Loading...
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