Loading...
HomeMy WebLinkAboutCity of Diamond Bar Printer Maintenance and Supplies 2023-2026-AmeriCompCity of Diamond Bar 2023-2026 Printer Maintenance & Supplies 0 Printer Maintenance & Supplies 2023-2026+ Presented by: Kyle W. Jewell For City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 1 Tuesday, May 30, 2023 Alfredo Estevez City of Diamond Bar 21810 E. Copley Drive Diamond Bar, CA 91765 Dear Alfredo, On behalf of AmeriComp I want to thank you for the opportunity to bid on the City’s printer maintenance and supplies. As the current vendor for these services we want you to know how much we value the long standing relationship we have had and hope to continue with the City of Diamond Bar. You are and will continue to be one of our most valued customers. AmeriComp has been in business since 1989 and is proud to be a woman owned and operated business that also has a diverse employment. We have always been customer focused which has kept us strong all these years. Our technicians have a minimum of 20 years experience. As you know from first-hand experience, we have proven ourselves to be timely, efficient, courteous and capable. Our office support staff are quick in response to the City’s needs and accurate and timely in billing and processing. Our parts and products have always been and will continue to be of the highest quality. AmeriComp has no problems meeting and exceeding the scope of services, as well as all terms and conditions as set forth in the request for proposal. Each of these is more specifically addressed within this proposal. I and the rest of us at AmeriComp look forward to the opportunity to work with you and serve as an asset to the City’s operations. Thank you for your time and consideration. If you have any questions regarding this proposal I can be reached by telephone at 909- 481-1073, or by e-mail at kyle.jewell@americompgroup.com. Sincerely, Kyle W. Jewell Vice President AmeriComp Group Imaging, LLC City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 2 I. PROJECT MEMBERS a. The project members that will be dedicated to providing services and support to the City of Diamond Bar are as follows: i. Kyle Jewell ii. Shelly Jewell iii. Olivia Ayon iv. Rolando DeSouza v. Dalton Jewell II. SCOPE OF SERVICES a. If awarded the 2018-2021 (and beyond) Printer Maintenance and Supplies agreement for the City of Diamond Bar, AmeriComp will provide the City: i. Quarterly cleanings for all printers including inspection and service of each device. ii. Four (4) business hour response to all service calls. iii. Diagnosis and all inclusive repair of covered equipment including parts and labor. iv. Service to include 100% Coverage for Maintenance Kits. v. Delivery and installation of supplies. vi. Supplies for all copiers will be Original Equipment Manufacturer (OEM). i. Supplies for black & white printers will be High Yield re- manufactured toners or OEM. III. PROPOSED FEES FOR SERVICES a. See attachment “A” page 13 IV. LIST OF Applicable Toners with Corresponding Prices a. See attachment “B” page 14 V. LIST of Asset ID & Printer Information a. See attachment “C” page 15 VI. LIST OF REFERENCES a. See Following Page page 3 VII. CITY CONTRACT REQUIREMENTS a. AmeriComp is able and willing to meet all criteria, requirements, terms and conditions as set forth and stated in the RFP Attachment Part VI, and as listed herein starting on Page 4 of this proposal. City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 3 REFERENCES Alfredo Estevez City of Diamond Bar (909) 839-7083 aestevez@diamondbarca.gov Service & Supplies Nicholas Austin City of Chino 909-627-7577 naustin@cityofchino.org Service & Repairs John Nguyen City of Montclair 909-625-9409 jnguyen@cityofmontclair.org Service & Supplies Ron Woodruff Walnut Valley Water District 909-595-1268 rwoodruff@wvwd.com Service & Repairs Randa Lee Lewis Operating Corp. (909) 946-7544 randa.lee@lewisop.com Service & Supplies City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 4 MAINTENANCE SERVICES AGREEMENT Should the City of Diamond Bar’s Printer Maintenance & Supplies Agreement be awarded to AmeriComp, a California limited liability company, (herein referred to as “Contractor”), the Agreement will begin July 1, 2018 for the fiscal years FY 2018-2021, and provides the City with the right to renew for up to two additional one-year terms for a total of five years. 1. Contractor's Services. Subject to the terms and conditions set forth in this Agreement Contractor shall provide to the reasonable satisfaction of the City the services set forth in the attached Exhibit "A", which is incorporated herein by this reference. As a material inducement to the City to enter into this Agreement, Contractor represents and warrants that it has thoroughly investigated the work and fully understands the difficulties and restrictions in performing the work. Contractor represents that it is fully qualified to perform such consulting services by virtue of its experience and the training, education and expertise of its principals and employees. Alfredo Estevez (herein referred to as the “City’s Project Manager”), shall be the person to whom the Contractor will report for the performance of services hereunder. It is understood that Contractor shall coordinate its services hereunder with the City’s Project Manager to the extent required by the City’s Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of the City’s Project Manager and the City Manager. 2. Term of Agreement. This Agreement shall take effect July 1, 2023, and shall continue until June 30, 2026 unless earlier terminated pursuant to the provisions herein. This Agreement may be extended as provided herein. 3. Compensation. City agrees to compensate Contractor for each service which Contractor performs to the satisfaction of City in compliance with the scope of services set forth in Exhibit "A". Payment will be made only after submission of proper invoices in the form specified by City. Total payment to Contractor pursuant to this Agreement shall not exceed [Spell out dollar amount] ($ ) without the prior written consent of the City. The above not to exceed amount shall include all costs, including, but not limited to, all clerical, administrative, overhead, telephone, travel and all related expenses. 4. Payment. A. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. B. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. C. City will pay Contractor the amount properly invoiced the City within 35 days of receipt. City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 5 D. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 5. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefore have been previously authorized in writing and approved by the City Manager or his designee as an amendment to this Agreement. The amendment shall set forth the changes of work, extension of time, if any, and adjustment of the fee to be paid by City to Contractor. 6. Priority of Documents. In the event of any inconsistency between the provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall control. 7. Status as Independent Contractor. A. Contractor is, and shall at all times remain as to City, a wholly independent contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent, except as specifically provided herein. Neither City nor any of its agents shall have control over the conduct of Contractor or any of Contractor’s employees, except as set forth in this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner employees of City. B. Contractor agrees to pay all required taxes on amounts paid to Contractor under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. In the event that City is audited by any Federal or State agency regarding the independent contractor status of Contractor and the audit in any way fails to sustain the validity of a wholly independent contractor relationship between City and Contractor, then Contractor agrees to reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and any appeals relating thereto. C. Contractor shall fully comply with Workers' Compensation laws regarding Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City harmless from any failure of Contractor to comply with applicable Worker's Compensation laws. D. Contractor shall, at Contractor’s sole cost and expense fully secure and comply with all federal, state and local governmental permit or licensing requirements, including but not limited to the City of Diamond Bar, South Coast Air Quality Management District, and California Air Resources Board. E. In addition to any other remedies it may have, City shall have the right to offset against the amount of any fees due to Contractor under this Agreement any amount due to City from Contractor as a result of Contractor's failure to promptly pay to City any reimbursement or indemnification required by this Agreement or for any amount or penalty levied against the City for Contractor’s failure to comply with this Section. City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 6 8. Standard of Performance. Contractor shall perform all work at the standard of care and skill ordinarily exercised by members of the profession under similar conditions and represents that it and any subcontractors it may engage, possess any and all licenses which are required to perform the work contemplated by this Agreement and shall maintain all appropriate licenses during the performance of the work. 9. Indemnification. Contractor shall indemnify, defend with counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers ("Indemnitees") from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys' fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with: (1) Any and all claims under Worker’s Compensation acts and other employee benefit acts with respect to Contractor’s employees or Contractor’s contractor’s employees arising out of Contractor’s work under this Agreement; and (2) Any and all claims arising out of Contractor's performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, regardless of City’s passive negligence, but excepting such loss or damage which is caused by the sole active negligence or willful misconduct of the City. Should City in its sole discretion find Contractor’s legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense, including without limitation reasonable attorneys' fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the Indemnitees. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. Except for the Indemnitees, this Agreement shall not be construed to extend to any third party indemnification rights of any kind. 10. Insurance. A. Contractor shall at all times during the term of this Agreement carry, maintain, and keep in full force and effect, with an insurance company authorized to do business in the State of California and approved by the City the following insurance: (1) a policy or policies of broad-form comprehensive general liability insurance written on an occurrence basis with minimum limits of $1,000,000.00 combined single limit coverage against any injury, death, loss or damage as a result of wrongful or negligent acts by Contractor, its officers, employees, agents, and independent contractors in performance of services under this Agreement; (2) property damage insurance with a minimum limit of $500,000.00 per occurrence; (3) automotive liability insurance written on an occurrence basis covering all owned, non-owned and hired automobiles, with minimum combined single limits coverage of $1,000,000.00; and (4) Worker's Compensation insurance when required by law, with a minimum limit of $500,000.00 or the amount required by law, whichever is greater. City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 7 B. The City, its officers, employees, agents, and volunteers shall be named as additional insureds on the policies as to comprehensive general liability, property damage, and automotive liability. The policies as to comprehensive general liability, property damage, and automobile liability shall provide that they are primary, and that any insurance maintained by the City shall be excess insurance only. C. All insurance policies shall provide that the insurance coverage shall not be nonrenewed, canceled, reduced, or otherwise modified (except through the addition of additional insureds to the policy) by the insurance carrier without the insurance carrier giving City at least ten (10) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or otherwise modify the insurance coverage and in the event of any of the same by the insurer to immediately notify the City. D. All policies of insurance shall cover the obligations of Contractor pursuant to the terms of this Agreement and shall be issued by an insurance company which is authorized to do business in the State of California or which is approved in writing by the City; and shall be placed have a current A.M. Best's rating of no less than A-, VII. E. Contractor shall submit to City (1) insurance certificates indicating compliance with the minimum insurance requirements above, and (2) insurance policy endorsements or a copy of the insurance policy evidencing the additional insured requirements in this Agreement, in a form acceptable to the City. F. Self-Insured Retention/Deductibles. All policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Contractor (as the named insured) should Contractor fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City. Contractor understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Contractor as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Contractor’s due to such failure in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Contractor for breach of this Agreement in addition to any other damages incurred by City due to the breach. G. Subrogation. With respect to any Workers' Compensation Insurance or Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution it may have against the Indemnitees. H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required under this Agreement in full force and effect, City may take out the necessary insurance and any premiums paid, plus 10% administrative overhead, shall be paid by Contractor, which amounts may be deducted from any payments due Contractor. I. Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to the City for review and approval. All insurance for subcontractors shall be subject to all of the requirements stated herein. City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 8 11. Confidentiality. Contractor in the course of its duties may have access to confidential data of City, private individuals, or employees of the City. Contractor covenants that all data, documents, discussion, or other information developed or received by Contractor or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contractor without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Contractor's covenant under this section shall survive the termination of this Agreement. Notwithstanding the foregoing, to the extent Contractor prepares reports of a proprietary nature specifically for and in connection with certain projects, the City shall not, except with Contractor's prior written consent, use the same for other unrelated projects. 12. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the “records”) pertaining to the costs of and completion of services performed under this Agreement. The City and any of their authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three (3) years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days' notice from the City, and copies thereof shall be furnished if requested. 13. Conflict of Interest. A. Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the services to be performed by Contractor under this Agreement, or which would conflict in any manner with the performance of its services hereunder. Contractor further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Contractor shall avoid the appearance of having any interest which would conflict in any manner with the performance of its services pursuant to this Agreement. B. Contractor covenants not to give or receive any compensation, monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the performance of this Agreement. Contractor's covenant under this section shall survive the termination of this Agreement. 14. Termination. The City may terminate this Agreement with or without cause upon thirty (30) days' written notice to Contractor. The effective date of termination shall be upon the date specified in the notice of termination, or, in the event no date is specified, upon the thirtieth (30th) day following delivery of the notice. In the event of such termination, City agrees to pay Contractor for services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Contractor shall discontinue performing services, unless the notice provides otherwise, City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 9 except those services reasonably necessary to effectuate the termination. The City shall be not liable for any claim of lost profits. 15. Personnel. Contractor represents that it has, or will secure at its own expense, all personnel required to perform the services under this Agreement. All of the services required under this Agreement will be performed by Contractor or under it supervision, and all personnel engaged in the work shall be qualified to perform such services. Contractor reserves the right to determine the assignment of its own employees to the performance of Contractor's services under this Agreement, but City reserves the right, for good cause, to require Contractor to exclude any employee from performing services on City's premises. 16. Extension Options. A. The City shall have the option to extend this Agreement for no more than one year, subject to the same terms and conditions contained herein, by giving Contractor written notice of the exercise of this option at least thirty (30) days prior to the expiration of the initial term of this Agreement. B. In the event the City exercises its option to extend the term of this Agreement for more than one additional year, the Contractor's unit prices shall be subject to adjustment at the end of one-year extension and annually thereafter ("the adjustment date") as follows: Any increase in compensation will be negotiated between the City and the Contractor, but in no event shall the increase exceed the amount that the Consumer Price Index ("CPI") for the Los Angeles-Anaheim-Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") as reported by the Bureau of Labor Statistics of the United States Department of Labor, has increased over the CPI for the month one year prior to the Index Month. Any increase in compensation, negotiated or based upon CPI, shall be subject to approval of the City Council if this Agreement was originally approved by the City Council. 17. Prevailing Wage. Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21825 Copley Drive, Diamond Bar, California, and are available to any interested party on request. City also shall cause a copy of such determinations to be posted at the job site. The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars ($25.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 10 prevailing rate of wages hereinbefore stipulated for any work done under this Agreement, by him or by any subcontractor under him. The CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 18. Non-Discrimination and Equal Employment Opportunity. A. Contractor shall not discriminate as to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation, in the performance of its services and duties pursuant to this Agreement, and will comply with all rules and regulations of City relating thereto. Such nondiscrimination shall include but not be limited to the following: employment, upgrading, demotion, transfers, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. B. Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor state either that it is an equal opportunity employer or that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap,medical condition, or sexual orientation. C. Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Agreement except contracts or subcontracts for standard commercial supplies or raw materials. 19. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 20. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control shall be an extension of time. No matter what the cause of the delay, Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor’s control. If Contractor believes that delays caused by the City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost within 10 days of the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount absent a written amendment to this Agreement. In no event shall the Contractor be entitled to any claim for lost profits due to any delay, whether caused by the City or due to some other cause. 21. Assignment. Contractor shall not assign or transfer any interest in this Agreement nor the performance of any of Contractor's obligations hereunder, without the City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 11 prior written consent of City, and any attempt by Contractor to so assign this Agreement or any rights, duties, or obligations arising hereunder shall be void and of no effect. 22. Compliance with Laws. Contractor shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. 23. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Contractor constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Contractor, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 24. Attorney's Fees. In the event that either party to this Agreement shall commence any legal or equitable action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs, including costs of expert witnesses and Contractors. 25. Mediation. Any dispute or controversy arising under this Agreement, or in connection with any of the terms and conditions hereof, which cannot be resolved by the parties, may be referred by the parties hereto for mediation. A third party, neutral mediation service shall be selected, as agreed upon by the parties and the costs and expenses thereof shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts to resolve any such dispute or controversy so submitted to mediation. It is specifically understood and agreed by the parties hereto that mutual good faith efforts to resolve the same any dispute or controversy as provided herein, shall be a condition precedent to the institution of any action or proceeding, whether at law or in equity with respect to any such dispute or controversy. 26. Notices. Any notices, bills, invoices, or reports required by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during regular business hours or by facsimile before or during regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses heretofore set forth in the Agreement, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this section. City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 12 “CONTRACTOR” “CITY” AmeriComp Group Imaging, LLC City of Diamond Bar 8780 19th Street #383 21810 Copley Drive Alta Loma, CA 91701 Diamond Bar, CA 91765-4178 Attn.: Kyle W. Jewell Attn.: _______________ Phone: 909-481-1073 Phone: E-Mail: kyle.jewell@americompgroup.com E-mail: 27. Governing Law. This Agreement shall be interpreted, construed and enforced in accordance with the laws of the State of California. 28. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed to be the original, and all of which together shall constitute one and the same instrument. 29. Entire Agreement. This Agreement, and any other documents incorporated herein by reference, represent the entire and integrated agreement between Contractor and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. Amendments on behalf of the City will only be valid if signed by a person duly authorized to do so under the City's Purchasing Ordinance. IN WITNESS of this Agreement, the parties have executed this Agreement as of the date first written above. "Contractor" "City" AmeriComp Group Imaging, LLC CITY OF DIAMOND BAR By: ______ By: ____ Printed Name: [Insert Person authorized to sign, i.e., Title: City Manager or Mayor] By: ATTEST: Printed Name: Title: City Clerk Approved as to form: By:____ City Attorney State of California "CONTRACTOR'S" License No. ______ . [If applicable] CONTRACTOR'S Business Phone ____________________. Emergency Phone ________________________ at which CONTRACTOR can be reached at any time. City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 13 ATTACHMENT A ANNUAL MAINTENANCE FOR 51 MACHINES Initial & Conclusion Inspections Color Supplies to be OEM Quarterly Cleanings, Inspections and Service Monochrome Supplies to be Hi-Yield compatible or OEM 4-business hour response 100% Guarantee No delivery charge Diagnosis and repair of covered equipment including parts and labor Delivery and Installation of Maintenance Kits as needed Delivery and installation of supplies Total Amount SERVICE: $9,240.00 Quarterly Billing for Service $2,310.00 PRINTER MAINTENANCE MODEL QUANTITY ANNUAL $/Unit 12 Month Total 4th year Option 5th Year Option Brother IF 2920 5 $ 89.00 $ 445.00 $ 445.00 $ 445.00 HP Pro 500 Color M570 3 $ 209.00 $ 627.00 $ 627.00 $ 627.00 HP M506 9 $ 189.00 $ 1701.00 $ 1701.00 $ 1701.00 HP P2035 20 $ 169.00 $ 3,380.00 $ 3,380.00 $ 3,380.00 HP P3015 1 $ 149.00 $ 149.00 $ 149.00 $ 149.00 HP 400M401dw 1 $ 179.00 $ 179.00 $ 179.00 $ 179.00 HP P4015 2 $ 229.00 $ 458.00 $ 458.00 $ 458.00 HP Color LJ CP2025x 1 $ 199.00 $ 199.00 $ 199.00 $ 199.00 HP Color LJ CP4025dn 7 $ 239.00 $ 1,673.00 $ 1,673.00 $ 1,673.00 TOTALS: 49 $ 8,811.00 $ 8,811.00 $ 8,811.00 Total Amount SERVICE: $8,811.00 Total Amount on ESTIMATED USAGE: $13,036.12 TOTAL FOR SERVICE & CONSUMABLES $21,847.12 Quarterly Billing for Service $2,202.75 City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 14 ATTACHMENT B PRINTER CONSUMABLES NO SHIPPING CHARGES MODEL TONER DRUM EST. QTY ITEM $ ITEM TOTAL Brother Intellifax 2920 TN-350 2 $ 89.00 $ 178.00 DR-350 1 $ 95.00 $ 95.00 HP DesignJet T1200 C9370A Photo Black Hi-C 0 $ 99.99 $ - C9371A Cyan Hi-Cap 0 $ 99.99 $ - C9372A Magenta Hi-Cap 0 $ 99.99 $ - C9373A Yellow Hi-Cap 0 $ 99.99 $ - C9403A Matte Black Hi-Cap 0 $ 99.99 $ - C9380A Gray/Photo Bk Printhead 1 $ 99.99 $ 99.99 C9383A Cy/Mg Printhead 1 $ 99.99 $ 99.99 C9384A Bk/Yel Printhead 1 $ 99.99 $ 99.99 C9397A Photo Bk Low 1 $ 70.99 $ 70.99 C9398A Cyan Low 1 $ 70.99 $ 70.99 C9399A Magenta Low 1 $ 70.99 $ 70.99 C9400A Yellow Low 1 $ 70.99 $ 70.99 C9401A Gray Low 1 $ 70.99 $ 70.99 C9518A Maintenance Cartridge 1 $ 99.99 $ 99.99 HP M506 CF226X Hi-Yield 7 $ 129.95 $ 909.65 HP Pro 500 Color M570 CE400A BLACK 3 $ 149.99 $ 449.97 CE401A CYAN 2 $ 223.99 $ 447.98 CE402A YELLOW 2 $ 223.99 $ 447.98 CE403A MAGENTA 2 $ 223.99 $ 447.98 HP CP2025X COLOR CC530A BLACK 3 $ 119.99 $ 359.97 CC531A CYAN 2 $ 122.99 $ 245.98 CC532A MAGENTA 1 $ 122.99 $ 122.99 CC533A YELLOW 1 $ 122.99 $ 122.99 HP CP4025X COLOR CE260A BLACK 7 $ 150.99 $ 1056.93 CE261A CYAN 7 $ 289.99 $ 2,029.93 CE263A MAGENTA 7 $ 289.99 $ 2,029.93 CE262A YELLOW 7 $ 289.99 $ 2,029.93 HP P2035 CE505A 10 $ 89.00 $ 890.00 HP P3015 CE255A 1 $ 99.00 $ 99.00 HP 400M401dw CF280A 1 $ 79.00 $ 79.00 HP P4015 CC364A 2 $ 119.00 $ 238.00 HP M402 CF226A 0 $ 79.00 $ - TOTALS: 98 $ 13,036.12 City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 15 Asset ID & Printer Information SERIES MODEL # IP ADDRESS LOCATION ID # SERIAL # Brother IntelliFax 2920 1 U61326 FAX City Manager 8239 A6J705225 2 U61326 FAX Human Resources 8241 B6J722995 3 U61326 FAX Copy Room 8243 B6J917995 4 U61326 FAX Community Services G1N908723 5 U61326 FAX Heritage Park G1N908709 HP Pro 500 Color M570 MFP1 CZ271A DB Center 8565 CNB9H69FV4 2 CZ271A Heritage Park CNB9J5DMHP 3 CZ271A Sycamore Canyon Park HP LaserJet M506 1 F2A70A 192.168.1.232 Front Desk 8603 PHBKR16676 2 F2A70A Recreation 3 F2A70A 192.168.1.154 Community Development 8602 PHBKR15317 4 F2A70A 192.168.1.161 Finance 8600 PHBKR16610 5 F2A70A 192.168.1.155 Public Works 8601 PHBKR15349 6 F2A70A Finance 7 F2A70A City Clerk 8 F2A70A DBC Front 9 F2A70A DBC Office 6 Q2427A 192.168.1.164 DBC Office 7904 USGNM19238 2 Q2427A Bldg & Safety 7940 USGNM19240 3 Q5403A 192.168.1.150 City Manager 8240 CNBXB26743 HP LaserJet P2035 1 CE462A 2C768A04BB4B Ryan McLean- CM 8520 CNB9R86269 2 CE462A 2C768A046A2F Anthony Jordan- CS 8521 CNB9R86268 3 CE462A 2C768A04BB78 Bob Rose - Com Ser 8522 CNB9R86272 4 CE462A 2C768A04BB55 Diana Honeywell-Fin 8523 CNB9R86271 5 CE462A 2C768A04BB60 Susan Full - Fin 8524 CNB9R86266 6 CE462A 2C768A04BB77 Grace Lee - CD 8525 CNB9R86264 7 CE462A 2C768A04BB7D Information Services 8530 CNB9R86267 8 CE462A 2C768A04AAAD David Liu - PW 8527 CNB9R86279 9 CE462A 2C768A04BB58 Caroline Tonthat 8528 CNB9R86265 10 CE462A 2C768A04BB67 Jorge Garcia-PW 8529 CNB9R86273 11 CE462A 2C768A04EA51 Greg Gubman - CD 8559 VNB3D86877 12 CE462A Raymond Tao -B&S 8526 CNB9R86270 13 CE462A Anthony Tachias (Sherriff) 8557 VNB3D86870 14 CE462A Amy (Public works) 8558 VNB3D86878 15 CE462A Amy Haug (HR) 8556 VNB3D86860 16 CE462A Ken Desforges 8561 VNB3D98790 17 CE462A DBC Christy Murphy 8567 VNB3246006 18 CE462A 2C768A049A94 City Manager 8531 CNB9R86262 19 CE462A Dir Connect D Bar Center Pine 8232 VNB3272504 20 CE462A Heritage Park 8081 VNB3272502 HP P3015 1 CE528A 192.168.1.163 DBC Front 8566 VNB3Y81329 HP LaserJet 400 M401 1 CZ195A 80C16E902AE7 Emergency Oper’s Center 8563 VNB3D00999 HP LaserJet P4015 1 CB509A 192.168.1.227 Public Information 8519 JPDF305078 City of Diamond Bar 2023-2026 Printer Maintenance & Supplies 16 2 CB510A 192.168.10.40 Willow Room 8564 JPDF302467 HP Color LaserJet CP2025X 1 CB496A 2C41388325C5 City Manager 8515 CNGS710031 HP Color LaserJet CP4025 1 CC490A 192.168.1.249 Business License 8511 JPDCG5F0X6 2 CC490A 192.168.1.153 James DeStefano-CM 8512 JPDCG5F0VY 3 CC490A Dir Connect Public Information 8514 JPDCG5F0WW 4 CC490A 192.168.1.165 Finance 8513 JPDCG5F0W5 5 CC490A 192.168.1.226 Public Works 8516 JPDCG5F0XQ 6 CC490A 192.168.1.158 Public Information 8464 JPDCG5F0Y2 7 CC490A 192.168.10.41 Willow Room 8560 JPDCG5F0YD NOTES