Loading...
HomeMy WebLinkAboutAgenda Report - September 15, 1993 (60)4 - CITY OF LODI COUNCIL COMMUNICATION AGENCA TITLE: Participation in San Joaquin County Contract for Purchase of Stock Computer Paper MEETING DATE: September 15, 1993 PREPARED BY: Finance Director RECOMMENDED ACTION* That the City Council reject all bids, and adopt the attached resolution authorizing the City of Lodi to purchase stock computer paper under the terms of the contract between the County of San Joaquin and Shade/Allied, Inc., of Benecia. BACKGROUND INFORMATION: On August 4, 1993, the City Council voted not to participate in San Joaquin County's contract for stock computer paper, and directed staff to develop specifications for the City's own bid. On August 18, 1993, specifications were presented to and approved by the City Council. and bids were mailed to eleven suppliers. Bids were opened on September 1, 1993, with the following results: Vanier Business Forms, Stockton $4,500.67 Unisource, Stockton $4,593.38 Wallace Computer Services, Sacramento (Lodi) $4,809.77 Shade/Allied, Benecia $4,907.27 Zellerbach, Sacramento $5,038.13 Walker Business Forms, Stockton $6,088.07 Delta Stationers, Lodi $7,765.73 Lodi Office Products, Lodi No Response Moore Business Forms, Sacramento No Response Office Staples, Lodi No Response Wright's Stationers, Lodi No Response If purchased under San Joaquin County contract: $3,936.87 Adoption of the resolution would provide savings of $563 compared to the low- est response to the City's bid. Because these savings have been made avail- able to the City through participation in the cooperative program, it is strongly recommended that the City take advantage of this opportunity and adopt the attached resolution. ynn, Lina APPROVED. THOMAS A. PETERSON recycled paper City Manager J CC -1 STOCK COMPUTER PAPER SUMMARY OF BIDS SEPTEMBER 1, 1993 COMMENTS KEY (e) PAYMENT DISCOUNT 1/2: FOR PAYMENT WITHIN 10 CALENDAR DAYS (b) BACKORDERS MAY TAKE UP TO 2 WEEKS TO FILL. PRICES FIRM TO 12-31-93. MAXIMUM ESCALATION 5% THROUGH 6/30/94 (e) ALL ITEMS IN STOCK IN LODI. PRICES OUOTED F.O.B. PLANT (ADD CHARGES FOR DELIVERY, OR PICK UP AT PLAtrr) ITEM 4: 200 OFFERED va 180 SPECIFIED ITEM 6: NOT MICRO -PERFORATED (d) ITEM 6: 1lU0 OFFERED Vs 200 SPECIFIED. PRICES FIRM THROUGH 9-30-93 (s) NO CATALOG NUMBERS, NO CASE QUANTITIES INDICATED ON BID (f) PRICES GUARAI:TEED FOR 10 MONTHS PRICE PER THOUSAND SHEETS QUAttTITY DESCRIPTION VANIER U'SOURCF. WALLACE SHADE/AL ZEL•RBCH WALKER DELTA -------- S.J.CTY ------- -------- 300,000 -------------------------------- 14-7/8 x I1 GREENS", I -PART -------- S 7.41 -------- $ 7.40 -------- S 7.44 -------- $ 7.66 -------- $ 7.92 -------- $ 9.43 $12.59 $ 6.88 40,000 14-7/8 x 21 GREENBAR, 2 -PART 18.08 19.40 20.53 20.13 22.73 26.32 30.10 16.28 12,000 14-7/8 x 11 GREENUAR, 3 -PART 29.03 30.50 32.11 33.48 33.33 43.14 47.61 28.96 15,000 14-7/8 x 11 13i.ANK, 1 -PART 7.41 7.40 8.09 7.66 7.92 9.50 13.40 6.88 150,000 9-1/2 x 11 BLANK. MICRO -PERF, 1 -PT 4.98 5.05 5.68 5.99 5.62 7.11 9.33 4.90 5,000 12 x 8-1/2 BLANK, MICRO -PERF, 1 -PT 4.65 6.50 4.39 7.19 5.76 8.42 10.117 ----- 7.19 TOTALS (SUM OF ALL F.XTE19SIOUS) ----- 4,500.67 ----- 4,593.38 ----- 4,809.77 ----- 4,907.27 ----- 5,038.13 ----- 6.088.07 7,765.73 3.936.87 MINIMUM ORDER OUANTITY 10 C3 60 CS 1 CS 10 CS $200.00 5 CS N/A 10 CS DELIVERY LEADTIME Iit DAYS 2 3 1 2 2 3 1-3 2 CO KENTS (SEE KEY BELOW) (4) (b) (a) (d) (e) (f) COMMENTS KEY (e) PAYMENT DISCOUNT 1/2: FOR PAYMENT WITHIN 10 CALENDAR DAYS (b) BACKORDERS MAY TAKE UP TO 2 WEEKS TO FILL. PRICES FIRM TO 12-31-93. MAXIMUM ESCALATION 5% THROUGH 6/30/94 (e) ALL ITEMS IN STOCK IN LODI. PRICES OUOTED F.O.B. PLANT (ADD CHARGES FOR DELIVERY, OR PICK UP AT PLAtrr) ITEM 4: 200 OFFERED va 180 SPECIFIED ITEM 6: NOT MICRO -PERFORATED (d) ITEM 6: 1lU0 OFFERED Vs 200 SPECIFIED. PRICES FIRM THROUGH 9-30-93 (s) NO CATALOG NUMBERS, NO CASE QUANTITIES INDICATED ON BID (f) PRICES GUARAI:TEED FOR 10 MONTHS r' AGREEMENT FOR SERVICES COUNTY COMPUTER PAPER REQUIREMENTS THIS AGREEMENT made and entered int..- on this Gth 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 SCH 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 No. 5037 shall be firm through October- rl 1993, if there is a price adjustment after above referenced club, a written notification shall be submitted to the County Purchnil(rig Department (30) days prior to price change. Price adjustrnt•rrta shall be supported by such documentation as may be required by ttte 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 M 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. orders will be plac on an "as needed" basis. Contractor agrees "Co 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 Ccunty, 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 3 Joaquin County. Such participating agencies shall make purchases 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: BCH Walton Printing Co. P.O. BOX 1504 Benicia, CA 94510 FOR THE COUNTY: Purchasing Department 222 E. Weber Ave. 1675 Stockton, CA 95202 4 IN WITNESS WHEREOF, County and Contractor have executed this Agreement on the day and year first hereinabove set forth. SCM Walton Printing Co. Contractor ByZO�� �%�%��/l CHRIS MASTERS Sales Representive COUNTY OF SAN JOAQUIN, a political subdivision of the State of California By LARRY OON, C.P.H., Purch sing Manager 5 EXHIBIT "A" PRICE SCHEDULE - STOCK COMPUTER PAPER DESCRIPTION PRICE PER M PER Carton 8-1/2" x 11" Register Bond: 1pt. 151 ;", green bar, 3.75 11.25 SCM Walton 181G, 3000/ctn 3pt., 12,E ?", green bar, 15.13 14.37 SCM Walton ,f81G, 950/ctn 4pt., 121 ;i" green bar, 20.96 13.62 SCM Walton 181G 650/ctn 9-112" x 11" Register Bond: 1 pt., 151 blank, L&R perf. 3.99 9.58 SCM Walton 1910P, 3000/ctn 1pt., 181 blank, L&R perf. 4.54 11.80 SCM Walton 191OPHS 2600/ctn 9-1/2" x 11" Letteredc►e° Perfs: 1pt., 201 blank, cleanedge 4.90 •11.76 SCM Walton 1910LE20, 2400/ctn 1 PT. 201, 25% rag content, white 12.48 29.95 SCM Walton 1910LER, 2400/ctn 9-1/2" x 11" Black Print Carbonless: 2pt., blank, NCR, L&R perf. 12.83 20.53 SCM Walton 1910PNB-2 1600/ctn 2pt., W/C, NCR perf. L&R, 24.04 38.46 SCM Walton 1910PCNB, 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 1910PC14B, 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 10-518" x 11" Resist Bond: t. t �lpt., 151 ;" green bar 4.49 • , SCM Walton 101G, 3000/ctn 2pt., 121 i" green bar 12.44 SCM Walton 101G, 1300/ctn 3pt., 121 " green bar 19.82 SCM Walton 101G, 950/ctn 4pt., 121 ;" green bar 27.40 SCM Walton 1016, 650/ctn 12"x8-112" Register Bond: 1pt., 151 blank L&R Perf. 3.93 r SCM Walton 1280P, 3000/ctn 12"x6-112" Non -Impact Printer Paper: 1pt., 181 blank, L&R Perf. 4.49 SCM Walton 128OPHSN, 2600/ctn 14-7181lx8-112" Register Bond: ipt., 181 blank, L&R Perf. 5.41 SCM Walton 1480HS, 2600/ctn 14-7/811 x 11" Register Bond: ipt., 151 ;" green bar 6.04 SCM Walton 141G, 3000/ctn I ipt., 181 blank 6.88 r SCM Walton 1410HS, 2600/ctn r• ipt., 181 ;" green bar 6.88 SCM Walton 141GHS, 2600/ctn ipt., 201 blank computer paper, 7.09 SCM Walton 141020, 2400/ctn 1pt,m 201 ;" green bar 7.09 SCM Walton 141G, 2400/ctn 1pt., 201 2" blue bar 7.09 SCM Walton 141B, 2400/ctn 2pt., 151 ;" green bar 16.28 SCM Walton 141G-2, 1300/ctn :pt., 121 V" green bar 25.10 SCM Walton 141G, 950/ctn 4pt., 121 ;" green bar 34.76 SCM Walton 141G, 650/ctn 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 POR IMMEDIATE RELEASE CONTACTS: Shade Computer Forms Co. SCM Allied Paper Incorporated Craig S. Dickman Gregory A. Waddell (414) 432-6700 (513) 866-7421 SHADE COtfln ER FORMS CO. AND SCM ALLIED PAPER INCORPORATED ANNOUNCE MERGER PLANS 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'two companies effective July 21, 1993. The new company, Shade/Allied Inc., will be headquartered in Green Bay, Wis. Sales of the combined companies will 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 coff.panies. 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. RESOLUTION NO. 93-119 ------------------------ ------------------------ A RESOLUTION OF THE LODI CITY COUNCIL REJECTING ALL BIDS RECEIVED, AND AUTHORIZING PARTICIPATION IN SAN JOAQUIN COUNTY CONTRACT FOR THE PURCHASE OF STOCK COMPUTER PAPER WHEREAS, at its August 4, 1993 City Council meeting, the Council voted not to participate in San Joaquin County's contract for stock computer paper, and directed staff to develop specifications for the City's own bid; and WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on September 1, 1993 at 11:00 a.m. for the bid for the contract for stock computer paper, described in the specifications therefor approved by the City Council on August 18, 1993; and WHEREAS, said bids have been compared, checked, and tabulated and a report thereof filed with the City Manager as follows: Vanier Business Forms, Stockton $4,500.67 Unisource, Stockton $4,593.38 Wallace Computer Services, Sacramento (Lodi) $4,809.77 Shade/Allied, Benecia $4,907.27 Zellerbach, Sacramento $5,038.13 Walker Business Forms, Stockton $6,088.07 Delta Stationers, Lodi $7,765.73 Lodi Office Products, Lodi No response Moore Business Forms, Sacramento No response Office Staples, Lodi No response Wright's Stationers, Lodi No refponse If purchased under San Joaquin County contract $3,936.87 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 Purcha3ing 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, DE IT RESOLVED that the Lodi City Council hereby rejects all bids received, and authorizes the City of Lodi to purchase stock computer paper wider the terms of the contract between the County of San Joaquin and Shade/Allied, Inc. of Benicia. Dated: September 15, 1993 RES93119/TXTA.OIV I hereby certify that Resolution No. 119 was passed and adopted by the Lodi City Council in a�regular meeting held September 15, 1993 by the following vote: Ayes: Council Members - Noes: Council Members - Absent: Council Members - Jennifer M. Perrin City Clerk 93-119 RES93119/TXTA_01V h RESOLUTION NO. 93-119 A RESOLUTION OF THE LODI CITY COUNCIL REJECTING ALL BIDS RECEIVED, AND AUTHORIZING PARTICIPATION IN SAN JOAQUIN COUNTY CONTRACT FOR THE PURCHASE OF STOCK COMPUTER PAPER axaaaaxssaassaaasaaaasx=aaa==aaaaxaxaassassxasaxzaxsaassasa:aaaaasa::a: WHEREAS, at its August 4, 1993 City Council meeting, the Council voted not to participate in San Joaquin County's contract for stock computer paper, and directed staff to develop specifications for the City's own bid; and WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on September 1, 1993 at 11:00 a.m, for the bid for the contract for stock computer paper, described in the specifications therefor apL)roved by the City Council on August 18, 1993; and WHEREAS, said bids have been compared, checked, and tabulated and a report thereof filed with the City Manager as follows: Vanier Business Forms, Stockton $4,500.67 Unisource, Stockton $4,593.38 Wallace Computer Services, Sacramento (Lodi) $4,809.77 Shade/Allied, Benecia $4,907.27 Zellerbach, Sacramento $5,038.13 Walker Business Forms, Stockton $6,088.07 Delta Stationers, Lodi $7,765.73 Lodi Office Products, Lodi No response Moore Business Forms, Sacramento No response Office Staples, Lodi No response Wright's Stationers, Lodi No response If purchased under San Joaquin County contract $3,936.87 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 forch 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 rejects all bids received, and authorizes the City of Lodi to purchase stock computer paper under the terms of the contract between the County of San Joaquin and Shade/Allied, Inc. of Benicia. Dated: September 15, 1993 RES93119/TXTA.02J Z hereby certify that Resolution No. -119 was passed and adopted by the Lodi City Council in a regular meeting held September 15, 1993 by the following vote: Ayes: Council Members - Davenport, Mann, Sieglock, Snider, and Pennino (Mayor) Noes: Council Members - None Absent: Council Members - None J 4iTer er-riri City Cler 93-119 RES93119/TXTA.02J