HomeMy WebLinkAboutAgreement A-24-620 - Lease and Maintenance Agreement with ABM.pdf Agreement No. 24-620
1 SERVICE AGREEMENT
2 This Service Agreement ("Agreement") is dated December 3, 2024 and is between
3 Jones-Walbaum Corporation dba American Business Machines, a California corporation
4 ("Contractor"), and the County of Fresno, a political subdivision of the State of California
5 ("County").
6 Recitals
7 A. The County has a need for three high-speed, high-volume digital black and white copiers
8 and one high-speed, high-volume digital color copier.
9 B. On July 16, 2024, the County issued Request for Proposal ("RFP") No. 25-004 for the
10 lease and maintenance of three high-speed, high-volume digital black-and-white copiers and
11 one high-speed, high-volume digital color copier, which closed on August 12, 2024. Nine
12 proposals were received during that period; eight proposals were deemed responsive, and one
13 proposal was deemed non-responsive. Each responsive bid was reviewed by a panel of three
14 representatives from the Internal Services Department and a recommendation was made to
15 award the Contractor.
16 C. The County desires to engage the Contractor to lease and maintain three high-speed,
17 high-volume digital black and white copiers and one high-speed, high-volume digital color
18 copier. The Contractor is qualified and willing to provide the specified equipment and
19 subsequent services as detailed in this Agreement.
20 The parties therefore agree as follows:
21 Article 1
22 Contractor's Services
23 1.1 Scope of Services. The Contractor shall perform all of the services provided in
24 Exhibit A.
25 1.2 Representation. The Contractor represents that it is qualified, ready, willing, and
26 able to perform all of the services provided in this Agreement.
27 1.3 Compliance with Laws. The Contractor shall, at its own cost, comply with all
28 applicable federal, state, and local laws and regulations in the performance of its obligations
1
1 under this Agreement, including but not limited to workers compensation, labor, and
2 confidentiality laws and regulations.
3 1.4 Equipment Details. The Contractor shall provide all products and product related
4 services as described in Exhibit A. The products provided include but are not limited to: three
5 Canon varioPRINT 130 QUARTZ Black and White Production Printer units and one Canon
6 imagePRESS V700 Color Production Printer unit ("Copier Units"), along with the included
7 accessories as noted in the attached Exhibit E, which is hereby incorporated by this reference.
8 Article 2
9 County's Responsibilities
10 2.1 The County shall provide a County Representative ("County Representative") to
11 represent the County, who will work with the Contractor to carry out the Contractor's obligations
12 under this Agreement. The County Representative will be the County's Internal Services
13 Department— Graphic Communication Services (ISD-Graphics) Manager, and/or their
14 designee.
15 Article 3
16 Compensation, Invoices, and Payments
17 3.1 The County agrees to pay, and the Contractor agrees to receive, compensation for
18 the lease of its Copier Units and performance of its services under this Agreement as described
19 in Exhibit B.
20 3.2 Maximum Compensation. The maximum compensation payable to the Contractor
21 under this Agreement is $506,952 for the entire potential 60-month lease. A 20% buffer amount,
22 which totals $84,492, is included in the maximum compensation for the purchase of any optional
23 accessories listed in Exhibit B.
24 The Contractor acknowledges that the County is a local government entity, and does so with
25 notice that the County's powers are limited by the California Constitution and by State law, and
26 with notice that the Contractor may receive compensation under this Agreement only for
27 services performed according to the terms of this Agreement and while this Agreement is in
28 effect, and subject to the maximum amount payable under this section. The Contractor further
2
1 acknowledges that County employees have no authority to pay the Contractor except as
2 expressly provided in this Agreement.
3 3.3 Invoices. The Contractor shall submit monthly invoices referencing the provided
4 agreement number to the County of Fresno, Internal Services Department, Attention: Business
5 Office, 333 W. Pontiac Way, Clovis, CA 93612, isdbusinessoffice(a�-fresnocountyca.�„ . The
6 Contractor shall submit each invoice within 60 days after the month in which the Contractor
7 performs services and in any case within 60 days after the end of the term or termination of this
8 Agreement.
9 3.4 Payment. The County shall pay each correctly completed and timely submitted
10 invoice within 45 days after receipt. The County shall remit any payment to the Contractor's
11 address specified in the invoice.
12 3.5 Incidental Expenses. The Contractor is solely responsible for all of its costs and
13 expenses that are not specified as payable by the County under this Agreement.
14 Article 4
15 Term of Agreement
16 4.1 Term. This Agreement is effective on December 9, 2024, and terminates on
17 December 8, 2029.
18 Article 5
19 Notices
20 5.1 Contact Information. The persons and their addresses having authority to give and
21 receive notices provided for or permitted under this Agreement include the following:
22
For the County:
23 Director of Internal Services/Chief Information Officer
County of Fresno
24 333 W. Pontiac Way
Clovis, CA 93612
25 isd contracts Pfresnocountyca.gov
26 For the Contractor:
General Manager
27 Ryan Jones
821 18t" Street
28 Bakersfield, CA 93301
riones(a-abm 1.com
3
1
5.2 Change of Contact Information. Either party may change the information in section
2
5.1 by giving notice as provided in section 5.3.
3
5.3 Method of Delivery. Each notice between the County and the Contractor provided
4
for or permitted under this Agreement must be in writing, state that it is a notice provided under
5
this Agreement, and be delivered either by personal service, by first-class United States mail, by
6
an overnight commercial courier service, or by Portable Document Format (PDF) document
7
attached to an email.
8
(A) A notice delivered by personal service is effective upon service to the recipient.
9
(B) A notice delivered by first-class United States mail is effective three County
10
business days after deposit in the United States mail, postage prepaid, addressed to the
11
recipient.
12
(C)A notice delivered by an overnight commercial courier service is effective one
13
County business day after deposit with the overnight commercial courier service,
14
delivery fees prepaid, with delivery instructions given for next day delivery, addressed to
15
the recipient.
16
(D)A notice delivered by PDF document attached to an email is effective when
17
transmission to the recipient is completed (but, if such transmission is completed outside
18
of County business hours, then such delivery is deemed to be effective at the next
19
beginning of a County business day), provided that the sender maintains a machine
20
record of the completed transmission.
21
5.4 Claims Presentation. For all claims arising from or related to this Agreement,
22
nothing in this Agreement establishes, waives, or modifies any claims presentation
23
requirements or procedures provided by law, including the Government Claims Act (Division 3.6
24
of Title 1 of the Government Code, beginning with section 810).
25
Article 6
26
Termination and Suspension
27
6.1 Termination for Non-Allocation of Funds. The terms of this Agreement are
28
contingent on the approval of funds by the appropriating government agency. If sufficient funds
4
1 are not allocated, then the County, upon at least 30 days' advance written notice to the
2 Contractor, may:
3 (A) Modify the services provided by the Contractor under this Agreement; or
4 (B) Terminate this Agreement.
5 6.2 Termination for Breach.
6 (A) Upon determining that a breach (as defined in paragraph (C) below) has
7 occurred, the County may give written notice of the breach to the Contractor. The written
8 notice may suspend performance under this Agreement, and must provide at least 30
9 days for the Contractor to cure the breach.
10 (B) If the Contractor fails to cure the breach to the County's satisfaction within the
11 time stated in the written notice, the County may terminate this Agreement immediately.
12 (C) For purposes of this section, a breach occurs when, in the determination of the
13 County, the Contractor has:
14 (1) Obtained or used funds illegally or improperly;
15 (2) Failed to comply with any part of this Agreement;
16 (3) Submitted a substantially incorrect or incomplete report to the County; or
17 (4) Improperly performed any of its obligations under this Agreement.
18 6.3 Termination without Cause. In circumstances other than those set forth above, the
19 County may terminate this Agreement by giving at least 30 days advance written notice to the
20 Contractor.
21 6.4 No Penalty or Further Obligation. Any termination of this Agreement by the County
22 under this Article 6 is without penalty to or further obligation of the County.
23 6.5 County's Rights upon Termination. Upon termination for breach under this Article
24 6, the County may demand repayment by the Contractor of any monies disbursed to the
25 Contractor under this Agreement that, in the County's sole judgment, were not expended in
26 compliance with this Agreement. The Contractor shall promptly refund all such monies upon
27 demand. This section survives the termination of this Agreement.
28
5
1 Article 7
2 Independent Contractor
3 7.1 Status. In performing under this Agreement, the Contractor, including its officers,
4 agents, employees, and volunteers, is at all times acting and performing as an independent
5 contractor, in an independent capacity, and not as an officer, agent, servant, employee,joint
6 venturer, partner, or associate of the County.
7 7.2 Verifying Performance. The County has no right to control, supervise, or direct the
8 manner or method of the Contractor's performance under this Agreement, but the County may
9 verify that the Contractor is performing according to the terms of this Agreement.
10 7.3 Benefits. Because of its status as an independent contractor, the Contractor has no
11 right to employment rights or benefits available to County employees. The Contractor is solely
12 responsible for providing to its own employees all employee benefits required by law. The
13 Contractor shall save the County harmless from all matters relating to the payment of the
14 Contractor's employees, including compliance with Social Security withholding and all related
15 regulations.
16 7.4 Services to Others. The parties acknowledge that, during the term of this
17 Agreement, the Contractor may provide services to others unrelated to the County.
18 Article 8
19 Indemnity and Defense
20 8.1 Indemnity. The Contractor shall indemnify and hold harmless and defend the
21 County (including its officers, agents, employees, and volunteers) against all claims, demands,
22 injuries, damages, costs, expenses (including attorney fees and costs), fines, penalties, and
23 liabilities of any kind to the County, the Contractor, or any third party that arise from or relate to
24 the performance or failure to perform by the Contractor (or any of its officers, agents,
25 subcontractors, or employees) under this Agreement. The County may conduct or participate in
26 its own defense without affecting the Contractor's obligation to indemnify and hold harmless or
27 defend the County.
28 8.2 Survival. This Article 8 survives the termination of this Agreement.
6
1 Article 9
2 Insurance
3 9.1 The Contractor shall comply with all the insurance requirements in Exhibit D to this
4 Agreement.
5 Article 10
6 Inspections, Audits, and Public Records
7 10.1 Inspection of Documents. The Contractor shall make available to the County, and
8 the County may examine at any time during business hours and as often as the County deems
9 necessary, all of the Contractor's records and data with respect to the matters covered by this
10 Agreement, excluding attorney-client privileged communications. The Contractor shall, upon
11 request by the County, permit the County to audit and inspect all of such records and data to
12 ensure the Contractor's compliance with the terms of this Agreement.
13 10.2 State Audit Requirements. If the compensation to be paid by the County under this
14 Agreement exceeds $10,000, the Contractor is subject to the examination and audit of the
15 California State Auditor, as provided in Government Code section 8546.7, for a period of three
16 years after final payment under this Agreement. This section survives the termination of this
17 Agreement.
18 10.3 Public Records. The County is not limited in any manner with respect to its public
19 disclosure of this Agreement or any record or data that the Contractor may provide to the
20 County. The County's public disclosure of this Agreement or any record or data that the
21 Contractor may provide to the County may include but is not limited to the following:
22 (A) The County may voluntarily, or upon request by any member of the public or
23 governmental agency, disclose this Agreement to the public or such governmental
24 agency.
25 (B) The County may voluntarily, or upon request by any member of the public or
26 governmental agency, disclose to the public or such governmental agency any record or
27 data that the Contractor may provide to the County, unless such disclosure is prohibited
28 by court order.
7
1 (C)This Agreement, and any record or data that the Contractor may provide to the
2 County, is subject to public disclosure under the Ralph M. Brown Act (California
3 Government Code, Title 5, Division 2, Part 1, Chapter 9, beginning with section 54950).
4 (D)This Agreement, and any record or data that the Contractor may provide to the
5 County, is subject to public disclosure as a public record under the California Public
6 Records Act (California Government Code, Title 1, Division 10, Chapter 3, beginning
7 with section 7920.200) ("CPRA").
8 (E) This Agreement, and any record or data that the Contractor may provide to the
9 County, is subject to public disclosure as information concerning the conduct of the
10 people's business of the State of California under California Constitution, Article 1,
11 section 3, subdivision (b).
12 (F) Any marking of confidentiality or restricted access upon or otherwise made with
13 respect to any record or data that the Contractor may provide to the County shall be
14 disregarded and have no effect on the County's right or duty to disclose to the public or
15 governmental agency any such record or data.
16 10.4 Public Records Act Requests. If the County receives a written or oral request
17 under the CPRA to publicly disclose any record that is in the Contractor's possession or control,
18 and which the County has a right, under any provision of this Agreement or applicable law, to
19 possess or control, then the County may demand, in writing, that the Contractor deliver to the
20 County, for purposes of public disclosure, the requested records that may be in the possession
21 or control of the Contractor. Within five business days after the County's demand, the
22 Contractor shall (a) deliver to the County all of the requested records that are in the Contractor's
23 possession or control, together with a written statement that the Contractor, after conducting a
24 diligent search, has produced all requested records that are in the Contractor's possession or
25 control, or (b) provide to the County a written statement that the Contractor, after conducting a
26 diligent search, does not possess or control any of the requested records. The Contractor shall
27 cooperate with the County with respect to any County demand for such records. If the
28 Contractor wishes to assert that any specific record or data is exempt from disclosure under the
8
1 CPRA or other applicable law, it must deliver the record or data to the County and assert the
2 exemption by citation to specific legal authority within the written statement that it provides to
3 the County under this section. The Contractor's assertion of any exemption from disclosure is
4 not binding on the County, but the County will give at least 10 days' advance written notice to
5 the Contractor before disclosing any record subject to the Contractor's assertion of exemption
6 from disclosure. The Contractor shall indemnify the County for any court-ordered award of costs
7 or attorney's fees under the CPRA that results from the Contractor's delay, claim of exemption,
8 failure to produce any such records, or failure to cooperate with the County with respect to any
9 County demand for any such records.
10 Article 11
11 Disclosure of Self-Dealing Transactions
12 11.1 Applicability. This Article 11 applies if the Contractor is operating as a corporation,
13 or changes its status to operate as a corporation.
14 11.2 Duty to Disclose. If any member of the Contractor's board of directors is party to a
15 self-dealing transaction, he or she shall disclose the transaction by completing and signing a
16 "Self-Dealing Transaction Disclosure Form" (Exhibit C to this Agreement) and submitting it to
17 the County before commencing the transaction or immediately after.
18 11.3 Definition. "Self-dealing transaction" means a transaction to which the Contractor is
19 a party and in which one or more of its directors, as an individual, has a material financial
20 interest.
21 Article 12
22 General Terms
23 12.1 Modification. Except as provided in Article 6, "Termination and Suspension," this
24 Agreement may not be modified, and no waiver is effective, except by written agreement signed
25 by both parties. The Contractor acknowledges that County employees have no authority to
26 modify this Agreement except as expressly provided in this Agreement.
27 12.2 Non-Assignment. Neither party may assign its rights or delegate its obligations
28 under this Agreement without the prior written consent of the other party.
9
1 12.3 Governing Law. The laws of the State of California govern all matters arising from
2 or related to this Agreement.
3 12.4 Jurisdiction and Venue. This Agreement is signed and performed in Fresno
4 County, California. The Contractor consents to California jurisdiction for actions arising from or
5 related to this Agreement, and, subject to the Government Claims Act, all such actions must be
6 brought and maintained in Fresno County.
7 12.5 Construction. The final form of this Agreement is the result of the parties' combined
8 efforts. If anything in this Agreement is found by a court of competent jurisdiction to be
9 ambiguous, that ambiguity shall not be resolved by construing the terms of this Agreement
10 against either party.
11 12.6 Days. Unless otherwise specified, "days" means calendar days.
12 12.7 Headings. The headings and section titles in this Agreement are for convenience
13 only and are not part of this Agreement.
14 12.8 Severability. If anything in this Agreement is found by a court of competent
15 jurisdiction to be unlawful or otherwise unenforceable, the balance of this Agreement remains in
16 effect, and the parties shall make best efforts to replace the unlawful or unenforceable part of
17 this Agreement with lawful and enforceable terms intended to accomplish the parties' original
18 intent.
19 12.9 Nondiscrimination. During the performance of this Agreement, the Contractor shall
20 not unlawfully discriminate against any employee or applicant for employment, or recipient of
21 services, because of race, religious creed, color, national origin, ancestry, physical disability,
22 mental disability, medical condition, genetic information, marital status, sex, gender, gender
23 identity, gender expression, age, sexual orientation, military status or veteran status pursuant to
24 all applicable State of California and federal statutes and regulation.
25 12.10 No Waiver. Payment, waiver, or discharge by the County of any liability or obligation
26 of the Contractor under this Agreement on any one or more occasions is not a waiver of
27 performance of any continuing or other obligation of the Contractor and does not prohibit
28 enforcement by the County of any obligation on any other occasion.
10
1 12.11 Entire Agreement. This Agreement, including its exhibits, is the entire agreement
2 between the Contractor and the County with respect to the subject matter of this Agreement,
3 and it supersedes all previous negotiations, proposals, commitments, writings, advertisements,
4 publications, and understandings of any nature unless those things are expressly included in
5 this Agreement. If there is any inconsistency between the terms of this Agreement without its
6 exhibits and the terms of the exhibits, then the inconsistency will be resolved by giving
7 precedence first to the terms of this Agreement without its exhibits, and then to the terms of the
8 exhibits.
9 12.12 No Third-Party Beneficiaries. This Agreement does not and is not intended to
10 create any rights or obligations for any person or entity except for the parties.
11 12.13 Authorized Signature. The Contractor represents and warrants to the County that:
12 (A) The Contractor is duly authorized and empowered to sign and perform its
13 obligations under this Agreement.
14 (B) The individual signing this Agreement on behalf of the Contractor is duly
15 authorized to do so and his or her signature on this Agreement legally binds the
16 Contractor to the terms of this Agreement.
17 12.14 Electronic Signatures. The parties agree that this Agreement may be executed by
18 electronic signature as provided in this section.
19 (A) An "electronic signature" means any symbol or process intended by an individual
20 signing this Agreement to represent their signature, including but not limited to (1) a
21 digital signature; (2) a faxed version of an original handwritten signature; or (3) an
22 electronically scanned and transmitted (for example by PDF document) version of an
23 original handwritten signature.
24 (B) Each electronic signature affixed or attached to this Agreement (1) is deemed
25 equivalent to a valid original handwritten signature of the person signing this Agreement
26 for all purposes, including but not limited to evidentiary proof in any administrative or
27 judicial proceeding, and (2) has the same force and effect as the valid original
28 handwritten signature of that person.
11
1 (C)The provisions of this section satisfy the requirements of Civil Code section
2 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3,
3 Part 2, Title 2.5, beginning with section 1633.1).
4 (D) Each party using a digital signature represents that it has undertaken and
5 satisfied the requirements of Government Code section 16.5, subdivision (a),
6 paragraphs (1) through (5), and agrees that each other party may rely upon that
7 representation.
8 (E) This Agreement is not conditioned upon the parties conducting the transactions
9 under it by electronic means and either party may sign this Agreement with an original
10 handwritten signature.
11 12.15 Counterparts. This Agreement may be signed in counterparts, each of which is an
12 original, and all of which together constitute this Agreement.
13 [SIGNATURE PAGE FOLL0INS]
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
12
1 The parties are signing this Agreement on the date stated in the introductory clause.
2
Jones-Walbaum Corporation dba American COUNTY OF FRESNO
3 Business Machines
4
5 Wathan Magsig, Chairman of the Board of
Rysin 46nes,GenoW Manew Supervisors of the County of Fresno
6 '
821 18t' Street Attest:
7 Bakersfield, CA 93301 Bernice E. Seidel
Clerk of the Board of Supervisors
8 County of Fresno, State of California
By: U
10 Deputy
11 For accounting use only:
12 Org No.: 8905
Account No.: 7888
13 Fund No.: 1020
Subclass No.:10000
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
13
Exhibit A
1 Scope of Services
2 1. Equipment Specifications
3 A. Equipment:
4 The Contractor shall lease to the County the following Copier Units for a term of
5 sixty (60) months:
6 i. Three (3) Canon varioPRINT 130 QUARTZ Black and White Production
7 Printer units.
8 ii. One (1) Canon imagePRESS V700 Color Production Printer unit.
9 The Copier Units supplied by the Contractor shall be all new. The County will not
10 accept remanufactured equipment, newly rebuilt equipment, or any unit with used
11 parts.
12 B. Equipment Uptime:
13 i. The Contractor guarantees that the Copier Unit shall run continuously
14 eight(8) hours per day, Monday through Friday, with at least ninety-five
15 percent (95%) uptime.
16 ii. The Contractor guarantees that the Copier Unit shall perform as specified
17 under normal operating conditions in the County work environment, and
18 must be able to continuously perform at or beyond the specified
19 performance requirements, as described in Exhibit E.
20 C. Equipment Specifications:
21 i. The Contractor guarantees that each of the Canon varioPRINT 130
22 QUARTZ Black and White Production Printer units shall produce a
23 minimum of one hundred and thirty(130) copies per minute and contain a
24 minimum of five (5) large capacity drawers.
25 ii. The Contractor guarantees that the Canon imagePRESS V700 Color
26 Production Printer shall produce a minimum of seventy (70) copies per
27 minute, contain a minimum of three(3) large capacity drawers, and
28 communicate with the FIERY color server.
A-1
Exhibit A
1 iii. All Copier Units shall possess the following specifications:
2 a. Automatic document handlers
3 b. Image quality controls
4 c. Paperweights from 16#to 167#(12 pt.)
5 d. A maximum of 1/16" registration bounce from copy to copy
6 e. Produce proof copies
7 f. Finish and staple at least 100 sheets of paper
8 g. Two (2) and three (3) hole punch options
9 h. Inter-leafing dividers and covers
10 i. Print on tabs through the print driver
11 j. Printing and control of tabs on the front side of the copiers
12 2. Support Services
13 A. Miscellaneous Support Services:
14 i. The Contractor shall perform all maintenance, including the cleaning,
15 lubrication, and ordinary adjustments necessary to maintain the Copier
16 Unit in good operating condition.
17 ii. The Contractor shall replace all mechanical and electrical parts that
18 become damaged and/or worn during the term of this Agreement, unless
19 the damage is caused by fire, act of God, vandalism, or the County's
20 misuse or neglect.
21 iii. The Contractor shall provide all operating supplies and consumables,
22 except paper, for the Copier Unit.
23 iv. The Contractor shall provide factory-certified service technicians to
24 respond to the County's service calls.
25 V. In the event there is a large job the that County cannot handle, the
26 Contractor shall offer its services at a wholesale price.
27 B. Response Times:
28
A-2
Exhibit A
1 i. The Contractor shall respond to the County's service requests within one
2 (1) hour.
3 ii. The Contractor shall provide a four(4) hour response time for all
4 maintenance and/or service calls in which services will be performed within
5 the same window. The Contractor's authorized technician shall be on-site
6 during this four(4) hour response time.
7 D. Downtime:
8 i. In the case that any piece of a Copier Unit fails to perform as required in
9 this Agreement, the Contractor shall ensure that all measures are taken
10 to rectify any performance issues.
11 a. In the event that any of the Copier Units experiences downtown
12 that would impact the County's ability to complete print jobs, the
13 Contractor shall run those print jobs in-house and deliver them
14 back to the County in time for the County to meet the specific
15 deadlines of each print job.
16 ii. The Contractor shall provide loaner equipment to the County during
17 normal business hours (7AM-4PM)for any unit that has downtime
18 exceeding forty-eight(48) hours, or two (2) consecutive business days.
19 a. The Contractor's Service Loaner Equipment Policy:
20 In the event that an item of equipment is inoperable for a period in
21 excess of forty-eight(48) hours or two (2) business days, the
22 Contractor shall deliver to the County a loaner Copier Unit, upon
23 the County's written request, until the original Copier Units is
24 restored to good working order.
25 E. Preventive Maintenance
26 i. The Canon varioPRINT 130 QUARTZ Black and White Production Printer
27 units do not have a required or recommended preventative maintenance
28 (PM) schedule. These Copier Units will communicate to an operator when
A-3
Exhibit A
1 a part is needed for maintenance or replacement, at which time the
2 Contractor shall perform the required maintenance and/or parts
3 replacement.
4 ii The Canon imagePRESS V700 Color Production Printer unit's PM
5 scheduled is per manufacturer specification. As the machine gets into the
6 millions of pages, PMs can take sixty (60)to ninety (90) minutes.
7 iii. Regular and Prevenative Maintenance of Supplies:
8 a. FM Audit Software—At no extra charge, the Contractor shall
9 deploy its FM Audit Software at the inception of this Agreement for
10 the Contractor to provide automatic supply replenishment. The FM
11 Audit Software allows for the ability to remotely monitor toner
12 supply levels, paper levels, and errors occurring at any device on
13 the network. The FM Audit Software also allows the County to
14 remotely monitor the Copier Units.
15 F. Training
16 i. The Contractor shall provide unlimited training to the County on an as-
17 needed basis at no additional cost to the County.
18 ii. Training shall include a complete overview of the hardware, scan to e-
19 mail and file, and print drivers examples (Secure Print and Print to Fax).
20 The Contractor shall also review all copier and printing applications to
21 provide customization with items, such as Quick Menu, to provide
22 shortcuts by user or customized settings to enhance the Canon Product
23 experience.
24 iii. The Contractor's corporate trainers shall provide detailed individual
25 and/or team training to the County's staff upon written request from the
26 County.
27
28
A-4
Exhibit B
1 Compensation
2 The Contractor will be compensated for performance of its services under this
3 Agreement as provided in this Exhibit B. The Contractor is not entitled to any compensation
4 except as expressly provided in this Exhibit B.
5 A. Lease Costs:
6 The County agrees to pay the Contractor$3,465.99 per month for sixty (60) months for
7 the lease of copier equipment as described in Section B below. In no event shall compensation
8 paid for the lease of the Copier Units exceed $207,959.40 during the entire potential sixty month
9 (five-year term) of this Agreement.
10 Lease Term Monthly Lease Tax Rate Total Monthly Lease
11 Amount -I (8.35%) Cost
12 60 Months $3,198.88 j $267.11 $3,465.99
13
14 B. Full -Service Support Costs/Maintenance: Base Rate for Service(Per Print
15 Copy):
16 Full-Service Support costs shall include all parts, labor, service calls, maintenance,
17 travel, and toner. Service per copy shall be billed in arrears for actual usage at the below started
18 rates. In no event shall the compensation aid for Full-Service p p Support performed exceed the
19 maximum compensation of this Agreement. The amount added to compensation for copies per
20 month is based on an estimated use of 25,000 color copies per month and 1,000,000 black and
21 white copies per month.
22 Copier Equipment Black &White Rate Color Rate
23
Canon varioPRINT 130 QUARTZ $0.0027 per/page N/A
24
Canon Color imagePRESS V700 $0.0079 per/page $0.35 per/page
25
26
C. Optional Accessories:
27
Optional Accessories will only be added upon written request of the County and are
28
subject to the pricing as listed below.
B-1
Exhibit B
1
2 OPTIONAL ACCESSORIES FOR IMAGEPRESS 130 QUARTZ
MONTHLY Total
3 Item Number Descrotion Accessaru PAYMENT Sales Tax Payment
8117BO02BA DP DUDTRAY Duo Paper Tray Cl $ 59.00k$ 2
$ 63.93
4 53886002AA 5388B002AA Farm Assist Module II $ 5.00 $ 5.42
8117B026AA VPDP SF BTA1 Bulk TraySmall Format-Al $ 20.00 $ 21.67
5 5594CO02AA BKLTFN AG1UL BOOKLET FINISHER-AG1 $ 183.00 $ 198.28
5336C004AA HCSTACK J1ST High Capacity Stacker-Jl Set $ 220.00 $ 238.37
6 71686034AA HCS COV B1 HCS End Module Cover $ 2.40 $ 2.17
5936COO6AA DFDADFINBIST DFD Adapter and Finisher Brid a-Bl $ 253.00 $ 274.13
5418B002AA POWERLIFT-Al Pow erLift-Al(includes 5pallets) $ 71.00 $ 5.93 $ 76.93
7 5461BO01AA 5461B001AA Additional Pallets for Pow erlift(5pallets) $ 12.00 $ 1.00 $ 13.00
1142CO04AA DOCINS R1 ST Document Insertion Unit-R1 Set $ 72. 00 $ 6.01 $ 78.01
8 5224CO01AA PPFLD UNT K1 Paper Folding Unit-Kl $ 156.00 $ 13.03 $ 169.03
4056V496 MFPROPUN C-1 Multi Function Professional Puncher-Cl $ 214.00 $ 17.87 $ 231.87
9 0259CO01AA LL 3-H PUNCH Loose Leaf 3-Hole Punch(round)LTR-B1 $ 15.00 $ 1.25 $ 16.25
0259CO02AA LL 5-H PUNCH Loose Leaf 5-Hale Punch(round)LTR-B1 $ 15.00 $ 1.25 $ 16.25
0253C003AA V-BLIND 11-H Velo Bind 11-Hole Punch(round)LTR-Bl $ 15.00 $ 1.25 $ 16.25
1 U BW YA $ - $ -
4078V262 DIEPF 75-120 Perforation Die 75-120 GSM $ 41.00 $ 3.42 $ 44.42
11 4078V263 DIEPF120-300 Perforation Die 120-300 GSM $ 41.00 $ 3.42 $ 44.42
0259C016AA 44 HLPNCH B1 High Durability Color Coil 44-Hole Punch(round)LTR-Bl $ 50.00 $ 4.18 $ 54.18
12 0259C017AA 3 HL PNCH Ell High DurabilityLoose Leaf 3-Hole Punch(round)LTR-B1 $ 17.00 $ 1.42 $ 18.42
0259CO18AA 19 HLPNCH B1 High Durability Plastic Comb 19-Hole Punch(rect)LTR-B1 $ 54.00 $ 4.51 $ 58.51
5225CO01AA BKLET TRM G1 Booklet Trimmer-G1 $ 154.00 $ 12.86 $ 166.86
13 5226CO04AA 2KNFTRMCV ST 2-Knife Trimmer And Conveyor Set $ 641.00 $ 53.52 $ 694.52
1398CO08AA DEC D1 SET Decurler Set Item $ 90.00 $ 7.52 $ 97.52
14 6079B002AA COPY Cl Copy Control Device-Cl $ 3.00 $ 0.25 $ 3.25
6082B001AA REMOVABLE HD Removable HD Kit-Cl $ 4.00 $ 0.33 $ 4.33
15 3806V864 CON STAP Cl CONVENIENCE STAPLER-Cl $ 5.00 $ 0.42 $ 5.42
3057V761 BLM35 BK MKR Plockmatic BLM35 Booklet Maker $ 276.00 $ 23.05 $ 299.05
3057V762 BLM50 UPG KT BLM50 Upgrade Kit $ 230.00 $ 19.21 T 249.21
16 3057V765 CF50 CFD MOD CF50 Cover Feeder Module $ 72.00 $ 6.01 $ 78.01
3057V763 FTR50 TRM MD FTR50 Trimmer Module $ 175.00 $ 14.61 $ 189.61
17 3057V764 BF50 BFD MOD BF50 Book(Square)Fold Module $ 176.00 $ 14.70 7 190.70
3057V767 BST4000-1 BT BST4000-1 Belt Staoker Module $ 82.00 $ 6.85 $ 88.85
18 3263V632 RTM3550 ROTA SDD Rotator RTM3550 $ 303.00 $ 25.30 $ 328.30
7168BO02BA DFD KIT-Al DFD Interface Kit-Al $ 12.00 $ 100 $ 13.00
71686016BA DFD KT 860B1 DFD PATH-B1(H=860) $ 12.00 $ 1.00 $ 13.00
19 5873B001AA MULTI Cl Multiple Queue-Cl $ 14.00 $ 1.17 $ 15.17
5874B001AA STREAMING-Cl Sueamin Cl $ 44.00 $ 3.67 $ 47.67
20 5878B001AA E-SHREDDI-Cl E-shreddln -Cl $ 17.00 $ 1.42 $ 18.42
58766001AA DP LINK-Cl DP Link-Cl $ 46.00 $ 3.84 7 49.84
21 5880BOO1AA KDK LINK-Cl I KDK Link-Cl $ 46.00 $ 3.84 7 43.84
22
23
24
25
26
27
28
B-2
Exhibit B
1 0 PTI 0 NAL ACCESSORIES FOR I MAGEPRESS V700
hem Number 4escrlolbn Acce?24ll1 Monthly Payment Sales Ta. TotalPayment
2 1228C001AA LGSHT TRY 61 11-ong Sheet Feeding and Catch Tray-B1 $ 2600 $ 2.17 S 28.17
3097CO01AA LNG SHT TRC1 Lonq Sheet Catch Tray-Cl $ 4.00 $ 0 33 S 433
3 52190001AA LS CATCH B1 Long Sheet Catch Tray XL-B1 $ 25.00 $ 2.09 S 27 09
52140002AA MLTDRW PD-El Multi-Drawer Paper Deck-El $ 149.00 $ 1244 S 161 44
89288001AA ENVLP ATC-F1 ENVELOPE ATCHMT-F1 $ 2.00 $ 0.11 S 217
4 6929BO01AA ENVP ATCH-G1 ENVELOPE ATCHMT-G1 $ 14.00 $ l 17 $ 15 17
43700001AA ENVEL ATC H1 Envelope Attachment-H1 for Multi Drawer Paper Deck-Et $ 1400 S 1_17 $ 15.17
5 8930B001AA TAB ATTCH Ft TAB ATTACHMENT-F1 $ 200 $ 0.17 S 217
52280001AA SENSINGUT B1 ISensing Unit-B1 $ 421.00 $ 35-151 S 456 15
5002CO02AA PWR CBL 120V 113ower Cable 120V $ 1.00 $ 0 08-L S 1.08
6 15594CO02AA BKLTFN AG1U1_ IBOOKLET FINISHER-AG1 $ 194.00 $ 1620 r S 21020
5224CO01AA PPFLD UNT K1 jPaper Folding Unit-K7 $ 17700 $ 14.78 f S 19178
15225CO01AA BKLET TRM G1 Booklet Trimmer-G1 $ 170 00 $ 14-20 S 184 20
7
6226CO04AA 2KNFTRMCV ST 2-Knife Trimmer And Conveyor Set $ 641 00 S 5352 5 694 52
1142CO04AA DOCINS R1 ST Document Insertion Unit-R1 Set $ 73.00 $ 6.10 S 79.10
4056V496 MFPROPUN C-1 IMulti Function Professional Puncher-Cl $ 245.00 $ 20.46 S 26546
0269CO01AA LL 3-H PUNCH ILoose Leaf 3-Hole Punch(round),LTR-B1 $ 15A0 $ 125 $ 16-26
0259CO02AA LL 5-H PUNCH ILoose Leaf 5-Hole Punch(round)LTR-B1 $ 15 00 $ 1 25 s 1625
9 0259CO03AA V-BLIND 11-H Velo Bind 11-Hole Punch(round)LTR-B1 S 1500 $ 125 S 1625
ONL Y A SAMPLE OF PUNCH OFFERINGS
10 0259CO16AA 44 HLPNCH B1 High DurabilityColor Coil 44-Hale Punch(round)LTR-B1 $ 50.00 $ 4.18 S 54 18
0259C017AA 3 HL PNCH B1 Hi h Durabilit Loose Leaf 3•Hole Punch round LTR-81 S 17 00 $ 1 42 $ 18.42
0259CO18AA 19 HLPNCH B1 High Durabrlit.Plastic Comb 19-Hole Punch rect LTR-81 $ 54.00 $ 4-511 S 58.51
11 0259CO19AA CREASE DIE Crease Die $ 5600 $ 4.68 S 6068
4078V262 DIEPF 75-120 Perforation Die 75-120 GSM $ 5200. S 434 S 56-34
407BV263 DIEPF120-300 Perforation Die 120-300 GSNI $ 52.00 $ 434 S 5634
12 8002AG17AA i1PRO3SPECTR X-Rite i1Pro 3 Spectrophotometer $ 2300 $ 192 T 2492
3806V864 CON STAID C1 CONVENIENCE STAPLER-Cl $ 5.00 $ 0.42 S 642
13 1266V426 U SLIM KBD USB Keyboard(Cherry) 5 2.00 $ 017 S 217
5229CO01AA INSPECTUT B1 Inspection Unit-B1 $ 879 00 S 7340 S 95240
4181CO12AA PS INSPECTIO Ins Ilion Unit Irtstallation and Training Professional Semces S 685.00 S 57.20 S 742 20
14 6276CO02AA STATELIM SET STATIC ELIMMtATOR-Al Set $ 338001 $ 28 22 S 36622
15
16
17
18
19
20
21
22
23
24
25
26
27
28
B-3
Exhibit C
Self-Dealing Transaction Disclosure Form
In order to conduct business with the County of Fresno ("County"), members of a
contractor's board of directors ("County Contractor"), must disclose any self-dealing transactions
that they are a party to while providing goods, performing services, or both for the County. A
self-dealing transaction is defined below:
"A self-dealing transaction means a transaction to which the corporation is a party and in
which one or more of its directors has a material financial interest."
The definition above will be used for purposes of completing this disclosure form.
Instructions
(1) Enter board member's name, job title (if applicable), and date this disclosure is being
made.
(2) Enter the board member's company/agency name and address.
(3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the
County. At a minimum, include a description of the following:
a. The name of the agency/company with which the corporation has the transaction;
and
b. The nature of the material financial interest in the Corporation's transaction that
the board member has.
(4) Describe in detail why the self-dealing transaction is appropriate based on applicable
provisions of the Corporations Code.
The form must be signed by the board member that is involved in the self-dealing
transaction described in Sections (3) and (4).
C-1
Exhibit C
(1) Company Board Member Information:
Name: Date:
Job Title:
(2) Company/Agency Name and Address:
(3) Disclosure (Please describe the nature of the self-dealing transaction you are a
party to)
(4) Explain why this self-dealing transaction is consistent with the requirements of
Corporations Code § 5233 (a)
(5) Authorized Signature
Signature: Date:
C-2
Exhibit D
Insurance Requirements
1. Required Policies
Without limiting the County's right to obtain indemnification from the Contractor or any third
parties, the Contractor, at its sole expense, shall maintain in full force and effect the following
insurance policies throughout the term of this Agreement.
(A) Commercial General Liability. Commercial general liability insurance with limits of not
less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of
Four Million Dollars ($4,000,000). This policy must be issued on a per occurrence basis.
Coverage must include products, completed operations, property damage, bodily injury,
personal injury, and advertising injury. The Contractor shall obtain an endorsement to
this policy naming the County of Fresno, its officers, agents, employees, and volunteers,
individually and collectively, as additional insureds, but only insofar as the operations
under this Agreement are concerned. Such coverage for additional insureds will apply as
primary insurance and any other insurance, or self-insurance, maintained by the County
is excess only and not contributing with insurance provided under the Contractor's
policy.
(B) Automobile Liability. Automobile liability insurance with limits of not less than One
Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages.
Coverage must include any auto used in connection with this Agreement.
(C)Workers Compensation. Workers compensation insurance as required by the laws of
the State of California with statutory limits.
(D) Employer's Liability. Employer's liability insurance with limits of not less than One
Million Dollars ($1,000,000) per occurrence for bodily injury and for disease.
(E) Professional Liability. Professional liability insurance with limits of not less than One
Million Dollars ($1,000,000) per occurrence and an annual aggregate of Three Million
Dollars ($3,000,000). If this is a claims-made policy, then (1)the retroactive date must
be prior to the date on which services began under this Agreement; (2)the Contractor
shall maintain the policy and provide to the County annual evidence of insurance for not
less than five years after completion of services under this Agreement; and (3) if the
policy is canceled or not renewed, and not replaced with another claims-made policy
with a retroactive date prior to the date on which services begin under this Agreement,
then the Contractor shall purchase extended reporting coverage on its claims-made
Additional Requirements
(A) Verification of Coverage. Within 30 days after the Contractor signs this Agreement,
and at any time during the term of this Agreement as requested by the County's Risk
Manager or the County Administrative Office, the Contractor shall deliver, or cause its
broker or producer to deliver, to the County Risk Manager, at 2220 Tulare Street, 16th
Floor, Fresno, California 93721, or HRRiskManagement(a)_fresnocountyca.gov, and by
mail or email to the person identified to receive notices under this Agreement,
certificates of insurance and endorsements for all of the coverages required under this
Agreement.
D-1
Exhibit D
(i) Each insurance certificate must state that: (1) the insurance coverage has been
obtained and is in full force; (2) the County, its officers, agents, employees, and
volunteers are not responsible for any premiums on the policy; and (3) the
Contractor has waived its right to recover from the County, its officers, agents,
employees, and volunteers any amounts paid under any insurance policy
required by this Agreement and that waiver does not invalidate the insurance
policy.
(ii) The commercial general liability insurance certificate must also state, and include
an endorsement, that the County of Fresno, its officers, agents, employees, and
volunteers, individually and collectively, are additional insureds insofar as the
operations under this Agreement are concerned. The commercial general liability
insurance certificate must also state that the coverage shall apply as primary
insurance and any other insurance, or self-insurance, maintained by the County
shall be excess only and not contributing with insurance provided under the
Contractor's policy.
(iii) The automobile liability insurance certificate must state that the policy covers any
auto used in connection with this Agreement.
(iv) The professional liability insurance certificate, if it is a claims-made policy, must
also state the retroactive date of the policy, which must be prior to the date on
which services began under this Agreement.
(B) Acceptability of Insurers. All insurance policies required under this Agreement must be
issued by admitted insurers licensed to do business in the State of California and
possessing at all times during the term of this Agreement an A.M. Best, Inc. rating of no
less than A: VI I.
(C) Notice of Cancellation or Change. For each insurance policy required under this
Agreement, the Contractor shall provide to the County, or ensure that the policy requires
the insurer to provide to the County, written notice of any cancellation or change in the
policy as required in this paragraph. For cancellation of the policy for nonpayment of
premium, the Contractor shall, or shall cause the insurer to, provide written notice to the
County not less than 10 days in advance of cancellation. For cancellation of the policy
for any other reason, and for any other change to the policy, the Contractor shall, or shall
cause the insurer to, provide written notice to the County not less than 30 days in
advance of cancellation or change. The County in its sole discretion may determine that
the failure of the Contractor or its insurer to timely provide a written notice required by
this paragraph is a breach of this Agreement.
(D) County's Entitlement to Greater Coverage. If the Contractor has or obtains insurance
with broader coverage, higher limits, or both, than what is required under this
Agreement, then the County requires and is entitled to the broader coverage, higher
limits, or both. To that end, the Contractor shall deliver, or cause its broker or producer
to deliver, to the County's Risk Manager certificates of insurance and endorsements for
all of the coverages that have such broader coverage, higher limits, or both, as required
under this Agreement.
D-2
Exhibit D
(E) Waiver of Subrogation. The Contractor waives any right to recover from the County, its
officers, agents, employees, and volunteers any amounts paid under the policy of
worker's compensation insurance required by this Agreement. The Contractor is solely
responsible to obtain any policy endorsement that may be necessary to accomplish that
waiver, but the Contractor's waiver of subrogation under this paragraph is effective
whether or not the Contractor obtains such an endorsement.
(F) County's Remedy for Contractor's Failure to Maintain. If the Contractor fails to keep
in effect at all times any insurance coverage required under this Agreement, the County
may, in addition to any other remedies it may have, suspend or terminate this
Agreement upon the occurrence of that failure, or purchase such insurance coverage,
and charge the cost of that coverage to the Contractor. The County may offset such
charges against any amounts owed by the County to the Contractor under this
Agreement.
(G)Subcontractors. The Contractor shall require and verify that all subcontractors used by
the Contractor to provide services under this Agreement maintain insurance meeting all
insurance requirements provided in this Agreement. This paragraph does not authorize
the Contractor to provide services under this Agreement using subcontractors.
D-3
Exhibit E
Equipment Details
Canon
Canon imagePRESS V700
~ 48.78
. r
12.99 20.35
18.50 34.72 41-54 9.13
138.03( 77.40)
Product Description Space And Power Requirements
Net canporw:sue Tray-open sirs Sire Ict rntnlation
WeightProduct name
W0 H W 0 H W 0 H Power pw
In�yr
irrh inch inch arch rtich nxh arch itch itch S.Poy
Canon 1066 200.210V ❑
imagePRESS 3472 3433 4094 3472 7409 6 4094 57200 20ANEM I_
V700 n&20
imagePRESS
V900 Series - - - - 0
Main Engine
Staple 120Vn5A- •
31 50 31 18 48 78 35 04 31 18 48 78 3150 60 00 48 78 286 00 NEMA5.1 O
Finisher-AG 1 5
Color Image 2571 2335 662 2571 2571 2335 862 5060 n
Reeder-P1 Set
110-127
Multi Drawer W7o .�
Paper Deck-E1 3799 3150 4252 37.99 37.99 3150 4252 391.60 AMMA
5.15
Paper Deck
Connection 157 157 157 8360 n
"-B 1
Stack 1331 1803 1331 - n
Bypass-D 1
Stack Bypass
Alignment 2035 2035 2035 n
Tray-DI
Long Sheet
Feeding and 2949 2949 2949 n
Catch Tray-B1
Puncher
6®o n
Unit-BS1(213H)
IPR SERVER 120V11S&I
P400&Control AEhs 5-1 O
Panel Set
Total 138 0 34 33 48 78 138 0 31 18 48 78
The dimensions shown for each accessory are its net size.The total dimensions shown include spacing and
accessory overlap.
E-1
Exhibit E
imagePRESS V900/V800/V700
Specifications
imagePRESS imagePRESS imagePRESS
V900 V800 V700
Print Speed letter Up to 90 ipm Up to 81 ipm Up to 71 ipm
(Simplex/Duplex) 11"x17rr Up to 45 ipm Up to 40 ipm Up to 351pm
12"x Is" Up to 42 ipm Up to 40 ipm Up to 35 ipm �.
13"x 19" Up to 40 ipm Up to 38 ipm Up to 33 ipm
13"x 30" Up to 23 ipm Up to 22 ipm Up to 19 ipm
Scan Speed" Up to 270 on
(Letter,300 dpl)
Print Maximum 2400 x 2400 dpi
Resolution
Paper Standard Up to 1.650 Shoots
Capacity Maximum Up to 10,400 Sheets
Paper Size Standard 3.9"x 5.8"to 13"x 19.2"
Optional 5.5"x 7.2'to 13"It 51.2"
Paper Weight Standard 14 Ib.Bond to 110 Ib.Cover
Optional 14 Ib.Bond to 130 Ib.Cover
Autemetk Standard 3.9"It 5.8"to 13"x 19.2"
Ou'fexing Optional 5.5"x 7.2"to 13"x 30"
Eewelapel #10 Business 9"Monarch,6"x 9"x 12",
10"x 13",DL,ISO-05
Print Servers PRISMAsync Print Server
imagePRESS Server N500
imagePRESS Server P400
imagePRESS Printer Board
•Optional
Canon
usa.canon.com
As an ENERGY STAR'Partrr.Canon U S.A,Inc.quaified these rnedels as mwvq the ENERGY STAR' O O ®.
arargy effmancy viwo thraugh an EPA recognaad caniiotren body ENERGY STAR and the
ENERGY STAR mart are registered US,marks.Canon,imagePRESS,and the GENUINE logo are
E-2
Exhibit E
VarioPRI NT 130 QUARTZ - SPACE AND POWER DETAIL
C
f
D 31 : 171
INCLUDED SYSTEM COMPONENTS
Prodw moan cry Product narrr Power Supply Plug Imw
karoPRINT sexes QUARTZ p
81168179 Ma n Erg ne Base Model Set 208-24051r&k,NEMA 6-20 � a.
IMFP Model)
OSM79 vanoPPJNT 130 QUARTZ
mth Pnnt Operator Care
91178325 POC Kit-131
5593CO02 Staple Finish-AGt 120Y/15A/NEMA 5,15 p
11
5738BD02 Puncf>er Urnt-BS1 From the firr sher
8117B114 rW Erte Paper ICU Module 120V115A/NEMA SAS Set
Ip'
811 115044 Operator Attemon L ght-01
5068M DocBoa-Cl
58706001 Color scan to file/email-CA
E-3
Exhibit E
.':
varioPRINT 140 SERIES QUARTZ
specifica.i�rr:.
vanoPRINI varioPRINT vanoPRINT
140 130 115
Print Speed Lear Up to 140 ipm Up to 130 ipm Up to 115 ipm
(Duplex) 11"xA• Up to73ipm Up to68ipm Up to60ipm a
Monthly Up to 2.3 Million Up to 2-1 Million Up to 1.8 Million
Duty Cycle
Print dpi 600x2400
Resolution 1p, 200 -
Paper Standard Up to 4,000 Shoots
Capacity' Maximum'= Up to 12.000 Sheets
Paper Size" Standard 5-5'x 717'to 12.6'x 19-2'
Paper Weight'' Standard 13lb.Bond to 110lb.Cover
OPTIONS
Fccd ng Uptions Paper Folding Unit-Kl
Bulk Tray Small Format-Al Multi Function Professional Puncher-Cl
External Paper Input Module-El Booklet Trimmer-GI
Duo Paper Tray-Cl Two-Knife Booklet Trimmer-ill
Form Assist Module II Output Tray
Document Insertaon Unit-Rl Decuder-DI
Finishing Options SDD Square Fold Booklet-Maker
SDD Square Fold Booklet-Maker
Staple finisher-AGI with Two-Knife Trimmer
Booklet Finisher-AGI Plockmatic BLM50/35 Booklet-Maker
Puncher Unit-BSI GBC eWire Pro
High Capacity Stacker-p
Print Server
DFD Adapter and Finisher Bridge-A2
PRISMAsync Print Server
PowerL,ft-A1
tt Capacity based on 20 lb Bond.
1z Maximum capacity Is for Letter`srzed sheets with ePIM and Duo
Tray optbn m trays 3 and 4
"See Customer Expectations Document and Approved Media List
for detailed media specifications and suppor ted media detail
Canon
usaxanon.corl
As an LNLRGY STAR'Prtw.Canon U SA.Inc.q•uffied these nod"as,W.,,g the LNLRC�
E-4
Exhibit E
Quantity (1) imagePRESS V700 (as configured below)
ImagePRESS V700 PRICING CONFIGURATION
Item## Model Name Item Description
5765CO02AA IPR V900 ME ImagePRESS V900 Series Main Engine
5772CO03AA IPRV700 LIC ime ePRESS V700 Speed License
5788C004AA IPSVR P400ST iPR Server P400&Control Panel Set
3077BI30AA CPSV4X SW 1Y Fiery Color Profiler Suite
5606CO02AA CLRIMG P1 ST Color Image Reader-131 Set
5217CO01AA STACK BPS D1 Stack Bypass D1
3243C001AA STACK BYP D1 Stack Bypass Trey-D1
5215CO01AA PDPATH KIT131 Paper Deck Path KIT-B1
5593CO02AA STPLFN A61 UL STAPLE FINISHER-AG1
5738BO02AA PINCH UNT-BS1 PUNCHER UNIT-BS1(213H)
5261CO01AA OPEATTNLGTAI Operator Attention Light-Al
Quantity (3) varioPRINT 130 QUARTZ (as configured below)
VarioPRINT 130 QUARTZ CONFIGURATION
Item# Model Name Item Description
8116B179AA VPDP SET MFP varioPRINT140 Series QUARTZ Base Engine
8539BO79AA `,'PDP130 LIC varioPRINT 130 Base Speed License Set with POC
811713114AA EPIM E1 SET External Paper Input Module-E1 Set
5593CO02AA STPLFN AG1UL STAPLE FINISHER-AG1
5868BO01AA DOCBOX-C1 DocBox-Cl
5870B001AA COL SCAN Color seen to filefe-mail-Cl
81176044BA ATTN LGHT D1 Operator Attention Light-01
E-5