Loading...
HomeMy WebLinkAboutContract 26095 i.. A WMA CITY SECRETARY . SECTION ONE CONTRACT NO, COMMUNITY FACILITIES AGREEMENT to install WATER AND SEWER SERVICES for LOST SPURS ADDITION A. The City agrees to permit the Developer to let a contract for, in accordance with its accepted practices, ordinances, regulations, and the provisions of the City Charter, and subject to the requirements of the City's Charter, and subject to the requirements of the City's Policies and Regulations for Installation of Community Facilities, all as current at the time of installation: WATER FACILITIES serve the lots as shown on the attached Exhibit A , and SANITARY SEWER FACILITIES to serve the lots as shown on the attached Exhibit A-1 all in accordance with plans and specifications to be prepared by private engineers employed by the Developer and approved by the Water Department. B. The City agrees to allow the Developer to install, at his expense, at the time all other water mains in this addition are installed, a service line for each lot as shown on the attached Exhibit A . The estimated cost of these service lines is $ 82,125. The City agrees to record the location of each said service line in respect to the corner of the lot served, and to retain said records in its possession. C. The construction cost of the water facilities herein concerned, exclusive of service lines and engineering is estimated to be Four Hundred Seventy- Eight Thousand, Six Hundred Thirty-Six Dollars $478,636) . D. The City agrees to allow the Developer to install, at his expense, at the time all other sanitary sewer mains in this addition are installed, a service line for each lot as shown on the attached Exhibit A-1 . The estimated cost of these service lines is $ 65,700. The City agrees to record the location of each said service line in respect to the corner of the lot served, and to retain said records in its possession. E. The construction cost of the sanitary sewer facilities to be installed hereunder, exclusive of service lines and engineering, is estimated to be Three Hundred Thirty-Seven Thousand, Eight Hundred Thirty-Three Dollars ($337,833). c" ��GDir!� ?L'Gulrll� �r My, c� cf G?� ° y ma� _ � 1 PROJECT NAME: LOST SPURS ADDITION F. Prior to allowance of the construction contract by Developer, the Developer agrees to provide acceptable financial guarantee to the city for 100 percent of the construction of the construction costs along with payment of any Ordinance costs and fees that are applicable. Prior to the award of the construction contract by the City or the commencing of any work by the City or its contractors, the Developer agrees to pay to the City: (1) (a) One Hundred percent (100%) of the Developer's cost of all water and sanitary sewer facilities within the development, exclusive of engineering and service costs, sized to provide water and sanitary sewer service within the development. (b)One hundred percent (100%) of the Developer's cost of all approach water and sanitary sewer facilities outside the limits of the development sized to provide water and sanitary sewer service to the development. (c)One hundred percent (100%) of the Developer's cost of any approach water main facility or water facility within the development that is 8-inches in size for non-industrial development and 12-inches in size for industrial development. (d)One hundred percent (100%) of the Developer's cost of any approach sanitary sewer main facility or sanitary sewer facility within the development that is 8-inches in size. (2) An additional ten percent (10%) of the total of the Developers cost of these water and sanitary sewer facilities, exclusive of cost of service lines, is required for design engineering if such engineering is performed by the City at the Developer's request. (3) One hundred percent (100%) of the Developer's cost of all service lines, estimated under 1-13 and 1-D above, in accordance with the provisions of the current Fort Worth City Code. (4) A construction Inspection Fee equal to two (2%) of the Developer's actual cost share of the construction cost (including all services) of the water and/or sanitary sewer facilities. G. The distribution of estimated construction cost between the City and the Developer, as per paragraph 1-F above, for all water and sanitary sewer facilities to be constructed hereunder is estimated as follows: � �1C�A,L PVC0R�D I-2 R W 0ej�N M. PROJECT NAME: LOST SPURS ADDITION (1) WATER FACILITIES : Estimated Developer Estimated Total Cost City Cost Cost (a) Mains, Within Development $ 458,395 $ 19,084*** $ 477,479 Approach $ -0- $ -0- $ -0- (b) Easements* $ -0- $ -0- $ -0- (c) Services (219 - single 1") $ 82,125 $ -0- $ 82,125 (d)Park Participation $ -0- $ 1,157 $ 1,157 Sub-Totals, Water $ 540,520 $ 20,241 $560,761 (2) SANITARY SEWER FACILITIES: (a) Development $ 243,273 $ -0- $ 243,273 Approach $ 91,930 $ 1,010 $ 92,940 (b) Easements " $ -0- $ -0- $ -0- (c) Services ( 219 -4") $ 65,700 $ -0- $ 65,700 (d)Park Participation $ -0- $ 1,620 $ 1,620 Sub-Totals, Sewer $ 400,903 $ 2,630 $ 403,533 (3) TOTAL CONSTRUCTION COST: $ 941,423 $ 22,871 $ 964,294 (4) CONSTRUCTION INSPECTION FEE : $ 18,828 $ 402 $ 19,230 *to be dedicated by the developer. see Page 1-4 for City Cost *** City pays for 30'east and 82' west from cross at approach plus 2-16 Valves only. 'ulw"a"L G`r'��JG17D T I-3 _Kv�r1H➢ ya, ** CITY PARTICIPATION BREAK-DOWN FOR: LOST SPURS ADDITION WATER FRONT FOOTAGE CALCULATIONS OPTION A: (Perimeter of Subdivision Adjacent to Park) 16 Total Front Footage = 3,174 L.F. / 6 = 529 L.F. (Park includes TU easement) OPTION B: (Linear Feet of Water Line Adjacent to Park) Total Front Footage = 950 L.F. Front Footage Calculation use lesser of Option A and Option B = 431 L.F. WATER FRONT FOOT CHARGE : 529 L.F. X $8.75 = $ 4,629/4 = $1,157 OVERSIZED WATER MAIN ( City pays for the 16" water line, gate valves and fittings extending east and west from station 23+97.29 on the 16" approach water line which was required for the Lost Spurs Addition.) 16" Water Line ($38.25) averaged costs 112 L.F. x $13.75 = $ 4,284 16"Gate Valve ($6,500) 2 Each x $ 6,500 = $ 13,000 16" Fittings ($3,000/Ton) 0.6 x $3,000 = $ 1,800 Subtotal $ 19,084 SEWER FRONT FOOTAGE CALCULATIONS OPTION A: (Perimeter of Subdivision Adjacent to Park) 16 Total Front Footage = = 3,174 L.F. 16 = 529 L.F. (Park includes TU easement) OPTION B: (Linear Feet of Sewer Line Adjacent to Park) Total Front Footage = 900 L.F. Front Footage Calculation use lesser of Option A and Option B = 900 L.F. SEWER FRONT FOOT CHARGE : 529 L.F. X $12.25 = $ 6,480/4 = $1,620 v� ��'G�a1 10I-4iNjEl u � OVERSIZED APPROACH SEWER MAIN (Developer pays up to 10" sewer line; City pays the difference between 12"/10" sewer line. 12"SDR-35/10" SDR-35 Sewer Line ($26-$24) averaged costs 505 L.F. x $2.00 = $ 1,010 TOTAL CITY PARTICIPATION FOR WATER DEPARTMENT _ $1,157+ $19,084+ $1,620+ $1,010= $22,871 I-5 r PROJECT NAME: LOST SPURS ADDITION H. The above charges do not include any front foot charges for connection to existing or proposed water and/or sanitary sewer mains constructed or to be constructed under the provisions of the "APPROACH MAIN OPTION" as described in Section III of the Policy for the "INSTALLATION OF COMMUNITY FACILITIES" adopted in September, 1992. These additional charges are as follows: 1. Applicable to this Contract in the amount of $ N/A. by Contract No. N/A dated N/A Applicable CFA Name N/A Date: N/A Number N/A I. When water facilities are installed by contract, installation of water services will be included as part of the contract. Installation of meter boxes on those services may be done by the City, after completion of construction of all relative curb and gutter work on the water facilities project site, at a cost of $70/$135 per contract-installed charge to be due and payable prior to issuance of a Work Order on the water facilities installation contract. The above charges do not apply if the Developer elects to include meter box installation as part of the contract. However, meter boxes must conform City standards. J. Within a reasonable time after completion of the above referenced facilities to be constructed by contract awarded by the Developer, provided all conditions for City participation have been met, the City agrees to pay the Developer the "Estimated City Cost" set out in 1-G above; provided, however, that said payment shall be calculated using the actual construction costs and actual service costs under the provisions of I-6 s PROJECT NAME: LOST SPURS ADDITION the current Fort Worth City Code, (said payment to be calculated as in 1- G above), based on actual quantities as reflected in the final estimate paid to the Contractor by the Developer and on the actual records of cost kept by the City as a part of its customary procedures. In the event the difference in the deposit and the actual costs exceeds $25, Developer agrees to pay to the City and underpayment which said adjustment might indicate as being due, and the City agrees to pay to Developer any overpayment. K. Work hereunder shall be completed within two (2) years from date hereof, and it is understood that any obligation on the part of the City to make any refunds with respect to water and/or sanitary sewer facilities shall cease upon the expiration of two (2) years from date hereof, except for refunds due from "front foot charges" on water and sanitary sewer mains, which refunds may continue to be made for a period of ten (10) years commencing on the date that approach mains are accepted by the Director. If less than 70% of the eligible collections due to the developer has been collected, the Developer may request in writing an extension of up to an additional 10 years for collection of front charges. In the event water and/or sanitary sewer facilities work is not completed within the (2) year period, City may, at its election, complete such work at Developer's expense. L. It is further agreed and understood that any additional payment required of Developer is to cover only such additional work and/or materials as may be made necessary by conditions encountered during construction, and shall not include any change in scope of the project. RECOMMENDED: )6 Dale A. Fisseler, Director Water Department Date CC FV COMMUNITY FACILITIES AGREEMENT to install STREET, STORM DRAIN, STREET LIGHT AND STREET NAME SIGN IMPROVEMENTS LOST SPURS ADDITION A. The Developer agrees to install or to cause to have installed, the street, storm drainage, street lighting, street name sign and other community facilities improvements shown as "current improvements" on the attached Exhibits B, 131, C and D. B. The Developer agrees to comply with all city accepted practices, ordinances, regulations, as well as provisions of the City Charter, the City Subdivision Ordinance, City Design Standards and the current Policy for Installation of Community Facilities in the design, contracting and installation of required improvements. C. The Developer agrees to comply with the General Requirements contained herein (Attachment A). D. As shown on the attached "Summary of Cost", the Developer agrees to fund his share of improvements and to pay the City for his share of the cost of street, storm drainage, street lighting, street name sign and other community facilities as shown on the attached Exhibits B, 131, C and D. Payment is due at the time this agreement is executed by the City and the Developer. E. The estimated total cost of current improvements and related support services specified in this agreement, including design, construction and inspection is estimated to be $1,242,855. In accordance with the City's current Policy for Installation of Community Facilities as shown in the Cost Summary on page 3. The Developer shall contribute $1,117,751 of the total amount. City participation is $125,104 of the total estimated construction cost. F. Developer agrees to provide, at his expense, all necessary rights of way and easements required to construct current and future improvements provided for in this agreement. 1 C'Uc UV`✓�!�U��L7Wo G. Developer agrees to relieve the City of any responsibilities for any inadequacies in the preliminary plans, specifications and cost estimates supplied for the purpose of this contract. H. Developer also agrees to install or adjust all of the required utilities to serve the development or to construct the improvements required herein. I. Developer agrees that no street construction or storm drainage will begin prior to City Council approval of this Community Facilities agreement. (Article 104.100, Ordinance 7234). J. Developer agrees that no lot shall be occupied until improvements required herein have been constructed (Article 104.100, Ordinance 7234). K. Developer agrees to complete the improvements covered by this agreement within 90 calendar days after having been instructed to do so, in writing, by the Director of Transportation and Public works. It is understood that the developer will initiate the construction of all improvements to conform with his own schedule, except for those improvements which the Transportation and Public Works Director deems necessary for the proper and orderly development of the area. In the event Developer fails to carry out any such instructions within the 90-day period, the Developer gives the City the right to design and award a contract, and inspect the improvements in question, and agrees to pay to the City prior to the award of the contract, the amount of the low bid. L. Developer participation in "current improvements" shall not exceed 125% of cost shown in Summary of Cost. 2 2 FIR §,J� FIIII'lllllle M. 10/11/1999 10:31- 8173357437 DUNAWAY ASSOC. -IN PAGE 03 ®� r COMMUNITY FACILITIES DUNAWAY ASSOCIATES, INC. EXHIBIT "All eNClNeeea • e►,nr,[�etts • stt�ral:a COST DISTRIBUTION Project: Lost Spurs Addition Water Improvements Pay Item Description Quantity Unit Amount Total Amount 1 6-in.water pipe 333 LF $ 16. 0 $ 5,328.00 2 8-in.water pipe 6,936 LF $ 17.50 $ 121,380.00 13 i 12-in. e 2,007 LF $ 24.50 $ 49,171.50 4 16-in.concrete water pipe, including blocking'(including pipe 2,530 LF $ - $ - within proposed casing and struts 4a 16-in.ductile Iron water pipe, including blocking'`(including 2,530 LF $ 38.25 $ 96,772.50 pipe within proposed casingand struts) 5 24-in.x 16-in.tapping sleeve and valve with concrete vault 1 EA $ 9,500.00 $ 9,500.00 per CI of Fort Worth standards 6 16-in.resilient seat gate valve with vault per City of Fort 2 EA $ 13,500.00 $ 13,000.00 Worth standards 7 12-in,gate valve with box and cover 7 EA $ 1,000.00 $ 7,000.00 r1188-in. ate valve with box and cover 24 EA $ 600.00 $ 14,400.00 6-in. ate valve with box and cover 11 EA $ 500.00 $ 5,500.00 Fire h drant,standard T-6"bu 10 EA $ 1,100.00 $ 11,000.00 Concrete pressure pipe fittings and specials for 16-in. concrete pipe,furnish and install,complete In place,with 1 LS $ - $ - conerete blocking and stainless steel bolts Ductile iron fittings and gray iron fittings,furnish and install, 12 complete in place,with concrete blocking and stainless steel 13 TN $ 3,600.00 $ 47,620.00 bolts 13 30-in,steel casing only laced by bore 102 LF $ 260.00 $ 26,520.00 14 30-in.steel casing only laced by open cut 296 LF $ 115.Q0 $ 34,040.00 16 Asphalt pavement repair Q trenching width for 16-in.water 444 LF $ 30.00 $ 13,320.00 line 16 Class"8"(2500#)concrete for misc. placement and 10 CY $ 10.00 $ 100.00 encasement,furnish and Install,complete in place W171-in.water service 219 EA $ 325.00 $ 71,175.00 T e"A"meter box with cover 219 EA $ 50.00 $ 10,950.00 Trench backfill densitytesting1 LS $ 5,000.00 $ 5,000.00 TOTAL $541,677.00 A ElluncoED W17W1_Ex 1bft 1011 To"4d5 page 2 or 9 10/11/99 AW WATER AND/OR SANITARY SEWER FACILITIES ATTRIBUTABLE TO PARK DEPARTMENT A. One half of the front foot charges of the water facilities herein concerned exclusive of service line and engineering attributable to the Parks and Community Services Department is estimated to be $1.157 B. One half of the front foot charges of the sanitary sewer facilities herein concerned exclusive of service line and engineering attributable to the Parks and Community Services Department is estimated to be $1.620 C. The City's shares of water and sanitary sewer costs for services to the proposed park will be due and payable to the developer upon; 1. Completion of the related water and sanitary sewer facilities. 2. Delivery of required park construction documents related to the park property to the Parks and Community Services Department. Whichever event occurs last. Recommended Richard Zavala, Director Parks and Community Services Department INCIIPRMI Ry E:T,-A.H--d Rksbld dddWy Docu %CFA-U-d Sp—Addend I- PAVING FACILITIES ATTRIBUTABLE TO PARK DEVELOPMENT A. One half of linear foot charges of park paving, including design, engineering, administration and inspection contingencies attributable to the Parks and Community Services Department at an estimated cost of $66,604 B. The City's share of park paving costs to the proposed park will be due and payable to the developer upon: 1. Completion of park paving and associated construction and grading, and 2. Delivery of title to the park property to the City. Whichever event occurs last. Recommended, Richard Zavala, Director Parks and Community Services Department ,Cu$ �� G?CG�°� EAR.4,H--d Fil.,\Md dr.\tdy Do Um U\CFA-\L"9p—Ad&.&—d. i► -Wk IV STREET NAME SIGNS 1 . The Developer agrees to pay for the street name sign installations required by this development to the extent of $100 . 00 per intersection. This unit cost will be revised annually by the Department of Transportation and Public Works to reflect prevailing costs of materials and labor. 2 . This development creates the following eleven (11) intersections at a cost to the Developer of $1 ,100.00: Alta Vista Boulevard and Lost Spurs Road Lasso Road and Lost Spurs Road Lasso Road and Bill Hickock Drive Cripple Creek Trail and Bill Hickock Drive Cripple Creek Trail and Lost Spurs Road Lost Spurs Road and Silverado Trail Bill Hickock Drive and Silverado Trail Rough Creek Road and Silverado Trail Cattlebaron Drive and Lost Spurs Road Cattlebaron Drive and Rough Creek Road Cattlebaron Drive and Haslet - Roanoke Road 3 . The Developer may either deposit cash funds with the City equal to the above amount at the time of Community Facilities Agreement approval or wait until the street name signs are to be installed. If the Developer elects to wait, the cost of street name signs will be at the rate prevailing when the Developer deposits funds with the City. 4 . The City will install the street name signs upon final approval of the street construction. The street name signs will remain the property of, and will be maintained by, the City. LOST SPURS ADDITION Fort Worth, Texas June 27 , 2000 IV-1 �v��������1��� "'KOPDM Adw\ r ADDENDUM The following constitutes an Addendum to be read and construed with and as a part of that certain Community Facilities Agreement, heretofore entered into by and between the developer Lost Spurs Development Inc. Donald L. Hudgins, Jr., President and the City of Fort Worth, a municipal corporation in Tarrant County, Texas dated , and designated as Contract No. ,in the office of the City Secretary of the City of Fort Worth, Texas. (1) The developers and the City hereby agree as follows: A. The developer agrees to deed to the public one parcel of land approximately 9.505 acres in size out of Lost Spurs Addition for the purpose of a public park as so designated by the City Council, City of Fort Worth, the said parcel of land being the delineated area shown on the attached Exhibit "D", Parks, which is hereby incorporated herein by reference for identifying the land to be so dedicated. The deeding of said park to the City shall occur no later than ninety(90) days after approval of this Addendum by the City Council of the City of Fort Worth. B. The developer agrees and acknowledges that in order to receive reimbursement for city participation on park related infrastructure improvements that it will be necessary for the contractor to be selected by the sealed bid method after advertisement in a local newspaper. The public sealed bids shall be opened in the presence of a representative of the City in the City Municipal Building. The developer also acknowledges that they will abide by all of the applicable regulations contained in the City's Policy for the Installation of Community Facilities. C. Developer agrees to have or to cause to have the said above described area, which is so with plans and specifications as approved by the City Parks and Community Services Department. D. Developer agrees to provide a minimum of six (6") inches of topsoil over areas of cut or fill within the designated park areas. The topsoil shall be relatively free of rock and other debris. E. Developer agrees to seed areas of cut or fill with suitable grass as determined by the City Parks and Community Services Department. F. Developer agrees to have or to cause to have suitable clean-up of the E:Vta.dl,F1-d file,old d­.11y Do A. W.V_TAA dSp-Add..%-d. CN N( Ena PEI SUMMARY OF COST LOST SPURS ADDITION Item Developer Park City Cost Total Cost Cost Cost A. Construction 1. Streets $ 971,418.00 $ 58,941.00 $ 16,002.00 $ 1,046,361.00 2. Storm Drainage $ 118,569.00 $ - $ - $ 118,569.00 3. Street Lights Installed by Tri-County Electric: 24-Month Power Cost $ 4,864.00 $ - $ - $ 4,864.00 4. Street Name Signs $ 1,100.00 S - $ - $ 1,100.00 5. Park Participation for Water and Sewer $ - $ - $ - $ - B. Engineering Design $ - $ 3,537.00 $ 960.00 $ 4,497.00 C. Construction Engineering and Management by DOE (6%). $ 21,800.00 $ 4,126.00 $ 41,538.00 $ 67,464.00 TOTALS $ 1,117,751.00 $ 66,604.00 $ 58,500.00 $ 1,242,855.00 NOTES: 1. Forty-two (42) feet and wider street include sidewalk cost. 2. Construction items (1-2) cost includes 10% contingencies for Developer and City. 3. Developer's column for Item C represents two percent (2%) costs for construction inspection and materials testing. 4. City not preparing plans and specifications. 5. Park Department participation (TESCO ROW not included)for streets adjacent to City Park is 566.604. 6. TPW paving participation is for a section of the intersection in Westport Parkway. 7. Westport Parkway from its intersection at Alta Vista to Keller-Haslet Road will be constructed with the development of Phases Three and Four as approved by Transportation & Public Works. CFA CODE: 99091 CASE No. FP99041 3 Liu' �Klr,Up l Ely {r'II. Nt:';'�Ulr��Wo IIISIN� E. STREET LIGHTS: 1. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 10 EA $ 2, 000 $ --0-- MID-BLOCK RESIDENTIAL 10 EA $ 2, 000 $ __0__ CHANGE OF DIRECTION RESIDENTIAL 4 EA $ 2, 000 $ --0-- MID-BLOCK COLLECTOR 8 EA $ 2, 000 $ --0-- MID-BLOCK ARTERIAL PARKWAY EA $ 2, 000 $ --0— MID-BLOCK ARTERIAL MEDIAN 0 EA $ 2,200 $ __0__ RELOCATE EXISTING LIGHT 0 EA $ 1500 $ --0-- 8 (200 watt lights) x $7 .05 (per light) x 24 months = $1,353 .60 24 (100 watt lights) x $5.85 (per light) x 24 months = $3, 510 .00 Total : $4, 863 .60 STREET LIGHTS WILL BE INSTALLED BY TRI-COUNTY ELECTRIC, THE DEVELOPERS COST FOR THE INITIAL 24 MONTH POWER COST IS $4, 863 .60. BEGINNNING BURN TIME BY TRI-COUNTY 12-22-99 ALTA VISTA-WESTPORT PARKWAY LOST SPURS ADDITION PHASE 1 Fort Worth, Texas March 13, 2000 III- 1 2. STREET LIGHTS WORK DESCRIPTION: 1 . The Developer shall provide for the installation of streetlights at the approximate locations shown in Exhibit "C" , immediately after final acceptance of the street construction, in accordance with engineering plans and specifications approved by the Transportation and Public Works Department. 2 . Streetlights on residential and /or collector streets can be installed using overhead or underground conductors with the approval of the streetlight Engineer. 3 . Streetlights on arterial streets shall be installed with underground conduit and conductors . 4 . The Developer shall provide for the installation of a 11/-inch schedule 40 PVC conduit at a depth not less than 30 inches and at least 18-inch behind the curb, "clear from all other utilities" . 5 . The Developer shall provide for the installation of a 11/,-inch schedule 40 PVC conduit between streetlights proposed for installation and the power source to become operational . 6 . A 3-inch schedule 80 PVC conduit is required when crossing streets at a depth not less than 30 inches, unless indicated otherwise on the plans concrete pull boxes shall be provided at the crossing points . 7 . The developer shall pay a two percent (20) fee of the construction cost for construction engineering and inspection of the street light installation. 8 . Before the city install the streetlights, the developer shall pay the total amount shown below to the city at the time of execution of the community facilities agreement . 9. The developer or their contractor shall contact City' s street light division 48 hours prior to starting any installation of conduit and/or streetlights at (817) 871-8100 to insure proper inspection of work. TOTAL DEVELOPER'S COST $4, 863 .60 LOST SPURS ADDITION, PHASE 1 �G?D f-I �'[ ° G�`�i� �: u �� G� 10/11/1999 10:31. 8173357437 -• , PAGE 04 COMMUNITY FACILITIES DUNAWAY ASSOCIATES, INC. EXHIBIT ��A'1 *� ENGINEERS a PLANNERS a $UriEyoRB COST DISTRIBUTION Project: Lost Spurs Addition Sanitary Sewer Improvements Pay Item Description Quantity Unit Amount Total Amount 1 8-in.SDR-35 sanitary sewer pipe 0 to 6-ft. trench 2,335 LF $ 21.00 $ 49,035.00 2 8-in. SDR-35 sanitary sewer pipe 6 to 8-ft.trench 4,133 LF $ 23.00 $ 95,059.00 3 8-in.SDR-35 sanita sewer pipe 8 to 10-ft.trench 370 LF $ 26.00 $ 9,620.00 4 8-in.SDR-35 sanitary sewer pipe 10 to 12-ft.trench 710 LF J $ 29.00 $ 20,590.00 5 10-in.SDR-35 sanitary sewer pipe 0 to 6-ft.trench 75 LF 1 $ 24.00 $ 1,800.00 6 10-in. SDR-35 sanitary sewer pipe 6 to 8-ft.trench 172 LF $ 27.00 $ 4,644.00 7 10-in.SDR-35 sanitary sewer pipe 8 to 10-ft.trench) 220 LF $ 30.00 $ 6,500.00 8 10-in. SDR-35 sanitary sewer pie 10 to 12-ft.trench) 530 LF $ 33.00 $ 17,490.00 9 10-in. SDR-35 sanitary sewer pipe 12 to 14-ft.trench) 546 LF $ 37.00 $ 20,202.00 10 12-in.SDR-35 sanitary sewer pipe 0 to 6-ft.trench) 183 LF $ 26.00 $ 4,758.00 11 112-in.SDR-35 sanitary sewer pipe 6 to 8-ft.trench) 203 LF $ 30.00 $ 6,090.00 112-in.sanitary sewer aerial crossing from Sta.3+48 to$ta. 12 4+68,including end concrete collars,support piers,ductile 1 LS $ 30,000.00 $ 30,000.00 iron pipe,and pipe/support pier connection,complete In place 13 4-ft,diameter standard manhole to 6-ft. depth 27 EA 1 $ 1,300.00 $ 35,100.00 r8144-1t,diameter manhole to 6-ft.de th w/bolt down cover 2 EA $ 1,300.00 $ 2,600.00 Additional de th be and 6-ft.dee standard manhole 37 VF $ 110.00 $ 4,070.00 S ecial 6-ft.TRA sanita sewer manhole er detail 1 LS $ 5 000.00 $ 5,000.00 4-ft.sanita sewer service 219 EA $ 300.00 $ 65,700.00 Class"B"(2500#)concrete for embedment as directed by 10 CY $ 10.00 $ 100.00 En ineer 19 JTrench safety for on-site sanitary sewer extension 7,720 LF 1 $ 1.00 $ 7,720.00 20 Trench backfill density testing for on-site sanitary sewer 7,720 LF $ 0.50 $ 3,860.00 extension 21 Post construction TV inspection for on-site sanitary sewer 7,720 LF $ 1.00 $ 7,720.00 extension 22 JTrench safety for off-site sanitary sewer extension 1,777 LF $ 1.50 $ 2,665.50 23 Trench backfill density testing for off-site sanitary sewer 1,777 LF $ 0.50 $ 888.50 extension 24 Post construction TV inspection for off-site sanitary sewer 1,777 LF $ 1.25 $ 2,221.25 extension TOTAL $403,533.25 (rte,F. ! Cela ROAD e 701 1bM1s w,i"_T014.xs Page 3 of 9 10/11/99 10/11/1999 10:31, 8173357437 Aab, DUNAWAY ASSOC. ''k PAGE 05 COMMUNITY FACILITIES DUNAWAY ASSOCIATES, INC. EXHIBIT "1311 ENOINUM . PI.ONERs . 9URYORS COST DISTRIBUTION Project: Lost Spurs Addition Paving Improvements Pay It(;rn Description Quantity Unit Amount Total Amount 1 6-in. stabilized sub rade 36,300 SY $ 1.70 $ 65,110.00 2 Lime at 30 lbs. per SY 575 TN $ 100.00 $ 57,500.00 3 5-In. concrete paving,complete in place with silicone joint 28,740 SY $ 19.00 $ 546,060.00 sealing,including 7-in.curbs 6-in.concrete paving,complete in place with silicone joint 4 sealing, including 7-in,curbs(Alta Vista Drive from SH 170 to 7,400 SY $ 20.90 $ 154,660.00 Westport Parkway) 7-in.concrete paving,complete in place with silicone joint 5 sealing, Including 7-in.curbs(intersection of Westport 1,110 SY $ 22.80 $ 25,308.00 Parkway and Alta Vista Drive 6 1 10-ft.standard curb inlet per City of Fort Worth standards 6 EA $ 1,900,00 $ 11,400.00 7 10-ft.recessed curb inlet per City of Fort Worth standards 4 EA $ 2,100.00 $ 8,400.00 8 18arricade at dead end street 3 EA $ 600.00 $ 1,800.00 __Y_-17-in.hot mix asphalt pavement 1 7151 SY $ 18.00 $ 12,870M TOTAL $883,108.00 F�- Page 4 of 9 10/11/99 10/11/1999 " 10:31' 8173357437 DUNAWAY ASSOC. PAGE 06 COMMUNITY FACILITIES DUNAWAY ASSOCIATES, INC. EXHIBIT '113=11' ENGINEEBB• PIANNEgS• SUgy"OM COST DISTRIBUTION Project: Lost Spurs Addition Storm Drain Improvements Pay Description Quantity Unit Amount Total Amount Item 1 21-in.Class III RCP,complete in place including trench 239 LF $ 32.00 $ 7,648.00 excavation,backfill,and trench compaction 24-In.Class III RCP,complete in place including trench 2 excavation,backfill,and trench compaction 893 LF $ 40.00 $ 35,720.00 3 130-in,Class Ill RCP,complete in place including trench 162 LF $ 56.00 $ 9,396.00 excavation, backfill,and trench compaction 4 36-in. Class III RCP,complete in place including trench 475 LF $ 75.00 $ 35,625.00 excavation,backfill, and trench compaction 5 18-in.corrugated metal i e culvert 120 LF $ 25.00 $ 3,000.00 6 4-ft.square storm drain manhole 3 EA $ 1,800.00 $ 5,400.00 7 Type"B"headwall for 36-In.RCP 2 EA $ 2,000.00 $ 4.000.00 8 24-in.x 30-In.concrete collar,cast in plac5 1 EA $ 500.00 $ 500.00 9 Grouted rock rubble rip-rap 50 SY $ 60.00 $ 3,000.00 10 Erosion control at proposed Inlets I 1 LS $ 1,500.00 $ 1,500.00 11 Trench backfill density testing 1 LS $ 2,000.00 $ 2,000.00 12 Trench safety system 11 LS $ 1.00 $ 1.00 TOTAL $107,790.00 V1 MEY Ir 601760+_ewam 1011W TOH,ds Page 5 of 9TEL 1 /11/99 g , 10/11/1999 10:31• 8173357437 s DUNAWAY ASSOC. l+ P"A �7 •i COMMUNITY FACILITIES DUNAWAY ASSOCIATES, INC. EXHIBIT V I C 11 ENGINEERS + PLANNERS • SURVEYORS COST DISTRIBUTION Project: Lost Spurs Addition Street Light Improvements Pay Description Quantity Unit Amount Total Amount Item 1 Street light assembly fumished end installed complete 291 EA 1 $ 2.200,00 1 $ 63,800-00 TOTAL $ 63,800.00 681766t` tbifa_101199 70H�as Page 6 of 9 iv�,u�1�1 ��(�i^ ! �"%rl e u/ 10111/99 IR �. 'LJ�.% v Ut.'��_. 1'p LfLo -7-10711-17-1,77 e � t MM •91�1aY 1�10,i AlaMMK'--�.aa l/uMll Sd0A3.1H.�S - Sli3Hh'rld - S2LtL.^.�'3 � � 'S3.LYMsSY xYxYKnadi xor"aav B=aAg AZO07 aVM X,.KEAWra ir rn i �i it CD +an CD 3 r 311S e zkjuJ U'3:UU 81/3357437 DUNAWAV ASSOC. PAGE 02 Lki Z Q � o 8 % n Ile w . .Z o � t! o x a _ N \ O 1 r a t Eli -- I \ o L ----------: i 1 = �b N � 1 W YARD-)F11.11; M7 Y". FAKE 03 • it\ n a c u m 0 5 A � H w " i ll ; y G 4 Y w Q •.t , � 11t NN.•• LQ • 1 � ■ `moi Q ti PIZ . I K ■ i . � . . �\` \` � M��•t C''CSI i1 • 7 1 1-" \ 1 \\ 1� ♦` I� •1 I Ir I ISI 1 I■ 1• 1 i X. O:Vi \ W W Z ILI Q t M � 4 1 1 �n O p 4 • � � a CQ,: DLrJL� nU v � Q aEn ti dl o M � v �Zemm: 4 W W W N � W 0 0 I N, \ W , LL, \ cy Lu ♦�\. fV 1-It x r--;3-1 r i Nz,I` C1: --————————— -------- ——— ` � O ` 4 h - - - 1-3 ` cam a A.. Z0 Wm o OL z LLJ Q W e_ 2 o C. ` IM COO COD O co CD t` N N CA r-- a) co 0 0 co E r Q f!4 EA EA 00 O ` O O Q a O N O Y � � a CL _ U U) c 0)O CD� CL CD ai cD I-- Cl W .o Z � c o c a Z W N Lo W Q 3 c pp O co L) • 5 apo Le) a L) c a cn � M N w C r- — N a c tiW O � � Na� ti _Z N CL ` CD > o m o 0 o Q co O p -p U Z ~ tD r CL N C` Cn CT•C N ti C f` O y O V) Q)CL m p�o " Q o O 0 Z Q� �OZai Z� vv N O (� co CD + > o co N W U E dOp C Ix Co8a �f co '� E t— s i Awl t 1 eft � A tr .,,.,AAI Cp �\ IN � o } V 5 O � N Ne. I y N FW rrr c c R E LQ c � z V z r< p \\ \\ \ R �V Q EHE W q \\ \ I \ ` Lai ` `\ ` \ vQ, '7K `\\ O O p c 0 CO1DI .� AN ATTACHMENT A GENERAL REQUIREMENTS A. It is agreed and understood by the parties hereto that the developer shall employ a civil engineer, licensed to practice in the State of Texas, for the design and preparation of plans and specifications for the construction of all current improvements covered by this contract, subject to Paragraph B. B. For any project estimated to cost less than $10,000 or for any project designed to serve a single lot or tract, the developer may at his option request the City to provide the design engineering, and if such request is granted, the developer shall pay to the City an amount equal to 10 percent of the final construction cost of such project for such engineering services. C. In the event the developer employs his own engineer to prepare plans and specifications for any or all current improvements, the plans and specifications so prepared shall be subject to approval by the department having jurisdiction. One (1 ) reproducible set of plans with 15 prints and 35 specifications for each facility shall be furnished the department having jurisdiction. It is agreed and understood that in the event of any disagreement on the plans and specifications, the decision of the Transportation/Public Works Department Director, and/or Water Department Director will be final. D. It is further agreed and understood by the parties hereto that upon acceptance by the City, title to all facilities and improvements mentioned hereinabove shall be vested at all times in the City of Fort Worth, and developer hereby relinquishes any right, title, or interest in and to said facilities or any part hereof. E. It is further agreed that the decision of the City to not collect funds for "future improvements" required in previous CFA agreements does not constitute an obligation on the part of the City to construct such "future improvements" at its expense. A-1 Walk, F. Work hereunder shall be completed within two (2) years from date hereof, and it is understood that any obligation on the part of the City to make any refunds with respect to water and/or sanitary sewer facilities or street, storm drain, street light and street name sign shall cease upon the expiration of two (2) years from date hereof, except for refunds due from "front foot charges" on water and sanitary sewer mains, which refunds may continue to be made for a period of ten (10) years commencing on the date that approach mains are accepted by the Director. If less than 70% of the eligible collections due to the developer has been collected, the Developer may request in writing an extension of up to an additional 10 years for collection of front charges. If the construction under the Community Facilities Contract shall have started within the two-year period, the life of the Community Facilities Contract shall be extended for an additional one-year period. Community Facility Contracts not completed within the time periods stated above will require renewal of the contract with all updated agreements being in compliance with the policies in effect at the time of such renewal. Developers must recognize that City funds may not be available to pay all or a portion of the normal City share for renewal contracts. It must be understood by all parties to the Community Facilities Contract that any of the facilities or requirements included in the contract that are to be performed by the developer, but not performed by the developer within the time periods stated above, may be completed by the City at the developer's expense. The City of Fort Worth shall not be obligated to make any refunds due to the developer on any facilities constructed under this agreement until all provisions of the agreement are fulfilled. G. PERFORMANCE AND PAYMENT GUARANTEES 1 . For Street, Storm Drain, Street Light and Street Name Sign Improvements to be Constructed by the Developer or City on Behalf of the Developer: Performance and Payment bonds or cash deposits acceptable to the City are required to be furnished by the developer for the installation of streets, storm drains, street lights, and street name signs, on a non- assessment basis, and must be furnished to the City prior to execution A-2 �'►(� B� p�;i;� G' G � D un,*, 0 Adk of this contract. The performance and payment bonds shall be in the amount of one hundred percent (100%) of the developer's estimated share of the cost of the streets, storm drains, street lights, and street name signs. If the deposit is in the form of cash, the deposit shall be in the amount of one hundred twenty five percent (125%) of the developer's estimated cost of the streets, storm drains, street lights, street name signs, and change orders (during the course of the project). 2. For Future Improvement: Performance and payment bonds or cash deposits, acceptable to the City are required to be furnished by the developer for one hundred percent (100%) of the developer's estimated cost resulting from the paving, drainage, lighting and name signage of border streets on an assessment paving basis. (Reference Section VI, Item 3, Development Procedures Manual.) Said performance and payment bonds or cash deposits must be furnished to the City prior to execution of this contract. Where the City lets the contract, performance and payment bonds shall be deposited, in the amount of one hundred percent (100%) of the estimated cost of construction as stated in the construction contract, is required prior to issuance of a work order by the City. 3. For Water and Sanitary Sewer Facilities: Performance and payment bonds, or cash deposits, acceptable to the City are required to be furnished by the developer for the installation of water and sanitary sewer facilities. a. Where the developer lets the construction contract for water and sanitary sewer facilities, performance and payment bonds shall be deposited, in the amount of one hundred percent (100%) of the estimated cost of construction, cash deposited shall be in the amount of one hundred twenty-five percent (125%), as stated in the construction contract, is required to be furnished simultaneous with execution of the construction contract. A-3 cc: G�C��cuG�© � c��� P,MT)1� b. Where the City lets the contract, performance and payment bonds shall be deposited, in the amount of one hundred percent (100%) of the estimated cost of construction as stated in the construction contract, is required prior to issuance of a work order by the City. 4. Types of Guarantees: a. Performance and Payment Bonds: Are required for the construction of streets, storm drains, street lights, and street name signs, the following terms and conditions shall apply: (1 ) The bonds will be standard performance and payment bonds provided by a licensed surety company on forms furnished by that surety company. (2) The bonds will be subject to the review and approval by the City Attorney. (3) The performance bond shall be payable to the City and shall guarantee performance of the street, storm drain, street light, and street name sign construction contemplated under this contract. (4) The Payment Bond shall guarantee payment for all labor, materials and equipment furnished in connection with the street, storm drain, street light, and street name sign construction contemplated under this contract. (5) In order for a surety company to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. b. Cash Deposits: A cash deposit shall be acceptable with verification that an attempt to secure a bond has been denied, A-4 projects less than $400,000 together with the remaining funds from the Developer's Change Order Fund, if any, will be released to the developer after the project has been accepted by the City. Partial release of funds shall be limited to once per month. There shall be no partial release of funds for projects of less than $25,000. Proof that the developer has paid the contractor shall be required for partial releases. 5. Purpose, Term and Renewal of Guarantees: a. Performance and payment bonds, and cash deposits furnished hereunder shall be for the purposes of guaranteeing satisfactory compliance by the developer with all requirements, terms and conditions of this agreement, including, but not limited to, the satisfactory completion of the improvements prescribed herein, and the making of payments to any person, firm, corporation or other entity with whom the developer has a direct contractual relationship for the performance of work hereunder. b. Developer shall keep said performance and payment bonds, and/or cash deposits in full force and effect until such time as developer has fully complied with the terms and conditions of this agreement, and failure to keep same in force and effect shall constitute a default and breach of this agreement. H. The City shall assume its share of the cost of the improvements covered by this agreement along with the engineering fee only if funds are available for such participation. In the event that no funds are available for City participation, the developer shall award the contract and deposit with the City a performance and payment bonds or cash for 100 percent of the estimated total construction cost of the improvements [plus ten percent (10%) for engineering and miscellaneous costs if the City prepares the plans]. I. On all facilities included in this agreement for which the developer awards its own construction contract, the developer agrees to follow the following procedures: A-6 C,IR�C L �IEIc0Q© Pe ti�`11F�117Hp VEX of any and all partial and final payments to the contractor. Said approval shall be subject to and in accordance with requirements of this agreement, and is not to constitute approval of the quantities of which payment is based. 6. To delay connections of buildings to service lines of sewer and water mains constructed under this contract until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. 7. It is expressly understood by and between the developer and the City of Fort Worth, that in the event the developer elects to award one single construction contract for storm drainage and pavement, said contract shall be separated in the bidding and City participation, if any, shall be limited to the lowest possible combination of bids as if each of the above were awarded as separate contracts. J. Anything to the contrary herein notwithstanding, for and in consideration of the promises and the covenants herein made by the City, the developer covenants and agrees as follows: 1 . The developer shall make separate elections with regard to water and/or sanitary sewer facilities, storm drainage, street improvements and street lights as to whether the work prescribed herein shall be performed by the City, or by its contractor, or by the developer, through its contractor. Each separate election shall be made in writing and delivered to City no later than six (6) months prior to the expiration of this agreement. In the event any of such separate elections has not been made and delivered to City by such date, it shall be conclusively presumed that the developer has elected that such work be performed by the City in accordance with all of the terms of this agreement, and in particular Paragraph V-F hereof. 2. Irrespective of any such election and whether the work is to be performed by the City, or by its contractor or by the developer through its contractor, the developer covenants and agrees to deliver to the City A-8 (���'O RECORD j .�. 4. STREET LIGHTING a. The Developer shall provide for the installation of streetlights by the City forces at the approximate locations shown in Exhibit C, immediately after final acceptance of the street construction, in accordance with engineering plans and specifications approved by the Transportation and Public Works Department. b. Streetlights on residential and / or collector streets can be installed using overhead or underground conductors with the approval of the streetlight Engineer. c. Streetlights on arterial streets shall be installed with underground conduit and conductors. d. The Developer shall provide for the installation of a 1'/4 inch schedule 40 PVC conduit at the depth not less than 30 inches and at least 18 inch behind the curb, "clear from all other utilities". e. The Developer shall provide for the installation of a 1'/4 inch schedule 40 PVC conduit between streetlights proposed for installation and the power source to become operational. f. A 3 inch schedule 80 PVC conduit is required when crossing streets at depth not less than 30 inches, unless indicated otherwise on the plans. Concrete pull boxes shall be provided at the crossing points. g. Luminaire ballast shall be rated for multitap operation and each luminaire shall have it's own photocell. 5. TRAFFIC CONTROL DEVICES a. The Developer agrees to pay for the street name sign installations required by this development to the extent of $80.00 per inspection. This unit cost will be revised annually by the Department of Transportation and Public Works to reflect prevailing costs of materials and labor. b. This development creates the following number intersections at a total cost as shown to the Developer. c. The Developer may either deposit cash funds with the City equal to the following amount at the time of Community Facilities Agreement approval or wait until the street name signs are to be installed. If the Developer elects to wait, the cost of street name signs will be at the rate prevailing when the Developer deposits funds with the City. A-11 ` Anal 11 d. The City will install the street name signs upon final approval of the street construction. The street name signs will remain the property of, and will be maintained by, the City. 5. OTHER WORKS In the event that other works is required it will be included as specific requirements to Community Facilities Agreement. 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 City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said DeveZlopher has ex cured this instrument in quadruplicate, at Fort Worth, Texas this the day o C APPROVED AS TO FORM AND RECOMMENDED: LEGALITY: Gary J. Ste inberger H o Malanga, P.E. osw !i It hq Assistant City Attorney Director, Transportation and Public Works ATTEST: CITY OF FO R H, TEXAS By: Glora Pearson-j Mike Groomer City Secretary Assistant City Manager DEVELO R: st Spurs Development, Inc. ,pythorization 06 By: Donald L. Hu gins. JR., sident A-12 ���� rrr�v QC�,IQti '� ��I'�11 ��i I L \ Uv bJ�=�:.:UJg �^o City of Fort Worth, Texas "agar and CouncilCommunication DATE REFERENCE NUMBER I LOG NAME PAGE 7/18/00 **C-18136 20SPUR7S 1 of 2 SUBJECT COMMUNITY FACILITIES AGREEMENT WITH LOST SPURS DEVELOPMENT FOR THE INSTALLATION OF COMMUNITY FACILITIES FOR LOST SPURS ADDITION, PHASE I RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a Community Facilities Agreement with Lost Spurs Development, Inc. for the installation of community facilities to serve the Lost Spurs Addition, Phase I. DISCUSSION: Lost Spurs Development, the developer of Lost Spurs Addition, Phase 1, has executed a proposed contract for community facilities to serve a single-family development (326 lots) located in northeast Fort Worth, west of IH-35W, north of Keller-Hicks Road and west of Keller-Roanoke (see attached map). The proposed Community Facilities Agreement is in compliance with the City's standard cost participation policy. There are eight internal streets for this development and this property is adjacent to Alta Vista Boulevard and the future Westport Parkway. Alta Vista will be constructed with this phase and Wesport Parkway will be constructed during later phases. The developer estimated cost for water and sewer improvements is $941,423 plus $18,828 for construction inspection fees. City participation for water and sewer improvements is $22,871 -plus $402 for construction inspection fees. The developer estimated cost for paving improvements is $971,418 plus $19,428 for construction inspection fee. City's participation for part of the intersection at Westport Parkway and Alta Vista Boulevard is $16,002 plus $41,538 for construction inspection and $960 for engineering fees. The developer estimated cost for storm drain is $118,569 plus $2,371 for construction inspection fees. There is no City participation for storm drain. The Parks and Community Services Department's participation is $66,604 for the park section abutting the proposed street. There will be a total of 28 street lights installed by Tri-County Electric at the developer's cost. The developer will also pay the City $4,864 for 24-month power costs. There will be 11 intersections where street signs will be installed at a cost to the developer of $1,100.00. These locations include: • Alta Vista Boulevard and Lost Spurs Road • Lasso Road and Lost Spurs Road • Lasso Road and Bill Hickock Drive list continued on next page) City of Fort Worth, Texas "alJor And count"( Communication DATE REFERENCE NUMBER LOG NAME PAGE 7/18/00 **C-18136 20SPURS 2 of 2 SUBJECT COMMUNITY FACILITIES AGREEMENT WITH LOST SPURS DEVELOPMENT FOR THE INSTALLATION OF COMMUNITY FACILITIES FOR LOST SPURS ADDITION, PHASE • Cripple Creek Trail and Bill Hickock Drive • Cripple Creek Trail and Lost Spurs Road • Lost Spurs Road and Silverado Trail • Bill Hickock Drive and Silverado Trail • Rough Creek Road and Silverado Trail • Cattlebaron Drive and Lost Spurs Road • Cattlebaron Drive and Rough Creek Road • Cattlebaron Drive and Haslet-Roanoke Road Total project cost for this development is $2,226,379; the developer's participation is $2,078,002; total City participation is $148,377. Phase I work has been completed and accepted by the City. The proposed Community Facilities Agreement was not approved in advance of construction due to an oversight. This development is located in COUNCIL DISTRICT 4. PLAN COMMISSION APPROVAL - On June 24, 1998, the Plan Commission approved preliminary plat (PP98036). The final plat has been submitted to staff for review. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Street Improvements Fund, Commercial Paper-Water and Sewer Funds and the Park Improvements Fund. MG:I Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 APPROVED Originating Department Head: CITY COUNCIL Hugo Malanga 7801 (from) JUL 1$ pOQQ C115 541200 020115136308 $16,002.00 Additional Information Contact: C115 531200 020115136308 $ 960.00 kk C115 541200 020115095216 $41,538.00 t •.i C181 541200 080181046150 $66,604.00 City y Fort tart' f the PS46 539140 070460135500 $20,241.00 PW77 539140 060770155800 $ 2,630.00 PS46 539140 030460135500 $ 20.00 Hugo Malanga 7801 PW77 539140 030770155800 $ 382.00