Loading...
HomeMy WebLinkAboutBOLA Architecture + Planning AG-C-332^3 1 ( 5 2008 AGREEMENT FOR PROFESSIONAL SERVICES AG-C- 322 -2,32- THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY and BOLA ARCHITECTURE + PLANNING, a corporation whose address is 320 Terry Avenue North, Seattle WA 98109, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: I. SCOPE OF WORK. The Consultant shall provide architectural, engineering and technical services necessary to prepare plans, specifications and cost estimate, and associated tasks, for design; of the north meadow parking and restroom facility at the Mary Olson Farm. This r effort shall be in accordance with the Scope of Work incorporated herein as Exhibit A. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by ,August 15, 2008. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. Agreement for Professional Services AG-C-322- 3 z- March 20, 2008 Page 1 of 11 3. COMPENSATION. Compensation will be on a time and material basis, not to exceed $24,000.00. A detailed Fee Schedule for anticipated tasks is incorporated in to this Agreement as Exhibit B. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in Exhibit B, Fee Schedule, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services. The Consultant shall submit to the City an invoice or statement of time spent on tasks included in the scope of work provided herein, said invoice to be in essentially the form set forth in Exhibit C, attached hereto and incorporated by reference, and the City shall process the invoice or statement in the next billing/claim cycle following receipt of the invoice or statement, and shall remit payment to the Consultant thereafter in the normal course, subject to any conditions or provisions in this Agreement. 4. SUBCONTRACTING. The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT beyond that without prior written permission of the CITY. No permission for subcontracting shall create, between the CITY and subcontractor, any contractor or any other relationship. Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. Agreement for Professional Services AG-C-322 33 - 2-March 20, 2008 Page 2 of 11 5. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 6. INDEMNIFICATIONIHOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, authorized volunteers, and employees harmless from any and all claims, injuries, damages, losses, or suits, including attorney fees, to the extent arising out of or resulting from the negligent acts, errors or omissions of the CONSULTANT in performance of this Agreement, 7. INDEPENDENT CONTRAGTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to Agreement for Professional Services AG-C=322 33z March 20, 2008 Page 3 of 11 the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 8. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. CONSULTANT- shall obtain insurance of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be named as an insured under the Agreement for Professional Services AG-C-322- 7?,?5-7 March 20, 2008 Page 4 of 11. CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability, and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY. Any insurance, self insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by certified mail, return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A-:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatoryendorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this Agreement for Professional Services AG-C-3-22 ?z March 20, 2008 Page 5 of 11 section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 9. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap. 10. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. Agreement for Professional Services AG-C-322 March 20, 2008 Page 6 of 11 11. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Agreement for Professional Services AG-C-322- 5? March 20, 2008 Page 7 of 11 12. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 13. GENERAL PROVISIONS. 13.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 13.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 13.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to Agreement for Professional Services AG-C-3n 3 ? March 20, 2008 Page 8 of 11 cooperate and continue work toward successful completion of assigned duties and responsibilities. 13.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 13.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 13.6. Should it become necessary to enforce any term or obligation of this Agreement, then all costs of enforcement including reasonable attorneys fees and expenses and court costs shall be paid to the substantially prevailing party. 13.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 13.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 13.9. This Agreement shall be administered by Mike Milne on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn Attn: Patricia Cosgrove 918 H Street SE Auburn, WA 98002 Phone: 253-288-7437 Fax: 253-931-3098 E-mail: pcosgrove(a)-auburnwa.gov BOLA Architecture + Planning Attn: Rhoda Lawrence 320 Terry Avenue North Seattle, WA 98109 Phone: 206-447-4749 Fax: 206-447-6462 E-mail: rlawrence[uD-bolarch.com Agreement for Professional Services AG-C-3n 3::-, z-- March 20, 2008 Page 9 of 11 13. 10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 13.9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 13.11. This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. --------------------------------------------------------------- Agreement for Professional Services AG-C-3-2-2. 332- March 20, 2008 Page 10 of 11 Cl OF AUB *1N Pet r B. Lewis, Mayor. Date M,3" t ?7 ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: iel B. Hey , Ci A orney BOLA ARCHITECTURE + PLANNING BY. Title: Federal Tax ID # Agreement for Professional Services AG-C-322- -33 -z- March 20, 2008 Page 11 of 11 EXHIBIT A SCOPE OF WORK Mary Olson Farm North Meadow Parking and Restroom Scope of Work, Exhibit A Design Development, Construction Document, and Bidding Phases Basic Services Performed by BOLA Architecture + Planning 1. Review site information furnished by the City Farm Manager and visit site to review and photograph conditions. 2. Meet with City Farm Manager to review design alternatives for an environmentally-friendly parking area and restroom for the historic Mary Olson Farm north meadow area. Resulting work to provide parking for 20 cars; two busses; one point of egress and one of ingress; landscaping to coordinate with historic farmstead; consideration of overflow parking in adjacent fields; compacting toilet facility designed for site without water; exterior design of restroom facility visually complementing the existing historic buildings on site. 3. Prepare Design Development and Opinion of Probable Construction Costs. 4. Meet with City staff to review Design Development of Parking and Restroom. Incorporate staff comments as appropriate. 5. Prepare and provide drawings for permit submittals (DARPA, Shoreline, Grading, Electrical, etc.) to City Farm Manager. 6. Provide final bid set Construction Documents and Opinion of Probable Construction Costs incorporating all City comments. 7. Provide limited bidding assistance to answer bidders questions, prepare addenda (if needed), and assist with reference checks for low bidders. 8. Provide project record drawings based on Contractor's redline drawings. Note: Scope of Work does not include topographic survey, permit costs, special reports or Construction Services. EXHIBIT A continued Items provided by City of Auburn/Owner: 1. Survey information for parking area in North Meadow of the Mary Olson Farm. 2. All permit services and costs. 4. Project Manual front end boiler plate documents. 5. Bid set printing, distribution and advertising. Construction Services: BOLA Architecture + Planning would be available to provide construction period services on an hourly basis. Agreement for Professional Services AG-C-327- March 20, 2008 Page 2 of 11 EXHIBIT B FEE & PROGRESS SCHEDULE Mary Olson Farm North Meadow Parking and Restroom Design Proposed Schedule Invoices may be made as each performance measure has been successfully met. Performance Measure Days From Notice to Proceed Notice to Proceed 0 Prepare Base Plan Sheet 8 Present Conceptual 30 Alternatives to Parks & Permit Staff Prepare 95% Construction Documents, 60 Plans, Specifications, Estimates Allow Two Weeks for City Review 74 Provide Permit Drawings to 94 Project Manager Provide City with Bid Set 100 See attached CONSULTANT bid for fee details. Olson Farm Restoration Parking Area Improvements Civil Engineering Design Fee Estimate for BOLA Architecture + Planning WR Consulting, Inc. Date: August 2, 2007 CA _Current (PC-2 Mies)l PC-2 Mies Project FileslOlson FarmlOlson Contracts) Rundalll Olson Farm Parking Fee 8.4.07.xis]Onsite Engineer Tech/ Subtotal Drafter Schematic Design Site Visit (1) Meetings & coordination w/Architect and LA Meetings & coordination City Coord. w/ King County Dept of Health Shoreline Permit Input Preliminary Layout /Sketch Proposed Imp. Restroom Research/Sizing Drainage Calculations Schematic Plan (1 sheet) Prelim. Construction Cost Estimate TOTAL PHASE HOURS & LABOR Design Development Site Visit (1) Meetings & coordination w/Architect and LA Meetings & coordination City Coord. w/ King County Dept of Health Site Plan (1 sheet) Restroom Layout (1 sheet) Drainage and Grading Plan (1 sheet) Construction Cost Estimate Outline Specifications TOTAL PHASE HOURS & LABOR 4 4 2 2 2 2 4 4 2 4 4 2 2 30 8 $3,480 4 4 4 2 4 4 4 4 8 4 4 2 4 38 14 $4,640 Construction Documents Site Visit (1) Meetings & coordination w/Architect and LA Meetings & coordination City Coord. w/ King County Dept of Health Drainage Report Permit Input - Shoreline Site Plan (1 sheet) Erosion Control Plan and Notes (1 sheet) Restroom Plan and Details (1 sheet) Drainage and Grading Plan (and Control) (1 sheet) Details and Notes (2 sheets) Specifications Construction Cost Estimate TOTAL PHASE HOURS & LABOR 4 4 4 4 12 2 4 2 6 4 4 4 6 4 16 4 8 4 2 78 Page 1 of 2 20 $9,000 Olson Farm Restoration Parking Area Improvements Civil Engineering Design Fee Estimate for BOLA Architecture + Planning WR Consulting, Inc. Date: August 2, 2007 C:\ Current (PC-2 Mies)\ PC-2 Mies Project FBes\Olson Farm\Olson ContractslRundalll Olson Farm Parking Fee 8.4.07.xts]Onsite Engineer Tech/ Subtotal Drafter Construction Administration Submittal Review RFI's / Clarifications Site Visits - two on-site Preliminary Punchlist - one on-site Final Punchlist - one on-site Record Drawings TOTAL PHASE HOURS & LABOR 4. 4 8 4 4 (not included) 24 0 $2,400 Summary of Design Fees: Basic Services: Schematic Design Design Development Construction Documents SUBTOTAL (exc. CA) Construction Administration Fee Expenses Total $3,480 $118 $3,598 $4,640 $141 $4,781 $9,000 $229 $9,229 $17,608 M400 242 $2,642 $19,520 $730 $20,250 Basis of Estimate: Assumes on-site toilet consisting of pre-cast vault toilet or pre-manufactured compost type. Assumes on-site parking area for bus and 8-12 vehicles with an "unimproved" overflow area for 30 additional vehicles. Front-end specifications by Architect, technical provisions provided for civil work only. Site layout and preliminary grading from Architect and LA for use by civil. Geotechnical or Structural Engineering not included. Electrical/Mechanical site work not included. Traffic engineering and studies not included. Survey and Easements by others. Presentations, public hearings and public meetings are additional services. Frontage Improvements and Off-site Utility Extensions are additional services. Landscape/Irrigation not included. Printing/publication of documents not included. Page 2 of 2 Olson Farm Design 2008 North Parking Lot Fee Worksheet BOLA Architecture + Planning April 17, 200$ Site Principal Prin. Arch Proj. Arch. Drafter/WP 'T'ASKS Visits $160 $125 $82 $60 1. PrpOct A ministration 2. Design B. Engineering Coordination Design Reviws w/Engineer and Owner Permit Submittal Electrical Layout and Coordination 2 Subtotal Hours Subtotal Fee Total Meetings or Site Visits 2 3. _ imated E?s_ • In-house printing, coping, plotting & blueprinting • Photos - film & printing + Travel, Office to Site, 90 miles ea, RT @ $0.505/Mile • Deliveries ($30), Allowance Total Expense Allowances 4 Subconsultant Fees -None Landscape Architect, Berger Partnership (NIC) Structural Engineer, IL Gross (NIC) Civil Engineer (excluding CA) Mechanical Engineer (NIC) Total Subconsultants' Allowances 2 4 12 4 4 1 5 1 2 6 $ 6 27 $1,280 $750 $2,214 2 $320 16 $1,624 8 $828 6 $570 9 $902 41 $4,244 $25 $12 $91 $158 x 1.10 = $174 $174 X 1.10 = X 1.10 = $17,608 x 1.10 = $19,369 x 1.10 = $19,369 $19,369 TOTAL 2008 North Parking Lot Design $23,786 Page 1 of 1 EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at $0.505/mile or the current approved IRS rate. It is understood that all reimbursements are at cost and will be marked-up 10%. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and/or environmental consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts plus a 10% markup to cover the CONSULTANT'S additional overhead expense associated with the Subcontract. CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement # (i.e.: AG-C-322): • Project number(s) listed (i.e. 321.00.576.802.65:). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of-way, or construction) or task order number. • Direct salary (base salaries) • Indirect salary (benefits) • Direct non-salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i,e.: telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract -.total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). SAMPLE INVOICE White River Valley Museum 918 H Street SE Auburn WA 98002 Attn: Patricia COsgrove (Project Engineer) Agency Agreement #: AG-C-Sa2 Invoice #: XXX Progress Payment #: 2 Invoice Date: February 10, 2002 Project Name: Mary Olson Farm Parking/Restm Project #: 321.00.576.802.65 Architectural Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hour) Rate Amount Princi a1 in Char e Mike Jones 1 $ 125.00 $ 125.00 , Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processin 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal $ 749.00 Ex enses see attached documentation har es Multi tier Amount Mike Jones Princi al in Char a miles 220 x1.1 $ 7.59 1 Carla Maker, Architect 30.00 x1.1 $ 33.00 Joe Smith, Word Processin 29.00 x1.1 $ 31.90 Consultant Ex enses Subtotal $ 72.49 Consultant Totah SUB CONSULTANTS (see attached documentation) $ 821.49 Subconsultant Hours Hourly Rate Amount ABC Environmental, Inc., Civil Engineer 10 $ 100.00 $ 1,000.00 Electrical Consulting, Electrical Engineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,000.00 Moving Company, Moving Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multi Tier $ 2A60.00 Subconsultant Total: TOTAL DUE. THIS INVOICE $ 2,860,00 $ 3,681.49 CONTRACT BREAKDOWN % ount A t A Total Invoiced % m Task moun Authorized Prior Invoiced This Invoice To Date Expended Completed Remaining Original Contract 000.00 $ 22 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF* , 00 500 2 0.00 1,000.01 1,0000.00 40% 45% 1,500.00 . , 51 793 $ 19 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 . , Note: MRF=Management Reserve Fund * Received a written authorization of MRF on 1110101 for Mechanical Engineer task in the amount of $2,000.00.