Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Xerox 2023-11-21
CONTRACT #2324-096 CITY OF UKIAH CONTRACT BETWEEN CITY OF UKIAH AND XEROX CORPORATION FOR LEASE AND MAINTENANCE OF A MULTI-FUNCTION COPY MACHINE This Contract, made and entered into this 21st day of November, 2023 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Xerox, a Corporation, organized and in good standing under the laws of the state of New York, hereinafter referred to as "Contractor". WITNESSETH WHEREAS, the CITY may retain independent contractors to perform special service to or for CITY or any department thereof; and WHEREAS, the CITY requested a proposal for the provision of multi-function copy machines; and WHEREAS, CONTRACTOR submitted a proposal that is believed to be in the best interest of the CITY. NOW, THEREFORE, THE PARTIES HERETO AGREE AS FOLLOWS: 1. CONTRACTOR'S RESPONSIBILITIES. A. Scope: CONTRACTOR shall furnish and install copier equipment in accordance with the specifications, terms and conditions stated hereinafter. B. Initial Equipment: CONTRACTOR shall provide and install the equipment listed on Exhibit A, attached hereto and incorporated as if fully set forth herein. Said equipment shall be fully installed and operational by December 21 st, 2023. C. Pricing: CITY is to be charged fixed monthly rental, hereinafter referred to as LEASE, of $298.59 per month for the Xerox C8170. The maintenance fee, hereinafter referred to as RATE, is to be charged at a cost per copy. LEASE to include 10,000 black and white and 5,000 color copies per month. If included copies are exceeded the RATE shall be fixed at $0.0050 per copy/print for black and white copies/prints, and $0.0406 per copy/print for color copies/prints (scanned documents excluded), for the TERM of this Contract. The RATE shall include service, accessories and supplies including toner, developer, fusers and staples (excluding paper), except for accessories added subsequent to installation of any machine that were not included with the original specifications. Provision of such additional accessories shall be without delivery or installation charge. D. Removal of Machines: Pursuant to Section 2.D., Cancellation of Individual Machines, herein, CONTRACTOR agrees to reduce the number of machines, without additional cost or penalty, upon representation by the CITY that it can no longer fund such machine(s). E. Delivery and Removal: CONTRACTOR shall be responsible for all delivery costs and removal costs. CONTRACTOR shall be responsible for removal of all packing material. If CONTRACTOR fails to deliver the equipment as ordered by the CITY, the CITY may cancel the undelivered equipment without penalty. F. Installation: CONTRACTOR must perform complete installation and verify satisfactory operation of all equipment placed under this Contract. CONTRACTOR shall work cooperatively with CITY staff. CONTRACTOR shall perform all standard installation; provide fully operational drivers and software/firmware needed for CITY INFORMATION TECHNOLOGY staff to load to the network. For purposes of this Contract, equipment will be deemed accepted, upon installation of the equipment by the technician, after the equipment successfully runs all required diagnostic routines, and the equipment is turned over to the City for the City's use. In accordance with the machine's configuration, CONTRACTOR must demonstrate the machine's ability to successfully copy, print, fax and/or scan from the machine and desktop. G. Supplies CITY OF UKIAH CONTRACT LEASE AND MAINTENANCE OF MULTI-FUNCTION COPY MACHINES Page Iof13 CONTRACT #2324-096 (1). CONTRACTOR shall provide, at no additional cost to CITY, all consumable supplies, except p-,nnr, thrill'=gh-,it }I,.„ t(,rr1 )f hl- 17n"1iract; lricl.!ding c1larges. S i,.< -Uupplir ' are not limited to, black toner, black developer, copy cartridges, fusers and staples. For color- capable equipment, consumable supplies shall likewise include, but not be limited to, color toner, developer, cartridges, fusers, and staples. CONTRACTOR shall deliver ordered supplies within three (3)working days after notification. (2). At the time of copier installation, CONTRACTOR shall deliver supplies for not less than an estimated two (2) month period for each machine placed. H. Service and Support: (1). Training & Demonstrations: The CONTRACTOR shall provide training and demonstrations, at no additional cost, upon initial installation and on an "as-needed" basis thereafter, as may be requested by CITY personnel. Upon such request for training and/or demonstrations, CONTRACTOR shall respond in a reasonable time period. An operator's manual shall be provided with each copy machine. (2). Network Technical Support: a. Network connection is to be completed and fully functional within an average of two days of being notified by CITY INFORMATION TECHNOLOGY staff that the data jack is available and active and any necessary software and drivers have been installed on any computer needing access to the copier/printers. Additional time will be provided when several connections are requested at one time. b. At no additional cost to the CITY, CONTRACTOR must provide both telephone support and timely on-site support for network related problems by primary and back-up systems engineers that have been trained as computer network technicians. These technicians may not have direct access to the network or to computers but CITY INFORMATION TECHNOLOGY staff will be available to coordinate troubleshooting efforts. c. At no cost to the CITY, CONTRACTOR agrees to timely erase all data on hard drives from machines that are removed from CITY service. (3). Service: a. Maintenance and Repairs: CONTRACTOR shall make repairs and adjustments necessary to keep and maintain copy quality and equipment operations within manufacturer's specifications. CONTRACTOR shall be responsible for all cost of maintenance and repairs, including labor, parts, travel time, mileage, supplies and any other expenses required to maintain the equipment in proper working order. b. Preventative Maintenance: CONTRACTOR shall perform preventative maintenance on all copiers per manufacturer specifications. CONTRACTOR shall provide the manufacturer's scheduled maintenance program for each class of copiers. C. Response Time: CONTRACTOR shall respond on-site to verbal service calls within an average "response time" of 4 workday hours after notification of a malfunction. Workday hours are defined as those running from 8 am to 5 pm Monday through Friday, except CITY holidays. Average response time is calculated based on the quarterly response time average for the City's entire Xerox-branded equipment population. CONTRACTOR shall adhere to a standard policy of calling back within two hours of the call for service to advise departmental personnel how and when the problem will be addressed. Calculation of response time starts when CITY personnel report a malfunction to the CONTRACTOR. Response time for copiers installed at CITY facilities operating 24 hours per day shall nevertheless be calculated on the workday hour basis. CITY'S and CONTRACTOR's records shall be determinate of CONTRACTOR'S performance of this obligation. Should CONTRACTOR not meet its average 4-hour Response Time commitment, CONTRACTOR agrees, as the CITY's exclusive remedy, to issue a $25.00 credit invoice for every partial hour the actual average response time is above the 4-hour average Response Time objective. As an example if the actual average response time is 47 business hours and 38 minutes, the penalty would be equal to four times $25.00 or $100.00. The Service Credit can be used to offset any invoice amount, excluding the Monthly Minimum Charge which is not subject to dispute. CITY OF L:KIAH(UNTRACT-LEASE AND MAINTENANCE OF MULTI-FUNCTION COPY MACHINES Pa6c 2 of 13 CONTRACT#2324-096 d. Repair Time: All equipment must be repaired or replaced within 72 consecutive hours (not ivorkday hours) of the Initial call for se!-vice. 1hr CITY'S arrl r`ONITr'ACTOI7's rE'.c^' ,. used to determine CONTRACTOR'S compliance with this obligation. Xerox's Uptime objective is to maintain an average 95% equipment uptime performance based on a three-month rolling average for the CITY's entire Xerox-branded equipment population that is operated with the equipment's operating guideline for the specified product. Uptime is calculated by dividing Total Availability Business hours less Actual Equipment Downtime, by Total Availability Business hours. Total Availability Business hours is the contracted period of coverage for all the equipment, and equals 8 business hours per working day times 21 working days per month times 3 months, times the number of installed Xerox-branded units. Equipment Downtime is the Total Service Response Time plus Machine-Repair Time, which excludes normal interrupts, such as lunch. Actual Equipment Downtime represents the time the equipment is "down" and cannot make prints or copies. It is comprised of Total Service Response Time and Machine- Repair Time. Should Xerox not meet its rolling three-month Uptime commitment, Xerox agrees to issue, as the CITY's exclusive remedy, a $25.00 service credit for every partial .5 percentage points that the actual average uptime is below the 95% Uptime Time objective. As an example if the actual average uptime time is 94.3%, the penalty would be equal to two times $25.00 or $50.00. The Service Credit can be used to offset any invoice amount, excluding the Monthly Minimum Charge, which is not subject to dispute. e. Temporary Loaner Equipment: When repair time exceeds or is expected to exceed 72 consecutive hours, CONTRACTOR shall replace any such unrepaired machine with a reasonably comparable "loaner' machine that allows continued machine operations. "Reasonably comparable" shall, at the very least, mean a machine with a speed that is no less than within 15 copies per minute from the machine being temporarily replaced. After a reasonably comparable loaner machine has been placed for five business days, a loaner machine that provides equal or better performance and features to the original equipment being temporarily replaced, if available, shall be substituted for the original loaner machine, until the original equipment is repaired or replaced. CITY'S records shall be used to determine CONTRACTOR'S compliance with this obligation. If a compliant loaner is not provided, Xerox will issue a service credit, as the City's exclusive remedy, equal to 1/30th of the equipment's monthly maintenance component for each day the equipment is inoperable and is not available for the City's use, beginning with the day of the City's initial service call. The credit can be used to offset any invoice charge, excluding the Monthly Minimum Charge which is not subject to dispute. f. Equipment Replacement: If a replacement machine is provided, whether as a "loaner, or as a permanent replacement, it shall be subject to the terms and conditions of this Contract. g. Equipment Transfer or Relocation: At no additional cost or fee to CITY, upon request by CITY, CONTRACTOR shall transfer or relocate copy machines and/or their accessories from one department to another, even if such machines are being transferred/relocated between buildings. CONTRACTOR shall transfer or relocate machines within five (5) working days or an otherwise mutually agreed upon time frame. CONTRACTOR shall timely report to the CITY Purchasing Supervisor or his/her designee, any such work performed. Such notification shall include the date of the action, the nature of the request, who made the request, the serial numbers of the equipment involved, the ending and beginning copy count of the equipment involved, and the location. h. Excessive Service Calls: Copiers that develop a trend of requiring an excessive number of service calls (defined as four (4) service calls in a month or six (6) service calls within a 90 day period), must be replaced with comparable equipment of equal or greater capability at no additional charge. CITY'S records shall be used to determine CONTRACTOR'S compliance with this obligation. CONTRACTOR'S repeated failure to comply with this obligation will allow the CITY to replace the equipment pursuant to CONTRACTOR's Total Satisfaction Guarantee indicated below. CITY OF UKIAH CONTRACT-LEASE AND MAINTENANCE OF MULTI-FUNCTION COPY MACHINES Page 3 of 13 CONTRACT #2324-096 i. Service Logs: CONTRACTOR shall maintain a service log at each machine. This service log tr { ..i + rr with the machine. j. CITY Service: CONTRACTOR shall provide a representative to act as the main point of contact for all CITY service inquiries. In consultation with the CITY'S PURCHASING DEPARTMENT, said representative shall establish a practice of maintaining routine visits to departments to provide services which include, but are not limited to: • Evaluate CITY needs and make recommendations to the City's Purchasing Department regarding equipment and accessories. • Conduct equipment inspections. • Provide training. • Complaint resolution. (4) Total Satisfaction Guarantee: If the CITY is not totally satisfied with any of CONTRACTOR's equipment, CONTRACTOR will, at CITY request, replace the equipment pursuant to CONTRACTOR's Total Satisfaction Guarantee. CONTRACTOR's Total Satisfaction Guarantee Program allows the City, at its request, to replace any problem equipment without charge with an identical model, or, at the option of CONTRACTOR, with a machine with comparable features and capabilities and comparable usage. This guarantee will be effective during the entire 48-month equipment lease term, except for equipment damaged or destroyed due to an Act of God. If the situation arises, where the equipment does not perform to its published specification and the City elects to exercise the Total Satisfaction Guarantee, CONTRACTOR agrees to meet with the CITY'S representative and arrange a mutually agreeable time for the equipment's exchange. For purposes of this section, a machine with comparable features and capabilities and comparable usage includes a machine with the same technical specifications as the units installed as part of this agreement. By way of example, if the C8145 is not performing in compliance with Xerox's published specifications, the City may exercise its option pursuant to the Total Satisfaction Guarantee ("TSG") and request a replacement unit. Such replacement unit will have comparable features and capabilities with the C8145 and would ideally be another C8070H. If another C8145 is not available, then the TSG replacement unit will have at least the same rated speed as the C8145 (i.e., 70 pages/per/minute ("ppm")). If a unit with the same rated speed as the C8070H is not available, then Xerox will provide the most comparable unit with a higher rated print speed (e.g., 75 ppm). I. Invoicing: (1). Who to Invoice: CONTRACTOR shall be required to bill the City of Ukiah for all copy machines, Attention: Accounts Payable, Ukiah Civic Center, 300 Seminary Ave., Ukiah, CA. 95482. CONTRACTOR may deliver, using physical address. (2). Form: Invoices shall reflect usage in arrears. Invoices shall reflect monthly LEASE total copies, total copy credits and total charges, separately invoiced by machine. (3). Frequency: Invoices will be issued monthly. J. Meter Readings: CONTRACTOR shall be responsible for insuring the collection and accuracy of meter readings upon which billing charges are based. Any methods utilized to collect the billing data must be auditable and CITY reserves the right to conduct such audits at any time. If remote diagnostics and/or meter readings would be preferred by CONTRACTOR, any costs involved in establishing that communication must be borne by CONTRACTOR. All meter readings will be agreed upon by the parties prior to invoicing. K. Reports: CONTRACTOR shall provide a quarterly electronic (MS Word or Excel) performance history report to the CITY'S Purchasing Supervisor or his/her designee that shall include the following for each machine: (1). Make and model, location and serial number. (2). Service call dates. (3). Record of maintenance and repairs performed. (4). Service call response time. (5). Duration to remedy. (6). Monthly volume. CITY OF UKIAH CONTRACT-LEASE AND MAINTENANCE OF M L:LTI-FUNCTION COPY MACHINES Page 4 of 13 CONTRACT #2324-096 L. Changes: Except as specifically stated in this Contract, CITY personnel have no authority to order or direct any chpnges to this CO?''.icct. CCRTPA.^TC?n ;-,.st not provide any nv; nt crrv>^es cir other items that would cause CITY to incur additional costs beyond those stated in the Contract, without the prior approval of the CITY'S Purchasing Supervisor or his/her designee. If any changes require the approval of the City Council, such modifications shall not be effective until the required approval is obtained. Failure by CONTRACTOR to secure proper written authorization from CITY for additional equipment, services or other items beyond those specifically provided for in this Contract, may, at City's option, be deemed a waiver by CONTRACTOR of any claim for additional compensation related to such items. M. Property taxes. CONTRACTOR shall be responsible to pay personal property taxes on all equipment. 2. CITY'S RESPONSIBILITIES, EXEMPTIONS and RIGHTS. A. Consideration: In consideration of CONTRACTOR'S services under this Contract and subject to the terms and conditions herein, CITY shall pay the monthly LEASE and the RATE specified herein in Section 1. C. Pricing on each copylprint CITY makes on CONTRACTOR'S photocopy machines. B. Payment Terms: Payment shall be due net 30 days from the date of the invoice. Payment is deemed to be made when CITY deposits the payment in the United States Mail with proper First Class postage addressed to CONTRACTOR. C. If City disputes any amount included in an invoice, then (i) CITY must notify CONTRACTOR of the dispute in writing, (ii) such notice will include a description of the items CITY is disputing and the reason such item is being disputed, and (iii) CITY and CONTRACTOR will promptly undertake good faith efforts to resolve such dispute. Pending resolution of such disputed amount CITY will pay any and all undisputed amounts in accordance with the payment terms above, including the fixed monthly rental set forth in Section 1. C. Pricing, which will not be subject to dispute at any time. D. Damage to or loss of property. Title to the CONTRACTOR'S supplied equipment will remain with CONTRACTOR until the CITY elects to purchase the equipment, and the risk of the equipment's loss or damage will pass to the CITY upon delivery. The CITY is required to insure the equipment while installed. E. Cancellation of Individual Machines: During the term of this Contract, and any extensions thereof, CITY reserves the right to cancel the LEASE of any machine due to non-appropriation of funds for the particular department, program or function for which the machine was intended. In order to terminate under this provision, the CITY will be required to send CONTRACTOR written notice, within 31-days of its governing body's decision not to appropriate funds, stating that its governing body failed to appropriate funds and that the governing body was unable to find an assignee within its organization to continue the Agreement. The notice must certify that the canceled equipment is not being replaced by equipment performing similar functions during the ensuing fiscal year and indicate that the decision to cancel the Agreement was not initiated by any individual involved in the Agreement's management or execution. The notice must certify that the cancelled equipment will not be replaced by equipment with similar features and capabilities during the ensuing year, unless it is determined that the replacement is necessary to allow the CITY to perform its governmental functions and obligations. The CITY will be required to return the equipment to CONTRACTOR in good working condition, reasonable wear and tear accepted. The CITY will then be released from its obligation to make any further payments beyond the end of the last fiscal year for which funds have been appropriated. Should funding be reinstated during the term of this Contract, and any extensions thereof, and if the equipment has not been removed, CITY agrees to reinstate the LEASE of the machine. 3. TERM. This Contract shall commence on November 21 st, 2023 and shall terminate on November 21 st, 2027, unless terminated earlier as hereinafter provided. 4. END OF TERM OPTIONS: RETURN OF EQUIPMENT. At the end of the Term and upon 30 days prior written notice to Contractor, or at the end of any Renewal Term, City shall immediately (i) notify CITY OF UKIAH CONTRACT-LEASE AND MAINTENANCE OF MULTI-FUNCTION COPY MACHINES Page 5 of 13 CONTRACT#2324-096 Xerox Corporation of the City's intent to return the Equipment, and (ii) make the Equipment available to ( r SrnTir,n f ' E T`, r- 1`1'\i " 11 . n : r 7.1:{: .,., f nr f hn rnfl f�I� r ^rr^f _+' 1 :Cr �JiC.<-UI . Z ve. i1 f for t. ..Irn o. - r This Contract shall continue on a month-to-month basis (the "Renewal Term") and City shall pay Contractor the same payments as applied during the Term until the Equipment is returned. 5. DEFAULT. A party is in default, if it fails to cure a material breach within the time demanded in a notice of default from the non-defaulting party to the defaulting party. The time to cure shall be not less than thirty (30) days, except for defaults resulting from a repeated failure to perform or where performance is required within a lesser time period (such as, but not limited to, performance under sections 1.H(3).c—g of this Agreement. In the case of a default where performance is required in less than thirty (30) days, the non-defaulting party may declare a default unless the default is cured within not less than ten (10) days. 6. REMEDIES. A. CITY Termination for Default: Subject to the limitations in Section 5 (Default) hereinabove, CITY may suspend or terminate this Contract at any time upon 30 days written notice to CONTRACTOR in the event of a default of contractual obligations. Termination under this provision shall not apply to orders received and equipment installed prior to the effective date of termination. "Default" means any of the following actions or inact.ons by the CONTRACTOR which if occurring shall constitute a material breach of this Contract: (1). Any material breach specified herein. (2). CONTRACTOR provides equipment that does not meet the specifications of this Contract. (3). If CONTRACTOR should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to provide enough skilled service technicians or proper materials, or disregard laws and ordinances after the cure period has elapsed. B. Termination for other Good Cause: This Contract may be terminated for Good Cause as follows: (1). By mutual consent of the CITY, the CONTRACTOR and ADVANCED XEROGRAPHICS; or (2). Non-appropriation of Funds: Subject to Section 2. E. Cancellation of Individual Machines, CITY may terminate this contract at the end of any fiscal year upon sixty (60) days written notice that funds have not been budgeted for LEASE of the property herein described. Such termination shall be without penalty to CITY. Upon termination before the full term of this Contract, CITY shall surrender the equipment to CONTRACTOR, at such place(s) within the CITY where the equipment is located, in as good condition as when delivered to the CITY, reasonable wear and tear excepted. If CITY terminates the Contract under this paragraph, CONTRACTOR may retain all amounts previously paid by CITY, and may collect and retain any amounts due or accrued on the date of such termination. C. Prorate: Upon termination prior to the full and satisfactory completion of CONTRACTOR'S performance under this Contract for an uncured Default, CITY shall not be liable to pay CONTRACTOR the total compensation set forth in Section 2 (CITY'S RESPONSIBILITIES, EXEMPTIONS and RIGHTS) of this Contract, but CONTRACTOR shall be paid an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of the CONTRACTOR covered by this CONTRACT. 7. INSURANCE. CONTRACTOR shall at all times during the term of the Contract with the CITY maintain in force those insurance policies as designated in the attached Exhibit B, and will comply with all those requirements as stated therein. Claims under this provision shall only apply to losses or claims arising out of the willful or negligent acts, or omissions of CONTRACTOR, its officers, employees, or agents in the performance of services under the contract. CONTRACTOR shall not allow any SUBCONTRACTOR to commence work on this subcontract until the insurance required of the SUBCONTRACTOR has been obtained. Any failure of CONTRACTOR to maintain the insurance required by this paragraph, or to comply with any of the requirements of this paragraph, shall constitute a material breach of the entire Contract. CITY OF UKIAH CONTRACT-LEASE AND MAINTENAN{�E OF MULTI-FUNCTION COPY MACHINES Page 6 of 13 CONTRACT #2324-096 P. ND1-11tINIFICATIOR - HOLD FlAl Mil E5S T^ the full^^t cxt,�nt pnrmittcd by laver, CONTR:\r'TOP shall hold harmless, defend and indemnify the CITY, its City Council, employees and agents from and against any and all claims, losses, damages, liabilities and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of services under this Contract, provided that any such claim, loss, damage, liability or expense (1) is attributed to bodily injury, sickness, disease or death, or to injury to or destruction of property, including the loss therefrom, or to any violation of federal, state or municipal law or regulation, and (2) is caused in whole or in part by any negligent act, omission or willful misconduct of CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable, regardless of whether or not it is caused in part by any party indemnified hereunder. The CITY may participate in the defense of any such claim without relieving CONTRACTOR of any obligation hereunder. CONTRACTOR will not indemnity the CITY due to any negligent or willful act on the part of the CITY, its officers, employees, volunteers, or agents, or the negligent or willful acts of any party other than a CONTRACTOR'S officer, employee, or agent. 9. CONTRACTOR'S WARRANTIES. CONTRACTOR hereby makes the following representations and warranties: A. Standard of Care. CONTRACTOR represents that it is specially trained, licensed, experienced, and competent to perform all the services, responsibilities, and duties specified herein and that such services, responsibilities, and duties shall be performed, whether by CONTRACTOR or designated SUBCONTRACTORS, in a manner according to generally accepted practices in the provision of photocopier services. B. Non-Discrimination in Employment. In the performance of the work authorized under the Contract, CONTRACTOR shall not unlawfully discriminate against any qualified worker because of race, religious creed, color, sex, sexual orientation, national origin, ancestry, physical disability, mental disability, medical condition, marital status or age. CONTRACTOR shall, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive consideration for employment without regard to race, color, religious creed, sex, sexual orientation, national origin, ancestry, physical disability, mental disability, medical condition, marital status or age. C. Adherence to Applicable Disability Law. CONTRACTOR shall be responsible for knowing and adhering to the requirements of Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act (42 U.S.C. Sections 1201, et seq.), California Government Code Sections 12020 et seq., and all related state and local laws. D. Safety Responsibilities. CONTRACTOR will adhere to all applicable CaIOSHA requirements in performing work pursuant to this Contract. CONTRACTOR agrees that in the performance of work under this Contract, CONTRACTOR will provide for the safety needs of its employees and will be responsible for maintaining the standards necessary to minimize health and safety hazards. E. Interest of CONTRACTOR. CONTRACTOR hereby covenants that he has, at the time of the execution of this Contract, no interest, direct or indirect, and that he shall not acquire any interest in the future, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Contract. CONTRACTOR further covenants that in the performance of this work, no person having such interest shall be employed. 10. ASSIGNMENT. CONTRACTOR shall not assign any interest in this Contract and shall not transfer any interest in the same without the prior written consent of CITY, except that claims for money due or to become due CONTRACTOR from CITY under this Contract may be assigned by CONTRACTOR to a bank, trust company, or other financial institution without such approval. Written notice of any such transfer shall be furnished promptly to CITY. Any attempt at assignment of rights under this Contract, except for those specifically consented to by both parties or as stated above, shall be void. CITY OF UKIAH CONTRACT LEASE AND MAINTENANCE OF MULTI-FUNCTION COPY MV'HEN" Page 7of13 CONTRACT#2324-096 11. INDEPENDENT CONTRACTOR. It is specifically understood that in the making and performance of +! �c '.antract, C0N1Tr C11 ,.. I.- endcnt CONTRACTOR and i:: nDt servant of CITY. 12. MODIFICATION. This Contract may only be modified by a written amendment hereto, executed by both parties; however, matters concerning scope of services which do not affect the agreed price may be modified by mutual written consent of CONTRACTOR and CITY Purchasing Supervisor. 13. ATTORNEY'S FEES AND COSTS. If any action at law or in equity is necessary to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs, and necessary disbursements in addition to any other relief to which such party may be entitled. 14. OWNERSHIP OF DOCUMENTS. All non-proprietary reports, drawings, renderings, information, and/or other documents or materials prepared by and/or submitted to CONTRACTOR hereunder shall become the property of CITY. In the event of the termination of this Contract for any reason whatsoever, CONTRACTOR shall promptly turn over all said reports, drawings, renderings, information and/or other documents or materials to CITY without exception or reservation. 15. JURISDICTION AND VENUE. This Contract shall be construed in accordance with the laws of the State of California and the parties hereto agree that venue of any action or proceeding regarding the Contract or performance thereof shall be in Mendocino County, California. CONTRACTOR waives any right of removal it might have under California Code of Civil Procedure Section 394. 16. RESIDENCY. All independent CONTRACTORS providing services to CITY for compensation who seek an exemption from withholding of state income tax must file with the City a State of California Form 590, certifying California residency or, in the case of a corporation, certifying that they have a permanent place of business in California. 17. NO THIRD-PARTY BENEFICIARIES. Nothing contained in this Contract shall be construed to create, and the parties do not intend to create, any rights in or for the benefit of third parties. 18. SEVERABILITY. If any provision of this Contract is held to be unenforceable, the remainder of this Contract shall be severable and not affected thereby. 19. CONFLICT OF INTEREST: CONFIDENTIALITY. The CONTRACTOR covenants that it presently has no interest, and shall not have any interest, direct or indirect, which would conflict in any manner with the performance of services required under this Contract. Without limitation, CONTRACTOR represents to and agrees with the CITY that CONTRACTOR has no present, and will have no future, conflict of interest between providing the CITY service hereunder and any other person or entity (including but not limited to any federal or state wildlife, environmental or regulatory agency) which has any interest adverse or potentially adverse to the CITY, as determined in the reasonable judgment of the City Council. The CONTRACTOR agrees that any information, whether proprietary or not, made known to or discovered by it during the performance of or in connection with this Contract for the CITY, will be kept confidential and not be disclosed to any other person. The CONTRACTOR agrees to immediately notify the CITY by notices provided in accordance with Paragraph 20 of this Contract, if it is requested to disclose any information made known to or discovered by it during the performance of or in connection with this Contract. These conflict of interest and future service provisions and limitations shall remain fully effective five (5) years after termination of services to the CITY hereunder. CITY OF UKIAH CONTRACT-LEASE AND MAINTENAN,E OF MULTI-FUNCTION COPY MACHINES Page 8 of 13 CONTRACT #2324-096 20. NOTICES. All notices that are required to be given by one party to the other under this Contract shall !-�^ n vvritir.c- and shall !):: deemed tc; havc been given if dcihverer� ~���s�,�ull . by r:o1,ricr or fax or enclosed in a properly addressed envelope and deposited with a United States Post Office for delivery by regular first class mail addressed to the parties at the following addresses, unless such addresses are changed by notice, in writing, to the other party. Said notice shall be deemed given on the date received, if delivered personally, by overnight courier or fax, and 48 hours after deposit in the United States mail. CITY OF UKIAH XEROX CORPORATION Attn: Purchasing Supervisor Attn: Office of General Counsel 411 W. Clay ST 45 Glover Ave.Ukiah, CA 95482 Ukiah, CA 95482 Norwalk, CT 06856 Any correctly addressed notice that is refused, unclaimed or undeliverable because of an act or omission of the party to be notified shall be deemed effective as of the first date that said notice was refused, unclaimed, or deemed undeliverable by the postal authorities, messenger, or overnight delivery service. Any party may change its address or fax number by giving the other party notice of the change in any manner permitted by this Contract. 21. COMPLIANCE WITH LICENSING REQUIREMENTS. CONTRACTOR shall comply with all necessary licensing requirements and shall obtain appropriate licenses and display the same in a location that is reasonably conspicuous, as well as file copies of same with the CITY. 22. AUDITS: ACCESS TO RECORDS. The CONTRACTOR shall make available to the CITY, its authorized agents, officers, or employees, for examination of any and all ledgers, books of accounts, invoices, vouchers, cancelled checks, and other records or documents evidencing or relating to the expenditures and disbursements charged to the CITY, and shall furnish to the CITY, its authorized agents, officers or employees such other evidence or information as the CITY may require with regard to any such expenditure or disbursement charged by the CONTRACTOR. The CONTRACTOR shall maintain full and adequate records in accordance with CITY requirements to show the actual costs incurred by the CONTRACTOR in the performance of this Contract. CONTRACTOR shall provide such assistance as may be reasonably required in the course of such inspection. The CITY Further reserves the right to examine and reexamine said books, records and data during the four (4) year period following termination of this Contract or completion of all work hereunder, as evidenced in writing by the CITY, and the CONTRACTOR shall in no event dispose of, destroy, alter or mutilate said books, records, accounts, and data in any manner whatsoever for four (4) years after CITY makes the final or last payment or within four (4) years after any pending issues between the CITY and CONTRACTOR with respect to this Contract are closed, whichever is later. 23. ADDITIONAL PROVISIONS. This Contract shall be governed by the laws of the State of California. It constitutes the entire Contract between the parties regarding its subject matter. This Contract supersedes all proposals, oral and written and all negotiations, conversations or discussions heretofore and between the parties related to the subject matter of this Contract. 24. MISCELLANEOUS. A. CITY authorizes CONTRACTOR or CONTRACTOR'S agent to file UCC financing statements. The parties intend this to be a "Finance Lease" under Article 2A of the Uniform Commercial Code ("UCC"). CITY waives all rights and remedies allowed by Article 2A of the UCC. B. Lease Terms. CITY OF UKIAH CONTRACT-LEASE AND MAINTENANCE OF MULTI-FUNCTION COPY MACHINES Page 9of13 CONTRACT#2324-096 1. Non-Cancelable Agreement. LEASE ORDERS CANNOT BE CANCELED OR TERMINATED r'Y``r7n- AS r-XrREScl v npnr„r,F) HEREIN. Fv(-F'PT AS OTIAEnrAIJ-r- Qpr-r-lf-I!-P1 1 v PROVIDED IN THIS AGREEMENT, CITY'S OBLIGATION TO MAKE ALL PAYMENTS, AND TO PAY ANY OTHER AMOUNTS DUE OR TO BECOME DUE, IS ABSOLUTE AND UNCONDITIONAL AND NOT SUBJECT TO DELAY, REDUCTION, SET-OFF, DEFENSE, COUNTERCLAIM OR RECOUPMENT FOR ANY REASON WHATSOEVER, IRRESPECTIVE OF XEROX'S PERFORMANCE OF ITS OBLIGATIONS HEREUNDER. EXCEPT FOR THE CITY'S RIGHT TO RETURN EQUIPMENT AT XEROX EXPENSE, AS PROVIDED IN THIS AGREEMENT, ANY CLAIM AGAINST XEROX MUST BE ASSERTED IN A SEPARATE ACTION AND SOLELY AGAINST XEROX. 2. CITY Default & Xerox Remedies. CITY will be in default under an Order if CONTRACTOR does not receive any payment within 15 days after the date it is due (45-days after the invoice date) or CITY breaches any other obligation under the Contract, any Order, or any other Contract with CONTRACTOR. If CITY defaults under the Contract or any Order, CONTRACTOR may, in addition to its other remedies (including cessation of Maintenance Services), remove the Equipment at CITY's expense and require immediate payment, as liquidated damages for loss of bargain and not as a penalty, of: (a) all amounts then due, plus interest from the due date until paid as allowed under California law; (b) the Minimum Lease Payments (less the Maintenance Services and Consumable Supplies components thereof, as reflected on Xerox's books and records) remaining in the Equipment Order Term, discounted at 4% per annum; and (c) the applicable Purchase Option; and (d) all applicable Taxes. If CITY makes the Equipment available for removal by Xerox within 31-days after the notice of default, in the same condition as when delivered, reasonable wear and tear accepted, upon recovery of the Equipment CITY will receive a credit for the fair market value of the Equipment as determined by CONTRACTOR, less any costs incurred by CONTRACTOR. CITY will pay all reasonable costs, including attorneys' fees, incurred by CONTRACTOR to enforce the Contract or any Order. 3. Basic Maintenance Services. Maintenance Services will be provided during CONTRACTOR'S standard working hours, 8 A.M. to 5 P.M., Monday through Friday, in areas open for repair service for the Equipment. Maintenance Services excludes repairs due to: (a) misuse, neglect, or abuse; (b) failure of the installation site or the PC or workstation used with the Equipment to comply with Xerox's published specifications; (c) use of options, accessories or products not serviced by CONTRACTOR; (d) non-CONTRACTOR alterations, relocation, service or supplies; or(e) failure to perform operator maintenance procedures identified in operator manuals. 4. Cartridges. Cartridges packed with Equipment and replacement Cartridges may be new, remanufactured, or reprocessed. Remanufactured and reprocessed Cartridges meet CONTRACTOR's new Cartridge performance standards and contain new and/or reprocessed components. To enhance print quality, Cartridge(s) for many models of Equipment have been designed to cease functioning at a predetermined point. 5. Consumable Supplies. Maintenance Services will include black toner and/or solid ink and color toner, staples, and/or solid ink, if applicable ("Consumable Supplies"). Highlight color toner, clear toner, and custom color toner are excluded. Consumable Supplies are CONTRACTOR'S property until used by CITY, and CITY will use Consumable Supplies only with the Equipment for which "Consumable Supplies" is included in the Maintenance Plan. If recycling information is furnished with Consumables Supplies, CITY agrees to return the used item, at CONTRACTOR's expense, for rem anufactu ring. Shipping information is available at Xerox.com/GWA. Upon the Contract's expiration, CITY will include any unused Consumable Supplies with the Equipment for return to CONTRACTOR at the time of removal. If CITY's use of Consumable Supplies exceeds CONTRACTOR's published yield by more than 10%, CONTRACTOR will notify CITY of such excess usage. If such excess usage does not cease within 31-days after such notice, CONTRACTOR may charge CITY for such excess usage. For the avoidance of doubt, CONTRACTOR's yields are based on prints, impressions, linear Fleet, or copies containing the normal mix of test and graphics to determine the expected yield of Consumable Supplies under CITY OF UKIAH CONTRACT-LEASE AND MAINTENANCE OF MULTI-FUNCTION COPY MACHINES Page 10 of 13 CONTRACT#2324-096 normal operating conditions. Upon request, CITY will provide current meter reads and/or an urr.li..s i+ .. pc _ . ion. 6. Remote Services. Certain models of Equipment are supported and serviced using data that is automatically collected by CONTRACTOR via electronic transmission from the Equipment to a secure off-site location. Examples of automatically transmitted data include product registration, meter reads, supply levels, Equipment configuration and settings, software version, and problem/fault code data. All such data will be transmitted in a secure manner specified by CONTRACTOR. The automatic data transmission capability will not allow CONTRACTOR to read, view, or download any CITY data, documents, or other information residing on or passing through the Equipment or CITY's information management systems. If requested in writing CONTRACTOR will turn off and disenable the Remote Services capability. 7. Data Security. Certain models of Equipment can be configured to include a variety of data security features. There may be an additional cost associated with certain data security features. The selection, suitability, and use of data security features are solely CITY's responsibility. Upon request, CONTRACTOR will provide additional information to CITY regarding the security features available for particular Equipment models. 8. Warranty Disclaimer & Waivers. CONTRACTOR DISCLAIMS THE IMPLIED WARRANTIES OF NON-INFRINGEMENT AND FITNESS FOR A PARTICULAR PURPOSE. 9. Intellectual Property Indemnity. CONTRACTOR will defend, and pay any settlement agreed to by CONTRACTOR or any final judgment for, any claim that a CONTRACTOR-brand Product infringes a third party's U.S. intellectual property rights. CITY will promptly notify CONTRACTOR of any alleged infringement and permit CONTRACTOR to direct the defense. CONTRACTOR is not responsible for any non-CONTRACTOR litigation expenses or settlements unless CONTRACTOR pre-approves them in writing. To avoid infringement, CONTRACTOR may modify or substitute an equivalent Xerox-brand Product, or obtain any necessary licenses. CONTRACTOR is not liable for any infringement based upon a Xerox-brand Product being modified to CITY's specifications, or being used or sold with products not provided by CONTRACTOR. 10. Limitation of Liability. Except for personal injury (including death), property damage, or intellectual property indemnity indemnification obligations set forth in the Contract, Xerox will not be liable to CITY for any direct damages relating to the Contract or any Order written hereunder in excess of the sum of the amounts paid and to be paid during the initial Term of the applicable Order. Neither party will be liable to the other for any special, indirect, incidental, consequential or punitive damages arising out of or relating to the Contract or any Order written hereunder, whether the claim alleges tortious conduct(including negligence) or any other legal theory. 11. Force Majeure. Xerox will not be liable to CITY and CITY will not be liable to Xerox during any period in which their performance is delayed or prevented, in whale or in part, by a circumstance beyond their reasonable control. Xerox will notify CITY and CITY will notify Xerox if such a circumstance occurs. 12. Taxes. CITY is responsible for all applicable taxes, fees, or charges of any kind, (including interest and penalties) assessed by any governmental entity on the Contract or the amounts payable under the Contract ("Taxes"), which will be included in CONTRACTOR's invoice, unless CITY provides proof of its tax exemption status. Taxes do not include taxes on Xerox's income and, for Lease Orders taxes do not include personal property taxes in jurisdictions where CONTRACTOR is required to pay personal property taxes. Except for Equipment that includes a Bargain Purchase Option, a Lease Order is a lease for all income tax purposes, and CITY will not claim any credit or deduction for depreciation of the Equipment, or take any other action inconsistent with its role as lessee of the Equipment. 13. Late Charges. A. Late Charge. If a payment is not received by CONTRACTOR within 15-days after the due date (45 days after the invoice date), CONTRACTOR may charge, and CITY will pay, a late interest charge as allowed under California law. CITY OF UKIAH CONTRACT LEASE AND MAINTENANCE OF MULTIFUNCTION COPY MACHINES Page I I of 13 CONTRACT #2324-096 Software 14. SUILWare License. WN I R/ACG i oR grants Gi i Y a non-c m iusive-, I Ion-uansierabie license to use (a) the software and accompanying documentation provided with the Xerox-brand Equipment ("Base Software") in the U.S.: only with the Xerox-brand Equipment with which it was delivered; and (b) software and accompanying documentation identified in an Order as "Application Software" only on any single unit of equipment for as long as CITY is current in the payment of all fees. "Base Software" and "Application Software" are referred to collectively as "Software". A. CITY has no other rights and may not: (a) copy, distribute, modify, create derivatives of, decompile, or reverse engineer Software; (b) activate Software delivered with the Equipment in an inactivated state; or(c) allow others to engage in same. B. Title to, and all intellectual property rights in, Software will reside solely with CONTRACTOR and/or its licensors, who will be considered third-party beneficiaries of this subsection. C. The Base Software license will terminate (a) upon the expiration of any individual Agreement under which CITY has rented or leased the Equipment, unless CITY has exercised an option to purchase the Equipment or if (b) if CITY is a lessor of the Equipment and its first lessee no longer uses or possesses the Equipment; D. Neither CONTRACTOR nor its licensors warrant that Software will be free from errors or that its operation will be uninterrupte-d. E. Software may contain code capable of automatically disabling the Equipment. Disabling code may be activated if: (i) CONTRACTOR is denied access to periodically reset such code; (ii) you are notified of a default under this Agreement; or(iii)your license is terminated or expires F. The foregoing terms do not apply to Diagnostic Software or to software/documentation accompanied by a clickwrap or shrinkwrap license agreement or otherwise made subject to a separate license agreement. 15. Software Support. CONTRACTOR will provide the software support set forth below ("Software Support"). For Base Software, Software Support will be provided during the initial Term of the applicable Order and any renewal period. For Application Software, Software Support will be provided as long as CITY is current in the payment of all applicable fees. A. CONTRACTOR will maintain a web-based or toll-free hotline during CONTRACTOR's standard working hours to report Software problems and answer Software-related questions. B. CONTRACTOR, either directly or with its vendors, will make reasonable efforts to: (a) assure that Software performs in material conformity with its user documentation; (b) provide available workarounds or patches to resolve Software performance problems; and (c) resolve coding errors for (i) the current Release and (ii) the previous Release for a period of six (6) months after the current Release is made available to CITY. CONTRACTOR will not be required to provide Software Support if CITY has modified the Software. C. New releases of Software that primarily incorporate compliance updates and coding error fixes are designated as "Maintenance Releases" or "Updates". Maintenance Releases or Updates that CONTRACTOR may make available will be provided at no charge. New releases of Software that include new content or functionality ("Feature Releases") will be subject to additional license fees at CONTRACTOR's then-current pricing. Maintenance Releases, Updates, and Feature Releases are collectively referred to as "Releases". Each Release will be considered Software governed by the Software License and Software Support provisions of the Contract, unless otherwise noted. Implementation of a Release may require CITY to procure, at CITY's expense, additional hardware, and/or software from CONTRACTOR or another entity. 16. Diagnostic Software. Software used to maintain the Equipment and/or diagnose its failure or substandard performance (collectively "Diagnostic Software") is embedded in, resides in, or may be loaded on the Equipment. Title to Diagnostic Software will remain with CONTRACTOR or its licensors. CITY agrees that CITY's acquisition of the Equipment does not grant CITY a license or right to use Diagnostic Software for any purpose, or allow third parties to do so. CITY agrees at all CITY OF UKIAH CONTRACT-LEASE AND MAINTENANCF OF MULTI COPY MACHINES Page 12 of 13 Dec 18, 2023 Kristine Lawler (Dec 19, 2023 07:34 PST) Kristine Lawler Dec 19, 2023 PADVANCED xerox �,+• XEROGRA PHI CS AUTHORIZED XEROX SALES AGENT 307 5 Main St Ukiah CA 95482 Xerox Proposal Altal-ink C8170 Product Monthly Monthly lease End Of Meter Cost Per Included Includes Equipment Service Term Term Copy Monthly Supplies Amount Option Over Included amount Xerox Included AltaLink $298.59 $0.00 48 FMV I copies per C8170 month YES Black $0.0050 10000 Black Color $0.0406 5000 color Xerox AltaLink C8170 Amount includes: Full Color Copies and Prints 70 ppm f Copy/Print Scan to email Scan to file -- High-Capacity Tandem Tray Module Automatic Stapler/Finisher 16 Send&Receive FAX 3-Hole Punch Some accessories shown are optional Full-service maintenance includes all parts, labor and supplies. Prices are fixed for the life of the term. Xerox can remove and recycle the current No cost delivery. customer owned HP M880 at no charge if desired. Ray Burt www.xerox.com Office 707-462-5339 Cell 707-272-6613 rayburt@axcopy.com C81 30/C81 35/C81 451C81 551C81 70 Xerox"" Altal- inOl Color Multifunction Printer The Ideal Dig. : al Workplace Assistant for Demanding Teams 1 i � w ConnectKey' Technology V e roxm Xerox° AltahnkO C8130/C81351C81451C81551C8170 Color Mffltiflinction Prinlc' Want work done right? AltaLink will help you do a tot more than just print. You can automate document workf.ows and connect to the systems that run your business—seamlessly. Protected by comprehensive security features, they are true Workplace Assistants that will free up time for you to do more of what realty matters. A PRODUCTIVE WORK EXPERIENCE simp-ify time consuming,repetitive or FOR ALL complex processes cis your business evolves. XEROXm CONNECTKEY* Feel ri htathomeinstantl withAltatink. TECHNOLOGY 9 Y Simplify IT support as your fleet grows. The intuitive and personalized tablet-like Fleet Orchestrator allows you to adjust Intuitive User Experience interface balances simplicity and efficiency, configurations and settings on all your Enjoy tablet-like experience with gesture- and reduces steps to complete tasks with a devices at once.Perform interactive training based touchscreen controls and single tap. and support yo,1r users'ight from your easy personalization,plus simple workflows desktop with the Remote Control Panel. and functions. Native mobility features,like Wi-Fi Direct Mobile and Cloud Ready (optional),make It easy for workers to print COMPREHENSIVE SECURITY Be more mobile with cloud-hosted services and from their mobile devices and access the instant connectivity to cloud and mobile devices advanced Altal-ink capabilities such as Xeroxm Stop threats where they start with the right from the user interface. @PrintByXerox App,Google Cloud Print'".Xeroxm comprehensive protection that's trusted by Comprehensive Security Print Service Plug-in for Android'of AirPrintm- the most security-minded businesses and Prevent unauthorized access,detect threats governments. and protect data and documents with built-in Altal-ink devices bridge the physical and comprehensive security features, digital worlds with apps and advanced Built-in security,including the AltaLink Trusted Enables Intelligent Workplace Services scanning capabilities that allow you to Boot that protects the integrity of the device Seamless integration with Xerox Intelligent digitize,route and process information in a start-up process from malicious actions,McAfee® Workplace Services delivers next-level snap.Automate tedious tasks to save time whitelisting and integrations with McAfee ePO workplace efficiency.employee productivity and reduce errors. and Cisco ISE that neutralize threats instantly at and security. Translate documents to 50+languages with the the device and protect the network.Configuration Gateway to New Possibilities Watchdog monitors and automatically Transform the way you work with the apps in Xerox'Translate and Print App.Convert hard the Xerox App Gallery,Or have one of our co to audio for easy listening on the o with remediates critical IT-defined security settings. copy y 9 g partners develop a custom solution for you. the Xeroxm Audio Documents App.And get your Nat:ve Security Informat on and Event handwritten note off the page and into the Find out more about how you'll work P 9 Management(S1EM)s'mplif'es reporting smartest www,ConnectKey.com digital world with the Xeroxm Note Converter App. and management of security events.And integration with Xerox'Printer Security RIGHT FIT FOR EVERY NEED Audit Service,available as part of Xeroxm Intelligent Workplace Services,helps maximize Big jobs,small jobs and everything in printer fleet,document and content security. between—AltaLink can be customized to do it all.Your choice of finishing options and accesscries meons you can configure your COLOR WHERE IT COUNTS device for any type of document. High-resolution output of 1200 x 2400 dpi The speed of business has never moved and best-in-class HD Super Fine EA Toner plus r x so fast,but the Alta Link makes it easy to superior co,or rendering and consistency will keep up. give your documents clarity and impact.You can also upgrade your AltaLink C8100 Series Stay in the fast lane with access to the Xeroxm with the Xerox'EX-c C8100 Print Server App Gallery.It's your gateway to an ever- Powered by Fiery',delivering more options L growing collection of apps designed to for professional-looking documents. Xerox° AltaLink° C81301C81351C81451C81551C8170 Color WltifUnction Printer Single-Pass Duplex Automatic —� USER INTERFACE Document Feeder(DADF) Intuitive Tablet-Like 10.1-Inch saves time by simultaneously s ea .+ Color Touchscreen is customizable canning both sides of two-sided and lets you perform tasks in just a documents up to 270 impressions few taps.Try it out at per minute(ipm). --- xerox.comlAltoLink8100UI INNOVATIVE TECHNOLOGIES Xerox*Integrated RFID Card PAPER INPUT' Reader(options.)adds card-based authentication with support for over Two 520•sheet Adjustable Trays(common 90 access cards, with all configurations).Tray 1 handles media sizes up to 11.7 x 17 in.1 A and Tray 2 Near Field Communication(NFC) handles media sizes up to 12 x 18 in,!SRA3. Tap-to-Pair allows users to tap their --- — mobile device to the Altatink C8100 � e Series user panel and quickly connect i 1 with the MFP. Envelope Kit(optional—replaces Tray 1) Smart Proximity Sensor detects provides feeding of up to 60 envelopes. y when users are nearby.It conserves energy during inactive periods and automatically activates the device when a user approaches. 1 High Capacity Tandem Tray Configuration PAPER OUTPUT FINISHERS' holds a total paper capacity of up to 3,140 sheets. . a 9 j Four Tray Module Configuration (available for C8130IC8135)holds a total of up to 2,180 sheets. Bypass Tray handles up to 100 %heets;Custom sizes:3.5 x 3.9 to 12.6 x 52 in.189 x 98 mm to 320 x 1,320 mm. _W • 7 yr High-Capacity , Office Finisher Business Ready C•Fold1Z•Fo(d Unit BR Booklet Maker Feeder(optional)holds (optional)provides (BR)Finisher(optional) (optional)adds C-fold. Finisher(optional) 3,000 sheets of IetterlA4 advanced finishing gives you advanced Z-fold and Z.half-fold to create 64-page paper,increasing the f functions,optional finishing functions the BR Finisher or saddle•stitched bmAlvi s maximum paper capacity creaselscofe and at a great value. BR Booklet Maker (2 to 16 sheets). to 6.140 sheets. saddle-stitch booklet, Finisher. -� making it capable of TY 60-page booklets LONG SHEET PRINTING (2 to IS sheets). Long Sheet Feed Kit(optional)provides the abi ity to print up to 12.6 x 52 in.! � - 320 x 1.320 mm media. Nor Dual Offset Catch Tray Integrated Office Finisher Convenience Stapler (available when no finishers are (optional with C81301C8135i (optional)ztoptes up to 50 installed;Single Offset Catch Tray C81451C8155)provides sheet<of 20 lb.175 gsm with finishers). 500-sheet stacking and 50.5heet. media. f 2-position stapling. 'Paper capacities ore based on 20 lb.175 gsm stock;capacities will vary with different weight stocks Xeroxs AltaLlnk° C81301C81351C8145/C81551C8170 ConnectKW Color Multifunction Printer r ALTALINK C8135 ALTALINK CSIL6 A1,TALINK C8155 ALTALINK.C8170 Speed',Coloii'Black-cind-Whitq UP to30130 U to35135 m U to45145 m U to55155 m #Up to70170l&n Monthly Duty Cycle' U L090.000 ages U to110,000 a es U to200,000 a es U [0300,000pa9es ,Upto300,000Mes Hard Drive/Processor/Memory Minimum 128 GB SSD:Polonal:SOOGB HOD I INTEL ATOM Quad Core.1.9GHz14 GB system memory 8 GB system memaaryAltaLink C8170) Connectiv ty 1 011 00110 0 0Base-T Ethernet,High-Speed USB 2.0 direct print.WiFI/WiF,Direct with optional Xerox*Dual Bond Wireless Kit,NFC,Bluetooth(IBeacon) Ojp.tlonal Controller Xerox'EX-c CSID0 Print Server Powered by Fiery" Cdpyar6dPrint tCopp Resolution:Upto600x600dpi.Print Resolution,U to1200x2400d I _ Fxst-Copy-Out Time(as fait as) 6.1O seconds color14.5o seconds block-and-white S.SO seconds colorA40 410 seconds color13.70 4.00 seconds color13.20 from latenlwormed-u state) I secondsbtack-and-white seconds block-and-white seconds black-and-white First-Print-Out T me(as fast as) 5.70 seconds colod4.20 seconds block-and-white 4.90 seconds colorl3.80 4.50 seconds color!;20 3.80 seconds calo113.00 seconds black-and-white seconds black-and-white seconds block-and-white Pafle Description Languages I Adobes PostScripts 3',Adobel POF.PCLI 5c I PCLI 6 Paptw inpvv Standard Single-Pass Duplex Automatic Document Feeder(DADF):Up to 82 ppm simplex 1 141 ipm duplex(200 dpil.130-sheet capacity for AltaLink C81301C813S! C8145lC8155.Paper sizes:3.4 x 4.9 in.to 11.7 x 17 in.!85 x 12S mm to 297 x 432 mm Up to 13S ppm simplex 1270 ipm duplex 1200 dpi).250-sheet capacity for AltaLink C817O.Paper sizes: 3.4 x 4.9 in,to 11.7 x 17.n 185 x 125 mm to 297 x 432 ram, Bypass Troy:10Osheets:Custom sizes:3.5 x 3 9 to 12.6 x 52 in.189 x 98 mm to 320 x 1.320 mm(SEFY Tray 1:520 sheets;Custom sizes:5.5 x 7.2 in.to 11.7 x 17 in.1140 x 182 mm to 297 x 432 mm;SEF) Tra1t 2:S20 sheets;Custom sizes'5.5 x T2 in,to 12 x 18.n 1140 x 182 mm to SRA3(SEF) Choose One Four Tray Module:(Trays 3 and 4 -available with AltaLink C81301C8135)7 1.040 sheets:520 sheets each:Custom sizes:S.5 x 7 2 to 12 x 18 in.114O x 182 mm to SRA3(SEF).Total standard paper capacity:2-180 sheets. l High Capacity Tandem Tray Module:2,000 sheets;Sizes:8.5 x I I in.I A4.Total standard Paper capacity:3.140 sheets. Optional i High•Copocity Feeder(HCR Up to 3,000 sheets;Size 8.5 x 11 in,I A4long edge feed.Max paper capacity with HCF:6.140 sheets. Envelope Tray(replaces Tray 1):Up to 60 envelopeswsth Auto Size detection of some sizes Long Sheet Feed Kit ibannerprintinj):12.6 x 52 in,1320 x 1,320 mm _ Paper Output/ Standard Dual Offset Catch Tray{standard when finishers are not attached):2SO sheets each:Face-gpTgt:100 sheets Finishing' Integrated Office Finisher:Available with AltaLink C81301CS135IC814SIC8155.staple potnrons.front and fear straight.S00 sheets stacker.50 sheets stapling. Op ta�vul 2-position stapling. Office Finisher:2,000-sheet stacker,50 sheets stapled,2-positron stapling,optional hole punch,optional booklet maker(scare,saddle stitch 2 to 15 sheets(60 pages)) OR Finisher:3.000-sheet stacker and 500-sheet top tray,50-sheet multiposition stapling and 2/3-hole punching SR Booklet Maker Finisher:1.500-sheet stocker and 500-sheet top tray.SO-sheet multiposition stapling and 213,hole punching plus saddle-stitch booklet making(2 to 16 sheets,64 pages)and V-folding C-FoldlZ-Fold Unit:Adds Z-folding.Letter Z-folding and Letter C-folding to the BR Finisher and OR Booklet Maker Finisher Convenience Stapler:SO-sheet stapling,-ndudes Work Surface' _- INTUITIVE USER EXPERIENCE Customize Customize user interface,showlhidefunctions.personalizeuser experience withauthentication,create1-TouchA s.auto wakeup with Smart Proximity Sensor. Print Drivers lob Identification,Bi-directional Status.Job Map.-toting,Xerox*Global Print Driver'.Application Defaults,Xerox'Pull Print Driver Xerox'Embedded Web Server PC or Mobile-Status Information,Settings.Device Management,Cloning,Fleet Orchestrator.Configuration Watchdog.Remote Control Panel Print Features Print from USB.Print from Cloud Repositories(Dropbox.One Drive and Google Drive),Sample Set,Saved Job,Booklet Creation,Store and Recall Driver Settings. Scaling,lob Monitoring,Application Control,Two-sided Printing.Draft Mode,Long Sheet(Banner)Printing Scan and Fax Scan Preview,Scan to US81EmaillNetwork(FTPISFTP/SMB).Scan To Cloud Repositories(Dropbox,One Drive and Google Drive)'.Scan file Formats:PDF,PDFIA, XPS.)PG.TIFF;Convenience Features:Scan to Home.Searchable POF,Single/Multi-page PDFIXPSITIFF,Password-protected FOR Fax Features:Walk-up Fax (on-line or two-Line options available,includes LAN Fax,Direct Fax.Fax Forward to Email).Fox dialing,Unified Address Book,Optical Character Recognition(OCR), Server Fax,TWAIN driver(scan) MOBILE AND CLOUD READY _. MobileConneclivitk NearFleld Communication(NFC):Optional:Wi-FiDirect,Wi-Fi(802.11bllfnlac).AirPrin[(i0S)indudingiBeocon(Bluetooth) Mobile Punting AirPrint.Motrias.Xetoxs Print Service(Androidk, o*Cloucl Print.@PeintWerox;OptionaLXeiox'Workplace Mobile App(iOSfAnd_roid) Mobile Scanning AifPfint:Optional:Xerox'Workplace Mobile App(iOSIAndroid) _ Cloud Ready Remote services enabled,native"Print From'and*Scan To"cloud repositories(Oropbox.One Drive and Google Drive).direct connection to cloud hosted services via optional opps(accessed via Xefox'App Galleryapppr visit xerox-aomlAGallerlr). COMPREHENSIVE SECURITY Network Security 8O2.tx,IPsec,HTTPS,SFTP and Encrypted Email,McAfee=ePolicyOichestratorx.McAfee Enterprise Security Manager',LogRhythm SIEM',Splunk SIEMs,Network Authentication,SNMPv3,SHA-256 Hash Message Authentication,TL5 1.171.2.Security Certificates utilizing ECDSA,Automatic Self-signed Certificate.Cisco*Identity Services Engine(ISE)integration,automated threat response through McAfee DXL/Cisco pxGrid integration.Local Authentication(Internal Database).FIPS 140.2 Device Access User Access and Internal Firewak Pof[lIPlDomain Filtering,Audit Log.Access Controls.User Permissions,Configuration Watchdog,TPM;Optional:Smart Card Enoblement Kit(CAClPIV1.NETISIPRNet)`.Xeroxs Integrated RFID Card Reader,NFC standard(authentication via optional Xerox'Workplace Cloud/Suite Print Management and Content Securit :learnmoreatxerox.comlWork IaceSolut•ons). Data Protection McAfee Embedded Control Whitelisting,Firmware Verificotion.Trusted Soot,Job level Encryption via HTTPS and Covefs,Encrypted Storage Drive(AES 256-bit, FIPS 140-2).Encrypted and Signed Email;Optional:Xerox'Workplace Cloud/Suite Content Security,Encrypted Hard Disk(AES 256-bit.FIPS 140.2)with Image Overwrite,McAfee Integrity Control Document Security Under eva{uotion Common Crites Centfication(15O 15408)full system against the HCP PP,Encrypted Secure Print,FIPS 140-2 Encrypted Data with Print Drivers ENABLES IN'ELLIGENT WORKPLACE SERVICES Pr nt Management Xerox'Standard Accounting;Optional:Xerox'Workplace SuitelCJouci,Xerox'Virtual Print Management Service,more of xefax aamfPr ntMfkA* emeea Fleet/Device Management Xerox'CentreWate`Web,Xerox'Support Assistant.Automated Meter Read.Xerox*Cloud fleet Management Solution.Fleet Orchestrator,Configuration Cloning.Intelli entWork lace Services Tool Suite Security Secure Device Management:Xerox'Printer SecurityAudit Service(auto-configuration of security settings.monitoring,and auto-remediotion),Digital Certificate Management.SIEM Reporting,Interactive Dashboard Reports GATEWAY TO NEW POSSIBILITIES XeioxAppGollery Automate everyday processes with apps that translate.redoct.e5ign,personalue print.convert.route,collabomte and communicate. Visit xerox-comlWorkplaceApps to find opps by industry or woikHow.Software and services-Xerox'OocuSharex XMPies(xerox.com1XMPiei. Xerox'Workplace Solutions(xerox.com/WorkplaceSolutionsi. 'Maximum volume capacity expected in any one month.Not expected to be sustained on a regular basis. r Paper capacities are based on 20 lb.175 gsm stock:capacitieswill vafywith different weight stocks s Available post-launch via software update `Not available in all geographies I Sold separately in some geographies Certifications:xerox 40my0ff.teCertifications More information is ova loble at xerox.com/AltaLink. X�r0XT11 U2020 Xerox Corporation.All rights reserved Xerox©,AhaLink&CentreWareO.ConnectKey©.DocoShoreO and Global Print Driver©are trademarks of Xerox Corporation in the United States and/or other countries XMPie0 is a trademark of XMPie,Inc.Mopria6 is a trademark of the Mopria Alliance. The nformation in this brochure is subject to drange without nat6cf. 06120 PN03885 BR29460 ACBBR-OSUA CH994 Model Location Mainframe Lease, Per Document Rate Monthly Cost Xerox C8170 Electric Department $298.59 included copies per 1320 Airport Rd month 10,000 Black Ukiah CA 95482 5,000 color. If exceeded, BW: $0.005 Color:$0.0406