xerox corporation task order agreement no...

19
GOVERNMENT OF THE DISTRICT OF COLUMBIA TASK ORDER/DELIVERY ORDER FOR SERVICES OFFEROR TO COMPLETE BLOCKS 18 & 29 1.REQUISITION NUMBER PAGE 1 of 8 2. TASK ORDER AGREEMENT NO. DCEB-2017-F-0002 3. Award/Effective Date See 30C below 4. CONTRACT NUMBER CW46793/GS-03F-137DA 5. SOLICITATION NUMBER N/A 6. SOLICITATION ISSUE DATE N/A 7. FOR SOLICITATION INFORMATION CONTACT: Email: [email protected] A. NAME Erin Meadors B. TELEPHONE (No Collect Calls) 202-724-7127 8.OFFER DUE DATE: N/A 9. ISSUED BY Office of the Deputy Mayor for Planning and Economic Development Contracts, Procurement and Grants 1015 Half Street, SE Suite 675 Washington, DC 20003 10. THIS ACQUISITION IS UNRESTRICTED SET ASIDE %FOR SMALL BUSINESS SMALL DISADV. BUS. GSA FEDERAL Supply Schedule SIC: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS MARKED N/A 12. PAYMENT DISCOUNT TERMS Net 30 days 13. RESERVED 14. METHOD OF SOLICITATION RFTOP RFQ IFB RFP 2-STEP 5. CONTRACTOR / OFFEROR Xerox Corporation 1800 M Street, NW Suite 510N Washington, DC 20036 202-277-1573 (Phone) 800-229-4554 (Fax) 16. PAYMENT WILL BE MADE BY CODE Office of the Deputy Mayor for Planning and Economic Development Office of the Chief Financial Officer – Accounts Payable 1100 4 TH Street, S.W., Suite E500 Washington, DC 20024 15A DUNS NO. 15B TAX ID NO. 17. DELIVER TO Office of the Deputy Mayor for Planning and Economic Development 1350 Pennsylvania Avenue, NW Suites 317, 313, 226, & C-19, Washington, DC 20004 1015 Half Street, SE, Suite 675, Washington, DC 20003 18. ADMINISTERED BY Office of the Deputy Mayor for Planning and Economic Development 1015 Half Street SE, Suite 675 Washington, DC 20003 18A. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18B. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 16 UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19 IEM NO. 20 SCHEDULE OF SUPPLIES/SERVICES 21 QUANTITY 22 UNIT 23 UNIT PRICE 24 AMOUNT 0001 Furnish, deliver and maintain copier equipment leased by the Office of the Deputy Mayor for Planning and Economic Development as described in the attached contract and price proposal. 12 MONTH $3,719.34 $44,632.08 25. ACCOUNTING AND APPROPRIATION DATA PURCHASE ORDER NO. 26. TOTAL AWARD (FOR GOVT. USE ONLY) $44,632.08 27. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ONE COPY TO THE ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL PAGES SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. THIS ORDER IS ISSUED SUBJECT TO THE TERMS AND CONDITIONS OF THE GSA FEDERAL SUPPLY SCHEDULE CONTRACT IDENTIFIED IN BLOCK 4. 28. THE FOLLOWING DOCUMENTS ARE INCORPORATED BY REFERENCE INTO THIS TASK ORDER IN THE FOLLOWING PRIORITY: (1) CONTRACT NO. CW46793/GS-03F- 137DA ISSUED DECEMBER 21, 2016 AND (2) CONTRACTOR’S PRICE PROPOSAL DATED AUGUST 7, 2017. THIS TASK ORDER IS SUBJECT TO THE TERMS AND CONDITIONS OF THE GSA FEDERAL SUPPLY SCHEDULE CONTRACT IDENTIFIED IN BLOCK 4. 29A. SIGNATURE OF OFFEROR /CONTRACTOR 30A. DISTRICT OF COLUMBIA (SIGNATURE OF CONTRACTING OFFICER) 29B. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 29C. DATE SIGNED 30B. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) Jacque McDonald, CPPO, CPPB,SPSM, MBA,MST Director of Contracts, Procurement and Grants 30C DATE SIGNED Herbert L. Jenkins - Account General Mgr August 31, 2017

Upload: others

Post on 18-Jul-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

GOVERNMENT OF THE DISTRICT OF COLUMBIA TASK ORDER/DELIVERY ORDER FOR SERVICES OFFEROR TO COMPLETE BLOCKS 18 & 29

1.REQUISITION NUMBER PAGE

1 of 8

2. TASK ORDER AGREEMENT NO.

DCEB-2017-F-0002

3. Award/Effective Date

See 30C below

4. CONTRACT NUMBER

CW46793/GS-03F-137DA

5. SOLICITATION NUMBER

N/A

6. SOLICITATION ISSUE DATE

N/A 7. FOR SOLICITATION INFORMATIONCONTACT: Email: [email protected]

A. NAME

Erin Meadors

B. TELEPHONE (No Collect Calls)

202-724-7127

8.OFFER DUE DATE:

N/A

9. ISSUED BY

Office of the Deputy Mayor for Planning and Economic Development Contracts, Procurement and Grants 1015 Half Street, SE Suite 675 Washington, DC 20003

10. THIS ACQUISITION IS

UNRESTRICTED SET ASIDE %FOR SMALL BUSINESS SMALL DISADV. BUS. GSA FEDERAL Supply

Schedule

SIC: SIZE STANDARD:

11. DELIVERY FOR FOBDESTINATION UNLESS BLOCK IS MARKED

N/A

12. PAYMENT DISCOUNT TERMS

Net 30 days

13. RESERVED

14. METHOD OF SOLICITATION

RFTOP RFQ IFB RFP 2-STEP

5. CONTRACTOR / OFFEROR

Xerox Corporation 1800 M Street, NW Suite 510N Washington, DC 20036 202-277-1573 (Phone) 800-229-4554 (Fax)

16. PAYMENT WILL BE MADE BY CODE

Office of the Deputy Mayor for Planning and Economic Development Office of the Chief Financial Officer – Accounts Payable 1100 4TH Street, S.W., Suite E500 Washington, DC 20024

15A DUNS NO. 15B TAX ID NO. 17. DELIVER TO

Office of the Deputy Mayor for Planning and Economic Development

1350 Pennsylvania Avenue, NW Suites 317, 313, 226, & C-19, Washington, DC 20004

1015 Half Street, SE, Suite 675, Washington, DC 20003

18. ADMINISTERED BY

Office of the Deputy Mayor for Planning and Economic Development 1015 Half Street SE, Suite 675 Washington, DC 20003

18A. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18B. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 16 UNLESS BLOCK BELOW IS CHECKED

SEE ADDENDUM

19 IEM NO.

20 SCHEDULE OF SUPPLIES/SERVICES

21 QUANTITY

22 UNIT

23 UNIT PRICE

24 AMOUNT

0001 Furnish, deliver and maintain copier equipment leased by the Office of the Deputy Mayor for Planning and Economic Development as described in the attached contract and price proposal.

12 MONTH $3,719.34 $44,632.08

25. ACCOUNTING AND APPROPRIATION DATA

PURCHASE ORDER NO.

26. TOTAL AWARD (FOR GOVT. USE ONLY)

$44,632.08 27. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ONE COPY TO THEISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL PAGES SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. THIS ORDER IS ISSUED SUBJECT TO THE TERMS AND CONDITIONS OF THE GSA FEDERAL SUPPLY SCHEDULE CONTRACT IDENTIFIED IN BLOCK 4.

28. THE FOLLOWING DOCUMENTS ARE INCORPORATED BY REFERENCE INTO THISTASK ORDER IN THE FOLLOWING PRIORITY: (1) CONTRACT NO. CW46793/GS-03F-137DA ISSUED DECEMBER 21, 2016 AND (2) CONTRACTOR’S PRICE PROPOSAL DATED AUGUST 7, 2017. THIS TASK ORDER IS SUBJECT TO THE TERMS AND CONDITIONS OF THE GSA FEDERAL SUPPLY SCHEDULE CONTRACT IDENTIFIED IN BLOCK 4.

29A. SIGNATURE OF OFFEROR /CONTRACTOR 30A. DISTRICT OF COLUMBIA (SIGNATURE OF CONTRACTING OFFICER)

29B. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 29C. DATE SIGNED 30B. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)

Jacque McDonald, CPPO, CPPB,SPSM, MBA,MST Director of Contracts, Procurement and Grants

30C DATE SIGNED

Herbert L. Jenkins - Account General Mgr August 31, 2017

jacque.mcdonald
Typewritten Text
9-13-17
Page 2: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

1. SERVICES REQUIRED

The Contractor shall furnish, install and maintain leased copier equipment at the Office ofthe Deputy Mayor for Planning and Economic Development (DMPED) office locationsspecified on Page 1, Item 17.

The Contractor shall provide services specified in this task order in accordance with theContract No. CW46793/GS-03F-137DA, incorporated herein as Attachment A. TheContractor services shall be in accordance with the terms of its GSA Federal SupplySchedule, Office Imaging and Document Solutions contract (when applicable) and theContractor’s price proposal, dated August 7, 2017, incorporated herein as Attachment B.Delivery locations of specific leased copiers shall be in accordance with the spreadsheetincorporated herein as Attachment C.

2. CONTRACT TYPE AND TERM OF CONTRACT

This is a firm fixed price task order for the services specified and effective for the periodstated.

The term of the task order shall be from the date of award through one (1) year thereafter.

3. OPTION TO EXTEND THE TERM OF THE TASK ORDER

The District may extend the term of this task order for a period of four (4) one-yearoption periods, or successive fractions thereof, by written notice to the Contractor beforethe expiration of the task order; provided that the District will give the Contractor apreliminary written notice of its intent to extend at least thirty (30) days before the taskorder expires. The preliminary notice does not commit the District to an extension. Theexercise of this option is subject to the availability of funds at the time of the exercise ofthis option. The Contractor may waive the thirty (30) day preliminary notice requirementby providing a written waiver to the Contracting Officer prior to expiration of the TaskOrder.

If the District exercises this option, the extended task order shall be considered to includethis option provision.

The price for the option period shall be as specified in the task order.

The total duration of this task order, including the exercise of any options under thisclause, shall not exceed five (5) years.

4. CONTRACTING OFFICER (CO)

Contracts may be entered into and signed on behalf of the District Government only byContracting Officers. The name, address and telephone number of the ContractingOfficer for this task order is:

Jacque McDonald, CPPO, CPPB, SPSM, MBA, MST Director of Contracts, Procurement and Grants Office of the Deputy Mayor for Planning and Economic Development 1015 Half Street, SE Suite 675

Page 3: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

Washington, DC 20003 Email: [email protected] Phone: (202) 724-8111 Fax: (202) 724-9006

5. CONTRACT ADMINISTRATOR (CA)

The CA is responsible for the technical administration of the task order and advising theContracting Officer as to the Contractor’s compliance or noncompliance with the taskorder. In addition, the CA is responsible for the day-to-day monitoring and supervision ofthe task order, of ensuring that the work conforms to the requirements of this task orderand such other responsibilities and authorities as may be specified in writing by theContracting Officer. The CA for this task order is:

David Howard Project Manager Office of the Deputy Mayor for Planning and Economic Development 1015 Half Street SE, Suite 675 Washington, DC 20003 [email protected] Phone: (202) 724-7512

It is understood and agreed that the CA shall not have the authority to make changes in the specifications/scope of work or terms and conditions of the task order.

Contractor shall be held fully responsible for any changes not authorized in advance, in writing, by the Contracting Officer, may be denied compensation or other relief for any additional work performed that is not so authorized, and may also be required, at no additional cost to the District, to take all corrective action necessitated by reason of the unauthorized changes.

6. COMPENSATION AND PAYMENT

For satisfactory performance and delivery of services set forth in the task order and theContractor’s price proposal, dated August 7, 2017, the Contractor shall be paid asfollows:

6.1 PRICE SCHEDULE – FIRM FIXED PRICE

6.1.1 BASE PERIOD (Date of Award through One Year Thereafter)

Contract Line Item No. (CLIN)

Item Description Unit Price Quantity Total Price

0001 Monthly Lease Fee $ 3,719.34 1 $ 3,719.34 0002 Annual Maintenance Fee (Included in

CLIN 0001) 0003 Black & White Copies (Included in CLIN

0001) 0004 Color Copies (Included in CLIN 0001)

Page 4: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

Grand Total 6.1.1

$ 3,719.34

6.1.2 OPTION YEAR ONE

Contract Line Item No. (CLIN)

Item Description Unit Price Quantity Total Price

1001 Monthly Lease Fee $ 3,719.34 1 $ 3,719.34 1002 Annual Maintenance Fee (Included in

CLIN 0001) 1003 Black & White Copies (Included in CLIN

0001) 1004 Color Copies (Included in CLIN 0001) Grand Total 6.1.2

$ 3,719.34

6.1.3 OPTION YEAR TWO

Contract Line Item No. (CLIN)

Item Description Unit Price Quantity Total Price

2001 Monthly Lease Fee $ 3,719.34 1 $ 3,719.34 2002 Annual Maintenance Fee (Included in

CLIN 0001) 2003 Black & White Copies (Included in CLIN

0001) 2004 Color Copies (Included in CLIN 0001) Grand Total 6.1.3

$ 3,719.34

6.1.4 OPTION YEAR THREE

Contract Line Item No. (CLIN)

Item Description Unit Price Quantity Total Price

3001 Monthly Lease Fee $ 3,719.34 1 $ 3,719.34 3002 Annual Maintenance Fee (Included in

CLIN 0001) 3003 Black & White Copies (Included in CLIN

0001) 3004 Color Copies (Included in CLIN 0001) Grand Total 6.1.4

$ 3,719.34

Page 5: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

6.1.5 OPTION YEAR FOUR

Contract Line Item No. (CLIN)

Item Description Unit Price Quantity Total Price

4001 Monthly Lease Fee $ 3,719.34 1 $ 3,719.34 4002 Annual Maintenance Fee (Included in

CLIN 0001) 4003 Black & White Copies (Included in CLIN

0001) 4004 Color Copies (Included in CLIN 0001) Grand Total 6.1.5

$ 3,719.34

The District will make payments in accordance with the terms of the task order upon the submission of proper invoices or vouchers less any discounts, allowances or adjustments provided for in this contract.

The District will pay the Contractor on or before the 30th day after receiving a proper invoice from the Contractor.

7. INVOICE SUBMITTAL

The Contractor shall submit proper invoices on a monthly basis or as otherwise specifiedin this task order. Invoices shall be prepared and emailed to [email protected].

To constitute a proper invoice, the Contractor shall submit the following information:

Contractor’s name and invoice date (Contractors are encouraged to date invoices asclose to the date of mailing or transmittal as possible.);

Task Order Agreement Number and Purchase Order Number. Assignment of aninvoice number by the contractor is also recommended;

Description, price, quantity, and dates of work actually performed;

Other supporting documentation or information, as required by the ContractingOfficer;

Name, title, telephone number and complete mailing address of the responsibleofficial to whom payment is to be sent;

Name, title, phone number of person preparing the invoice;

Authorized signature.

Page 6: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

8. INSURANCE

A. GENERAL REQUIREMENTS. The Contractor shall procure and maintain, during the entire period of performance under this contract, the types of insurance specified below. The Contractor shall have its insurance broker or insurance company submit a Certificate of Insurance to the CO giving evidence of the required coverage prior to commencing performance under this contract. In no event shall any work be performed until the required Certificates of Insurance signed by an authorized representative of the insurer(s) have been provided to, and accepted by, the CO. All insurance shall be written with financially responsible companies authorized to do business in the District of Columbia or in the jurisdiction where the work is to be performed and have an A.M. Best Company rating of A-VIII or higher. The Contractor shall require all of its subcontractors to carry the same insurance required herein. The Contractor shall ensure that all policies provide that the CO shall be given thirty (30) days prior written notice in the event the stated limit in the declarations page of the policy is reduced via endorsement or the policy is canceled prior to the expiration date shown on the certificate. The Contractor shall provide the CO with ten (10) days prior written notice in the event of non-payment of premium.

1. Commercial General Liability Insurance. The Contractor shall provide

evidence satisfactory to the CO with respect to the services performed that it carries $1,000,000 per occurrence limits; $2,000,000 aggregate; Bodily Injury and Property Damage including, but not limited to: premises-operations; broad form property damage; Products and Completed Operations; Personal and Advertising Injury; contractual liability and independent contractors. The policy coverage shall include the District of Columbia as an additional insured, shall be primary and non-contributory with any other insurance maintained by the District of Columbia, and shall contain a waiver of subrogation. The Contractor shall maintain Completed Operations coverage for five (5) years following final acceptance of the work performed under this contract.

2. Automobile Liability Insurance. The Contractor shall provide automobile

liability insurance to cover all owned, hired or non-owned motor vehicles used in conjunction with the performance of this contract. The policy shall provide a $1,000,000 per occurrence combined single limit for bodily injury and property damage.

3. Workers’ Compensation Insurance. The Contractor shall provide Workers’

Compensation insurance in accordance with the statutory mandates of the District of Columbia or the jurisdiction in which the contract is performed.

4. Employer’s Liability Insurance. The Contractor shall provide employer’s

liability insurance as follows: $500,000 per accident for injury; $500,000 per employee for disease; and $500,000 for policy disease limit.

5. Umbrella or Excess Liability Insurance. The Contractor shall provide

umbrella or excess liability (which is excess over employer’s liability, general liability, and automobile liability) insurance as follows: $2,000,000 per occurrence, including the District of Columbia as additional insured.

Page 7: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

B. PRIMARY AND NONCONTRIBUTORY INSURANCE This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that:

1. The additional insured is a Named Insured under such other insurance; and

2. You have agreed in writing in a contract or agreement that this insurance wouldbe primary and would not seek contribution from any other insurance availableto the additional insured.

C. DURATION. The Contractor shall carry all required insurance until all contract work is accepted by the District, and shall carry the required General Liability; any required Professional Liability; and any required Employment Practices Liability insurance for five (5) years following final acceptance of the work performed under this contract.

D. LIABILITY. These are the required minimum insurance requirements established by the District of Columbia. HOWEVER, THE REQUIRED MINIMUM INSURANCE REQUIREMENTS PROVIDED ABOVE WILL NOT IN ANY WAY LIMIT THE CONTRACTOR’S LIABILITY UNDER THIS CONTRACT.

E. CONTRACTOR’S PROPERTY. Contractor and subcontractors are solely responsible for any loss or damage to their personal property, including but not limited to tools and equipment, scaffolding and temporary structures, rented machinery, or owned and leased equipment. A waiver of subrogation shall apply in favor of the District of Columbia.

F. MEASURE OF PAYMENT. The District shall not make any separate measure or payment for the cost of insurance and bonds. The Contractor shall include all of the costs of insurance and bonds in the contract price.

G. NOTIFICATION. The Contractor shall immediately provide the CO with written notice in the event that its insurance coverage has or will be substantially changed, canceled or not renewed, and provide an updated certificate of insurance to the CO.

H. CERTIFICATES OF INSURANCE. The Contractor shall submit certificates of insurance giving evidence of the required coverage as specified in this section prior to commencing work. Evidence of insurance shall be submitted to the Contracting Officer.

I. DISCLOSURE OF INFORMATION. The Contractor agrees that the District may disclose the name and contact information of its insurers to any third party which presents a claim against the District for any damages or claims resulting from or arising out of work performed by the Contractor, its agents, employees, servants or subcontractors in the performance of this contract.

Page 8: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

9. ATTACHMENTS

Attachment A – Contract No. CW46793/GS-03F-137DAAttachment B – Contractor’s Price Proposal, dated, August 7, 2017Attachment C – Copier Specifications by Suite Location

Page 9: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

Attachment A

Page 10: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed
Page 11: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed
Page 12: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed
Page 13: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed
Page 14: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

Lease Pricing PROPOSAL

WS R04088 08/7/2017 09:48:43 Confidential - Copyright© 2008 XEROX CORPORATION. All rights reserved. Page 1 of 3

Presented to Office of the Deputy Mayor for Planning & Economic

By Teri Thompson

On 8/7/2017

Pricing for (9) copiers at DMPED with fax and flat rateFederal Government Negotiated Contract : 072232800

All information in this proposal is considered confidential and is for the sole use of Office of the Deputy Mayor for

Planning & Economic. If you would like to acquire the solution described in this proposal, we would be happy to offer a

Xerox order agreement. Pricing is subject to credit approval and is valid until 9/6/2017.

For any questions, please contact me at (202)962-6609

TOTALSATISFACTIONGUARANTEE

Solution

Product DescriptionItem

Agreement Information Requested InstallDate

1. C8035TG (XEROX TAA C8035T)

- Integratd Off Finshr - Convenience Stapler - Customer Ed - Analyst Services

Lease Term: 60 monthsPurchase Option: FMV

8/25/2017

2. B8055HG (XEROX TAA B8055H)

- 3 Hole Punch Kit - Convenience Stapler - 1 Line Fax - Office Finisher - Customer Ed - Analyst Services

Lease Term: 60 monthsPurchase Option: FMV

8/25/2017

3. C8070HG (XEROX TAA C8070H)

- Br Finisher-2/3 Hp - Convenience Stapler - Customer Ed - Analyst Services

Lease Term: 60 monthsPurchase Option: FMV

8/25/2017

4. C8035TG (XEROX TAA C8035T)

- Integratd Off Finshr - Convenience Stapler - Customer Ed - Analyst Services

Lease Term: 60 monthsPurchase Option: FMV

8/25/2017

5. C8070HG (XEROX TAA C8070H)

- Br Finisher-2/3 Hp - Convenience Stapler - Customer Ed - Analyst Services

Lease Term: 60 monthsPurchase Option: FMV

8/25/2017

Attachment B

Page 15: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

Lease Pricing PROPOSAL

WS R04088 08/7/2017 09:48:43 Confidential - Copyright© 2008 XEROX CORPORATION. All rights reserved. Page 2 of 3

Solution (Cont’d)

Product DescriptionItem

Agreement Information Requested InstallDate

6. C8070HG (XEROX TAA C8070H)

- Br Booklet Mk-2/3 Hp - Br Finisher C/z Fold - Convenience Stapler - Customer Ed - Analyst Services

Lease Term: 60 monthsPurchase Option: FMV

8/4/2017

7. C8070HG (XEROX TAA C8070H)

- Br Finisher-2/3 Hp - 1 Line Fax - Convenience Stapler - Customer Ed - Analyst Services

Lease Term: 60 monthsPurchase Option: FMV

8/25/2017

8. B8055HG (XEROX TAA B8055H)

- 3 Hole Punch Kit - Convenience Stapler - Office Finisher - Customer Ed - Analyst Services

Lease Term: 60 monthsPurchase Option: FMV

8/25/2017

9. C8070HG (XEROX TAA C8070H)

- Br Finisher-2/3 Hp - Convenience Stapler - Customer Ed - Analyst Services

Lease Term: 60 monthsPurchase Option: FMV

8/25/2017

Monthly Pricing

Item Lease

Minimum Payment

Print ChargesMeter Volume Band Per Print Rate

Maintenance Plan Features

1. C8035TG $315.08 1: Black andWhiteImpressions

All Prints $0.0000

2: ColorImpressions

All Prints $0.0000

- Consumable Supplies Included for all prints- Pricing Fixed for Term

2. B8055HG $244.07 1: Black andWhiteImpressions

All Prints $0.0000 - Consumable Supplies Included for all prints- Pricing Fixed for Term

Page 16: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

Lease Pricing PROPOSAL

WS R04088 08/7/2017 09:48:44 Confidential - Copyright© 2008 XEROX CORPORATION. All rights reserved. Page 3 of 3

Monthly Pricing (Cont’d)

Item Lease

Minimum Payment

Print ChargesMeter Volume Band Per Print Rate

Maintenance Plan Features

3. C8070HG $506.89 1: Black andWhiteImpressions

All Prints $0.0000

2: ColorImpressions

All Prints $0.0000

- Consumable Supplies Included for all prints- Pricing Fixed for Term

4. C8035TG $315.08 1: Black andWhiteImpressions

All Prints $0.0000

2: ColorImpressions

All Prints $0.0000

- Consumable Supplies Included for all prints- Pricing Fixed for Term

5. C8070HG $506.89 1: Black andWhiteImpressions

All Prints $0.0000

2: ColorImpressions

All Prints $0.0000

- Consumable Supplies Included for all prints- Pricing Fixed for Term

6. C8070HG $573.48 1: Black andWhiteImpressions

All Prints $0.0000

2: ColorImpressions

All Prints $0.0000

- Consumable Supplies Included for all prints- Pricing Fixed for Term

7. C8070HG $514.52 1: Black andWhiteImpressions

All Prints $0.0000

2: ColorImpressions

All Prints $0.0000

- Consumable Supplies Included for all prints- Pricing Fixed for Term

8. B8055HG $236.44 1: Black andWhiteImpressions

All Prints $0.0000 - Consumable Supplies Included for all prints- Pricing Fixed for Term

9. C8070HG $506.89 1: Black andWhiteImpressions

All Prints $0.0000

2: ColorImpressions

All Prints $0.0000

- Consumable Supplies Included for all prints- Pricing Fixed for Term

Total $3,719.34 Minimum Payments (Excluding Applicable Taxes)

Page 17: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

# LOCATIONB&W/     COLOR SPECS

1 1015 HALF ST SE Color 70ppm color and b&w6th Fl Copy, print, scan 

Convenience Stapler: staples 50 sheets includes Work SurfaceBR Finisher: 3000 sheet stacker, 500 sheet top tray, 50‐sheet multi‐position stapling and 2/3‐hole punchingTray 1: 520 sheets (adjustable up to 11x17)Tray 2: 520 sheets (adjustable up to 11x17)High Capacity Tandem Trays 3 and 4: 2,000 sheets

2 1015 HALF ST SE B&W 55ppm b&w6th Fl Copy, print, scan, 3Hole, fax

Convenience Stapler: staples 50 sheets includes Work SurfaceOffice Finisher: 2000 sheet stacker, 250 sheet top tray, 50‐sheet multi‐position stapling Tray 1: 500 sheets (adjustable up to 11x17)Tray 2: 500 sheets (adjustable up to 11x17)High Capacity Tandem Trays 3 and 4: 3,600 sheets

3 1350 PENN AVE NW Color 35ppm color and b&wRM C19 Copy, print, scan 

Convenience Stapler: staples 50 sheets includes Work SurfaceIntegrated Office Finisher: 500 sheet stacker,50‐sheet stapled, single‐position staplingTray 1: 520 sheets (adjustable up to 11x17)3 Tray Option: 2,180 sheets

4 1350 PENN AVE NW Color 35ppm color and b&wRM C19 Copy, print, scan 

Convenience Stapler: staples 50 sheets includes Work SurfaceIntegrated Office Finisher: 500 sheet stacker,50‐sheet stapled, single‐position staplingTray 1: 520 sheets (adjustable up to 11x17)3 Tray Option: 2,180 sheets

FLAT RATE PRICING W/NEW PRODUCTS (with fax)

COPIER

AltaLink C8070 Copier→$506.89 for 60 months

AltaLink C8035 Copier→$315.08 for 60 months

AltaLink C8035 Copier→$315.08 for 60 months

AltaLink B8055 Copier→$244.07 for 60 months

Attachment C

Page 18: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

5 1350 PENN AVE NW Color 70ppm color and b&wRM 226 Copy, print, scan 

Convenience Stapler: staples 50 sheets includes Work SurfaceBR Finisher: 3000 sheet stacker, 500 sheet top tray, 50‐sheet multi‐position stapling and 2/3‐hole punchingTray 1: 520 sheets (adjustable up to 11x17)Tray 2: 520 sheets (adjustable up to 11x17)High Capacity Tandem Trays 3 and 4: 2,000 sheets

6 1350 PENN AVE NW B&W 55ppm b&wRM 226 Copy, print, scan, 3Hole

Convenience Stapler: staples 50 sheets includes Work SurfaceOffice Finisher: 2000 sheet stacker, 250 sheet top tray, 50‐sheet multi‐position stapling Tray 1: 500 sheets (adjustable up to 11x17)Tray 2: 500 sheets (adjustable up to 11x17)High Capacity Tandem Trays 3 and 4: 3,600 sheets

7 1350 PENN AVE NW Color 70ppm color and b&wRM 313 Copy, print, scan 

Convenience Stapler: staples 50 sheets includes Work SurfaceBR Finisher: 3000 sheet stacker, 500 sheet top tray, 50‐sheet multi‐position stapling and 2/3‐hole punchingTray 1: 520 sheets (adjustable up to 11x17)Tray 2: 520 sheets (adjustable up to 11x17)High Capacity Tandem Trays 3 and 4: 2,000 sheets

8 1350 PENN AVE NW Color 70ppm color and b&wRM 313 ‐ back Copy, print, scan 

Convenience Stapler: staples 50 sheets includes Work SurfaceBR Booklet Maker Finisher: 1500 sheet stacker, 500 sheet top tray, 50‐sheet multi‐position stapling and 2/3‐hole punching plusSaddle‐Stitch booklet making, V‐folding and letter C/Z‐foldingTray 1: 520 sheets (adjustable up to 11x17)Tray 2: 520 sheets (adjustable up to 11x17)High Capacity Tandem Trays 3 and 4: 2,000 sheets

9 1350 PENN AVE NW Color 70ppm color and b&w

AltaLink C8070 Copier→$506.89 for 60 months

AltaLink B8055 Copier→$236.44 for 60 months

→$506.89 for 60 monthsAltaLink C8070 Copier

→$573.48 for 60 monthsAltaLink C8070 Copier

AltaLink C8070 Copier

Page 19: Xerox Corporation Task Order Agreement No DCEB-2017-F-0002app.ocp.dc.gov/Award_attachments/CW58589-Base Period-Contract … · in this task order. Invoices shall be prepared and emailed

RM 317 Copy, print, scan, faxConvenience Stapler: staples 50 sheets includes Work SurfaceBR Finisher: 3000 sheet stacker, 500 sheet top tray, 50‐sheet multi‐position stapling and 2/3‐hole punchingTray 1: 520 sheets (adjustable up to 11x17)Tray 2: 520 sheets (adjustable up to 11x17)High Capacity Tandem Trays 3 and 4: 2,000 sheets

TOTAL:

→$514.52 for 60 months

$3,719.34 for 60 months