HomeMy WebLinkAboutAgenda Report - August 4, 1993 (41)Ask
5a
CIN OF LODI COUNCIL COMMUNICATION
AGENDA 'TITLE: Participation in San Joaquin County Contracts for
Purchase of Office Supplies and Computer Paper
MEETING DATE: August 4, 1993
PREPARED BY: Finance Director
RECOMMENDED ACTION: That the City Council adopt the attached resolution
authorizing the City of Lodi to purchase office sup—
plies and computer paper under the terms of the con—
tracts between the County of San Joaquin and their
respective contractors, Eastman, Inc. for office supplies, and Shade/Allied,
Inc. for computer paper.
BACKGROUND INFORMATION: In an effort to reduce costs of general supplies,
public agency purchasing departments throughout
California are developing cooperative networks to
combine usage requirements and obtain competitive
bids on the aggregate amounts. The combined volumes result in substantially
lower prices, especially benefiting smaller agencies like Lodi. Currently,
the city participates in a number of cooperative purchase arrangements made
available through the League of Cities and the State Office of Procurement,
enjoying discounts on some items of up to 70%.
The supplies contracts between the County of San Joaquin and Eastman, and
the County and Shade/Allied (formerly SCM Allied) are the results of
competitive bids, and have been made available to other public agencies in
California. If the attached resolution is adopted, the City of Lodi would
join the cities of Stockton, Manteca, Modesto, Turlock, and Yuba City, and
the County of Stanislaus, in using these cooperative contracts.
The annual savings for the City under these buying agreements is estimated
to be in the $4,000 to $5,000 range.
FUNDING: None required.
fel "ajx�
t -*4-- DixonFlynn'.Finance Director
Prepared by Joel Harris, Purchasing Officer
or
APPROVED 1,
THOMAS A. PETERSON recrcWatl aver
City Manager J
CC.1
RESOLUTION NO. 93-96
sasaassasassozsasaaszsaa
A RESOLUTION OF THE LODI CITY COUNCIL
AUTHORIZING PARTICIPATION IN SAN JOAQUIN COUNTY
CONTRACTS FOR THE PURCHASE OF OFFICE SUPPLIES
AND COMPUTER PAPER
xxxx3=�xzs3azaxxzxasaaxasassssszsassasssssaazaasaasaaaassazasassaasasas
WHEREAS, pursuant to Lodi Municipal Code Section 3.20.040, the
Purchasing Officer, with the approval of the City Council, may
authorize in writing any agency to purchase or contract for specified
supplies, services and equipment independently of the Purchasing
Department so long as such purchases are made in conformity with
established purchasing procedures as set forth in the Lodi Municipal
Code, and periodic reports are required of and provided by the agency
on said purchases made under such written authorization;
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council hereby
authorizes the City of Lodi to purchase office supplies and computer
paper under the terms of the contract between the County of San Joaquin
and their respective contractors, Eastman, Inc for office supplies,
and Shade/Allied, Inc. for computer paper.
Dated: August 4, 1993
sazaaazzasaaaszasaaaaa:sssass:sssasa:sass::szssasssaas:assa:assasasasaa
I hereby certify that Resolution No. 93-96 was passed and adopted
by the Lodi City Council in a regular meeting held August 4, 1993 by
the following vote:
Ayes: Council Members -
Noes: Council Members -
Absent: Council Members -
Jennifer M. Perrin
City Clerk
93-96
RES9396/TXTA.0IV
SAN JOAQUIN COUNTY
ssssss*ss*ssssss***s*s*�s*s*sss*s*s*s*s*s*s*s*s**ss**sss*:ssss*:::::ssss*ss***
CONTRACT #: TA4-062003R
COMMODITY: Office Supply
CONTRACTOR: Eastman Inc.
EFFECTIVE DATE: 7-1-93 to 6-30-94
ssssssssssssssssssssssssssssssss*:ssss**::ssss*ssssssssssssss**s*ss**ssss*s**
BID #. 5040
PREVIOUS
CONTRACT #: TA3-067005R
DEPARTMENT: Various
SALES/USE TAX: Plus
sss**s**ss*sss*sssssssssssssssssssssssssssssssssssssssssssss*::::::ssss:*:ssss
TERMS: Net 30 Days
DELIVERY: As Required (delivered 2 days ARO)
FOB POINT: Destination/Full Freight Allowed
MIN. ORDER: None
PRICING: Firm through 6-30-94
ss**sssssss**s***sssssssssssss*sssssssssssssss*ss***s*:sssssssssss*:::ssss*sss
VENUM: EAI690490
COMMOD. CODE: 61500
CONTACT PERSON: Bill Molen Sales Representative
PHONE NUMBER: 209-473-4281
FAX NUMBER: 209-473-8931
ADDRESS: 7711 Murray, Stockton, California 95211
AGREEMENT FOR SERVICES
Office Supplies
THIS AGREEMENT is made and entered into on this 1st day of July , 1993, by
and between the COUNTY OF SAN JOAQUIN, a political subdivision of the State of
California, hereinafter referred to as "COUNTY" and EASTMAN, INC., a Corporation doing
business in California, hereinafter referred to as "CONTRACTOR".
`iii11011CP$ZRi 300
WHEREAS, COUNTY has need for office supplies; and
WHEREAS, the CONTRACTOR is able to supply such products;
NOW THEREFORE, the parties mutually agree as follows:
ENTITIES: The CONTRACTOR shall provide the COUNTY with COUNTY's office supply
requirements on an "as needed" basis, in accordance with the Request for Bid NO. 5040, and
CONTRACTOR's response thereto, both of which are hereby incorporated by this reference as
part of this Agreement.
The public agencies and entities listed in Exhibit 1, attached hereto and made a part of
this Agreement by reference, shall be entitled to purchase office supplies from CONTRACTOR
under the same terms and conditions set out for COUNTY. Additional public agencies and
entities may be added to Exhibit 1 upon the mutual written agreement of COUNTY,
CONTRACTOR and the agency or entity. Such participating agencies or entities shall make
purchases in their own names, make payment directly to bidder and be liable directly to
1
CON'rRACfOR, holding the COUNTY harmless. Such participating aacncies and entities shall
not have in force any other agreement for like purchases, nor shall it have under consideration
for award any other bids or quotations for like purchases.
2. TERM OF AGREEMENT: This Agreement shall commence on July 1, 1993, and
shall terminate on lune 30, 1994, subject to the COUNTY's availability of funds.
The COUNTY may elect to extend this Agreement for four (4) additional one (1) year terms
under the same terms and conditions set out herein. COUNTY shall communicate its intent to
exercise the option to extend the Agreement for an additional term no later than thirty (30) days
prior to the end of the current term.
3. COMPENSATION: COUNTY shall compensate CONTRACTOR for those products ,
requested and accepted by COUNTY. Payments will be in the amounts set out in
CONTRACTOR's Schedule A and B of Bid No. 5040, payable in arrears against invoices as
submitted to and received by COUNTY. Prices quoted by CONTRACTOR in Bid No. 5040
shall be firm throughout the tern of this Agreement. Provided however, CONTRACTOR may
request that an adjustment be made to the price quotes for products to be effective for the next
term of the Agreement if the proposed adjustment is submitted to the COUNTY in writing at
least sixty (60) days prior to the expiration of the then current term.
CONTRACTOR will make a volume discount reimbursement payment to COUNTY
within thirty (30) calendar days after the close of each calendar quarter for the first year of the
Agreement. The reimbursement payment shall be in an amount which is calculated from the
dollar amount of purchases from CONTRACTOR by COUNTY. Reimbursement shall be in the
amount of 10 % of the purchase price paid by COUNTY for those products which are identified
in Schedule "A" of Bid NO. 5040. CONTRACTOR will also reimburse COUNTY 3 % of the
price paid by COUNTY for the purchase of all cataloged and inventoried products outside of
schedule "A". In the event that during any quarter of the annual term, COUNTY withholds
2
0
more than 5 % of the total anima --t due to CONTRACTOR for more thr '0 days, the COUNTY
shall not be eligible for the reimbursement for the current term of the Agreement. The volume
discount reimbursement payment shall be made available to the public entities and agencies
which are listed in the Request for Did No. 5040 and subject to the conditions set out in this
Clause.
The CONTRACTOR shall provide COUNTY with a quarterly report which sets out the
dollar amount which was expended by the COUNTY and by each public agency and which
qualified for a reimbursement payment to the COUNTY. The basis for this calculation is the
individual monthly statement from the Contractor for each participating agency. Furniture
purchases will not be calculated into the reimbursement figures. The COUNTY will receive the
quarterly reimbursement either by a check or credit. COUNTY shall snake the distribution to
the public agencies and entities based upon the quarterly report.
No less than sixty (60) days prior to the end of the first year of this Agreement, or any
extension thereto, CONTRACTOR shall wake a written proposal to COUNTY as to the terms
and conditions for volume discount reimbursement for the succeeding term. In the event that
CONTRACTOR does not provide a timely proposal, such reimbursement payments shall be
considered to have expired and inapplicable to (lie succeeding lean.
4. PRICE CHANGE: The CONTRACTOR shall furnish COUNTY with new
discounted net price lists to justify changes in the prices no more frequently than quarterly. The
COUNTY reserves the right to require the CONTRACTOR to supply vendor invoices to
substantiate such price changes.
5. NON -STOCK ITFAIS: Contractor shall furnish the COUNTY with quarterly reports
of those items the CONTRACTOR supplied which were non -stock items in CONTRACTOR's
warehouse. Tlie CONTRACTOR shall be required to stock these item which appear on
successive reports and which the COUNTY designates as a critical stock requirement.
3
V
Sue ;o ldtaoaJ Jal3e sSep (O£) X1Jt111 Utg1iM UO,J,DVJZN00 atp A3ttou iitM sluawlJedaa
2uuapio •suogw!jjoads laaut lsnut sieualejq U113,Arma -6
•sluawaJlnbaJ
ssautsnq Jtatil Aq palelotp se 'siuiod 6Janttap alalap Jo ppe o1 1112u aq) aAJasaJ j Jtgitn
jo sappua put: sacouaSe pus x.LNnoo au •luauivedap 2uuapJo atp jo uopeooJ alp of dlloaJtp
pomolid 1tlglaJ3 Tina Pue uolleupsoa •9•o'3 aq tp:tis simpoid otp ,Jo b2At10Q -I Itgitlrq
ut Palsil santlua Jo satouage otignd atp Jo )LINIl00 jo sluawlmdap fluuopJo ot;toads
Jol pa3,Jew pue palmloed aq lie11s sat,ddns iIV '2IO.I.OVN.LNO3 J(q POAtaoaJ st JapJO atp Jal,Je
step W Oml utyttM apeut aq IJegs sionpoid panpio;o sauaAT U UWAIM(I •g
•papaau ale swap se 2JOOd2LINO0 otil Aq patistuJnl uuoj Japao ue uo ualluM aq H!m
sJapJO 'OvOS 'oN PiS Joj lsanbad ayl jo uoipod ,suoilmlipadS. atp ut Ino las su 'sluawlmdaQ
61twa Jo Aouale JO'A.LNnoo snotJeA atll Sq paoeld aq Iptis capJo : ,"O •L
'0290011,10 Jo 'luaSe sty 'pasutttl Aq JaglayM 'aaJoap Jo mpjo 'uopuingaJ
'aoueutpto `Mel .tue 10 uotle,otA sM017WZNO0 Jo IuawaaJBd step Japun lot of saJnJte; Jo
Blau s,-dO•I,OVw NOO uodn paseq Jo woJ,J Suisliv wtelo Jo XIII!getl Atte lsutele sWoldwa pue
SIu228 'ssaog;o $I! Put: 'tlunOO 9111 4tuutaput pue PuaJap 'MIIUJeq OARS JJegs JOJORgUOD
•Iuatu2wgV still uo Ino las
aoud otjl Joj wimas Jo/pue `lonpoid atp 2111ptnoid Aq uotle,nlaJ Jo Mel leool Jo 'ale1S `leJ2pa3
.jo IuauminbaJ Jatpo Am Jo lot! lt'yl do uollviol ut aq lou Ipm It will swasaJdoi JopmquoO
•luaWWAV stt{l IN saotJd Sutllas pue 'suorlelonb 'sptq gunlRw tit lobi saosloeJd apeJy Jteju jl
eluJq(tie0 ail) ,Io suoistnoJd ayl y1tM pat,dutoo set, It 1Rg1 sluasaJdaJ 8017 ,J,N00
'luattmi9v
SRI) Japun HOy7VLLNO3 Aq paptnoJd slonpoJd pue sa3mm otp 01 21Ri21 fi;M AUC at
t,otyM olaJat,l luensind suopR,n2oj pue saint 'sMe, a1e1S pue leJ2pa3 21.11itenaJd lie oAJasgo pue
to pattcJoiut daail IlEysbJ.IOV2I.IN0� atl.L .I. ► 2II �d : VI`l�i -9
incorrectly ordered, delivered or defective material. The CONTRACTOR will provide (lie
Mpartment with a return authorization. Contractor's driver will pick up die products to be
returned within ten (10) working days from notification, at vendors expense, or the products may
be disposed of or destroyed by the Department. The COUNTY and the agencies and entities
listed on Exhibit 1 will not be responsible, nor pay for, rejected, defective, or returned products
No service charges or restocking charges shall be levied for the return of products. Except
however, a service charge or restock charge may be levied for the return of specialty items or
custom ordered items which were identified by CONTRACTOR to the ordering Department at
the time of receipt of the order, and where the returned item is not readily remarketable in the
COUNTY's opinion or where the CONTRACTOR furnishes proof of restocking or service
changes from the manufacturer. In the case of a return with a restocking charge which amounts
to the full CONTRACTOR's invoice price, the item will be redelivered to the Department at no
additional charge.
10. INVOICING: Invoicing shall be provided by CONTRACTOR, in duplicate,
showing the fund, Department, date, budget unit number, vendor number or ordering
Department and itemizing the units ordered with unit price and extended amounts. The total
price shall include applicable taxes.
11. TERMINATION OF AGREEMENT FOR CAUSE: If CONTRACTOR fails
to perform CONTRACTOR's duties to the satisfaction of the COUNTY, or if CONTRACTOR
fails to fulfill in a tiro:::y and professional manner CONTRACTOR's obligations undo. this
Agreement, or if CONTRACTOR shall violate any of the terms or provisions of this Agreement,
then COUNTY shall have the right to terminate this Agreement effective immediately upon the
COUNTY giving written notice thereof to the CONTRACTOR. In addition, either party may
terminate this Agreement upon thirty (30) days written notice to the other party.
Termination shall have no effect upon the rights and obligations of the parties arising out
5
of any transaction occurring ••rior to the effective date of such tern'"."tion. CONTRACTOR
shall be paid for all work satisfactorily completed prior to the effective date of such termination.
12. T• The COUNTY reserves the right to audit the records of CONTRACTOR
related to this Agreement at reasonable times during normal hours to determine compliance by
CONTRACTOR of its obligations under this Agreement.
13. QUAL EMPLOYMENT OPPORTUNITY: During the perforrnance of this
Agreement, the CONTRACTOR agrees that it will not discriminate against any employee or
applicant for employment because of race, color, age, religion, sex, national origin, handicap,
or veteran status.
14. DRUG FREE WORKPLACE: During the performance of this Agreement, the
CONTRACTOR agrees that it will provide a drug free workplace, in accordance to the
Government Code for Drug Free Workplace Act.
15. EMME_ AGREEMENT AND MODIFICATION: This Agreement supersedes
aA previous Agreements and constitutes the entire understanding of the parties hereto.
CONTRACTOR shall be entitled to no other benefits than those specified herein. No changes,
amendments or alterations shall be effective unless in writing and signed by both parties.
16. NOTICES: All notices required to be given under this Agreement shall be in
writing. Such notices shall be as indicated as follows:
FOR THE CONTRACTOR:
FOR THE COUNTY:
Eastman Inc.
7711 Murray
Stockton, CA 95211
Purchasing Department
222 E. Weber Ave. #675
Stockton, CA 95202
IN WITNESS WHEREOF, County and Contractor have executed this
C
i%greement on the day and Year first hereinabove set forth,
FASTMAN INC.
7711 MURRY
STOCKTON, CA 95211
� �� - - tri►����
i+ 1 :5
COUNTY OF SAN JOAQUIN, a
political subdivision of the
State of California
N
City Agencies
City of Lodi
City of Manteca
City of Modesto
City of Stockton
City of Yuba
County Agencies
San Joaquin County
Stanislaus County
EXHIBIT 1
Multi Tax Supported AeencIes
s
AGREEMENT FOR SERVICES
COUNTY COMPUTER PAPER REQUIREMENTS
THIS AGREEMENT made and entered into on this 6th day of May,
1993, by and between the COUNTY OF SAN JOAQUIN, a political
subdivision of the State of California, hereinafter referred to as
"County", and SCM WALTON PRINTING CO., an independent contractor,
hereinafter referred to as "Contractor".
WITNESSETH:
WHEREAS, the County has need for computer paper; and
WHEREAS, the Contractor is able to supply such products.
NOW THEREFORE, the parties mutually agree as follows:
1. SCOPE OF SERVICE: Pursuant to this Agreement, the
Contractor shall provide the San Joaquin County with their stock
computer paper requirements on an "As Needed" basis, in accordance
with Bid NO. 5037.
2. TERM OF AGREEMENT: This Agreement shall commence on May
1, 1993, and shall terminate on April 30, 1994, subject to the
County's availability of funds.
The County may elect to extend this Agreement for two (2)
additional one (1) year periods within the terms and conditions of
the original bid offer.
3. COMPENSATION: County shall pay to Contractor as
compensation for services performed by Contractor pursuant to this
Agreement, payments will be made per the attached price schedule
(Exhibit "A"), payable in arrears against invoices as submitted.
Should deficiencies be detected in paper supplied, payment/or the
commencement of a discount period (if applicable) will not be made
until the defects are corrected and accepted by the County of San
1
Joaquin. ^
Prices quoted on Bid leo. 5037 shall be firm through October 31,
1993, if there is a price adjustment after above referenced date a
written notification shall be submitted to the County Purchasing
Department (30) days prior to price change. Price adjustments
shall be supported by such documentation as may be required by the
county as justification of price changes. Price changes shall in
no event exceed the additional cost paid by the Contractor.
All deliveries will be F.O.B. Destination and Full Freight Allowed.
4. DELIVERY: Deliveries will be on an "As Required basis,
delivered two (2) days after the order is received. Failure to
furnish delivery as promised may constitute a breach of agreement,
and the County may procure items in accordance with the paragraph
listed below.
5. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT= In case of
default by vendor, the County may procure the articles and services
from other sources and may recover the loss occasioned thereby from
an unpaid balance due to the vendor, or by suit against vendor.
The prices paid by County shall be considered the prevailing market
price at the time such purchase is made.
6. REJECTION OF DELIVERY: Materials must meet
specifications. Rejected deliveries shall be removed by the vendor
within ten(10) working days from notification, at vendors expense,
or they may be destroyed. The County will not be responsible, nor
pay for, rejected products.
7. ORDERS: orders shall be placed by the various County
Departments using a Term Agreement Release. The Term Agreement
number and a six digit release number shall be given to the vendor,
either in writing or by telephone, at the time of the order.
2
orders will be plr d on an "as needed" basis
Contractor agrees to sell other stock computer paper that is not
listed in the bid at the same percentage figured for the bid
pricing.
8. TERMINATION OF AGREEMENT FOR CAUSE: If Contractor fails
to perform Contractor's duties to the satisfaction of the County,
or if Contractor fails to fulfill in a timely and professional
manner Contractor's obligations under this Agreement, or if
Contractor shall violate any of the terms or provisions of this
Agreement, then County shall have the right to terminate this
Agreement effective immediately upon the County giving written
notice thereof to the Contractor.
Termination shall have no effect upon the rights and obligations of
the parties arising out of any transaction occurring prior to the
effective date of such termination. Contractor shall be paid for
all work satisfactorily completed prior to the effective date of
such termination.
9. EQUAL EMPLOYMENT OPPORTUNITY: During the performance of
this Agreement, the Contractor agrees that it will not discriminate
against any employee or applicant for employment because of race,
color, age, religion, sex, national origin, handicap, or veteran
status.
10. DRUG FREE WORKPLACE: During the performance of this
Agreement, the Contractor agrees that it will provide a drug free
workplace, in accordance to the Government Code for Drug Free
Workplace Act.
11. PARTICIPATION OF OTHER AGENCIES: Contractor agrees to
extend prices, terms and conditions to other political subdivision,
municipalities and tax -supported agencies in and outside of San
W
r
Joaquin County. .
Such pareicipating agencies shall make purchase in their own name,
make payment directly to bidder and be liable directly to
Contractor, holding .the County of San Joaquin harmless. Such
participating governmental bodies shall not have in force any other
agreement for like purchases, nor shall it have under consideration
for award any other bids or quotations for like purchases.
12. ENTIRE AGREEMENT AND MODIFICATION: This Agreement
supersedes all previous Agreements and constitutes the entire
understanding of the parties hereto. Contractor shall be entitled
to no other benefits than those specified herein. No changes,
amendments or alterations shall be effective unless in writing and
signed by both parties. Contractor specifically acknowledges that
in entering into and executing this Agreement, Contractor relies
solely upon the provisions contained in this Agreement and no
others.
13. NOTICES: All notices required to be given under this
Agreement shall be in writing. Such notices shall be as indicated
as follows:
FOR THE CONTRACTOR:
FOR THE COUNTY:
BCH Walton Printing Co.
P.O. Box 1504
Benicia, CA 94510
Purchasing Department
222 E. Weber Ave. 1675
Stockton, CA 95202
0
IN WITNESS WHEREOF, County and Contractor have executed this
Agreement on the day and year first hereinabove set forth.
SCM Walton Printing Co. COUNTY OF SAN JOAQUIN, a
Contractor political subdivision of the
Bp
SRIS MASTERS
sales Representive
State of California
I Alr, .
Bi..
LARRY OONj, C.P.M.#
Purcb sing Manager
5
V
EXHIBIT
"A"
PRICE SCHEDULE - STOCK
COMPUTER PAPER
DESCRIPTION
PRICE PER M
PER Carton
8-1/2" x 11" Register Bond:
1pt. 151 h", green bar,
3.75
11.25
SCM Walton 181G, 3000/ctn
3pt., 121 h", green bar,
15.13
14.37
SCM Walton 181G, 950/ctn
4pt., 121 h" green bar,
20.96
13.62
SCM Walton 1816 650/ctn
9-1/2" x 11" Recrister Bond:
1 pt., 151 blank, L&R pert.
3.99
9.58
SCM Walton 1930P, 3000/ctn
1pt., 180 blank, L&R pert.
4.54
11.80
SCM Walton 191OPHS 2600/ctn
9-1/2" x 11" Letteredae° Perfs:
1pt., 20,E blank, cleanedge
4.90
11.76
SCM Walton 1910LE20, 2400/ctn
1 PT. 201, 25* rag content, white
12.48
29.95
SCM Walton 191OLER, 2400/ctn
9-1/2" x 11" Black Print Carbonless:
2pt., blank, NCR, L&R perf.
12.83
20.53
SCM Walton 0910PNB-2 1600/ctn
2pt., W/C, NCR perf. L&R,
24.04
38.46
SCM Walton 191OPCNB, 1600/ctn
3pt., blank, NCR L&R perf.
21.47
22.54
SCM Walton 1910PNB, 1050/ctn
3pt., W/C/P, NCR L&R perf.
37.71
39.60
SCM Walton 191OPCNB, 1050/ctn
4pt., blank, NCR L&R perf.
30.06
24.48
SCM Walton 1910PNB, 800/ctn
4pt., W/Y/P/G, NCR L&R perf.
50.00
40.17
SCM Walton 1910PCNB, 800/ctn
6
10-5/8" x 11" Regi. r Bonds
ipt., 151 h" green bar
4.49
SCM Walton 101G, 3000/ctn
2pt., 121 h" green bar
12.44
SCM Walton 101G, 1300/ctn
3pt., 121 h" green bar
19.82
SCM Walton #01G, 950/ctn
4pt., 121 'h" green bar
27.40
SCM Walton 101G, 650/ctn
12"x8-1/2" Register Bond:
ipt., 151 blank L&R Perf.
3.93
SCM Walton #280P, 3000/ctn
12"x8-1/2" Non -Impact Printer Paper:
ipt., 181 blank, L&R Perf.
4.49
SCM Walton 1280PHSN, 2600/ctn
14-7/8"x8-1/2" Register Bond:
1pt., 181 blank, L&R Perf.
5.41
SCM Walton 1480HS, 2600/ctn
14-718" x 11" Register Bond:
1pt., 151 N" green bar
6.04
SCM Walton 141G, 3000/ctn
ipt., 181 blank
6.88
SCM Walton 1410HS, 2600/ctn
1pt., 18# 'h" green bar
6.88
SCM Walton 141GHS, 2600/ctn
ipt., 201 blank computer paper,
7.09
SCM Walton 141020, 2400/ctn
ipt,m 201 h" green bar
7.09
SCM Walton 141G, 2400/ctn
ipt., 201 h" blue bar
7.09
SCM Walton 141B, 2400/ctn
2pt., 161 kn green bar
16.28
SCM Walton 141G-2, 1300/ctn
3pt., 121 'N" green bar
25.10
SCM Walton 141G, 950/ctn
4pt., 121 h" green bar
34.76
SCM Walton 141G, 650/ctn
7
13.47
16.17
18.83
17.81
11.79
11.67
14.07
18.12
17.89
17.89
17.02
17.02
17.02
21.16
23.85
22.59
IN
5pt., 121 h" green :r 45.03 29.27
SCM Walton 141G, 5Gv/ctn
Recycled Paper: -
1 pt. 201, blank, cleanedge 5.11 12.26
SCM Walton 1R-910LE, 2400/ctn
1 pt. 181, green bar 7.18 18.67
SCM Walton 1R-41GHQ, 2600/ctn
Percentage of Post Consumer Waste: 50%
Inside Delivery Charge: $.45 per carton, minimum charge of
$6.57/shipment to a particular
destination.
Handling Charge: A $10.00 handling charge to apply to any
shipment of less than 10 cartons to a
specific location.
r
FOR DOMIATE RELEASE
CONTACTS:
Shade Computer Forms Co. SCM Allied Paper Incorporated
Craig S. Dickman Gregory A. Waddell
(414) 432-6700 (513) 866-7421
SHADE COMPUTER FORMS CO. AMID SCK ALLIED PAPER INCORPORATED
ANNOUNCE MERGER PIANS
GREEN BAY, Wis., July 21, 1993 -- Shade Computer Forms Co. of
Green Bay, Wis., and SCM Allied Paper Incorporated of Dayton,
Ohio, have announced plans to merge the tw
July 21, 1993.
The new company, Shade/Allied Inc., will be headquartered in Green
Bay, Wis. Sales of the combined companies w''.1 exceed $175
million annually. James L. Kemerling, the current president and
chief executive officer of Shade, will assume these positions with
the new company. William H. Ames, president of SCM Allied Paper,
will assist in the integration of the two companies and serve as a
consultant to the merged company.
In assessing the new combination, Kemerling stated, "The merger
will provide both Shade and Allied customers with enormous
benefits due to the synergies of the two companies. The new
company will have one of the leading sales and support programs in
the industry, a greatly expanded product line, and a distribution
system that covers every major geographic area in the United
States."
Allied markets both stock and custom forms under the SCM Allied
Paper, SCM Allied/Egry, and SCM Walton Printing names. Allied is
headquartered in Dayton, Ohio, and operates eight manufacturing
plants located in Bellville, Tex.; Buena Park, Calif.; Columbus,
Ohio; Leipsic, Ohio; Denison, Tex.; Gainesville, Ga.; Petersburg,
W. Va.; and Tukwila, Wash. In addition, Allied has nine sales
offices and 55 distribution locations.
Shade Information Systems Inc., doing business as Shade Computer
Forms Co., manufactures more than 150 different stock forms sold
under the "Shade" brand name. The company operates two
manufacturing plants located in De Pere, Wis., and Lancaster, Pa.
Shade has 17 sales offices and 20 distribution locations
nationwide.