,536e ih~ede=iolmim~ Rd. ~00 ~.e~,~ 9~ ~o, ~ 78229 ~MP~IE~ A~DIN~ (~10)366-0~71 ~(210)524-208T 12131 ~LW~ --~7 , i, ooo, o0c Cit~ of ~a, ito Officials, ~to, ~loy~s & Vol~e~ Wal~ of ~tl~ lu fa~ of ~ty of ~t~, gte ~fi~fal, 901-B T~o S~ '111 I~ I