HomeMy WebLinkAbout495309 INTERACTIVE ELEMENTS INC - PURCHASE ORDER - 9116893City of
art Collins
Date: 11/18/2011
Vendor: 495309
INTERACTIVE ELEMENTS INC
60 EAST 42ND ST, ROOM 2035
NEW YORK New York 10165 '
PURCHASE ORDER
PO Number Page
9116893 1of2
This number must appear
on all invoices, packing
slips Intl labels.
Ship To: PURCHASING DIVISION .
CITY OF FORT COLLINS
215 N MASON, 2ND FLOOR
FORT COLLINS Colorado 80524-4
Delivery Date: 11/18/2011 _ Buyer: . , JAMES O'NEILL
Note:
Line Description Quantity UOM Unit Price Extended '
Ordered Price
I FTA Training/Consulting „ 1 LOT EA 30,000.00
2 FTA Training/Consulting 1 LOT EA
10,000.00
Charges for this account
3 FTA Training/Consulting 1 LOT EA 12,452.00
Charges for this acount '
Total $52 452
City of FortCollins Director of Purchasing and Risk Management Invoice Address:
This order Is not valid over $5000 unless signed by James B. O'Neill ll, CPPO City of Fort Collins
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO Box 580
Fort Collins, CO 80522-0580
Cost Analysis for Training and Procurement Services
The ICE was developed and estimated a cost of $38,600. Travel expenses from the ICE
were estimated to be $5,500. The amount proposed by [El for expenses is $5,200.
The cost from IEI is a lump sum of $47,452 for both procurement review and training.
Other proposals received $48,920 for review and an additional $16,500 for training. The
expenses were estimated to be 10,500. Another proposal cost was $15,458 from a single
proprietor who is from Denver and would not require a large travel expenditure. One
additional proposal was for $91,836 from a large national firm.
Based on the original ICE the total cost of the was under estimated at $15,000. And
should have been in the range of $20-25,000.
If the single proprietors proposal is double to $31,000 plus $5,200 for travel that would
yield a cost of $46,200.
Therefore the amount offered by IEI is reasonable considering that there will be two
consultants on site with travel expenses for a total of $52,452 is reasonable.
Jim O'Neill
10/20/11
Page I of I
Jim O'Neill
From:
donna.douville@dot.gov
Sent:
Monday, October 17, 2011 3:27 PM
To:
Jim O'Neill
Subject: RE: FTA Training
Jim — no concerns on this end. Congrats on getting the training going and hope you and your staff find it
beneficial.
Thanks for letting us know.
Dmma Duuvillr. P.E.
Proar:un ill anagcmoul and Ovcreir6i. Tf :am I-cader
Vcderal Track is Administral.ion - Rcrion
12300 Wsl. Dakota Av4;mw, Suck 310
Lakewood. CO 8022P
720 963 3332
From: Jim O'Neill [mailto:JONEILL@fcgov.com]
Sent: Monday, October 17, 2011 10:03 AM
To: Douville, Donna (FTA)
Subject: FTA Training
Donna, the City has finished reviewing proposals for Training for our staffs. We are also going to have them
come in and give our Purchasing organization another look to see how we can improve. The firms selected
subject to contract negation is: Interactive Elements Incorporated. They have done a number of Triennial
Reviews, Document review and program management oversight. If you have any concerns about this firm would
you let me know. Thanks. Jim
Jim O'Neill, FNIGP, CPPO
Director of Purchasing and Risk Management
970-221-6779
PO Box 580
Fort Collins, CO 80522
10/17/201 1
Purchase Order Terms and Conditions
Page 2 of 2
1. COMMERCIAL DETAILS. -
Tax exammaimes. By statute the City of Too Collins is exempt from seam and local taxes. Our Exemption Number is
98-04502. Federal Excise Tax Exemption Cemfirt of R111,11 84fi000587 is registered with the Calcium of
Internal Revenue. Derem, Colorado (Ref. Colorado Revised Stetles 1993. Chapter 39-26, 114 le).
Gom15 Rejected. GOODS REJECTED due 1. failure to meet xpeci0ations, either when shipped or due to defects of
damage in transit, may be retuned to you for udtlit end arc not he he replaced except upon receipt of wnnen
instructions firm the City of Fort Collins.
Invoice.. GOODS are subject to the City effort Collins inspection on normal.
Final Are,putenow. Receipt of the merchandise, s emolmc respon1.se this s
authariaed payment on the part of the City Of For Collins. Hmvever� o .s to be under
ACCEPTANCE ix dependent upon completion of all applicable required inspection procedures.
Freight Terms. Shipments must be F.O.R.. City affair: Collins, 700 Wood ST., End Collins.
otherwise specified an this aMe,, If permission is given to prepay freight end charge acyamtly,
bill must accompany invoice Additional Thal for packing will nor be accepted.
Shipment Distance. Where mannfacturcrs have distributing points in us pans of the cc
,.period fears The nearer d.nnbutien point to destination, and excess freight will be deducted
shipments arc mad, fiom greater distaste..
II. NONWAIVER.
Failure Of be Purchaaor, m insist upon sbig performance of The forms and conditions hereof, failure or delay to
entities any rights or remedies provided herein o by tax'; failure to promptly' notify the Seller in the event sofa
breach, the accepanca of or payment for gads hereunder or approval of the design,.shol I ram release the Seller of
any of the warranties Or Obligations of this purchase ode, and shall not be deemed a waiver of any right of the
p... rutt m insist upon at ponfrromme harcofor any Of its rights or renadure as in any such good,, popes less
Of when shipped, received err accepted, as t any prim or subsequent default Ingersoll nor shall any perished
oral mod. ricmlon or rescission of'his pumhax order by the Purchaser spent, as a waive of any of the corms
hereof
can
cal in 12. ASSIGNMENT OF ANTITRUST CLAIMS.
'hit FINAL Seller and the Purchaser ecogmae that is actual economic practice, overcharges resulting front antitrust
violations are in fact home by the Political Theretofore. fo good cause and as mosidemtion for,sccuiing this
purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or recall cr
90522. unless acquired under federal or stale antitrust Imes for such concrete, relating to the particular goods or sell
anginal freight Purchased or acquired by the Pumhaur pursuant o this purchase order.
Permits. Seller shall procure at sellers sole cost all necessary remains. ceni(eates and licenses mentetl by all
applicable laws, regulations, milessner, and rules of the state, municipality, wintory or political subdivision where
the work is wrfomN, err required by any other do], co mimtd public authority having jurisdiction over the work
of vends" Sella funha agrees to Sold the City of Fort Collins harmless from and against all liability and loss
incurred by them by reason of an assured or established violation of any such laws, regulations, ordinances. roles
and eequi¢menns.
Authotiution. All panics to this column agree than the representatives are, in fact, bona fide and powers full and
complete authority to bind said pact.. I
LIMITATION OF TERMS. Thins Purchase Oni expressly limits acceptance to the moos and conditions stated
Sarin set forth and any supplementary or additional terms and conditions annexed howto of national harcin by
reference, Any additional or different terms and emblem, propomd by seller are objected to and hereby culottes.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately ifyou cannot make complete ahipment to arrive ern your
promised delivery date as noted. Time s of the regime. Delivery and Perfmmanec must be effected within the Time
stated on the purchase never and 'he,documopt attached Irwin. No acts of the Purchasers including, without
Imhafion, acceptance of,rani.] lam ddisence, shall operate as a wsrvcr ofthis Provision. In the event afany all
the Purchaser shall have, in addition to other legal and equitable remedies, the option eff ladng This order clsewme,
and holding the Seller liable for damages. However, the Seller shall not be liable for damage as a result of delays
due to causes nortommumb]y foreseeable which art beyond its reasonably konmol and without its fault of negligence,
such acts of God, acts Ofeivil or military authorities, govermwntal prionties, rims, sell flood, epidemics, wars or
riots Renamed that notice of the conditions easing such delay is given to the Purchaser within five (3) days of the
time when the Sella first received knowledge thereof. in the event of any such delay, the date of delivery shall be
atcndd for the period equal no the time weirdly lost by mason of the delay. I
],WARRANTY.
The, Seller warns That all goods, articles, materials ud work covered by thrs arder will conform with applicable
several specifiwtices, samples and/or other descriptions given, will be fit for the purposes intanded. and
performed sift the highest degree of One and competence in accordance vviiS eccepiwd standard fat work of a
similar owe. The Scua agrees in hold the pmchil harmless from any lass, damage or expense affich the
Purchaser may suffer or incur on account of the Sellers breach of warmmry. The Seller shall replace, .,in or make
good, without cast to the purchaser, any defects or faults arising within one (1) year or within such longer period of
time as may be pe.onbed by law or by the teems of any applicable rearmnry provided by the Sella after the data of
acceptance middle good interisland hereunder mosepmme ram to be umerva ly dciayes), resulting fmm imperfect
or defective work done or materials fhrmmished by the Seller. Acceptance or use efgoods by the Purchaser shall ram
canonical a waiver of any claim under this wamnry. Except as otherwise provided in this purchase order, the Sellers
liability Immora n shall extend to all damages pragandify apes by the breach of anv of the foregoing wamMr
or guarantor, but such liability shall in no mint include lass ofpmlirs or loss Timer. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FHTp3S FOR PURPOSE SHALL APPLY. I
4. CHANGES IN LEGAL TERMS.
The Purchase. may make changes to Icgal Terms by Action change ova.
5. CHANGES IN COMMERCIAL TERMS.
The Purchaser may make any changes to the comic other than legal terms, including addition to an dclnions fmm
the quantirir originally ordered in the e,weificafmm or concept by verbal or wrimen change ode. If any such
change affaem the amount due or the time ofperfmmanm unicameral an equitable edjrtmcul shall be made.
6. TERMINATIONS.
TIm Purchases may at any Time by women change ode., terminate this agreement as to any or all persions of the
good Then not shipped, subject to any equitable adjuimmt bmvan the all se, to any work or materials then in
progess provided that The Purchaser shall not be, liable fat any claims for anticipated profits on the oneompined
pomon of the goods andor wok for incidental m consexprent d damages, and that no such adjustment M made in
favor ofthe Seller with respect to any good which are the Sellers standard stale No such termination shall relieve
'he Purchaser err the Seller ofany offal obbuations as '1 any greeds dcRirred hereunder.
P. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment in= Ise assumed within thirty (30) days fmm the date the change or menial is
odcmd.
8. COMPLIANCE WITH LAW.
The Seller warrants That all goods sold hoarder shall have beeare produced, add, dcheared and furnished in strict
compliance with all applicable laws amid regulations To which the good arc subject. The Sella shall recut, am
deliver such documents as may be required in effect Or evidence compliance. All laws surd regulations required to be
ncaporated to agreements of this cleaner are hereby incorporated Imein by this reference. The, Sella agrees to
indemnify and bold the Purchoner M1umlres fmm ell cots and damages sunned by the Purchaser as a owed of The
Sellers failure no comply with such law.
9. ASSIGNMENT.
Neither party shall assilm, mmfa, or Corry this nNer, or any monies due or to become due hcrander witbmn the
prior warren manual rafEm Wbn perry.
10. TUT
The seller comments full. clay and aae. t,es title to the Purchaxr for all equipmenn, maniale, card items fumish,
in perform ce ent and of this agreemfree and close of any ail hens, connections, rexrvatiorce, grocery mtemst
crxumbmnms and claims ofiethns.
P. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
the Purchaser directs the Seller to correct nonconforming or defective goods by a date m be agreed upon by the
Purchaxr end the Seller, and he Seller The er.In,, indicators its inability or unwillingness to comply. The Purchaser
may cause The work to be performed by The most expeditious mars available To it, and The Seller shall pay all
costs associated with such work.
The Seller shall release the Purchaser end it, ronimnmm of any Ila from all Ilability and claims of any nature
csukeng form The performance of such work.
This release shall apply even in the even' of fault of negligence of the perry released and shall dfend to The
directors. olpcers and employees ofsoch parry.
The Sit let's eonoaetual obligations, including wmeanry, shall not be deemed to be ordered, in any way, bwcesse
such work is performed or caused to be performed by the Permission.
14. PATENTS.
Whenever the Sella is required to use any, design, device, material AT process cmares by letter, patent trademark
or eopyngn. the Sella shall indemnify and save harmless the Purchaser front any and all claims for infringement
by reason of the use of such patented deign, device, material or pmeess in connection with the contmn, and
shall indemnify, the Purchaser fat any cost, expense or damage which it may be obliged to pay by reason nfsuch
infringement at any time during the prosecution or after the completion of the work. in cast said equipment, or
any pan thereof or the intended use of the goods, is in such suit held to constitute iaGngemat and the use of
said equipment no pan is enjoined. the Saner shall, at its maw expense and at its option, either procure Or The
Purchaser The right to continue using said equipment or pans; replan the same with substaenially equal but
noninfringing equipment, or modify it so it becomes cerebral
15. WSOLVENCY.
If the Seller shall become insolvent or benkrupt, make an assignment fat the benefit of aredimss, appoint a
receiver Or trustee for any of the Sellers pmpcny or business, this order may forthwith be cmeelcd by the
Rumba=without liability.
IA GOVERNING LAW.
The, definitions Options used or the interprcmion of the apcement and The rights of all pries Journal shall be
commmed under and governed by the laws of the Sole ofColopdo, USA.
The following Additional Conditions apply only in where the Seller is to perform work forwardeforwarder.errder.
including the services of Sellers Repma smtive(s), on theses premiss stations.
IT. SELLERS RESPONSIBILITY.
The Seller shall carry an said work at Side's can risk until the same is fully Transferred and accepted, and shall.
in u of any accident, destruction or injury to The work author materials before Scllies final completion and
weeplanu, complete the work at Sellers own expense end 10 the satisfaction opium Purchaser. Whrn teal
and equipment am fumishul by others fat installation or action by the Seller, the Seller shall arrive, unload,
store and handle same at the site and become reapomible themf er as Though such materials and/or equipment
war bring famished by 'he Scllcr maker The order.
19. INSURANCE
The Seller shall, at his awn expense, provdc for the payment ofoorkcm conformal including exceptional
disease Feel in its modal employed on or in connection with he work cmeres by this purchase ndn,
sugar to their dependents in accordance with The laws of The Hate in which the work is to be done. The Sella
shall also arrY comprchemive general liability including, but not limited Jr. contractual and or omobile public
liability insurance with bodily injury end death limits of aT least S300.000 for any nee goo n. S500000 for any
one salver amid property damage limit per accident of S40gfg0. The Scllcr shalt likewise megrim his
Optimaors, irony. to provide fat such compensation and Insurance. Befine any of the Sellers or his contractors
employees shall do any work Olson Ne promises ofohns, the Seller shall fumish the Pushaur with a comfort
that such compensation and Insurance have been provided. Such emifirms shall specify the data when reach
compensation and inrmna have been provided. Such certificates shall spttify The dam whop such cmmpcnwtion
and in expires: The Selkrapces that such mM eoandatem and insurance shall mdnuined unit] after the
ermine work n.,load and wecpmd.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby assumes the entire responsibility and liability fat any and all damage, loss or injury of any kind
or nature whatsoever be persar or pmpany, caused by or exulting from the execution afibe wok provided for in
this pochau oiler or to connection haenid, The seller will indemnify and bald homeless the Purchaser and any
r all of the Purchasm appears, agents and employee., fmm and aping any and all claims, losses, coal
charges or experes, whether direct m inborn. and whether to persons or Property to which the Partial may
be put or subject by reason of any awl, anion, neghol, omission or defiuh on the pan of the Sella, any optic
commoors, or any of The Sallers or communors options, spas or employer. In new any suit or mho
pmceedinp shall be brought against The Purchaser, or its aRrrs. agents or employees at any time on account or
by arson Of any act, action, neglect, omission err defeat, of the Seller of any of his commoors or any of its or
their officers, agents or cmpmyea as Thousand. the Salter hereby agrees to assume the defame thereof vd to
defend thr same at the Seilns own expense to pay any and apt oats, charges, amomcys fen and other cafeteria,
any amid all jWgocn%That may be incurred by or obtained aping the P-Om—r or any of its or Their aipcm,
agents or employer in such suits or ocher pmceedmnp, and in caw judgment Or other lien be placed upon or
.Warned a,Joe' he property afthe Purchases, an said pasties in or as IT melt of such it, an other proaadli
the Seller will at care ruse the name to be beansed and discharged by giving bond or aromatic. The Seller arm
his consul shall take all nafrty precamimt fumish and install all guard neornary fat the prevention of
accidents, comply with all lama and populations with regard to assets including, bra without limitation, the
Occupatioml Safety and I calth Act of 1970 and ail Tulr and regulations issued p..an, dumb,
Revised 032010
Excluded Parties List System Page 1 of 1
�C>
ECS C:xcltdedl G�ar,Cles; Lspystenat
Search - Current Exclusions
EPLS Search
Resources
Results
>Advanced Search
_. ___. _ ___ _ _.______. __ _ ._ __ _
>Search Help
> Multiple Names
Search Results for Parties
> Advanced Search Tips
> Exact Name and SSN/TlN
Excluded by
> Public User's Manual
> MyEPLS
Firm, Entity, or Vessel : interactive elements
> FAQ
> Recent Updates
incorporated
> Acronyms
> Browse All Records
As of 01-Nov-2011 6:54 PM EDT I
> Privacy Act Provisions
Save to MyEPLS
> News
View Cause and Treatment Code
System for Award Management
Descriptions
> (SAM)
Your search returned no results.
> Reciprocal Codes
Reports
> Procurement Codes
Back New Search Printer -Friendly 1
> Nonprocurement Codes
_
> Advanced Reports
> Recent Updates
Agency & Acronym Information
> Dashboard
> Agency Contacts
Archive Search - Past Exclusions
> Agency Descriptions
> State/Country Code Descriptions
> Advanced Archive Search
> Multiple Names
OFFICIAL GOVERNMENT USE ONLY
> Recent Updates
> Browse All Records
> Debar Maintenance
> Administration
Contact Information
> Upload Login
> For Help: Federal Service Desk
https://www.epls.gov/epls/search.do 11/01/2011
CONTRACT CHECKLIST FOR COMPETITIVE PROPOSALS
RFP No./Title: _7284 Purchasing Review and FTA Training
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
All in electronic
9/16/10 in file
The City made and documented an
file
independent cost estimate before receipt of
proposals.
9) Unreasonable Qualification
No
Requirements This solicitation did not contain
unreasonable requirements placed on firms in
order for them to qualify to do business.
10) Unnecessary Experience and
No
Excessive Bonding
Unnecessary experience and excessive
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
No
Interest (OCI)
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
No
There was no arbitrary action in the i
procurement process. (An example of
arbitrary action is when award is made to
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
None
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
specifications including examples with
specific language.
14) Geographic Preferences
No
The solicitation contains no in -State or local
geographic preference except where Federal
statutes mandate or encourage them.
15) Contract Term Limitation
No
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior,
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
16) Written Procurement Selection
Yes
Procedures
The City has written selection procedures and
the solicitation also identifies all requirements
that offerors must fulfill and all other factors to
be used in evaluating bids or proposals.
17) Solicitation Prequalification
N/A
Criteria
The solicitation required prequalifcation of
persons, firms, or products. The list is current l
includes enough qualified sources to ensure..
maximum full and open competition, and
potential bidders are not precluded from
qualifying during solicitation period from
issuance of the solicitation to its closing date.
If the solicitation does not contain a
prequalification requirement, check NA.
18) Award to Responsible
1. Yes firm is recognized for
Contractor
providing service to FTA.
The City made a determination that it was
2. Y
awarding to a responsible contractor
3. Y
considering such matters as contractor
4. Y
integrity, compliance with public policy, record
of past performance, and financial and
5. Y
technical resources.
1. Appropriate Financial, equipment, facility
and personnel. (Y/N)
2. Ability to meet delivery schedule. (Y/N)
3. Satisfactory period of performance. (Y/N)1
4. Satisfactory record of integrity, not on
declined or suspended listings. (Y/N)
5. Receipt of all necessary data from
vendor. (Y/N)
19) Sound and Complete Agreement
Sid professional services
This contract is a sound and complete
agreement, with all required
agreement. In addition, it includes remedies
clauses.
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Yes
Specification
A complete, adequate, and realistic
specification or purchased description was
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
ro edy respond.
25) Two Bidders
Yes responses from 3 vendors.
Two or more responsible bidders were willing
and able to compete effectively for the
business.
26) Firm Fixed Price
Yes
A firm fixed price contract was appropriate for
this procurement.
29) Advertising
Posted on Website
The Invitation for Bids was publically
advertised.
30) Adequate Number of Sources
Yes
Solicited
Bids were solicited from an adequate number
of known suppliers.
36) Evaluation
Yes in RFP
A method is in place for conducting technical
evaluations of the proposals received and the
solicitation has evaluation factors identified
along with their relative importance.
37) Price and Other Factors
Yes
For this procurement, award was made to the
responsible firm whose proposal is most
advantageous to the grantee's Program with
rice and other factors considered.
40) Evaluation of Options
N/A
The option quantities or periods contained in
the contractor's bid or offer were evaluated in
order to determine contract award. (To be
eligible for Federal funding, options must be
evaluated as part of the price evaluation of
offers, or must be treated as sole source
awards.
41) Cost or Price Analysis
Yes 10/10/11 memo in file
Either a cost analysis or a price analysis was
performed and documented. The price was
determined to be fair and reasonable.
42) Written Record of Procurement
RFP uses as award needed to be
History
made on various factors not just
The file contains records detailing the history
cost.
of this procurement. At a minimum, these
Contract type was firm fixed price
records include:
(1) the rationale for the method of
Contractor highest rated firm.
procurement,
Contract price from proposals.
(2) Selection of contract type,
(3) reasons for contractor selection or
rejection, and
4 the basis for the contract price.
43) Exercise of Options
N/A
The grantee exercised an option on this
contract adhering to the terms and conditions
of the option stated in the contract and
determined that the option price was better
than prices available in the market or that the
option was a more advantageous offer at the
time the option was exercised.
If an option was not exercised under this
contract, check NA.
44) Out of Scope Changes
N/A
The grantee amended this contract outside
the scope of the original contract. The
amendment was treated as a sole source
procurement (complying with the FTA
requirements for a justification, cost analysis
and profit negotiation).
45) Advance Payment Provisions
No
The contractor did not receive an advance
payment utilizing FTA funds and the contract
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
Yes
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
property (materials, work in progress, and
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
47) Time and Materials Contracts
No
This is a time and materials contract; the
grantee determined that no other type of
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
No
This is not a cost plus a percentage of cost
type contract.
49) Liquidated Damages Provisions
No
This contract contains liquidated damages
provisions and the assessment for damages
is specified in the contract at a specific rate
per day for each day of overrun in contract
time.
50) Piggybacking
N/A
1) The file contains: Assignability provisions.
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
Yes
This contract contains the appropriate FTA
required clauses.
Exclude Parties Search
Yes negative in file 11/l/11
EPS run and include in the file
SUPPLEMENT
FOR ARCHITECT 8r ENGINEERING SERVICES
Checklist Item
Contract File
Comments
Location
8) A&E Geographic Preferences
n/a
Geographic location is not a selection
criterion or it is a selection criterion and its
application leaves an appropriate number of
qualified firms, given the nature and size of
the project, to compete for the contract.
51) Qualifications Exclude Price
n/a
The City evaluated the offeror's qualifications
and excluded price as an evaluation factor.
52) Serial Price Negotiations
n/a
The City conducted negotiations with only the
most qualified offeror and failing agreement
on price would conduct negotiations with the
next most qualified offeror until contract
award could be made to the most qualified
offeror whose price is fair and reasonable to
the grantee.
Fort Collins
Date of Estimate: 16-Sep-11
Contract Type: Not to exceed fixed
Existing Contract or PO (Y/N): No
Description of Goods (A) or Services (By
I have obtained the following estimate from;
Published Price List / Past Pricing (date)
Engineering or Techincal Estimate (performed by)
Independent Third Party Estimate (performed by)
Other (specify)
Independent Cost Estimate
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Standard Items
Product
Cost($/ea)
Cost($/ea)
Notes/Data Source
Delivered
No Frieght
Total
Cost of Services, Repairs, or Non -Standard Items
ItemrTask: Procuce two days of training and be available for purchasing questions.
Materials or Work Description
Other Direct
Costs
Labor
Rate ($)
Labor
Hours
Labor
Class
Allocated
Overhead
SGSA'
Profl
TOTAL
Training Prep
$200
16
$ 3,200.00
Travel
$ 200.00
10
$ 2,000.00
Course delivery
$400
16
$ 6,400.00
Follow up advise
400
20
$ 8,000.00
Misc material
$500
$ 500.00
Procurement Review
$250
60
$ 15,000.00
Travel
1
$250
10
$ 12,500.00
Travel Expenses for both
$1,000
$1,000
Total
$ 31600.00
'Selling, General and Administrative Ex,vnses
Signature of Preparer: JONeill