OPEN SEASON –OS2509-2
PROPOSAL 1: IOWA-ILLINOIS TO LOUISIANA
AND
PROPOSAL 2: LOUISIANA TO TEXOK
FTS TRANSPORTATION
AVAILABLE WITH SW OPTION
This is an Open Season (OS) pursuant to Section 5.1(c)(1) of the General Terms and Conditions (GT&C) of Natural Gas Pipeline Company of America LLC's (Natural's or NGPL's) FERC Gas Tariff (Tariff) for firm transportation capacity. Natural is offering two capacity proposals in this open season, set forth below. Bidders may submit a bid in one or both proposals, in a manner consistent with NGPL's tariff procedures in GT&C Section 5.1(d). Bids may be submitted in either the SFV Rate Form or a fixed Negotiated Rate Form.
--------------------------------------
Firm capacity with a primary receipt point in Natural's Iowa-Illinois Receipt Zone and a primary delivery point in Natural's Louisiana Delivery Zone (as further described in the Capacity Available Section below). As described below under Optional Services, the System-Wide Service (SW) Option will be included in the evaluation of bids received.
CAPACITY AVAILABLE (Dth./day)/TERM
----------------------------------
35,000 Dth/d is available for southbound flow from Segment 28 through Segments 27 and 26 and continuing eastbound through Segments 25 and 23 to Segment 24 beginning December 1, 2025 through March 31, 2026.
CURRENTLY AVAILABLE RECEIPT POINTS
The following receipt point in Segment 28 is available for use as a primary receipt point in this OS:
LOC # Primary Receipt Point Name Segment MDQ
---- --------------------------- ------- ---
44413 REX/NGPL Moultrie 28 35,000
Bidders interested in other primary receipt points should contact their Account Director at Natural prior to bid submission.
CURRENTLY AVAILABLE DELIVERY POINTS
-----------------------------------
The following delivery point in Segment 24 is available for use as a primary delivery point in this OS:
LOC # Primary Delivery Point Name Segment MDQ
3592 SABPL/NGPL HENRY HUB VERMILION 24 35,000
Bidders interested in other primary delivery points should contact their Account Director at Natural prior to bid submission.
CURRENTLY APPLICABLE MAXIMUM MONTHLY BASE RESERVATION RATE FOR AVAILABLE CAPACITY FROM IOWA-ILLINOIS TO LOUISIANA:
-----------------------------------------
Without SW Option
Peak
$8.6500
With SW Option
$9.8300
Monthly Base Rates are per Dth of Contract MDQ, and are exclusive of applicable surcharges.
PROPOSAL 1 –OS TERMS AND CONDITIONS
BID RATE SECONDARY RECEIPT/DELIVERY POINTS
------------------------------------------
For any capacity awarded to a bidder at a bid reservation rate that is less than the applicable maximum reservation rate set forth in Natural's Tariff, either with or without the SW Option, as applicable, the bid reservation rate will apply to: i) all secondary receipt points located in the zones traversed by the primary path, and ii) the following secondary delivery points: Nicor (LOC 9258), NIPSCO (LOC 909260), PGLC (LOC 909285), MidAmerican (LOC 10568), Northern Natural (LOC 900203), Northern Border (LOC 908090 and 50706), Midwestern (LOC 25400 and LOC 906107), ANR (LOC 904758 and LOC 906104), PEPL(LOC 906103), Alliance (LOC 37207 and 37208), Rex (LOC 44413)and all secondary delivery points located in the Texok and Louisiana Zones including storage and pooling points within the zones traversed by the primary path included in bidder's bid.
Service provided on a firm basis to all other secondary delivery points not specifically set forth in this section will be provided at the applicable maximum rate set forth in Natural's FERC Gas Tariff, as may be revised from time to time, for service to such points.
------------------------------
Firm capacity with a primary receipt point in Natural's LOUISIANA Receipt Zone and a primary delivery point in Natural's TEXOK Delivery Zone (as further described in the Capacity Available Section below). As described below under Optional Services, the System-Wide Service (SW) Option will be included in the evaluation of bids received.
115,000 Dth/d is available for westbound flow from Segment 23 to Segment 25 beginning October 2, 2025 through December 31, 2025.
The following receipt point in Segment 23 is available for use as a primary receipt point in this OS:
44405 NGPL/KMLP 23 115,000
The following delivery point in Segment 25 is available for use as a primary delivery point in this OS:
900987 KMTEJAS/NGPL JEFFERSON 25 115,000
CURRENTLY APPLICABLE MAXIMUM MONTHLY BASE RESERVATION RATE FOR AVAILABLE CAPACITY FROM LOUISIANA TO TEXOK
--------------------------------
Peak Off-Peak
$3.1100 $3.1100
$7.0600 $6.2300
PROPOSAL 2 –OS TERMS AND CONDITIONS
Capacity With or Without SW Option:
For any capacity awarded to a bidder at a bid reservation rate that is less than the applicable maximum reservation rate set forth in Natural's Tariff, either with or without the SW Option, as applicable, the bid reservation rate will apply only to the secondary receipt and delivery points in the zones traversed by the primary path.
Service provided on a firm basis to all other secondary receipt and delivery points not specifically set forth in this section will be provided at the applicable maximum rate set forth in Natural's FERC Gas Tariff, as may be revised from time to time, for service to such points.
BID REQUIREMENTS AND OS TERMS AND CONDITIONS APPLICABLE TO PROPOSAL 1 AND PROPOSAL 2
OPTIONAL SERVICES
-----------------
The value of the SW Option is applicable to the bid evaluation of the capacity included in this OS, and therefore, the bid reservation rate for the SW Option will be taken into account for bid evaluation purposes.
BID REQUIREMENTS
----------------
Bidder may submit multiple bids, but each bid will be evaluated independently. No contingent bids will be accepted in this OS.
Any bid submitted for a specified rate equal to the applicable maximum Tariff rate shall be deemed to be a bid at the applicable maximum Tariff rate, as may be revised from time to time.
Bids may be submitted in the SFV Rate Form that is within the applicable minimum and maximum rates set for in Natural's FERC Gas Tariff or in the form of a Negotiated Rate or Negotiated Rate Formula.
All bids for Proposal 1 must include a term start date of December 1, 2025 and a term end date of March 31, 2026 with a uniform MDQ for the entire term of the bid.
All bids for Proposal 2 must include a term start date of October 2, 2025 and a term end date of December 31, 2025 with a uniform MDQ for the entire term of the bid.
BID PARAMETERS
--------------
POSTING and BIDDING PERIOD: September 24, 2025 – September 30, 2025
BID SUBMISSION: Bids must be received by Natural by 2:00 p.m. Central Time on Tuesday, September 30, 2025.
Please send all bids to: NGPLMARKETING@KINDERMORGAN.COM. Only bids sent to this mailbox by the designated due date and time will be considered for award.
DISCOUNT RATE AND DATE TO WHICH BIDS ARE DISCOUNTED: 7.50%, discounted to October 2, 2025 which shall be the Discount Date as that term is used in this posting.
CREDITWORTHINESS REQUIREMENT
----------------------------
All bidders must satisfy Natural's creditworthiness requirements, as stated in Section 16 of the GT&C of Natural's Tariff, prior to submitting a bid. Any bid submitted which causes bidder to exceed bidder's pre-determined level of creditworthiness is deemed an invalid bid. Potential bidders are encouraged to contact Natural's Credit Department prior to bid submittal to determine whether they have established sufficient credit for their bid.
COMMODITY CHARGES AND SURCHARGES
The reservation rate included in any bid must be for the Base Reservation Rate only (including the SW Option rate, to the extent applicable), which is exclusive of all applicable surcharges. Any applicable commodity charges and surcharges and reservation surcharges will not be included in the guaranteed revenue stream considered for bid evaluation purposes. Advance Payments are separately discussed below. In addition to the awarded Base Reservation Rate, the winning Bidder will pay all applicable commodity charges and surcharges and reservation surcharges at the applicable maximum rate contained in Natural's Tariff, as may be revised from time to time.
FUEL AND GLU CHARGES
--------------------
The reservation rate included in any bid is exclusive of all applicable fuel gas (fuel) and gas lost and unaccounted for (GLU) charges. Bidder will be required to pay any and all applicable fuel and GLU charges set forth in Natural's Tariff, as may be revised from time to time.
QUANTITY LIMITATIONS/
AUTHORIZED OVERRUN SERVICE
---------------------------
For any capacity that may be awarded at a discounted rate, the bid rate shall only apply to firm daily delivery quantities, including any related capacity release quantities, up to the Bidder's awarded Contract MDQ as a result of any segmentation. Firm deliveries made on any day in excess of the applicable contract MDQ as a result of any segmentation, including any related capacity release quantities, shall be charged all applicable maximum rates, charges, and surcharges set forth in Natural's Tariff, unless otherwise provided. Without limitation of the foregoing, all Authorized Overrun Service provided to the Awarded Bidder shall be billed at the applicable maximum Authorized Overrun Rate set forth in Natural's Tariff, as may be revised from time to time.
ADVANCE PAYMENTS
An Advance Payment will not increase the value of a bid received in this OS.
OBLIGATION TO AWARD CAPACITY
Natural is not obligated to award firm capacity based on the following types of bids pursuant to its Tariff (GT&C Section 5.1(d)(4)):
(1) on any bid for a term of less than one year, under which service is to commence more than sixty (60) days following the close of the open season (e.g., winter only);
(2) any bid for a term of one year or greater, under which service is to commence more than twelve (12) months following the close of the open season; and
(3) any bid for a term which is not continuous from the commencement of service date to the termination of service date reflected in the bid.
Natural will not award capacity from just one proposal if bidder bid on both proposals; Natural will award at least a pro rata share under both proposals or none.
Bidder understands that capacity awarded per Proposal 1 and Proposal 2 will be contracted as separate FTS agreements.
BID EVALUATION METHODOLOGY
--------------------------
All bids in this OS will be evaluated using the NPV formula which is posted on Natural's internet website on the commencement date of the Posting and Bidding Period. All bids will be discounted to the Discount Date for NPV purposes. Natural's internet website may be accessed at: https://pipeportal.kindermorgan.com/PortalUI/DefaultKM.aspx?TSP=NGPL. The NPV formula for evaluating bids was posted on April 17, 2020, on Natural's internet website under Informational Postings/Notices/Non-Critical and is titled “NET PRESENT VALUE FORMULA”.
BID AGGREGATION
--------------- In order to determine the successful Bidders, Natural shall aggregate acceptable bids (including prorated bids to the extent applicable) if aggregation would achieve the highest NPV in relation to the available capacity.
DETERMINATION OF HIGHEST ECONOMIC VALUE AND PRORATIONING
--------------------------------------------------------
In any situation where the capacity associated with acceptable bids exceeds the available firm capacity, including situations in which the highest NPV is determined using bid aggregation, then any available capacity will be allocated among bids, up to the MDQ bid, to achieve the optimal solution (highest aggregate NPV for capacity available). In order to determine the highest economic value of all acceptable bids received, Natural will calculate the NPV of all such bids in two ways: 1) assuming prorationing of bid capacity by one or more Bidders to the extent required to achieve the optimal solution regardless of any bid's stated minimum acceptable quantity and 2) assuming prorationing of bid capacity by all Bidders down to the minimum acceptable quantity set out in the respective bids. If a bid indicates that the Bidder is not willing to prorate to the extent required by the optimal solution, the available capacity will first be allocated (Initial Allocation) among other bids which indicate that the Bidders are willing to prorate to the extent required by the optimal solution. The Initial Allocation shall be consistent with the optimal solution for the Bidders participating in the Initial Allocation. The Bidder(s) not willing to prorate to the extent required by the optimal solution will be afforded the opportunity (irrespective of any stated minimum acceptable quantity) to take any capacity, up to MDQ bid, not allocated to other Bidders under the Initial Allocation. If allocation of capacity among Bidders in the preceding sentence is required, allocation will be implemented in order to achieve the optimal solution for the capacity remaining to be allocated (irrespective of any stated minimum acceptable quantity), provided that the quantity allocated to a Bidder may not exceed the MDQ bid by that Bidder. In applying the above procedures, in the event that Natural receives two (2) or more acceptable bids or sets of acceptable bids for service, which produce the same NPV (and produce the highest aggregate NPV), then available capacity will be allocated prorata based on MDQ bid.
NPV TIEBREAKER METHODOLOGY
If a tie between bids or sets of bids remains at the end of the prorationing process, Natural will apply the Tiebreaker procedures set forth in Natural's Tariff at Section 5.1(d)(6) of the GT&C.
RESERVATIONS
------------
Natural reserves the right to clarify bids containing non-specific and/or ambiguous bid information (including, without limitation, rate, term, and receipt or delivery points)or discrepancies in bid information, provided that Natural shall have no obligation to do so.
NATURAL GAS PIPELINE COMPANY OF AMERICA LLC
BID FORM FOR FTS CAPACITY
In order to be valid, a bid must contain all of the applicable information required by this Bid Form. Any bid submitted for a specified rate equal to the applicable maximum tariff rate shall be deemed to be a bid at the applicable maximum tariff rate, as may be revised from time to time.
DATE ____________________ – OS2509-2
BIDDER NAME _________________________________________________
BIDDER GID _________
Proposal 1: IOWA-ILLINOIS TO LOUISIANA
MONTHLY BASE RESERVATION RATE
PEAK RATE
FTS _____________
SW option (Yes/No) _____________ (If this option is not selected, the bid will be deemed non-SW)
RATE OPTION (SELECT ONE): SFV Rate _____ or Fixed Negotiated Rate _____
(If this option is not selected, the bid will be deemed to be an SFV Rate)
TERM START DATE December 1, 2025 TERM END DATE March 31, 2026
CONTRACT MDQ BID _____________
PRIMARY RECEIPT POINT(S) AND POINT MDQ(S)
LOC NAME LOC # LOC MDQ
RECEIPT(S) _____________ _________ _________
PRIMARY DELIVERY POINT(S) AND POINT MDQ(S)
DELIVERY(S) _____________ _________ _________
If Bidder will accept less than the Contract MDQ bid, state Minimum Acceptable MDQ _______________ or, as an alternative, the minimum acceptable percentage __________%
Any capacity allocations will be rounded down to the nearest Dth
Proposal 2: LOUISIANA TO TEXOK
OFF-PEAK RATE PEAK RATE
FTS ____________ _____________
TERM START DATE October 2, 2025 TERM END DATE December 31, 2025
If Bidder bids on both Proposals 1 and 2, state the minimum acceptable percentage that applies to both proposals_____%.
Any capacity allocations will be rounded down to the nearest Dth.
Is Bidder an affiliate of Natural (Y/N): _________
_____________________ __________________________
NAME TITLE
_____________________
DATE
Email bids to NGPLMARKETING@KINDERMORGAN.COM
Your session will expire in . Click OK to renew your session.