Loading...
HomeMy WebLinkAbout03/03/2020 11 Purchase and Delivery of Bulk Fuels & Incidentals Agreement with Connell Oil Inc. ti i..asxntntj kd d g$Ag aY ae.. x°'naa.x,,4n BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 11. For Meeting of: March 3, 2020 ITEM TITLE: Resolution awarding Bid J11902 and authorizing an Agreement with Connell Oil, Inc., for purchase and delivery of bulk fuels and incidentals SUBMITTED BY: Maria Mayhue,Acting City/County Procurement Manager Susan Knotts, Purchasing Buyer I I, 575-6093 SUMMARY EXPLANATION: The Purchasing Division and Public Works Department recommend award to Connell Oil, Inc., per the attached bid tabulation and recommendation of award. Connell Oil, Inc. submitted the most responsive Bid from a responsible bidder considering: • Pricing • Delivery time • Load sizes available • Method of shipping • Fuel types available • Experience level This Bid was advertised in the Yakima Herald Republic, online via the City of Yakima website, and nationally through the City's e-Procurement System PublicPurchase.com, as well as by personal invitation to all known vendors on the Purchasing vendor list. This item was removed from the City Council consent agenda on February 4, 2020. The Council asked for additional information on the procurement process. ITEM BUDGETED: Yes STRATEGIC PRIORITY: NA APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution 2 ATTACHMENTS: Description Upload Date Type D Resolution to Award M1902 2/24/2020 Resolution D J11RJ2 Agreement 213/2020 Contract D J11912 Bid Tabulation& Repoosi‘ens Oleck list 2/24/2e20 rack tip Material D cost Analysis 2/2412a20 Backup Material 3 RESOLUTION NO. R-2020- A RESOLUTION awarding Bid J11902 and authorizing an agreement with Connell Oil, Inc., for purchase and delivery of bulk fuels and incidentals WHEREAS, the City posted and published notice on November 22 and 23, 2019 in the Yakima Herald Republic and on the City's webpage that Bid No. J11902 was available for competitive bid; and WHEREAS, Bids were due December 20, 2019 at 11:00 a.m.; bids that were timely received were publicly opened in City Council Chambers in Yakima, Washington; and WHEREAS, the following Bids were received, as evidenced by the attached Bid Tabulation Form; and WHEREAS, all responsive Bids were sent to the Public Works, Equipment Rental Division for Recommendation of Award; and WHEREAS, Connell Oil, Inc., was the lowest responsive Bid received from a responsible Bidder; the Equipment Rental Division recommends the Contract Award be issued to Connell Oil, Inc., and that the City Manager execute the Contract; and WHEREAS, the Scope of Work and available budget meet the needs and requirements of the City of Yakima for this procurement, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Bid is hereby awarded and the City Manager is hereby authorized to execute the Contract with Connell Oil, Inc., attached hereto and incorporated herein by this reference, in the estimated annual amount of$1,397,000.00, for the procurement of bulk fuel, Diesel Exhaust Fluid, and incidentals. ADOPTED BY THE CITY COUNCIL this 3' Day of March, 2020. Patricia Byers, Mayor ATTEST: Sonya Clear Tee, City Clerk 4 For City of Yakima Use Only: AGREEMENT Project No. BID No. CITY OF YAKIMA BID J11902 Bulk Purchase and Delivery of Gasoline, Diesel Fuels and Related Products THIS AGREEMENT,entered into on the date of last execution, between the City of Yakima, a Washington municipal corporation ("City"),and Connell Oil Inc., dba Co-Energy, ("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The Contractor shall perform all work and service(s) and furnish all tools, materials, labor and equipment(collectively referred to as"Services")according to the procedure outlined in Bid J11902 Bulk Purchased and Delivery of Fuels,"As Needed" Diesel Exhaust Fluid (DEF) and Incidentals Specifications which are attached as Exhibit A, and the most recent edition of the ANSI/DOT/EPA/NEC and ASTM Standards,all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and completing the services provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one year from its effective date. The City may, at its option,extend the Contract on a year to year basis for up to four additional years provided, however,that either party may at any time during the life of this Contract, or any extension thereof, terminate this Contract by giving thirty (30) days' notice in writing to the other party of its intention to cancel. Contract extensions shall be automatic, and shall go into effect without written confirmation, unless the City provides advance notice of the intention to not renew. 4. Changes Any proposed change in this Contract shall be submitted to the other party,for its prior written approval. If approved, change will be made by a contract modification that will become effective upon execution by the parties hereto. Any oral statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid. 5. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for,or on,behalf of City. 6. Successors and Assigns Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. The Contractor for himself, and for his heirs,executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 5 7. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public,is confidential, and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City. 8. Inspection and Production of Records The records relating to the Services shall,at all times,be subject to inspection by and with the approval of the City, but the making of(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities,and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six(6)years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to(and the City shall have the right to examine, audit and copy)all of Contractor's books,documents, papers and records which are related to the Services performed by Contractor under this Contract. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractors services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. The terms of this section shall survive any expiration or termination of this Contract. 9. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City. The City shall own any and all data,documents, plans,copyrights,specifications,working papers,and any other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall deliver these materials to the City. 10. Guarantee Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of completion and acceptance of the Services. 11. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable Federal, State, and local laws, rules, regulations, and executive orders adopted or promulgated by any governmental agency or regulatory body,whether federal,state,local,or otherwise which are incorporated by reference herein. This Contract will be used by various divisions that are partially federally funded,and,therefore, must adhere to the following federal regulations,such as DBE, Lobbying and Debarment. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal,state, and local government or governmental authority for this project,pay all charges and fees,and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges,fees,and taxes associated with said license. b. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number,as required in Title 85 RCW. 6 c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.101 or 36.12.065(3). d. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. e. Foreign(Non-Washington)Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own expense,without regard to whether such corporation is actually awarded the contract,and in the event that the award is made,prior to conducting any business in the City. 12. Compliance with FTA Requirements The Contractor shall at all times comply with all applicable Federal Transit Administration (FTA) regulations, policies, procedures and directives. Attached to this bid specification are the Federal Transit Administration 3rd Party Contracting Clauses. Where applicable, Contractor shall comply with the section(s) that apply to this bid call. The Contractor's failure to so comply shall constitute a material breach of this agreement. 13. Federal Funding On the basis of the federal funding that may part of the funding for the goods and services provided by the Contractor under the Agreement,and to assure compliance with all federal regulations associated with services compensated with federal funds, in addition to the terms of the primary Agreement, upon notification and instruction by the ordering department,the Contractor must also comply with the specific provisions of Common Rule,the Office of Management and Budget (OMB) Circular A-102, which is fully incorporated herein. If there is any conflict between the terms expressed in the primary Agreement and those set forth in Circular A-102, the terms and conditions of Circular A-102 shall prevail. See http://www.WhiteHouse.Gov/OMB/Circulars a102#Main-Content. 14. Nondiscrimination During the performance of this Contract,the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed,color, religion, national origin, sex,age, marital status,sexual orientation, pregnancy,veteran's status, political affiliation or belief,or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60)or the Americans with Disabilities Act(42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment, upgrading,demotion,transfer,recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of Services under this Agreement. In the event of the Contractors noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts, 15. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. Contractor agrees to defend, indemnify and hold harmless the City/County, its elected and appointed officials, officers, employees, attorneys, agents, and volunteers from any and all claims, demands, losses, liens, liabilities, penalties, fines, lawsuits, and other proceedings and all judgments, awards, costs and expenses (including reasonable costs and attorney fees) which result or arise out of the sole negligent acts or omissions of Contractor, its officials,officers,employees or agents. b. If any suit,judgment, action, claim or demand arises out of, or occurs in conjunction with,the negligent acts and/or omissions of both the Contractor and the City/County,or their elected or appointed officials, officers,employees, agents,attorneys or volunteers, pursuant to this Contract,each party shall be liable 7 for its proportionate share of negligence for any resulting suit,judgment,action,claim,demand,damages or costs and expenses, including reasonable attorneys'fees. c. Contractor's Waiver of Employer's Immunity under Title 51 RCW. If any design or engineering work is done pursuant to this Contract, Contractor intends that its indemnification, defense, and hold harmless obligations set forth above in Section A shall operate with full effect regardless of any provision to the contrary in Title 51 RCW, Washington's Industrial Insurance Act. Accordingly,to the extent necessary to fully satisfy the Contractors indemnification, defense, and hold harmless obligations set forth above in Section A, Contractor specifically waives any immunity granted under Title 51 RCW, and specifically assumes all potential liability for actions brought by employees of the Contractor against the City/County and its elected and appointed officials, officers, employees, attorneys, agents, and volunteers. The parties have mutually negotiated this waiver. Contractor shall similarly require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor,and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, shall comply with the terms of this paragraph,waive any immunity granted under Title 51 RCW,and assume all potential liability for actions brought by their respective employees. The provisions of this section shall survive the expiration or termination of this Agreement. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract. 16. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City/County and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City/County reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor will provide a Certificate of Insurance to the City/County as evidence of coverage for each of the policies and outlined herein, A copy of the additional insured endorsement attached to the policy will be included with the certificate. This Certificate of insurance shall be provided to the City/County, prior to commencement of work. Failure of CitylCounty to demand such verification of coverage with these insurance requirements or failure of City/County to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance: Before this Contract is fully executed by the parties, Contractor shall provide the City/County with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of Five Million Dollars($5,000,000.00)per occurrence,combined single limit bodily injury and property damage, and Five Million Dollars ($5,000,000.00) general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City/County,its elected and appointed officials,employees,agents,attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima/Yakima County, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds,and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City/County prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington,The requirements contained herein,as well as City of Yakima/Yakima County's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. 8 b. Automobile Liability Insurance: Before this Contract is fully executed by the parties, Contractor shall provide the City/County with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Five Million Dollars($5,000,000.00)per occurrence. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City/County, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima/Yakima County,its elected and appointed officials,employees,agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City/County prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima/Yakima County's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The business auto liability shall include Hired and Non-Owned coverage if necessary. c. Employer's Liability (Stop Gap): Contractor and all subcontractor(s)shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000,00. The City/County shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed, Failure of subcontractors(s)to comply with insurance requirements does not limit Contractor's liability or responsibility. d. Pollution Liability Coverage: Contractor shall provide the City/County with a certificate of insurance as proof of pollution liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence and at least as broad as that provided under ISO Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA 99 48 shall be provided and the Motor Carrier Act Endorsement (MCS 90) shall be attached and required after award and must cover all vehicles to be used with this contract. e. Miss Delivery of Product: Coverage refers to an endorsement(often called other things more formal) that is added to the General Liability(GL)policy of a fuel distributor. This endorsement covers damages caused by an error in distributing the wrong product to a tank. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City/County shall be in excess of the Contractor's insurance and shall not contribute to it. If at any time during the life of the Contract,or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City/County to terminate the Contract. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of Contractor and the City/County, its officers, elected and appointed officials, employees, agents, attorneys and volunteers, Contractor's liability hereunder shall be limited to the extent of the Contractor's negligence. 9 17. Severability If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms,conditions or applications which can be given effect without the invalid term, condition or application. To this end,the terms and conditions of this Contract are declared severable. 18. Contract Documents This Contract, the Invitation to Bid No. J11902; Scope of Work, conditions, addenda, and modifications, and Contractor's proposal(to the extent consistent with City of Yakima documents)constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2^d St.,Yakima, WA,98901,and are hereby incorporated by reference into this Contract. 19. Termination•Convenience This Contract may be terminated by either party by giving sixty(60)days written notice of such intent and will become effective sixty(60) days from the date such written notice is delivered to the applicable party to the Contract. 20. Termination-Cause The City reserves the right to terminate this Contract at any time, upon written notice, in the event that the Services of Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this Contract. The effective date for such termination shall be upon receipt of the notice, or three days after the notice is mailed first class mail,certified with return receipt requested. 21. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God,fire, strikes, epidemics, war, riot, delay in transportation or railcar transport shortages,provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally,in the event or any such delays (acts or God,etc.) the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 22. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 23. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington, 24. Authority The person executing this Contract,on behalf of Contractor,represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 25. Notice Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered in person or by overnight courier,facsimile or first class mail,certified wtth return receipt requested. Notices to the parties shall be delivered to: TO CITY: City Manager TO CONTRACTOR: C G rl n P. li 1 a r City of Yakima City Hall—First Floor CAI 13KAD GoNID 129 North Second Street Yakima,WA 98901 t1 �02,5 N. 011 /-1VVE- COPY TO: City of Yakima/Yakima County Purchasing S o2 City Hall—First Floor 129 North Second Street Yakima,WA 98901 io 26. Survival The foregoing sections of this Contract, 2-24 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA CONNELL OIL, INC. By: G1'L. t . l:-tr -mi Alex Meyerhoff, Interim City Manager Date: Date: ( - 2,8. Z 0 n,0 ►BgAD BOND Attest: (Print name) City Clerk Bid Tabulation - J11902 Page 3 Vendor Name Vendor Name Vendor Name SCHEDULE II Christensen Coleman Oil Connell Oil Unleaded Ethanol(10%) Unleaded Ethanol(10%) Unleaded Ethanol(10%) +1-Price Differential Total Price Per Gallon +Multi•lier Total Price Per Gallon +Multi•lier Total Price Per Gallon OPIS OPIS OPIS 2,500 2,500 2,500 2,600 , 00 2,500 No. Rack Fuel Type Average Full Full Average Average Full 1/2 Load Gallons 112 Load Gallons Load Gallons Load Gallons Load GallonsFull Load Gallons 12/10/19 Load Load 12/10/19 Load Load 12/10/19 Load Load or Less or Less or Less or Less or @SS or @SS Unleaded 1.6446 10022 1.00831.0100 :64008 :6 086 11..76613150 1.6965 . 0 1.7849 1 Moses Lake,WA Mid 1.7673 1.0022 1.00831.0100 1.7712 . 8 0 1.7850 1.8244 1.8284 1.8395 1.8426 Premium 1.9212 1.0022 1.00831.0100 1.9254 1.9371 1.9404 1.9783 1.9827 1.99471.9981 Unleaded 1.7130 0.0680 0.1080 0.2280 1.7810 18210 1 9410 1.7130 1.0024 1.0087 1.0120 1.7171 1,7279 1.7336 1.7266 1.7946 1.8346 1.9546 1.7266 1.7307 1.7416 1.7473 Pasco,WA Mid 1.8948 0.0680 0.1080 0.2280 1.9628 2.0028 2.1228 1.8948 1.0024 1.0087 1.0120 1.8993 1.91131.9175 1.9034 1.9714 2.0114 2,1314 1.9034 1.9080 1.9200 1.9262 Premium 2.0339 0.0680 0.1080 0.2280 2.1018 2.1419 2.2618 2,0339 1.0024 1.0087 1.0120 2.0387 2.05152.0582 2.0458 2.1138 2.1538 2 2738 2.0458 2.0507 2.0636 2.070 Unleaded 1.8092 0.0950 0.1350 0.2550 1.9042 1.94422,0642 1.8188 1.0050 1.0170 1.0230 1.8279 1.8497 1.860. 1.8188 1.0070 1.0170 1.0370 1.8315 1.84971.8861 1.8046 1.8996 1.9396 2.0596 1.8046 1.8136 1.8353 1.8461 1.8046 1.8172 1.;' 3 1.8714 Mid 1.9920 0.0950 0.1350 0.2550 2.0870 2.1270 2.2470 2.0000 1.00 0 1.0170 1.0230 2.0100 2.0340 2.0460 2.0000 1.0400 1.0500 1.0700 2.0800 2. 000 2. 400 Seattle,WA 1.9894 2.0844 2.1244 2.2444 1.9894 1.9993 2.02322.0352 1.9894 2.0690 2.0889 2.1287 . 6 . 69 Premium 2.1134 0.0950 0. 0 0.2550 2.1211 ,00 0 .0 0 1.0230 2.1211 1.0400 .0 00 1.0700 2. 084 . 484 2.3684 2.1699 . 0 9 2.2272 2.2696 2.1086 2.1086 2.1086 2.1086 2.1086 2.1191 2.1444 2.1571 2.1086 2.1929 2.2140 2.2562 1.6779 Unleaded 1.6721 1.0035 1.00751.0140 1.6780 1.6846 1.695 1.6937 1.6996 . 064 1.7174 Spokane,WA .8 84 Mid 1.8221 1.0035 1.00751.0140 1.8285 1.8358 1.8476 1.8459 1.8524 1.8597 1.8717 Premium 1.9525 1.0035 1.00751.0140 1.9593 1.96711.9798 1.9740 1.9809 1.9888 2.0016 Unleaded Tacoma,WA Mid 1111111111.111111.111.111.11.111.1111111.11111.1=11111==.111.11.11.1 Premium MEIMMIIIMIIMINEIMI Unleaded Other Mid 111111.11111 Premium MOURIVOS,IIT not an.sitly euueu into the 'rice above Additives: 0.0150 Additives: None Additives: 0.0000 Bid Tabulation -J11902 Page 4 - Vendor Name Vendor Name Vendor Name SCHEDULE II Cougar Den Mansfield Energy Petroleum Traders Unleaded Ethanol(10%) Unleaded Ethanol(10%) Unleaded Ethanol(10%) - +/-Price Differential Total Price Per Gallon +/-Price Differential Total Price Per Gallon +/-Price Differential Total Price Per Gallon OPIS OPIS OPIS 2,600 2,500 2,500 2,500 2,500 2,500 No. Rack Fuel Type Average Full Full Average Full Full Average Full Full 1/2 Load Gallons 1/2 Load Gallons 12/10/19 Load Load 12/10/19 Load 1/2 Load Gallons Load 1/2 Load Gallons 12110/19 Load Load 1/2 Load Gallons 1/2 Load Gallons or Less or Less or Less or Less or Less or Less ..-Unleaded 1.6446 0.0250 0.0500 0.0750 1 6696 1.6946 1.7196 " 1.6965 , 1.7215_ 1.7465 1.7715 •. ' 1 Moses Lake,WA Mid 1.7673 0.0250 0.0500 0.0750 1.7923 1.8173 1,8423 1.8244 1.8494 1.8744 1.8994. Premium 1.9212 0.0250 0.0500 0.0750 1.9462 1 9712 1 9962 1.9783 2,0033 2.0283. 2.0533 Unleaded 1.7088 0.0150 0.0350 0.0550 1 7238 1.7438 1 7638 1.7088 0.0237 1.7325 1,7088 0.1165 0.2366 0.3200 1,8253 1.9454 2 0288 1.7266 , 1.7416. 1.7616 1.7816 1.7266 1.7503 .. 1,7266 1.8431 1,9632 2.0466 2 Pasco,WA Mid 1.8918 0.0150 0.0350 0.0550 1.9068 1 9268 1.9468 1.8918 0,0322 _ 1.9240 1.8918 0.1790 0.2992 0.3700 2.0708 2 1910 2 2618 1.9034 , 1.9184 1.9384 1.9584 1.9034 1.9356 1.9034 2.0824 2.2026 2.2734 Premium 2.0296 0.0150 0.0350 0.0550 2.0446 2 0646 2.0846 2.0296' 0.0322 2.0618 2.0296 0.1790 0.2992 0.3700' 2 2086 2 3288 2.3996 2.0458 2.0608 2.0808 2.1008 2.0458 . 2.0136 2.0458 2.2248 2.3450, 2.4158 Unleaded 1,8188 0.0475 0.0775 0.0975 1 8663 1.8963 1.9163' . 1.8046 1.8521 1.8821 1.9021 . _Mid 2.0000 0.0475 0.0775 0.0975 2.0475 2 0775 2.0975 3 Seattle,WA 1.9894 2.0369 2.0669 2.0869 Premium 2.1211 0.0475 0.0775 0.0975 2.1686 2.1986 2.2186 2.1086 2.1561, 2.1861 2.2061 ... - Unleaded 1.6721 0.0600 0.0800 0.1000 1.7321 1.7521 1.7721 . 1.6937 1.7537, 1.7737, .1.7937 '' - 4 Spokane,WA Mid 1.8221 0.0600 0.0800 0.1000 1.8821 1.9021 1.9221 1.8459. 1.9059 1.9259 1.9459, Premium 1.9525 0.0600 0.0800 0.1000 2 0125 2.0325 2.0525 , , 1.9740, , 2.0340 2.0540 2.0740 Unleaded 1,7998 0.0499 0.0799 0.0999 1.8497 1.8797 1.8997 1.7979 1.8478 1.8778 1.8978, • _ 5 Tacoma,WA Mid 1.9963 0.0499 0.0799 0.0999 2,0462 2.0762 2.0962 . . 1.91385. 2.0384 2.0684 2.0884 Premium 2,1188 0.0499 0.0799 0.0999 2.1687 2.1987 2.2187 " , , 2.1226, 2.1725. 2.2025 2.2225 ... Unleaded . . . . . . 6 Other Mid , .. .. Premium macntivus, IT not al uduy aoaua ' , 7 into the price above) Additives: N/A Additives: N/A Additives: Bid Tabulation -J11902 Page 9 Vendor Name Vendor Name Vendor Name SCHEDULE V Christensen Coleman Oil Connell Oil RED DYED Ultra Low Sulfer Distillate-2%Biodiesei RED DYED Ultra Low Suitor Distillate RED DYED Ultra Low Suffer Distillate-2%Biodieset At Times +1-Price Differential Total Price Per Gallon +Multiplier Total Price Per Gallon +Multiplier Total Price Per Gallon OPIS OPIS OPIS 2,500 2,500 2,500 2,500 2'5002,500 No. Rack Fuel Type Average . Full Full Average Full Full Average Full 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons Full1/2 Load Gallons 12/10/19 Load Load 12/10/19 Load Load 12/10/19 Load Load or Less or Less or Less or Less or Less or Less ' No.2 1,9009 1.0190 1.0280 1.0360 1-.9-370d i.9541' 1.96-931 1 Moses Lake,WA 1.8556 1.8909 1.9076 1.9224, No. 1 No.2 2.0137 0.0790 0.1190 0.2390 2 0927 2,1327- 2.2527 2.0087 1.0210 1.0310 1.0406 2.0509 2.0710 2.0896 , 1.9850 2.0640_ 2.1040 2.2240_ 1.985 2.0267 2.0465 2.0644, 2 Pasco,WA No. 1 2.3900 0.0790 0.1190 0.2390 2,5923 1.0210 1.0310 1,0400 2.6726 2.4690 2.5090 2.6290 2.6467 2.6727 2.6960 2.2775 2.3565 2.3965 2.5165, 2.2775 2.3253 2.3481 2.3686 1,9739 No.2 1.8967 0.1100 0.1500 0.2700 1.8997 1.0391 1.0460 1.0510 1.9740 1,9871 1.9966 1.8850 1.0350 1.0400 1.0600 1.9510 1.960 1.9981 2.0067 2.0467 2.1667 3 Seattle,WA 1.8538 , 1.9638 2.0038. 2,1238 1.8538 1.9263. 1.9391 1.9483. 1.8538, , 1.9187, 1.928 1.9650. 2.2484 No. 1 2.1760 0.1100 0.1500 0.2700 2.1569 1.0391 1.0460 1.0510 2.1619 1.0400 1.0500 1.0700 2 2880 2.3280 2.4480 2.2412 2.2561 2.2669 2.248-4 2.2700, 2.3132 2.1305 2,2405 2.2805, 2.4005 2.1305 . 2.2138, 2.2285, 2.2392, 2.1305 2.2157 2.2370 2.2796 .. 1.9881 No.2 1.9378 1.0260 1.0390 1.0460 1.9882 2,0134 2.9838 4 Spokane,WA . . 1.9073 . 1.9569 1.9817 1.9950, .. - 2.3746 No. 1 2.3145 1.0260 1.0390 1.0460 2.3747 2.4048 2.4210 2.3095 ' 2.3695 2.3996 2.4157 No.2 , 5 Tacoma,WA . . . . . . . No.1 No.2 6 Other -. , . - .. . .No. 1 motntives, IT not airtsaay aaueu Imo 7 the price above) Additives: 0.0150 Additives: 27.00 Additives: 0.0200 Bid Tabulation - J11902 Page 10 Vendor Name Vendor Name Vendor Name SCHEDULE V Cougar Den Mansfield Energy Petroleum Traders RED DYED Ultra Low Suffer Distillate RED DYED Ultra Low Suffer Distillate-2%Biodles& RED DYED Ultra Low Suffer Distillate 4-Price Differential Total Price Per Gallon +/-Price Differential Total Price Per Gallon +/-Price Differential Total Price Per Gallon OPIS OPIS OPIS 2,500 2,500 2,500 2,500 2,500 2,500 No. Rack Fuel Type Average Full Full Average Full 1/2 Load Gallons FullAverage Full Full 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons 12J1W19 Load Load 12/10/19 Load Load 1/2 Load Gallons 12/10/19 Load Load or Less or Less or Less or Less or Less or Less No. 2 1.9211 0.0800 0.1000 0.1200 2.0011 2 0211 2,0411 1 Moses Lake,WA L8556 1,9356 1.9556 1.9756 . . . . No. 1 No.2 2.0061 0.0600 0.0750 0.0900 2.0661 2 08114 2.0961 2.0061 0.0628 2.0689 ' 2.0061 0.1159 0,1917 0.4100 2.1220 2.1978 2.4161 1.9850 2.0450 2.0600 2.0750 1.9850 2.0478 1.9850. 2.1009 2,1767 2.3950 2 Pasco,WA No. 1 2,3775 0.0600 0.0750 0.0900 2.3775 0.0818 2.3775 0.1749 0.2517 0.4500 2.4375 2.4525 2.46752.4593 2.5524 2.6292 2.8275 2.2775 2.3375 2.3525 2.3675 2.2775 . 2.3593 2.2775 2.4524 2.5292 2.7275 No.2 1.8850 0.0825 0.0925 0.1025 19675 1.9775 1.9875 3 Seattle,WA 1.8538, 1.9363 1.9463 1.9563 . No. 1 2.1619 0.0825 0.0925 0.1025 . 2.2444 2.2544 2.2644 2.1305 2.2130 2.2230, 2.2330. . , . No.2 1.9621 0.1200 0,1300 0.1500 2.0821 2.0921 2.1121 4 Spokane,WA 1.9073 2.0273 2.0373 2.0573 , , _ No. 1 2,3195 0.1200 0.1300 0,1500 2.4395 2.4495 2.4695 2.3095 2.4295 2.4395 2.4595 No.2 1.8902 0.0825 0.0925 0,1025 1,9727 1,9827 1.9927 5 Tacoma,WA , 1.8339 1.9164 1.9264 1.9364 .. No.1 No.2 4 • _ •6 Other - - - . No. 1 ROCIIIIVI3S,tIT rim at•eaciy ammo , 7 Into the price above) Additives: 0.0250 Additives: N/A Additives: 0.0150 Bid Tabulation -J11902 Page 11 Vendor Name Vendor Name Vendor Name SCHEDULE VI Christensen Coleman Oil Connell Oil WINTER RED DYED Ultra Low Sulfur Distillate WINTER RED DYED Ultra Low Sulfur Distillate WINTER RED DYED Ultra Low Sulfur DletIllate +/-Price Differential Total Price Per Gallon + Multiplier Total Price Per Gallon +Multiplier Total Price Per Gallon OPIS - OPIS OPIS 2,500 2,500 2,500 2,500 2,500 Full Average Full 2,500 Full Average Full Full No. Rack Fuel Type Average Full 1/2 Load Gallons 112 Load Gallons 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons or Less 12/10/19 Load Load 17/10/19 Load Load 12110/19 Load Load or Less or Less or Less or Less or Less . , No.2 1 Moses Lake,WA - . _ . No. 1 ' . , No.2 2 Pasco,WA No. 1 , . No.2 3 Seattle,WA No. 1 • No.2 4 Spokane,WA . _ No. 1 — . .No.2 5 Tacoma,WA No. 1 No.2 6 Other , . . ,. . . ' ' No. 1 .SCHEDULE VII Diesel Exhaust Fluid(DEF) Diesel Exhaust Fluid(DEF) , Diesel Exhaust Fluid(DEF) Per Drum 149.88 88.00 114.95 1 Per 55 Gallon Drum Is Drum Returnable Yes . Yes Yes Returnded Drum Deposit None 0.00 0.00 , . Per Gallon 2.15 412.50 1.09 _ Price Include Tote? Yes No Yes 2 Totes Price to LEASE Tote , N/A .. 20,00 a Month 0.00 ., Price to BUY Tote N/A 475.00 225.00 _ Size of Tote(s) 275 Gallon or 330 Gallon 330 Gallon , 330 Gallon Emergency Delivery Fee: 250.00 85.00 After Business Hours 0.00 For Delivery within 24 Hours . . ..Payment Discount/Terms: N/A N/A 0.00 Delivery Time: MAX 2 Business Days ARO MAX 2 Business Days ARO , MAX 2 Business Days ARO Freight FOB destination: Included Included Included Comments: DEF;Storage tanks and delivery is dependant on a number Premium Unleaded Gasoline;92 Octane not requested 91 octane. Credit Card;Connell Oil will charge a 2.5%admin.Fee. of factors including size of tank requested. Use of certified dispensing meters and delivery volumes not Diesel;May contain up to 2%biodiesel at times. Volume Verification;monitor readings are available and temperatured corrected;Only on tank wagons. Additives/Conditioners;Not included in price. Power Service will be may take place of stick readings unless requested in Contractor to perform back-ground check on drivers used to added per contact or request and billed separate. advance, service this contract an provide to City/County;With driver's Racks&Billing;Connell purchases off fixed forwards 8.rail car delivery Subcontractor(s);None. permission. Subcontractor(s); so all billing will be based off Seattle OPIS only. None. Subcontractor(s); No Bid Tabulation -J11902 Page 12 Vendor Name Vendor Name Vendor Name SCHEDULE VI Cougar Den Mansfield Energy Petroleum Traders WINTER RED DYED Ultra Low Sulfur Distillate WINTER RED DYED Ultra Low Sulfur Distillate-2%Biodiesel WINTER RED DYED Ultra Low Sulfur Distillate +/-Price Differential Total Price Per Gallon +/-Price Differential Total Price Per Gallon +/-Price Differential Total Price Per Gallon OPIS OPIS OPIS 2,500 2,500 2,500 2,500 2,500 Full 2,500 No. Rack Fuel Type Average Full Full Average Full Full Average Full 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons 1/2 Load Gallons 12/10/19 Load Load 12/10/19 Load Load 12/10/19 Load Load or Less or Less or Less or Less or Less or Less . . . . No.2 1.9512 0.1100 0.1300 0.1500 2.0612 2.0812 2.1012/ 1 Moses Lake,WA , 1.8858 1.9958 2.0158 2.0358 . . . No. 1 No.2 , ' 2.0599 0.0868 2.1467 2 Pasco,WA . 4 ' _ No.1 No.2 ` 3 Seattle,WA . - No. 1 No.2 1.9795 0.1100 0.1300 0.1500 2,0895 2.1095 2.1295 4 Spokane,WA 1.9243 , i 2.0343 2.0543 2.0743 _ No. 1 No.2 5 Tacoma,WA , , . . ' " - No.1 No.2 . 6 Other . , , ,.. • . - - No. 1 SCHEDULE VII Diesel Exhaust Fluid(DEF) Diesel Exhaust Fluid(DEF) ' Diesel Exhaust Fluid(DEF) Per Drum 177.54 No Bid Per 55 Gallon . . . . .1 Is Drum Returnable Yes Drum Returnded Drum Deposit 20.00 No Bid . , Per Gallon 2.03 No Bid . . Price Include Tote? Yes ' 2 Totes Price to LEASE Tote N/A .. No Bid Price to BUY Tote 200.00 No Bid Size of Tote(s) 330 Gallons Emergency Delivery Fee:' ' 75.00 150.00 For Delivery within 24 Hours Payment Discount/Terms: 0.00 0.0045 Per Gallon . . Delivery Time: MAX 2 Business Days ARO MAX 2 Business Days ARO . MAX 2 Business Days ARO Freight FOB destination: Included Included Included Comments: DEF Totes;There is not a charge to swap totes but,there is Additives/Conditioners;#1 blended is subject to terminal availability. Volume Verification;Per addenda,metered trucks are no longer a fee of$200 if a tote is damaged or not returned. Winterized premium dyed diesel provided if#1 isn't avaiable. rquired. Subcontractor(s);Bretthauer Oil Subcontractorls); None Suticontractor(s); Does not own it's own trucks. Uses Texslar Crude Transport and other common carriers 17 City of Yakima and Yakima County Bid J11902 Bulk Purchase and Delivery of Fuels, "As Needed" Diesel Exhaust Fluid (DEF), and Incidentals Bidders Responsiveness Checklist . . . BIDDERS REQUIRED FORMS Coleman Mansfield Petroleum Christensen Connell Oil Cougar Den Oil Energy Traders Signature Form 11 11 11 Acknowledgement -\./ NI -V "Ni 11 11 of Addenda Bid Form Ai -V V N' V N' Technical V Specifications •Common Carries are used and Cannot 1i1 11 N' 1 guarantee Trucks are Radio-Equip 11 • Driver's Emergency Training can be provided prior to award. Exceptions to Bid Yes Yes Yes Yes Yes Yes Specifications • DEF Storage • Premium is Cred Card 2.5% a There is no in tfl blended is •Will not provide tanks&Delivery is unleaded is 92 Charge charge to swap subject to metered trucks dependent on a octane not w Diesel may totes but,there is terminal per addendum, number of factors. requested 91 contain 2%Bio- a$200 fee if a tote availability. • Doesn't own it's • Monitor octane. Diesel, is damaged or not Winterized own trucks. Uses readings are w Certified • Connell returned, premium dyed Texstar Crude available and may dispensing purchases off fixed • Use of diesel provided if Transport and take place of stick meters& forwards&rail car subcontractor ft isn't available, other common readings unless delivery volumes delivery so all billing Bretthauer Oil. carriers. requested in only used on will based off advance, tank wagons. Seattle OPIS only. •Will only •Additives& perform back- Conditioner not grown checks included in pricing. . ' with driver's permission. Questionnaire -V -V N' V -V -V FTA Requirements A.9 Disadvantaged Ni Yes N' Yes •\i Yes -\i Yes -Ni Yes -\!Yes Business Enterprise (DBE) A.14 Lobby 11 1( 11 1' , 1 "NJ Restrictions Bid Bond 1 Yes I _ Business License Yes No Fuel Tax Lic. Fuel Tax Lic. ReSellers Permit Insurance .V Needs AIE N' Needs AIE 18 City of Yakima Bid 111902 Bulk Purchase and Delivery of Fuel, Diesel Exhaust Fluid (DEF), and Incidentals PRICE ANAYSIS OVERVIEW Back Ground Information Pricing for fuel is based off a fuel index, the Oil Price Information Service (OPIS) that serves as a bench mark for fuel pricing. Each bidder was to propose a fuel bid multiplier or differential that was either multiplied or added/subtracted to the OPIS benchmark.This means that as the price of fuel escalates/de-escalate according the published OPIS report, so does the price the City pays in the exact proportion using the multiplier or differential in the bid by the awarded Vendor. The City of Yakima currently buys and stores only two type of Fuel in our tanks(the same is true for the Yakima County), Dyed Diesel #2 and Regular Unleaded (10% Ethanol) Gasoline. The City has nine locations with fuel storage tanks and a total of 13 tanks for fueling City owned vehicles and equipment and 3 tanks for generators. The fuel storage tanks (not including the generators) range in size from 15,000 gallons to 250 gallons and are all on a "Keep Full" service. A "Keep Full" service is where the Vendor is responsible for monitoring the fuel level in the tanks and makes sure the tanks don't fall below a minimum level that is set by the City to ensure we always have fuel to meet our demand. The three tanks for generators are set on a "Will Call" service meaning that those tanks are monitored by a City employee and when fuel is needed the City employee will place an order for a certain number of gallons to be delivered. The fuel type that is used,the City's tank locations,tank size and estimated yearly usage and type of service required for the tanks is listed on pages 75 and 76 of the Bid specifications. The minimum fuel amount for each tank is listed on the following pages 77-83 labeled "Site Worksheet & Delivery Profile" for each location. In comparing the pricing of the bids received and the estimated future use of fuel there were many things to take into consideration. FUEL Fuel Type All major fuel types were requested in the bid specifications and solicitation in the case, at some point in the future, they would be purchased. In evaluating and comparing vendors pricing for the best price and value for the City, we only compared the two types of fuel that the City currently use; Dyed Diesel #2 and Regular Unleaded (10% Ethanol) Gasoline. Combined City/County Usage City Only Usage Dyed Diesel #2 609,325 gallons Dyed Diesel #2 325,530 gallons Regular Unleaded Gasoline 285,253 gallons Regular Unleaded Gasoline 189,253 gallons Load Size Our next major consideration of determining the best pricing and value for the City was to look at the load size. We asked for pricing based on three different load sizes; full load of 8,000 gallons or more,%A load being 2,501 gallons to 7,999 gallons, and 2,500 gallons or less. When reviewing the average load size the City received over the past year, due to the different tank sizes and minimum levels requirements,the majority of the City's deliveries were the%A load size. The next most common delivery size was 2,500 gallons or less size. Terminal Locations 19 Different terminal location have different pricing on any given day. Because of this we decided to start our pricing comparison with the most common terminal location which is Seattle. The Seattle terminal also has the lowest pricing, on average,throughout the year. When evaluating the two types of fuel that the City uses along with the two most common load sizes utilizing the Seattle terminal,you will see that Connell Oil is lowest on two of the four. Cougar Den was not low on either types of fuel. Diesel Exhaust Fluid (DEF) The next item that we evaluated was the use is DEF. All City locations are currently using totes for their DEF with the exception of the Airport and one fire station who purchase their DEF in portable 55 gallon drums. Because all other locations are currently using DEF and are already set up with totes,there is no need to rent or purchase totes (except for replacement purpose). When evaluating how the City purchases the majority of its DEF by gallons to refill existing totes, it was the tote per gallon pricing that was considered. Connell Oil was the lowest bidder at$1.09 per gallon for delivery of DEF fluid to refill totes. Cougar Den bid$2.09 per gallon. Emergency Delivery Fee The emergency delivery fee was considered in the evaluating Vendors pricing. Connell Oil does not charge for emergency delivery fee. Cougar Den charges a$75 fee per emergency delivery. Shipping and Delivery of Fuel How fuel is delivered and by whom is very important. Because fuel is flammable liquid and considered hazardous,the awarding Vendor must carry extra insurance pertaining to the shipping and delivery fuel. All Bidders had to provide safety information containing how their trucks are equipped for emergencies and what protocol they use. This information is not always attainable when using a common carrier. Because of the shortage of truck drivers and due to the fact that delivery of fuel requires a certain type of truck and trailer for transport and delivery,the City took into account if the bidder had their own fleet of trucks/trailers and drivers or if they subcontracted this part of the service out. The City has in the past had issues were an awarded Vendor who had plenty of product to sell but when an order was placed they could not deliver when needed because they didn't have a dedicated fleet with drivers. They subcontracted the delivery of their product out and had a hard time procuring a common carrier that could meet the specific requirements necessary for delivery of their product. Connell Oil has their own fleet of drivers with trucks and trailer that are equipped with radios and salty equipment.All drivers attend safety training, among other training pertinent to fuel delivery and carry the required amount of insurances. Cougar Den subcontracts the shipping and delivery of fuel. Oil Price Information Service (OPIS) Rack Pricing OPIS Rack pricing has become the standard, especial here in the Pacific Northwest, for the basis or recording fuel prices. OPIS Rack pricing reports are divided up by location. When you order a location (i.e.Seattle,Spokane, Pasco), you get the pricing for all the fuel types that are provided at that location. OPIS rack pricing is$145 a month per rack. If three or more locations are ordered the price is$111.00 a month per rack. 20 The City evaluated if it would be cost effective to award to a vendor who could provide fuel from multiple racks, with the idea that the Vendor would price our fuel order and delivery off the lowest priced rack that they bid. It was decided that this type of award would be a heavy burden when auditing. Extra time would be needed in verifying pricing on each invoice and for contract administration personnel. The City also considered the price of the OPTS rack reports for several locations. If the City were to award to Cougar Den, the OPTS subscription would cost the city and extra$6,252 a year.