Loading...
HomeMy WebLinkAbout21-196 Resolution No. 21-196 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH EVIDENCE CONTROL SYSTEMS, INC. FOR POLICE EVIDENCE CONTROL ROOM AUDIT SERVICES j BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Richard G.Kozal,City Manager,and Kimberly A.Dewis,City Clerk,be and are hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with Evidence Control Systems, Inc.,for police evidence control room audit services,a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: December 15, 2021 Adopted: December 15, 2021 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk CITY OF ELGIN AGREEMENT FOR Proposal Number 21-043 for: Police Evidence Control Room Audit Services THIS AGREEMENT is made and entered into this 15th day of December,2021 by and between the City of Elgin("the CITY"),a municipal corporation organized and existing under the laws of the State of Illinois,and Evidence Control Systems,incorporated in the State of Cali ornia and having a principal place of business at 370 West Lutge Ave., Burbank California 91506 ("the CONTRACTOR"). ARTICLE I. DEFINITION. "THIS CONTRACT"as used herein shall mean this Agreement,the Request for Proposals (RFP) including all documents referenced therein and the Contractor's Proposal response(Proposal)thereto incorporated by reference herein and made a part hereof. The CONTRACTOR agrees to provide the goods and/or services in accordance with this Agreement,the RFP and Proposal. ARTICLE II. SCOPE OF WORK. The CONTRACTOR shall provide the goods and/or services described in the RFP, at the price of$52,000 (Fifty-two thousand dollars)and the terms contained herein. ARTICLE III. DURATION. The CONTRACTOR shall commence the performance of THIS CONTRACT upon receipt of a fully executed Contract from the City. Term of THIS CONTRACT shall expire on September 1,2022. ARTICLE IV. TERMINATION. The following shall constitute events of default under THIS CONTRACT: a)any material misrepresentation made by the CONTRACTOR to the CITY,b)any failure by the CONTRACTOR to perform any of its obligations under THIS CONTRACT including, but not limited to,the following: (i)failure to commence performance of THIS CONTRACT at the time specified in THIS CONTRACT due to a reason or circumstance within the CONTRACTOR'S reasonable control, (ii) failure to perform THIS CONTRACT with sufficient personnel and equipment or with sufficient material to ensure the completion of THIS CONTRACT within the specified time due to a reason or circumstance within the CONTRACTOR's reasonable control, (iii) failure to perform THIS CONTRACT in a manner reasonably satisfactory to the CITY, (iv) failure to promptly re-perform within reasonable time the services that were rejected by the CITY as erroneous or unsatisfactory, (v) failure to comply with a material term of THIS CONTRACT,including,but not limited to the Affirmative Action requirements,and(vi) any other acts specifically and expressly stated in THIS CONTRACT as constituting a basis for termination for cause. The CITY may terminate THIS CONTRACT for its convenience upon fourteen(14)days prior written notice. ARTICLE V. DAMAGES. From any sums due to the CONTRACTOR for goods or services,the CITY may keep for its own the whole or any part of the amount for expenses,losses and damages as directed by the Purchasing Director,incurred by the CITY as a consequence of procuring services as a result of any failure,omission or mistake of the CONTRACTOR in providing goods or services as provided in THIS CONTRACT. ARTICLE VI. GOVERNING LAWS AND ORDINANCES. THIS CONTRACT is made subject to all the laws of the State of Illinois and the ordinances of the CITY and if any such clause herein does not conform to such laws or ordinances,or in the event any of the terms or provisions herein are deemed to be void or otherwise unenforceable for any reason, such clause shall be void (the remainder of the contract shall not be affected)and the laws or ordinances shall be operative in lieu thereof. Venue for the resolution of any disputes or the enforcement of any rights arising out of or in connection with this CONTRACT shall be in the Circuit Court of Kane County, Illinois; and CONTRACTOR agrees that service by first class mail to 370 West Lutge Ave.. Burbank California 91506 shall constitute effective service. ARTICLE VII. AFFIRMATIVE ACTION. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race,color, religion, sex, ancestry, national origin, place of birth, age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor will take affirmative action to comply with the provisions of Elgin Municipal Code Section 3.12.100 and will require any subcontractor to submit to the CITY a written commitment to comply with those provisions. The CONTRACTOR will distribute copies of this commitment to all persons who participate in recruitment,screening,referral and selection of job applicants and prospective subcontractors. The CONTRACTOR agrees that the provisions of Chapter 3.12 of the Elgin Municipal Code, 1976,is hereby incorporated by reference, as if set out verbatim. ARTICLE VIII. ASSIGNABILITY. The CONTRACTOR shall not assign, sell or transfer any interest in THIS CONTRACT without prior written consent of the CITY. ARTICLE IX. AMENDMENTS. There shall be no modification of the CONTRACT,except in writing and executed with the same formalities of the original. ARTICLE X. NOTICES.Any notice given under THIS CONTRACT shall be in writing and shall be deemed to have been given when hand delivered or deposited in the U.S. mail addressed, if to CONTRACTOR, at the address set forth above to the attention of the project manager or undersigned representative, and if to the City, to the attention of the Chief of Police, 151 Douglas Avenue, Elgin, IL 60120 or to such other address and/or authorized representatives as either party shall designate in writing to the other in the manner herein provided. ARTICLE XI. INDEMNIFICATION. To the fullest extent permitted by law,Contractor agrees to and shall indemnify, defend and hold harmless the City, its officers, employees, boards and commissions from and against any and all claims,suits,judgments,costs,attorney's fees,damages or any and all other relief or liability arising out of or resulting from or through or alleged to arise out of any acts or negligent acts or omissions of Contractor or Contractor's officers,employees,agents or subcontractors in the performance of THIS CONTRACT, including but not limited to, all goods delivered or services or work performed hereunder. In the event of any action against the City, its officers, employees, agents, boards or commissions covered by the foregoing duty to indemnify, defend and hold harmless, such action shall be defended by legal counsel of the City's choosing. ARTICLE XII. PUBLICITY. The CONTRACTOR may not use, in any form or medium, the name of the City of Elgin for public advertising unless prior written permission is granted by the CITY. 2 ARTICLE XIII. NO AGENCY. THIS CONTRACT shall not be construed so as to create a joint venture,partnership,employment or other agency relationship between the parties hereto,except as may be specifically provided for herein. ARTICLE XIV. CONFLICT. In the event of any conflict between the terms provided in any attachments hereto and the body of this agreement,the terms and provisions of THIS CONTRACT shall supersede and control. ARTICLE XV. ENTIRE AGREEMENT. THIS CONTRACT embodies the whole agreement of the parties. There shall be no promises,terms,conditions or obligations other than those contained therein; and T141S CONTRACT shall supersede all previous communications, representations, or agreements, either verbal or written, between the parties. ARTICLE XVI. COMPLIANCE WITH LAWS. Notwithstanding any other provision of this Agreement, it is expressly agreed and understood that in connection with the performance of this Agreement, CONTRACTOR shall comply with all applicable federal, state, city and other requirements of law,including,but not limited to,any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, CONTRACTOR hereby certifies, represents and warrants to the CITY that all CONTRACTOR'S employees and/or agents who will be providing products and/or services with respect to THIS CONTRACT shall be legal residents of the United States. CONTRACTOR shall also, at its expense, secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in THIS CONTRACT. The CITY shall have the right to audit any records in the possession or control of the CONTRACTOR to determine CONTRACTOR'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit, the CONTRACTOR shall make available to the CITY the CONTRACTOR'S relevant records at no cost to the CITY. CITY shall pay any and all costs associated with any such audit. ARTICLE XVII. ELECTRONIC SIGNATURE. THIS CONTRACT may be executed in counterparts, each of which shall be an original and all of which shall constitute one and the same CONTRACT. For the purposes of executing THIS CONTRACT, any signed copy of THIS CONTRACT transmitted by fax machine or e-mail shall be treated in all manners and respects as an original document. The signature of any party on a copy of THIS CONTRACT transmitted by fax machine or e-mail shall be considered for these purposes as an original signature and shall have the same legal effect as an original signature. Any such faxed or e-mailed copy of THIS CONTRACT shall be considered to have the same binding legal effect as an original document. At the request of either party any fax or e-mail copy of THIS CONTRACT shall be re-executed by the parties in an original form. No party to THIS CONTRACT shall raise the use of fax machine or e-mail as a defense to THIS CONTRACT and shall forever waive such defense. ARTICLE XVIII. INTEREST. CONTRACTOR hereby waives any and all claims to interest on money claimed to be due pursuant to THIS CONTRACT, and any and all such rights to interest to which it may otherwise be entitled pursuant to law, including, but not limited to, the Local Government Prompt Payment Act,as amended(50 ILCS 505/1,et seq.),or the Illinois Interest Act, as amended (815 ILCS 205/1, et seq.). 3 I�- ARTICLE XIX. LIMITATION OF ACTIONS. CONTRACTOR shall not be entitled to, and hereby waives,any and all rights that it might have to file suit or bring any cause of action or claim for damages against the City of Elgin and/or its affiliates, officers, employees, agents, attorneys, boards and commissions of whatsoever nature and in whatsoever forum after two(2)years from the date of THIS CONTRACT. ARTICLE XX. INCORPORATION. The entity submitting this bid or proposal hereby warrants and represents that to the extent it may be applicable, it is registered with the Illinois Secretary of State's Office or has been incorporated in the State of Illinois; and such entity further hereby warrants and represents that it is in good standing in the state of its incorporation or organization. The person signing THIS CONTRACT certifies that s/he has been authorized by the CONTRACTOR to commit the CONTRACTOR contractual and has been authorized to execute THIS CONTRACT on its behalf. IN WITNESS WHEREOF the parties have hereto set their hands the day and year first above written. CONTRACTOR CITY OF ELGIN Y Y N and Title �1�C—S - Richard G. Kozal City Manager FEIN NO. S '4, S S F:U.cgal Dept\Agreement\Evidence Control Systems Purchase Agr-Clean-10-14-21.docx ATT City Clerk 4 CITY OF ELGIN POLICE DEPARTMENT REQUEST FOR PROPOSAL R F P 21 -043A EVIDENCE ROOM AUDIT SERVICES J U LY 20, 2021 NOTICES/INSTRUCTIONS 1.1 INTRODUCTION This Request for Proposal is used to find the best firm to fulfill Evidence Room Audit requirements described herein. The focus should be on items of evidence to include but not limited to currency,firearms, narcotics,and other evidence. The CITY previously issue a Request for Information (RFI)and this solicitation is based on the responses received from that RFI.This is handled in accordance with City purchasing policies and procedures. 1.2 PURPOSE The purpose of this Request for Proposal (RFP) is to solicit technical and performance narratives along with suggested pricing information from vendors. We want a recommendation of current room design and current policies and procedures, efficiencies, or deficiencies. Vendor will be responsible for making recommendations. 1.3 BACKGROUND The Police Department currently has an audit and inventory policy. The City is looking to review current standards of operation and policies regarding the Evidence Room. The department is looking for a firm that can provide best practice standards. The Elgin Police Department currently has an authorized strength of 184 Sworn Officers and 12 Community Service officers that submit evidence. Currently the evidence room holds approximately 60,000 pieces of evidence. Of those approximately 5,000 pieces are guns (400 items), narcotics (3400 items), and currency (420 items) that are secured in separate vaults within the evidence room,thereby leaving approximately 55,000 items in the general evidence room. The Elgin Police Department is requiring 100% inventory of the three aforementioned vaults (currency, narcotics, and guns) and 5% of the general evidence. Additionally, the department is requesting an audit of all current standards of operation and policies. Elgin Police Department inventory is to be conducted using our current system, Tyler Technologies/New World bar code system. All evidence is stored at the Elgin Police 1 Evidence Room located at 151 Douglas Avenue, Elgin, Illinois. There is one work station available and 2 blue tooth bar code scanners which will be used for this inventory.Access to the evidence room to perform the inventory/audit is available during the hours of 7 am - 5 pm Monday thru Friday. There may be some weeknight or weekend hours available. We are looking for a two phased approach. The first phase will consist of evaluation of our current standard operating procedures and guidelines, making adjustments for recommendations to meet standards for IAPE (International Association of Property and Evidence and accreditation standards for HEAP (Illinois Law Enforcement Accreditation Program). The second phase will be to inventory 5%of the approximately 55,000 general evidence items and 100%of the below listed evidence vault items. A. Firearms (approximately 400 items) - Vendor will verify item and location of firearm to match to the current inventory database. B. Drugs (approximately 3,400 items) -Vendor will verify item and location of drugs to match to the current evidence inventory database. C. Currency(approximately 420 items)-Vendor will verify item and location of currency to match to the current inventory database. D. New World Technology- Elgin Police Department Records Management Solution • The audit is to be done from a listing of items from the database and will be tested prior to the inventory/audit to verify it is working properly. • The department cannot estimate how many items can be inventoried per hour. It is dependent on variables such as number of errors, the person scanning, etc. E. Barcoding • All evidence items are barcoded to match current inventory and location in the evidence room with each item having its own bar code. • There will be two blue tooth scanners available to use for inventory. The scanners work in the entire room with no dead spots.Additionally,there is an available department computer for viewing the current evidence inventory. • The items are to be scanned in real time. • All shelves and areas are barcoded. F. Staffing Each auditor will be monitored at all times by a member of the Elgin Police Department who will escort each auditor when dealing with items in the Evidence Room. 2 MINIMUM SPECIFICATIONS We are looking for a firm who can review and provide feedback for the following standard operating procedures and suggest best practices (at a minimum): a. Auction and diversion b. Policies Review c. Design & Layout d. Shelving/Bin Layouts e. Space Requirements f. Impact of DNA on the Property Room/Environmental Issues g. Security Requirements h. Packaging Procedures i. Documentation (Paper Trail) j. Property Reviews & Dispositions k. Purging Recommendations I. Currency Procedures m. Automation n. Statistical Evaluation of Inventory 1.5 RESPONSE REQUIREMENTS Interested firms are requested to submit all documents/materials via email to Daina DeNye, Purchasing Officer no later than July 30, 2021 by 11:00 am.Any questions may be addressed to Ms. DeNye at denye_d@cityofelgin.org. The RFP response should contain the following and ah of Section 2.0: ■ Contact Information Please provide the following contact information: • Company Name:Evidence Control Systems, Inc. • Address: 370 West Lutge,Avenue, Burbank, CA, 91506 • Name of the individual who will act as primary point of contact for inquiries:Joseph T. Latta • Contact Person's Telephone Number:818 731-8181 • Contact Person's Email Address:Jlatta@iape.org ■ Comments Please provide your evaluative comments on the project description and requirements outlined in this document. Include any suggestions or advice regarding the design, implementation, management, technology, etc. of this inventory audit. (unclear) ■ Approach Based on the project information provided to date, briefly describe the approach you would recommend for this project and why. Evidence Control Systems, Inc., will provide client(Elgin Police Department) with a 200-page survey regarding established practices within the Property Room prior to visit. At time of the site visit auditors review survey instrument with staff while at the same time observe the various tasks and operations to fully understand the complexities of the operation. The final report will provide an evaluation of the responses to the survey and on-site interviews and make recommendation on how best to utilized the finding. The final report will evaluate the findings against the TAPE Standards Professional Standards 75 pages and the Illinois Law Enforcement Accreditation Program 3-page document. 3 1.6 SUBMISSION OF INFORMATION RFP response may be emailed to Daina DeNye, Purchasing Officer at denye_d@cityofelgin.org. Part A, the technical component, should be clearly identified in the email as Part A. Part B, the cost should be clearly identified in the email as Part B. Part A and Part B may be in the same email. The using department will evaluate Part A separately from Part B. After Part A has been evaluated Part B will be reviewed. 1.7 OUTCOME The City of Elgin intends to enter into an agreement with a firm before the end of August 2021. 2.0 QUALIFICATIONS. RELATED EXPERIENCE AND REFERENCES Overview: This section should establish the ability of the Proposer to satisfactorily perform the required work by reasons of: • demonstrated competence in the services to be provided; ✓ ECS has conducted nearly 100 similar projected throughout the United States and Canada • the nature and relevance of similar work currently being performed or recently completed ✓ Identical to all other jobs • strength and stability as a business concern ✓ 31 years in business • understanding of IAPE standards and practices ✓ Standards were authored by ECS A. Furnish background information about your firm including: • date of founding(1990) • legal form (Corporation/state of California) • number and location of offices(One location—31 years) • principal lines of business(Property and Evidence Auditing and Inventories) • number of employees(4) • days/hours of operation and other pertinent data (SAM—SPM) B. Disclose any conditions that may affect the Proposer's ability to perform contractually: • bankruptcy or other financial problems(None) • pending litigation (None) • planned office closures(None) • impending merger(None) C. Certify that the firm is not debarred, suspended, or otherwise declared ineligible to contract by any federal,state,or local public agency.(Notdebarred,suspended or ineligible) D. Describe your firm's most noteworthy qualifications that distinguish you from your competitors. (Provided property and evidence consulting services to nearly 100 departments throughout the United States and Canada. Instruction over 35,000 property room professionals in evidence management) E. List all Illinois and other public agencies to which your firm has provided property evidence audits. (Chicago Police Department 1999) 4 I F. Identify at least three (3) current and two (2) former clients the City of Elgin may contact as references and who can independently evaluate the Proposer's expertise in the area.Describe the work performed and include the name,job title, address, email, and telephone number of a contact person for each reference. • Wichita Police Department, Wichita KS -2021 Lieutenant McAuliffe, Christopher 455 N. Main St. 6th floor Wichita, KS. 67202 316-268-4762 CMcAuliffe@wichita.gov Project:Audit or Property and Evidence Room (600-person department) • Rialto Police Department, Rialto CA—2020 Chief Mark Kling 128 N Willow Ave Rialto, CA 92376 (909) 820-2555 mkling@rialtopd.com Project: Audit or Property and Evidence Room (150-person department) • Clovis Police Department, Clovis CA (2020) Captain Tom Roberts 1233 Fifth Street, Clovis CA 93612 (559) 324-2577 tomr@cityofclovis.com Project:Audit or Property and Evidence Room (100-person department) G. Identify your largest and smallest clients to whom you provide services as well as your total number of clients. • Largest o RCMP (E-Division Vancouver Police Department o Washington Metropolitan DC o US Secret Service • Smallest— o Los Altos Police Department, Los Altos, CA. • Total Clients 92 H. Identify all lost or terminated accounts within the past three years. For each account, identify the account's line of business, describe the services your firm provided, and state the reasons for the end of your working relationship. • NONE I. Describe other lines of business in which your firm is engaged. • Property and Evidence Training Seminars (live and online) • Architectural Consulting Property Room Design 5 J. If your organization is a subsidiary or division of a parent firm, provide similar background information on the parent company and identify any other affiliated companies. • NONE K. Disclose any existing or potential conflicts of interest between the scope of work required by the City and your firm's other business activities. • NONE L. Furnish certificates of insurance showing the types and amounts of insurance carried by your firm. M. ATTACHED 6 EVIDCON-01 _..._..__.._LNAGLE saw 01RL7 CERTIFICATE OF LIABIUTY INSURANCE DATE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATM ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE MOLDER.THIS CERTIFICATE DOES NOT AFFIRKATWELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF 196SURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S).AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER tMPORTANT; 11 the cortHlcale holdet Is an ADDITIONAL INSURED,the PottcyLlesl awa haw ADDITIONAL INSUREDprovi0ons or be endorsed If SUBROGATION IS WAIVED, subject to Me tears Arid condlttans or the policy,eMaln polkles may regulie an endorsement. A slatemenl on this ca00cals does not confer r10rds to tics cenlBcate hddw In lieu or such wworseswntlst. rRoouccoLlcerlso4000160 _._... A"if Maav■eR Insurance Servtces hoM�� ra■ '2900W�es,CAS 1 rr.em Weuai oa A 906! apPgis ' eroV �►!:Q�mr�O.¢?vfNrl90.. ru,ce i era aTal s San1M1N drs"am Company,Ltd. 1 IDOO Ilaurso oraau'aa Tnnnt2M0Inwrwica Company 2?120 Evidence ContiO Systans.Inc .ra at?r c 7 70 West Lu20s Ave. bath p Surber*,CA 91SOB 4016"t ■CJI'a'tRA f . COVERAGES CERTIFICATE NUMBER REVISION NUMBER: Tll IS &S TO CERTIFY MAT THE POI WAES OF INSURAN !'E CE LIS0 BELO:Y H SU M AVE BEEN 95E0 TO THE SLIR EO NAMED ABOVE FOR THE POLICY PER100 INOICATEO NOTNAM STANDING ANY AIOJIR EMINT "QM OR CONDITION a ANY COW IRACT OR OM ER DOCU MINT NRTM RESPECT TO VMICH Di III CERTIFICATE MAY BE 1=0 ON MAY oERTAa THE OaSUAAWC A►FOROED BY THE POLICIES OESCR-8E0 HEREIN ISSUMCT TO ALL THE TERMS EXCLUSIONS AND CONDITION,^.OF SUCH POIC4F5 I.IMIIS SHOM MAY HAVEE EFEM RQDUCEO BY PAS CLAM CLA rv.s a easVavcs ' lk ..r w.+AAgpeI 'fiI Wars A X coreetlLualOareN►LL,M64m ! 2.000,000 x X ! >< 72EBANU0FS6 L164oQ1 b1H2O71 _.. � a ,. ;.4. 1.000.000 I M000 2,000.000 4.000,000 aaI• 1 4,000,000 .._ ' J { A avrowoatc Luwlm n:.r,r,: 2000.000 `T2Jj8AMtJB L161021 1+16t202T X. x MM PtU AA uAs .... ... .1 lvCtee LlAa -• . r. B ANpL'' e.al tla a, TIN '12WECOIINS tkXWO *n*M :x .1 1,00o.o00 RaaneraryM►arl 1,000,000 1.000,000, .Iry t •.M• .: OccewrTMM Or OPMTIaNS I Loon•Xa I VEWCale µCaen W Alafaeur wu lk-&A,aft e..a.O"a sw toaa.a�w.ww W.•.q . The GnlBcme Moldw M IndW W Insr ua as addMoaae4 u*xWV pri wy,roncwmibutay eor&V and oa wOFopwon as te%w"s Godwal Li Whry covwa0o;orsy e•pw a[teMad errdorsemara. CERTIRCJI:TE HQI. R SHOULD ANY OF THE A80YE Dl6CROM POLIGM6 Bd CANCEU10 BIWORE Ctty of SWIM San Franciwo TWX 1IMMATION DATA TK9 RED/. MOnCE IrLLL BE UMMERED IN 400 Grand Avenue ACCOiA*NC8 MM THE POLICY PROVMO M South Sal Frmrdsco.CA 94680 _.__.,._._.........................___....___..... AaaaaOatRaOare11lEwtAnva ACORD 25(201&103) T 1688.2DIS ACORO CORPORATION. All rights roserved. Tho ACORD name and logo aro rcg4tered marts of ACORD .777 RFP 21 -043A Police Evidence Auditing Services PART B: PRICING INVENTORY ITEMS: $12,000 100% of 3400 Drug Items 100% of 400 Firearm Items 100% of 420 Currency Items Inventory 5% of remaining 55,000 items EVALUATION OF PROPERTY ROOM: $26,500 Policies Review Design & Layout Shelving/Bin Layouts Space Requirements Impact of DNA on the Property Room/Environmental Issues Security Requirements Packaging Procedures Documentation (Paper Trail) Property Reviews & Dispositions Purging Recommendations Auction & Diversion Procedures Currency Procedures Automation Statistical Evaluation of Inventory Reimbursable Items: $13,500 Lodging Airfare Car Rental Per Diem GRAND TOTAL $52,000