Loading...
HomeMy WebLinkAboutContract 48332 C3TY SECRETARY CONTRACT W. Developer and Project Information Cover Sheet: Developer Company Name: DHL Supply Chain Address, State,Zip Code: 570 Polaris Parkway,Westerville, Ohio,43082 Phone&Email: 614-865-8646,steve.hess@dhl.com Authorized Signatory,Title: Mary Larger,Executive Vice President Real Estate Project Name and Brief Project Dean-712,500 SF Single Story Warehouse/Distribution Center Description: Project Location: Cantrell Sansom Road&Old Denton Rd Plat Case Number: PP-15-016 Plat Name: Carlsbad Addition Mapsco: Council District: 2 City Project Number: 100439 CFA Number: 2016-059 DOE Number: None To be completed by/staff Received by: Date: 7 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRETARY CFA Official Release Date: 10.07.2015 F.I. WORTHTX Page 1 of 11 ' M STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, DHL Supply Chain, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Project Dean ("Project") within the City or the extraterritorial jurisdiction 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 collective Improvements for the Proj ect. 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 further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this 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 describe the Improvements and are incorporated herein: Water (A) 1], Sewer (A-1) 'O, Paving (B) ipI, Storm Drain (B-1) ©, Street Lights & Signs E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section 11, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. 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 ways and/or prequalified to perform water/wastewater 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 infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 3 of 11 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 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 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, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 4 of 11 I. City shall not be responsible for payment of 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. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. 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. L. 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, its 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, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, bV the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 5 of 11 construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. 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. O. 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. P. 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 Agreement to cause the completion of the construction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 6 of 11 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) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: Pi ectbeat CFA No.: 2016-059 CP No.: 100439 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 Developers Cost A. Water and Sewer Construction 1. Water Construction $ - 2.Sewer Construction $ - Water and Sewer Construction Total $ - B. TPW Construction 1.Street $ 608,788.13 2.Storm Drain $ 187,600.00 3.Street Lights Installed by Developer $ 125,000.00! 4. Signals $ - TPW Construction Cost Total $ 921,288.13 Total Construction Cost(excluding the fees): $ 921,288.13 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ - D. Water/Sewer Material Testing Fee(2%) $ - Sub-Total for Water Construction Fees $ - E. TPW Inspection Fee(4%) $ 31,851.53 F. TPW Material Testing(2%) $ 15,925.76 G. Street Light Inspsection Cost $ 5,000.00 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 52,777.29 Total Construction Fees: $ 52,777.29 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 921,288.13 Completion Agreement=100%/Holds Plat $ 921,288.13 Cash Escrow Water/Sanitary Sewer=125% $ - Cash Escrow Paving/Storm Drain=125% $ 1,151,610.16 Letter of Credit=125%w/2yr expiration period $ 1,151,610.16 " x City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER DHL Supply Chain Jesus J. Chapa —� Assistant City Manager Name: Mary Lafee Title: Executive Pre dent Real Estate Date: Q ����� Date: Recommended by: ATTEST: (Only if required by Developer) Signature Name: Douglas Wiersig,P.E. ®f F4? Director Transportation&Public Works Department ° o Approved as to Form &Legality: ATTEST: o ° Richard A. McCracken Mary J. ser Assistant City Attorney City Secretary M&C No. N 114 Date: to Its/sic Foo- tziS: N/4- City of Fort Worth,Texas Standard Community Facilities Agreement OFFICIAL RECORD CFA Official Release Date: 10.07.2015 CITY SECRETARY Page 9 of 11 FT.WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 - Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvments Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements (X� Paving Cost Estimate Exhibit 13-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements (2 Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 10 of 11 ATTACIEVIENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100439 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 00 42 43 DAP-BIDPROPOSAL Page 2 ort SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 1 31.23.0101 Unclassified Excavation_by Plan — 31 23 16 CY 4000 $15.00 $60,000.00 .............._..........._...._......__..._.............I........._...._.__......�..__._.............. -..........._........__ ._. __....._ .._.._...3110.0101 Site Clearing -- -- - __._---.._....____ _--..._.31 10 00 LS_-- .----...._._1.__ $15,000,00.._.._._$15 000,00. 3___3211.0502 8"Lime Treatment(48LBS/SY)— —__32.11 29 SY 5450 $3.50 $19 075.00 --- -- -- —- - ----- — -------`------ 4 3211.0400 Hydrated Lime 32 11 29` -TONS — 130 $190.00_ $241700;00 5 3213.0403 8" Driveway_•__....._......_.....__ 3213 20 SY 220 $60.00 $13 200.00 _..................... _.__..............__..__._.._.._-......--............--— ........-__............._..........__...-..——,_._._..... 6..___......32120302 2 AsphaltPvmtType,D ___._.._......_—_._.321216—v SY— —_300.___,__._-.._.._$40.00__._ $12,000.00. 7 3213.0106 11"Conc Pvmt 32 13 13 SY 3539 $72.50 $256,577.50 _8 —3217_0000 Striping Allowance —� _ 32 17 23 LS _—_ 1_ $6,500_00 $6 500-00 _ 9 3441 0000 Signage Allowance _ 34 41,30 LS 1 $4,500.00 $4 500 00. 103471.0001 Traffic Control _ __. 34 71 ...... ....... .... . —...... ----....—__.... 11 3123.0102 Surveying Allowance 31 23 16 LS 1 $20,000_00 $20 000.00 12 9999.0005 11"As halt Base Type B 199 99 05 1 SY 1 1043 $46.00 $47.978.00 Contractor RAW Total Costs =$487,030.50 City 25%Contingency $121,757.63 TOTAL UNIT IV:PAVING IMPROVEMENTS1 $608,788.13 UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.0112 Install Elec Sery Pedestal26 05 00 EA 1 $10 000.00 $10 000.00 _..................._ ......................_....—_.._.._.._..............__ .._...........---......._----- -._ .—_....._._.......... ..........._..--_...- ,...... -......... 2 2605.3015 2"CONDT PVC SCH 80(T)_......._.--........-__.____............._.......___--26 05 33— _....._�F_..._....-._--_1300.._.,_,_._..__._.._$12.00 $15 600_00 3 3441 3002 Rdwy Ilium Assembly TY 8,11,D-25 and D_30 344120 EA_ _ ____-__12_____—$2 500.00 4 3441 3201 137w led Light Fixture— _ 34 41 20 — _ EA— __ 24 ....,_$1,250_00 $30,000.00 5 3441 3301 Rdwy Ilium Foundation TY 1 2 and 4 34 41 20-__._ _......._ ...__.. __�12 $900.00 $10,800.00 6 3441.3404 2-2-2 4 Quad lex Alym Elec Conductor 34 41 20 LF 1440 $2.50 $3,600.00 Contractor RAW Total Costs $100,000.00 City 25%Contingency $2500000 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $125,000.00 CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Projat No.02676 Form Varsion April 2.2014 DAP Bid Proposal-6-24.16.ds 00 42 43 DAP-BID PROPOSAL Page I ort SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT 111:DRAINAGE IMPROVEMENTS �............_..3341..0205 24"RCP, lll..................---.......__........................__........._............._............33_41 10_. LF 700 $77.00 $53 900.00 _...... ..........._.................._..__....—_......._.............__._..............._._............_....._..... _._._2........_...—33-4-1,0302 30"RCP,_Class_III..._�......_.._..---_.._..__._....__._.__._._.___.....__.._........._.-41 10_.......... �_�F...._................6. .—.............._$.......__......__$52,800_00 3 3349,0001 4'Storm Junction Box_-___-___.....___-_---___-_-___-____33.49 10---____-� EA_ 2 $7 000,00. 4 _3349.4107 30'SET,1 Pipe33 49 40_ EA 1 $4 500.00 $450 .00 5 3349.6001 10'Recessed Inlet 33 49 20` EA 5 $4,960.00 $24,800.00 Contractor RAW Total Costs $150,000.00 City 25%Contingency 1 $37 500.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $187,500.00 CI YOFFORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.02676 Fonn Version April 2.2014 DAP Bid Proposal-6.24-I6.Js 35W 81 CL�B�ATF ss;� SWEETW OD 287 o s ADWICK cAD00 w ANCY C NTREL << H NEYCOMB Z CANTRE L SANSOM FOSSIL CREEK Lli c PRIVATELU SITE _ uo N � z a 820 �.8 o NORTHEAST cn o N j F\N w a a N ELODY HILLS a a c ID L T N G EAT SOUTHWES LL U LL U N N0 O Q U N n Cf O O LL LL J Q W n N A o. NOT TO SCALE m _a MEN HALFF SN DGN: CFA-Exhibit-Location Map-Pri!!-dg AVO: 31705 ■.� TBPE FIRM DATE: 6/1/2016 PAGE NO.:1 OF 1 �1201 NORTH BOWSER RD.RICHARDCHARDSONON,TEXAS 75081-TEL(214)346.620 PROPOSED ASPHALT I PROPOSED PAVEMENT PROPOSED ASPHALT I PROPOSED PAVEMENTPROPOSED ASPHALT I TRANSITION (BUILT BY PRIVATE) PAVEMENT I I (BUILT BY PRIVATE) PAVEMENT � JII I „eta � v s �� ala4 �#�s„ .t'aP --------------- — 111 11 U11 I I 1 1 1111 )T I-717I�I1 771 TflTl L _.L11I1.11LL1ll11W1ILlllllJll_W15�1J1U1LLW11L -_._�__ PROPOSED J Ll..- _ .�_ SIDEWALK 1----1 \ I 1 I II LOT 1,BLOCK 1 - \\ LOT 2,BLOCK 1 � — — -- 3,564,898 SO.FT. 2,090,903 SO.FT. -_ — 81.891 ACRES—I I— �_—c 47.99 ACRES SPECIAL I� SPEC/AL WARRANTY ID—EEEDI — ----PROLOG CALLED 134.465 ACRES WITH A ' — -- I EXCEL INC. CALLED 3.665 ACRE SAVE AND EXCEPT_ !_ -- \ --- ----� ,_— DOC.N0.0215122180 DOC.NO.0208072130 _ \ I O.P.R.T.C.T. a ------- O.P.R.T.C.T. i— 1— i--r r1CfM1 l C ' &P'R \ 0 100 200 300 400 LrSCALE: 1"=200' 5N ■�® HALFF DGN: CFA-Exhibit-Paving-Private.dgn AVO: 31705 ■! � TBPA FIRMN,TEX 6.6DATE: 6/1/2016 PAGE NO.:1 OF 1 11201 NORTH BOWSER RD.RICHARDSODSON,TEXAS 76081-TEl(214)34200 0 � I ' PROPOSED ' STREET LIGHT N Q9 - CAN RELL I5M -RAAB------------------ �' I L------------- -------- - I I 1111 I�11111 T17J 1-1 TT 1-11 I'� 11 1 11 (m 11-w_ L I I m .1.11111 I11�I LI LLLLI111)U1L!W1 L11L�1LW11J11111.11 _-"-� ,___� L LOT 1,BLOCK 1 _-- LOT 2,BLOCK 1 ---- 3,564,898 SO.FT. - -_ ( 2,090,403 SO.FT. 81.84 ACRES 47.99 ACRES ' I SPECIAL WARRANTY DEED -- PROLOGIS - -__ I SPECIALEXCEL INC. DEED ' CALLED 134.465 ACRES WITH A -__ -i CALLED 3.665 ACRE SAVE AND EXCEPT _- DOC.N0.D215122180 DOC.NO.D208072130 I I _ I O.P.R.T.C.T. > O.P.R.T.C.T. ` I N SITE , - I I �\ 0 100 200 300 400 7L� I SCALE: 1"=200' NEE 57, DGN: CFA-Exhibit-Lights-Private.dgn AVO: 31705 HALFF N ■ ER TBPE DATE: 6/21/2016 PAGE NO.:1 OF 1 7201 NORTH BOWSER RD.RICHARDSON,TEXAS 75081-TEL(214)346.6200 EXISTING I EXISTING I PROPOSED DRAINAGE I L _ � LJ=vY i ��;��._� -CANTRELL SAMSON ROAD 10, I I i ri�1�1 i , - _ L I L111L1 I I j J1111 I) j LLI1 IL1LLs LL11111.L Ll�1)� l L[ y^ T ¢ PROPOSED DRAINAGE – y \ \, SYSTEM I LOT /,BLOCK LOT 2,BLOCK 1 I �" 3,564,898 SO.FT. i —T — 2,090,403 SO.FT. I_81.8,_4."ACRES _ a �� 47.99 ACRES I I — _SPECIAL WARRANTY DEED____ — SPECIAL WARRANTY DEED I I PROLOGIS I I L_ I -- EXCEL INC. CALLED 134.465 ACRES W/TH A -— I DOC.N0.D215122180 — CALLED 3.665 ACRE SAVE AND EXCEPT— O.P.R.T.C.T. DOC.NO. D208072130 _ O II I 1 -- O.P.R.T.C.T.— I � I FIE-_ Q I_ o � 9 PRIVATE SITE t ' -- _-� . ." 0 100 200 300 400 x SCALE: 1"=200' ° ®®® ALFF DGN: CFA-Exhibit-Drainage-Private.dgn AVO: 31705 TBPE FIRM NF-312 c ■:°1■ 1201 NORTH BOWSER RD.RICHAR SON,TEXAS 75081-TEL(214)348-6200 DATE: 6/l/2016 PAGE NO.:1 O F 1