– FORM OF PROPOSAL SCHEDULE C RFP Project Title:

advertisement
SCHEDULE C – FORM OF PROPOSAL
SCHEDULE C – FORM OF PROPOSAL
RFP Project Title:
Multifunction Devices Replacement and Integration
RFP Reference No.:
1220-030-2011-040
Legal Name of Proponent:
Contact Person and Title:
Business Address:
Telephone:
Fax:
E-Mail Address:
TO:
City Representative: Kam Grewal, CMA, BBA, Internal Audit Manager, Acting, Purchasing and
Accounts Payable Manager
Address:
City of Surrey, City Operations Works Yard, Purchasing Section, 1st. Floor
6645 – 148th Street, Surrey, B.C. Canada V3S 3C7
Telephone:
604-590-7274
Fax:
604-599-0956
E-mail for PDF Files: purchasing@surrey.ca
Dear Sir:
1.0
I/We, the undersigned duly authorized representative of the Proponent, having
received and carefully reviewed all of the Proposal documents, including the RFP and
any issued addenda posted on the BC Bid Website and the City Website, and having full
knowledge of the Site, and having fully informed ourselves as to the intent, difficulties,
facilities and local conditions attendant to performing the Services, submit this Proposal
in response to the RFP.
2.0
I/We confirm that the following schedules are attached to and form a part of this
Proposal:
Schedule C-1 – Statement of Departures;
Schedule C-2 – Proponent’s Experience, Reputation and Resources;
Schedule C-3 – Proponent’s Technical Proposal (Goods & Services);
Schedule C-4 – Proponent's Technical Proposal (Schedule); and
Schedule C-5 – Proponent’s Financial Proposal.
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 1 of 20
SCHEDULE C – FORM OF PROPOSAL
3.0
I/We confirm that this proposal is accurate and true to best of my/our knowledge.
4.0
I/We confirm that, if I/we am/are awarded the agreement I/we will at all times be the
“prime contractor” as provided by the Worker's Compensation Act (British Columbia) with
respect to the Services. I/we further confirm that if I/we become aware that another
contractor at the place(s) of the Services has been designated as the “prime contractor”,
I/we will notify the City immediately, and I/we will indemnify and hold the City harmless
against any claims, demands, losses, damages, costs, liabilities or expenses suffered by
the City in connection with any failure to so notify the City.
This
Proposal
is
submitted
_________________________, 2011.
this
_____________________
day
of
I/We have the authority to bind the Proponent.
_______________________________________
(Name of Proponent)
___________________________________
(Name of Proponent)
_______________________________________
(Signature of Authorized Signatory)
___________________________________
(Signature of Authorized Signatory)
_______________________________________
(Print Name and Position of Authorized
Signatory)
___________________________________
(Print Name and Position of Authorized
Signatory)
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 2 of 20
SCHEDULE C – FORM OF PROPOSAL
SCHEDULE C-1 - STATEMENT OF DEPARTURES
1.
I/We have reviewed the proposed Contract attached to the RFP as Schedule “B”. If
requested by the City, I/we would be prepared to enter into that Contract, amended by
the following departures (list, if any):
Section
2.
Requested Departure(s) / Alternative(s)
The City of Surrey requires that the successful Proponent have the following in place
before commencing the Services:
a)
Workers’ Compensation Board coverage in good standing and further, if an
“Owner Operator” is involved, personal operator protection (P.O.P.) will be
provided,
Workers'
Compensation
Registration
Number
_________________________________________;
b)
Prime Contractor qualified coordinator is Name: __________________ and
Contact Number: ______________;
Insurance coverage for the amounts required in the proposed Contract as a
minimum, naming the City as additional insured and generally in compliance with
the City’s sample insurance certificate form available on the City’s Website, see
Contractors Certificate of Insurance;
City of Surrey business license;
If the Proponent's Goods and Services are subject to HST, the Proponent's HST
Number is ____________________________________; and
If the Proponent is a company, the company name indicated above is registered
with the Registrar of Companies in the Province of British Columbia, Canada,
Incorporation Number __________________________________.
c)
d)
e)
f)
As of the date of this Proposal, we advise that we have the ability to meet all of the
above requirements except as follows (list, if any):
Section
Requested Departure(s) / Alternative(s)
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 3 of 20
SCHEDULE C – FORM OF PROPOSAL
3.
I/We offer the following alternates to improve the Services described in the RFP (list, if
any):
Section
4.
Requested Departure(s) / Alternative(s)
The Proponent acknowledges that the departures it has requested in Sections 1, 2 and 3
of this Schedule C-1 will not form part of the Contract unless and until the City agrees to
them in writing by initialling or otherwise specifically consenting in writing to be bound by
any of them.
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 4 of 20
SCHEDULE C – FORM OF PROPOSAL
SCHEDULE C-2 - PROPONENT’S EXPERIENCE, REPUTATION AND RESOURCES
Proponents should provide information on the following (use the spaces provided and/or attach
additional pages, if necessary):
(i)
Company’s History, Strategic Direction, Location of branches, background, stability,
structure of the Proponent;
(ii)
Ownership & related companies;
(iii)
Product portfolio;
(iv)
Product Development/Support organization;
(v)
Proponent’s relevant experience and qualifications in delivering Services similar to those
required by the RFP;
(vi)
Proponent’s demonstrated ability to provide the Services;
(vii)
Proponent’s equipment servicing resources, capability and capacity, as relevant;
(viii)
Proponent’s references (name and telephone number). The City's preference is to have
a minimum of three references;
(ix)
Provide resumes of the proposed Project Manager, Functional Contractors and
Technical Contractors for the services;
(x)
Proponent’s financial strength (with evidence such as financial statements, bank
references);
(xi)
Experience with City and Municipal Governance;
(xii)
Proponents should provide information on the background and experience of all key
personnel proposed to undertake the Services (use the spaces provided and/or attach
additional pages, if necessary):
Key Personnel
Name:
Experience:
Dates:
Project Name:
Responsibility:
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 5 of 20
SCHEDULE C – FORM OF PROPOSAL
Name:
Experience:
Dates:
Project Name:
Responsibility:
Name:
Experience:
Dates:
Project Name:
Responsibility:
(xiii)
Proponents should provide the following information on the background and experience
of all sub-contractors proposed to undertake a portion of the Services (use the spaces
provided and/or attach additional pages, if necessary):
DESCRIPTION OF
SERVICES
SUBCONTRACTORS
NAME
YEARS OF
WORKING WITH
PROPONENT
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
TELEPHONE
NUMBER AND EMAIL
Page 6 of 20
SCHEDULE C – FORM OF PROPOSAL
SCHEDULE C-3 - PROPONENT’S TECHNICAL PROPOSAL (SERVICES)
Proponents should provide the following (use the spaces provided and/or attach additional
pages, if necessary):
A.
B.
GENERAL
(i)
a narrative that illustrates the Proponent’s understanding of the City’s
requirements for the performance of the Services;
(ii)
a description of the general approach and methodology that the Proponent would
take in performing and managing the Services including specifications and
requirements;
(iii)
a narrative that illustrates how the Proponent will complete the scope of Services,
manage the Services, and accomplish required objectives within the City’s
schedule;
(iv)
a description of the standards to be met by the Proponent in providing the
Services;
(v)
share you corporate vision for future enhancements, new technology or
expanded services (i.e. wireless);
(vi)
switchover/implementation plan. Outline your methodology for transitions (if
applicable) of the City’s existing photocopier/peripheral fleet, to a new agreement
while minimizing the costs to the City; and
(vii)
details of Services support offered, including but not limited to technical, billing,
sales, obtaining and commissioning hardware, demonstration hardware, account
reviews, etc..
TECHNICAL
(viii)
The Contractor may be the direct servicing entity for all locations or designate its
authorized dealer(s) to provide services in one or more locations. The Contractor
must name the direct servicing entity (Contractor or authorized dealer) for each
location. If the Contractor will not be the direct servicing entity, the Contractor to
provide a statement of support to commit all necessary products, photocopier
services and resources to the designated authorized dealer(s) in order to fulfill
the terms and conditions of the contract. The following is to be included for the
Contractor and any authorized dealer(s) designated as a direct servicing entity:
(a)
A manufacturer’s company profile;
(b)
A qualifications statement describing projects and installations of similar
scope and size;
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 7 of 20
SCHEDULE C – FORM OF PROPOSAL
(c)
(d)
(e)
(f)
(g)
(h)
(ix)
Minimum Technical Requirements
(a)
(x)
Describe your ability to supply, maintain, service and support equipment;
The problem resolution process for service/equipment and
technical/connectivity problems;
Organizational charts for administrative, billing and service units;
Identification of project manager and other primary staff proposed to work
on this project, including name, title and contact information;
References (at least three, including contact names and phone numbers)
with comparable equipment in similar projects/installations; and
An overall description of the chronology of the installation of equipment,
outlining the plans for accomplishing the required work, including a
timeline with deadlines for all tasks from delivery and installation through
the training of end users.
Based on the table in Schedule A, please provide confirmation for each
model proposed that it meets the Minimum technical Requirements. Note
any devices and criteria that fail to meet these requirements.
Account Management
(a)
City is increasing its use of web-based technology for business and
communication purposes, including account review and payment
automation. Please describe in detail your firm’s:
(i) Present, and planned e-business and web capabilities; and,
(ii) Capabilities for communicating with City via the Internet.
(xi)
Invoicing
(a)
Accurate invoicing is viewed as a key requirement of account
management. Please describe in detail your invoicing capabilities
including:
(i)
(ii)
(iii)
(iv)
(v)
(b)
Requirement for monthly or quarterly invoices;
Factors that impact accuracy of invoicing, including process and
time for reconciliation;
Availability of your staff to assist with reconciling account;
Capability of integrating fleet management with automated
invoicing system, including options available; and,
Invoicing capabilities using CSV.
Please provide a digital sample of your CSV based billing output for
review and supply on CD.
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 8 of 20
SCHEDULE C – FORM OF PROPOSAL
(xii)
Moves, Adds and Changes
As the office equipment environment at City will not remain static for the term of
any agreement, how a supplier manages moves, adds and changes is of great
importance. Please describe in detail how you would:
(a)
Manage changes to the fleet, including:
(i)
Moves within a City facility;
(ii)
Moves from one City facility to another;
(iii)
Additions to a City facility;
(iv)
Upgrading and downgrading of devices and/or optional
functionality to reflect changing, business needs including higher
or lower devices output volumes;
(v)
Removal of devices from fleet; and
(vi)
How you handle the migration to the new City Hall in 2013.
(b)
(c)
Structure a non co-terminus agreement;
Address output volumes (e.g., minimum volume per devices averaged
across devices categories);
Determine the most cost effective approach for City; and
Fulfill regular and rush requests.
(d)
(e)
(xiii)
Contract Management
City considers ongoing contract management to be of critical importance to the
success of any contract. Please describe in detail the approach you envision will
be the most efficient and effective for City, including:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
Contract management framework including support requirements to
manage City’s MFD and output fleet. Include all sub-contractors that
may be used in conjunction with the work;
Availability of a dedicated service representative or single point of contact
for City’s account;
Name(s) of individual(s), including their qualifications and experience, that
would work with City staff;
Management and on-going review of fleet requirements;
Your capability to ramp up to accommodate a fleet the size of City’s and
deliver exceptional service;
Continuous improvement efforts to reduce costs and improve efficiency.
Information requirements from City; and
Number of staff your organization directly employees within the Lower
Mainland.
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 9 of 20
SCHEDULE C – FORM OF PROPOSAL
(xiv)
Product and Service Support
Devices availability and reliability are essential qualities to City. It is City’s
expectation that all members of your service support teams have the appropriate
level of competence, experience and credentials to perform the required tasks.
Within your response, please describe in detail and provide examples that
demonstrate your service team’s ability to provide exceptional service support.
Please address within your response:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(xv)
Availability of on-line customer service support;
Availability of a Help Desk to assist with problem resolution;
Current staffing level for technical and support staff;
Training and/or certification program for technical staff;
Technical support available before, during and after implementation (e.g.,
24/7, 8am-5pm M-F, etc.);
Service options available, including on-site support, weekend support;
Ongoing operational or post implementation support (e.g., problem
resolution, maintenance, etc.);
Problem escalation process including responsibility matrix and primary
point of contact for City;
Availability and location of loaner devices;
Local and remote parts availability including location(s) of any parts depot;
and
Provide terms under which a devices may be declared a “lemon” and
replaced.
Reporting
Your reporting capabilities are an essential element of any business relationship.
It is City’s expectation that all reporting deliverables will be available from a single
point of contact.
Please describe in detail:
(a)
(b)
Your reporting capabilities for all sub-Contractors that may be used in the
delivery of services throughout Surrey;
Full extent of your reporting capabilities including:
(i)
At the fleet level, devices category level, and individual devices
level;
(ii)
On-line service history;
(iii)
Availability in paper and electronic format;
(iv)
File format for electronic files;
(v)
Ability to customize reports;
(vi)
Audit capabilities;
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 10 of 20
SCHEDULE C – FORM OF PROPOSAL
(c)
(d)
(e)
(f)
(xvi)
What data is maintained including how it is managed, secured, accessed
and reported;
Data export/import functionality;
Options available or unique features of your reporting capabilities; and
City’s associated with non-standard reports.
Implementation and Pilot Phase
As City expects the supplier to have a significant role in implementation, your
experience and project methodology will be a key consideration. After a letter of
intent is in place, an implementation strategy will be developed and piloted over
30 days.
Please describe in detail an implementation plan and project methodology
appropriate for the implementation of the products recommended, including:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
(j)
Capacity and performance capabilities to manage a province-wide
implementation;
Readiness assessment and pre-implementation planning;
Testing of devices in City’s environment;
Anticipated roles and responsibilities for supplier and City;
Effort to migrate City from its current environment within a 6-month period.
Also identify typical migration issues encountered in a project of this
scope;
Implementation requirements and deliverables (please list);
Risk management techniques applied in your approach;
Anticipated timeline for installing all MFDs and output devices to City’s
environment and enabling applicable functionality;
Integration of your incident reporting with City’s Help Desk;
Resolving any integration problems;
Implementation structures that provide integration of services including
capacity for learning and continuous adjustment;
Training requirements; and
Requirements from City to facilitate implementation.
(xvii) Training – Technical and End User
Initial and on-going user training is an important consideration for City. Please
describe in detail within your response:
(a)
(b)
(c)
(d)
Training capabilities for on-site instruction. Advise if training is provided
by the manufacturer, distributor, re-seller or sub-Contractor;
Process to ensure effectiveness of training, including KPIs to measure
effectiveness of training;
Training materials provided by devices category;
Proprietary nature of any training materials provided;
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 11 of 20
SCHEDULE C – FORM OF PROPOSAL
(e)
(f)
Training options available (e.g., web based tutorials, train-the-trainer,
technical training, end user training, etc.); and
Any training recommended to better understand your output management
software.
(xviii) Environmental Footprint
The City is committed to the use of environmentally friendly products, recycling
and reducing waste. It is an expectation that you are also committed to the
environment in your design, manufacturing and disposal processes, and have
programs and processes in place to support such a claim.
(a)
(b)
(c)
(xix)
detail your company’s policy of environmental stewardship, your efforts
and achievements in this regard, and provide sufficient information to
demonstrate that your manufacturing processes and products would
support and enhance City’s efforts to be environmentally friendly;
include your suggestions for the removal and sale of, or disposal or
recycling of City’s obsolete print devices and spent toner cartridges in an
environmentally respectful manner; and
provide any reporting tools and services that would allow the City to track
and calculate the power, carbon footprint, and other environmental
savings realized during this project.
Auction or Disposal of Surplus Equipment
With reference to the table Schedule A, City has a number of current devices that
may be suitable for re-sale, please address in your response:
(a)
(b)
(c)
(d)
Trade-in value, by devices or lump sum;
Disposal options available, i.e., recycle, donate, dispose, etc.;
Any costs associated with disposal options; and
Maximum number of devices you can dispose of or recycle at a time.
Note: All Xerox workgroup and production devices are exempt.
(xx)
Toner Cartridges
The City is interested in exploring the possibility of using re-manufactured toner
cartridges with your MFDs and output devices.
(a)
describe within your response how spent toner cartridges are managed
and disposed of.
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 12 of 20
SCHEDULE C – FORM OF PROPOSAL
(xxi)
Printing from Mobile Devices
The City is interested making printing services available to all its mobile devices
(Blackberry, iPhone, iPad):
(a)
provide any solutions compatible with your hardware. Third party
solutions are acceptable as long as they have been certified on your
platform.
(xxii) HID ID Card Based Secure Printing solutions
The City currently uses HID cards for site access and employee identification:
(a)
include in your response any solutions that can be integrated into your
hardware to provide secure printing services. Third party solutions are acceptable
so long as they are certified on your hardware.
(xxiii) Hole-Punched Paper Finishing.
(a)
include in your response how hole punched paper would be generated on
each of your models submitted. If there is no paper finishing options available for
a particular model, please verify what Brands/Types of hole punched paper are
compatible with that model.
(xxiv) Scan Head Maintenance
(a)
provide the maintenance and interval required to prevent jamming and
maintain optimal image quality for every MFD model submitted.
(xxv) Fleet Optimization
Provide your strategy, tools, and reports for optimizing the fleet usage over the
term of the engagement. Provide the usage criteria that can be audited on ALL
types of devices. The City most interested in the following criteria to establish
usage data.







User ID
Function ( Fax, Print, Scan, Copy )
Paper Type
Paper Size
Color B/W Job
Application generating Job
Job Size (impressions)
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 13 of 20
SCHEDULE C – FORM OF PROPOSAL
(xxvi) Sound Levels During Operation
Please list the sound level of all devices including paper handlers during
operation.
(xxvii) Assumptions
Identify within your response any assumptions made regarding City’s
requirements for MFDs and output devices that may have not been described in
this RFP.
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 14 of 20
SCHEDULE C-3-1 - PROPONENTS SHOULD PROVIDE CONTRACT, SERVICE LIFECYCLE AND SUPPORT MATRIX AS FOLLOWS:
The City would like to understand all parties involved in the complete lifecycle of the contract and devices. Please provide the names of all parties
and companies involved in your submission and fulfillment of contract if selected.
Role Pre Sales
Support
Pre Sales
Purchase
PDI and
Delivery
Onsite
Technical
Order
Configuration
/Moves and
Training
Support
Billing
On-Site
Post
Consumables
Contract
Support
Sales
Mgmt and
fulfillment
and
Technical
Delivery
and KPI
Service
Support
Reseller
Service
Reseller A
A
Proponent,
Placement
Model
Compact
B&W
Manufacturer
A
Manufacturer
Reseller A
Reseller A
A
Printer
Courier,
Reseller A
Trainer A,
Manufacturer
A
(Example)
Manufacturer
A
Compact
B&W
Printer
Workgroup
B&W
Printer
Workgroup
Colour
Printer
Compact
B&W MFD
Workgroup
B&W MFD
Workgroup
Colour
MFD
Production
B&W MFD
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 15 of 20
Review
Manufacturer A
Manufacturer
A, Reseller A
SCHEDULE C-3-2 - PROPONENTS SHOULD PROVIDE OPERATIONAL CHARACTERISTICS AS FOLLOWS:
Model/Config
Meets Min
Time from
Time from
Time from Idle
Power
Power
Power
Time to return
Technical
Pwr On to
Pwr Save
Mode to FPO
Consumption in
Consumption
Consumption
to Idle Mode
Requirements
FPO
Mode to
Pwr Save Mode
in Idle Mode
during Job
after Job
FPO
Model A


Accessory B
Paper Handler C
Yes
22 sec
11 sec
Complete
7 sec
14w
Compact B&W Printer
Workgroup B&W Printer
Workgroup Colour Printer
[B/W : Colour]
Compact B&W MFD
Workgroup B&W MFD
Workgroup Colour MFD
[B/W : Colour]
Production B&W MFD
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 16 of 20
65w
400w
8 sec
SCHEDULE C-4 - PROPONENT’S TECHNICAL PROPOSAL (SCHEDULE)
Proponents should provide an estimated schedule, with major item descriptions and time
indicating a commitment to perform the Contract within the time specified (use the spaces
provided and/or attach additional pages, if necessary).
MILESTONE DATES __________________________________
ACTIVITY
1
2
3
4
SCHEDULE
5
6
7
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
8
9
10
Page 17 of 20
SCHEDULE C-5 - PROPONENT’S FINANCIAL PROPOSAL
Indicate the Proponent’s proposed fee (excluding HST), and the basis of calculation (use the
spaces provided and/or attach additional pages, if necessary) as follows (as applicable):
1.
Cost and Fee Structure
1.
A Financial Proposal covering all costs and compensation based upon the following
pricing options:
Option A: - 36-month term for those digital multi-function printers, with two twelve month
extensions.
Option B: - 48-month term for those digital multi-function printers, with one twelve month
extensions.
Option C: 60-month term for those digital multi-function printers, with no extensions.
(excluding HST)
2.
The pricing should also provide photocopier services, maintenance, delivery,
programming, assistance with network configuration, end-user training, follow-up support
with the City’s IT staff plus a breakdown of costs for supplies not covered by the
maintenance agreement including any ancillary equipment, and any other related costs.
Pedestals or stands are to be included in the cost-per-page (CPP). Costs for install,
delivery, training, maintenance of devices are included. No minimum monthly charges
or print volumes are to be specified.
3.
The Proponent agrees to supply, install, deliver and provide new and fully operational
photocopier equipment and accessories, including operator training, full service
maintenance ("FSM") and consumables and supplies all in accordance with the terms of
the agreement.
4.
The Proponent shall specify, if any, what supplies are excluded from the maintenance
agreement and note the cost associated with said supplies per digital printer/copier in an
itemized list.
5.
The Proponent will document, in detail, additional costs not included in CPP.
6.
Delivery and installation charges shall be included in the CPP program.
7.
The Proponent shall outline a method to examine volumes and verify proper equipment
is in place and is being utilized properly.
8.
The Proponent shall outline a method to replace equipment not utilized properly without
extending the equipment and maintenance agreement beyond the length of the original
agreement.
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 18 of 20
9.
To support changes to the City’s business environment, equipment and feature
upgrades may be reviewed and required. Possible additional features and or equipment
may also be required.
10.
Meter reading requirements: The Proponent will be responsible to obtain exact copy
counts on at least a quarterly basis at each copier site. In the event that such meter
readings are not provided, the Proponent may use service or estimated meter readings
for invoicing purposes. The Proponent is free to install any automated devices that may
assist in this process, provided it is at no additional cost to the City.
11.
Proponent will provide separate pricing for B/W and colour output. They will also define
the specifics of a page to be considered as colour (e.g., % page coverage).
2.
Payment Terms:
A cash discount of _______% will be allowed if account is paid within _____ days, or
the_________ day of the month following, or net 30 days, on a best effort basis.
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 19 of 20
C-5-1 – COST MATRIX FOR MULTIFUNCTION DEVICES REPLACEMENT AND INTEGRATION
Based on the contract term, and using the format provided below, please detail all costs associated with the three pricing options identified.
Model and Configuration
Example
Production MFD
Print 1234 MFD
3000 Sheet 3-Tray
Stapler/Stacker
Additional Ram (256 Meg)
1 x 1500 Sheet Tray
Product
Code(s) for
Configuration
CPP B&W (all
service &
consumables)
[3Y+1Y Ext +1Y
Ext]
CPP B&W (all
service &
consumables)
[4Y +1Y Ext]
CPP B&W (all
service &
consumables)
[5Y]
CPP Colour (all
service &
consumables)
[3Y+1Y Ext
+1Y Ext]
CPP Colour (all
service &
consumables)
[4Y +1Y Ext]
CPP
Colour (all
service &
consumabl
es) [5Y]
Preventative
Maintenance
Service Cycle
Included in Price
Scan Head
Maintenance
Interval
Optimal
Monthly
Duty Cycle
Q3788A
$ 0.0097
$ 0.0087
$ 0.007
$ 0.0197
$ 0.0187
$ 0.017
Every 200,000
pgs
Every 10,000
images
35,000
pgs
R4424A
R1232
R2949
Compact B&W Printer
Workgroup B&W Printer

Include Envelope Feeder

Include 3 X 500 Sheet Tray
Workgroup Colour Printer
Compact B&W MFD
Workgroup B&W MFD
Workgroup Colour MFD
Production B&W MFD
Multifunction Devices Replacement and Integration RFP #1220-030-2011-040
Page 20 of 20
Download