HomeMy WebLinkAboutContract 47458 CITY SECRRTM ^
CONTRACT NO.. .
Developer and Project Information Cover Sheet:
Developer Company Name: Westover Oakmont, L.P.
Address, State,Zip Code: 556 8`h Ave, Fort Worth,TX 76104
Phone&Email: 817-335-7245, sbrous@westovergrp.com
Authorized Signatory, Title: Sam Brous, Manager
Project Name and Brief Westover Oakmont Addition
Description:
Project Location: 7100 Oakmont BLvd, SWC of Oakmont Boulevard and Chisholm Trail
Plat Case Number: FS-15-079 Plat Name: Westover Oakmont Addition
Mapsco: Council District: 6 City Project Number: 02640
CFA Number: 2015-109 DOE Number: 7495
To be completed b aff.- AA
Received by Date:
OFFICIAL RE
City of Fort Worth,Texas CITY SECRE
Standard Community Facilities Agreement _ WORTHY]
CFA Official Release Date: 07.30.2015
Page 1 of 11
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS, Westover Oakmont, L.P., ("Developer"), desires to make certain specific
improvements as described below and on the exhibits attached hereto ("Improvements") related
to a project generally described as Westover Oakmont Addition ("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
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
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:07.30.2013
Page 2of11
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) ®, Sewer (A-1) ®, Paving (B) ®, Storm Drain (B-1) ®, Street Lights &
Signs (C) 0.
E. The Developer shall award all contracts for the construction of the Improvements in
accordance with Section II, 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:07.30.2015
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:07.30.2015
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 iniuries, death or damages are
caused, in whole or in Dart, by 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 o f 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: 07.30.2015
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:07.30.2015
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 BLAND
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date:07.30.201 S
Page 7 of 11
Cost Summary Sheet
Project Name: Westover Oakmont Addition
CFA No.: 2015-109 DOE No.: 7495
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
I Water Construction
2.Sewer Construction $ 90,371.00
Water and Sewer Construction Total $ 90,371.00
B. TPW Construction
1.Street $ 46,225.00
2.Storm Drain $ -
3.Street Lights Installed by Developer $ 16,043.65
4. Signals $
TPW Construction Cost Total $ 62,268.65
Total Construction Cost(excluding the fees): $ 152,639.65
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 1,807.42
D. Water/Sewer Material Testing Fee(2%) $ 1,807.42
Sub-Total for Water Construction Fees $ 3,614.84
E. TPW Inspection Fee(4%) $ 1,849.00
F. TPW Material Testing(2%) $ 924.50
G. Street Light Inspsection Cost $ 641.75
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost
Sub-Total for TPW Construction Fees $ 3,415.25
Total Construction Fees: $ 7,030.09
Choke
Financial Guarantee Options,choose one Amount Mark one
Bond=100% $ 152,639.65
Completion Agreement=100%/Holds Plat $ 152,639.65 x
Cash Escrow Water/Sanitary Sewer- 125% $ 112 963.75
Cash Escrow Paving/Storm Drain=125% $ 77,835.81
Letter of Credit=125%w/2yr expiration period $ 190,799.56
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date:07.30.2015
Page 8of11
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
Westover Oakmont,L.P.
Jesus J. Chapa
Assistant City Manager ame: Sam Brous
Title: Manager
Date: ��'Q'"�fi
Date:
Recommended by:
ATTEST: (Only if required by Developer)
Wendy Chi- abulal, EMBA, P.E.
Development Engineering Manager Signature
Water Department Name: �et7,
Douglas Wiersig, P.E. *go
Director
Transportation &Public Works Department
Approved as to Form &Legality: ATTEST:
Douglas W. Black ary J.
Assistant City Attorney City Secret
M&C No. 4A
Date:
OFFICIAL RECORD
City of Fort Worth,Texas CITY SECRETARY
Standard Community Facilities Agreement
CFA Official Release Date:07.30.2015 FT.WORTH,TX
Page 9 of 11
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
® Paving Cost Estimate
❑ Exhibit B-1: Storm Drain Improvements
❑ Storm Drain Cost Estimate
® Exhibit C: Street Lights and Signs Improvements
® 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:07.30.2015
Page 10 of 11
ATTACHMENT"1"
Changes to Standard Agreement
Community Facilities Agreement
City Project No. 02640
None
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 11 of 11
oG ti �
n ti
D
O NHOP
� o
D s�� �.
0
CHISHOLM TRAIL PK
\\ i -coNCRETE Ba� WA`'J
/ sloEwAlx� 0
00 puguC RIS
ASPHALT
PAVEMENT
PERFORM ASPHALT PAVEMENT
REPAIR FOR 15`X15'
00 CONSTRUCTION TRENCH
i
i
117LF OF 8" ASPHALT a
NITARY SEWER LINE PAVEMENT i
i / WATER
VAULT-
8* � �� / / // ' /' ✓ `
EXISTING SANITARY
SEWER wwHo�E / --� / PROPOSED 4 DIAMETER
RIM-748.14
FL IN=734.89 (N) / SANITARY SEWER MANHOLE
FL OUT=734.66 (SM�J
PROPOSED 4' DIAMETER
4 SANITARY SEWER MANHOLE' /
10 LF OF 6"
SS -SANITARY SEWER LINE
$„ 112 LF OF 8"
/ / SANITARY SEWER LINE',
\ \\ 10 LF OF 6"
CONCRETE
sIOEWAuc SANITARY SEWER LINE \
�
\\ \ \ OAKMONT PROPERTY. LLC
D212004117
\ 1 D.R.T.C.T. \
HlI k \ `
II UWP a�
LEGEND
8" SS- PROPOSED SANITARY SEWER LINE
0 PROPOSED SANITARY SEWER MANHOLE
- - 'S o 15 ao 45
8" SS- - EXISTING SANITARY SEWER LINE
GRAPHIC SCALE - FEET
EXISTING SANITARY SEWER MANHOLE
WESTOVER OAKMONT ADDITION
COMMUNITY FACILITIES AGREEMENT - EXHIBIT A-1
SANITARY SEWER IMPROVEMENTS
CHARLES CROOK
CONSULTING. INC.
FIRM REGISTRATION NO.F-10812
2400 HKI-WAY 287.SLUE 110
Adw M63
17453-1200 OFFICE
®® 8174531210 FAX
W ww.CGvokCoreulting.mm
„ CHARLES CROOK
CONSULTING, INC.
ENGINEER'S OPINION OF PROBABLE COST
CLIENT: Westover Oakmont,L.P. DATE: 11/19/2015
PROJECT: Westover Oakmont Addition CCC JOB NO: 12052
ITEM NO. DESCRIPTION OF ITEM QUANTITY UNIT UNIT PRICE COST
WASTEWATER(Exhibit'A-l')
1 Connect to Existing Manhole with Exterior Drop 1 EA $ 5,400.00 $ 5,400.00
Connection(See Sheet 4)
2 4'Diameter Sanitary Sewer Manhole 2 EA $ 5,900.00 $ 11,800.00
3 4'Diameter Manhole Extra Depth 7 VF $ 500.00 $ 3,500.00
4 8”SDR-26 PVC Sanitary Sewer Pipe by Open 149 LF $ 73.00 $ 10,877.00
Trench
5 8"SDR-26 PVC Sanitary Sewer Pipe by Auger 80 LF $ 87.00 $ 6,960.00
Boring(See Sheet 4)
6 20"Steel Encasement Pipe 80 LF $ 470.00 $ 37,600.00
7 Cement Stabilized Backfill 16 LF $ 115.00 $ 1,840.00
8 6"SDR-26 PVC Sanitary Sewer Service Line 20 LF $ 71.00 $ 1,420.00
9 Trench Water Stop(See Sheet 2) 1 EA $ 230.00 $ 230.00
10 Asphalt Pavement Repair(See Sheet 3) 25 SY $ 215.00 $ 5,375.00
11 Install Interior Corrosion Protection in Existing 13 VF $ 300.00 $ 3,900.00
Manhole
12 Sewer and Manhole Testing(Vacuum Testing) 2 EA $ 200.00 $ 400.00
13 Post Construction TV Inspection 230 LF $ 4.00 $ 920.00
14 Trench Safety 149 LF $ 1.00 $ 149.00
SUBTOTAL $ 90,371.00
The Engineer's Opinion of Probable Cost is based on data available to this Engineer's office from a variety of sources. This opinion is not intended to
represent a comprehensive estimate of all costs associated with a particular project but should be considered an opinion regarding an aspect of the project
based on the Engineer's experience. The total costs shown herein may or may not include such items as raw land costs,carrying costs,attorneys fees,
(zoning or platting services,jurisdictional water determinations,Phase i or Phase 2 Assessments,feasibility studies,surveying costs,tree mitigation,
,geotechnical reports or testing,utility adequacy studies,EPA or Corps of Engineer's studies including Floodplain analyses,City assessment or impact fees,
jtaxes,filing fees,inspections,Insurance,bands,construction administration or management fees,condemnation procedures or other such associated fees.
1of1
p .0
00 o-001
PgguC RSG _ SI NAY
242 SY OF i CONCRETE
ii i PAVEMENT
6" CONCRETE" ASPHALT
PAVEMENT PAVEMENT
4SYOF
87 SY OF 4 CONCRETE _ _ —
" CONCRETE PAVEMENT
4 SY OF PAVEMENT __ � — _ — —] I HTbHWAY SIG
4" CONCRETE _ _ �� E
PAVEMENTS op—
_
W VE
i P=749.69
WATER 0/NUT=746.75
VAULr—
s
i \ OAKMONT PROPERTY, LLC
i D212004117
D.R.T.C.T.
i
s
15 0 15 30 46
GRAPHIC SCALE - FEET
WESTOVER OAKMONT ADDITION
COMMUNITY FACILITIES AGREEMENT - EXHIBIT B
PAVING IMPROVEMENTS
CHARLES CROOK
CONSULTING, INC.
FIRM REGISTRATION NO.F10812
2400 HIGHWAY 267.SUrrE 110
MANGREU3.TEXAS 760
Ad, 617 OFFICE 63
®� 6174531210 FAX
www.CCrookConsulting.com
„ CHARLES CROOK
„ CONSULTING, INC.
ENGINEER'S OPINION OF PROBABLE COST
CLIENT: Westover Oakmont,L.P. DATE: 11/20/2015
PROJECT: Westover Oakmont Addition CCC JOB NO: 12052
ITEM NO. DESCRIPTION OF ITEM QUANTITY UNIT UNIT PRICE COST
PAVING(Exhibit'B')
1 Unclassified Excavation 120 CY $ 40.00 $ 4,800.00
2 6”Concrete Driveway 96 SY $ 95.00 $ 9,120.00
3 6"Concrete Pavement(Hooded Left Lane) 243 SY $ 95.00 $ 23,085.00
4 Barrier Free Ramps 2 EA $ 1,800.00 $ 3,600.00
5 Sawcut Existing Pavement&Remove 224 LF $ 5.00 $ 1,120.00
6 Relocate Bus Stop Sign and Bench 1 EA $ 1,000.00 $ 1,000.00
7 Install Traffic Sign(See Sheet 10) 1 EA $ 500.00 $ 500.00
8 ITraffic Control i LS $ 2,500.00 $ 2,500.00
9 Erosion Control 1 LS $ 500.00 $ 500.00
SUBTOTAL # 46,225.00
iThe Engineer's Opinion of Probable Cost Is based on data available to this Engineer's office from a variety of sources. This opinion Is not intended to
represent a comprehensive estimate of all costs associated with a particular project but should be considered an opinion regarding an aspect of the project
based on the Engineer's experience. The total costs shown herein may or may not include such items as raw land costs,carrying costs,attorneys fees,
�zoning or platting services,jurisdictional water determinations,Phase 1 or Phase 2 Assessments,feasibility studies,surveying costs,tree mitigation,
geotechnical reports or testing,utility adequacy studies,EPA or Corps of Engineer's studies Including floodplain analyses,City assessment or impact fees,
taxes,filing fees,Inspections,Insurance,bonds,construction administration or management fees,condemnation procedures or other such associated fees.
1of1
i _ G
-= N� 1301JVO-01,�V AV7,0 p,Y) NE W
o ""- 'pU8`IC �10 SIGNAY
l CONCRETE
PAVEMENT
INSTALL DOUBLE STANDARD STREET ASPHALT
PAVEMENT
LIGHT LED, THOMAS WILSON PER CITY
OF FORT WORTH SPECIFICA11ONS
HWAY SIG
l U
9 _ 5 TOP
BENCH
i i ! P=749.69
p / WATER 0/NUT=746.75
VAULr-
/ OAKMONT PROPERTY, LLC
D212004117
/ D.R.T.C.T.
15 0 15 30 45
GRAPHIC SCALE - FEET
WESTOVER OAKMONT ADDITION
COMMUNITY FACILITIES AGREEMENT - EXHIBIT C
STREET LIGHT IMPROVEMENTS
CHARLES CROOK
CONSULTING. INC.
FIRM REGISTRATION NO.F-10812
2400 WSHWAY 267.SLffTE
® TEXAS 7 770
17-453-1200 OFFICE
®® 917-45&1210 FAX
www.CCrookConsulting.wm
AW CHARLES CROOK
CONSULTIN , INC.
ENGINEER'S OPINION OF PROBABLE COST
CLIENT: Westover Oakmont,L.P. DATE: 11/20/2015
PROJECT: Westover Oakmont Addition CCC JOB NO: 12052
ITEM NO. DESCRIPTION OF ITEM QUANTITY UNIT UNIT PRICE COST
STREET LIGHTS(Exhibit'C
1 Traffic Control 1 EA $ 16,043.65 $ 16,043.65
SUBTOTAL $ 16,043.65
The Engineer's Opinion of Probable Cost is based on data available to this Engineer's office from a variety of sources. This opinion is not intended to
(represent a comprehensive estimate of all costs associated with a particular project but should be considered an opinion regarding an aspect of the project
based on the Engineer's experience. The total costs shown herein may or may not include such items as raw land costs,carrying costs,attorneys fees,
zoning or platting services,jurisdictional water determinations,Phase 1 or Phase 2 Assessments,feasibility studies,surveying costs,tree mitigation,
geotechnical reports or testing,utility adequacy studies,EPA or Corps of Engineer's studies Including floodplain analyses,City assessment or Impact fees,
(taxes,filing fees,Inspections,insurance,bonds,construction administration or management fees,condemnation procedures or other such associated fees.
1ofI