B24-2000 Transportation Fuels

Agency: Oswego Boces
State: New York
Type of Government: State & Local
Posted Date: Mar 18, 2024
Due Date: Apr 16, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Title Bid Response Date Bid Contract Period Bid Packet Addendum
B24-2000 Transportation Fuels Tuesday, April 16, 2024 at 12:30 p.m. 7/1/2024 - 6/30/2025 B24-2000 Bid Packet and Response Sheets

Attachment Preview

When submitting a sealed bid, please be sure to put thebid title and bid number on the outside envelope being mailed.
Please attach a completed W9 to your bid response.
Vendor:
Bid Contact:
Ordering Contact:
Address:
Ordering Address:
Phone #:
Fax #:
E-Mail:
Tax ID #:
Ordering Phone #:
Ordering Fax #:
Ordering E-Mail:
Web-Site:
Center for Instruction, Technology & Innovation (CiTi)
Oswego County Board of Cooperative Educational Services
179 County Route 64
Mexico, NY 13114
(315) 963-4253 phone
www.CiTiboces.org
www.CiTiboces.org/cooperativepurchasing
Specification and Instructions for the Supply of
Transportation Fuels
Bid Number: B24-2000
Bid Contract Dates: July 1, 2024 to June 30, 2025
Date of Bid Opening: April 16, 2024 @ 12:30 p.m.
BID PARTICIPANTS:
APW School District
Center for Instruction, Technology & Innovation (CiTi)
Central Square Central School District
Hannibal Central School District
Mexico Academy & Central School District
Oswego City School District
Phoenix Central School District
Sandy Creek Central School District
Town of New Haven (New York)
Town of Parish (New York)
Town of Scriba (New York)
Cooperative CiTi Bid
Do not separate these sheets
Please submit all questions on the Question form of the packet and email to the attention of:
Amy Rhinehart, School Purchasing Officer
purchasing@CiTiboces.org
179 County Route 64
Mexico, NY 13114
315-963-4253 phone
All public bid openings hosted by The Center for Instruction, Technology & Innovation (CiTi) are made available virtually via the Zoom
platform. Bidders and members of the public can join the live bid opening virtually by sending an email request in advance of the opening
date and time to: purchasing@citiboces.org. Bidders and members of the public who wish to join the bid opening in-person must follow all
visitor policy guidelines when present on CiTi property.
B24-2000 Transportation Fuels
Oswego County Board of Cooperative Educational Services
Amy Rhinehart, School Purchasing Officer
This is a cooperative bid for the purchase of fuel commodities
for the following school districts and municipalities: Altmar-
Parish-Williamstown Central School District, Center for
Instruction, Technology & Innovation (CiTi), Central Square
Central School District, Hannibal Central School District,
Mexico Academy & Central School District, Oswego City
School District, Phoenix Central School District, Sandy Creek
Central School District, the Town of New Haven (NY), the
Town of Parish (NY), and the Town of Scriba (NY).
Bidding Instructions & Special Conditions for the
Submission of Vendor Responses
1) Sealed bids for the furnishing and delivery of items as required
and as set forth in these specifications prepared by the CiTi
Purchasing Office are sought at this time.
2) Copies of the specifications may be obtained by contacting Amy
Rhinehart, School Purchasing Officer at the Business Office of
the CiTi, 179 County Route 64, Mexico, New York 13114, by
calling (315) 963-4253 or emailing purchasing@CiTiboces.org
Bid opportunities and current bids are available electronically at
www.CiTiboces.org/cooperativepurchasing Bid specifications can
also be found online at BidNet Direct:
3) ALL questions with regard to this bid MUST be submitted in
writing. Please email the bid questionnaire form that is attached
as part of this bid proposal to the attention of CiTi Purchasing
Officer at: purchasing@CiTiboces.org
4) No questions will be entertained by any other means. All
questions must be submitted at least ten (10) business days prior
to the official bid opening. Questions received after this time may
not be addressed.
Accepting Sealed OR Electronic Bid
Submissions:
5) SEALED BIDS must be received via mail, postal or shipping
carrier at: CiTi, 179 County Route 64, Mexico, NY 13114 until,
but not later than 12:30 p.m. April 16, 2024. Sealed bid
envelopes can also be hand-delivered to CiTi’s Receiving
Department (Green Steel Building at the end of the CiTi Campus
Driveway in Mexico). CiTi’s Receiving Department is open
Monday – Friday 8:00 a.m. to 2:00 p.m.
6) ELECTRONIC BIDS must be submitted via BidNet Direct no
later than 12:30 p.m. April 16, 2024. This is the ONLY manner
in which electronic submissions will be accepted. Emailed or
faxed bid responses are not acceptable.
7) In the event that the CiTi Business Office is closed due to
unforeseen circumstances, the bid deadline will be extended to
the next business day that CiTi is open for business. The time of
day will remain 12:30 p.m.
8) A public bid opening will take place on April 16, 2024 at
12:30 p.m.
9) All public bid openings hosted by CiTi are made available
virtually via the Zoom platform. Bidders and members of the
public can join the live bid opening virtually by sending an email
request in advance of the opening date and time to:
purchasing@citiboces.org. Bidders and members of the public
who wish to join the bid opening in-person must follow all visitor
policy guidelines when present on CiTi property.
10) For Sealed Bid Submissions: Bidders must supply signed hard
copies of their completed bids in a sealed envelope marked with
the name of the bidder and the bid number on the front of the
envelope to the address listed in the manner specified within the
Bid Documents.
11) All express envelopes must be clearly marked with the words
“Sealed Bid Enclosed” on the front of the outside envelope. This
is important in assuring that the bid is delivered properly. The
sealed bid envelope must be included in the express envelope.
12) For Electronic Bid Submissions: Bidders must submit a signed
photocopy of the bid forms and a completed vendor response
sheet via BidNet Direct.
13) The proposal as presented shall remain valid for a minimum
period of forty-five days (45) from the date of bid opening.
14) The bidder shall not change or provide the bid sheets in a
different format than the one provided.
15) The following three (3) forms are included herein and form a part
of this bid proposal: 1. Bid Proposal Certifications (Non-
Collusion Bidding Certification and Conflict of Interest
Certification). 2. Exceptions or Limitations/Acknowledgement of
Terms and Conditions. 3. Iran Divestment Act Certificate of
Compliance. Failure to fully execute these three (3) statements
will constitute grounds for rejection of a bid submission.
16) The bidder shall state the discount that will be allowed to the bid
participants for prompt payment. In the absence of such a
discount, payment will be made approximately thirty days (30)
after receipt of materials and invoice.
17) All bids are to be on the basis of delivery prepaid to destination.
18) CiTi reserves the right to waive any informalities on bids
received.
19) CiTi reserves the right to reject any or all bids and to re-advertise.
20) All costs incurred by the bidders in preparation, estimating and
submission of a bid are the responsibility of the bidder.
B24-2000 Transportation Fuels: Instructions and Special Conditions, Page 1 of 6
B24-2000 Transportation Fuels
Oswego County Board of Cooperative Educational Services
Amy Rhinehart, School Purchasing Officer
Orders and Billing
21) Quantities listed on the bid are from the school districts and
municipalities listed as active bid participants. Each bid
participant will prepare its own individual Purchase Order for its
respective share of the bid. CiTi will in no way be held
responsible for any financial obligations incurred by any bid
participant.
22) Each bid participant will be required to give vendors a minimum
of 48 hours notice that they require a delivery. In the event of an
emergency, only 24-hour notice may be given. Exception to this
is the Central Square School District that requires next day
delivery to their identified fuel and diesel tanks. This is noted on
the district’s defined gallonage worksheet.
23) Unless otherwise specified on a bid participant’s declared
estimated gallonage worksheet (contained within), vendors will
make delivery within 48 hours after receipt of order (ARO). After
48 hours, the bid participants will be free to invoke the Buy
Against Clause.
24) Invoices shall be presented to each bid participant for the
quantities ordered as per the Purchase Order.
25) Because they are governmental agencies, purchases made by the
bid participants are not subject to sales tax. The bid participants
will furnish proof of tax exemption upon request.
Delivery
26) Delivery is to be made to locations in each school district or
municipality, as per the Delivery Schedule included in the bid.
The Purchase Order shall designate the place of delivery and
whether it will be on an automatic replenishment basis or as
called basis.
27) The ability to make prompt deliveries in accordance with each
bid participant’s requirements is of the essence in the
performance of this contract and shall be a factor in the awarding
thereof.
28) Delivery of fuel will be in trucks used exclusively for the
transporting and delivery of fuel. All deliveries must be
metered. Deliveries must be accompanied by a delivery ticket
showing date of delivery, fuel type, fuel grade, and number of
gallons delivered.
29) Bill of Lading will not be accepted in lieu of a Metered
Delivery ticket.
30) Bidder agrees to maintain a sufficient supply of fuel to satisfy the
requirements of the bid participants and so that emergency
deliveries can be made within a 24-hour period. Bid participants
will indicate at the time of the 1st call for a fuel delivery whether
service will be on an “automatic replenishment basis” or “Call as
required basis." If automatic replenishment is selected by a
district/municipality, a minimum tank level must be agreed to. If
the fuel level falls below the minimum, the school
district/municipality shall have the right to purchase sufficient
fuel on the open market to fill such tank and will charge any
increase in price paid over the current contract price to the
account of the awarded contractor.
31) Due to weather conditions, emergency deliveries must be able to
be made upon demand.
32) All deliveries are to be F.O.B. Destination. Deliveries are to be
made as specified by the purchasing contact.
33) Bid participants are to be notified immediately of any delivery
problems. Emergency contact information for each bid
participant is included herein.
34) Material Data Safety Sheets (MSDS) must accompany every
shipment for all items having an established MSDS, as set forth
by the New York State Right to Know Law enacted in 1970, and
the Federal Hazard Communication Standard enacted in 1983.
35) During the scheduled delivery times, the vendor agrees to remove
all products which do not meet specifications.
36) In any of the situations mentioned, the vendor is required to pick
up damaged goods at the time of delivery, and immediately issue
credit. Additionally, if the discrepancies are not noted until after
receipt of the goods, the vendor agrees to pick up the items on the
next delivery.
37) For the purposes of the bid, deliveries under 5,499 gallons will be
considered Tank Wagon Deliveries (TW) and deliveries over 5,500
gallons will be considered Motor Transport Deliveries (MT).
Pricing
38) The bidder shall insert the price for each item being bid upon in
the area provided on the bid forms. The price inserted must be
net and fixed for Propane; net and fixed for Ethanol-Free 90
Octane; and a net variable rate (escalator rate) for all other
fuel commodities. Included in all bid pricing should be charges
and/or fee for delivery, freight and transport, ancillary fees, fuel
additives, and overhead where applicable. Please do not include
gross receipt tax. No charges will be allowed for federal, state, or
municipal sales and excise taxes as all participating school
districts and municipalities are tax exempt. The bid participants
will furnish proof of tax exemption upon request.
Fixed Pricing shall be firm for the contract period of one (1)
year, beginning July 1, 2024, and ending June 30, 2025.
Escalator Rates shall be firm for the contract period of one (1)
year, beginning July 1, 2024, and ending June 30, 2025.
39) Pricing adjustments for fuel commodities bid with a net variable
rate (escalator rate) will be based on published posting date prices
in the Oil Price Information Service (OPIS) Oil Price Daily
report. For all fuels awarded as an escalator rate: SYRACUSE,
NY will be the pricing location used for this bid. Pricing will
B24-2000 Transportation Fuels: Instructions and Special Conditions, Page 2 of 6
B24-2000 Transportation Fuels
Oswego County Board of Cooperative Educational Services
Amy Rhinehart, School Purchasing Officer
fluctuate based on the Friday posted pricing and will hold firm
for one week. The pricing will change Friday morning, based on
the Friday OPIS Oil Price Daily posted price, and will be held
until the following Thursday night. If there is no OPIS Oil Price
Daily posting due to a Friday holiday, the pricing will remain the
same until the Monday or the next published OPIS Oil Price
Daily posting date.
Propane
40) Propane will be bid in a Fixed Net Pricing manner that shall be
firm and fixed for the contract period of one (1) year, beginning
July 1, 2024 and ending June 30, 2025.
Please include a copy of your standard tank rental/lease
agreement with the bid packet, including any tank
rental/lease fees.
Ethanol-Free 90 Octane
41) Ethanol-Free 90 Octane will be bid in a Fixed Net Pricing
manner that shall be firm and fixed for the contract period of one
(1) year, beginning July 1, 2024 and ending June 30, 2025.
Remaining Fuel Commodities
42) Kerosene, Diesel, #2 Fuel Oil, 87 Unleaded and 89 Unleaded will
be bid with an escalator rate. The escalator rate for each fuel shall
remain constant throughout the contract period of July 1, 2024 to
June 30, 2025, while the posted fuel market price will fluctuate.
The escalator price will reflect the amount of the weekly fuel
market price as posted on the OPIS Oil Price Daily report (New
York Harbor Barge Reseller rack for SYRACUSE, NEW
YORK) on March 15, 2024. The awarded vendor must agree to
substantiate price increases by providing the School District, a
copy of the New York Harbor Barge Reseller rack for
SYRACUSE, NEW YORK for the dates in question.
The fluctuating market price is calculated by finding the
SYRACUSE pricing for the fuel in question and averaging the
two figures. The escalator rate is the amount charged by the
bidder for overhead, delivery, profit, etc, and is added to the
current market price at the time of purchase.
Example of how Unleaded Gasoline 87 Octane was
calculated on the CiTi Transportation Fuels Bid (this bid
used the Albany pricing): The Albany pricing for February
26, 2010 was - [2.1255 – 2.1434] add 2.1255+ 2.1434 =
2.13445 [calculated to reach an average price]. The bidder
applies an escalator price of .025 for Motor Transport
delivery to the averaged price calculated to attain the actual
cost; in this case, the district cost is $2.1594 per gallon.
43) The date of delivery to the school district/municipality will
determine the price (NOT the order date).
Quantities
44) Bidders are advised that quantities are estimates and the bid
participants reserve the right to increase or decrease the quantities
specified within this bid. It is further understood that all
quantities whether increased or decreased are to be furnished at
the contracted price. The Bidder hereby waives claim for any
damage due to any change in the estimated quantities.
Insurance
45) For all of the services set forth herein and as hereinafter
amended, Vendor shall maintain or cause to be maintained, in full
force and effect during the term of this Agreement, at its expense,
a Workers’ Compensation insurance, liability insurance covering
personal injury and property damage, and other insurance with
stated minimum coverages, all as listed below. Such policies are
to be in the broadest form available on usual commercial terms
and shall be written by insurers of recognized financial standing
satisfactory to the CiTi who have been fully informed as to the
nature of the Services to be performed. Except for Worker’s
Compensation and professional liability, the CiTi, School
Districts, and municipalities shall be an additional insured on all
such policies with the understanding that any obligations imposed
upon the insured (including, without limitation, the liability to
pay premiums) shall be the sole obligation of Vendor and not
those of the CiTi, School Districts, and municipalities.
Notwithstanding anything to the contrary in this Agreement,
Vendor irrevocably waives all claims against the CiTi, School
Districts and municipalities for all losses, damages, claims, or
expenses resulting from risks commercially insurable under this
insurance described in this Article 13. The provisions of
insurance by Vendor shall not in any way limit Vendor’s liability
under this Agreement.
Worker’s Compensation
46) Pursuant to General Municipal Law §108, the parties hereto agree
that this Agreement contract SHALL BE VOID and of no effect
unless the Vendor shall secure Worker’s Compensation for the
benefit of, and keep insured during the life of the contract, such
employees, in compliance and as may be necessary with the
provisions of the Worker’s Compensation Law.
Insurance Requirements
47) Notwithstanding any terms, conditions, or provisions, in any other
writing between the parties, the Vendor hereby agrees to effectuate
the naming of CiTi, School Districts, and municipalities as an
unrestricted, additional insured on the contractor's insurance policy,
with the exception of workers’ compensation. If the contractor is
self-insured, evidence of its status as a self-insured entity shall be
provided to the CiTi Business Office. If requested, the contractor
must describe its financial condition and the self-insured funding
mechanism(s).
B24-2000 Transportation Fuels: Instructions and Special Conditions, Page 3 of 6
B24-2000 Transportation Fuels
Oswego County Board of Cooperative Educational Services
Amy Rhinehart, School Purchasing Officer
The policy naming the bid participants as additional insured shall,
without exception:
Be an insurance policy from an A.M. Best rated “secured” New
York State licensed insurer.
Contain a 30-day notice of cancellation.
State that the insurer's coverage shall be primary coverage for
CiTi and the municipalities and school districts listed as bid
participants, its officers, and employees.
The bid participants shall be listed as additional insured by
using endorsement CG 2010 10 85 or broader. The certificate
must state that this endorsement is being used. If another
endorsement is used, a copy shall be included with the
certificate of insurance.
The contractor agrees to indemnify the bid participants for any
applicable deductibles.
Required Insurance Minimums
Commercial General Liability Insurance
$1,000,000 per occurrence, $2,000,000 aggregate General Aggregate
to apply on a per project basis
Automobile Liability
$1,000,000 CSL for owned, hired and borrowed and non-owned
motor vehicles
Excess/Umbrella Insurance
$1,000,000; $3,000,000; $5,000,000 each Occurrence and
Aggregate
(Per the type and size of the project)
Workers' Compensation and N.Y.S. Disability
Statutory Workers’ Compensation, Employer’s Liability and NYS
Disability Benefits Insurance for all its employees
Pollution Liability Insurance
$1,000,000.00 for Fuel Spill/ Environmental Response
Statutory Compliance
48) In acceptance of this Agreement, the Vendor(s) covenants and
certifies that it will comply, in all respects, with all federal, state
and county laws which regarding work for municipal
corporations including, but not limited to, Workers
Compensation and Employers Liability Insurance, hours of
employment, wages and Human Rights, and the provisions of
General Municipal Law §§103(a) and 103(b) and State Finance
Law §§139-A and 139-B.
Protection of Property
49) Vendor assumes the risk of and shall be responsible for, any loss
or damage to CiTi and participating municipalities and school
districts, including property and equipment leased by the
participants, used in the performance of this Agreement and
caused, either directly or indirectly by the acts, conduct,
omissions or lack of good faith of Vendor, its officers, directors,
members, partners, employees, representatives or assignees, or
any person, firm, company, agent or others engaged by Vendor as
an expert consultant specialist or subcontractor hereunder.
In the event that any such property is lost or damaged, except for
normal wear and tear, then the political subdivision shall have the
right to withhold further payments hereunder for the purposes of
set-off in sufficient sums to cover such loss or damage.
Vendor agrees to defend, indemnify and hold the all bid
participants listed on the cover page harmless from any and all
liability or claim for loss, cost, damage or expense (including,
without limitation, reasonable attorney fees and costs of litigation
and/or settlement) due to any such loss or damage.
The rights and remedies of the bid participants provided herein
shall not be exclusive and are in addition to any other rights and
remedies provided by law or by this Agreement.
Additional Terms and Conditions
50) The bidder will guarantee to meet all standards set forth in the
specification sheet. Bidders will guarantee the fulfillment of this
contract for a period of one (1) year from July 1, 2024 through
June 30, 2025.
51) The bidder agrees to save, defend, keep harmless and indemnify
CiTi and participating municipalities and school districts, and all
their agents from any and all claims, however caused, resulting
from or in any way connected with the awarded bidder’s
performance of the contract or arising out of each and any
product defect or failure.
52) Fuels are subject to random samplings at the discretion of each
bid participant. Such samplings shall be submitted to an impartial
qualitative and quantitative commercial laboratory for analysis.
Should such analysis fail to conform to the petroleum industry
standards, the participating districts and municipalities reserve
the right to terminate this contract.
53) The submission of a bid will be construed as an indication that
the contractor is fully informed as to the extent and character of
the fuels and can furnish the fuels fully of the bid.
54) The bidder agrees to comply with the provisions of the
Workmen’s Compensation Act and the bidder agrees to
indemnify and save harmless the boards, districts, and other
employees from claims of the Workmen’s Compensation Act.
Fuels shall conform to the Clean Air Act of 1993.
B24-2000 Transportation Fuels: Instructions and Special Conditions, Page 4 of 6

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Title: 85724B0072-Bid 2400027 PVC Pipe, Fittings and Valves Procurement Section Citywide Administrative Services

The City of New York

Bid Due: 5/14/2024

Low Carbon Pathways for Multifamily Buildings (PON 4701) Due Date: Continuous Description The

State Government of New York

Bid Due: 12/31/2025

Issue Date: 04/22/2024 Contract Number: TBD South Union Street Streetscape Description: Conversion of

The New York State Contract Reporter

Bid Due: 5/13/2024

SOLICITATION NUMBER TITLE/ DESCRIPTION OPENING/ DUE DATE TIME ADMINISTRATOR/BUYER IT05278-ME06 Sterm, Assemblies, Buffer

MTA New York City Transit

Bid Due: 1/01/2071