RFP Page No. RFP Clause No. Sl.No.

Similar documents
CORRIGENDUM. Corrigendum to RFP No. SBI/GITC/PMD/ /402 dated

PROCUREMENT, INSTALLATION, COMMISSIONING AND TESTING OF WI-FI SYSTEM OFC BACKBONE UPTO SWITCH AT SBIM, RAJARHAT CORRIGENDUM-VI DATED

SOFTWARE TECHNOLOGY PARKS OF INDIA MUMBAI (DIT, Ministry of Communications & Information Technology-Govt of India)

Last Date of Submission : March 19, 2012 up to 3:00 p.m.

SHIVAJI COLLEGE, UNIVERSITY OF DELHI RAJA GARDEN, RING ROAD NEW DELHI NOTICE INVITING TENDERS

NOTICE INVITING TENDERS (NIT)

भ रत य स चन प र द य ग क स स थ न प ण

Corrigendum: RFP by MAB IT Ops for procurement of SIM cards for use in PoS terminals RFP ref: SBI/GITC/MAB/2017/2018/418

TENDER FOR SUPPLY AND INSTALLATION OF COMPUTER SYSTEM, SOFTWARE & UPS.

IDBI Bank Limited Corrigendum to the RFP For Procurement of Treasury PCs RFP ref. no: IDBI/PCELL/RFP/ /017 dated : 30-Oct-2015

Tender No. : ITS/TNDR/AMC/17-18/02 dated 16/04/2018

RfP No. APSFL/CCTVPMA/231/2016, Dated:

Please note that your offer should be only in the enclosed format duly signed by the authorised signatory on each page along with seal of your firm.

INSTRUCTIONS TO BIDDERS

ODISHA GRAMYA BANK Information Technology Department Head Office, Gandamunda, P.O.-Khandagiri, Bhubaneswar

INVITATION FOR QUOTATION. TEQIP-II/2015/KL1G17/Shopping/152

Ref. No. : MDI/ CCTV Cameras /2017 Date: May,9,2017

DIT/BPR&BTD/OA/1206/

Corrigendum: Clause Page Existing: Will be read as Clause 5: Point 5 : Payment Terms

98 Years of Relentless Journey towards Engineering Advancement for Nation-building. Ref : SP/T-1623 Date : NOTICE INVITING TENDER

Tender No. : ITS/TNDR/AMC/17-18/02 dated 20/04/2017 AMC FOR 24 SERVERS, 2 STORAGES AND KVM SWITCHES AT LHO MUMBAI

CORRIGENDUM / AMENDMENT-1 TO REQUEST FOR PROPOSAL FOR REPLACEMENT OF OLD INTEL SERVERS

Tender Schedule No. Figure: Active-Active Cluster with RAC

Sub: Invitation of sealed quotations for Procurement of UPS systems for MDI Gurgaon

IT facility Management service and comprehensive AMC requirements

ERNAKULAM DISTRICT. Quotation for supply of Laptop to Head Office on buy-back scheme

TENDER FOR SUPPLY AND INSTALLATION OF COMPUTER SYSTEM, SOFTWARE, PRINTER & UPS.

UCO BANK Department of Information Technology

INVITATION FOR QUOTATION. TEQIP-II/2017/CH2G01/Shopping/126

HIGH COURT OF HIMACHAL PRADESH, SHIMLA

Wild card SSL Certificate for Web Servers. Technical specification, Vendor Qualification criteria & General conditions

NOTICE INVITING TENDER FOR ISO CERTIFICATION

Addendum & Corrigendum-1. Request for Proposal for Creation of OFC Network for BRTS Corridor and other important SMC Locations

GOVERNMENT OF INDIA MINISTRY OF MINES INDIAN BUREAU OF MINES INDIRA BHAWAN, CIVIL LINES, NAGPUR RFP No. MTS/01/ /CCOM

Bidding Document. Renewal and Maintenance Support of Intrusion Detection System / Intrusion Prevention System (IDS/IPS)

INVITATION FOR QUOTATION. TEQIP-II/2013/UK1G01/Shopping/39

TRANSLATIONAL HEALTH SCIENCE AND TECHNOLOGY INSTITUTE

NOTICE INVITING TENDER

NOTICE INVITING TENDER (NIT) SEALED QUOTATIONS FOR SUPPLY, INSTALLATION AND MAINTENANCE OF THREE (3) LAPTOPS at Head Office, Kolkata

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/30

Enq. No. IIITMK/ 0612 /18 Date: 12/03/2018 Due on: 26/03/2018 4pm

Request For Quotation from Service Providers. for. Appointment of Consultant for Migration to ISO/IEC 27001:2013 alongwith Implementation for UTIITSL

ANDREW YULE AND COMPANY LIMITED ELECTRICALDIVN./CHENNAI OPERATION 5/346, OLD MAHABALIPURAM ROAD, PERUNGUDI, CHENNAI:

Quotation Notice. S/d DIRECTOR

No.19013/3/2016--Genl Government of India Ministry of Textiles (General Section) Udyog Bhawan, New Delhi Dated October, 2016.

Tender Document. Ref. No.: NIT/AMU/CPCC-01/ThinClient/ For. Procurement of Thin Client Solution

Sub : ADDENDUM/CORRIGENDUM for Request for Proposal for Providing Managed Networking Solutions using SDWAN Technology for ESIC Offices across India

GLOBAL TENDER NOTICE NO.: 05/ Last date of receipt of the sealed quotations: Upto 3 P.M. of

Corrigendum to CRFQ NO : Pre Bid Meeting : Supply & Installation of 3250 Laptops with 3 Years Comprehensive Warranty

SAVE ENERGY FOR BENEFIT OF SELF AND NATION

TENDER DOCUMENT NATIONAL INSTITUTE OF PUBLIC FINANCE AND POLICY. New Delhi SUPPLY OF LAN EQUIPMENTS AND INSTALLATION OF LAN IN THE CAMPUS

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/30

ITI Limited Network Systems Unit F-28, ITI Complex Doorvani Nagar Bangalore Ref: NSU/Army /AMC/MAH /2015 Date:

Sybase Database Details. Data Device Usage. Transaction Log Segment Usage

IT facility Management service and comprehensive AMC requirements

Replies to queries of prospective bidders of RFP for Supply, Installation & Maintenance of IVR System

TELEPHONE: (5 LINES) FAX: TENDER NO. T -237/ DTD

Additional Clause for Audio conferencing Additional Clause for Lawful Interception System. 12 Revised Price Bid 37

Indian Institute of Technology, Kharagpur Kharagpur , WB, India

INVITATION FOR QUOTATION. TEQIP-III/2019/iiit/Shopping/56/5302. Sub: Invitation for Quotations for supply of Desktop Computers.

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Quotation for Rate Contract for Supply of Computer Consumables for Six Months

INVITATION FOR QUOTATION. TEQIP-II/2012/UK1G01/Shopping/13

SUB : Tender of Printers for undertaking Printing Job.

Ref.: TIFR/PD/CA18-25/ May 15, NIT cum Tender Document (ONE PART LIMITED TENDER) for the following item:

PROCUREMENT OF GOODS UNDER NATIONAL SHOPPING PROCEDURES

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU, INDIA MATERIALS MANAGEMENT

TENDER DOCUMENT for Renewal of SonicWALL NSA 4500 and SonicWALL Enforced Anti-Virus & Anti-Spyware at NIHFW

INSTRUCTIONS TO BIDDERS

DENA BANK INFORMATION TECHNOLOGY DEPARTMENT, HO, MUMBAI.

QUAID E AZAM THERMAL POWER (PVT.) LTD. First Floor, 7 C 1, Gulberg III, Lahore.

Hard Disk: 1 TB TFT (LED) Monitor 21

TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS LICENSES FOR USE AT NIT, KARACHI

NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPALLI INVITATION FOR QUOTATION. TEQIP-III/2017/NITT/Shopping/44

INVITATION OF BIDS FOR TENDER

TENDER NOTICE FOR COMPREHENSIVE ON-SITE ANNUAL MAINTENANCE CONTRACT OF HARDWARE AT ADILABAD

ENQUIRY NO.: IIT/ECE/ENQ/GCF/1/ Date: 26/07/2017 INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

Gram:CENBOSEC, Delhi-92 Phones: rodelhi. Website:

HIGH COURT OF HIMACHAL PRADESH, SHIMLA

RITES/IT/AMC-SUN/ Dated 9 th March, 2015

UCO BANK DEPARTMENT OF INFORMATION TECHNOLOGY

OIL AND GAS REGULATORY AUTHORITY *******

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Ref: ICSI/PC-2015/RFQ-2632 Date: August 07, 2015 STORES FOR ONE YEAR

OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL(G&SSA),U.P.,ALLAHABAD

:- IDBI /PCELL/ RFP/

Sl # Clause No Existing Clause Revised Clause 1. Page No-18 Section 5.1 Point No-7 EMD & Document Fee

Government of Odisha Department of Social Security & Empowerment of PwDs ********

Corrigendum I. Implementation of IP Based CCTV Solution at Medical Colleges. Tender Reference No: MCI/DMMP-II/2017. MCI CCTV: Corrigendem I

Signature of Bidder Page 1

No. 10(02)/2016-NICSI

Pre Bid Query Response. Request for Proposal for Procurement of Cloud Services

EPS Seller Manual For SAIL Plants. Language: English

Dutch-Bangla Bank Limited

Supply, Installation & Commissioning of CPU

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/14

UCO BANK. Department of Information Technology

UI/UX specifications document for the website template mentioned below.

NO.VSSUT/CIF/ Dated: QUOTATION CALL NOTICE

Dutch-Bangla Bank Limited

ADMINISTRATION DEPARTMENT TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS TOTAL SECURITTY FOR BUSINESS LICENSES FOR USE AT NIT KARACHI

NOTICE INVITING TENDER Central Purchase Committee for Computers (CPCC), Aligarh Muslim University, Aligarh (U.P.), INDIA

Transcription:

CORRIGENDUM-I DATED 10.12.2018 RFP FORRATE CONTRACT FOR AMC AND FMS SERVICES OF VIDEO CONFERENCING EQUIPMENT (END-POINTS) AND MCU FOR OFFICES OF STATE BANK OF INDIA Ref: SBI/GITC/NW&C/18-19/540 dated :20/11/2018 Sl.No. RFP Page No RFP Clause No Existing Clause Revised Clause 1 7 5(ii) 2 64 Annexure-I, Clause No. (h) The Bidder shall also submit PRE-CONTRACT INTEGRITY PACT along with technical Bid as prescribed by the Govt. of India (Annexure-L) duly signed by the Bidder on each page and witnessed by two persons. The agreement shall be stamped as applicable in the State where it is executed. Bid submitted without PRE-CONTRACT INTEGRITY PACT, as per the format provided in the RFP, shall not be considered. In the event of the equipment not being repaired or a workable solution not provided during AMC period, a penalty, in addition to the above, per working day or part thereof for the delay, will be charged at the rate mentioned below, subject to maximum amount of ten (10) per cent of the total consideration. The vendor may provide temporary equivalent replacement as a workable solution to avoid the above penalty. For End-Point Rs.1,000/- For 10 Port MCU Rs. 2,500/- Deleted In the event of the equipment not being repaired or a workable solution not provided during AMC period, a penalty, in addition to the above, per working day or part thereof for the delay, will be charged at the rate mentioned below, subject to maximum amount of ten (10) per cent of the contract value for affected device. The vendor may provide temporary equivalent replacement as a workable solution to avoid the above penalty. For End-Point Rs.1,000/- per day For 10 Port MCU Rs. 2,500/- per day

For 20 Port MCU Rs. 5,000/- For 40 Port MCU Rs. 10,000/- For 80 Port MCU Rs. 20,000/- For 20 Port MCU Rs. 5,000/- per day For 40 Port MCU Rs. 10,000/- For 80 Port MCU Rs. 20,000/- 3 36 Part-II, SCHEDULE OF EVENTS, Point 13,Performance Bank Guarantee 20% of the total cost of contract (to the nearest thousand) for the entire period of contract. Validity period from the date of purchase order will be 63 months 20% of the total cost of contract* (to the nearest thousand) for the entire period of contract. Validity period from the date of purchase order will be 63 months. Note: One time PBG to be submitted at GITC Belapur, Navi Mumbai. *Total Cost of contract = 5 X price discovered through RA. 4 43 Annexure B/ 6 6. Deployment Methodologies Not Applicable 5 44 Annexure B point no. 6 and 8 6 49 2 Deployment Methodologies and Project Management Methodologies 2.Annual Maintenance Contract (AMC) 2.3 The bidder to have back-toback arrangement with OEM for AMC and FMS, Certificate for the same to be provided along with Technical bid. A Letter for support from original equipment manufacturer (OEM) shall also be provided. The vendor/bidder has to provide a letter / email from the OEM confirming that the vendor/bidder has entered into an arrangement for back to back AMC/FMS support from the OEM. The bidder also has to provide a letter / email from the OEM confirming that the OEM will provide URL and required credentials (minimum for two users) for online verification Not Applicable 2.Annual Maintenance Contract (AMC) 2.3 The bidder to have back-toback arrangement with OEM for AMC, Certificate for the same to be provided along with Technical bid. A Letter for support from original equipment manufacturer (OEM) shall also be provided. The vendor/bidder has to provide a letter / email from the OEM confirming that the vendor/bidder has entered into an arrangement for back to back AMC/FMS support from the OEM. The bidder also has to provide a letter / email from the OEM confirming that the OEM will provide URL and required credentials (minimum for two users) for online verification

AMC status of any equipment, without any cost to Bank. AMC status of any equipment, without any cost to Bank. 7 50 8 51 Annexure E, Clause No. 2.8 Annexure E Point 2.19 The vendor personnel should be well versed with troubleshooting of various type/model of VC equipment with minimum downtime/impact to the end users. The AMC shall be comprehensive including cost of new spares (including plastic parts/lenses) for proper functioning of the all systems. If any part(s) gives repeated problems i.e. repaired twice within 30 days time, the said part(s) must be replaced immediately by the vendor with an original one. The spares replaced should be replaced with equivalent or higher specification. Response: Within 2 hours. Resolution: Within 4 hours for Metro and State capitals and within 6 hours for all other centers. The vendor personnel should be well versed with trouble-shooting of various type/model of VC equipment with minimum downtime/impact to the end users. The AMC shall be comprehensive including cost of new spares (including lenses) for proper functioning of the all systems. If any part(s) gives repeated problems i.e. repaired twice within 30 days time, the said part(s) must be replaced immediately by the vendor with an original one. The spares replaced should be replaced with equivalent or higher specification. Response: Within 2 hours. Resolution: Within 4 hours for Metro and State capitals and NBD for all other centers. 9 51 Annexure I, Point 1 (d) The VENDOR shall ensure that faults and failures intimated by Bank as above are set right within 4 (four) hours of being informed of the same. In any case of replacement of parts, the equipment should be made workable and available not later than 24 hours. The VENDOR shall ensure that faults and failures intimated by Bank as above are set right within 4 hours( for Metro and State capitals) and Next Business Day for all other centers of being informed of the same. In any case of replacement of parts, the equipment should be made workable and available not later than 48 hours.

10 51 2 11 53 4 12 63 and 67 Annexure I, 1(K) and Annexure I, FMS 2(e) 2. Annual Maintenance Contract (AMC) 2.19 Service Window & Call registration: 9.00 a.m. 9.00 p.m. (All working days). Response: Within 2 hours. Resolution: Within 4 hours for Metro and State capitals and within 6 hours for all other centers. In case of replacement of parts, the equipment should be made workable and available not later than 24 hours. 4. Calculation of comprehensive AMC / FMS 4.2 The Bank will have the discretion to avail the FMS facility depending on the requirement by the user department on a case to case basis. Where the FMS will be availed, a fixed rate of Rs.15000/- per month per location will be paid irrespective of the capacity/no of the MCU(s) at that location. Payment will be made every month in arrears. k) Preventive maintenance: the VENDOR shall conduct Preventive Maintenance (including but not limited to inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior and exterior of the equipment, and necessary repair of the equipment) once within first 15 days of the award of contract and once within the first 15 days of every alternate month during the currency of this agreement on a day and time to be mutually agreed upon. Notwithstanding the foregoing the VENDOR recognizes Bank s 2. Annual Maintenance Contract (AMC) 2.19 Service Window & Call registration: 9.00 a.m. 9.00 p.m. (All working days). Response: Within 2 hours. Resolution: Within 4 hours for Metro and State capitals and within NBD for all other centers. In case of replacement of parts, the equipment should be made workable and available not later than 48 hours. 4. Calculation of comprehensive AMC / FMS 4.2 The Bank will have the discretion to avail the FMS facility depending on the requirement by the user department on a case to case basis. Where the FMS will be availed, a fixed rate of Rs.20000/- or minimum wages applicable in respective state, whichever is higher will be paid per month, per location irrespective of the capacity/no of the MCU(s) at that location. Payment will be made every month in arrears. k) Preventive maintenance: the VENDOR shall conduct Preventive Maintenance (including but not limited to inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior and exterior of the equipment, and necessary repair of the equipment) once within first 15 days of the award of contract and once in every quarter thereafter, during the currency of this agreement on a day and time to be mutually agreed upon. Notwithstanding the foregoing the VENDOR recognizes Bank s operational needs and agrees that Bank shall have the right to

operational needs and agrees that Bank shall have the right to require the VENDOR to adjourn preventive maintenance from any scheduled time to a date and time not later than 15 working days thereafter. require the VENDOR to adjourn preventive maintenance from any scheduled time to a date and time not later than 15 working days thereafter. 13 133 Annexure-O 14 134 Annexure-P Tentative device details with approx. count Tentative AMC & FMS Location wise details. List of devices appended to existing list as per attached annexure-1 in corrigendum. List of devices appended to existing list as per attached annexure-2 in corrigendum.

Annexure-1 SNO. Equipment Type OEM Make/Model Count 1 Video conferencing Device Cisco DX-80 17 2 Video conferencing Device Cisco EX-90 3 Annexure-2 Sno. Equipment OEM MODEL SERIAL NO ADDRESS 1 Video Conferencing Endpoint Cisco DX-80 PDC2122NMUN RSSC GITC 2 Video Conferencing Endpoint Cisco DX-80 FDC2122NMUU RSSC GITC 3 Video Conferencing Endpoint Cisco DX-80 FOC2122NMSP RSSC GITC 4 Video Conferencing Endpoint Cisco DX-80 FDC2122NMKO RSSC GITC 5 Video Conferencing Endpoint Cisco DX-80 FOC2122NMN1 RSSC GITC 6 Video Conferencing Endpoint Cisco DX-80 FOC2122NMQ4 RSSC GITC 7 Video Conferencing Endpoint Cisco DX-80 FOC2122NMM9 RSSC GITC 8 Video Conferencing Endpoint Cisco DX-80 FOC2122NMLP RSSC GITC 9 Video Conferencing Endpoint Cisco DX-80 FOC2122NMTD RSSC GITC 10 Video Conferencing Endpoint Cisco DX-80 FOC2122NMXX RSSC GITC 11 Video Conferencing Endpoint Cisco DX-80 FOC2122NML2 RSSC GITC 12 Video Conferencing Endpoint Cisco DX-80 FOC2122NMHF RSSC GITC 13 Video Conferencing Endpoint Cisco DX-80 FOC2122NMXJ RSSC GITC 14 Video Conferencing Endpoint Cisco DX-80 FOC2122NMXY RSSC GITC 15 Video Conferencing Endpoint Cisco DX-80 FOC2122NMXK RSSC GITC 16 Video Conferencing Endpoint Cisco DX-80 FOC2122NMKP RSSC GITC 17 Video Conferencing Endpoint Cisco DX-80 FOC2122NMVZ RSSC GITC 18 Video Conferencing Endpoint Cisco EX-90 FTT18070030 RSSC GITC 19 Video Conferencing Endpoint Cisco EX-90 FTT18070022 RSSC GITC 20 Video Conferencing Endpoint Cisco EX-90 A1AR09600170 RSSC GITC

Existing Annexure Annexure-F Indicative Commercial Bid The indicative commercial Bid needs to contain the information listed hereunder in a sealed envelope bearing the identification Indicative Commercial Bid for. Name of the Bidder: Sr. No. Type of services / Items 1. End Point : Point to Point 2. End Point : 1 + 3 model 3. End Point : 1 + 5/7 model 4. 10 Port MCU 5. 20 Port MCU 6. 40 Port MCU 7. 80 Port MCU 8. FMS Services (At tentative 17 location) Note: Rs. 15000 per month per locations. Annual maintenance rate per equipment Total amount in Rs. Proportion to Total Cost (in percentage) # # The Proportion to Total Cost percentage mentioned here will have to be maintained in the final price quote also by the L1 Bidder. The percentage should be mentioned in two decimal places. Variation in the final price should not exceed +/- 5%. See illustration at the end. * This will be the Total Cost of Ownership (TCO) and should be quoted in the reverse auction.

Breakup of Taxes and Duties Sr. No. Name of activity/services/item Tax 1 Tax 2 Tax 3 1. End Point : Point to Point 2. End Point : 1 + 3 model 3. End Point : 1 + 5/7 model 4. 10 Port MCU 5. 20 Port MCU 6. 40 Port MCU 7. 80 Port MCU Grand Total Mention Name of Tax Signature Seal of Company Illustration Particulars Indicative Price Bid Quote (INR) Proportion to Total Cost (in %age) L1 Price (INR) Minimum final price should not be below Maximum final price should not exceed (INR)** (INR)* A B C D E F (a) Item 1 25 13.16 9.87 9.38 10.36 (b) Item 2 50 26.32 19.74 18.75 20.72 (c) Item 3 75 39.47 29.60 28.13 31.09 (d) Item 4 40 21.05 15.79 15.00 16.58 (e) Grand Total (1 + 2 + 3 + 4) *Computed as C percentage of D less 5%. **Computed as C percentage of D plus 5%. 190 100 75

Revised Annexure Annexure-F Indicative Commercial Bid The indicative commercial Bid needs to contain the information listed hereunder in a sealed envelope bearing the identification Indicative Commercial Bid for. Name of the Bidder: Sr. No. Type of services / Items 1. End Point : Point to Point 2. End Point : 1 + 3 model 3. End Point : 1 + 5/7 model 4. 10 Port MCU 5. 20 Port MCU 6. 40 Port MCU 7. 80 Port MCU Total (Sum of 1 to 7)* 8. FMS Services (At tentative 17 location) Note: Rs. 20000/- or minimum wages applicable in respective state, whichever is higher will be paid per month, per location. Annual maintenance rate per equipment Total amount in Rs. Proportion to Total Cost (in percentage) # # The Proportion to Total Cost percentage mentioned here will have to be maintained in the final price quote also by the L1 Bidder. The percentage should be mentioned in two decimal places. Variation in the final price should not exceed +/- 5%. See illustration at the end. * This will be the Total Cost of Ownership (TCO) for one year and should be quoted in the reverse auction and rate will be valid for entire contract period of 5 years.

Breakup of Taxes and Duties Sr. No. Name of activity/services/item Tax 1 Tax 2 Tax 3 1. End Point : Point to Point 2. End Point : 1 + 3 model 3. End Point : 1 + 5/7 model 4. 10 Port MCU 5. 20 Port MCU 6. 40 Port MCU 7. 80 Port MCU Grand Total Mention Name of Tax Signature Seal of Company Illustration Particulars Indicative Price Bid Quote (INR) Proportion to Total Cost (in %age) L1 Price (INR) Minimum final price should not be below Maximum final price should not exceed (INR)** (INR)* A B C D E F (a) Item 1 25 13.16 9.87 9.38 10.36 (b) Item 2 50 26.32 19.74 18.75 20.72 (c) Item 3 75 39.47 29.60 28.13 31.09 (d) Item 4 40 21.05 15.79 15.00 16.58 (e) Grand Total (1 + 2 + 3 + 4) *Computed as C percentage of D less 5%. **Computed as C percentage of D plus 5%. 190 100 75