Loading...
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.