Loading...
15-161 Resolution No. 15-161 RESOLUTION AUTHORIZING EXECUTION OF NINTH AMENDMENT AGREEMENT WITH TRANSYSTEMS CORPORATION FOR SUPPLEMENTAL CONSTRUCTION ADMINISTRATION ENGINEERING SERVICES REGARDING THE 2015 ROADWAY AND STREETSCAPE IMPROVEMENTS IN CONNECTION WITH THE CENTRAL BUSINESS DISTRICT STREET RESURFACING AND STREETSCAPE PROGRAM BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Sean R.Stegall,City Manager,and Kimberly A.Dewis,City Clerk,be and are hereby authorized and directed to execute Ninth Amendment Agreement on behalf of the City of Elgin with TranSystems Corporation for supplemental construction administration engineering services regarding the 2015 roadway and streetscape improvements and specifically for the roadways of Highland Avenue, Chicago Street and the frontage road along State Street in addition to the Highland and the Chicago Street Bridges in connection with the Central Business District Street Resurfacing and Streetscape Program, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: December 16, 2015 Adopted: December 16, 2015 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk c NINTH AMENDMENT AGREEMENT This Amendment Agreement No. 9 is hereby made and entered into this 16th day of December , 2015, by and between the City of Elgin, an Illinois municipal corporation (hereinafter referred to as the "City") and TranSystems Corporation, a Missouri corporation (hereinafter referred to as "Engineer"). WHEREAS,the parties hereto have previously entered into an agreement dated March 22, 2006 (hereinafter referred to as the"Original Agreement"); and WHEREAS, the parties have previously entered into eight amendments amending the Original Agreement pursuant to a First Amendment Agreement dated February 28,2007,a Second Amendment Agreement dated February 27,2008, a Third Amendment Agreement dated April 29, 2009, a Fourth Amendment Agreement dated May 12, 2010, and a Fifth Amendment Agreement dated March 7,2012,and a Sixth Amendment Agreement dated November 14,2012,and a Seventh Amendment Agreement dated July 24,2013, and an Eighth Amendment Agreement dated February 25, 2015 (such Original Agreement as amended by the eight prior amendment agreements is hereinafter collectively referred to as the"Subject Agreement"); and WHEREAS, the Original Agreement provided for a maximum payment of$543,948.28; Amendment Agreement No. 1 provided for a maximum payment of$1,324,248.91; Amendment Agreement No.2 provided for a maximum payment of$2,346,802.88;Amendment Agreement No.3 provided for a maximum payment of$3,376,777.48;Amendment Agreement No. 4 provided for a maximum payment of $3,790,524.94; Amendment Agreement No. 5 provided for a maximum payment of$4,381,324.94; Amendment Agreement No. 6 provided for a maximum payment of $4,735,174.98;Amendment Agreement No.7 provided for a maximum payment of$5,156,649.07; Amendment Agreement No. 8 provided for a maximum payment of$5,437,685.64; and WHEREAS,the parties hereto have each determined it to be in their best interest to further amend the Subject Agreement as hereinafter set forth; and WHEREAS,the City has determined that the proposed scope of the Project should be further modified to include supplemental construction administration engineering services for the 2015 roadway and streetscape improvements and specifically for the roadways of Highland Avenue, Chicago Street and the frontage road along State Street in addition to the Highland and the Chicago Street Bridges,for the overall Central Business District Street Resurfacing and Streetscape Program; and WHEREAS, the City has determined that the total maximum payment for the additional services described in this Ninth Amendment Agreement shall be in the amount of$344,580.87;and WHEREAS,the changes in performance contemplated by this amendment are germane to the Original Agreement as signed and this Amendment Agreement is in the best interests of City and is authorized by law. NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herein and other good and valuable consideration, the sufficiency of which is hereby mutually acknowledged, the parties hereto hereby agree as follows: 1. Section I(C) of the Subject Agreement is hereby further amended by adding the following additional text to the end thereof which reads as follows: "A detailed Scope of Services for the additional services provided by this Ninth Amendment Agreement is attached hereto as Attachment J". 3. Section IV(A) of the Subject Agreement is hereby further amended to read "For services provided by the ENGINEER as described in the Original Agreement,the First Amendment Agreement, the Second Amendment Agreement, the Third Amendment Agreement, the Fourth Amendment Agreement,the Fifth Amendment Agreement,Sixth Amendment Agreement,Seventh Amendment Agreement, Eighth Amendment Agreement and the Ninth Amendment Agreement, ENGINEER shall be reimbursed at the rate of 2.9 times the direct hourly rate of personnel employed on this PROJECT as set forth in Attachment J of the Ninth Amendment Agreement, with the total fee not to exceed$5,782,266.51 regardless of the actual time expended or actual costs incurred by the ENGINEER unless substantial modifications to the Scope of Work are authorized in writing by the DIRECTOR. 4. Section IV(B) of the Subject Agreement is hereby further amended to read: "For outside services provided by other firms or subconsultants, the City shall pay the ENGINEER the invoiced fee to the ENGINEER,plus N/A. Any such invoiced fees to ENGINEER shall be included with and constructed as part of the above-referenced amount of$5,782,266.51." 5. Section IV(B)of the Subject Agreement is hereby further amended to read: "A cost estimate of consultant services for the additional services provided by the Ninth Amendment Agreement is attached hereto as Attachment I. Such consultant services fees shall be included with and construed as part of the above-referenced"not-to-exceed"amount of$5,782,266.51." 6. Except as amended by this Ninth Amendment Agreement, Original Agreement as amended by First Amendment Agreement as Amended by Second Amendment Agreement as Amended by Third Amendment Agreement as Amended by the Fourth Amendment Agreement as Amended by the Fifth Amendment Agreement as Amended by the Sixth Amendment Agreement as Amended by the Seventh Amendment Agreement as Amended by the Eighth Amendment Agreement between the parties hereto shall remain in full force and effect. IN WITNESS WHEREOF the parties have entered into and executed this Seventh Amendment Agreement on the date and year first written above. CITY OF �:IN TRANSYSTEMS CORPORATION By l,i// � L.✓1�1, By 411101L_ ■Ir 411 City Manager / IMF Brian L. ' ood Vice-President All st: Attest: City erk Todd S. Bright Vice-President \\ELGINFILEI\CityHall\Public_Works\Engineering\Capital Projects\CBD Construction\Engineering\phase 9 final project\TranSystems-Ninth Amendment Agreement.doc - 2 - Scope of Services -Amendment No. 9 CBD Street Resurfacing and Streetscape Program SCOPE OF ENGINEERING SERVICES The scope of work includes construction management/administration for the Phase 6 Streetscape. Phase 6 of the Elgin CBD Improvements include: Highland Avenue(Riverside Drive-State Street);Chicago Street(Riverside Drive-State Street);and State Street(Highland Avenue to Chicago Street). The proposed improvement incudes pavement reconstruction,bridge railing repair, pavement markings, lighting, streetscape (brick pavers, street furniture, plantings, bump-outs, etc.), drainage structures, combined sewer, storm sewer and bridge repairs. A. Construction Inspection Services—2015 Streetscape and Roadway Contracts TranSystems and Interra will provide the resident engineer, inspectors, and other technical personnel necessary to observe, monitor, and document the contractor's progress on the project from the start of field operations to final completion. 1. Pre-Construction a. Video record and document the existing site conditions. b. Attend the pre-construction meeting. 2. Public Outreach and Coordination a. Assign a dedicated public liaison to provide residents, tenants, and property owners with a single, knowledgeable, and authoritative point of contact for concerns,comments, and questions. b. Maintain an office in the CBD area to assist in the above coordination effort. Plans, photos, documents, and exhibits shall be available for public viewing. It is expected that this office will be in the same location as the engineer's field office. c. Provide construction updates to DNA on a weekly basis for use on their website. d. Prepare and distribute project newsletters and/or letters to the affected properties notifying them of construction operations, staging or traffic modifications, interruptions in water or sewer service, and other pertinent information. e. Monitor public opinion and report any issues requiring attention to the City staff. 3. On-Site Review of Work a. Act as the City's representative with duties, responsibilities and limitations of authority as assigned in the construction contract documents, and advise and confer with City officials during construction and issue the City's authorized instructions to the contractor. b. Assist the contractor in understanding the intent of the construction contract documents. Serve as the City's liaison with other local agencies such as businesses,City's on-site representative,etc. c. Coordinate with utility companies and developers to ensure an orderly progression of work and ensure completion of any required facility relocations. d. Conduct continuous and full-time on-site observations of the work in progress to determine that the project proceeds in accordance with the construction contract documents and that completed work will conform to the requirements of the construction contract documents. e. Instruct Contractor to correct any work believed to be unsatisfactory,faulty or defective, not conforming to the requirements of the construction contract documents, or does not meet the requirements of any inspections, tests, or approval required to be made and report same to the City; and advise City of action taken or if any special testing or inspection will be required, 1 Attachment "3" Tran Systems Scope of Services -Amendment No. 9 CBD Street Resurfacing and Streetscape Program f. Verify that tests are conducted as required by the construction contract documents and in the presence of the required personnel, and that contractors maintain and submit adequate records thereof; observe, record,and report to the City appropriate details relative to the test procedures. g. Perform all required field tests such as concrete tests and soil compaction tests and ensure such tests are conducted as specified. Analyze the results of all field and laboratory tests to determine the suitability compliance with the requirements of the construction contract documents. h. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to the City. i. Assist the contractor with interpretation of the drawings and specifications. j. Prepare and submit detailed daily reports of construction progress. k. Monitor the contractor's project traffic control for compliance with the contract documents as well as safety and impacts to vehicles and pedestrians. 4. Contractor Suggestions and Requests a. Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the City with any time or cost implications for final decision. 5. Shop Drawings a. Develop shop drawing submittal requirements and assist contractor in development of submittal schedules. Review and monitor compliance with submittal schedules. b. Review and approve shop drawings and samples, the results of tests and inspections and other data which any contractor is required to submit, but only for conformance with the design concept of the project and compliance with the information given in the construction contract documents. Such review shall not be construed as relieving the contractor of the responsibility to meet requirements of the construction contract documents. Determine the acceptability of substitute materials and equipment proposed by the contractor; and receive and review (for general content as required by the specifications)maintenance and operating instructions,guarantees, bonds and certificates of inspection which are to be assembled by the contractor(s) in accordance with the construction contract documents. c. Record and maintain a shop drawing submittal and approval log and notify the contractor whenever submittals are lacking or untimely. 6. Schedules a. Prepare a final construction schedule with the participation of the contractor and obtain the contractor's approval of the construction schedule. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the contractor and approved by the engineer. b. Work with the contractor to maintain a workable updated Primavera style construction schedule that is maintained and monitored weekly as construction progresses as required by the construction contract documents. Report progress and schedule deviations and corrective measures proposed by the contractor to the City. 7. Job Meetings a. Conduct weekly progress meetings with all parties as required by the construction contract documents to review construction progress, design interpretations and overall progress. Prepare, maintain, and circulate copies of minutes thereof. Arrange a schedule of on-site job work meetings with the general contractor and subcontractors to review day-to-day operations. 2 Attachment "3" Tran Systems Scope of Services -Amendment No. 9 CBD Street Resurfacing and Streetscape Program b. Attend public informational meetings that may occur from time to time during the construction phase. 8. Contract Administration and Records a. Handle all day-to-day contract administration and associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings, and samples submissions, reproductions of original construction contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the construction contract documents, progress reports,and other project related documents. 9. Contractor Pay Requests and Chancre Orders a. Review the contractors requests for payments as construction work progresses, and advise the City of the amounts due and payable to the contractor in accordance with the terms of the construction contract documents. b. Perform evaluation of proposed construction contract change orders and submit recommendation for approval or denial to the City. Prepare construction contract change orders when authorized by the City. c. Obtain the proper waivers, both partial and final, required by contract for the City's progress and final payment to the contractor. 10. Final Completion and Record Drawings a. Prepare record drawings that show field measured dimensions of the completed construction work that the engineers consider significant and provide the City with one set of reproducible record drawings and all equipment operation and maintenance manuals within ninety(90)days of the project completion. b. Conduct a final inspection of the project with the City and the contractor, and prepare and give to the contractor a final punch list. Issue an opinion of satisfactory completion for acceptance of the project by the City to process the contractors final request for payment. c. Perform final field survey for underground (storm and sanitary sewer) to identify location, invert and rim elevations for both Phase 5 and Phase 6. This information to be included in the final record drawings. 11. Material QA and Testing a. Ensure that all materials provided to the contract meet the contract plans and specification and that proper documentation(IDOT approved lists, manufacturer's certifications,etc)are provided to verify material quality is met. Provide off-site material inspection when necessary. b. Work with Interra, Inc.to provide on-site material testing for all concrete and asphalt products delivered to the project to ensure that all specification requirements are met by the contractor. 12. Protect Close-Out a. Perform final inspection with the City,contractor,and applicable utilities to finalize punch list. Document the items in the final punch list and submit them to the contractor for close out. Verify completion of work and provide a close out recommendation to the City. b. Verify that documentation is accomplished and that all material inspections and certifications have been accounted for and are complete, including contractor evaluations. c. Provide final documentation associated with the final balancing change order and final pay estimate. 3 Attachment "3" Tran Systems Attachment"C" Cost Estimate of Consultant Services (Direct Labor Multiple) Firm TranSystems Date 05/22/15 Route Elgin Streetscape Section Ph 6(Streetscape CE) Overhead Rate 145.47% County Kane Job No. P404060020 Complexity Factor 0 PTB&Item 2.9 TIMES SERVICES %OF ITEM MANHOURS PAYROLL PAYROLL DIRECT BY TOTAL GRAND COSTS OTHERS (C+D+E) TOTAL (A) (B) (C) (D) (E) A-1 Pre-Construction 12 608.96 1,765.99 172.00 1,937.99 0.56% A-2 Public Outreach and Coordinatior 20 1,168.96 3,389.99 195.00 3,584.99 1.04% A-3 On-Site Review of Work 1512 81,370.11 235,973.32 524.00 236,497.32 68.63% A-4 Contractor Suggestions and RFI's 20 1,284.48 3,725.00 7,020.00 10,745.00 3.12% A-5 Shop Drawings 86 4,265.74 12,370.65 0.00 12,370.65 3.59% A-6 Scheduless 12 840.00 2,436.00 120.00 2,556.00 0.74% A-7 Job Meetings 26 1,820.00 5,278.00 0.00 5,278.00 1.53% A-8 Contract Admin&Change Orders 38 2,660.00 7,714.00 0.00 7,714.00 2.24% A-9 Contractor Pay Requests 32 2,240.00 6,496.00 0.00 6,496.00 1.89% A-10 Completion and Record Drawing 228 10,158.67 29,460.14 0.00 29,460.14 8.55% A-11 QA Material Testing 80 4,008.11 11,623.52 410.00 10,522.00 22,555.52 6.55% A-12 Project Closeout 40 1,856.99 5,385.26 0.00 5,385.26 1.56% TOTALS 2106 112,282.02 325,617.87 8,441.00 10,522.00 344,580.87 100.00% Average Hourly Project Rates Route Elgin Streetscape Section Ph 6(Streetscape CE) County Kane Consultant TranSystems Date 05/22/15 Job No. P404060020 PTB/Item Sheet 1 OF 3 A-2 Public Outreach and A-4 Contractor Suggestions Payroll Avg Total Project Rates A-1 Pre-Construction Coordination A-3 On-Site Review of Work and RFI's A-5 Shop Drawings Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg _ Part. Avg Part. Avg Part. Avg Engineer 5 $70.00 0 _ Engineer4 $70.00 1120 53.18% 37.23 4 33.33% 23.33 12 60.00% 42.00 880 58.20% 40.74 16 80.00% 56.00 16 18.60% 13.02 Engineer 3 $53.31 46 2.18% 1.16 30 34.88% 18.60 Engineer 2 $41.12 60 2.85% 1.17 8 66.67% 27.41 8 40.00% 16.45 4 20.00% 8.22 30 34.88% 14.34 Engineer 1 $31.28 652 30.96% 9.68 _ 632 41.80% 13.08 10 11.63% 3.64 Planner 5 $70.00 0 Planner 4 $62.37 0 Planner 3 $48.61 0 Architect 4 $70.00 0 _ Architect 3 $62.30 0 Architect 2 $36.63 0 Architect 1 $27.75 0 Environmental Scientist 4 $70.00 0 Industry Specialist 3 $50.10 80 3.80% 1.90 Surveyor 3 $34.61 48 2.28% 0.79 Surveyor 1 $20.48 40 1.90% 0.39 Technician 3 $34.63 60 2.85% 0.99 Technician 1 $18.34 0 Administrative 3 $40.27 0 _ Administrative 2 $32.50 0 Administrative 1 $22.03 0 0 0 0 0 0 0 TOTALS 2106 100% $53.32 12 100% $50.75 20 100% $58.45 1512 100% $53.82 20 100% $64.22 86 100% $49.60 Average Hourly Project Rates Route Elgin Streetscape Section Ph 6(Streetscape CE) County Kane Consultant TranSystems Date 05/22/15 Job No. P404060020 PTB/Item Sheet 2 OF 3 A-6 Contract Admin&Change A-10 Completion and Record Payroll Avg A-6 Scheduless A-7 Job Meetings Orders A-9 Contractor Pay Requests Drawings A-11 QA Material Testing Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. _ Avg Part. Avg Part. Avg Part. Avg Engineer 5 $70.00 Engineer 4 $70.00 12 100.00% 70.00 26 100.00% 70.00 38 100.00% 70.00 32 100.00% 70.00 80 35.09% 24.56 Engineer 3 $53.31 Engineer 2 $41.12 Engineer 1 $31.28 _ Planner 5 $70.00 Planner 4 $62.37 Planner 3 $48.61 Architect 4 $70.00 Architect 3 $62.30 Architect 2 $36.63 Architect 1 $27.75 Environmental Scientist 4 $70.00 _ _ Industry Specialist 3 $50.10 80 100.00% 50.10 Surveyor 3 $34.61 48 21.05% 7.29 Surveyor 1 $20.48 40 17.54% 3.59 Technician 3 $34.63 60 26.32% 9.11 Technician 1 $18.34 Administrative 3 $40.27 Administrative 2 $32.50 Administrative 1 $22.03 TOTALS 12 100% $70.00 26 100% $70.00 38 100% $70.00 32 100% $70.00 228 100% $44.56 80 100% $50.10 Average Hourly Project Rates Route Elgin Streetscape Section Ph 6(Streetscape CE) County Kane Consultant TranSystems Date 05/22/15 Job No. P404060020 PTB/Item Sheet 3 OF 3 Payroll Avg A-12 Project Closeout Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Engineer 5 $70.00 Engineer 4 $70.00 4 10.00% 7.00 Engineer 3 $53.31 16 40.00% 21.32 _ Engineer 2 $41.12 10 25.00% 10.28 Engineer 1 $31.28 10 25.00% 7.82 Planner 5 $70.00 Planner 4 $62.37 Planner 3 $48.61 Architect 4 $70.00 Architect 3 $62.30 _ Architect 2 $36.63 Architect 1 $27.75 Environmental Scientist 4 $70.00 Industry Specialist 3 $50.10 Surveyor 3 $34.61 Surveyor 1 $20.48 _ Technician 3 $34.63 Technician 1 $18.34 Administrative 3 $40.27 Administrative 2 $32.50 _ Administrative 1 $22.03 TOTALS 40 100% $46.42 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Average Hourly Project Rates Route Elgin Streetscape Section Ph 6(Streetscape CE) County Kane Consultant TranSystems Date 05/22/15 Job No. P404060020 PTB/Item Sheet 4 OF 3 Payroll Avg Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg _ Part. Avg Part. Avg Part. Avg Part. Avg Engineer 5 $70.00 Engineer 4 $70.00 Engineer 3 $53.31 Engineer 2 $41.12 Engineer 1 $31.28 _ Planner 5 $70.00 Planner 4 $62.37 Planner 3 $48.61 Architect 4 $70.00 Architect 3 $62.30 Architect 2 $36.63 Architect 1 $27.75 Environmental Scientist 4 $70.00 Industry Specialist 3 $50.10 Surveyor 3 $34.61 Surveyor 1 $20.48 _ Technician 3 $34.63 _ Technician 1 $18.34 Administrative 3 $40.27 Administrative 2 $32.50 Administrative 1 $22.03 TOTALS 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Average Hourly Project Rates Route Elgin Streetscape Section Ph 6(Streetscape CE) County Kane Consultant TranSystems Date 05/22/15 Job No. P404060020 PTB/Item Sheet 5 OF 3 Payroll Avg Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Engineer 5 $70.00 Engineer 4 $70.00 Engineer 3 $53.31 Engineer 2 $41.12 Engineer 1 $31.28 Planner 5 $70.00 Planner 4 $62.37 Planner 3 $48.61 _ Architect 4 $70.00 _ Architect 3 $62.30 Architect 2 $36.63 Architect 1 $27.75 Environmental Scientist 4 $70.00 Industry Specialist 3 $50.10 _ Surveyor 3 $34.61 Surveyor 1 $20.48 Technician 3 $34.63 _ Technician 1 $18.34 _ Administrative 3 $40.27 _ Administrative 2 $32.50 Administrative 1 $22.03 TOTALS 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems A-1 Pre-Construction Company Vehicle 1 day @ $ 65.00 /day $ 65 Vehicle 100 miles @ $ 0.56 /mile $ 56 Photocopies(11"x17"reduced size plans) 41 sheets @ 5 copies @ $ 0.25 /sheet $ 51 Photocopies(22"x34"full size plans) 41 sheets @ 0 copies @ $ 1.35 /sheet $ - SUBTOTAL $ 172 A-2 Liaison and Contract Control Company Vehicle 3 days @ $ 65.00 /day $ 195 SUBTOTAL $ 195 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems A-3 Public Outreach and Coordination Company Vehicle 1 days @ $ 65.00 /day $ 65 Vehicle 150 miles @ $ 0.56 /mile $ 84 Photocopies(8.5"x11"handouts) 250 sheets @ 10 versions @ $ 0.15 /sheet $ 375 SUBTOTAL $ 524 A-4 On-Site Review of Work Company Vehicle 108 days @ $ 65.00 /day $ 7,020 SUBTOTAL $ 7,020 A-6 Shop Drawings Overnight Shipping 6 packages @ $ 20.00 /package $ 120 SUBTOTAL $ 120 A-11 Final Completion and Record Drawings Mylar Reproductions 41 sheets @ 1 copy @ $ 10.00 /sheet $ 410 SUBTOTAL $ 410 TOTAL $ 8,441