HomeMy WebLinkAboutScharnweber Water Conditioning, Inc. •
3
T
� 1 '
L„
PAcs
N N
Li 7C1
N
� Z
T
z �
riTh
1 �
} 1.
r
6 - n r�
� � n
s 0
3
1
-11
� v
n -•=v.
3
33I±10 Sr)4 313 A.EI3
001d31UM yip AHD
sr
LIN
S
ham.
FORM OF BID OR PROPOSAL
F.Y. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER
AND WATER MAIN EXTENSION
CONTRACT NO. 900
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of
Owc, , a Partnership consisting of the following partners:
having familiarized (himself) (themselves) (itself) with the existing conditions on
the project area affecting the cost of the work, and with all the contract documents
listed in the Table of Contents and Addenda (if any), as prepared by the City
Engineer of the City of Waterloo now on file in the office of the City Clerk, City
Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical
personnel, labor, materials, machinery, tools, appurtenances, equipment, and
services, including utility and transportation services required to construct and
complete this F.Y. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER
AND WATER MAIN EXTENSION, Contract No. 900, all in accordance with the
above-listed documents and for the unit prices for work in place for the following
items and quantities:
F.Y. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER
AND WATER MAIN EXTENSION
CONTRACT NO. 900
ITEM ITEM CODE ITEM DESCRIPTION UNIT ESTIMATED UNIT I TOTAL
NO. QUANTITY PRICE PRICE
1 2533-4980005 MOBILIZATION LS 1 II 51000.W is 000.ao
2 2528-8445110 TRAFFIC CONTROL LS 1 12,500,E 12,5OO 00
STORM WATER POLLUTION
3 2599-9999010 PREVENTION PLAN LS 1 t lo���7� l� JO�•DO
IMPLEMENTATION
4 2602-0000020 SILT FENCE LF 7,750 2_,op f 5,50D,%6
5 2602-0010010 MOBILIZATION, EROSION CONTROL EA 3 J50,0 21250.0°
6 2510-6745850 REMOVAL OF PAVEMENT, PORTLAND SY 150 30,OD q,530 JD
CEMENT CONCRETE, 7-INCH
7 2599-9999009 REMOVAL OF STORM SEWER PIPE LF 40 Z5,)3 13)D. D
FROM EXISTING DETENTION POND
FORM OF BID CONTRACT NO. 900—ADDENDUM #1 Page 1 of 4
REMOVE STORM SEWER PIPE LESS
8 2503-0200036 THAN OR EQUAL TO 36-INCH DIA.W/ LF 280 Z 5,Da 7 DOD,)
,
APRON
9 2599-9999005 REMOVE EXISTING STORM SEWER EA 1
STRUCTURE5X Z•,57c7•�
10 2599 9999010 REMOVE EXISTING TREES AND LS 1 5,9002
STUMPS .� 5,)L7O"30
11 2105-8425015 TOPSOIL,STRIP AND SALVAGE CY 2,665 6,5) 17,3Z2.50
12 2102-2710070 EXCAVATION, CLASS 10, ROADWAY CY 11,210 , 5 5,z?5.00
AND BORROW 5
SANITARY SEWER GRAVITY MAIN,
13 2504-0114010 BORED,SINGLE-WALL PVC PIPE, 24- LF 400 7/5 2g6000 Ou
INCH, W/36-INCH STEEL CASING PIPE
SANITARY SEWER GRAVITY MAIN, 1
14 2504-0114010 TRENCHED, CORRUGATED PVC PIPE, IF 2,850 115,00 327,750,00
24-INCH
15 2435 0130148 MANHOLE,SANITARY SEWER,SW- EA 8 dJD
301,48-INCH DIA. 5, �`�
16 2435 0130160 MANHOLE,SANITARY SEWER,SW- EA 1
301, 60-INCH DIA. ��5'��7 �75d.00
17 2435-0130184 MANHOLE,SANITARY SEWER, SW EA 1 f 5 5,700) /5i,S OO.O)
301,84-INCH DIA. _
18 2504-0200406 SANITARY SEWER SERVICE STUB, LF 430 35.)0 IS, 050.OD
PVC,6-INCH
19 2554 0208012 TAPPING SLEEVE, VALVE,AND BOX, EA 1 I5,J�.JO ` JJD_oo
16-INCH X 16-INCH
WATERMAIN, BORED, DIP, 16-INCH
20 2599-9999009 DIA. W/24-INCH DIA.STEEL CASING LF 460 276.v00•`�
PIPE 6Oo,00
21 2554-0112012 WATERMAIN,TRENCHED, DIP, 16 LF 3,620 55,OD 3113 Ci cD.c}(O
INCH DIA. I
22 2554-0202200 FITTINGS BY COUNT, DUCTILE IRON EA 6 I,6)0. J 5 ;o3,O
,
23 2554-0207012 VALVE, GATE, DIP, 16-INCH DIA. EA 12 '75i_7) 4'/,000, 3o
24 2599 9999005 WATERMAIN TEE, MJ, 16-INCH x 6- EA 6 �,
INCH 75(7.L7� 17150 00
25 2554-0210201 FIRE HYDRANT ASSEMBLY EA 6 5/003.'1 30,OOO•
26 2554-0204120 WATER SERVICE STUB, DIP, 6-INCH LF 430 Il.DD 5/ y Do
27 2599 9999005 1-1/2-INCH FOAM INSULATION EA 6
BOARD,4'x 8'SHEET `i '�0p 1 Z,0)2 O
28 2435-0140160 MANHOLE,STORM SEWER,SW 401, EA 1 IZ 0 0 I Z 000'0
84-INCH DIA. i /
STORM SEWER GRAVITY MAIN, if,Z�� J�
29 2503-0114236 TRENCHED, RCP, 2000D(CLASS III), LF 280 C5,30
36-INCH DIA., USE EXISTING PIPE
30 2416-0100036 APRONS, CONCRETE, 36-INCH DIA, EA 1 / 50D x 1 50D.0J
W/2 JOINT TIES, USE EXISTING PIPE
FORM OF BID CONTRACT NO. 900-ADDENDUM#1 Page 2 of 4
REPLACE STORM SEWER PIPE FROM �Y�
31 2599-9999009 EXISTING DETENTION POND, USE LF 40 30.33 1,20D,W
EXISTING PIPE
32 2502-8212206 SUBDRAIN, PERFORATED PLASTIC LF 1,300 12.53 1C,253 00
PIPE, 6-INCH DIA.
33 2435-0251218 INTAKE,SW 512, 18 INCH DIA.W/ EA 8 5O130 II Z,coO3 OD
SOLID COVER i
STANDARD OR SLIP FORM PORTLAND
34 2301-1033070 CEMENT CONCRETE PAVEMENT, SY 150 /3/500 i)
CLASS C, CLASS 2 DURABILITY,7-INCH
35 2105-8425005 TOPSOIL, FURNISH AND SPREAD CY 500 55.0D 2.7,50),0O
36 2599-9999001 TEMPORARY SEEDING AC 12 g5O.Xi 5, G./30 0o
37 2601-2634100 MULCHING AC 12 G53,30 7,800.00
38 2601-2636044 SEEDING AND FERTILIZING (URBAN) AC 12 050,00 1 r!,,1aD,00
39 2599-9999010 2-YEAR MAINTENANCE BOND LS 1 301000.4 50 -30
TOTAL CONSTRUCTION COST / 90 l 1)5 T 50
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and
start work within ten (10) days after"Notice to Proceed" is issued.
4. Security in the sum of! /, &'e �niLs4)c) t// *Tula c)//mfs Lc�3hfy Selo.ce 'r
Dollars ($ ck- O S,�.. ) in the form of Ll Ion()
is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( /� ), or Non-Resident
Bidder Certification ( ). (Mark one.)
7. The bidder is prepared to submit a financial and experience statement upon
request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate
of $10,000.00 in work for the City in the current calendar year, are prepared to
FORM OF BID CONTRACT NO. 900-ADDENDUM#1 Page 3 of 4
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate
of $10,000.00 in work for the City in the current calendar year, are prepared to
submit an AAP or Update and an EOC, within ten (10) days of notification that the
bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. 1- Date
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre-bid
Contact Information Form submitted with this Form of Bid or Proposal. The
apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on
this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non-Collusion Affidavits of All
Subcontractor(s).
The Contractor shall submit information on subcontractors on
"SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City
prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract
Compliance Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or"NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
C-116chi,tYJt'.r' 1l- 0-/5
�?(Name of Bidder) (Date) ry
BY: tt � Title Cc>tiirr_/Dc / Pr JeJ 'knee
Official Address: (Including Zip Code):
701 Pei
blroo to 5Z341
I.R.S. No. 27Q-
FORM OF BID CONTRACT NO. 900 Page 4 of 4
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of -off )
)ss
County of l orrA )
mik Ere ` , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, a resentative or Agent) , of cc/1crny,,e.ber y.
, the Bidder that has submrtfed the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person
to submit a collusive or sham Bid in connection with the Contract for which the attached
Bid has been submitted or to refrain from bidding in connection with such Contract, or
has in any manner, directly or indirectly, sought by agreement or collusion or
communication or conference with any other Bidder, firm or person to fix the price or
prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost
element of the bid price or the bid price of any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against the City
of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this
affiant. �f /�
(Signed)// /rr�'1L�- h )' �y,
E5/0,afJ(' I rJ{Cf" ncna5Cr
Title
Subscribed and sworn to before me this lea t'4 day of
A6V rr7 kl.r' , 2015_
I Ar:
TESSA MATHERLY Title
r Commission Number 791126
My commission expires My Commission Expires
4y-2-1,2018
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: 9DO
PROJECT NAME: 2°16 Ild'-'5('r4G1 Art ,chi/cry Sewer ,hd fcai
DATE OF LETTING: -15 14en slo;-,
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME >CI Ccr) pveJjar- t, ,
CORPORATE OFFICER Ale 04,
TITLE i irncAc P/ rOj ecf Mcr SPr
DATE //- /5-J5 J l
R
a
0
O O C N O a.)kr) .0 E cn o O
okr" 'as' ..
-_ os O 6 m N .0 6 al
Q -C O C m w ° �+ :
"r CUQ O > C O
N
i o = �V Eo W 8 V y o .0
ai L O •- m c as O E
r .Q N i C o C6 .L..• rn
O w L a w o y
`> Q •N OO E N et e
` IC N N N > T O co 0 -
a)c �o > o CCU coin' = A
� da a scBc= �'Ej- v, E
�
os
I a � ? -0 c oo � O IL CI)
'� o � Na ~
C6 m 21 a� aa 0 �
wm a) o QCE E
O � E v �Ch • Om 01-
�+
0
O o Q. o o C 0 L O: Zu'No � c o_ sB WOCW Z -9 a .. o U a> a C..)
a
a 1-
re oWL E c - 0 W d iai
W L6 co n > V 0) mN 0
Q O C
o a) o COE K b+
� UaA oZ2 -,o w N a
W O! � � m .o .
aOi aO) c E Z � 0
N �N � � 'n o � SD .0.-' 2 � � W y
IA z O W C = O Y cop 0 1- ai
Z i o � � w 15a oOa o COW
Q m a)
0
CC (I) 0
O
03I- 2 0 O aOEMOCW
` d ,Cycy>, Q L L rn cn L n a 0 QzWZ C
O C
p O �C
m+•'L
0 , 7 a d' a y
C Co n
E A i� a. U p
W _` II N y O m
«
U
co EEO I F m a o • E a) c LLW
co
Z
++
W s 0 R '"Za) 6 a C 0 `c
Ce p O Q-
m Z — A ga L Oo C E a ca 0 Ili� � ` o " o ° CO)
MA oi � i3 CCa ° WO]
.` o C V .
O 3 Op E0
w COC } c C o :a w• m C Q
L LL E O
) OO Cl) 3QOO V C6 6 Lam
'`^ �Q V Lmm
o oi
te o oo er ci a La�vC1oa w c 1- � v c W U L.
= Qmo � q mil.• NI5i 0a
E co coU o E a � -41 No 0C oZ poo � cno ° ,J
Oto O L a I- >, a> -0- a) ,� aC Qa o Jt.
t IA n a) V p 0 2 `' a E2, •cn -
7 1 ' Cl)
C , co L _I -a a � C .E- °� v
0_ Zaa)) n 0 CO Envi >- W "- ca cE `� -t ii
BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we, Scharnweber Water Conditioning, Inc.
as Principal, and The Ohio Casualty Insurance Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of Amt Bid
Dollars($5% of Amt Bid )lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the 19th day of
November , 2015, for 2016 Northeast Industrial Park Sanitary sewer
and Water Main Fxtpnsinn •
NOW,THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other respects perform the
agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority,the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as
provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond
shall be in no way impaired or affected by any extension of the time within which the Owner may accept
such Bid or execute such contract, and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such
of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be
signed by their proper officers this 16th day of ►November ,A.D.201 5 .
Scharnweber Water Conditioning, Inc.(Seal)
Principal
By Ur PfJ1L(iT(TPlozelG<
J
The Ohio Casualty Insurance Company(seal)
- TamM
Witness Molli J. Hanse A ey-in-fa
•
Christopher . emp
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No. 6925435
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company
is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute
and appoint, Chris Steinagel;Christopher M.Kemp;Connie Smith;Michael J. Douglas; Robert Downey
all of the city of Hudson ,state of WI each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge
and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 30th day of March , 2015
a American Fire and Casualty Company ts P114 cqs' POSY INSb PCWsb R NINSURA
,, q,�,, s �yr a,�o oR.%1Pc, ,�� :"re., The Ohio Casualty Insurance Company to
1g ^ o $ 1912 s Q 1991� Liberty insurance Company c
I 1906 0 D 7414 n >
��,��,,� o a �( < a9 West merican Insurance Company
N ,,may\, S 0'yf n* aAa yd-). -. aitS ` `�' 3 MviAµt• . j
a1 * * By: 4 T
c STATE OF PENNSYLVANIA ss David M.Carey(Assistant Secretary c
co
+�2COUNTY OF MONTGOMERY c
mpf On this 30th day of March , 2015 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and C
✓ e) Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,C0
p 2 IJ
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. w L
c
✓ > IN WITNESS WHEREOF,I have hereunto subscribed m name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year firstn above written. O a
e) c 5R "sr COMMONWEALTH OF PENNSYLVANIA /� /N�/� —
a �eroaw vet, Notarial Seal ��'�'�`�"""�' M
_-y d o y v Teresa- Pastetla,Notary Public g O V
O cp of Plymouth Twp.,Montgomery County Y Teresa Pastella,Notary Public ''a
\\ �y- My Commission Expires March 28,2017 d c
w N 'Dp '11*._R"Q Member,Pennsylvania Association of Notaries
W o_
c rip This Power of Attorney is made and executed pursuant to ans by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance ,N c
N Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: s 0
"ci
r0 ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 c
-�; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, -y
0 c acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective -5 3
E a powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 7 w
p ` executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >4
4- T the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. .c a
�,N
To ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E c9
>. L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, s-M
.
O 3 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their E o0
Z V respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so go
executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0 eo
Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- I——
fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety
obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and
West American Insurance Company do hereby certify that the original power of attorney of which the fore oing is a full,true and corre copy of the Power of Attorney executed b id
Companies,is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this a+ day of O ,20 1
(9068
f
( `tNSUq ` Nk4yr J�JPI,..orzq��geF ,��.ai.o g 1912 al• < 1991 g By: y(`Jr_���
,�r. u o fo a' W = Gregory W.Davenport,Assistant Secretary
'4.4 H'k*q#411 `J,tNie,, *a..1. d%).1RA(N P2 - .UNP ' 7
486 of 1000
I MS 19a74 197n14