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