HomeMy WebLinkAboutBOLA Architecture + Planning2008 AGREEMENT FOR PROFESSIONAL SERVICES
AG -C- 3n -
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:
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
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. .
---- ---------------------- -------- ---------------- ------------vj CV,
z_
Agreement for Professional Services AG -C -32 -2 -
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 3 1 z --
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. INDEMNIFICATION/HOLD 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 CONTRACTOR/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 1
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 > j 2
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 amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance coverage required by this
Agreement for Professional Services AG -C-322
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
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-322
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
Agreement for Professional Services AG -C-322
March 20, 2008
Page 9 of 11
BOLA Architecture + Planning
Attn: Rhoda Lawrence
320 Terry Avenue North
Seattle, WA 98109
Phone: 206-447-4749
Fax: 206-447-6462
E-mail: rlawrence@bolarch.com
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-322
March 20, 2008
Page 10 of 11
C TY URN
Peter B. Lewis, Mayor
Date JUN 16 2008
ATTEST:
Da ' Ile E. Daskam, City Clerk
APPROVED AS TO FORM:
ID - : - • ' •
BOLA ARCHITECTURE + PLANNING
,wmm'� �..J
Agreement for Professional Services AG -C-322
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 (JARPA, 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-322
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 a 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
C:\_Current (PC -2 Mies)\ PC -2 Mies Project Files\Olson FarmkO[son Contractsl[Rundaill Olson Farm Parking Fee 8.4.07.xis]Onaite
Engineer Tech/ ubtotal
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 (I 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 20 $9,000
Page 1 of 2
Olson Farm Restoration
Parking Area Improvements
Civil Engineering Design Fee Estimate for BOLA Architecture + Planning
WR Consulting, Inc. Date: August 2, 2007
C:\_Cufferd (PC -2 Mies)1 PC -2 Mies Project Files\Olson Farm\Olson ContrectsgRundalll Olson Farm Parking Fee 8.4.07.XM]Onske
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
Summary of Design Fees:
Basic Services:
Schematic Design
Design Development
Construction Documents
SUBTOTAL (exc. CA)
Construction Administration
Basis of Estimate:
4
4
8
4
4
(not included)
24 0 $2,400
Fee Expenses Total
$3,480
$118
$3,598
$4,640
$141
$4,781
$9,000
$229
$9,229
$17,608
VAN
242
$2,642
$19,520
$730
$20,250
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
N N n
m oo v c�
ey a9 a9 'A •f,
Q
11=
N
�I II II II II
ti
Cd k k k k
tog. t04- U4
V4-
9
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).
White River Valley Museum
918 H Street SE
Auburn WA 98002
Attn: Patricia COsgrove (Project Engineer)
Agency Agreement #: AG -C-322
SAMPLE INVOICE
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
Hourly Rate
Amount
Amount
Mike Jones, Principal in Char e
1
$ 125.00
$
125.00
Carla Maker, Architect
5
$ 72.00
$
144.00
Joe Smith, Word Processing
10
$ 48.00
$
480.00
Consultant Personnel Subtotal
1,000.00
Moving Company, Moving Consultant
$
749.00
Expenses see attached documentation
Charges
Multiplier
Amount
Amount
Mike Jones, Principal in Charge
20 miles
x1.1
$
7.59
Carla Maker, Architect
$ 30.00
x1.1
$
33.00
Joe Smith, Word Processing
$ 29.00
x1.1
$
31.90
Consultant Expenses Subtotal
1,000.00
Moving Company, Moving Consultant
$
72.49
Consultant Total:
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
25%
500.00
Mechanical Solutions, Mechanical Engineer
10
$
100.00
MRF
1,000.00
Moving Company, Moving Consultant
2
$
50.00
$ 1,025.00
100.00
Subconsultant Subtotal
1 $ 19,793.51
$
2,600.00
Subtotal x 1.1 Multiplier
$
2 860.00
Subconsultant Total:
TOTAL DUE THIS INVOICE
r`nmrQAr`r moomennwu
$ 2,860,00
$ 3,681.49
Task
. Amount -
Authorized
Prior Invoiced
This Invoice
Total Invoiced
To Date
%
Expended
%
Completed
Amount
Remaining
Original
Contract
$22,000.00
$ 1,025.00
$ 2,681.49
$ 3,706.49
20%
25%
$ 18,293.51
MRF*2,500.00
0.00
1,000.00
1,0000.00
40%
45%
1,500.00
TOTAL
$ 24,500.00
$ 1,025.00
$ 3,681.49
$ 4,706.491
1 $ 19,793.51
Note: MRF=Management Reserve Fund
* Received a written authorization of MRF on 1/10101 for Mechanical Engineer task in the amount of
$2,000.00.