Loading...
HomeMy WebLinkAboutReso 1980-10032Form No. 342 Rev. 2/76 RESOLUTION NO'.' 10032 RESOLUTION OF THE CITY COUNCIL OF '3'HE" CITY OF CHULA VISTA, APPROVING AGREEMENT BETWEEN THE CITY OF CHULA VISTA AND WILBUR SMITH & ASSOCIATES FOR PROFESSIONAL TRANSIT CONSULTANT SERVICES AND AUTHORIZING THE MAYOR TO EXECUTE SAID AGREEMENT The City Council of the City of Chula Vista does hereby resolve as follows: NOW, THEREFORE, BE IT RESOLVED that that certain agreement between THE CITY OF CHULA VISTA, a municipal corporation, and WILBUR SMITH & ASSOCIATES, for professional transit consultant services dated the 11th day of March 19 80 a copy of which is attached hereto and incorporated herein, the same as though fully set forth herein be, and the same is hereby approved. BE IT FURTHER RESOLVED that the Mayor of the City of Chula Vista be, and he is hereby authorized and directed to execute said agreement for and on behalf of the City of Chula Vista. Presented by Approved as to form by ~-~ ,r a1y W. J. Robe s, Development Services George D. Lindberg, City Attorney Administrator ADOPTED AND APPROVED by the CITY COUNCIL of the CITY OF CHULA VISTA, CALIFORNIA, this 11th day of March 1980 by AYES: Councilmen Cox, Hyde, McCandliss, Scott, Gillow NAYES: Councilmen None ABSENT: Councilmen None ~~ ~ l,~yd2r Mayor of the City of Chula Vista (, ATTES c~~ City C erk STATE OF CALIFORNIA) COUfi PY OF SAN DIEGO) ss. CITY OF CHULA VISTA) I, , City Clerk of the City of Chula Vista, California, DO HEREBY CERTIFY that the above is a full, true and correct copy of Resolution No. and that the same has not been amended or repealed. DATED CONTRACT FOR PROFESSIONAL CONSULTANT SERVICES .THIS AGREEMENT, made this 11th day of March, 1980, by and between the CITY OF CHULA VISTA, a Municipal Corporation (hereinafter referred to as "CITY"), and WILBUR SMITH AND ASSOCIATES, INC., located at 5900 Wilshire Boulevard, Los Angeles, California (hereinafter referred to as "CONTRACTOR"). W I T N E S S E T H WHEREAS, CITY desires to engage CONTRACTOR to render certain technical and/or professional services hereinafter described for the analysis and development of bus routes and schedules for Chula Vista Transit, and for the conduct of a site location and feasibility analyses for a Bus Maintenance Facility; WHEREAS, CONTRACTOR is qualified and agreeable to render aforesaid technical and/or professional services; NOW, THEREFORE, in consideration of the foregoing and of the mutual promises hereinafter expressed and intending legally to be bound hereby, the parties hereto do mutually agree as follows: Article 1. Employment Contractor CITY hereby agrees to engage CONTRACTOR to perform the technical and/or professional services as hereinafter set forth. Article 2. Scope of Services CONTRACTOR shall perform all work necessary to complete in a manner satisfactory to CITY the services set forth in Appendix A, attached hereto and by reference incorporated herein and made a part hereof. These services, as identified in Appendix A, consist of two work tasks: Task 1 - Transit Operations Study Task 2 - Bus Maintenance Facility Study PAGE 2 Article 3. Personnel 1. CONTRACTOR represents that it employs, or will employ, at its own expense personnel required in performing the service under this Agreement, and as set forth in Appendix A. 2. All of the services required hereunder will be performed by CONTRACTOR and all personnel engaged in the work shall be fully qualified and be authorized or permitted under State and local law to perform such services. Article 4. Time of Performance The services of CONTRACTOR are to commence within five (5) days after the CITY has authorized work to start by the issuance of a Notice to Proceed. Both Task 1, Transit Operations Study, and Task 2, Bus Maintenance Facility Study, will be completed and a draft final report submitted to the CITY within ten (10) weeks after receipt of Notice to Proceed. The final report will be submitted within two (2) weeks after receipt of CITY comments on the draft report. Article 5. Notice Regarding Late Delivery In the event the CONTRACTOR encounters difficulty in meeting performance requirements, or anticipates difficulty in complying with the contract delivery schedule, or date, the CONTRACTOR shall immediately notify CITY thereof giving pertinent details, including the date by which it expects to complete performance or make delivery; provided, however, that this data shall be informational only in character and that receipt thereof shall not be construed as a waiver by the CITY of a contract delivery schedule or date, or any rights or remedies provided by law under this contract. Article 6. Submission of Reports The CONTRACTOR shall submit three (3) draft copies for the final task reports on Transit Operations Study and the Bus Maintenance Facility Study. Following CITY review and comments, the CONTRACTOR shall make any necessary modifications, and shall then forward all final text and graphics of this report to CITY in a camera-ready form suitable for printing by the CITY. Article 7. Study Costs and Invoicing CITY shall reimburse the CONTRACTOR for all billable personnel time directly utilized in the work required hereunder, in accordance with the rate schedule presented in Exhibit B. Other direct expenses, to include ~~ ~~~ PAGE 3 prints and reproductions, travel, subsistence, telephone and purchase of materials, shall be reimburseable at cost, plus a ten (10) per cent administrative fee. The total cost to CITY for the technical and professional services to be prepared by CONTRACTOR shall not exceed Fifteen Thousand Dollars ($15,000) for the combined two study tasks included within the scope of work. An estimate of the proposed level of effort and costs are presented in Exhibit C. Once each month, the CONTRACTOR shall prepare and submit to the CITY a certified invoice listing the various items of allowable costs incurred during the previous month. The invoice shall identify staff hours and invoiceable amount by personnel category listed in Exhibit B, and direct expenses by major category. Article 8. Payment Payment shall be made to the CONTRACTOR on a monthly basis within fifteen (15) days following receipt by the City of appropriate invoices. No payments shall be made in advance of work performed unless approved by City Transit Coordinator or Traffic Engineer. The CITY will pay 100 per cent of accepted and approved invoices within 15 days after receipt except for the last month of work performed under the contract period. During this month the CITY will pay 75 per cent of accepted and approved invoices within 15 days after receipt and the final 25 per cent within forty-five (45) days upon satisfaction that CONTRACTOR is in compliance with all terms of the contract. Article 9. Payments Withheld The CITY may withhold any payment, or because of later discovered evidence, nullify any certificate for payment, to such extent and period of time only as may be necessary to protect the CITY from loss because of: 1. Claims filed or reasonable evidence indicating probable filing, or 2. Failure to properly pay subcontractors for material or labor, or 3. Reasonable doubt that the work can be completed for the balance then unpaid, or 4. Damage to the CITY other than damage due to delays. ~~ 'bo PAGE 4 The CITY shall use reasonable diligence to discover and report to the CONTRACTOR, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the CONTRACTOR in making good any defective work. Adjustment of total cost will be permitted when the CONTRACTOR establishes and the CITY is in agreement that there has been or is to be significant change in: 1. Scope, complexity or character of the services to be performed; 2. Conditions under which the work is required to be performed. Article 10. Records and Audits CONTRACTOR shall maintain complete and accurate records with respect to costs incurred under this Agreement to include the records supporting cost proposals used to enter into a contract with the CITY. All such records shall be maintained on a generally accepted accounting basis and shall be clearly identifiable. CONTRACTOR shall make the representative of CITY, or their appointees, during normal business hours, all of such books and records, and the right to examine and audit the same, and to make transcripts therefrom as necessary, and the CONTRACTOR shall allow inspection of all work data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. CONTRACTOR shall maintain records to show actual time and allowable costs with respect to each task set forth as required by CITY. Article 11. Complaince with Civil Rights Act During the performance of this contract, CONTRACTOR agrees as follows: 1. Equal Employment Opportunity In connection with the execution of this contract, CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. Such actions shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment, or recruitment advertising; layoff or termination; rate of pay, or other forms of compensation; and selection for training, including apprenticeship. OO~v PAGE 5 2. Nondiscrimination Civil Rights Act of 1954 CONTRACTOR, with regard to the caork performed by it after award and prior to completion of the contract work, will comply with the regulations of the Department of Transportation relative to nondiscrimination in Federally Assisted programs of the Department of Transportation (49CFR21). 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment In all soliciation, either by competitive bidding or negotiation, made by CONTRACTOR for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor, supplier, or lessor shall be notified by CONTRACTOR of CONTRACTOR'S OBLIGATIONS under this contract and the Regulations relative to nondiscrimination on the grounds of race, religion, color, sex or national origin. 4. Affirmative Action Compliance The CONTRACTOR shall have a written Affirmative Action Plan in conformance with Title 49, CFR Part 21. The Plan should contain, at least, the following information: current composition of minorities and women in CONTRACTOR'S work force; statement of equal opportunity employment of goals and timetables for achievements; identification of those employment categories where minorities and :women are underutilized; and identification of the CONTRACTOR'S Affirmative Action measures designed to overcome any areas of underutilization. A copy of the Affirmative Action Plan for the period of time covered by this Agreement is required for review and approval by CITY and CPO prior to payment. 5. Information and Reports CONTRACTOR will provide all information and reports required by the United States Department of Transportation Regulations, or orders and instructions issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by CITY, the Metropolitan Transit Development Board, or the Comprehensive Planning Organization to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a CONTRACTOR is in the exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to CITY or MTDB or CPO as appropriate, and shall set forth what efforts it has made to obtain the information. `b~ PAGE 6 6. Sanctions for Noncompliance In the event of the CONTRP.CTOR's noncompliance with the non-discrimination provisions of this contract, CITY shall impose such contract sanctions as CITY may determine to be appropriate, including, but not limited to: a. Withholding of payments to CONTRACTOR under the contract until CONTRACTOR complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. Article 12. Covenant Against Contingent Fees CONTRACTOR warrants that he has not employed or retained any company or person to solicit or secure this contract, and that he has not paid or agreed to pay any company or person any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, CITY shall have the right to annul this contract without liability or, in its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Article 13. General Provisions Those provisions as set forth in the General Provisions attached hereto are by reference incorporated herein and made a part hereof. Article 14. Subcontracting CONTRACTOR shall not subcontract any portion of the work required by this Agreement, without prior approval of CITY. Article 15. Termination of Agreement for Cause 1. The CITY may, subject to the provisions of paragraph 3 of this clause, by written notice to the CONTRACTOR, terminate the whole or any part of this Agreement in any of the following circumstances: a. If the CONTRACTOR fails to perform the services called for by this Agreement within the time(s) specified herein or any extension thereof; or ~] 1 D~ PAGE 7 b. If the CONTRACTOR fails to perform any of the other provisions of this Agreement or so fails to make progress as to endanger performance of this Agreement in accordance with its terms, and in either of these two circumstances does not correct such failure within a period of ten (10) days (or such longer period as the CITY may authorize in writing) after receipt of notice from the CITY specifying such failure. 2. In the event the CITY terminates this Agreement in whole or in part as provided in paragraph 1 of this clause, the CITY may procure, upon such terms and such manner as he may determine appropriate services similar to those terminated, and the CONTRACTOR shall be liable to the CITY for any excess costs for such similar services: Provided that the CONTRACTOR shall continue the performance of this Agreement to the extent not terminated under the provisions of this clause. 3. Except with respect to defaults of subcontractors, the CONTRACTOR shall not be liable for any excess costs if the failure to perform this Agreement arises out of causes beyond the control and without the fault or negligence of the CONTRACTOR. Such causes may include, but are not restricted to, acts of God or of the public enemy, acts of the Government in either its sovereign or contractual capacity, acts of the CITY, fires, floods, epidemics, quarantine restrictions, strikes, and unusually severe weather; but in every case, the failure to perform must be beyond the control and without the fault or negligence of the CONTRACTOR. If the failure to perform is caused by the default of a subcontractor, and if such default arises out of causes beyond the control of both the CONTRACTOR and the subcontractor, and without the fault or negligence of either of them, the CONTRACTOR shall not be liable for any excess costs for failure to perform, unless the services to be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the CONTRACTOR to meet the required delivery schedule or other performance requirements. 4. If this Agreement is terminated as provided in paragraph 1 of this clause, the CITY may require the CONTRACTOR to provide all finished or unfinished documents, data, studies, services, drawings, maps, models, photographs, reports, etc., prepared by the CONTRACTOR. In this event, the CONTRACTOR shall be entitled to receive just and equitable compensation for the services performed on the aforementioned and all costs associated thereto. ~v `~o PAGE 8 Article 16. Prohibited Interest No member, officer or employee of the CITY or of a localor state publiic body during his tenure or one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. Article 17. Interest of Members of Congress No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising therefrom. Article 18. Notice Any notice or notices required or permitted to be given pursuant to this Contract may be personally served on the other party by the party giving such notice, or may be served by certified mail, return receipt requested, to the following addresses: Transit Coordinator City of Chula Vista 276 Fourth Avenue Chula Vista, CA 92010 Terry Brothers Wilbur Smith & Assoc., Inc. 5900 Wilshire Boulevard Los Angeles, CA 90036 (213) 938-2188 CITY OF CHULA VISTA B Y (,~ ~ ~- ~ c~e Mayor Date 3 -/ ~-$d App/ro~z~ed as to Form by: ~~ ~fi~ WILBU SMITH & AS IATES BY Vice Presi ent Date ~i3/~yo Approved as to Form by: APPENDIX A WORK PROGRAM TASK ONE, TRANSIT OPERATIONS STUDY ' Task One, The Transit Operations Study, first requires that existing Chula Vista Transit routes and schedules be studied and revised as necessary to improve overall system efficiency. Second, routes and schedules are to be developed to reflect a "pulse scheduling" system with vehicles radiating from a proposed transit center. Thus, Task One is composed of two phases: revision of the existing system, and development of a new pulse scheduling system. The activities required for each phase are described below. Phase One: Revise Routes and Schedules 1.1 Review Existing Chula Vista Transit Route, Scheduling, and Planning Data Transit route and schedule planning requires a thorough understanding of all facets of the existing transit operation. The consultant will review all available data on current Chula Vista Transit routes and schedules, major activity centers, and origin-destination data on travel patterns. Existing Short Range Transit Plans, other relevant documents, and schedule adherence findings will be studied. Labor agreements and terms, and Chula Vista Transit staff recommendations will also be reviewed. 1.2. Establish Service Criteria Optimal scheduling of transit service requires that four general principles be followed: 1. Needs of the. transit system's patrons must be met. 2. Schedule must conform to labor agreements between management and operators. ~/ -9- d~ ~~ 1.3 Establish Route Planning Principles The consultant would establish route planning principles based on the criteria for optimal routing and scheduling developed in Step 1.2. In addition, several specific considera- tions important in pulse scheduling would be included, such as: 1. Realistic schedules are critical for a pulse schedule system. Sufficient recovery time to - facilitate timed transfers can be designed into the running times of each route, or provided at the terminus of each route. The consultant will work with Chula Vista Transit staff to determine which method is most appropriate. 2. Waiting time for transfers between Chula Vista Transit lines should be minimized at the proposed transit center. Coordination with appropriate San Diego Transit lines and the Metropolitan Transit District Development Board's Light Rail System must also be considered.. 3. The efficiency of the overall Chula Vista Transit System must be retained, while providing pulse-schedule service. 1.4 Field Check Existing Routes and Schedules Actual running times and layovers of the existing system would be monitored by the consultant through on-board and street corner schedule adherence checks, conducted throughout the day. 1.5 Review Bus Routes and Service Periods Results of the field checks would be compared with the scheduled routes and service periods. Routes and schedules would l~~ -10- V also be reviewed for conformance to travel needs and other evaluation criteria. The consultant would meet with Chula Vista Transit staff to identify problems and potential areas for improvement. 1.6 Revise Routes to Develop Pulse Scheduling Based. on all previous steps, the consultant will revise the Chula Vista Transit routes to reflect a pulse schedule system. These revised routes must continue to satisfy passenger demand 1,7 Develop Schedules and Runs The consultant, working with Chula Vista Transit staff, would drive the new routes and field-test them to establish running, transfer, and layover times. Necessary schedule adjust- ments would be made. The consultant would the write precise time tables, vehicle schedules and driver run sheets for each route. 1.8 Prepare Study Products The consultant would prepare the final study products, including: 1. Route planning principles employed. - 2. Routing and operations plan: 3. Schedules, run cuts, and vehicle runs for a pulse scheduling system. 4. Comparison of proposed pulse-scheduled routes to existing routes under pulse-scheduling, showing activity centers served. ?~ a~ = 1 -l- Appendix A (Continued) WORK PROGRAM TASK TWO: BUS MAINTENANCE FACILITY STUDY The purpose of is to determine the transit system over alternatives are to maintenance facilit fleet. Task Two, the Bus Maintenance Facility Study, maintenance requirements of the Chula Vista the next five to ten years. Next, maintenance be evaluated in order to find the optimal Z and site for the future Chula Vista Transit The proposed Work Program for Task Two consists of two phases. Phase One examines the existing maintenance arrangement, identifies future maintenance requirements, and provides a facility plan specifying maintenance equipment and space requirements for the projected Chula Vista Fleet over the next five to ten years. Phase 2 of the study develops and evaluates alternative maintenance sites and arrangements and produces a recommendation on the course of action Chula Vista Transit should follow. The specific activities in each Phase of the study are detailed below. Step A: Evaluation of Existing Maintenance Arrangement and Future Requirements 1.1 Projected Bus Fleet Size In order to determine future bus maintenance requirements, it is necessary to estimate the size of the Chula Vista Transit fleet over the next five to ten years. The consultant will review transit patronage projections and work with Chula Vista Transit staff to estimate future bus fleet sizes. 1.2 Identify Maintenance Facility Requirements Based on the existing and planned fleet size, and the particular characteristics and policies of Chula Vista Transit, present and future maintenance facility requirements will be defined in terms of: ~~~ Z -12- 1) Sizin -Each function or area will be described as to the number of each type of work position, l the size required per work position, and the total sizing requirement, both for inside and outside functions. 2) Layout - The optimum size, shape, and relative location of the various functions will be identified. The relative location is particularly important to maximize the efficiency and control of interrelated activities, and to minimize vehicle and personnel movement. 3) Equipment - Major equipment needed to fully provide for all maintenance needs will be identified to assist in evaluating and costing alternatives. 4) Staff - Personnel and efforts by classification will be estimated for each function in order to determine cost impacts of various alternatives. 1.3 Idenfity Unit Costs Staff, equipment, and space costs, bus dead'nead costs, and other costs neccesary for evaluation of alternative approaches to bus maintenance will be developed by the consultant. Such costs will reflect other transit operators where necessary to the analyses of the alternatives. 1.4 Review Existing Service Arrangement The consultant will review between Chula Vista Transit and maintenance and repair by Aztec quality of the work performed. degree to which this servicing future maintenance requirements the existing service arrangement Aztec Bus Lines. The costs of bus will be analyzed, as well as the The analysis will determine the arrangement meets the current and identified in Step 1.2. -~ ~d -13- 1.5 Prepare Maintenance Facility Plan Based on the previous steps, a Maintenance Facility Plan will be prepared detailing the equipment, space requirements, and estimated cost for the maintenance requirements determined in Step 1.2. A comparison of the Plan with the costs and quality of maintenance under the existing contractor/City maintenance procedures will be included. Step B: Development and Evaluation of Alternative Maintenance Sites and Arrangements 2.1 Assess Capabilities of Public Works Yard The consultant will assess the existing capabilities of the Chula Vista .Public Works yard with respect to its potential to meet present and future bus fleet requirements. The analysis of the present facility will encompass: 1) Adequate number of service bays and work positions. 2) Sufficiently sized work areas with adequate dimensions. 3) Efficient and effective layout, particularly as it affects interrelated activities and reduces movement of buses, parts, and staff on the site. 4) Layout effects on supervisor's control of work activities. 5) Security. 6) Safety, in size and placement of functions. 2.2 Identify Improvement Potentials of Present Facility Once the deficiencies of the present facility have been identified, the consultant will determine the improvement and/or expansion options available for the present site. The options could range from improvements in operating procedures or equipment to major expansion of present structures to accommodate anticipated activities. Each plan will be described with the necessary information for costing. 2.3 Identify Alternative Approaches The consultant will meet with Chula Vista Transit staff to identify other alternative approches to improving the present facility. Such alternatives would include: 1) Development of a joint facility with other South Bay transit operators. The consultant would work with Chula Vista Transit staff to identify alternative sites for a joint facility. 2) Continuation of the existing maintenance arrangement with Aztec Bus Lines (the "no build" alternative). 2.4 Evaluate Maintenance Alternatives All alternatives would be evaluated to ascertain the relative operational effectiveness of each one. Evaluation criteria would include: 1. Sufficiency to satisfy maintenance requirements. 2. Capital cost of improvements. 3. Impacts on deadhead mileage. 4. Impacts on bus maintenance cost. 5. Quality of maintenance provided. 6. Institutional capability. 7. Impacts on maintenance personnel. ~b " -15- ~, 8. Environmental impacts. 9. Land use compatibility. 10. Implementation time. 11. Relocation Impacts. 12. Street system access/travel obstacles. Specific objectives and measures of effectiveness of alternatives for the above criteria would be developed for the evaluation process. 2.5 Study End Products The final products of the study would include the following: Step A: Existing Maintenance Arrangement and Future Requirements 1. Maintenance Facility Plan including: a. Equipment Requirements b. Space ;requirements c. Costs 2. Comparison of plan with costs and quality of existing maintenance arrangement. Step B: Alternative Maintenance Sites and Arrangements 1. Objectives and measures used to rank alternatives. 2. Summary and ranking for each alternative arrangement and/or site. 3. Recommended course of action. 10~~~ V -16- EXHIBIT B /i~~c::~ ~.:.it`r~i cznd ~f.~aocia~es RATE SCHEDULE CLASSIFICATION RATE PER HOUR Principal Associates ............. ..................... $55.00 Associates ...... ...................................... 40.00 Principal Engineers, Architects, Planners, Economists, Designers & Research Analysts........... 32.00 Engineers, Architects, Planners, Designers, Economists & Research Analysts ...................... 27.00 Assistant Engineers, Architects, Planners, Econo~;,ists, Designers & Research Analysts...._...... 21.00 Senior Technicians .................................... 18.00 Technicians ..........................................0 15.00 Senior Draftspersons .. ................................ 18.00 Draftspersons ..... .................................... 15.00 Technical Typists .......................... ......... 12.00 Clerical .............................................. 9.00 NOTE: (1) Travel, reproductions, telephone, supplies, and other expenses at cost plus 10 per cent. (2) For appearances at formal hearings or court testimony the above rates are to be increased by 50 per cent. (3) Fees are payable in U.S. Dollars without discount. (4) Rates include compensation, benefits, overhead and fee, 10/79 Yoo -17- EXHIBIT C ESTIMATED BUDGET TASK ONE: TRANSIT OPERATIONS STUDY ITEM PERSON-HOURS COST Associates 20 $ 800 Principal Planners 120 3 840 Secretaries 30 ,360 Draftspersons 30 450 Clerical 30 270 Travel and Subsistence Printing Telephone Materials and Services TOTAL PROJECT COST: TASK ONE 400 250 50 80 $ 6,500 ESTIMATED BUDGET TASK TWO: MAINTENANCE FACILITY STUDY ITEM PERSON-HOURS COST Associates Principal Planners Secretaries Draftspersons 70 120 30 40 Travel Subsistence Printing Telephone Materials and Services TOTAL PROJECT COST, TASK TWO ~~~ ~~~ -18- $ 2,800 3,840 360 600 500 300 50 50 $ 8,500