HomeMy WebLinkAboutResolution - 2011-R0020 - Contract - Texas Enterprises Inc.- Engine Oils, Lubricants, Turbine Oils - 01_13_2011Resolution No. 2011-R0020
January 13, 2011
Item No. 5.28
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 9964 for engine oils,
lubricants and turbine oils, per Bid I 1-016-RH, by and between the City of Lubbock and
Texas Enterprises, Inc. of Lubbock, Texas, and related documents. Said Contract is
attached hereto and incorporated in this resolution as if fully set forth herein and shall be
included in the minutes of the City Council.
Passed by the City Council on January 13, 2011
TOM MARTIN, MAYOR
ATTEST:
City
APPROVED AS TO CONTENT:
CnA - 6 4---j
Mark rwoo , Assistant City n+�knager3'
Chief Information Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-Texas Enterprises. Inc.
December 21, 2010
Resolution No. 2011—R0020
CITY OF LUBBOCK
CONTRACT FOR SERVICES
For
Engine Oils, Lubricants and Turbine Oils -Annual Pricing
Bid No. 11-016-RH
Contract No. 9964
THIS CONTRACT, made and entered into this 131h day of January, 2011, pursuant to a resolution heretofore adopted by the
City of Lubbock, Texas, by and between the City of Lubbock ("City"), and Texas Enterprises, Inc, DBA United Oil & Grease,
("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Engine Oils, Lubricants and Turbine Oils -Annual
Pricing and bids were received and duly opened as required by Iaw; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock has heretofore
adopted a resolution authorizing the acceptance of such bid, and the execution, in the name of the City of Lubbock a contract
with said Contractor covering the purchase and delivery of the said Engine Oils, Lubricants and Turbine Oils -Annual Pricing.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial
consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, copies of which specifications and bid are attached
hereto and made part hereof, Contractor will deliver to the City the Engine Oils, Lubricants and Turbine Oils -Annual
Pricing specifically referred to as Item(s) No. 2, 3, 5-11, 13-18, 20, 21, 23-25, 27, 28, 30, 31 & 33 and more
particularly described in the bid submitted by the Contractor or in the specifications attached hereto.
2. The Contractor shall perform the work according to the procedure outlined in the specifications.
3. The contract shall be for a term of one year, said date of term beginning upon formal approval. The contract may be
renewed for four additional one year periods. The rates may be adjusted upward or downward at this time at a
percentage not to exceed the effective change in the Consumer Price Index (CPI) or Product Price Index (PPI),
whichever is most appropriate for the specific contract for the previous 12-months. At the City's discretion, the
effective change rate shall be based on either the local or national index average rate for all items. If agreement cannot
be reached, the contract is terminated at the end of the current contract period. All stated annual quantities are
approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be
more or less. Order quantities will be determined by actual need. Price adjustments may be allowed for "Pass
Through" costs incurred by vendor. Requests for price adjustments will be WRITTEN, and will include
documentation that substantiates additional costs. All requests will be received by the City 30 DAYS PRIOR to a
requested effective date for a price adjustment. Such adjustments must be acceptable to both parties or the item(s) in
question may be deleted from the contract with respect to fwther orders, or the contract may be canceled and new bids
solicited
4. This contract shall remain in effect until the expiration date, performance of services ordered, or termination of by
either party with a thirty (30) day written notice. Such written notice must state the reason for cancellation. The City
of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to be in the
best interest of the city.
5. Contractor shall at all timcs 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. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the
City, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all
services provided to the City under the Contract. In the event such an audit by the City reveals any errors or
overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30)
ITB No. 11-016-RFI, Engine Oils. Lubricants and Turbine Oils -Annual Pricing
days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from
any payments due Contractor.
7. The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general
liability coverage with insurance carriers admitted to do business in the State of Texas. The insurance companies
must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis, subject to the
following minimum limits of liability:
TYPE AMOUNT
Worker's Compensation Statutory
and
Employers Liability $500,000
Commercial General (public) Liability insurance including coverage for the following:
a. Premises operations
b. Independent contractors
C. Products/completed operations
d. Personal injury
e. Advertising injury
f. Contractual liability
g. Medical payments
Comprehensive Automobile
Coverage for loading and unloading
or its equivalent.
a. Owned/leased vehicles
b. Non -owned vehicles
Commercial General Liability
Combined Single Limit:
Combined single limit for
bodily injury and property
damage of $1,000,000 per
occurrence or its equivalent.
Combined single limit for Liability insurance, including bodily
Injury and property
of $100,000 per occurrence hazards, for:
$200,000 General Aggregate
The City of Lubbock, its agents, elected and appointed officials, and employees are to be listed as additional insureds
under the policies.
The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide
30 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail
such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be
crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate.
The contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the 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 to terminate the contract.
8. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing from this
Contract without the written consent of the other.
9. This Contract consists of the following documents set forth herein; Invitation to Bid No. 11-016-RH, General
Conditions, Specifications, and the Bid Form.
ITB No. 11-016-RH, Engine Oils, Lubricants and'rurbine Oils -Annual Pricing
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above
written. Executed in triplicate.
CITY OF LUBBOCK:
CONTRACTOR:
al►>r BY
Tom artin, Mayor Authorized Representat' s Signature
ATTEST: Address M f ! � e
--j ILIA
44;4
r
ecca Garza, City Secretary City, State, Zip Code
APPROVED AS TO CONTENT:
Mar Yearwo Chief Infor tion Officer/
Assisfhnt City Manager
APPROVED AS TO FORM:
ITB No. 11-016-RH, Engine OiLs, Lubricants and Turbine OiLs-Annual Pricing
Resolution No. 2011-R0020
REVISED BID FORM
City of Lubbock, TX
Purchasing and Contract Management
Engine 011s, Lubricants and Turbine Oils -Annual Pricing
TTB 11-016-RH
In compliance with the Invitation to Bid #11-016-RH, the undersigned Bidder having examined the Invitation to Bid
and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the
material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items
at the locations and for the prices set forth on this form. The Invitation to Bid #1 1-016-RH is by reference incorporated
in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
ITEM
ANNUAL
Ulm
DESCRIPTION
BRAND
UNIT COST
ONLY
EXTENDED COST
QTY W-)
HYDRAULIC OIL:
-PRODUCT
1
10
DR
AW46 Hydraulic Fluid
55 gallon drug
{�7
Part #915000002
2
6,000
GL
AW-46 Hydraulic Fluid
Bulk Delivery,
L® `C/l.lf
"�
Pact #915000068CG
1
3
250
EA
Tractor Hydraulic Fluid
5 Gallon Buckets
Part #915000026
PP
, a3�
4
4
Tractor Hydraulic Fluid
DR
55 Gallon Drums
r
Part 4915000066
DESCRIPTION:
ENGINE OEL
5
10
CS
,vlotor Oil 10V4/30
Case Lot 12/ 1
w F-- 7—
� �
�,� I � �✓
Part # 915000055
'�z
6
500
CS
,tilotor Oil l 5 W/40 HD, 'I'BN - I I
Case lot, 12/1
- jrL.%�'
}
Part #915000024
12
IVtotor Oil I5W/40 HD, TBN-t t
7
10
DR
55 gallon drums
LL) �-� �
✓ l t�
Part #915000065
8
4,000
Gl..
tifotor Oil Bulk Deli 1eryI BN- I I
Bulk Delivery
�
�J
511 r
0
4
Part # 915000069
��/ �-S
i
)
9
10
CS I
\Iotor Oil 30W
Case lot, I2/ l
GG
f
I
j
Item #91500002
1 '
L1
i r
Twin Cycle Engine Oil
IU 5 C:5 Case I.nt, 1211
i I Item 4915000019 / i
L
6)1-["�V
I
ITEM
ANNUAL
U/M
DESCRIPTION
BRAND
_i
UNIT COST EXTENDED COST
QTY W-)
TRANSMISSION OIL
i
11
75
CS
ATF Mercon/Dexron III
Transmission Fluid
Case lot, 12.11
Part #915000034
I
12
5
DR
ATF MerconiDexron III
Transmission Fluid
�1N
✓�
C)
55 gallon drums
Part #915000067
i
13
5
CS
ATF Type F Transmission Fluid
Case lot, 12/1
Item 9915000035
DESCRIPTION:
GREASE
1
14
50
CS
tilulti-Purpose Lithium Grease
Casa [ ot`50/1'.%3oa;Tu6ea
1
v
Item #915000011
1 +
15
5
DR
Multi -Purpose Lithium Grease
120 lb. Drums
+� 5
Item #9150000027
Sj i
Gear Lubricant 85W,1140
16
25
CS
Case Lot 1211
v' `
Part #915000049
17
4
DR
Gear lubricant 85Wi 140
120 Ib. Drums
F-�C
✓
/33,
Part #915000022
5
`
18
4
EA
Multi -Purpose Lithium Grease
5 Gallon Bucket
r7
(
I Q
7
Item,! 915000023
19
50
CS
High -Temperature Grease
Case Lot 5011
14 oz. Tubes
7 f ��
Lvo, .
�} L
Item # 915000079
[•�
20
4
FA
Hi -Tem rature Grease
� Pe
5 Gallon Bucket
Item # 915000077
21
4
DR
High -Temperature Grease
120 lb, Drum
.17
Item # 915000076
f '
2
5
EA !
High -Temperature Grease +MNo
Case Lot 12/1 lb. Cans
0
`
i
I
Item Y 915ON077
i
DESCRI TION :
SYNTHETIC GREASE
i
23 i Iti CS
Synthetic (.fear Lubricant 7511Wi90
Case Lot l_; I
Item # 915000081
� 1
5
ITEM
ANNUAL
UM
DESCRIPTION
BRA,'VD
UNIT COST
EXTENDED COST
QTY (+/-)
24 I 10
DR
edc S nthGear I,ubricant 75W;90i
Y 1201b. Drums
� R
t"� ,o
4
�i
�2 2� " /_1 ��
Lu
I
Item # 915000102
_ (
DESCRIPTION:
MISCEL"NEOU9
DU b_.
25
2D
FA
Diesel Exhaust Fluid
Tote
'
P0
r L
�� S
Cec'
Item# 685000014
Diesel Exhaust Fluid
`
25-A
6600
GL;
Bulk
/ "
Item# 685000014
26
50
CS
Starting Fluid
I I oz cans
Item # 685000008
�.)gi��
Antifreeze Coolant
Universal Formula
10
k_,bC lj
27
120
CS
I gal. bottles
G�
Item # 685000042
28
IUD
CS
Windshield Washer Antifreeze
12 fl. oz. '11i_ ., E �8 �
� /�CU
Item # 685000007 l✓4�"6� O
Windshield Washer Antifreeze r•
V
29
4000
GL
Tote Delivery / / r-----
Part # 685000007
DESCRIPTION:
TURBINE OILS
Please note tbat the two Items listed below will be delivered to:
City of Lubeck -Water Treatment Plant
6001 N. Guava
Lubboc TX 7940
Non -Synthetic ISO 32 Oil
(D
30
60
EA
Non -Foaming
5 gal. Drums ep' Lj
����
'
31
60
EA
Synthetic ISO 32 Oil
Non-Foaming��
5 gal. Drums -PA
H- I Food Grade Gear Oil
90WT
/
32
20F.A
5 gal Drum f4( (��
A
(Food
Grade 1klust have Standard 61
Certification included with Bid)
33
l 0 Hal
1-1-1 Food Grade Bearing Oil
5 WT ()PU
' 1
�r L Jj
} C� �.
P
L�
. J
'
— — 5 gal- Drum I
i
*PRtC.E: F.O.B. City of Lubbock Parts Department
*'Days After Receipt of Order (ARO)
Unless otherwise specified herein, the City may award the bid either item -by -item or on an all -or -none basis for
any item or eroun of items shown on the Bid Form.
ITS #11-016-RH, Engine Oils, Lubricants and Turbine Olis-Annual Pricing
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net _ calendar days.
Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will
be NET THIRTY DAYS, The City will pay the successful bidder within thirty days after the receipt of a correct invoice or
after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the
date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever
event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged
anyone else, including its most favoured customer, for like quality and quantity of the productsiservices; does not include an
element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products,'services of like quality
and quantity; and does not include any provision for discounts to selling agents. If at any time during the contract period, the
supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or
better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the
lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as
provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at
the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if
he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other
governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions,
specifications, and pricing would apply?
Other governmental entities that might have Interests in this contract are Frenship Independent School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas
Municipal Power Agency, Lynn County, and City of Wolfforth.
YES _ NO
• If you (the bidder) checked YES, die following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be
eligible, but not obligated, to purchase materiaWservices under the contract(s) awarded as a result of this
solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that
governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another
governmental entity's debts. Each governmental entity will order their own materials/service as needed.
THIS BID IS SUBMITTED BY I�X S trl PiS¢J ��vrC a corporation organized under the
laws of the State of 7Cxrg.S or a partnership consisting of 1� or an
individual trading as "-
eXA5 r M4-eP0ri5e5, G
of the City of
City: U 5+l vL State: Tx zip 19 70�7--
M/WBE
Woman
Black American
Native American
Firm:
Hispanic American
Asian Pacific
Other (Specify)
.American
I
By-
Authorized resent
Officer Name and Title:,.. __ _
Please Print
11-016-RH
61_,
,trs•t ci n by hand
ITS 911-016-13H. Engine Oils. Lubricants and Turbine Otis -Annual Pricing
Al,-v r
q
Business Telephone umber ��J J J�1 6�t-7� FAQ:
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over S25,000): Date P.O./Contract Issued:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE TTB NUMBER, THE CLOSING DATE AND TIME,
AND YOUR COMPANY NAME AND ADDRESS.
11-016-RH
Resolution No. 2011-R0020
ITB #11-018-RH, Engine Oils, Lubricants and Turbine Oils -Annual Pricing
CITY OF LUBBOCK
10INIMUM SPECIFICATIONS
FOR
Engine Oils and Lubricants
NV-005
IT 1S THE INTENT OF THESE SPECIFICATIONS, REFERENCED DOCU\IE-NTS, REQUIREMENTS AND CONDITIONS
SECTION TO DESCRIBE MINI.YIti M SPECIFICA'ITONS. ENGINE OILS AND LUBRICANTS SHALL MEET OR EXCEED
WARRANTY REQUIREMENTS OF ENGINE MANUFACTURES SPECIFICATIONS DESCRIBED IN THE FOLLOWING
MINIMUM SPECIFICATIONS. THE. SELLER SHALL BE REQUIRED TO YIARK COMPLIANCE OR NON-COMPL.IANCF.. TO
EACH ri-EN4 OF THE SPECIFICATIONS IN TT IF, SPACE: PROVIDED. ALL ITENIS FIiRNISILED, AS STANDARD BY THE
MANUFACTURER T'O T HE GENERAL PUBLIC SHALL BE INCLUDED. EVEN IF IT IS NOT STATED IN THE WRITIT.N
SPECIFICATIONS. ANY DEVIATIONS FROM THE %\ RI'I't-EN SPECIFICATIONS SHOWN IN THE INVITATION TO BID
SHALL BE NOTED ONTHE A'ITACHE D EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL
CONSIDERATION, QL`OTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TIERMS AND
CONDITIONS.
NO, ITEM
NLFNIMUM REQUIREMENTS
GENERAL These specifications describe engine oils and lubricants
used in City of Lubbock's vehicles and equipment. Such as
light vehicles, trucks, heavy construction equipment, turf
equipment and specialized equipment. All quantities listed
herein are based on historical usage. Quantities ordered
may vary for each type of oil product. Bid price quoted shall
include any additional fees required by oil manul'actures,
government agencies or suppliers.
SELLER COMPLIANCE
1. OIL PRODUCTS All quantities are based on historical usage. Quantifies may vary.
ORDERS All stock orders, including bulk oil products shall be delivered
within 24 hours after the order has been placed. Excluding Weekends
and Ilolidays. All stock orders shall be delivered to the City Of Lubbock
Parts Department at 204 Municipal Drive between the hours of 7:00 am
through 4;00 pm Monday through Friday. Some orders shall be delivered
to various City Of Lubbock Departments including the City Of Lubbock
Landfills located North of Lubbock and West of Abemathy Texas.
Any damage or leaking oil products will riot be accepted.
No back orders will be allowed on any oil products.
2. MATERIAL SAFETY MSDS Material Safetv Data Sheets shall be furnished for each
DATA SHEETS type of oil product delivered to the City Of Lubbock Departments.
MSDS must be furnished with bid documents for each oil product.
3. OIL SPECIFICATION Successful Bidder shrill supply a technical oil product specification
INFORMATION SHEET sheet with information on c wh oil product listed for bid. "rechnical
sheets must be fumished with hid documents.
V
4. OIL DRUM DEPOSIT Successful bidder shall be responsible for removing empty 35 and
55 gallon oil product drums delivered to City Of Lubbock Departments.
Drum deposit charges shall he listed on d separate line of invoice.
Drum deposit credits shall be iesucd on a separate credit invoice.
11.016-RH 27
3
NO. ITEM
ITS #11-016-RH. Engine Oils, Lubricants and Turbine Oils -Annual Pricing
CITY OF LUBBOCK
MINIMUM SPECIFICATIONS
FOR
ENGINE OILS AND LUBRICANTS
NV-005
MINIMUM REQUIREMENTS
5. DELIVF,RY TICKET All delivery tickets or invoices must have a purchase order number
SELLER COMPLIANCE
OR INVOICE
before any oil products are delivered to any City Of Lubbock
Departments. Delivery tickets or invoices must show a unit price and
extended price for each oil product purchased.
It is the supplier's responsibility to submit an original invoice to the
Citv Of Lubbock's Accounting Department for timely payment.
Submit original invoice to:
City Of Lubbock
Accounting Department
P.O. Box 2000
%
Lubbock, Texas 79457
1/
6, SERVICE
Extreme care must be taken to avoid spills. Bulk deliveries must be
REQUIRENIENI'S
attended at all times. Any cost incurred as a result of tiny oil spills due
to negligence or equipment malfunction may be grounds for termination
of the contract at the City's option. A copy of bidder's spill containment
policy shall be submitted with bid documents. Supplier shall be responsible
for cleaning up any amount of oil product spillage caused by supplier's delivery
person or equipment failure, at no cost to the City of Lubbock.
Clean up response from supplier must be immediately after call has been
placed by City Of Lubbock.
7. ENGINE OILS
Single grade and multi -grade engine oils products must be of
premium quality and meet or exceed 11arranty requirements of
all gasoline and diesel engine manufactures of light vehicles and
and heavy duty vehicles and equipment. Engine oils must meet
latest API American Petroleum Institute rating of SVt for gasoline
engines and C14 for diesel engines. Engine oils must be approved
to be used in the following engines, General Motor, lord, Chrysler
Caterpillar, Cummins, Detroit, Navistar, International, John Deere
Mack, Case, Fiat Allis, Volvo, Isuzu, Deutz, Kubota, Mercedes.
All bulk and quart oil products quoted shall be of the same
manufacture brand. An oil product may be substituted, in the event
successful bidder is out of stock. The vendor must notify the
City of Lubbock Parts Department of the substitute prior to delivery.
Substitute oil product must meet or exceed bid specifications./
S. NIOTOR OIL, 15 W/401il)
Motor oil 15w/40 required packaging are quarts 12/1 case lot;,
55 gallon drums and bulk,
Properties: SAE Grads I5wr40,:1PI categoryCl-4 and SJvI
TBN-11 for increase ofoil change intervals.
R.1 ,11OTOR OIL 101Vr30
Nfotor oil lOw/30 required packaging are quarts ]21 case lots.
and bulk.
Properties: SAL Grade I Owi30, API category SAd
8.2 MOTOR 01L 30W
Wlotor oil 30w required packaging are quarts 12r1 case lots,
and 55 gallon drums.
Properties: SAE Grade 30w, API category SL
11.016•11H 28
ITB #11-016-RH, Engine Oils, Lubricants antl Turbine Oils -Annual Pricing
CITY OF LUBBOCK
MINIMUM SPECIFICATIONS
FOR
ENGINE OILS AND LUBRICANTS
NV-005
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES NO
8.3 MOTOR OIL 30W ND Von -Detergent motor oil 30w required packaging are quarts
NUN -DETERGENT
12"1 case lots.
Properties, SAE. Grade 30w•, API category SA
{„/__,..,_
9. TWO CYCLE OIL
INIust be specifically formulated Ior two stroke/cycle air cooled
and water-cooled engines using a fuel oil pre -mix.
2-cycle oil must meet or exceed TW-3 certification,
Required packaging arc quarts 12!1 case lots and 8 il. oz. Bottles.
10. AUTONLATIC
Transmission fluid Dexron-111 Mercon must meet warranty
TRANSMISSION FLUID
requirements for transmission manufactures. Dexron-111 ,Nlercon
must be formulated to be used in electronically controlled
transmissions and previous automatic transmission requiring
Dexron, Dexron- IIIff, Dexron-IIIG Dexron-IIE, Dexron-II fluids.
Transmission fluid must meet Ford's Mercon ATT requirements.
'transmission fluid must meet performance requirements for
Allison transmission C-4 specification.
Packaging requirements are quarts 12; ICacc lots,
55 gallon drums, and bulk.
10.I AUTOMATIC
'Transmission fluid Type-F must meet warranty requirements
TRANSMISSION
of transmission manufactures whcrc'1-ype-F transmission
FLUID TYPE P
fluid is required.
Packaging requirements are quarts 12l1 case lots.
11. HYDRAULIC FLUIDS
Hydraulic oil AW46 must be of premium quality and superior
additives for wear, foaming, oxidation and rust protection to
pumps, motor and other hydraulic system components. It must
meet or exceed testing requirements (such as Cincinnati Nlilacro,
Vickers, and Denison specification.) Hydraulic oil AW46 must be
suitable for a wide variety of mobile and stationary equipment under
normal to severe operating conditions such as high RPM speeds,
high pressure output, and extreme temperatures changes.
Packaging requirements are 55 gallon drums and bulk.
11. t TRACTOR
Tractor hydraulic -transmission fluid must be of premium
HYDRAULIC FLUID
qualityand meet or exceed warranty requirements for construction
and fann equipment, Tractor hydraulic -transmission fluid
must he approved for use in equipment such as Caterpillar,
John Decre, Ford New Holland, Case I.H., Massey Ferguson
Kubota, Allison, and Clark. fluid must include premium additives for
protection against corrosion, rust, wear and foaming,
f
Packaging requirements are 5 gallon pails, 55 gallon drums and Hulk.
V
11-016-RH 29
NO. ITEM
ITB ii t t-016-RH, Engine Oils, Lubricants and Turbine Oils -Annual Pncing
CITY OF LUBBOCK
MINIMUM SPECIFICATIONS
FOR
ENGINE OILS AND LUBRICANTS
NV-005
MINIMUM REQUIREMENTS
12.GEAR OILS 85W-140 Gear oil 85w-140 multi -grade viscosity must be of premium quality
formulated for year round gear operation. Gear oil shall have selected
additives for extreme pressure protection, to include wear. scuts and
corrosion protection. Gear oil 85w-140 must be approved for gear
operation in light vehicles, trucks, farm tractors, turf mowers, construction
equipment and other heavy-duty equipment where gear lubrications is
required. Gear oil shall meet or exceed Mack Go-J specification.
Packaging requirements are quarts IJI case lots, 120 lb. drums.
Properties: SAE Grade 85w-140 API category GL-5
12.1 GEAR OiL 75W-90 Full Synthetic 75w-90 multi -grade gear oil must be formulated to
FULL, SYNTHETIC provide protection under severe driving conditions and extreme
temperatures. Full Synthetic 75w-90 gear oil shall have selected
additives for protection against wear, scuffing, rust and corrosion.
It shall meet or exceed Mack Go-J specifications.
Packaging requirements are quarts 12/1 case lots, 120 lb. drums.
Properties: SAE Grade 75w-90, API category GL-5
SELLER COMPLIANCE
i3. MULi-I-PURPOSE
Multi -purpose heavy duly lithium grease shall be formulated to
HEAVY DUTY LITHIUM
meet lubrication requirements for light vehicles, trucks, heavy
GREASE
constructions equipment and other industrial equipment. it shall
have additives for extreme pressure and shock load applications.
it shall provide protection against wear, rust and oxidation, and handle
high operating temperatures. Grease provided must he extremely
resistance to water wash out
Packaging requirements are i4 oz- cartridges I011case lots, I lb. canisters
1211 case lots, 35 lb. pails, and 120 lb. drums.
The 120 lb. drum must have it plastic bag liner.
Properties: NLGI #2, Dropping Point of 300 degrees, Timken OK
Load of 45 lbs.
14. DEF-DEISEL EYHAUS"r
32.5% high purity urea and 67.5 deionized water.
FLUID
Must met all IS0022241 specifications as well as API certification
Itequirements.
15. I11GIH1'NIPERA'rURE High temperature multi -purpose grease shall be formulated to meet
MIJI: ri-PURPOSE: lubrication requirements for severe high temperature applications.
GRGAsr- High temperature grease shall have protection against extreme pressure
loads, high temperatures, wear, rust, and corrosion.
Grease provided must be extremely resistance to water wash
out. Packaging requirements are 14 oz. cartridges 10/lease lots, I Ih.
canisters 12/1 case lots, 35 lb, pails, and 120 lb. drums.
The 120 lb. drum must have a plastic bag liner.
Properties: NLGI 42, Dropping Point of 500 degrees, Timken OK
Load of 70 lbs.
11-016-RH 30
r
CITY OF LUBBOCK
MINIMUM SPECIFICATIONS
FOR
ENGINE OILS AND LUBRICANTS
NV-005
NO. ITEM MINIMUM REQUIREMENTS SELL,
kl-
16.REQUIRENIENT SAE stands for Society of Automotive Engineering, this describes oil's
DEFINITIONS functions and viscosity standard.
API stands for American Petroleum Institute, an established standard
testing body for oil specification and approvals of classification for both
gasoline, and diesel engines, and 2 cycle oil, grease, and gear oils.
Mack Go-] is specifications established by Mack Corporation
for oil companies to manufacture oil product to meet wanunty
requirements establish by Muck Corporation.
NLGI 42 stands for National Lubrication Grease Institute. The 42
Is one of series of numbers classifying the consistency rage of a
lubricating grease. The NLGI numbers are based on the AST,M
cone penetration number in millimeters.
ASTM stands for the American Society for Testing and Materials, a
professional society that is of test methods and the development of
test evaluation techniques.
Dropping Point is the temperature before the lubricating grease melts and
starts to drip.
Timken OK Load is the highest load under which a lubricant prevents
scoring of the steel block by the rotating cup.
Properties defined as characteristic trait of oil product.
SfV1 is the classification rating set by API for gasoline engines specifications.
Q4 is the classification rating set by API for diesel engines specifications.
GL, 5 is the classification rating set by API for gear oils specifications.
'I'W-3 is the classification rating set by API for 2 cycle oil specifications
FJ{CEI'f10NS To un., SPECIFICATIONS
MPLIANCE
EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STAT -0 HEREIN SIIALI. BE FULLY DESCRIBED rN WRITING
13Y THE SELLER IN THE SPACE PROVIDED BELOW, TO INCLUDE MANUFACTURE NAME, PART NUMBER AND
PRODUCT INFORNIATTON SHEET:
��- — 51' c
�p