Loading...
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