HomeMy WebLinkAbout02/04/2024 Motion to accept Northwest Municipal Conference / Suburban Purchasing Cooperative Fuel Bid in an amount not to exceed $500,000Subject
Meeting
Fiscal Impact (Y/N)
Dollar Amount
Budget Source
Category
Type
Information
Item Cover Page
Motion to accept Northwest Municipal conference / Suburban
Purchasing Cooperative Fuel Bid in an amount not to exceed
$500,0000
February 4, 2025 - REGULAR MEETING OF THE MOUNT
PROSPECT VILLAGE BOARD
A
$500,000
Vehicle Maintenance Fund
VILLAGE MANAGER'S REPORT
Action Item
The Village has utilized the Northwest Municipal Conference (NWMC)/Suburban Purchasing
Cooperative (SPC) bid contract to purchase fuel for vehicles and equipment for more than 20
years. This purchasing contract pools the purchasing volume of more than 15 municipalities to
procure over 1.4 million gallons of fuel each year. The ability to aggregate purchasing power in
this manner has generally resulted in lower fuel costs.
Bid Results
NWMC/SPC recently let bids for a new fuel contract. Staff received notice that the collaborative
awarded a new fuel contract to Al Warren Oil Company, Inc, of Hammond, Indiana. The bid
was mailed to eight fuel supply firms only Al Warren submitted a bid, tabulated results are
attached. Bid specifications include a wide range of fuel types and quantities. Fuel types and
quantities commonly purchased by the Village are highlighted in yellow.
The NWMC/SPC bid utilizes the Oil Price Information Service (OPIS) low rack price on the day
of the bid opening as the baseline cost. Suppliers are then asked to provide an add-on fee that
incorporates all profit, overhead, and other costs necessary to procure and deliver the fuel.
Due to the vagaries of supply and demand, the cost of fuel per gallon will vary over time, but
will always be billed a the OPIS low price on the day the Village places an order. The supplier
add-on cost (profit/overhead) is a flat fee that will not change during the term of the contract.
Al Warren Oil Company's bid was for $0.0440 over (profit/overhead) the OPIS low rack cost of
fuel for both unleaded gasoline and #2 bio -diesel. This initial term of the award is one year.
The contract provisions also contain three one-year extensions at the same terms.
Discussion
The recently expired NWMC/SPC fuel contract extension with Al Warren was for $.0450 over
the OPIS low rack cost of fuel for unleaded gasoline and #2 bio -diesel. In summary, the fees
paid to fuel suppliers for profit/overhead will decrease 0.1 cents per gallon for unleaded and
diesel. Applying these decreases to the five year average volumes for unleaded (88,152) and
diesel (50,878) fuel, the Village will see a savings of $13,903 compared to last year's pricing.
Throughout the potential four-year term of this contract (initial award and three one-year
extensions), the OPIS low rack price may rise and fall on a daily basis but the amount of
money paid to Al Warren Oil Company as profit/overhead will not change. It will remain fixed
at $0.0440 over the OPIS low rack price for both unleaded gasoline and #2 bio -diesel.
The Al Warren Oil Company has been serving the Chicagola nd area since 1948, has
experienced staff, and sales for the last fiscal year totaled $200,000,000. Staff is completely
satisfied with the service and commitment that we have received from Al Warren Oil company
over the past four years.
Alternatives
1. Accept Northwest Municipal Conference (NWMC) /Suburban Purchasing Cooperative
(SPC) joint purchasing bid for fuel.
2. Discretion of the Village Board.
Staff Recommendation
Staff recommends the Village Board accept the NWMC/SPC bid award and execute a new 2025
fuel contract with Al warren Oil Company, Inc., of Hammond, Indiana, in an amount not to
exceed $500,,000.00. In addition, staff recommends that the Village Board authorize staff to
execute up to three one year extensions if approved by the NWMC/SPC governing board.
Attachments
1. 2024 -Fuel -RFP -230 -Pricing (4)
2. 2024 -Fuel -Award -Contract -230 (4)
3. Al Warren Fuel RFP #230 06.17.24
4. VOMP 2024 FUEL PURCHASES COST SUMMARY
SPC RFP #230 PRICING
ESTIMATED UNIT QUANTIY 100,000
01 87 Octane -Deliveries uOM
OPIS Chicago Index Low Rack 2.5939 Gallon
Profit/Overhead
Gallon
Total Cost/gallon (Net Taxes)
Gallon
93 89 Octane -Deliveries
$
OPIS Chicago Index Low Rack
2.7897 Gallon
Profit/Overhead
Gallon
Total Cost/gallon (Net Taxes)
Gallon
05 93 Octane -Deliveries
$
OPIS Chicago Index Low Rack
3.0591 Gallon
Profit/Overhead
Gallon
Total Cost/gallon (Net Taxes)
Gallon
04 Grade #2 Diesel Fuel -Deliveries
OPIS Chicago Index Low Rack
2.4405 Gallon
Profit/Overhead
Gallon
Total Cost/gallon (Net Taxes)
Gallon
05 Winter Mixture, 30% & 70% Grad Deliveries
OPIS Chicago Index Low Rack
2.4935 Gallon
Profit/Overhead
Gallon
Total Cost/gallon (Net Taxes)
Gallon
06 Grade #1 Diesel Fuel -Deliveries
OPIS Chicago Index Low Rack
2.6173 Gallon
Profit/Overhead
Gallon
<6,000 gallons
Unit Price Extended Price
AL WARREN OIL
21500 - 6,000 gallons
Extended
Unit Price Price
X2,500 gallons
Extended
Unit Price Price
$
0.0440
$
$ 0.1100
$
$ 0.2000
$
$
2.6370
$
263,700.00
$ 2.7030
$270,300.00
$ 2.7930
$279,300.00
$
0.0440
$
$ 0.1100
$
$ 0.2000
$
$
2.8334
$
283,370.00
$ 2.8997
$289,970.00
$ 2.9897
$298,970.00
$
0.0440
$
$ 0.1100
$
$ 0.2000
$
$
3.1031
$
310,310.00
$ 3.1691
$316,910.00
$ 3.2591
$325,910.00
$
0.0440
$
$ 0.1100
$
$ 0.2000
$
$
2.4845
$
248,450.00
$ 2.5505
$255,050.00
$ 0.2641
$264,050.00
$
0.0440
$
$ 0.1100
$
$ 0.2000
$
$
2.5375
$
253,750.00
$ 2.6035
$260,350.00
$ 2.6935
$269,350.00
$
0.0440
$
$ 0.1100
$
$ 0.2000
$
� A, joint Purchasing Program
SUBURBAN PURCHASING For Local Government Agencies
. . . . . . . . . .
June 25, 2024
Mr. Arnie Berg
Al Warren oil Co., Inc.
1646 Summer Street
Hammond, IN 46320
Dear Ms. Okon,
This letter is to inform you that the Suburban Purchasing Cooperative (SPCA Governing Board has approved the
award of the 2024 Gasoline (87, 89, & 92 octane), Diesel Fuel, Ethanol 75 & 85 and B20 Bio Diesel Fuel
Contract (#230) to Al Warren Oil Co., Inc. based on your responsible, responsive bid in compliance with all
bid specification requirements.
With acceptance of this contract, Al Warren oil Co., Inc. agrees to all terms and conditions set forth in
the specifications contained Within the Request for Proposals to which you responded.
The duration of the contract is Contract shall be July 6, 2024 through July 5, 2025. The SPC reserves the
right to extend the contract for (3) three additional (1) one-year periods under the same terms and
conditions of the original contract..
Al Warren oil Co., Inc., Hammond, IN Will handle all billin&.
Al Warren oil Co., Inc. shall remit to the NWMC Purchasing Manager on a quarterly basis, an amount
equal to 0.5 % of the total dollar volume for the quarter. Contractor must furnish a report of purchases
made from the contract by the last of the month following the end of each fiscal quarter:
Quarter 1 — May, June, July, due August 31
Quarter 2 — August, September, October, due November 30
Quarter 3 — November, December, January, due February 28
Quarter 4 — February, March, April, due May 31
This report is to be submitted to the NWMC Purchasing Director in Excel via email to edayangnwmc-
co .or , and mailed to 1600 East Golf Road, Suite 0700, Des Plaines, Illinois 60016 and shall include
the following information: ordering municipality, date of order, date of delivery, item descriptions, total
quantity delivered, item price (including mark-up and applicable taxes), total order extended price, and
total volume for the quarter.
DuPage Mayors &
Managers Conference
1220 Oak Brook Road
Oak Brook, IL 60523
Suzette Q{intell
Phone: (630) 571-0480
Fax: (630) 571-0484
Northwest Municipal
Conference
1600 Last Golf 'Rd., Suite 0700
Des Plaines, IL 60016
Ellen Dayan, CPPB
Phone: (847) 296-9200
Fax: (847) 296-9207
South Suhurhan Mayors
And Managers Association
1904 West 1741h Street
Fast Hazel Crest, IL 60429
Kristi DeLaurentiis
Phone: ('708) 206-1155
Fax: (708) 206-1133
Will County
Governmental League
3180 Theodore Street, Suite 101
Joliet, IL 60435
Cherie Belom
Phone: (815) 729-3535
Fax: (815) 729-3536
The SPC looks forward to a productive year working with Al Warren oil Co., Inc. Please sign and date
this agreement below, retaining copies for your files and returning the original to my attention.
Sincerely,
rr! l
i
,} VW
Ellen Dayan, CPPB
Purchasing Director
Northwest Municipal Conference
1-
t
r
`l • � ! � yly[ ,!rif
f
06/25/2024
Name: Ellen Dayan Date
Northwest Municipal Conference
DuPage Mayors &
Managers Conference
1220 Oak Brook Road
Oak Brook, IL 60523
Suzette Q{intell
Phone: (630) 571-0480
Fax: (630) 571-0484
Northwest Municipal
Conference
1600 Last Golf 'Rd., Suite 0700
Des Plaines, IL 60016
Ellen Dayan, CPPB
Phone: (847) 296-9200
Fax: (847) 296-9207
Vm-e-. Arnie erg Date
Al Warren oil Co., Inc.
South Suhurhan Mayors
And Managers Association
1904 West 1741h Street
Fast Hazel Crest, IL 60429
Kristi DeLaurentiis
Phone: ('708) 206-1155
Fax: (708) 206-1133
Will County
Governmental League
3180 Theodore Street, Suite 101
Joliet, IL 601435
Cherie Belom
Phone: (815) 729-3535
Fax: (815) 729-3536
REQUEST FOR PROPOSALS (RFP) #230
Selection of a Vendor to Provide
Gasoline (87, S9, & 92 Octane), Diesel Fuel,
Ethanol 75 & 85 and B2 Bio Diesel Fuel
Initial Release Date: May 22, 2024
� APoint Purchasing Program
SUBURBAN PURCHASING F
or Local OV
er
111ne
nt Agencies
TO: Potential Fuel RFP Bidders
FROM: Ellen Dayan, CPPB
NWMC Purchasing Director
DATE. May 22, 2024
SUBJECT: 2024 Request for Proposal (RFP) #230 to Providerasolm' a (87, 89 & 92 Octane),
Diesel Peel, Ethanol 75 & 85 and B2 Bio Diesel Fuel
Due via email at rf san ine-eo .orby 10:30 a.m. Monday June 17, 2024
The Suburban Purchasing Cooperative (PQ is a joint purchasing program sponsored by the Northwest
Municipal Conference (NVMC), DuPage Mayors & Managers Conference (DMMC), South Suburban
Mayors and Managers Association (SSMMA), and will County Govemmental League (WCGL).
Together the SPC represents 144 municipalities and townships in the Chicago region,
The SPC is soliciting proposals for the selection of a vendor to provide Gasoline (87, 89 & 92 Octane) ,
Diesel Fuel, Ethanol 75 & 85 and B2 Bio Diesel Fuel Request for Proposal (RFP) #198, attached.
Requests for clarifications or questions should be emailed to my attention at ayanAn a-Cp
All Bids must he typed and submitted on the forms provided or for ats specified in the Bid- Request
documents. All documents must be properly signed, typed in the proper spaces, and delivered via email
to rfps a m - g . r . Emalls rust he received by 1-0-: 30 a.m. Monday, June 19 for a remote
bid opening that wiH he conducted over ZOOM and in person. The following information.- must
appear on the title lfe of the email; Biddcr's name, SPC 'RFP name & number, date of Bid Request
opening, and hear des i grated for Bid Request opening as shown in the notie e _
Bidders shall also mail or deliver a hard copy of their hid to he received before the big opening at:
Northwest Municipal Conference,Attn.: Ellen Dayan, Purchasing Director, 1600 E. Golf Road, Suite
0700, Des Plaines, IL 60025.
We look forward to receiving your proposals.
DuPage Mayors &
Northwest Municipal
South Suburban Mayors
Will County
Managers Conference
Con erence
And Managers Association
Governmental League
1220 Oak Brook Road
/j/�
1150�} �} East Go�f'Rd., Suite �! 700
1904 West 174"' Street
J8905 S: Frederick Street
Oak Bret, IL 60523
Des Plaines, IL 60016
East Hazel Crest, IL 60429
Suile 107
suzette �antea!
Ellen Dayan, C'PPR
Krista DeLaurentaas
Plainfield, IL 60586
Phone: (630) .571-0480
Phone: (847) 296-9200
Phone* (708) 206-1155
Cherie Beaom
Fax: (630) 571-0464
Fax: (84 7) 296-9207
Fax: (708) 206-1133
Phone: (815) 254- 7700
Suburban Purchasing Cooperative
Request for Proposal ##230
2024 Gasoline,, Diesel Fuel, Ethanol and Bio Diesel Fuel
Table of Contents
1*0
General Conditions and Instructions to Bidders
4-14
1.1
Definitions
4
1.2
Submission of Bids
4
1.3
Investigation and Interpretation of Bid Request Documents
1.4
Corrections to Bid Requests
1.5
Receipt of Bids
7
1.6
Late Bids
7
1.7
Bids by Fax or Email
7
1.8
Catalogs & Product Information
7
1.9
Communication and Notices regarding the Bid bequest
7
1.10
Quoted Prices
7
1.11
Viscounts
8
1r12
Withdrawal of Bids
1.13
Consideration of Bid
8
1.14
Award or Rejection
1.15
Tic Bids
9
1.16
Taxes
1.17
Contract Alterations
9
1.18
Requirements of Successful Bidder
9
1.19
Compliance with all Daws
10
1.20
Non -Assignability
10
1,21
Indemnity
to
1.22
Insurance
11
1.23
Non -Discrimination
1
1.24
Default
1
1.25
Special Conditions
1
1.26
Favored Nations Clause
1
1.27
Permits and Licenses
13
1.28
regulatory Compliance
1
1.29
Special Handling
13
1.30
SPC Pricing for Non -Profit Agencies
13
1.31
Addenda
13
1.32
Force Maieure
13
1.33
Jurisdiction
1
1.34
Program Promotion
14
2.0
Special Conditions
15-21
.1
Intent
15
2.2
Basis of Award
1
2.3
Bid Price
1
.4
Participation Requirement
15
.5
Taxes
15
2.6
Term
16
N
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and lila Diesel Fuel
.7 Quantities
16
2.8 Delivery
16
2-9 .let ers and Seals
17
2.10 Testing and Samples
17
2.11 Inspection/Re-inspection
17
2.12 Clean Up
17
2.13 Payment/Billing
17
.14 Early Termination
17
2.15 Bidder's Qualifications
18
2.16 Primary and Secondary Sources
18
.17 Standby Letter of Credit
18
.18 SPC Rebate
19
2.19 Right to Audit
1
2.20 Debarment
20
,0 Detailed Specifications
22
3.1 Scope
22
3.2 Grade Descriptions and Ratings
22
3.3 Quality
22
Bidder Response Section
23-31
Vendor Contact Information
24
Schedule of prices
-6
ADDENDUM A Vendor References
27
ADDENDUM B Vendor Qualifications
28-30
ADDENDUM C SPCMembers
31
3
Suburban Purchasing Cooperative
Request for Proposal x#230
2024 Gasoline, Diesel Fuel, Ethanol and Hio Diesel Fuel
Fro osals due no later than Monday,June 17, 2024
Time: 10;-30 A.M.
1.0 GENERAL CONDITIONS AND INSTRUCTIONS To BIDDER
The Suburban Purchasing Cooperative (SPC) will receive proposals by the set date and time
for the joint purchase of Gasoline (87, 89, & 92 Ocie), Diesel Fuel, Ethanol 75 & 85 and B
Bio Diesel Fuel.
The general terms and conditions that follow apply to all Bid Requests and Bids accepted by
the Suburban Purchasing Cooperative (PQ unless otherwise specified. Bidders or their
authorized representatives are expected to fully inform themselves as to the conditions,
requirements, and specifications before submitting rids. Failure to do so will be at the Bidder's
own risk. Submission of a Bid assumes that the Bidder has become familiar Frith all conditions
and intends to comply with there unless otherwise noted.
The award for these Bids goes to the lowest responsive, responsible Bidder unless SPC decides
it is in its best interest to do otherwise.
1.1 DEFINITIONS
"B idder(s)" means that individual, partnership or legal entity that submits a Bid in response to
one or more Bid Requests by SPC.
"Bid(s)"' means an offer or proposal tendered in response to a Bid bequest.
"Bid Requests" means one or more requests for proposal C'UP"'), request for quote ("'RFQ")
or invitation for bids ("IFB"), issue or made by SPC.
"Contract"' means these general terns and conditions, the terms and conditions of the
applicable Bid Requests} and the terms of the applicable successful Bid.
"Contractor" means the successful Bidder of a Bid Request as determined by SPC pursuant to
the terms hereof.
1,2 SUBMISSION of BIDS
All Bids must be typed and submitted on the forms provided or formats specified in the
Bid Request documents. All documents must be properly signed, Medi in the proper spaces,
and delivered via email to rfps nwmc-cog-arg. Emalls must be received by 10: 30 a.ml.
Tbursday June 13 for a remote bid opening that will be conducted over ZOOM; The
following information must appear on the title line of the email: Bidder's name, SPC RFP
name & number, date of Bid Request opening and Hour designated for 131d Request opening as
soon in the notice.
ki
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Bidders shall also nail a copy of their bid to: Northwest Municipal Conference, AM.-, Ellen
Dayan, Purchasing Director, 1600 E. Golf Road, Suite 0700, Des Plaines, IL 60025,
Any bidder debarred by the State of Illinois Department of Labor (IDOL) or previously
debarred by Suburban Purchasing Cooperative (regardless of being pre -qualified by IDDT)
will not be allowed to bid according to the terms in Special Conditions 2.20 DEBARMENT.
T.
Bidders must quote on all items appearing on the "MATERIAL PROPOSAL." Failure to bid
on an itern may disqualify bids. Bids presented in terms other than those described on the
MATERIAL PROPOSAL may disqualify bid.
1.3 INVESTIGATION AND INTERPRETATION of BID REQUEST DOCUMENTS
It shall be the responsibility of the Bidder to make any and all investigations necessary to
become thoroughly informed of what is required and specified in the Bid Request. This
includes, but is not limited to, a review of: The Instructions to Bidders, Special Provisions,
General Conditions, Specifications, Plans, Drawings, Attachments, Contract, and Bond
Requirements. No plea of ignorance by the Bidder of conditions that exist, or that may hereafter
exist, as a result of failure or omission on the part of the Bidder to make the necessary
examinations and investigations, will be accepted as a basis for varying the requirements of
SPC or the compensation to the Bidder.
It is the responsibility of all Bidders to examine the entire Bid bequest package and seek
clarification of any requirement that may not be clear and check all responses for accuracy
before subruitting a Bid.
All stated quantities represent an estimate of the quantity of the work to be done and/or
materials to be ordered. Quantities are given as a basis for comparison of Bids to determine
the awarding of the Contract. SPC does not expressly or by implication agree that the actual
quantities involved will correspond to the published estimate. Ey its submission of a Bid, the
Bidder accepts that the quantities stated are estimates only and agrees that SPC will not be
bound to such estimate. SPC reserves the right to -modify the estimates, or remove them in
their entirety, whichever is in the best interests of SPC*
Any interpretation, correction or change of the Bid Request will be made by addendum.
Interpretations, corrections and changes to the Bid Request documents made in any other
manner will not be binding. The Bidder shall not rely upon verbal interpretations, corrections,
and changes, and should submit its inquiry i writing, via e-mail, to the Purchasing Director at
edayan nme=eoand request written clarification in the form of an addendum. All
addenda will be ernailed to prospective bidders. IT IS THE RESPONSIRELITY OF THE
BIDDER To CHECK WITH THE PURCHASING DIRECTOR VIA E-MAIL FOR THE
MOST CURRENT AME TDIN4E1 T .
The Pumbasing Director will not be responsible for verbal clarifications, and if any are
provided, they shall not be binding upon SPC.
5
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Negligence in preparing a Bid confers no right of withdrawal after such time that a Bid is
accepted.
All work must be performed according to manufacturer" s stated recommendations. If those
recommendations conflict with any of the stated specifications, those issues should be
addressed in writing to the purchasing Director prior to submitting a Bid. If the manufacturer's
recommendations include required services not listed within the specifications, those required
services must be considered as part of P's requirements and specifications, and proposals
should include said manufacturer} s recommended services. In addressing issues, they should
be in writing, addressed to the purchasing Director pr'or to submitting a Bid. Questions for the
Purchasing Director can be submitted via email
All work to be performed shall be consistent with, and conform to, the prevailing industry
performance standards,
Any reference in a Bid bequest to a manufacturer's name, trade name, or catalog number
(unless otherwise specified) is intended only to indicate articles that will be satisfactory and is
not intended to restrict competition. Bids on other makes and catalog numbers will be
considered, provided each Bidder clearly states exactly what is proposed to be firnished.
Unless so stated in the Bid, it shall be understood that Bidder intends to furnish items identified
and does not propose to furnish an "equal". The purchasing Director hereby reserves the right
to approve as an "equal,", or to reject as not being an "equal,"' any article the Bidder proposes
to furnish which contains major or minor variations from specification requirements, but which
may substantially comply therewith.
Bidders who wart to Bid on sterns that deviate from the Bid bequest's specifications, which
they believe are equivalent, may submit alternative Bids. however, ALTERNATIVE BIDS
MUST BE CLEARLY INDICATED AS SUCH, AND DEVIATIONS FROM THE
APPLICABLE SPECEFICATIONS PLAINLY NOTED. The alternative Bid must be
accompanied by complete specifications, drawings, etc., and shall be delivered or
electronically transmitted to that individual identified in the Bid bequest_ Bidders wishing to
submit a secondary Bid must submit it as an alternate Bid. only one Bid per envelope or online
submission. Only one alternate Bid may be subMitted by a Bidder.
SPC shall be the sole, exclusive and final .fudge, unequivocally, about whether any substitute
is of equivalent or of better quality. SPC's decision in such matters is final, shall be binding
upon the Bidder, and will not be subject to review or appeal by any person, firm or corporation.
When descriptive literature, catalogs, or other attachments are in conflict with the Bid Request,
the language in the hid document will prevail.
1.4 CORRECTIONS TO BIS REQUESTS
Bidders shall promptly notify SPC of any ambiguity, inconsistency, or error which they may
have discovered upon examination of the Bid bequest, provided they are discovered prior to
the opening of the Bid. Interpretations, corrections, and changes to the Bid bequest will be
�R
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
made by addendum only. Interpretations, corrections, or changes made in any other manner
will not be binding.
1.5 RECEIPT of BIDS
Bids must be received by SPCbefore the designated date and time. Mailed and emailed Bids
must be received at the Northwest Municipal Conference (NWMC) office before the
designated date and tithe and will be kept secure and unopened until the designated date and
time. No Bid received by mail or cmail after the Bid bequest opening date and time will be
considered.
1.6 LATE BIDS
No Bid which is received after the Bid Request opening date and time specified will be opened
or considered. Bids arriving after the specified date and time, whether sent by mail, courier,
or in person, will not be accepted. These Bids will either be refused or returned unopened. It
is the Bidder's responsibility for timely delivery despite the methods used. Mailed Bids that
are delivered after the specified date and hour will not be accepted despite post -marked time
on the envelope.
1*7 BUDS BY FAX OR EMAIL
Facsimile machine transmitted bids/proposals will not be accepted, nor will SPC transmit Bid
Request documents to prospective Bidders by way of a facsimile machine. Emalded bids will
be accepted due to our offices being closed at this time.
1,8 CATALOGS & PRODUCT INFORMATION
Each Bidder shall submit, where necessary, or when requested by the Purchasing Director,
catalogs, descriptive literature, and detailed drawings, fully detailing features, designs,
construction, appointments, finishes and the life not covered in the specifications, necessary
to fully deseribe the material or work proposed to be furnished. Failure to provide such
information as required may result in Bid disqualification.
1,9 COMMIUNICATION AND NOTICES REGARDING THE BID REQUEST
Any communications regarding the Bid Request should be made by e-mail or other written
communication, directed to the Purchasing Director at edayan nwm a -cog. ora. All notices
from the Purchasing Director shall be given in writing via email. It is the Bidder's sole
responsibility to check with the Purchasing Director for communication and notices.
1610 QUOTED PRICES
A. All quoted prices contained in a Bid. Proposal shall be binding upon the Bidder if such. Bid
is accepted by SPCas the winning Bid. All such quoted prices sball be deemed incorporated
into and made a part of the Contract by reference. product costs are based on Bidder's Bid
price and shall represent the entire cost in accordance with the Bid Request specification
documents and once a Bid is awarded no subsequent claim will be recognized for any
increase in wage scales, material prices, cost indexes, or any other rates affecting the
industry or the project during the terra of the Contract.
7
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
B. Unit prices shall be shown for each unit on which there 1s a Bid. All prices should be
quoted to 4 decimal places. The unit price will govern in cases of inconsistencies, and it
will be extended to reflect the correct total price. Unit and/or extended prices will not
include any freight, shipping, handling charges or taxes_ if applicable, freight and/or
shipping charges should be shown as a separate line item,
C. Contractor guarantees product costs against any increases for at least twelve (12) months
from date the Contract accepting a Bidder's Bid is executed. Contractor agrees that any
pace changes must be submitted in writing to the Purchasing Director for consideration
not less than ninety (90) days prior to the desired effective date of such price changes.
D. Contractor agrees to share cost reductions with SPC. All undelivered products will be
billed at the lower cost.
1,11 DISCOUNTS
Bidders shall provide prompt payment discounts as set forth in the Bid bequest. When cash
discounts are offered the discount date shall be figured from the date of receipt or invoice to
SPC contract participants, whichever is later. Prompt payment discounts may be a
consideration in the award of the Contract.
1.12 WITHDRAWAL of BID
Bids may be withdrawn at any time prior to the scheduled Bid Request opening or cutoff date.
Requests to withdraw a Bid shall be in writing, properly signed and received by the Purchasing
Director prior to the Bid Request opening.
Bids may not he withdrawn after the Bid bequest cutoff date or opening without the approval
of the Purchasing Director. After the opening, the Bidder cannot withdraw or cancel its Bid
for a period of sixty (60) calendar days.
1,13 CONSIDERATION of BID
SPC reserves the right not to award a Contract to any person, firm or corporation that is 1n
arrears or is default to SPC, or any of its contract participants, upon any debt or contract,
or that is a defaulter, as surety or otherwise, upon any obligation to SPC or had failed to
perforin faithfully any previous contract with SPC or any of its entities.
The Bidder, if requested, shall present, within 48 hours, evidence satisfactory to SPC of
performance ability and possession of necessary facilities, financial resources and adequate
insurance to comply with the terms of the Bid Request specifications and Contract documents.
1,14 AWARD OR REJECTION
SPC reserves the right to reject and/or award any and all Bids or parts thereof and to waive
formalities and technicalities according to the best interest of SPC.
8
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
SFC will accept one or more of the Bids or reject all Bids within sixty (60) days or within
ninety (90) days where approval by other agencies is required, from date of opening of Bids,
unless the lowest responsive Bidder, upon request of SPC, extends the time of acceptance
Any Bid submitted will be binding for twelve (12) montbs after the date of the award unless
otherwise noted.
Bidders shall make all investigations necessary to thoroughly inform themselves regarding
the supplies and/or service to be furnished in accordance with the Bid Request. No plea of
ignorance by the Contractor of conditions that exist or that may hereafter exist as a result of
failure or omission on the part of the Contractor to make the necessary examinations and
P
nvestigations will be accepted as a basis for varying the requirements of SFC of the
compensation to the Contractor;
ANY EXCEPTIONS NOT TAKEN BY THE BIDDER SHALL BE ASSUMED BY SFC
TO BE INCLUDED.
Under the conditions of the Uniform Commercial Code, the signing of the Bid by the Bidder
constitutes an "offer". If approved. by SFC Governing Board, the Bid becomes part of a
Contract.
1,15 TIE BADS
tie bid exists when two or more bidders offer products and/or services that meet all
specifications, terms and conditions at identical prices, including discounts offered. In such
case, a tie bid will be broken by the following methods in descending order ofprcference;
A. The bids shall be re -bid with the lower bid receiving the contract.
B. If there are still tied bidder's, then a coin toss by the NWMC purchasing Director shall
decide the bidder to whom the contract shall be awarded. Tie bidders shall be offered the
opportunity to attend the coin toss but reed not be present.
1, 1 6 TEES
SFC is exempt by law from paying Federal, State and Village Retailer's Occupation Tax,
State Service Occupation and Use Tax and Federal Excise Tax. Each participating entity will
supply the Contractor with their purchaser's tax-exempt numbers.
1.17 CONTRACT LTERATIO S
No amendment of a Contract shall be valid unless made in writing and signed by SPC and
Contractor(s).
1.18 RE UIRE ENTS OF SUCCESSFUL BIDDER
The successful Bidder, within ten (10) days after notification of the award shall; (a) enter into
a Contract in writing with SPC covering all matters and issues as are set forth in the Bid
9
Suburban Pu rch asmg Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Friel, Ethanol and Blo Diesel Fuel
Request specifications; and(b)carry insurance acceptable to p covering public liability,
property damage and worker's compensation, or performance bond and payment bonds.
1,19 COMPLIANCE WITH ALL LAW
All work under the Contract must be executed in accordance with all applicable federal, state
.and local laws, ordinances, rales and regulations O
1.20 NON -ASSIGNABILITY
The Contractor shall not assign the Contract, or any part thereof, to any other person, firm or
corporation without the previous written consent of SPC Goveming Board. Such assignment
shall not relieve the Contractor from its obligations or change the terms of the Contract.
1.21 IDMNIT
The Contractor(s) shall indenmif , save harn Tess and defend SPC, its officers and employees
from any and all liability, losses or damages, including attorney's fees and costs of defense
SPC may suffer as a result of claims, demands, suits, actions or proceedings of any kind or
nature, including worker's compensation claims, in any way resulting from or arising out of
or relating to any act, omissions or the operations ofContractor(s) under the Contract,
including operations of its employees and subcontractors, and the Contractor(s) shall, at its
own expense, appear, defend and pay all fees of attorneys and all costs and other expenses
arising there from or incurred in connection therewith; and, if any judgments shall he rendered
against SPC in any such action, the Contractor(s) shall, at its own expense, promptly satisfy
and discharge same. The Contractor(s) expressly understands and agrees that any
perfonnance bond or insurance protection required by a Contract, or otherwise provided by
Contractor(s), shall in no way limit the responsibility to indemnify, beep and save harmless,
and defend SPC as herein provided.
It is the ontractor(s)'s responsibility to assure that all products comply with all federal, state
and local laws and regulations affecting the manufacture, distribution and labeling of
merchandise.
Contractor(s) is required to take full responsibility for their products and protect SPC from
any claims or lawsuits which may occur as a result of the use of their product(s) by SPC
contract participants.
Contractor(s) agrees to indemnify, defend and save Sp, its contrast participants and all users
of the product(s) harmless from any and all claims, actions, lawsuits, liabilities, losses,
damages, casts and expenses (including attorney's fees) arising from or alleged to arise from
any or all of the following:
A. Actual or alleged inffin.gement of any patent, trademark, copyright or any similar right, or
any claim of unfair competition in connection with the product and shall promptly notify
SPC thereof.
10
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
B. Actual or alleged death or injury to any person, darnage to any property or any other
damage or loss, by whomsoever suffered, resulting or claimed to result in wbole or in past
from any actual or alleged defect In the product, whether latent or patent, including actual
or alleged improper construction or design of the products or the failure of thep aroducts to
comply with specifications or any express or implied warranties of the Contractors); and
C. victual or alleged violation by the products, or their manufacture, possession, use or sale,
of any law, statute or ordinance or any goverrimental administrative order, ru 1 e or
regulation.
D. All agreements of indemnity herein shall survive acceptance of product and termination
of the Contract.
112 INSURAE
In submission of a Bid, the Bidder certifies that it has all insurance coverage required by law
or would normally be expected for Bidder"s type of business. In addition, the Bidder is
certifying that the following minimum is in place:
Type of Insurance
General:
Bodily Injury
Property Damage
Contractual Liability;
Broad For -n
Automobile:
Bodily Injury
Property Damage
Liability Limits Each occurrence
$1.90009000
$13000)000
1,000,000
$190001MO
$1-90001POO
Liabi li Limits Aggregates
$21)000-5000
,o00,0oo
,000,o00
,0005000
$20000
The insurance roust include non -owned, hired or rented vehicles, as well as owned vehicles.
l u.rance: Insurance Company must have a ]Best Rating of AV or better.
Workers Coinvensation Statutory for Illinois
Employer's Liability 1, 011000
It is required that the Contractor supplies SPC with a certificate evidence of insurance.
Note: The Bid bequest specifications may require higher limits or additional types of
insurance coverage than showed above and the Contractor may be required to furnish a
certificate of proof of insurance coverage.
The Contractor agrees to grant SPC an `{additional insured"' status on all applicable insurance
policies and said policies Will not be canceled unless SPC is provided a thirty (30) day prior
11
Suburban Purchasing Cooperative
Request for Proposal ##230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
written notice. Nothing contained in the insurance requirement shall be construed as limiting
the extent of the Contractor's responsibilities for payment of damages resulting from
Contractor's its employees or subcontractors acts, ornissions or operations under the
Contract. If so required by the Bid bequest, the Contractor shall have all contract participants
added as "additionally insured} on all applicable insurance policies. A new Certificate of
hnsura.nce and 13road Form vendor's Endorsement must be provided to SPC each year prior
to the expiration of the Product Liability policy. This annual obligation remains in force for
as long as Contractor continues to offer products or services under the Contract,,
1.23 NON-DISCREMNATION
The Contractor shall comply with the Illinois Human Rights dict, 775 ILLS 511 — 101, et seq.
(2000), as amended, and any rules and regulations promulgated in accordance therewith,
including but not limited to, the Equal Employment Opportunity Clauses, 5 Il. Admin_ Code
§ 7 o . The Contractor shall also comply with the Public works Employment Discrimination
Act, 775 ILLS 10/01 et seq. (2000), as amended.
It shall also be an unlawful employment practice for the Contractor (1) to fail or refuse to hire
or to discharge any individual or their compere sation, or the terms, conditions, or privileges of
their employment, because of such individual's race, color, religion, sex, age, handicap or
national origin; or (2) to limit, segregate or classify their employees or applicants for any
individual or employment opportunities or otherwise adversely affect their status as an
employee, because of such individual's race, color, religion, sex, age, handicap or national.
origin. Contractor shall comply with the Civil Rights Act of 1964, 42 U.S.C. § 2000, et seq.
(2000), as amended.
1,24 DEFAULT
In case of default by the Contractor, SPC will procure articles or service from other sources
and hold the Contractor responsible for any excess cost incurred as provided for in Article 2
of the Unifonn Commercial Code.
SPC may terminate the whole or any part of the Contract in any one of the following
circumstances:
A. If the Contractor fails to make delivery of materials or to perform services within the
time specified in this proposal; or
B. pails to make progress so as to endanger performance of the Contract, or
C. Fails to provide or maintain in full force and effect, the liability and indemnification
overage if required.
1.25 SPECIAL CONDITIONS
Wherever special conditions are written into the Bid bequest specifications or special
provisions which are in conflict with conditions stated in the instructions to Bidders, the
conditions stated in the specifications or special provisions shall tale precedence;
1
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasotine, Diesel Fuel, Ethanol and Bio Diesel Fuel
1.26 FAVORED NATIONS CLAUSE
In the event the Contractor introduces a program with more favorable terms than those
available to customers of similar status to SPC or its contract participants, the Contractor shall
immediately make that program available to SPC and its contract participants.
1,27 PERMITS AND LICENSES
The successful Bidder shall obtain, at its own expense, all permits and li cons es which may be
required to complete the Contract.
1.28 REGULATORY COMPLIANCE
The Contractor shall submit a Material Safety Data Sheet (MSDS) prior to or at the time of
delivery if any toxic substance is contained in the product per Public Act 83-240, OSHA
standards or any other applicable law.
All applicable portions of the Uniform Commercial Code shall govern the Contract between
the Contractor and SPC.
1,29 SPECIAL HANDLING
Prior to delivery of any material which is caustic, corrosive, flammable or dangerous to
handle, the Contractor will provide written directions as to methods of handling such products,
as well as the antidote or neutralizing material required for its first aid before delivery.
1,30 SPC PRICING FOR NON-PROFIT AGENCIES
The Contractor shall submit SPC pricing to any non-profit agency that is approved. by SPC.
In addition, it rust be clearly designated and presented as SPC Pricing.
1,31 A DDE DA
Addenda are written instruments issued by SPC prior to the date for receipt of Bids which
modify, or interpret the Bid bequest by addition, deletions, clarifications, or corrections.
Prior to the receipt of Bids, addenda will be emailed to prospective bidders. IT IS UP TO
THE BBDDER TO CHECK WITH THE PURCHASING DIRECTOR TOR F Old THE MOST
CURRENT AMENDMENTS.
1.32 FORCE I AJEURE
Neither party shall be liable for any delays M performance caused by Acts of God, civil or
military authority, fires or other circumstances beyond their reasonable control.
133 JURISDICTION
Finally, the parties agree that the Contract is subject to and shall be interpreted under the
internal laws of the State of Illinois, without regard to its conflict of laws provision. By
executing the Contract, both panties agree to be subject to the .jurisdiction of the courts of the
County of Cook in the State of Illinois. The parties also agree that should any litigation be
commenced between the parties concerning any provision of the Contract or the rights and
13
Suburban Purchasing Cooperative
Request for Proposal x#230
2024 Gasoline, Diesel Fuel, Ethanal and Bio Diesel Fuel
duties hereunder, the party prevailing in such litigation shall he entitled, in addition to such
other relief as may he granted in such proceeding, to reasonable sung from the roan -prevailing
party for attorneys' fees.
134 PROGRAM PROMOTION
The SPC and vendor shall promote and announce the onset of theWC/awarded vendor prom,
and shall actively solicit participants (Municipalities, Townships, Schools, Libraries, Park
Districts, Counties, and not -far -profits in lllinais)� The awarded vendor will he allowed to send
promotional materials to participants with prior written approval of the SPC. Mailings originated
by the awarded vendor will he at their awn expense. The awarded vendor agrees to support and
participate in SPC Vendor events.
14
Suburban Purchasing Cooperative
Request for Proposal #230
024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
2,0 SPECIAL CONDITIONS
2.1 Intent
The intent of this bequest for Proposal (RFP) as it is issued by the Suburban Purchasing
Cooperative (PQ is to secure pricing quotations from qualified vendors as it relates to the
procurement and delivery of Fuel under the joint purchasing prograrn. In F3, the SPC
contract generated sales of over million of fuel and gasoline on 1.7 million gallons.
Participants in the current contract are: Barrington, Bartlett, Bartlett Fire Protection District,,
College of I uPage, Downers Grove Park District, DuPage water Commission, Evanston,
Glencoe, Glenview, Hoffman Estates, Hoffnnan Estates Park District, Lake Bluff, Lake Forest,
Labe Zurich, Leyden Township, Libertyville, Lincolnshire, Lincolnwood, Morton Grove,
Mount Prospect, Mount Prospect Park District, Northbrook, Northbrook Park District,
Oakbrook Ter -race, Randall Dabs & Bonnie Dundee Golf Course/Dundee Township, Sleepy
Hollow, Tinley Park -Park District and wheeling.
The SPC does riot guarantee quantities or participation associated with this RFP. leo
additional compensation will be allowed to the awarded vendor for any adjustments of
quantities. The SPC represents over 144 municipalities and townships in northeastern Illinois.
The following entities are eligible to participate in the SPC joint purchasing programs.
Municipalities, Townships, Counties, Fire Protection Districts, Park Districts, Libraries,
School Districts and Non -Profit Organizations.
2.2 Basis of Award
The SPC will award a contract to the lowest responsive and responsible bidder that submits
the lowest total price.
2.3 Bid Price
All bidders roust submit a hid price based upon the OtL PRICE INFORMATION
SERVICE (OPIS) Low Chicago published pn'ce per gallon dated May 6, 2024, plus or
minus the bidder's profit/overhead ("contractor mark-up"). The OPIS CMCAGO sheet for
ll4ay 6 roust be attached to the hid. The OPIS newsletter is published on Monday of each
week and shall be the reference price for deliveries made from Monday through Sunday of
each week. The price per gallon will be based on the low posted for the day of delivery. The
mark-up amount will remain, firm throughout the term of the contract.
2A Participation Requirement
Participants in the Suburban Purchasing Cooperative (SPC), Gasoline, Diesel & Bioiuel
contract(s) shall only use the awarded vendor(s) for all requirements of gasoline, diesel and
No fuel, for the term of the contract(s) if more than one contract is awarded or separate
contract is signed.
2.5 Taxes
Municipalities will pay the following taxes in the exact amount of the taxes.-
15
axes:
15
Suburban Purchasing Cooperative
Request for Proposal ##230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
For example, multiply costper gallon tax x percentage ofpetroleum ba e f el.
(i. e. Unleaded RFT at 0 Petroleum and 1 Ethanol = .90 x .0019
00171
MuniclpaUty
IL STATE
FEDERAL FEDERAL EIM L IL MFT SALES
FEDERAL
FUEL TYPES EXCISE OIL SPILL UST TAX TAX
LUST PST
87 Octane Gasoline 0 $0.005783 $0.011 a
$0.0001 0
89 Octane Gasoline 0 $0.005783 $0,011 0
$0.0001 0
93 Octane Gasoline o $0.005783 $0.011 0
$0.0001 0
Off Road/Dyed R-11 0 $0.006191 $0.011 o
$0.0001 0
Off road/Dyed Diesel o $0.006191 $0.011 0
$0.0001 0
On Road R-11 0 $0.005783 $0*011 0
$0.0001 0
On Road Dieset o $0.529000 $0.011 0
$0.0001 o
-1 Kerosene $0.529000 $0.017. o
$0.00ol o
Municipalities are exempt from payment of the Illinois Retailer's Occupation Tax. Also,
Municipalities will not pay the Federal Excise Tax on fuel purchases. It is a requirement of the
contract that the contractor not invoice municipalities for this tax and process the necessary
paperwork for this tax refund.
2.6 Term
The contract term shall be for one year from the date of award of the contract. The SPC
reserves the right to extend the contract for (3) three additional (1) one-year periods under the
same terms and conditions of the on'ginal contract} For any year beyond the initial year is
contingent upon the appropriation of sufficient funds.
2*7 Quantities
Any quantities shown on the proposal page are estimated only for bid canvassing poses,
the SPC has made a good faith effort to estimate the quantity requirements for the Contract
term. The SFC reserves the right to increase or deerease quantities ordered under this eontract.
The quantities given are estimated by the SPC to be required during the initial (12) twelve-
month tern of the contract.
.8 Delivery
The contractor is responsible for making deliveries Monday through Friday between the hours
of 7+00 a.m. to 3:00 p.m. The contractor must make delivery not later than 24 hours after the
receipt of an order from a municipality. All transportation and deliverer charges an&or
incidentals shall be included in the bid price
Under cireumstances of extreme usage or if an emergency situation exists in the region,
deliveries may be required within a 4 -hour period. The contractor shall also agree to deliver
on Saturdays, Sundays, and Legal Holidays, if an emergency situation exists in the region.
The delivery locations are stated in the "Detailed Specifications"'. The SPC reserves the right
to add or delete deliverer locations.
16
Suburban Purchasing Cooperative
Request for proposal #o
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Truck Transport deliveries 6,000 gallons and over. Truck tank wagon indicates deliveries of
less than 6,000 gallons. Mini'murn deliveries are set at 1,000 gallons. Orders over 6,000
gallons are based on single and combined fuel/gasoline Products.
2;9 Meters and Seals
Tracks delivering gasoline/fuel in less than full loads must be equipped with approved and
tested meters. Trucks delivering full loads must have sealed tags attached and the manifest
sheet must be checked by the receiving agent at the delivery location.
2.10 Testing and Samples
In order to determine that the proposed gasoline/fuel provided under this contract conforms
to specifications, the SPC reserves the right to test and/or inspect proposedroduet s . Other
p �
tests and measurements may also be performed, as determined by the SPC. Upon request b
the SPC, the bidder must submit samples for test and inspection, at no cost to the SPC.
The Municipalities reserve the right to take sample(s) prior to and during the terra of this
contract from any lot; Any samples that do not meet minimum specifications will be rejected
and will serve as rejection for the entire lot. In the event of a rejection, the contractor must
remove and redeliver at no additional cost to the Municipality'. including any gasoline/fuel
remaining in the tanks prior to delivery that was contaminated by the rejectedg asoline/fuel,
2.11 Inspeetlon e4uspection
Customer will inspect or re -inspect the work upon receipt of notice the re -filling of fuel tank(s)
has been completed. This inspection process will happen each time a fuel tank is re -filled.
.12 Clean Up
The Contractor shall at all times keep the premises free from accumulation of waste materials
and/or spills caused by re -filling of fuel tan s). Any overfills and/or spills as a result of
filling either a diesel and/or gas tank shall he addressed immediately upon completion of the
p p
work. If the Contractor fails to clean up once an issue is identified, the customer may do so
and the cost thereof shall be charged to the Contractor or subtracted from any holdback
amount
2;13 Payment/Billing
Contractor is to bill each individual municipality. Attached to each invoice must be the
contractor"s original signed delivery ticket and a copy of the OPIS CHICAGOp
e
h
s
ublid prier,
p
list from the day of delivery. Payment will be nude to accordance with the 111inois Focal
ovemment prompt Payment Act. Contractor is to invoice after each delivery.
.14 Early Termination
The SPC may terminate any portion or the entire contract at any time, upon (14) fourteen days
written notice to the contractor. If the SPC elects to terminate the contract to full, all services
to be provided under it must cease. After written notice is received, the contractor must
17
Suburban Purchasing Cooperative
Request for Proposal 9230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
restrict its activities, and those of its subcontractors. No costs incurred after the effective date
of termination are allowed. In the event the health and safety of citizens is threatened the SPC
will immediately notify the contractor and the contract shall immediately be terminated.
If the SPC's election to terminate this contract for default is determined in a court of
competent jurisdiction to have been wrongful, then the termination is to be deemed to be an
early tcrnmination pursuant to this Early Te niination Provision.
2.15 Bidder's Qualifications
All bidders must be qualified suppliers and demonstrate the capacity to provide the' services
and product required in accordance with this hid. The SPC reserves the right to consult
references, financial statements and any other resources to determine the capabilities of a
bidder.
2.16 Primary and Secondary Sources
It is the intent of the SPC to award a Primary Contract to the lowest responsive and responsible
bidder meeting the specification requirements-, this contractor will be considered the "Primary
Source". However, to ensure that the gasoline/fuel specified herein can be obtained, the SPC
reserves the right to award a Secondary Contract to the next lowest responsive and responsible
bidder meeting the specification requirements; this contractor will be considered the
"SecondarySource". It is understood that the first preference will be given to ordering from
the Primary Source.
In the event that the gasoline/fuel specified herein cannot be obtained from the Primary Source
within the required delivery tirne as specified, Municipalities can order from the Secondary
Source. Municipalities will pay the secondary source a bonus of $.005 per gallon in addition
to the contractor's mark-up for delivering when the Primary Source fails to deliver. In the
event of default by the Primary Source, the Secondary Source will assume the Primary Source
position.
2.17 Standby Letter of Credit
In the event of delayed or refusal to deliver the required amount of gasoline/fuel to the
ordering Municipalities within' the required delivery time as specified, the operations of the
Municipalities would be jeopardized. Because the operations of the Municipalities would
be jeopardized, the SPC requires that the Primary Source provide the SPC with a Standby
Letter of Credit in the amount of $10,000. The Standby Letter of Credit must be provided
within (10) ten business days after the contract is awarded by the SPC.
The SPC is entitled to cash the Standby Letter of Credit on demand and draw an amount to
cover actual damages that the Municipalities incur as a result of the Primary Source to meet
the requirements of the contract. Failure of the Primary Source to meet specified delivery
requirements, or refusal to deliver the required amount of gasoline/fuel, will result in the
Municipalities from requesting delivery from the Secondary Source, as described in the
`Primary and Secondary Source" section of the contract. The SPC will then draw upon the
18
Suburban Purchasing Cooperative
Request for Proposal #o
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Letter of Credit of the Primary Source to cover the actual difference in price between the
Primary Source's bid prices and the Secondary Source. The amount withdrawn will include
the $0.005 per gallon bonus as described in the "Primary and Secondary Source" section of
the contract.
fn the event of default by the 'Primary Source, the Secondary Source will assume
responsibilities as the Primary Source and roust provide the SPC with a Standby Letter of
Credit in an amount that will be pro -rated based on the amount of time remaining in the current
term of the contract,
If the SPC applies any portion of the Standby Letter of Credit to cover actual damages
resulting from the failure of the contractor to meet the requirements of the contract, the amount
of the Standby Fetter of Credit that the contractor must maintain will equal the unexpended
balance remaining after withdrawal by the SPC,
The Standby Letter of Credit must be issued by a company or a financial institution authorized
to do business under the laws of the State of Illinois and reasonably satisfactory to the SPC.
None of the provisions contained in this contract or in the Standby Letter of Credit will be
construed to excuse the faithful performance by the contractor or its obligations under this
contract or to limit the contractoe) liability under this contract for any and all damages in
excess of the amounts drawn under the Standby Letter of Credit.
2.18 SPC Rebate
The contractor shall remit to the NWMC Purchasing Director on a quarterly basis, an amount
equal to o. % of the total dollar volume for the quarter. Contractor must submit payment
and an Excel report of quarterly purchases made from the contract before the last day of the
month following the end of each fiscal quarter:
Quarter 1 — May, June, July, due August 31
Quarter 2 — August, September, October, due November 30
Quarter 3 — November, December, January, due February 28
Quarter 4 — February, March, April, due May 31
This report is to be submitted to the NWMC Purchasing Director, 1600 last Golf Road, Suite
07005 Des Plaines, Illinois 60016 and shall include the following information; ordering
municipality, date of order, date of delivery, item descriptions, total quantity delivered, item
price (including mark-up and applicable taxes), total order extended price, and total volume
for the quarter, r
2,19 light to Audit
The SPS reserves the right to audit the SPC vendor's administrative fee reports at
any time for the duration of the contract and for a period of up to two years after the end of
the contact or after final payment of administrative fees clue under the contract. The right to
audit shall include any subcontractors engaged by the vendor. The audit may be conducted
utilizing SPCNWMC staff through a contracted auditing firm. P has the right to
19
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
inspect the books/records/re-ports/documents of the firm at any time with reasonable notice
(reasonable may be 3 days' notice, not during a holiday or weekend, during normal business
hours, etc.). The vendor will make reasonable arrangements in order to conduct the audit.
The contractor agrees to fully cooperate in the inspection of its books, records, documents,
and reports by making them available for inspection at the date and time requested by the
P /NWM . In addition, the contractor will provide copies of any documents if requested
by the SPS .
fn addition to collecting any outstanding administrative fees due to the SPC/NWMC, the
SPC/NWMC further reserves the right to assess fees and liquidated damages, including but
not limited to recovery of mutually agreeable fees to conduct the audit as well as a negotiated
interest rate calculation, against the vendor to recoup the costs of the audit and the cost due to
any underreporting of administrative fees due to the P WMC. The vendor shall remit all
Fees and liquidated darnages due to the PC/NWMC within sixty 60) days following the
close of the audit.
*0 Debarment
]Prospective bidders may be barred from doing business with the Suburban Purchasing
Cooperative for a pen od up to five (5) years including a minimum of one bidding cycle for a
first-time offense with the approval of the SPC Governing Board. Second time offenders may
be barred for a period up to ten years also with the approval of the SPC Governing Board.
Barred vendors may appeal no later than 30 days after issuance of the decision by filing a
Witten notice of appeal to the SPC Governing Board for consideration_ The SPC ove 'ng
Board will review and provide a recommendation to the NWMC Executive Director. The
Executive Director will make the final decision on the appeal.
Bidders may be barred for the following (non-inclusive):
A. Breach (including anticipatory breach) of contract with the SPC or any governmental
unit. Governmental unit 1s defined as any public authority in the State of Illinois which
has the power to tax, or any other public entity created by statute. (30 IL 525/1) Illinois
Governmental faint Purchasing Act.
B. The bidder beim delinquent in the payment of any tax administered by the Illinois
Department of Revenue as set forth an 65 ELCS 5/11-42.1-1.
C. A bidder who is barred from doing business with the federal government, the State of
Illinois, or a unit of local govemment in .Illinois, that has been found to be in violation of
any federal or state statute or regulation concerning public contracting or the Illinois
Officials and Employee Ethics dict, or who has failed to perforin as required on a previous
NVMC contract.
D. Falsifying or misrepresenting manufacturer}s specifications in order to appear responsive
to a solicitation.
20
Suburban Purchasing Cooperative
Request for Proposal #230
2024 GasofinDiesel Fuel, Ethanol and Rio Diesel Fuel
Conferring or offering to confer any gift, gratuity, favor, or F
advantage, resent or future,
�
upon any NWMC employee or SP Governing Board member who exercises any "official
responsibility" to negotiate and enter into contracts. It is not necessary that the offer be
accepted by the employee/committee member, or even that the offer he made with intent
to influence the employee/committee member in an official act.
F. Failing to disclose a condition constituting a conflict of interest by any officer, director,
owner, or partner of the vendor in a contract or purchase order awarded by the
Conference, a unit of local government, or a state agency.
G. Any fact indicating that the individual or firm is not a responsible vendor. A responsible
bidder is defined as a person who has the capability in all respects to perform fatly the
contract requirements and the integrity and reliability that will assure good faith
performance (30 IELCS 500/1-15.80).
H. Conviction of any criminal offense involving public contracting. Examples include but
are not limited to, bribery and lino gly making a false statement in regard to collusion
of a Request for Proposals. Conviction for any of the above of any officer, director,
owner, partner, agent or related business entity of a vendor shall constitute grounds for
debarment.
L Judgment finding a violation of federal, state, or local municipality antitrust laws.
J4 Finding that the bidder has colluded, conspired or agreed directly or indirectly, with an
other bidder, public employee, NWMC employee or any person, to fix the bid price
submitted by bidder or any other bidder or that the bidder, its agents, owners, officers or
employees Piave been convicted or pleaded nolo contendere to bribery, hid rigging,
pricing, fixing, or defrauding, a unit of local government in violation of Section 33E-3
or 33E-4 of the State of f llinois Criminal Code.
21
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline,, Diesel Fuel, Ethanol and Bin Diesel Fuel
,0 IAF TAI]LD SPECIFICATIONS
3.1 Scope
The Suburban Purchasing Cooperative (SPC) is a group of regional associations that serve
over 142 municipalities and townships in the Chicago land region. The SPC intends to award
a contract(s) for the supply of gasoline/fuel to various member municipalities and/or other
gover nent entities.
Bids are being solicited for deliveries for quantities in excess of 6,,000 gallons, and less than
6,000 gallons.
,2 Grade Descriptions and Datings
Included in this bid are the following:
Regular Unleaded Gasoline — Minimum 87 Octane
Mid -Grade Regular Gas, 89 Octane
Premium Unleaded Gasoline — Minimum 92 Octane
Low Sulfur Clears Diesel Fuel, Grade # (15 PPI) Parts Per Minute
Low Sulfur Clean Diesel Fuel Winter Mixture, 30% Grade #I & 70% Grade (15 PPM) Parts
Per Million
Bo Biofuel
E75
E85
Ultra Love Diesel Fuel
asafi elF ellBiof el shall not contain unapproved additives.
3.3 Quality
The gasoline supplied under the resulting contract(s) must meet the provisions of the "Federal
Clean Air Act" effective 1/1/95 and any other subsequent revisions, as well as ANSI/ASTM
D4814 -94D. or latest revision thereof, Diesel fuel shall comply with the ANSFA T
Standard Specifications D4814 -92A,, or latest revision thereof* Bio -Fuel must meet
ANSIASTM PS 121 Standards.
W
Suburban Purchasing Cooperative
Request for Proposal ##230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Bidder Response Section
Delivery; Estimated delivery time required after receipt of order: days.
(Please be as accurate as possible.)
The SPC may accept the bid at any time within o days of bid opening and such acceptance shall bind
the bidder to perform in accordance with the terms and conditions contained in or referenced in the
invitation.
Prompt Payment Discount: % 30 calendar days after receipt of shipment or properly executed
mvoiee voucher, whichever i received later.
Federal Employer Identification Number _� (0 — 3 i p �h q p
Certification by Bidder
By submitting a signed bid (unsigned bids will not be considered) the bidder cervi fies that he or she:
a. Has read and understands the requirements of the invitation for bids and offers top rovi de
the requested goods and services, and
b. is not barred from being awarded a contract or subcontract under section 10.1 or 10.3 of
tile Illinois Purchasing Act (see IL_ Statues 30 SCS 505110.1 and 30iL 505110.3. Nor
is it barred from eOntraeting with unit of state or local goverment as a result of a violation
of section 33eA 33eof the criminal code of 1961 (see IL. Statues +701L 5/33e3 and 70
iL 5/33-e4).
23
Suburban Purchasing Cooperative
Request for Proposal #20
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Bidder Response Section
Please foto: You rust sign this hid in WIL Fly provide all of the Wormation requested.
The undersigned acknowledges and agrees that each of the cerafications shall be incorporated
into and made part of the Requcst for Proposal agreement, contract, amendment', renewal or other
similar document to which these certifications are attached.
Bidder or Firm: enn0 1 � o � Y1L,
Bid Submitted by (signature mink): Air -flu -
Title:
vi
Street Address: I yYve V
City, Stat, Zip Code: vi 3)-o
Telephone Number: `3 VF
(*) ( )Check here if biding is to be mace from address other than one shown and type or print
same in the blanks:
Note: Please provide a telephone number that the SPC may use to contact your firm.-
(Phone):,,
irm:
{Phone}: �j -� '� � �- � � Fax): 3 t3 - 9--71 0 �
Please print contact person's name: 1� V y� �Q D.
0
Email address: JA, P two v✓1
The SPC contract awarded vendor agrees to submit the prieln enclosed hers to any unit
of local government submitting a bid* This means that if a muni 1 alit '/township subrnits
a separate bid to the dealer* the dealer must quote the SPC price. In addition, the dealer
must inform the unit of local government that the dealer is the SFC approved vendor*
Exceptions to this policy mast be approved by the SPC*
24
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Bidder Response Section
SCHEDULE of PRICES
BIDDER AGREES To PROVIDE
AR prices to be quoted to 4 decimals
ESTIMATED UNIT QIJANTIY 100,.000
01 87 octane -Deliveries
OPIS Chicago Index Lour -t
Rack
Profit/Overhead
Total CosVgallon ( Not
Taxes)
02 89 Octane-0911veries
<6,000 gallons
OPIS Chicago Index Lour
>2,500 gaUons
Racy
Unit Extended
Profit/Overhead
Unit Extended
TotalCost/gallon ([het
Price Price
Taxes)
Price Price
ct 3
$ $
03 0 octane -Deliveries
$
OPIS Chicago Index Lour
$ l Oq �d $
Rack
_ ......._ .
00 $
Profit/Overhead
$ �b 3 70
Total Cost/gallon (Net
$ 3,.-79 3 c $ J- 7
Taxes)
04 Grade #2 Diesel Fuel -Deliveries
oPIS Chicago Index Lour y �
Racy
Profit/Overhead
TotalCost/gallon (Net
Taxes)
05 Winter Mixture, 30% & 70% Grad Deliveries
OPIS Chicago Index Low �
Fuck
Profit/Overhead
TotalCost/gallon (Net
Takes)
06 Grade #41 Diesel Fuel -Deliveries
OMS Chicago Index Low
Rack
Proftloverhead
Total Cost/gallon (Net
Taxes)
21600 -6,000
<6,000 gallons
gati.ons
>2,500 gaUons
UOIlii
Unit Extended
unit Extended
Unit Extended
Price Price
Price Price
Price Price
Gallon
$ $
$ $$
—$� --�..�
$
Gallon
$ l Oq �d $
t6� , ..,..
_ ......._ .
00 $
Gallon
$ �b 3 70
� ``
$ 3,.-79 3 c $ J- 7
49 151 Soo
Gallon
$ $
$
$
Gallon
$ q&40 $
$ f $
$ f ` $
Gallon
$ 133-1 $ VL3
`
IJL 1 o
Gallon
$ $
$ $
$ $
Gallon
$ O g q o $
$' l IOU $
$ ,..._.
Gallon
$ 3, i 0 31 $ 310t.310
$ , J 0 M $ 1i6_�to
i
$ sl`3L-5--i;iL)
9 S 3, 1-3 c)
Gallon
$ $
$ $
$ $ -
Gallon
-$ goij o -
$ r 11 o $
.$....
$ JD6 0
Gallon
$ 4 4V$
$ d.'<O<$ �. � �� �
$
Gallen
$ $
$ $
$ $
Gallon
$ c j4j.4 0 $
$ k ]! $
$ 400 ,,.._.
Gallon
$ $
$� $AcJ3,e
_ .-....
F) "8 l
y
Gallon
$ $
$ $
$ $
Gallon
$ / oil0 $
$'))00 $
$ , dwo $
Galion
$ �b 13 $ J&6130
$ J-� A-73 $ 7
-- -- .. ...._,
$ o 7 $ t -7.o
5
7 E75 Ethanol -Deliveries
OPIS Chicago Index Low
Rack
Profit/Overhead
Total Cost/gallon (Nat
Taxes)
08 E85 Ethanol -Deliveries
OPIS Chicago Index Lori
Rack
Profit/Overhead
Total CosV9a llon (Net
Takes)
Suburban Purchasing Cooperative
Request for Proposal ##230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Bidder Response Section
Gallon $ 6 q0o $
Gallon so - C4 04
_ja� $
L 19 L 0
�_.. Gallon
Gallon { oq $ f $
Gallon $$ X0, tq0f - ) 0
AJX30
vvL) i S L2
(.l,
�ilS �ot.t) E- BO'S
Submitted by:
A- I vi ^ V, vl-� - -
Print Company Name
?S5 � � � o W3 -T y}+ 1 r,�.,-� • e�/
Print Name &Title t�
Authorized Signature
W
7 14 Lf
Date
CHICAGO, IL 2024-05-06 10.00:35 EDT
**OPIS CONTRACT BENCHMARK FILE**
**OPIS GROSS RFG ETHANOL(10%} PRICES**
Terms
Unl Move
Mid
Move
Pre
yn 7�
Marathon L.t N-10
259.30 + .90
28�_ 30
+ .90
349.30
PSX b 1-10
261.35 1.00
285.3.E
- 1.00
340.14
Citgo u 1-10
261.82 + 1.31
297.17
+ 1.31
340.61
x0m b 125--3
262.90 - 2.00
308.47
- 2.00
354+04
Citgo b 1-10
263,95 + 1.39
301.32
+ 1.39
347.28
Sunoco b 125-3
265.21 + .66
�
-- --
354.21
Marathon b 1-10
265.51 + 1.37
278.97
+ 1.36
305.91
MPC -ARCO b 1-10
265.51 + 1.37
278.97
+ 1.36
305.91
Shell b 125-3
265.92 + 1.31
302.08
+ 1.12
362.04
SP b 125--3
266.13 + 1.62
310.43
+ 1.72
355.43
0m u Net
278.00 - 2.00
-_ __
-- --
354.00
Shell u N-10
283.30 + 1.30
_- -_
LOW RACK
259;30
276.97
305.91
HIGH RACK
283+30
310.43
362.84
RACK AVG
266.58
294.70
392.70
OPI S WEST SHORE/BADGER PIPELINE DELIVERED
SPOT (SRI) MAIN
FOS CHICAGO
254.10
269.58
292.83
OPTS GULF COAST DELIVERED SPOT (SRI)
FOB CHICAGO
295.67
256.29
272.22
3RD LOW RACK
261.35
78.97
305-91
BRD HIGH RACK
266.13
310.43
362.84
BRD RACK AVG
264.56
295.12
340.72
UBD LOST RACK
259.30
289.30
340.61
UBD HIGH RACK
283.30
27.17
354.00
URD RACK AVG
270.61
293.24
347.9` 347■9`
CONT' AVG -05/06
266.50
294.70
342.70
CONT LOW -05106
259.30
278.97
305.91
CONT HIGH -05/06
283.30
310.93
362.84
CHICAGO., IL
LOW RETAIL
357.70
AVG RETAIL
406. 7 8
LOW DETAIL EX -TAX
265.58
AVG RETAIL EX -TAX
307.95
Dave
Move Date Time
+ -90
05103
18.00
1.00
05103
18.00
+ 1.32
05/03
18:00
- 2.00.05/03
19:00
+ 1.39
05103
18:00
+ .66
05103
18:00
+ 1.36
05103
18:00
+ 1.36
05103
18=00
+ 1.12
IB: 00
+ 1.72
j0�C5/03
184 -POO
f
X05/ f03
�
-- --
05/03
16;40
CHICAGO, IL 2024-05-06 10:00;35 EDT
* *OPI S CONTRACT BENCHMARK FILE**
**OPIS GROSS RFG ETHANOL(10%) TOP TIER PRICES**
Terms Unl Move Mid More Pre
OM u Net 278.25 - 2.00 _-- __ T _- 354.25
LOW RACK 278.25 __ --- 354.25
HIGH RACK 278.25 -- -- 354.25
RACK AVG 270.25 354.25
UBD LOW RACK 27R*25 -- -- 354.25
UBD HIGH RACK 276.25 -- -- 354.25
U13D RACK AVG 278.25 354.2.5
CONT AVG -05/06 278.25 -- --- 354.25
CONT LOW -05/06 2'78.25 354.25
CONT HIGH -05/06 278.25 -- -- 354.25
CHICAGO/ IL
* * OP I S CONTRACT BENCHMARK FILE**
* *OPIS GROSS REG ETHANOL (15% ) PRICES**
Terms Un1 Move Mid Move Pre
Marathon u N-10 251.20 + T90
Citgo b 1-10 260.92 + 1.3
Move
Move ]date Time
- 2.00 05103 19.900
2029-05-06 10:00:35 EDT
Move
Move Date Time
05/03 15:00
- -- 05103 18:00
She -11 b 125-3
262.58 +
LOW ]RACK
251.20 -- -- _-� _-
HIGH RACK
262*58
RACF AVG
258.23 -- -- -- --
OPIS WEST SHORE/BADGED PIPELINE DELIVERED SPOT (SRI) MAIN
FOB CHICAGO
249.69_-
OPIS GULF COAST DELIVERED SPOT (SRI)
FOB CHICAGO
242.00 -- -+ --
BFT LOW RACK
260.92 -- -- --
BRD HIGH RACK
262.58
BRD RACK AVG
261.75 --- -- --- --
UBD LOW RACK
251.20 -- ---- --
UBD HIGH. RACK
251.20
UBD RACK AVG
2SI.20
CONT AVG -05/00
258.23 --- -- -- --
CONT LOW -05/06
251.20 --- -- -- --
CONT HIGH -05/06
262.58
-- 05/03 10*00
CHICAGOO 1L 2024-05-06 10:00:35 ED'S'
* *OPIS CONTRACT BENCHMARK FILE**
**OPIS GROSS RFG ETHANOL(15%) TOP TIER PRICES**
Terms
Uril Move Mid Move Pre
Citgo b 1-10
260*92 + 1a3 -- - -- _- --� _-
LOW RACK
260.92
HIGH RACK
260.92
RACK AVG
260.92
BRD LOW RACK
260. S�2
BRD NIGH RACK
260.92 --- -- --- --
BRD RACK AVG
260.92 --
CONT AVG -05/06
260.92 --� -- --- --
CONT LOW --05/06
260.92
CONT HIGH -05/06
260.92
CHICAGO, TL
**OPIS CONTRACT BENCHMARK FILE**
**OPIS CROSS E-85 PRICES**
More
Tema Unl More Date Time
Citgo b 1-10 215.61 + 1.01 05/03 18:00
Shell b 125-3 218.63 + .91 05/03 10:00
LOW RACK
215.61
HIGH
RACK
210.63
RACK
AVG
217.12
BR a
LOW RACK
215.01
BRD
H I GIS RACR
218.63
BRD
RACK AVG
21-1.12
CONT
AVG -0506
217.12
CONT
LOW -05/06
215.61
CONT
HIGH -05/06
218.63
CHICAGO, IL
**OPIS CONTRACT BENCHMARK FILE**
**OPIS GROSS E-65 PRICES*
Move
Terms Unl Dove Date Time
Shell b 125-3 218.63 + .91 05/03 18:00
LOW RACK
218.63
HIGH RACK
218.63
RACK AVG
218.63
BRD LOW RACK
210.63
BRD HIGH RACK
210.63
BRE RACK AVG
218.63
Move
Move Date Time
05/03 18:00
2024+05--06 10:00:35 EDT
2024-05-0C 10;00:35 EDS'
CONT AVG -05/06
218.63
GOAT LOW --05/06
218.63
CONT HIGH -05/06
218.63
CHICAGO, IL
2024-05-06 10:00:35 EDT
**OPIS
CONTRACT BENCHMARK FILE**
**OPIS
GROSS ULTRA LOGS
SULFUR
DTSTILLATE PRICES**
Move
Terms
Nc.2
Move
No.1
Move Pre Move
Date
Time
Marathon u N--10
244.05
- .50
312.20
- .50
05/03
18:00
Shell b 1-10
246.26
T .31
05/x3
I8:00
PSX b 1-10
246.51
1.00
05/03
18:00
cltgo b 1-10
246.64
.58
261.73
-- .59 248.14 - .58
Q5/0
184-00
Citgo u 1-I0
246.64
- .58
261*73
.59 248.14 - ,b8
05/02
18:00
OM b 125-3
246.71
2.00
05/03
19:00
MPG -ARCO b 1-10
247.02
.51
05/03
18:00
BP b 125-3
248,48
+ .43
325.48
+ .43 -- -- --- __
05103
18:00
Sunoco h 125-3
248.53
+ .12
05/03
18:00
Marathon b 1-10
249.04
- .51
315.86
_ .50 -- w_ -- --
05/03
18:00
OM u Net
256.00
- 2.00
05/03
19:00
OS Energy u N-10
279.70o - 2.50
04/08
10:30
LOW BACK
244.05
261.73
248.14
HTGH RACK
256.00
325.48
248.14
RACK ATG
247.81
295.40
248.14
OPTS NEST SHORE/BADGER PIPELINE DELIVERED SPOT (SRI) MAI N
FOB CHICAGO
238.70
240.95
OPIS GULF COAST DELIVERED
SPOT (SRI)
FOB CHICAGO
243.77
246.02
HRD LOW RACK
246.26
26lt73
248.14
BRD HIGH RACK
249*04
325.48
248.14
BRD RACK AVG
247.40
301.02
248.14
OBD LOW RACK
244.05
261.73
248.14
UBD HTGH RACK
256.00
312.20
248.14
BD RACK AVG
248.90
286.97
245.14
CONT AVG -05/06
247+81
295.40
248,14
CONT LOW -05/06
244.05
261.'73
248.14
CONT HIGH -05/06
256.00
325.48
248.14
O=Out 0f product
CHICAGO, IL
2024-05-06 10:00:35 EDT
**OPIS
CONTRACT BENCHMARK ETLE**
* *OPIS GROSS ULTRA
LOW SULFUR RED
DYE DISTILLATE PRICES"
Move
Terms
No.2
Move
Na + 1
Move Pre Move
Date
Time
Marathon u N-10
244.55
- .50
313.20
- .50 -_ __ -- --
05/03
18:00
Citgo b 1--10
247.04
-- .58
262.23
- _59 248.54 - .58
05/02
18:00
Citgo u 1-10
247.04
- .58
2602.23
- ,59 248.54 .58
05/02
18:00
MPG -ARCO b 1-10
247.53
- .50
-_
05/03
18:00
Marathon b 1-10
249.55
-- .50
316.87
-
05/03
18:00
x0m u Net
250.25
- 2.00
05/03
19:00
QTS Energy u N-10
280.06c
- 2.50
04/08
10;30
LOW FLACK
244.55
262.23
248.54
HIGH RACK
256.25
316.87
248.54
RACK AVG
248.66
288.63
248.54
OP15 WEST SHORE /BADGER PIPELINE DELIVERED
SPOT (SRI) MAIN
EOH CHICAGO
239.05
241.30
OPTS GULF COAST DELIVERED
SPOT (SRI)
FOB CHICAGO
244.12
-- --
246.37
5RD LOW RACK
247.04
282* 3
24854
BRD HIGH RACK
249.55
310+87
248.54
BRD RACK AVG
248.04
289.55
248.54
UBD LOGS RACK
244.55
262.23
248.54
UBD 14IGH RACK
256.25
313.20
248.54
UHD RACK AVG
249.28
287■72
246.54
CONT ATG-05/06
248.66
288.63
248.54
CONT LOW-05/06
244.55
262.23
248.54
CONT NIGH-05/06
256.25
316*87
248.54
a=out of product
CHICAGOx IL
2024_CS-06 10;00:35 EDT
**OPIS
CONTRACT BENCHMARK FILE**
"*OPIS GROSS
ULTRA
LOW SULFUR WINTER DISTILLATE PRICES**
Move
Terms
No . 2
Move N0.1
Move Pre Move
Date Time
x0M b 125-3
249.25
- 1.99
05/03 19:00
0M u Net
25*?.50
- 2.00
05/03 19:00
LOW FLACK
249-25
-
HIGH RACK
257.50
RACK AVG
253.38
OPIS WEST SHORE/BADGER PIPELINE DELIVERED
SPOT (SRI) MAIN
FOB CBIGAGO
238.70
OPIS CULF COAST DELIVERED
SPOT (SRI)
FOB CHICAGO
243.77
BRD LOW RACK
249.25
BRD HIGH RACK
249.25
-- ---
-- ---
BRD RACK AVG
249+25
DBL LOW RACK
257.50-
UBD MGH RACK
257.50
UBD RACK AVG
257.50
--
CONT AVG-05106
253.38
--- __
-- --
CONT LOW-05/06
249.2S
--
CONT HIGH--05/06
257.50
-- --
-- __
CHIGAGOf IL
2024-05-06
10:00:35 EDT
**GPIS
CONTRACT BENCHMARK FILE**
* *OPIS GROSS ULTRA LOTS
SULFUR RED DYE MINTER DISTILLATE PRICES"
Move
Toms
Na.2
Move Ne.1
Move Pre Move
Date Time
x0m u Net
25� . -75
- 2.00
05/03 19:00
LOW RACK
257.75
HIGH RACK
257.75
RACK AVG
257.75
GPI S WEST SHORE/BADGER P I PE L INE DELIVERED
SPOT (SRI) MAIN
FOB CHICAGO
239.05
-- ----
-- --
OPTS GULF COAST DELIVERED
SPOT (SRI)
FOB CHICAGO
244i*12
HHD LOW RACK
257.75
_-- _--
-- --
UBD HIGH RACK
257.75
HBD RACK AVG
257,75
CONT AVG-05/06
257.75--
CONT LOW-05/06
257.75
CONI' HIGH-05/06
257-75
-- --
--
CHICAGOF IL
2024-05-06 10:00}35 EDT
**OPTS
CONTRACT BENCHMARK FILE**
*HOPIS
GROSS ULTRA LOW SULFUR
KEROSENE PRICES**
KERO
Move
Terms
KERO
Move RD
dove Date Time
Citgo b 1-10
261.73
- .59 262.23
- .59 05/02 18-ADO
Citgo u 1-10
261.73
- .59 262.23
- .59 05/02 18:00
Marathon u N-10
313.20
- .50
05/03 18:00
Marathon b 1-10
316.87
i- .5o
05/03 18:00
LOW FLACK
261.73
262.23
HIGH PACK
316.87
262.23
RACK AVG
288.38
262.23
HRD LOW RACK
261.73
262.23
BRD HIGH RACK 316.V 262.23
BRD RACK AVG 89.30 262.23
UBD LOW RACK 261.73 262.23
UBD HIGH PACK 313.20 262.23
USD RACK AVG
G 87■47 262.23
CONI' AVG`05/06 288.38 262.23
CONT LOW -05/06 261.73 262.23
CONT HIGH -05/06 316.87 262.23
HICAGG, IL
� � �024-05-06 10;00:35 ECT
�� Z � CONTRACT BENCHMARK FILE** *
**OPTS GROSS WHOLESALE B2 SME SIGBIESEL PRICES"
HL S ULS2 Move
Terms No.2 RC Date Time
Maratbon u N-10 244.10 244.60 05/03 18:00
Marathon b 1-10 247.07 247.58 05/03 18:CO
LOW RAS, 244.10 244.60
HIGH RACK 247.57 247.58
RACK AVG 245.59 246.09
SRC LOW RACK 247.07 247.5&
SRC HIGH RACK 247.07 247.58
BRD RACK AVG 247.57 247.58
UBD LCA] RACK 244.10 244.60
USS HIGH. RACK 244.10 244.60
USS RACK AVG 244-10 244.60
CON'S' AVG -05/06 245.59 246.09
CONT LOW -05/06 244.10 244.60
COIN HIGH -05/06 247.Ol 247.58
CHICAGO, IL
2024-05-06 10:00:35 ECT
* * OP I S CONTRACT BENCHMARK FILE**
* OPIS GROSS WHOLESALE B5 SME BIOCIESEL PRICES**
ULS ULS2 ULS 2 More
Te rz No + 2 RIS WNT Date Time
Marathon u N-10 244.15 244.65 05/03 18:00
Marathon b 1-10 247-12 247x63 05/03 1.8:00
x0m b 125-3 20.22 249.75 05/03 19:00
LOW RACK 244-15 244.65 249.75
141GH RACK 247.22 247.63 249.75
MACK ATG 246.16 246.14 248.75
BFT LOW RACK 247.12 247.63 249.75
BRD HIGH RACK 247.22 247.63 249.75
SRC RACK AVG 247.17 247.63 249.75
UBD LOW RACK 244-15 244.65
USE HIGH RACK 244.15 244.65
UBD RACK ATG 244.15 244.65
CONT AVG -05/06 246.16 246.14 249.75
CONT LOW -05/06 244.15 244.65 249.75
CONT HICB -05/06 247.22 247.63 249.75
HICAGG, IL
2024-05-06 10:00:35 ECT
* * GP I S
CONTRACT
BENCHMARK FILE**
**OPTS
GROSS WHOLESALE,
Bll SME
BIODIESEL PRICES**
LLS
HLS2
ULS2
ULSC Move
Terms
Iia . 2
RC
WNT
WNT Bate
Time
Marathon
u
N-10
244.35
244.85
05/03
18 = 00
OM
b
125-3
246.-71
--
249.25
05/03
19-00
Marathon
h
1-10
247-32
247.83
T_
-_ __ 05/03
18-.00
MPC --ARCO
b
1-10
247.32
247.83
05/03
18:00
BP
b
125-3
248.48
248.98
251.48
55/03
18:00
OM
u
Net
2.5 7.00
25'7. 5
258.50
258.75 05/03
19 ■ 00
1I
1-"'1�/0'jf
__
4"7} _ 04
2248.54
-_ _��
.�` __ 05/V2
18:00
1{citgo
V i tgo
1-10 V
�� �_
f� 4 8. 54
��T
_ 05102
10:00
LOQ' RACK
244-35
244.85
249.25
258.75
HIGH RACK
257.00
257.2,E
258.50
258.75
RACK AVG
248.53
248.90
253.08
258.-75
BRD LOQ] RACK
246-71
247.04
249.25
-- --
BRD HIGH RACK
248.48
248.98
251.48
--- --
BRD RACK AVG
247+46
247.92
250.37
USD LOW RACK
244.35
244+85
258.50
256.75
UBD HIGH RACK
257.00
257.25
258-.50
258.75
[SBD RACK ATG
250.68
250.21
258.50
258.75
CONT ATG -05/06
248.55
248.90
253.08
258.75
CONT" LOGY -05/06
244.35
244.85
249.25
258.75
CONT HIGH -05/06
257.00
257.25
258.50
258.75
CHICAGO, IL
2024-05-06 10.00:35 EDT
* * 0P I S CONTRACT BENCHMARK FILE*"
**OPIS GROSS WHOLESALE B14 SME 810DIESEL PRICES**
ULS [SLS ULS2 ULS2 P UL32 ULS2D
Terms No.2 Pre RD RD DINT WNT
Marathon u N-10 241.70 242.20
Marathon b 1-10 244.65 __ 245.15
Citgo b 1-10 246.64 248.14 247.04 248-54--
citgo u 1-10 246.64 248.14 247.04 248.54 -_ -�- -- --
0M b 125-3 246.71 249.25
BP b 125-5 248.48--
0m u Net 257.00 -- -- 257.25 -- __ 258.50 258.75
LOW RACK 241.70 248.14 242.20 248.54 249.25 258.75
HIGH RACK 257+00 248.14 257.25 248.54 258.50 258.75
RACK AVG 247.40 248.14 247.74 248.54 253.88 258.75
BRD LOW RACK 244.65 248.14 245.15 248.54 249.25--
BRD HIGH RACK 248.48 248.14 247.04 248.54 249.25 -- --
BRD RACK AVG 246.62 248.14 246.10 248.54 249.25--
UBD LOW RACK 241. 0 248.14 242+20 248.54 258.50 258,75
UBD NIGH RACK 257.00 248.14 257.25 248.54 258.58 256.75
UBD RACE; AVG 248.45 248.14 248.85 248.54 258.50 258.75
CONT AVG -05/06 247.40 248.14 247+74 248.54 253.88 258.75
CONT LOGS --05/86 241.70 248.14 242.28 248.54 249.25 258.V5
CONT' HIGH -05/06 257.00 298.14 257.25 248.54 258.50 258.75
CHTCAGOr TL
Move
Date Tiara
05/03 16:00
05/03 18.00
05/02 18:00
05/02 18:x0
05/03 19:00
05/03 18:00
05/03 19:00
2024-05-06 10.00:35 EDT
**OPTS CONTRACT BENCHMARK FILE**
*HOPIS GROSS WHOLESALE B15 SME BIOD1ESEL PRICES**
ULS ULS2 Dove
Terms No.2 RD Date Time
Marathon u N-10 244.45 244+95 05/03 18:00
Marathon b 1-10 24'7.42 247.98 05/03 18:00
LOW RACK 244.45 244.95
HIGH RACK 247.42 247.93
RACK AVG 245.94 246.44
BRD LOW RACK 247.42 247.93
BRD HIGH RACK 247.42 247.93
BRD RACK AVG 247.42 247.93
UBD LOW RACK 244.45 244.95
UBD HIGH RACK 244-45 244.95
UBD RACK AVG 244.45 244-95
CONT AVG -05/06 245.94 246.44
CONT LOGIT -05/06 214-45 244.95
CONI HIGH -05/06 247.42 247.93
CHICAGOr IL 202405--06 10:00:85 EDT
* * P Y CONTRACT BENCHMARK FILE**
"OPI S GROSS WHOLESALE B17 SME BIODIE,SEL PRICES"
CELS UL52 Move
Terms No.2 RD Date Time
Marathon u N-18 241,98 242.40 05/03 18:CO
Marathon b 1-18 244.85 245.35 05/83 18:80
LOW RACK 241.90 242.40
HIGH RACK 244.85 245.35
RACK AVG 243.38 243.88
BRD LOWS HACK 244-85 245.35
BD HIGH HACK 244.85 245.35
BRI) RACK AVG 244.85 245.35
TBD LOW RACK 241,98 242+48
UBD HIGH RACK 241.98 242.48
UBD RACK AVG 241.90 242+48
CONT AVG -05/86 243.38 243.88
CONT LOTS -05/86 241.98 242.40
CONT HIGH -05/06 244.85 245.35
CHICAGO, IL 2024--05-06 10:00:35 BIT
* * OP I S CONTRACT BENCHMARK FILE*--',
**OPTS CROS 8 WHOI,ESALE B 2 0 SME B I GDIE SE L PRICES**
ULS UL3 ULS2 UL82 P Move
Terms No . 2 Pre RD RD Date Time
Marathon i; N-18 244.65 -- --- 245.15 _-- __ 85/83 18:00
Citgo b 1-18 296.64 248,14 247.04. 248+54 05/82 18:00
Citgo u 1-10 246.64 248.14 247.04 248.54 05/02 18,08
Marathon b 1-10 247.63 -- -- 248.13 -4 -- 85/03 18;08
B£' b 12,E-3 248.23 05/83 18:00
LOW RACK 244.65 248.14 245.15 248.54
HIGH PACK 248.23 248.14 248.13 248.54
RACK AVG 246.76 248.14 246.84 248.54
BRD LOTS RACK 246.64 246.14 247.84 248.54
PFFD HIGH RACK 248.23 248.14 248.13 248.54
BRD RACK AVG 247+58 248.14 247.59 248.54
UBD LOW RACE{ 244.65 248.14. 245.15 248.54
CBD HIGH RACK 246.64 248.14 247.04 248+54
UBD RACK AVG 245.65 248.14 246.18 248+54
CONI AVG -85/86 246.76 248.14 246.84 248.54
CONT LOW -05/06 244..65 248.14 245.15 248.54
CONT HIGH -05/86 248,23 248.14 248.13 248.54
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Bidder response Section
Addendum A
Vendor References
Bidding vendor shalt provide five (5) references from current
purchasers
Reference ##1
Company Name
Contact Name
Address
o
Telephone
a"
Email
.
Annual Contract
Reference #
Company deme
V I
Contact Name
Address
q n -k- L m ix -Lo
o w .
Telephone
Email
VVN k Vt r. QTC.
Annual Contract
Reference #3
Company Name
I
Contact Name
,
Address
-F3 .-e n. I
L
Telephoneor
- `7 1 -7
Email
Annual Contract
Deference #4
Company Name
Contact Name
Address
Telephone
Email
do)K I I -P, 4 0 LA +1 �
Annual Contract'
Reference #
Company Name
�
Contact Name
�
Address
Telephones
- --
Emall
Annual Contract $
<
7
Suburban purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bin Diesel Fuel
Bidder Response Section
28
Addendum 8
Vendor Qualifications
(Attach additional pages as needed)
List employees who will be dedicated to the Suburban purchasing Cooperative (SPC) Program:
Name
Position
of Years
e- -sponsibility/Experience
R1+4-
�° f �#
Task
V ■ *r r'•'�i �j r
hL
�Y - r moi.: " Ir'^' L• � . - - - k •"M1. - . N .
ri. .•S: ti'a ,}i. �'.'•f -9 - .y •:}'•:fes,-`
-. � .. •." �: .•.._ :r.•. L• •_, ; til , 'n " •�"'�c._n -"YL • nL" `�'L' :',y. "}- _ _ ,� �.:.5 .
_, ._, .s+ .}. .., v � 'ti -v -:- � n z..s • F� .. .." ". .. r dr ,..iM.• s ,..• .:-r= -� - - •.'�':- - -:�5, ,::{': ,'i. -.s S:'':"'r
-r-. `� a _ r . "r„ r '�v. r , .raS ,•. z L .M? � s. -,.: ".:>•- ` .:.r4�' � - _ �> - '':r. ti: _ . 5 rv' • N���„st:✓.•, /'•�`_eT:,S-' : - .e
}rf•
•L: ter. iJv• � }�. � :IF .r,� k -J`5S•. -`� f:. .f�•- - '•Jf'}
nF fir` -Cr r. .�'y, - .i 4•="':v� fir' 'e�'V- - ': i•
i .. .4^ ." c", ;. r -.r. :.�. ": :. •. r. -:^ 'r'•r",_;r.n `ST+. •Y '� :>-J:+a•c,:.rY�" ,. ti.. �1.�. -: ,7 �'i
} ." ".2"_ S .n• ..• . .. • ... 15 =" n a ..-- .: rte; .� - _ ""� =.A__f ;. •: 4', _ - - ':ly." ✓ � � S 5 _ r:,}•, ...: •:.-::.' •.i:.
- �-�`• >ti:.'�" - _ ..�;. _.�. .r tri' .x
.h:
Name
_ .;r�:.,' _-
{
Position
�' i fx
of Years
j
Responsibility/Experience
eA tq'� e
Task
sa� U-6
., ti, .:1. : �`! ..iii'• � f - - "h•
0. .`5 u-:v� " 's"," .,;, v •c-:.-_ "r_ iy - .�J�, .:y��, .::�:,�:.-rr: .F„Y.. u": [E :; �" c -; il'�`.:•�.:.' _ _
- •'l "'h-'1 •a1�. i+L-: _ "}� -�11 ri.f' ..t;_� v.5 r.: ffr'��M. yr' ;rti---}`y :-•- A'. `"I..
• r��s: r..�� •`•4: -5••.- �• r-an•r•:'r �ti�r i'4•• _ -r-' _ - d. -.
.! �.' � Y s. .l"^ ..i. "..Y�` r.}.+ +y .R. r�'� J�...,:d `,S• :'''.'7•,••= ..:[ ."W -c '• ^'fir �,�,+•
r4+` :r55 ' i�r Jy:.': • •.5 �' •
..� mss. . Yr. - {.' '' •Cn^ . T
1' _�• .4-: T�. "5. !t• �. � - -�X�'i ��;~ - err'
. ,.• .. :.• ? ".- ti �.r �.' r,•Ti•.li-•' - :V Yi. _' .-C L`�: ]�r;•: �I r�= �:• �Jr�
.t. --r r -4 c � '� `7 . ire _ ' i':. rte^ -=•Sr• rhe ' "� ;•
..�-..[ ..." .n .. Y.-: i as - .r'::-. .. r .. " s, Z, .1."_ 1" � ��•:r: r '�sr-.. _ ,•y=. r s. �.,..i... • � ;.,r "} . F
•w
J.
' - "r.. _"' : .`.. x -•- '., ---` .. i+a:" r" _ h:. .". r." 1_. -." rr-n}'.�" " ,.., . • � =$ 5'i'. � 1 L{r; -
v, b :�.fi,n -�, •Sk- ..�. '. .W - Sr°�•.•
r ti' .-��'�.. 1'•: . ,Jr:. .yv'.' "s .•• e . i. r•s.:w'i'-:r-: .•r . r + '•.5;�<<' �°.
- �W yam' i. �f�Sv..+„• - :•f'�
�• �ti- °l:-�
Name
. �. �.. �•a'��,• +{.$ . ..i'1, .-}.r."_ ,.�r: ;
:°F�iCi:: e - _•ti- x:72 L•' 5'^.'. _ .5 _ a}".� Yi •n
4Lc■}■]
Almo,*Ao�
r it)
Position
I I C�2� 4
# of Year
3
raapona i hi l ity/Experience
S\LS
Tuan
4- i
ry s. .._ � .. ."'•• n...�+1s> �""..• nR.. '��"�:r! -.�. --5' •:'."•1 c5r.�= • :•-�:-� - '�t." - • s- f ;t}.r rbn. .:r •'S-.'
•.-' '-. r .. . - ... .. ... ... --3 -. • -.. r-- - _ .e•... - .5 K .. y _.---! - f:� 'S� z. s �° :i.;r,'"' J`^. r{;r- .5�'.
. ri hi .�"..f. �5 • ^n: - 'v. !,� S'ti; ..r ?fr r' .k; r.rr�' !i ��-
•'i,_ moi{.". .}-y_ .>•^. J� `T-. ``1+.: _ d - •�:.; ,.,1 x �-:•
.oi:''S: 1 J : :'3r' r' V , - _ r4.•'r.i Y.`: - - : { i ^?L ;I, �F
-
�:5. r• �{�+'-,. 'qi: •a 4 .ice "n.de-' =P" f.. 1'.ti• ti•' _ t.eY.�••. ''ii-':':5'Y�- y '•F �' r.-:- :-r.r.
,;M1 -r r2rd • r r'.::. ..•e•. ,...r""���� o- `{:.��.•r.-• �•r'.: •-+',�v""`-R �r' L .L r• ,.h•'•r.:
. •}" Y =1W - - :":•Y•,iY i.f •�F �i .ti, ,. is "., �! P...• ;�. ii _'r �:•r' •� - 1. ia`•. •- �+,} ,e �.!-'!.
".i' dy� i .�r�: ••�'" int -r.'7; •�.,.• If.e.• r .F -•.:,f-' k`.:i -•..r T..Y•y,.. ^', HL .'R ':
' iT: f•;' {5 .1- "1 •7h' •ii''.:-' �: :. :err.+ •.� r:fY •y1� �re5.� -
':k'• re 'Y" sir .i� �: 5 -`f "'n.L=.• "i" e ."�:•:. 1'1,�i ri.' - .t .r .l%i •. 'r ::� �3 f.•"L=�'�: -
...- _ :�...: .a•,, ., ..,;; •v,.;_i5 ._. � Y_ .".r i..�?[.:sr ���: .. i -''f`. -}•� �. nA --�" �.�," .r ""�F_..- r!:. .� ti F. :. -`� �: s���'•
'?. •..� 7; C'�e-�•'=::= .ray-.sY. :.�••:��. i,a- ,'[-.-r-.
• _ .. _ - ,. � .. _.. z. =.- .. <. :..•-•- =•r. . .. � a •tir: 5'�"r :L _. .".J.. r.a•• •. r•:: �4. +t'•,. i
"r=•_ �, . s,� v r ,y. .i. .=S - ^;� x. S�.:+or' :ix .}i}�,:'r--:•- 'r.r-. �-th.:.�.Sr .ir• .•�` ,r`4"':'f :` .=t•.•.•: �r ' ^ir �r - .rr. $1 Y=:.. .� +': .✓' -:r - t"..ky. - .'�:
��• - �-:' . si: :ti�:`.f .:a•s= i`ndo ."`5- 'k'r•-.:a. T'�eF-. �-r=• .:i'L:_:�:' . �' Svc �= `A. -"4- -
," .. .,.�. .'..'..:.: •• ,.• �:�-' .:L.. i"'3.". � .fir.. .: � .._".,.. "1<� "•"�' - - J.�.j", "•y •�.',- .,fir' Y .SF,sr-' .y'L; a'..,�' r� ..•i'•}.?: •.1-..:,.: +1:-': -.�•+�r.��:=::r-:::n tf. :.Gr�.���� .F}?'b �•.,'..'n:...
,4 P':".-
.r}- ":'�: r•L �a x.r 4•TG-y' - 1�[••1-aL��.:-i_ ;^.>.• -�.r?• y f - {.. ,' '�Y �•". ���i'. r. -r;
•�:r• rk[- �f-�-.�:'.`ri�;. .e•��; �'��.-�f
Name
- .S.::T a.'.M1:�_". r , r."�::; r far A�=r ,til'. --`
.+ - dr'd 4•�'��, _ t;,ry+. ~,5 s...
}
Position
# of Years
i
Responsibility/Experience
Task
►'� 41 ezCeIr
s ^ 5d
.I.e r .." ..... fM.. ...z - -- 1.... 3. + _. "s e . r i. .. -1 i... _...... .n. ¢..... " ,r. _ .�Ce. .?�:<'.6-4•--�=- . G✓ ..]::=':•r." - "s4•. - -
• .. .. .7 5 �Ly. _... .. .. .'.�: - ;ti ✓,•.-e••a .. *�.: 1-0C• -•') .1. _ _ _ `x /T �� ,•O:�`••-
1 r. 1. "J. �... } 4+ +f• �1" 'M h _ .S .r .. .J - ,N'• - •-4' ',F". 'J•. - _ i.l��:
._" ,S .. , .r, _ J ,.•... •.yG ... . ✓�=-.0 . _r - L5`w'yJ' •,J� L nti'� - ...Y
.. ,. ... - -.-. ti, .l=•., ti a - r .. i • .. ;�,- .. ,yx.-�,. •s' .Ci;. }'l•: "�:S'.Y v'•f%•: •.-i y:;: _"..
.". � .r ....... .rh. .. S. ., ••.. - t . r ... a ..,. 5 .. i. .vt ,-... ... s+ �} - GC r,il. •,� .:i s' •+1 ��=:�:', r - ':5'r �
--- "--.... .. •�t,. .•. ... r... .; � ...•�,r - .. ".,. 'LL r.n .. - ��� s. s•' 'rl ru•?5 �•_v. - _
".y. .sem ,.S -rte ,fir.. =S. •,Sr � yy�• -
�F 1 :; 3 '"rr:� ti; >:::r. _ ,r� • �`ss - .r.
r. r :+'' .: .y,�F-;....., .•
..�� •}Fr :.1 .. ,. __ ...• ,.•Sa: ni ,, ,rf... •,
... .1.. .. .. .. r .... i.. ... .. ,. ..
y_- . r - : .iti+.+ .. S .. � .. .. r.. ..R�,'._.. . � z ,.• - . • 1�'•-:..'�' f yy.-. ]-., •.!. .n+`�:+wry ''�� :^'+:.[ _"tiL:. � f;r
. r,.r ?.._ r-- .. - - ,-.. r .. 5 ,.r •-"",''n. ],} _,� r.. _., r . ., fs .'; L�. -`. x::: ���,._ �•"^' i5-- `r ,i��--'}Tr� s�- =. �' ti `-Y 5
- .. .- ... _ 'r ill ,f 4i ... S, .,a ,� ... �--..4 R. � -+ 5 V .. � .... 5y - V:i •. �`l•.'y � ch' - i . r � Z :.•��.�:.:.•.: �
r�" .f. �•r � sF L ..�, +.t rL i• .{" r,`-1;•�'_ .:'^: _• 3i'rt - •iL :'�' :a•J�.F. ..fes"" Tf •, -
- _ t.kt.� tit•" f:�
- - - `5'A - - =tip. •'�?,"' �,��,. s,`'.;; -i=
Name
i r : .s<•• ,F •
Position
# of Dears
Re ponsi bility/Experience
Oy d%,." I + A
Task
Y&,,s
28
Suburban Pnrcha:sing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Bidder Response Section
Vendor Qualification
Provide number of years in business �
The contractor shall provide the annual sales amount for the last completed fiscal year:
.2. t 1
The contractor shall provide their Dunn & Bradstreet D&Bnumber.-
If
umber.If no D&B number is available, please attach either a rem rpt D&B Company Profile Report or an
equivalent.
Is your firm MBE Certified or I Is your firm WBE Certified? AJ (Y or N)
The SPC does not provide any price preference to Minority Business (MBE) or Women Owned Business
(WBE) firms, but does encourage participation of those firms.
Please list any value-added services:
� a� R�1 r c � , C�.. � win � ► c.��" ��.
I St
MM-64w� �k)t - I - &k 4a)&,. , A U )gSIA40
4 v' i A -Q -.,y ,ra, �� w. Lr _ �..1i� a J -e � Yc� �-�•�J1 yf`��S
S 4r
Woe, Y. P- e*-) C. 6k,- 0
t as n i Y,'S_l Dry t
9
Suburban Purchasing Cooperative
Request for Proposal #230
2024 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
Bidder Response Section
Sub -Contractor Information
(If applicable)
(Attach additional gages as needed)
Address:
Years in Business:
Years Used by Contractor:
Is your firm MBE Certified? (Y or N) Is your firm WBE Certified? (Y or N)
Services Provided by Sub -Contractor:
Name-.
Address:
Years in Business:
Years Used by Contractor:
Is your firm MBS Certified? (Y or N) Is your firm WBE Certified? (Y or N)
Services Provided by Sub -Contractor:
30
Suburban Purchasiang Cooperative Addendum
Request for Proposal #198
2020 Gasoline, Diesel Fuel, Ethanol and Bio Diesel Fuel
31
SPC MEMBERS
Northwest Municipal
DuPage Mayors and
S*uth Suburban Mayors &
Will County Governmental
Conference
Managers Conference
Managers Association
League
Antioch
Addison
Alsip
Beecher
Arlington Heights
Aurora
Beecher
Bolingbrook
Bannockburn
SartieLt
Blue island
Braidwood
Barrington
. Bensenville
Burnham
Channahon
BFartletf
Bloomingdale
Calumet City
Coal City
Buffalo Grove
Bolingbrook
Calumet Park
Crest Hill
Deer Park
Purr Ridge
Chicago Heights
Diamond
Deerfield
Carol Stream
Country Club Hills
Elwood
Des Plaines
Clarendon Hills
Crestwood
Frankfort
Elk Grove Village
Darien
Crete
Grundy County
Evanston
Downers Grove
Dixmoor
Hamner Glen
Fox Lake
Elmhurst
Dolton
Joliet
Glencoe
Glen Ellyn~
Fast Hazel Creat
Lemont
Glenview
Glendale Heights
Flossmoor
Lockport
Grayslake
Hanover Park
Ford Heights
Manhattan
Hanover lark
Hinsdale
Glenwood
Minooka
Highland Park
Itasca
Harvey
Mokena
Hoffman Estates
Lemont
Hazel Crest
Donee
Kenilworth
Usle
Homewood
Morris
Lake Bluff
Lombard
Lansing
Naperville
Lake Forest
Naperville
Lynwood
New Lenox
Lake Zurich
Oak Brodie
Markham
Orland Park
Li bei l le
Oakbrook Terrace
Matteson
Oswego
Lincolnshire
Roselle
Midlothian
Pen#one
Lincolnwood
Sch,6urnburg
mokena
Plairr leld
Morton Grove
Villa Park
Monee
Rockdale
Mount Prospect
Warrenville
Oak Forest
Rorneoville
Files
Wayne
Olympia Fields
Shorewood
Northbrook
Fest Chicago
Dr and Hills
Syrnerten
Northfield
Westmont
Orland Park
University Park
Northfield Twp.
Wheaton
Park Forest
Wilmington
Palatine
Willowbrook
Peotone
Woodridge
Park Ridge
Winfield
Phoenix
Will County
Prospect Heights
Wood Dale
Posen
Rolling Meadows
Woodridge
Richton Park
Schaumburg
Riverdale
Skokie
Robbins
Streamwood
Sauk Village
Vernon Hills
South Chicago Heights
Vest Dundee
South Holland
Wheeling
Steger
wilmette
Thornton
Winnetka
Tinley Park
University Park
Worth
43
35
45
33
156
TOtW Membership
12
Duplicafte
144
Net
31
REQUEST FOR PROPOSALS (RFP) #230
Selection of a Vendor to Provide
Gasoline (87, 89, & 92 Octane), Diesel Fuel,
Ethanol 75 & 85 and B2 Bio Diesel Fuel
Addendum #1
May 23, 2024
Initial Release Date: May 22, 2024
RFP #230
Selection of a. vendor to Provide
Gasoline (87, 89, & 92 octane), Diesel Fuel, Ethanol 75 & 85 and B2 Bio Diesel Fuel
Addendum #1
May 23, 2 024
Question: Thanks for sending the information, use are very interested and grant to participate!
However, to give you the most accurate and competitive economics — can you provide
some additional information? i realize that the list of potential locations, tanks, gallons,
etc. could be exhausting. if you could maybe identify the more likely or predominant ones
— that would help tremendously.
Response: We do not have that Information. We provided the information we have on FY23
customers in 2.0 Special Conditions, 2.1 Intent on page 15 of the RFP;
2A Intent
The intent of this Request for proposal (RFP) as it is issued by the Suburban
Purchasing Cooperative (SPQ is to secure pricing quotations from qualified
vendors as it relates to the procurement and deliver of Fuel under the joint
purchasing program. In F3, the SPC contract generated sales of over 5
million of fuel and gasoline on 1.7 million gallons. participants in the
current contract are: Barrington, Bartlett, Bartlett Fire Protection District,
College of DuFage, Downers Grove Park District, DuPage water
ommission, Evanston, Glencoe, Glenview, Hoffman Estates, Hoffman
Estates parr District, Lake Bluff, Lake Forest, Lake Zurich, Leyden
Township, Libertyville, Lincolnshire, Lincolnwood Morton Grove, Mount
Prospect, Mount Prospect. Park District, Northbrook, Northbrook bark
District, Oakbrook Terrace-, Randall Oaks & Bonnie Dundee Golf
Course/Dundee Township, Sleepy Hollow, Tinley Park -park District and
VVheeling.
The SPC does not guarantee quantities or participation associated with
this IFP. No additional compensation will he allowed to the awarded
vendor for any adjustments of quantities. The SPC represents over 144
municipalities and townships in northeastern IllMois.
The following entities are eligible to participate in the SPC joint purchasing
programs; Municipalities, Townships, Counties, Fire Protection Districts,
Park Districts, Libraries, School Districts and Non -Profit Organizations.
REQUEST FOR PROPOSALS (RFP) #230
Selection of a Vendor to Provide
Gasoline (87, 89, & 92 Octane), Diesel Fuel,
Ethanol 75 & 85 and 132 Bio Diesel Fuel
Addendum #2
June 4, 2024
Initial Release Date: May 22, 2024
RFP #230
Selection of a Vendor to Provide
Gasoline (87, 89, & 92 Octane), Diesel Fuel, Ethanol 75 & 85 and B2 Bio Diesel Fuel
Addendum #2
.dune 4, 2024
Comment: Please send a copy of the bid tabulation from the 2020 bid opening.
Response: Please see attached.
Al warren Oil
St. Mares Detrol-euran
Item
N RWsed Schedule of Prices RFP 0198 Annenclum #3
I. GM Est. Quant knit Pri a
Ext
$ UOM
W. Quantity Unit Price
1 87 Octane-Deliveries <2..5D0 gallons
0P15 Chicago Index Lover Rack
1.2345 Gallon
1,7346 Callon
Profit/Overhead
0.1800 Galion
OL2000 Gallon
Total Cost/gallon (Net Tars)
1.414.8 Gadon
1.4346 Galley,
Extended Total
10Q,000 1.41.48
141AW
2000W
$1.4346
2 87 Chane-Deliveries >2,500 gallons but <6,0W gallons
OPIS Chicago Index Low Rack
1.2346 Gallon
1,2348 Gallon
Profit%Overhead
0.0800 Gallon
0,1500 Gallon
Total Cost/gallon (Net Taxes)
1.3146 Gallon
1.3846 Gallon
Extended Total
1000W $1.3146
$ 131,E
10DOW
1,3846
3 03 87 Octane-deliverles >6,0W gallons
OPTS Chicago Index Low Rack
1.1346 Gallon
1.2345 Gallon
Profit/Overhead
0 6450 Gallon
0.0565 Gallon
Total CosVgallon I Net Faxes)
1.2796 Gallon
1.2911 Gallon
Extended Total
100,E IL2796
117/9
1
$1.2911
4 89 Octane-Del lveries <2,500 gallons
OPIS Chicago Index Love Rack
1.4545 Gallon
1.4546 Gallon
Profit/Overhead
0.1800 Gallon
0.2000 Gallon
Total Cost/gallon ([het Taxes)
1.6346 Gallon
1.6546 Gallon
Extended Total
100,010 $1.6346
163,460
10W0
$1.65
5 89 Octane-Deliveries >2,SW gallons bort <6,000 gallons
OPTS Chicago Index Low Rack
1.4546 Gallon
1.4546 Gallon
Profit/Overhead
0.0800 Gallon
0.150D Gallon
Total Cost/gallon (Net Taxes)
1.5346 Gallon
1.6046 Gallon
Extended Total
100,W0 1.&M6
153,460
10000
$1.6046
G 89 C ane-Dei!Weries >6,0W gallons
OPIS Chicago Index Low Rack
1.4546 Gallon
1.4546 Gallon
Profit/Over-head
0.0450 Gallon
0.0565 Gallon
Total Cost/gallon (filet Takes)
1.4998 Gallon
1.5111 Gallon
Extended Total
100,000 $1.4996
149,9fiO
10DWO
$15111
7 93 Octane-Deliveries <2,500 gallons
0P15 Chicago Index Low Rack
1.7481 Gallon
1.7481 Gallon
Profit/Overhead
0.1800 Gallon
0.2000 Gallon
Total Cost/gallon (Net Taxes)
1..9281 Gallon
1.1 Gallon
Extended Total
1000000 $ 1.9181
$ 191,310 1
10
$1.9431.
8 99 Octane-ae4veries ;Q,500 ga lions but <6,000 gallons
OPIS Chicago Index Low back
11.74.81 Gallon
1.7481 Gallon
Profit/Overhead
0.0800 Gallon
0.1500 Gallon
Total Cost/gallon (Net Taxes)
1.8281 Gallon;
1.8981 Gallon
Extended Total
100"000 $ 1,81
$ lujalo
100
$1.8981
9 93 Octane-Deliveries >6,000 gallons
OPIS Chicago Index Low Rack
1.7481 Gall-on
x..7481 Gallon
Profit/owthead
0.0450 Gallon
D.0565 Gallon
Total Cost/gallon (Flet Taxes)
1.7931 Gallon
1.6 Gallon
Extended Total
100,000 $17931 $ 179,310
100000 $1.
10 Grade #7 Diesel fuel-Deliveries <7,500 gal Ions
OPP$ Chicago Index Low Rack
1.1150 Gallon
1.1150 Callon
Profit/Overhead
0,1800 Gallon
0.7000 Gallon
Total 0ost/gallon (Net Taxes)
1.2950 Gallon
1.3150 Gallon
Extended Total
100,000 $1.2950 $ 129,SW100w
100wo $1.31'
11 Grade #2 0iesel Fuel-DeIiverl >2,500 gallons but <6,W0 gaIlar#s
OPTS Chicago Index Low Rack
1.1150 Gallon
1.1150 Galion
Profit/Overhead
D.DS00 Gallon
0.1500 Gallon
Total Cost/gallon (Net faxes)
1.1950 Gallon
1.2650 Gallon
Extended Total
100,000 $1.1950 $ 119tsm
1000W
12 Grade #2 diesel Fuel-Deliveries >6,000 gallons
OPIS Chicago Index Low Rack
1.1150 Galion
1.1150 Gallen
Profit/Overhead
0.0450 Gallon
0.0565 gallon
Total Cost/gallon (Net Taxes)
1.1600 Gallon
1.1715 Gallon
tended Total
$100+0 $1.1 $ 116, DW
1� $1.1715
nter Mixture, 30 6 & 70% Grad Deliveries <7,5 gallons
la Chicago Index Law Rack
r
1.24F47 Gallon
1.73 Gallon
o#it/Overhead
0.7800 Gallon
0.2000 Callon
tal Cost/gallon (flet Taxes)
1.4247 Gailon
1..4388 Callon
Extended 'oto#
100M $1+247 $ 142,470
1 Wr000 $1.4388
14 Winter Mixture, 3 & 7D% Grad Deliveries >7500 gallons but,<6,C00
OPIS Chicago Index Low Rack
1.2447 Gallon
1.2US Gallon
Profit/Overhead
0.08M Gallon
0.1500 Gallon
Total Cost/gallon (Net Taxes)
1.3247 Gallon
1.3US Callon
Extended Total
100000 $1.3247 $ 1.31+470
100000 $1.3$
15 Winter 11 xture, 3(m 70% Grad Deliveries >66r000 gallons
OMS Chicago Index Low Rack
1.2447 Gallon
1..2388 Callon
Profltjaverhead
0.0450 Gallon
0.0565 Callon
Total Cost/gallon (Net Taxes)
1.2897 Gallon
1.1953 Gallon
Extended Total
100 $1.2997 $ US,970
1000W $1.2353
15 Grade #1 Diesel Fuel-Deliveries <2,500 gallons
OPIS Chicago Index Low Rack
1.5473 Gall-on
1.5473 Callon
Profit/Overhead
0.1800 Gallon
0.2000 Gallon
Total Cast/gallon (filet Taxes)
1.7773 Galion
1.7473 Gallon
Extended Total
100AM $1.7173 $ 171,,730
100000 $1.7473
17 Grade #1 Diesel Fuel-Deliveries >2,500 gallons but <6,I0 gallon
OPIS Chicago Index Low Rack
1.5473 Gallon
1.5473 Callon
Profit/Overhead
0.08W Gallon
0.15110 Callon
Tota I Coit/gallon (flet Taxes)
1.6273 Gallan
1.6973 Gallon
Extended Total
U $1.6273 $ 162,730
100000 $1.5973
18 Grade #1 Diesel Fuel-Deliveries >6,000 fallow
OPIS Chicago Index Low Rack
ProbitlOverhead
Total Cast/gah-on (Net Taxes)
19 E70 Ethanol -Deliveries <20,500 gallons
CHRIS Chicago Index Low Rack
P rofit/Overhea d
Total Cost/gallon (Net Taxes)
Extended Total
20 E70 Ethanol -Deliveries >71500 gallons but <6,000 gallon
OPIS Chicago Index Low Rack
Profit/Overhead
Total Cost/gallon (flet Taxes)
Extended Total
21 E70 Ethanol -Deliveries >6,000.gallons
OPTS Chicago Index Lore Rack
Profrt/Overhead
Total Cost/gallon (Net Taxes)
Extended Fatal
21 B2 Bio Diesel Forel deliveries <2,500 gallms
OPIS Chicago Index Low back
Profit/Overhead
Total Cost/gallon (Net Taxes)
Extended Total
23 82 Bio Diesel Fuel Deliveries >2,500 gallons but <6,000 gallon
0PIS Chicago I ndex Low Rack
profit/Overhead
Total Cost/gallon (Islet Taxes)
Extended Total
24 82 Bio Diesel Fuel DeWeries >6r004 gallon
OPIS Chicago Index Low Rack
Profit/Overhead
Total Cost/gall on (let Taxes)
Extended Total
25 85 Blo Diesel Fuel Deliveries <2,500 gallons
OPIS Chicago Index low Rack
P rofit/Cverhea d
Total Cost/gallon (Not Taxes)
Extended Total
26 85 Bio Diesel Fuel Deliveries >7r500 gallons but <6,0130 gallon
OPIS Chicago Index Law Rank
Profit/Overhead
Total Cost/gallon ( Net Taxes}
Extended Total
1.5473 Gallon
1.5473 Gallon
0.0450 Gallon
0.0565 Galion
1.5823 Gallon
1.6038 Gallon
1000 $ 1M-23
159,230
10WW
$1.W38
1.3097 Gallon
1.3097 Gallon
0.1800 Gallon
0.2000 Gallotn
1.4897 Gallon
1.5097 Galion
100,E $1.4897
$ 148,870
100000
$1.5W7
1.3097 Gallon
1.3097 Gallon
0.0800 Gallon
0.1500 Gallon
1.3897 Gallon
1.4587 Gallon
10x,000 $1.3897
$ 1386970
1DWQ0
$1.4597
1.3097 Gallo -n
1.3047 Gallon
0.0450 Gallon
0.0565 Gallon
1.3547 Gallon
1.3662 Gallon
100r000 $1.3547
$ 135,470
100000
$1.3661
1.1410 Gallon
1.1410 Gallon
0.1800 Gallon
0.2M Gallon
1.3110 Gallon
1.3410 Gallon
100,000 $1.3210
$ 132Ax0
100000
$1.3410
1.1410 Gallon
1.1410 Callon
0.08W Gallfln
0.1500 Gallon
1.2210 Gallon
1.2910 Callon
100}000 $ x..1110
$ 122,100
10000
$1.2910
1,1410 Gallon
1.1410 Galion
0.0450 Gallon
0,0565 Gallon
1.1860 Gallon
1.1975 Gallon
�y/�� �{���j
100,000 $ 1.. I=
11816W
1 000
$1.1975
1. 1364 Gallon
1.1364 Gallon
0.1800 Gallon
0.20M Gallon
1.3164 Gabor~
1.3364 Gahan
1D0,000 $1.3164
$1310
1000M
$1.3364
1.1364 Gallon 1.1364 Gallon
0.C8W Gallon 0.1500 Gallon
1.1164 Gallon 1.,864 Gallon
1, 1.�16� ���
1000W $1.2864
27 BS Bio, diesel Fuei Deliveries >6:000 gallon
OPIS Chicago Index Lir Rack
1.1364 Gallon
3.1364 Gallon
Profit/Overhead
0.04-50 Gallon
-].0565 Gallon
Total Cost/gallon (Net Taxes)
1.181.4 Gallon
1.1929 Gallon
Extended Fatal
100,000 1.1814 $118,141D
104000 $11929
2.$ 911 Bio, Diesel Fuel Deliveries <1f500 gallons
OPIS Chicago index Low hack
1.1364 Gallon
1.1364 Gallon
Profit/Overhead
0. 1800 Gallon
0.20DO Gallon
Total Cost/gallon (Net Faxes)
1.3164 Gallon
1.3364 Gallon
Extended Total
108,E $1.3164 $131*&W
10DDW $1.3364
Z'9 B11 Bio, Diesel Fuel Del.lveries >2,500 gallons bUt <6, gallon
OPIS Chicago index Low Rask
1.1364 Gallon
1.1364 Gallon
Profit/Overhead
0.0800 Gallen
0.1500 Gallon
Toga Cost/gallon (Net Taxes)
1.2164 Gallon
1.2864 Gallon
Extended Total
100,0Da 1.2164 $121,640
100000 $1.234
30 811 Bio Diesel Fuel Deliveries >6,000 gallon
OPIS Chicago index Low (tack
1.1364 Gallon
1.1364 Gallon
Profit/Overhead
0.0450 Gallon
0.0565 Gallon
Total Cost/gallon (Net Takes)
1.1814 Gallon
1.1929 Gallon
Extended Total
100,E 1.1814 $118,140
100004 $1.1929
31 020 Bio Diesel Fuel Deliveries <2,SDO gallons
OPIS Chicago Index Low Rack
1.1364 Galion
1.1364 Gallon
Profit/Overhead
0-1W0 Gallon
0.1000 Gallon
Total Cc*t/gallon (Net Taxes)
1.3164 Gallon
1.3164 Gallon
Extended Total
10D,000 $1.3164 $131,1540
1000W $1.3364
32 1310 Bio Diesel Fuel Del lveries >2l500 gal Ions lout <6,000 gallon
OPIS Chicago Index Low Rack
1.1364 Gallon
1.1361 Gallon
Profit/Overhead
0-08W Gallon
0.1.500 Gallon
Total Cost/gallGn (Net Taxes)
1.2164 Gahon
1.2864 Gallon
Extended Total
100,000 1.2164 $121,640
(00000 $1-.Z
33 B20 Bio Diesel Fuel Deliveries >6,000 galfon
GPiS Chicago index Low Rack
1.1.364 Gallon
1.1364 Gallon
PrftOverhead
0.0450 Gallon
0.0565 Gallon
Total Cost/gallon (Net Taxes)
1.1814 Gallon
1.1929 Gallon
Extended Total
1E10,000 1.181+ $118,140
10WW $1.1929
GRAND TOTAL
$4,596,76
$
Additional Comments:
No additional deliverer freight fee charge for < 1,00 5t, Marys Petroleum .states the maximum rebtp
will be.015 cen is per gaflon purchased, for exo
rage Price of fuel at $3.00 per gallon verso.
SIC stored fuel rebate is .,5% on all purchases
Gallons fess than 1,0W charges:
0150 $.80 margin plus $1D0
151-200.80 margin plus $75
201-400.55 margin
401.-600.35
601-1000,25
REQUEST FOR PROPOSALS (RFP) #230
Selection of a Vendor to Provide
Gasoline (87, 89, & 92 Octane), Diesel Fuel,
Ethanol 75 & 85 and B2 Bio Diesel Fuel
Addendum #3
June 10, 2024
Initial Release Date: May 22, 2024
Y �F7/
W;P 4111
Selection of a Vendor to Provide
Gasoline (87, 89, & 92 Octane), Diesel Fuel, Ethanol 75 & 85 and B2 Bio Diesel Fuel
Addendum #3
June 10, 2024
Question: The first page has a 'due aria email at rfps nwm c -cog -o rg by 10: 0a m Monday June 17.,
2024"
3rd paragraph down, first page has 'Emails rust be received by 10:30am Monday June 19 for a remote
bid opening..."
Page 4 1.2 Submission of Bids has: "Emails rust be received by 10: Darn Thursday, June 13 for a remote
laid opening..."
Response: Sorra about the confusion. The bid is due via email at rfps nwmc-cog-o rg by 1030arn
Monday June 17* 2024 and a hard copy must also be received by that time.
Mount Prospect Public Works
2024 Fuel Purchases - AL WARREN AFTER 7/5/23
Unleaded Fuel
Dane of Fuel Base Total Total Average
Purchase Type Quantity Price Price Cost Price
L12512024
87 Octane
8586
$1.96
$2.49
$21,370.55
$2.489(
2/28/2024
87 Octane
8584
$2.54
$3.0670
$26,327.13
$2.78
4/4/2024
87 Octane
8580
$2.81
$2.8065
$24,079.77
$2.79
5/15/2024
87 Octane
8503
$2.71
$2.7145
$23,981.39
$2.77
6/20/2024
87 Octane
8500
$2.64
$2.6395
$22,435.75
$2.74
7/25/2024
87 Octane
8500
$3.07
$3.0700
$26,095.00
$2.86
8/23/2024
87 Octane
8499
$2.22
$2.7585
$23,444.49
$2.50
9/25/2024
87 Octane
8500
$2.14
$2.6845
$22,818.25
$2.77
10/25/2024
87 Octane
8495
$1.93
$2.4695
$20,978.41
$2.72
12/11/2024
87 Octane
8618
$1.91
$2.4465
$21,083.93
$2.69
Date of
Fuel
Base
Total
Total
Average
Purchase
Type
Quantity
Price
Price
Cost
Price
01/16/24
Mobil Efficient Winter Blend B5
7614
$2.4163
3.01630
$22,966.11
$3.0163
03/12/24
Mobil Efficient Winter Blend B5
7518
$2.7930
3.39300
$25,508.56
$3.2046
05/24/24
Mobil Efficient B5
7500
$2.3135
2.91350
$21,851.25
$3.1076
07/25/24
Mobil Efficient B5
7499
$2.5975
3.21350
$24,098.04
$3.1341
09/23/24
Mobil Efficient B5
7500
$2.3540
2.97000
$22,275.00
$3.1013
11/06/24
Mobil Efficient Winter Blend B5
7500
$2.4824
3.09840
$23,238.00
$3.1177
12/13/2024
Mobil Efficient Winter Blend B5
7558
$2.2960
2.91200
$22,008.89
$3.0215
6s;
Purchased:
.$
Budget:
$450,000.00...
11111111111111111111111111'11�114)
������� 1