Loading...
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