Loading...
HomeMy WebLinkAboutContract 46261 0TV SEGWMAW zc� Developer and Project Information Cover Sheet: Developer Company Name: FW RIVERCREST BEND, LLC Address, State,Zip Code: 2929 W. 5TH ST., Ste. A,FORT WORTH,TX 76102 Phone,E-Mail: 817.332.9600,TIA @JRHPARTNERS.COM Authorized Signatory/Title: MR.JAMES R. HARRIS/MANAGER Project Name and Brief Description: RIVERCREST BEND ADDITION WATER,WASTEWATER,PAVING, &STORM DRAIN TO SERVE RIVERCREST ADDITION Project Location: ATHENA DRIVE/SCOTT ROAD Plat Case No.:FP-14-038 Plat Name: RIVERCREST BEND ADDITION Mapsco: 75A and 61W Council District: City Project No: 02351 CFA: 2014-068 DOE: 7289 To be completed by staff.- Received by: Date: OFFICIAL RECORD r17r SECRETARV '-Ir, `Wn,RTH,TX PECEIVED DEC 16 P,M, COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as RIVERCREST BEND ADDITION ("Project") within the City of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the Improvements and the Project. NOW,THEREFORE,For and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an 2 affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City- approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits are made a part hereof: Water (A) X, Sewer (A-1) X, Paving (B) X, Storm Drain (B-1) X The Developer shall award all contracts for the construction of the Improvements in accordance with Section H, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section H, of the Policy. E. For all Improvements included in this Agreement for which the Developer awards construction contract(s),Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public streets and/or to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work 3 contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give at least 48 hours' advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. F. Developer shall provide, at its expense, all engineering drawings and documents necessary to construct the improvements under this Agreement. G. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements contemplated herein. H. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. I. Developer hereby releases and agrees to indemnify, defend and hold the 4 City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. J. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. K. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub-contractors, officers, agents or employees,whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. L. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements 5 in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. M. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. N. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. O. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this 6 Agreement to cause the completion of the construction of the Improvements if at the end of two (2) years from the date of this Agreement (and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) 7 Cost Summary Sheet Project Name: RIVERCREST ADDITION CFA No.: 2014-068 DOE No.: 7289 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $168,155 2.Sewer Construction $191,150.00 Water and Sewer Construction Total $ 359,305.25 B. TPW Construction 1.Street $ 91,877.00 2.Storm Drain $ 86,280.00 3.Street Lights Installed by Developer $ - TPW Construction Cost Total $ 178,157.00 Total Construction Cost(excluding the fees): $ 537,462.25 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 7,186.11 D. Water/Sewer Material Testing Fee(2%) $ 7,186.11 Sub-Total for Water Construction Fees $ 14,372.22 E. TPW Inspection Fee(4%) $ 7,126.28 F. TPW Material Testing(2%) $ 3,563.14 G. Street Light Inspsection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 10,689.42 Total Construction Fees: $ 25,061.64 Financial Guarantee Options Choose one Amount Mark choice Bond=100% $ 537,462.25 Completion Agreement=100%/Holds Plat $ 537,462.25 x Cash Escrow Water/Sanitary Sewer=125% $ 449,131.56 Cash Escrow Paving/Storm Drain=125% $ 222,696.25 Letter of Credit=125%w/2 r expiration period $ 671,827.81 8 IN TESTIMONY WHEREOF,the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager,attested by its City Secretary,with the corporate seal of the City affixed,and said De e oper has execut t 's instrument m' adruplicate,at Fort Worth,Texas this day of ,20 . CITY OF FORT WORTH-Reconunended by: Water Department Transportation&Public Works Department ti,)--�4 (x&LLC � �J' (-j C—"' ,,, Wendy Chi-Bab lal,EMBA,P.E. Dougla .Wiersig,P.E. Development Engineering Manager Director Approved as to Form &Legality: Approved by City Managers Office UallL 4--�-44'�� 4�:' W� Douglas W.Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. �- Date: o° ATTEST: ��°°° °°6b. ° Mary'J.Kay City Secretary $e°�°oVUm°ZX �H ATTEST: DEVELOPER: /�14 Signature Signature (Print)Name:TYLER ARBOGAST Print Name:MICHAEL DIKE Title:MANAGER OFFICIAL RECORD f CITY SECRETARY 9 FT.WORTHS TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Location Map ® Exhibit A: Water Improvements ® Water Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Estimate ® Exhibit B: Paving Improvements ® Paving Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 10 bbbQb AA �^ R o� 3W � QW � v 3 N \ �' - ao ulsa3nlun I i u j ED a z X � I - _- - - ` O m w Q - cn z 0O I f I i cr I ati ao W j 0 80tlIN3H1 0 i i i i •� _ - \71 I I I ! u 0 1 p 3 a �I o CN L M W C) V O a 0- �I r V) w W i Z U U W a m Q W 2 S 0 U N 6MP's7!4W3 Vj�-SI60ilX3\s7l44.3\@+!J\u6!sa0- -at+H 7randgo:g0'j jog'Ll d s 1.0 uosuana7n:p!nsp wdSO�S't102'LI da5:a7a0 b� 7 �^ R Z z z �m Q p Q nt ` m E m mW Of w w ® G L) m U p z FU)� pW N z a W X I Z _ 4W - SHEER BLISS LANE -- 8'PIL lb d ? g^B1- TRAIL RIDER RD a -- iu W U p _.' �� '^ 'R w rc i v /� Z _- J n m ° L to En Ln a x 1 '--- w I RED BUD VJiE k I m e a > O X i o N w W � O O r Z O w w Q O _N J Q 0 Q Z S O Q w Lx.l iw-� w Q O € f w c9 Q ` 0 ti Q o �I (� w1� 0 O O O Y �I N J LL V O O O Om Z m W '_ � W = N O 0 0 00 � o �I N J d a- d dQ w W w O Z in in w w 0 0 D O U f= 6M'sll4rR3 r!7-SO2lilX3\sI1T43\M1�\u6laa0\IO\Pwg)ea \0l9\s) 5 AEI aa/�da 'O!Asli wzz,6"fOZ'90 1-0 alo0 UII 42 U BID PIMP-11_ Pa.1 SECTION W 42 43 PROPOSAL FORM-RIVERCREST BEND UNIT PRICE 131D Bidders Application Water Improvements Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Section No. Measure Bid Quantity Unit Price Bid Value 8"PVC water Pipe,Complete in Place for the Sum of. 3311.0261 32 Dollars& W 33 11 12 L.F. 2657 $32.00 $85,024.00 Cents per Linear Foot Fire Hydrant assembly,including pipe extension and 6"gate valve 3312.0001 Complete in Place for the Sum of. 3500 33 1240 EA 2 $3,500.00 $7,000.00 Dollars& 00 Cents per Each Ductile Iron water Fittings w/Restraint,Complete in Place for the 331 t.OW I Sum of: 5205 Dollars& 33 11 11 TON 2 $5,205.00 $10,410.00 00 Cents per TON Connection to Existing 4"-12"water Main,Complete in Place far the 3312.0117 Sum of: IOW Dollars& 331225 EA 2 $1,000.00 $2,000.00 00 Cents per Each 1"water Service,Complete in Place for the Sum of: 3312.2003 725 Dollars& 33 12 10 EA 70 $725.71 $50,800.00 71 Cents per Each 8"Gate Valve w/Box,Complete in Place for the Sum of. 3312.3003 1200 Dollars& 00 331200 EA 8 $1,200.00 $9,600.00 Cents per Each Trench Safety,Complete in Place for the Sum of: j 3305.0109 1 Dollars& 25 3305 10 L.F. 2657 $1.25 $3,321.25 Cents per Linear Foot SUBTOTAL-WATER IMPROVEMENTS $168,155.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form R.,Us d 20120220 Purl B-PuAnr Bid P-p„z IM, �4 mm I QW 1n 3 SHEER BLISS LANE -- Go - = TRAIL-RIDER-RD -_ pi — J t1 IL J — m W W LF- rr _ -kED-90D LANE LL X g � W � i o � � N W Z � O °o W = Z N lil ° Q a a y tz < J z Q a ~ U U) � Q ° ° A 0 V)W 0 0 W U IE O O ? ° m o R W o o D �I M N d CL W W W Z (7 V W d O Q W 2 S O ° Co.) N 6+W'sl!2W3 V-0-SOZ!In3\s!!®�R3\H!�\�ICaO\10\Pw9!salvauy\019\syoWad\5 pFd a vda:Q!nsn --RO�s'*tot'SO aa0-!00 110,243 It1D Pro$P(Is\I. P, 2"d4 SEC1 ION 00 42 43 PROPOSAL FORM-RIVERCREST BEND UNIT PRICE Bit) Bidders Application Sewer Improvements Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure R"PVC Sewer Pipe,Complete in Place for the Sum of, 33 11 10,33 31 12, 33314115 47 Dollars& 00 31 31 20 L.F. 2300 $47.00 $108,100.00 Cents per Linear I I 4'Manhole,Complete in Place for the Sum of_ 3339.1001 3200 Dollars& IN) 33 39 10,33 39 20 EA 12 $3,200.00 $38,400.00 Cents per Each 4'Extra Depth Manhole,Complete in Place for the Sum of: 3339.1001 175 Dollars& W 33 39 10,33 39 20 V.F. 40 $175.00 $7,000.00 Cents per Vertical Foot 4"Sewer Service,Complete in Place for the Sum of: 3331.3101 450 Dollars& 00 33 31 50 EA 67 $450.00 $30,150.00 Cents per Each Manhole Vacuum Testing,Complete in Place for the Sum of: 3301.0101 50 Dollars& 00 33 01 30 EA 12 $50.00 $600.00 Cents per Each Post-CCTV Inspection,Complete in Place for the Sum of: 3301.0002 2 Dollars& 00 33 01 31 L.F. 2300 $2.00 $4,600.00 Cents per Linear Foot Trench Safety,Complete in Place for the Sum of: 3305.0109 1 Dollars& 00 3305 10 L.F. 2300 $1.00 $2,300.00 Cents per Linear Foot SUBTOTAL-SANITARY SEWER IMPROVEMENTS $191,150.00 CITY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Form Retied 20120120 Part D-Pubnc Did P-p—L,b bbq n� 4)0 b W = � W Z 0.4 a r r ti� � 4 V kin g or w r � }° Q 9 rT co ' w V Z j j Q g uj W m > _ LL X lo o Z W W > M Y CO Q Q z 3 7 v> > J ` d € d Fes— V) Ld LLJ 04 LO V O O r� w 0 v '~ W O O (D O EO nw �I N W O z O W Z W m W (n W W O0 L2 m N 6.xps7!44x3 V!7—SI6061X3\s7!9!4x3\N�l�\u6rsa0\!0-oi 7randgo:gOl9\s7aalo�d.S :a!� uosuana7n:p!gasp wdgp:S'ilOZ'Ll da5 .7o0 '9142 43 umVWWO,U Pee,I"f s SECTION 01132 43 PROPOSAL FORM-RIVER BEND ADDITION UNIT PRICE BID Bidders Application Paving Improvements Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 6"Concrete Pavement Complete in Place for the Sum of. 32130101 33 Dollars& 50 32 13 13 S _ 1904 $3150 $63,784.00 Cents per Square Yard 6"Lime Stabilized Subgrade.Complete in Place for the Sum of 3211.0501 2 Dollars& 75 32 1129 S.Y. 2028 $2.75 $5,577.00 Cents per Square Yard 1-10rated Lime(32 Ibs/s}),Complete in Place for the Sum of, 3211,0400 160 Dollars& 00 32 1129 TON 32.5 $160.00 $5,192.00 Cents per Ton 18"Sawcut Existing Asphalt.Complete in Place for the Sum of. 9999,0001 20 Dollars& 00 000000 L.E 60 $20.00 $1,200.00 Cents per Linear Foot 6"Curb and Gutter.Complete in Place for the Sum of 3216.0102 2 Dollars& 00 32 16 13 L.F. 1190 $2.00 $2,380.00 Cents per Linear Foot 4"Sidewalk.Complete in Place for the Sum of. 3213 0301 27 Dollars& 00 32 13 20 S.Y. 332 $27.00 $8,964.00 Cents per Square Yard '.. Barrier Free Ramp.Tppe R-1,Complete in Place for the Sum of 3213.0501 1200 Dollars& 00 32 1320 EA 2 $1,200.00 $2,400.00 Cents per Each Barrier Free Ramp,Type M-1,Complete in Place for the Sum of. 3213 0506 1200 Dollars& 00 32 1320 EA 2 $1,200.00 $2,400.00 Cents per Each SUBTOTAL-PAVING IMPROVEMENTS $91,897.00 CTTI OF FORT w'ORTII STANDARD CONSI 14L CI ION SI'E011C.a I IUN IRXA MENI1 FormR,UM28110110 Pert 6 Public Rid Pmi W-A..—.h bb Xrom ^^ 00 3� o Qu QWIL IE a r l� _Z g W Q � ZZQ Z J � W X X Q i m C eC m Ui = o Cn U F— cn C oc rr O t rr E-- - m � _ t � x 1 � W o � M � O Z � C 3 J O Q z F- C� (n w O N L � J LLI V p °In W m U ° 0 w a Lo O a x � WW Z w w a o a w i 6+�P's]!4+4x3 V1�—SI606!X3\s7!44x3\L!�\�!s�0\!0\Pwg]ran�anly\p!9\sl>Wad\:5 :ag3 wsuaj- :g!—n dg4:*',jog'or day.a]n0 it0 J2 Jl 11101'HOFO.�,\I. Pace J..f S SECTION 00 42 43 PROPOSAL FORM-RIVER BEND ADDITION UNIT PRICE BID Biddces Application Public Drainage Improvements Project Item Information Bidders Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 21"RCP.Class III.Complete in Place for the Sum of 334117201 55 Dollars& 00 334110 L . 20 555.00 $1,100.00 Cents per Linear Foot 30"RCP,Class III.Complete in Place for the Sum of 3341.0302 70 Dollars& 00 334110 L.F. 234 $70.00 $16,380.00 Cents per Linear Foot 36"RCP,Class 111,Complete in Place for the Sum of 33410309 105 Dollars& 00 334110 L.F. 190 $105.00 $19,950.00 Cents per Linear Foot 4'Storm Junction Box,Complete in Place for the Sum of. 3349.0001 7500 Dollars& 00 3349 10 EA 2 $7,500.00 $15,000.00 Cents per Each Remove 4'%4'Drop Inlet,Complete in Place for the Sum of 241.4201 2000 Dollars& 00 024114 EA 1 $2,000.00 $2,000.00 Cents per Each 5S\5'Drop Inlet,Complete in Place for the Sum of 3349.7002 6500 Dollars& 00 33 49 20 EA 1 $6,500.00 $6,500.00 Cents per Each l0'Curb Inlet,Complete in Place for the Sum of 3349.5001 2200 Dollars& 00 33 49 20 EA 2 $2,200.00 $4,400.00 Cents per Each 36'Flared Headwall,I pipe.Complete in Place for the Sum of 3349.1003 6500 Dollars& 00 33 49 40 EA 1 $6,500.00 $6,500.00 Cents per Each BMP,INC.48FTB Snout Oil&Debris Stop or Equivalent,Complete 9999.0002 in Place for the Sum of 7250 Dollars& 00 00 00 EA 1 $7,250.00 $7,250.00 00 Cents per Each Flexmat,Complete in Place for the Sum of. 9999.0003 30 Dollars& 00 00 00 00 SF 240 $30.00 $7,200.00 Cents per Each SUBTOTAL-PUBLIC DRAINAGE AIPROVEMENTS $86,280.00 "T'V OF FORT WORTH STANDARD CONS 1 m C"11ON JPECIIICA 11ON DOCI'\IEN I1 Form R,,Utt 1 30120130 P..6 Pubbr Rid 1'mpuza4AUgusl.a4