Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPR 19592: PETROLEUM OILS AND LUBRICANTS f,„
,,,,,,
, ,,,
:I-
C It of _ co
4
)w
ort rthu—fir
Texas
INTEROFFICE MEMORANDUM
PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV.
To: Brian McDougal, City Manager
From: Armando Gutierrez, Jr., Director of Public Works
Date: November 22, 2016
RE: P. R. 19592—Petroleum Oils and Lubricants
RECOMMENDATION:
It is recommended that the City Council approve Proposed Resolution No. 19592 approving contracts
with Blender Direct of Houston, Texas, Quality Petroleum Supply & Services, L.L.C. of Houston, Texas,
Beaumont Freightliner of Beaumont, Texas, and Sun Coast Resources Inc. of Houston, Texas for
petroleum oils and lubricants.
BACKGROUND:
These are annual contracts for petroleum oils and lubricants that will be used by the Equipment Services
Division for maintenance of various City vehicles. We received bids from multiple vendors for a
particular item where the purchase of that item will be based on the price first, then availability if
necessary. These are non-exclusive contracts allowing for the purchase of materials from each vendor as
described. The individual contracts show for which items each vendor will be primary and/or secondary.
Six (6) bids were received.
BUDGET /FISCAL EFFECT:
Funding is available in accounts 001-0000-142.10-00 - Garage Inventory, 401-1501-561.24-00 — Transit
System Vehicle Operations Fuel & Lubrication, 401-1502-561.24-00 — Transit System Vehicle
Maintenance Fuel & Lubrication, 401-1506-561.24-00 — Transit System Elderly & Handicapped Fuel &
Lubricants.
/aw
"Remember we are here to serve the Citizens of Port Arthur"
P.R. 19592
11/22/16 aw
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE FIRST YEAR OF A
NON-EXCLUSIVE CONTRACT WITH THE OPTION OF
RENEWAL FOR TWO ADDITIONAL ONE-YEAR PERIODS
BETWEEN THE CITY OF PORT ARTHUR AND BLENDER
DIRECT OF HOUSTON, TEXAS, QUALITY PETROLEM
SUPPLY & SERVICES OF HOUSTON, TEXAS, BEAUMONT
FREIGHTLINER OF BEAUMONT, TEXAS AND SUN COAST
RESOURCES OF HOUSTON, TEXAS FOR PETROLEUM, OILS,
AND LUBRICANTS WITH A BUDGETARY IMPACT OF
$100,000 PER YEAR. FUNDING IS AVAILABLE IN ACCOUNTS
001-0000-142.10-00 — GARAGE INVENTORY, 401-1501-561.24-00
— TRANSIT SYSTEM VEHICLE OPERATIONS FUEL &
LUBRICATION, 401-1502-561.24-00 — TRANSIT SYSTEM
VEHICLE MAINTENANCE FUEL & LUBRICATION, 401-1506-
561.24-00 — TRANSIT SYSTEM ELDERLY & HANDICAPPED
FUEL & LUBRICATION.
WHEREAS, six (6) bids were received and opened on October 5, 2016 for the above
referenced material and have been evaluated by Public Works and Purchasing, as shown in the
bid tabulation attached as Exhibit"A"; now therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
THAT, the City Manager is hereby authorized to execute on behalf of the City, one year
non-exclusive contracts, with the option to renew for two additional one-year periods between
the City of Port Arthur and Blender Direct of Houston, Texas (Exhibit "B"), Quality Petroleum
Supply & Services, L. L. C. of Houston, Texas (Exhibit "C), Beaumont Freightliner of
Beaumont, Texas (Exhibit "D"), and Sun Coast Resources, Inc. of Houston, Texas (Exhibit"E");
and,
THAT,purchase of these materials will be from each of the vendors according to the unit
prices as bid based first on price, and second on availability, according to the needs of the City;
and,
THAT, contract is for one year and is renewable for two additional one-year periods;
and,
P.R. 19592
11/22/16 aw
THAT a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
READ, ADOPTED, AND APPROVED this the day of , A.D. 2017 at
a meeting of the City of Port Arthur, Texas by the following vote:
AYES: Mayor:
Councilmembers:
Noes:
Mayor
ATTEST: AP ROVED AS TO FORM:
(1. -A40 (6)' -1)(4
Sherri Bellard alecia Ti no
City Secretary City Attorney
APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABLITY
OF FUNDS:
Brian McDougal
City Manager Director of Finance
L4)6,k)
ando tierrez, Jr. Clifton Williams
Director of Public Works Acting Purchasing Manager
P. R. 19592
11/22/16 aw
Exhibit "A"
il
.O 00El
---.1O\ V, J. W N El
O I 1 d O . = = ? = Y Y =
0 P d P n G. CM CM P = -
hJ
= eD N c' in• o .moi zX n Nn0 o0' P o CA CA 0 v H 0 0 a ?�
v� m ^+
y `71 `71 0 oo
6- co E o v, 5n ,c n
19
cn co = b
cA
^Y 0-
a
c 11
c.
c- co
N
V,
O O O t9 )-(
o a 0 �o a O c
0 0 n 0 'O 0 0 O O O Gy "'d o - .0
0.0 0 0, `C TJ A� R. y O a I--.
Sy a 5' A� O' 5- -o O w• • o� C
'b dam_ �
$2 —
o
N r—(Ca zx
� zz z z 00 z z z y22 � y
as a a a a 4) a n ° a: •
Uri n' Mm
o o v, v, cn �' vo
y Cr. © O,
Oh
coW TT M
0 .0`^ .O o, C„ o LA -p. N oo v, .o
`O , 4) 4) 4) o, o Oo :O :O n - ....
O
. O .O O v, . A - o .o o O : = CJ cm
X - 1. C-
M
CT
et
=' vs vs EA se vs EA s9 s9 ss vs
W W CT - v, .. 00 p o oft, 0
a 0 .`Oo .IV •o W .o C ytil
=
4 .O .o
y —s
o ,.d'a
IN
0
N ,= C 10 00 --1 O\ to .A W N s CD
'S
O
OO � _-- "
_ ' d 0 0 S' O'• C O O =� 7 Pd a aU0 C14 AD AD
n CD Az v " � C�Dv. O ' ' O ,�7 g
• . O im _ G CD CD m / ^t -e 0Ox O O - CD CD
CD n - ' N 0 v,cn ry ? nN
11
O O AD C/ CD CD H CD CD CA
71 rt cn rfl AZo
; 1 o -
CID CD
Y o o 0 0- cD y a
n F ©
b AD
cn x Z0 CD•
`<a...
0 fa
' ao EL" v D
0 c n. v
�
. (.."5 CD
00
b
0
0
0".
N
Al
ciD to
N „fl aZ .fl cm
C r; c',h P Cn Ch AD I•.)
p SID AD
AD o o o 0 0 0 o o o CD p
AD
= O n a = O a CD O ,,__4_ 00 4,
ao a.-t:s 0 P 0 0a.. co = =
E2 CD a E• w =• c - O• 5' .
c 5 CCir VD `'D `D
�.
..t A h
AD C7
N• co Q
O '�
-� CA
N C
69 ( n
F.._., G 69 69 6969 69 69 69 FA" 69 69f.#4 II ZD
�I a
, 0 An
� O Ln , O O W N F, .1, 00 , "3
'4-- Pv' O O O •O in W W - p -.l n n
00 O O O O O W E t/i N N C 2X a- y F
et
etet?
' Gd
r.
0CD C C 69 69 69 69 69 69 69 .) 69 69 69 ,.,� '-C-7 I.•
CD LA
Lf,iil o 0o W 00 W N NJ 4A. N W to LI y R° 'd ICI
n c 0 0 00" oWo 00Nv w �'' a\ o• ;; C
O = „•.jW - O N O A c td d
e�
to CLCD p d
O
Cr
69 et
N 69 69 '!
N tO Uri
= w 69 c) O C 59 69 d in in d d 69 69 O Imo N
N W w w o N W G no C •= to ...2 ©
p O �1 C3 N O �1 00 = D^ O O n 01
o v, v, o eD o to *+ CD Sc Sc x x C C
X N -, 0- -+ c. a. o, o, n
N N O .�
L.,-.
' • P. R. 19592
11/22/16 aw
Description UOM Price Primary
Anti-Freeze (Ethylene 1 gal. container
Glycol) $5.00 x 6 Blender Direct
Anti-Freeze (Extended 1 gal. container
Life) $5.50 x 6 Blender Direct
Automatic Quart container Quality Petroleum Supply&
Transmission Fluid $3.51 Servicing, L. L. C.
Chassis Grease 120 lb. pails Beaumont
$298.04 Freightliner
Chassis Grease 14 oz. tubes $19.50 case of
10 Blender Direct
SAE 15W40 Multi- Quart
grade Engine Oil containers $3.31 Sun Coast Resources, Inc.
SAE 80W90 5 gal. pails
Engine oil $38.75 Blender Direct
ISO 68AW Hydraulic 5 gal. pails
oil $26.00 Blender Direct
Power Steering Quart $28.00 case of
Fluid containers 12 Blender Direct
Diesel Exhaust 2.5 gal. Beaumont
Fluid containers $6.75 Freightliner
TDH Oil 5 gal. pails
$38.75 Blender Direct
Transmission Fluid for 55 gal. drum
Transit $325.00 Blender Direct
P. R. 19592
11/22/16 aw
Exhibit "B"
P.R. 19592
11/22/16 aw
MATERIALS SUPPLY AGREEMENT
Purchase of Petroleum, Oil, and Lubricants
THIS AGREEMENT, made this the day of , 2017 by and between the
City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,
hereinafter called "OWNER" or "CITY", and Blender Direct , hereinafter called
"CONTRACTOR". WITNESSED: That for and in consideration of the payment terms,
conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The Contract shall be for one year from the start date on the Notice to Proceed, with the
option to renew for two additional one-year periods.
2. The CONTRACTOR will perform the work as delineated in the Scope of Work and
Specifications attached hereto.
3. During the term of this Contract, the CONTRACTOR will furnish at his own expense all
of the materials, supplies, tools, equipment, labor and other services necessary to
connection therewith, excepting those supplies specifically not required of
CONTRACTOR in the Specifications and Scope of Work.
4. The CONTRACTOR agrees to supply the materials described in the specifications and
contract documents as the primary vendor at the unit prices as stated below:
Description UOM
Anti-Freeze (Ethylene Glycol) $5.00 x 6 (gal. container)
Anti-Freeze (Extended Life) $5.50 x 6 (gal. container)
Chassis Grease $19.50 case of 10 (14 oz. tubes)
SAE 80W90 Engine Oil $38.75 (5 gal. pails)
ISO 68AW Hydraulic Oil $26.00 (5 gal. pails)
Power Steering Fluid $28.00 case of 12 (qt. containers)
TDH Oil $38.75 (5 gal. pails)
Transmission Fluid for Transit $325.00 (55 gal. drum)
5. This is not an exclusive contract, and the CITY reserves the right to purchase these
materials from any of the vendors awarded this contract based firstly, on price and
secondly, on availability, according to the needs of the CITY.
6. The term "Contract Documents"means and includes the following:
1) Agreement
2) Invitation to Bid
3) Addenda
P. R. 19592
11/22/16 aw
4) General Information
5) Specifications
6) Bid
7) Notice to Proceed
7. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
8. IN WITNESS WHEREOF, the parties here to have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies, each of which shall be
deemed an original of the date first written above.
OWNER CONTRACTOR
BY: BY:
City Manager Blender Direct
Representative
DERRICK FREEMAN"PRINCE,MAYOR \ \t/ // BRIAN MCDOUGAL
RAYMOND SCOTT,JR,MAYOR PRO TEM \ // CITY MANAGER
Energy:-r
COUNCIL MEMBERS: City of cin SHERRI BELLARD,TRMC
'r, :, , 1) CITY SECRETARY
TIFFANY HAMILTON
MORRIS ALBRIGHT,III VAL TIZENO
KEITH RICHARD O r t r t h u r CITY ATTORNEY
WILLIE`BAE"LEWIS,JR.
OSMAN SWATI Texas
CHARLOTTE MOSES
KAPRINA RICHARDSON FRANK
SEPTEMBER 16, 2016
INVITATION TO BID
Petroleum Oil&Lubricants
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, October 5, 2016. (The clock located in the City Secretary's office will
be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, October 5,
2016 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE:P16-064
DELIVERY ADDRESS: Please submit one(1)original and one(1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET,4th Floor
PORT ARTHUR,TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid should be directed in writing to:
City of Port Arthur,TX
Clifton Williams, Senior Purchasing Assistant
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams(a,portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Shawna Tubbs,CPPO,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 1 Fax 409.983.8291
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in
a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING
DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal
arrives at the above location by specified deadline regardless of delivery method chosen by the firm.
Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Acting Purchasing Manager
Page 2 of 18
INVITATION TO BID
THE MOWING OF PRIVATELY-OWNED AND CITY-OWNED DEVELOPED
AND VACANT LOTS IN THE CITY OF PORT ARTHUR
(To be Completed ONLY IF YOU DO NOT BID.)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT
IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated
upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding the
reason(s). Your assistance in completing and returning this form in an envelope marked with the
enclosed bid would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
Page 3 of 18
SUBMIT THE FOLLOWING
A. BID SHEET-PAGE 9.
B. NON-COLLUSION AFFIDAVIT - PAGE 10 (MUST BE NOTARIZED)
C. AFFIDAVIT- PAGE 11 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST PAGE 12-13. (SUBMIT IF THERE IS A
CONFLICT. IF YOU DO NOT SUBMIT THE FORM, THE BIDDER IS
STATING THERE IS NOT A CONFLICT).
Page 4 of 18
SPECIFICATIONS FOR
PETROLEUM OILS AND LUBRICANTS
General Specifications:
This contract shall be in effect for a period of one (1) year. At the end of one (1) year the City may
renew this contract for two (2) additional one (1) year periods at the original contract bid amount.
There shall be no increase in price should an extension be granted. Any terms and conditions stated in
the original specifications shall apply to any extended periods.
Lubricant supplies shall be manufactured from virgin base stock and shall not contain re-refined
materials.
All supplies will be delivered in sealed drums or manufacturers sealed containers. All containers shall
be properly marked in accordance with applicable local, state, and federal regulations and certified that
the product meets specification.
Delivery time:
Orders for manufacturers sealed containers of products placed before 9:00 AM must be delivered by
3:00 PM of the same day. Order for sealed drums of products placed after 9:00 AM must be delivered
by 3:00 PM of the next business day. Sealed drums must be pumped into bulk storage tanks at the
time of delivery. The successful vendor will be required to shelve delivered packaged products
insuring that older stock is rotated for prompt distribution from the storeroom. Failure to meet this
specification shall constitute default and the City will reserve the right to terminate any contract.
Price information must be submitted on the bid submission sheet. Failure to use the bid submission
sheet may be cause for the rejection of your bid. All prices are F.O.B:103 H.O. Mills Boulevard, Port
Arthur, Texas 77640 and 320 Dallas Avenue, Port Arthur,Texas 77640.
The successful bidder will be required to make product warranty adjustments by 9:00 AM of the next
business day. Failure to meet this specification shall constitute default and the City will reserve the
right to terminate said contract.
All invoices and delivery tickets must clearly show purchase order number, quantity, item description,
unit and extended price.
Page 5 of 18
Anti-Freeze (Ethylene Glycol):
Must be a premixed 50/50 single phase, ethylene glycol based product free of nitrites and amines. This
product must be suitable for both automobile and heavy-duty diesel engines and must meet or exceed
ASTM D 3306 and ASTM D 4985 specifications. This product is equivalent to Texaco Startex
Antifreeze/Coolant Pre-Mixed 50/50. It will be purchased in one-gallon containers and 55-gallon
drums.
Anti-Freeze(Extended Life):
Must be a premixed 50/50 single phase, propylene glycol based product free of nitrites and amines.
This product must be suitable for both automobile and heavy-duty diesel engines with change intervals
up to 5-years/100,000 miles. This product is equivalent to Texaco Antifreeze/Coolant ETX-6280BPK
Pre-Mixed 50/50. It will be purchased in one-gallon containers and 55-gallon drums.
Automatic Transmission Fluid:
Must meet or exceed the requirements of General Motors Corporation for DEXRON II, Ford Motor
Company for MERCON (M2C166), and Caterpillar TO-2 fluid. It will be purchased in quart
containers.
Chassis Grease:
Shall be oxidation resistant lithium soap based grease suitable for general automotive use.
Shall be designated as NLGI 2 and EP (extreme pressure).
It will be purchased in 120-pound pails and 14-ounce cartridges.
Engine oil SAE 15W40 Multi-grade:
Must be suitable for use in both gasoline and diesel engines.
Must meet or exceed the performance requirements of domestic gasoline and diesel manufacturers.
Must meet API classification CE, CD-II-SG, and SF.
Must meet or exceed Mil Spec MIL-L-2104E and MIL-1-46152D.
It will be purchased in quart containers.
Gear Oil SAE 80W90:
Must meet or exceed the requirements for API service GL-5.
Must meet or exceed Mil Spec MIL-L-2105C.
It will be purchased in 5-gallon pails.
Hydraulic Fluid (HYD 68 AW):
Shall be ISO 68 AW oil with anti-wear, rust and oxidation additives and a foam suppressant.
Shall have a CST viscosity of 62.0 at 40 degrees Celsius.
Shall have a pour point of-20 degrees Fahrenheit.
It will be purchased in 5-gallon pails.
Power Steering Fluid:
A multipurpose product that is approved for use in all GM, Chrysler, and Ford power steering systems.
This product is equivalent to Texaco Power Steering Fluid 11872.
It will be purchased in quart containers.
Diesel Exhaust Fluid:
Diesel Exhaust Fluid(DEF), as standardized in ISO 22241[1], is an Aqueous Urea Solution of with
32.5%high-purity urea(AUS 32) and 67.5% deionized water.
Page 6 of 18
Must meet or exceed the requirements for ASTM D7821 Standard Test Method for Field Test
Determination of Urea Concentration in Diesel Exhaust Fluid(DEF)
Must meet or exceed the requirements for ISO 22241-5:2012Diesel engines -NOx reduction agent
AUS32
It will be purchased in 2.5 gallon containers.
Transmission-Differential-Hydraulic Fluid:
A common fluid to lubricate the transmission, differential, and hydraulic systems of wheeled type
tractors. This product must be equivalent to Texaco TDH Oil Code 1893.
It will be purchased in five-gallon pails.
Transmission fluid for Transit:
This product must be equivalent to Shell Donax TX Transmission Fluid
NOTE: Bidders must submit Material Safety Data Sheets (MSDS) for all products with the bid
package.
Page 7 of 18
Estimated Annual Usage
Anti-Freeze (Ethylene Glycol) one-gallon containers 600 gallons
Anti-Freeze(Extended Life) one-gallon containers 200 gallons
Automatic Transmission Fluid quart containers 1,600 quarts
Chassis Grease 120-pound pails 5 pails
Chassis Grease 14 ounce tubes 140 tubes
Engine oil SAE 15W40 Multi-grade quart containers 3,300 quarts
Engine oil SAE 80W90 5-gallon pails 10 pails
Hydraulic oil ISO 68AW 5-gallon pails 530 pails
Power Steering Fluid quart containers 36 quarts
Diesel Exhaust Fluid 2.5 gallon containers 1,440 containers
Transmission-Differential-Hydraulic(TDH) oil 5-gallon pails 20 pails
Transmission fluid for Transit 55-gallon drums 4 drums
Page 8 of 18
CITY OF PORT ARTHUR,TEXAS
110 BID SHEET
•
BID FOR: Petroleum Oil & Lubricants
BID DUE DATE: October 5,2016
Bidders must bid in the Unit of Measure stated on Bid Sheet
DESCRIPTION UNIT OF MEASURE UNIT COST
Anti-Freeze(Ethylene Glycol) (-r x,1 one-gallon containers $ 7 �x
Anti-Freeze(Extended Life) Zen one-gallon containers $ 5,�� ���yp7�,✓X6
Automatic Transmission Fluid quart containers $ j G,gz/rr,, AL ?o,00
Chassis Grease 120-pound sXj— $ r2 JC,ii v
Chassis Grease 14 ounce tubes ( • s/7,0$ MEW e, ePl11
Engine oil SAE 15W40 Multi-grade quart containers $
Engine oil SAE 80W90 5-gallon pails $ g 3c eA,f
Hydraulic oil ISO 68AW 5-gallon pails $
Power Steering Fluid quart containers $ .2137AciyeC` f
Diesel Exhaust Fluid 2.5 Gallon Containers $ a2/,co C,r c, (1�% 2,
lfe
Transmission-Differential-Hydraulic (TDH)oil 5-gallon pails $ . ?8-7f-Ey/ G'
Transmission fluid for Transit 55-gallon drums $
gedu o6tZ Peet CG� /2Z3.8, kuoi✓y-06s•7
COMP NAME STREET ADDRESS
GNA ,, //OF BIDDER P.O.BOX
/
Leg "l 6(ZE/Ja ,iZ �t�4-6i-aA) t
PRINT OR TYPE NAME CITY STATE ZIP
/?CS i,(2—e eLrr' 'LDL -- 1-0
TITLE AREA CODE TELEPHONE NO.
f-e4-(4 iZ® L t3iat,4r4j? f\)&7
-
EMAIL FAX NO.
110
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for the
firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01 ,
et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor
communicated directly or indirectly the bid made to any competitor or any other person
engaged in the same line of business, nor has the signatory or anyone acting for the firm,
corporation or institution submitting a bid committed any other act of collusion related to the
development and submission of this bid proposal.
Signature:
Printed Name:
Y6-6 -75c7
Title: gz6-6/0&- i
Company:
i3L z )J0ZEc7-
Date:
SUBSCRIBED and sworn to before me by the above named .lig Moranp r, on this
the Alt"'day of St.f4tr►,be.t- , 20 ito •
Notary Public in and for the
BRIANDA PAOIA BARRERA State of Texas
Notary Public, Stote of Texas
?•./\ Q My Commission Expires ,M
August 05, 2019 My commission expires: A y"3 6440,201(1
i •
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
Thersigned offers and agrees to one of the following:
Zhereby certifythat I do not have outstanding debts with the City of Port Arthur. I further
agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay
said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become
due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they
become due. 0 ��
_ C v NIOt%{r �Z- !/i'/�GCi
Firm Name Date
,..,.---i------7(_t4
. - 2.___<-7--- /2,0-6--- ,.0 e-A./ I
Athorized Sign ure Title
t"-a% + c /4 actN0 * ) i7 2 ( 1 i 1" - G`-DCS
Name (please print) Telephone
r4s-_i }C .S,z, t✓- isizt(4 `¢-(Z c Ns ..5.--c
Email
/`X`/ `""F!;', BRIANDA PAOLA BARRERA
�/ ``,``Pµ• PJB(•''
STATE: ?' _ Notary Public,State of Texas
My Commission Expires
,t nF;,-,.� August 05, 2019
COUNTY: -/-1i4i?/2l
SUBSCRIBED AND SWORN to before me by the above named still mbrtret, Tr.
on this the ar% day of cSeivbar , 20 140 .
fitudtAutop.
Notary Public
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
Name of vendor who has a business relationship with local governmental entity.
J n
Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
f ' completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
Name of local government officer about whom the information is being disclosed.
Name of Officer
Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
n Yes n No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
fl Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.usl
Docs!LGPubmll..G.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):'Business relationship'means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
{1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity;or
(B) submits to the local governmental entity an application,response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Page 13 of 18
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of
Port Arthur the required information specified in Bid or Proposal Specifications listed in this
Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING
EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE
THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list
shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to
perform in strict accordance with the specifications of the invitation. The City reserves the right to
accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the
City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations,
alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing
authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with
these specifications. The award shall be made to the responsive, responsible bidder who submits the
best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis,whichever is in the best interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it
shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur and
whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the
Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal"
shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete
response to all requirements and questions as directed.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance
with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the
following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
Page 14 of 18
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty
service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made
by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing
Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit
any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be
rejected. It is the vendor's responsibility to check for any addendums that might have been issued
before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the
City of Port Arthur as its principal place of business must have an official business address (office
location and office personnel) in Port Arthur, the principal storage place or facility for the equipment
shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port
Arthur or such other definition or interpretation as is provided by state law. Contractors outside the
City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price
shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Equipment
Services or Transit,P.O. Box 1089, Port Arthur,Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the
goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment
Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days
from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Port Arthur,Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances,
rules, orders, regulations and codes of the federal, state and local governments relating to performance
of work herein.
Page 15 of 18
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other
officer, employee or agent of the City who exercises any functions or responsibilities in connection
with the planning and carrying out of the program, shall have any personal fmancial interest, direct or
indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits
the City from granting any license, privilege or paying money to any-one owing delinquent taxes,
paving assessments or any money to the City until such debts are paid or until satisfactory
arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included
as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood
and agreed that these quantities are approximate and any additional quantities will be paid for at the
quoted price. It is further understood that the contractor shall not have any claim against the City of
Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur,Port Arthur,TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract
shall be read and enforced as though each were included herein. If, through mistake or otherwise, any
such provision is not inserted or is not correctly inserted the Contract shall be amended to make such
insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,
perform all work and furnish all supplies and materials, machinery, equipment, facilities and means,
except as herein otherwise expressly specified, necessary or proper to perform and complete all the
work required by this Contract, in accordance with the provisions of this Contract and said
specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a
detailed description concerning any point shall be regarded as meaning that only the best commercial
practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur
the option of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of the
successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or
national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate any of
the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to
Page 16 of 18
terminate this contract by giving written notice to the Contractor of such termination and specifying
the effective date thereof, at least fifteen (15) days before the effective date of such termination.
Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages
sustained by the City by virtue of any breach of the contract by the Contractor, and the City may
withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount
of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the
City as provided herein, the Contractor will be paid for the service that it has performed up to the
termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph
hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying
material or service to the Contractor, or any sub-contractors for work under this contract, if this is
deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that
occurs as a result of his fault or negligence in connection with the work performed until completion
and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or
permit any sub-contractor to perform any work included in this Contract until he has received from the
City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of
Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase,
maintain and keep in force insurance that will protect against injury and/or damages which may arise
out of or result from operations under this contract, whether the operations be by himself or by any
subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose
acts any of them may be liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage$100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
Page 17 of 18
3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired
vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person, $500,000
per occurrence for bodily injury and$100,000 per occurrence for property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information
required (including names of insurance agency, contractor and insurance companies, and policy
numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to
complete and make into valid certificates of insurance and pertaining to the above listed items, and
before commencing any of the work and within the time otherwise specified, Contractor shall file
completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect
except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a
provision that coverage afforded under the policies will not be altered, modified or canceled unless at
least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall
also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for
all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE
OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten
(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten(10) days of the execution of
the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within
such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available
Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the
contractor.
•
Page 18 of 18
P. R. 19592
11/22/16 aw
Exhibit "C"
P.R. 19592
11/22/16 aw
MATERIALS SUPPLY AGREEMENT
Purchase of Petroleum, Oil, and Lubricants
THIS AGREEMENT, made this the day of , 2017 by and between the
City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,
hereinafter called"OWNER" or"CITY', and Quality Petroleum Supply & Services, L. L. C. ,
hereinafter called "CONTRACTOR". WITNESSED: That for and in consideration of the
payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree
as follows:
1. The Contract shall be for one year from the start date on the Notice to Proceed, with the
option to renew for two additional one-year periods.
2. The CONTRACTOR will perform the work as delineated in the Scope of Work and
Specifications attached hereto.
3. During the term of this Contract, the CONTRACTOR will furnish at his own expense all
of the materials, supplies, tools, equipment, labor and other services necessary to
connection therewith, excepting those supplies specifically not required of
CONTRACTOR in the Specifications and Scope of Work.
4. The CONTRACTOR agrees to supply the materials described in the specifications and
contract documents as the primary vendor at the unit prices as stated below:
Description UOM
Automatic Transmission Fluid $3.51 (qt. container)
5. This is not an exclusive contract, and the CITY reserves the right to purchase these
materials from any of the vendors awarded this contract based firstly, on price and
secondly, on availability, according to the needs of the CITY.
6. The term "Contract Documents"means and includes the following:
1) Agreement
2) Invitation to Bid
3) Addenda
4) General Information
5) Specifications
6) Bid
7) Notice to Proceed
P.R. 19592
11/22/16 aw
7. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
8. IN WITNESS WHEREOF, the parties here to have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies, each of which shall be
deemed an original of the date first written above.
OWNER CONTRACTOR
BY: BY:
City Manager Quality Petroleum Supply &
Services, L. L. C.
Representative
DERRICK FREEMAN"PRINCE,MAYOR BRIAN MCDOUGAL
RAYMOND SCOTT,JR,MAYOR PRO TEM CITY MANAGER
COUNCIL MEMBERS: City of SHERRI BELLARD,TRMC
` } CITY SECRETARY
TIFFANY HAMILTON ?
MORRIS ALBRIGHT,Ill VAL TIZENO
KEITH RICHARD o r t r t It n� CITY ATTORNEY
WILLIE"BAE"LEWIS,JR.
OSMAN SWATI Texas
CHARLOTTE MOSES
KAPRINA RICHARDSON FRANK
SEPTEMBER 16,2016
INVITATION TO BID
Petroleum Oil& Lubricants
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, October 5, 2016. (The clock located in the City Secretary's office will
be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, October 5,
2016 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE:P16-064
DELIVERY ADDRESS: Please submit one(1)original and one(1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR,TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid should be directed in writing to:
City of Port Arthur, TX
Clifton Williams, Senior Purchasing Assistant
P.O. Box 1089
Port Arthur, TX 77641
clifton.williamsAportarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Shawna Tubbs,CPPO,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 1 Fax 409.983.8291
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in
a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING
DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal
arrives at the above location by specified deadline regardless of delivery method chosen by the firm.
Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Acting Purchasing Manager
Page 2 of 18
INVITATION TO BID
THE MOWING OF PRIVATELY-OWNED AND CITY-OWNED DEVELOPED
AND VACANT LOTS IN THE CITY OF PORT ARTHUR
(To be Completed ONLY IF YOU DO NOT BID.)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT
IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated
upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding the
reason(s). Your assistance in completing and returning this form in an envelope marked with the
enclosed bid would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
Page 3 of 18
SUBMIT THE FOLLOWING
A. BID SHEET-PAGE 9.
B. NON-COLLUSION AFFIDAVIT- PAGE 10 (MUST BE NOTARIZED)
C. AFFIDAVIT- PAGE 11 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST PAGE 12-13. (SUBMIT IF THERE IS A
CONFLICT. IF YOU DO NOT SUBMIT THE FORM, THE BIDDER IS
STATING THERE IS NOT A CONFLICT).
Page 4 of 18
SPECIFICATIONS FOR
PETROLEUM OILS AND LUBRICANTS
General Specifications:
This contract shall be in effect for a period of one (1) year. At the end of one (1) year the City may
renew this contract for two (2) additional one (1) year periods at the original contract bid amount.
There shall be no increase in price should an extension be granted. Any terms and conditions stated in
the original specifications shall apply to any extended periods.
Lubricant supplies shall be manufactured from virgin base stock and shall not contain re-refined
materials.
All supplies will be delivered in sealed drums or manufacturers sealed containers. All containers shall
be properly marked in accordance with applicable local, state, and federal regulations and certified that
the product meets specification.
Delivery time:
Orders for manufacturers sealed containers of products placed before 9:00 AM must be delivered by
3:00 PM of the same day. Order for sealed drums of products placed after 9:00 AM must be delivered
by 3:00 PM of the next business day. Sealed drums must be pumped into bulk storage tanks at the
time of delivery. The successful vendor will be required to shelve delivered packaged products
insuring that older stock is rotated for prompt distribution from the storeroom. Failure to meet this
specification shall constitute default and the City will reserve the right to terminate any contract.
Price information must be submitted on the bid submission sheet. Failure to use the bid submission
sheet may be cause for the rejection of your bid. All prices are F.O.B:103 H.O. Mills Boulevard, Port
Arthur, Texas 77640 and 320 Dallas Avenue, Port Arthur, Texas 77640.
The successful bidder will be required to make product warranty adjustments by 9:00 AM of the next
business day. Failure to meet this specification shall constitute default and the City will reserve the
right to terminate said contract.
All invoices and delivery tickets must clearly show purchase order number, quantity, item description,
unit and extended price.
Page 5 of 18
Anti-Freeze(Ethylene Glycol):
Must be a premixed 50/50 single phase, ethylene glycol based product free of nitrites and amines. This
product must be suitable for both automobile and heavy-duty diesel engines and must meet or exceed
ASTM D 3306 and ASTM D 4985 specifications. This product is equivalent to Texaco Startex
Antifreeze/Coolant Pre-Mixed 50/50. It will be purchased in one-gallon containers and 55-gallon
drums.
Anti-Freeze (Extended Life):
Must be a premixed 50/50 single phase, propylene glycol based product free of nitrites and amines.
This product must be suitable for both automobile and heavy-duty diesel engines with change intervals
up to 5-years/100,000 miles. This product is equivalent to Texaco Antifreeze/Coolant ETX-6280BPK
Pre-Mixed 50/50. It will be purchased in one-gallon containers and 55-gallon drums.
Automatic Transmission Fluid:
Must meet or exceed the requirements of General Motors Corporation for DEXRON II, Ford Motor
Company for MERCON (M2C166), and Caterpillar TO-2 fluid. It will be purchased in quart
containers.
Chassis Grease:
Shall be oxidation resistant lithium soap based grease suitable for general automotive use.
Shall be designated as NLGI 2 and EP (extreme pressure).
It will be purchased in 120-pound pails and 14-ounce cartridges.
Engine oil SAE 15W40 Multi-grade:
Must be suitable for use in both gasoline and diesel engines.
Must meet or exceed the performance requirements of domestic gasoline and diesel manufacturers.
Must meet API classification CE, CD-II-SG, and SF.
Must meet or exceed Mil Spec MIL-L-2104E and MIL-1-46152D.
It will be purchased in quart containers.
Gear Oil SAE 80W90:
Must meet or exceed the requirements for API service GL-5.
Must meet or exceed Mil Spec MIL-L-2105C.
It will be purchased in 5-gallon pails.
Hydraulic Fluid (HYD 68 AW):
Shall be ISO 68 AW oil with anti-wear, rust and oxidation additives and a foam suppressant.
Shall have a CST viscosity of 62.0 at 40 degrees Celsius.
Shall have a pour point of-20 degrees Fahrenheit.
It will be purchased in 5-gallon pails.
Power Steering Fluid:
A multipurpose product that is approved for use in all GM, Chrysler, and Ford power steering systems.
This product is equivalent to Texaco Power Steering Fluid 11872.
It will be purchased in quart containers.
Diesel Exhaust Fluid:
Diesel Exhaust Fluid(DEF), as standardized in ISO 22241[1], is an Aqueous Urea Solution of with
32.5%high-purity urea(AUS 32) and 67.5% deionized water.
Page 6 of 18
Must meet or exceed the requirements for ASTM D7821 Standard Test Method for Field Test
Determination of Urea Concentration in Diesel Exhaust Fluid (DEF)
Must meet or exceed the requirements for ISO 22241-5:2012Diesel engines-NOx reduction agent
AUS32
It will be purchased in 2.5 gallon containers.
Transmission-Differential-Hydraulic Fluid:
A common fluid to lubricate the transmission, differential, and hydraulic systems of wheeled type
tractors. This product must be equivalent to Texaco TDH Oil Code 1893.
It will be purchased in five-gallon pails.
Transmission fluid for Transit:
This product must be equivalent to Shell Donax TX Transmission Fluid
NOTE: Bidders must submit Material Safety Data Sheets (MSDS) for all products with the bid
package.
Page 7 of 18
Estimated Annual Usage
Anti-Freeze(Ethylene Glycol) one-gallon containers 600 gallons
Anti-Freeze (Extended Life) one-gallon containers 200 gallons
Automatic Transmission Fluid quart containers 1,600 quarts
Chassis Grease 120-pound pails 5 pails
Chassis Grease 14 ounce tubes 140 tubes
Engine oil SAE 15W40 Multi-grade quart containers 3,300 quarts
Engine oil SAE 80W90 5-gallon pails 10 pails
Hydraulic oil ISO 68AW 5-gallon pails 530 pails
Power Steering Fluid quart containers 36 quarts
Diesel Exhaust Fluid 2.5 gallon containers 1,440 containers
Transmission-Differential-Hydraulic(TDH)oil 5-gallon pails 20 pails
Transmission fluid for Transit 55-gallon drums 4 drums
Page 8 of 18
CITY OF PORT ARTHUR,TEXAS
BID SHEET
BID FOR: Petroleum Oil &Lubricants
BID DUE DATE: October 5, 2016
Bidders must bid in the Unit of Measure stated on Bid Sheet
DESCRIPTION UNIT OF MEASURE UNIT COST
Anti-Freeze (Ethylene Glycol) one-gallon containers $ 5 Oa
Anti-Freeze(Extended Life) one-gallon containers $ 5- 6 9i
Automatic Transmission Fluid quart containers $ 3.. 5I
Chassis Grease 120-pound pails $ 31-0 33
Chassis Grease 14 ounce tubes $ a, 6 3
Engine oil SAE 15W40 Multi-grade quart containers $ 3-37--b
Engine oil SAE 80W90 5-gallon pails $ 1(S. a O
Hydraulic oil ISO 68AW 5-gallon pails $ 29 d 3 Ub
Power Steering Fluid quart containers $ 3. 5
Diesel Exhaust Fluid 2.5 Gallon Containers $ R. 7-0
Transmission-Differential-Hydraulic (TDH) oil 5-gallon pails $ Y 0, 0//
Transmission fluid for Transit 55-gallon drums $ 155 • 0 4
Qtu .1;-1-- P-r1e Spp j ?Ser✓ice3
LC j55-iVf C rocke+1 &free+
OMPA NAME STREET ADDRESS
ie4v•-et4 Sul 4-e -- D
SIGNATURE 0 P.O. BOX
Corri ! i' c Z, To.neS /o5- o h 7X 7ØØ
PRINT OR TYPE NAME CITY STATE ZIP
Pres;de i—I 3 90 1 — 7- 7-80
TITLE AREA CODE TELEPHONE NO.
C Tav/eSO Q pS-3Q roicgs.Ges,
EMAIL FAX NO.
(/0-&t--W0M Freedehrit&rti (A) {-1, w,i a G� b o�4"e-►i too I tit_r"
66 559 a e-i s , .. ,r 0r-es . .o - lwv, Com bi viel-►
55-g--cd,(0-vis (A)-4S2 b-e_ cc, cgz_aleifim,y_ C.1.01-e_ 6,6- 0 60
Page 9 of 18
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for the
firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01,
et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor
communicated directly or indirectly the bid made to any competitor or any other person
engaged in the same line of business, nor has the signatory or anyone acting for the firm,
corporation or institution submitting a bid committed any other act of collusion related to the
development and submission of this bid proposal.
Signature: 6. 1yrtofi't, ' 90-1-40
Printed Name:
Title: pre S;cQ v►'t-
Company: Q u a f l'-hj R -(-ro I e Spp aet __car/i w.f LLC
Date: 10/ 3 / ZO I to
SUBSCNBED and sworn to before me by the above i- ed i.-tz_14E111-t5 .-3-con this
the day of Ocrt0. r , 20 (/o . a /1 /
Notary Public in and for the
CHERRYL S. WHlTTOTt State of Texas
fdctary Public,Sto+e of Texas
My Commission Expires
•F - 7 °I ?�Ft , February 07, 2017 My commission expires:
Page 10 of 18
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further
agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay
said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become
due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they
become due.
& cd Puku, Slyly s v;cfs ILC /0/3/ z,0r
Firm Name Date
<-7 grer74:76-kext 1-eAuthorized Signature S Title
CC)(Kt I CAS , C,1/1 e_s — q 01 — 7
Name (please print) Telephone
C ; 0vles
Email
STATE:
COUNTY: r 6cVY i -S
SUBSCRIBED AND SWORN to before me by the above named C.,041J6 L(u$ 2 . 3* S
on this the day of Cgc. be r1,20
CHERRYL S WHITTON 9 '''j'i
Notary Public, State of Texas
� My Commission Expires
� 7, 2017 Notary Public
February 0
y
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 11 of 18
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
Name of vendor who has a business relationship with local governmental entity.
J n
I I Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
' completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
Name of Officer
J Describe each employment or other business relationship with the local government officer, or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
n Yes n No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
J
Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
ii
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
DocsiLG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):'Business relationship'means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a)A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176,003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,ora family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity;or
(B) submits to the local govemmental entity an application,response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.stete.tx.us Revised 11/30:2015
Page 13 of 18
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of
Port Arthur the required information specified in Bid or Proposal Specifications listed in this
Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING
EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE
THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list
shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to
perform in strict accordance with the specifications of the invitation. The City reserves the right to
accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the
City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations,
alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing
authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with
these specifications. The award shall be made to the responsive, responsible bidder who submits the
best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis,whichever is in the best interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it
shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur and
whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the
Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal"
shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete
response to all requirements and questions as directed.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance
with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the
following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
Page 14 of 18
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty
service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made
by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing
Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit
any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be
rejected. It is the vendor's responsibility to check for any addendums that might have been issued
before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the
City of Port Arthur as its principal place of business must have an official business address (office
location and office personnel) in Port Arthur, the principal storage place or facility for the equipment
shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port
Arthur or such other definition or interpretation as is provided by state law. Contractors outside the
City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price
shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Equipment
Services or Transit,P.O. Box 1089, Port Arthur, Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the
goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment
Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days
from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Port Arthur, Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances,
rules, orders, regulations and codes of the federal, state and local governments relating to performance
of work herein.
Page 15 of 18
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other
officer, employee or agent of the City who exercises any functions or responsibilities in connection
with the planning and carrying out of the program, shall have any personal financial interest, direct or
indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits
the City from granting any license, privilege or paying money to any-one owing delinquent taxes,
paving assessments or any money to the City until such debts are paid or until satisfactory
arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included
as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood
and agreed that these quantities are approximate and any additional quantities will be paid for at the
quoted price. It is further understood that the contractor shall not have any claim against the City of
Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur,TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract
shall be read and enforced as though each were included herein. If, through mistake or otherwise, any
such provision is not inserted or is not correctly inserted the Contract shall be amended to make such
insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,
perform all work and furnish all supplies and materials, machinery, equipment, facilities and means,
except as herein otherwise expressly specified, necessary or proper to perform and complete all the
work required by this Contract, in accordance with the provisions of this Contract and said
specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a
detailed description concerning any point shall be regarded as meaning that only the best commercial
practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur
the option of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of the
successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or
national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate any of
the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to
Page 16 of 18
terminate this contract by giving written notice to the Contractor of such termination and specifying
the effective date thereof, at least fifteen (15) days before the effective date of such termination.
Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages
sustained by the City by virtue of any breach of the contract by the Contractor, and the City may
withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount
of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the
City as provided herein, the Contractor will be paid for the service that it has performed up to the
termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph
hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying
material or service to the Contractor, or any sub-contractors for work under this contract, if this is
deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that
occurs as a result of his fault or negligence in connection with the work performed until completion
and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or
permit any sub-contractor to perform any work included in this Contract until he has received from the
City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of
Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase,
maintain and keep in force insurance that will protect against injury and/or damages which may arise
out of or result from operations under this contract, whether the operations be by himself or by any
subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose
acts any of them may be liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
Page 17 of 18
3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired
vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person, $500,000
per occurrence for bodily injury and$100,000 per occurrence for property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information
required (including names of insurance agency, contractor and insurance companies, and policy
numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to
complete and make into valid certificates of insurance and pertaining to the above listed items, and
before commencing any of the work and within the time otherwise specified, Contractor shall file
completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect
except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a
provision that coverage afforded under the policies will not be altered, modified or canceled unless at
least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall
also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for
all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE
OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten
(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten(10) days of the execution of
the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within
such period,the time may be extended by mutual agreement between OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available
Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the
contractor.
Page 18 of 18
Estimated Annual Usage
Anti-Freeze(Ethylene Glycol) one-gallon containers 600 gallons
Anti-Freeze(Extended Life) one-gallon containers 200 gallons
Automatic Transmission Fluid quart containers 1,600 quarts
Chassis Grease 120-pound pails 5 pails
Chassis Grease 14 ounce tubes 140 tubes
Engine oil SAE 15W40 Multi-grade quart containers 3,300 quarts
Engine oil SAE 80W90 5-gallon pails 10 pails
Hydraulic oil ISO 68AW 5-gallon pails 530 pails
Power Steering Fluid quart containers 36 quarts
Diesel Exhaust Fluid 2.5 gallon containers 1,440 containers
Transmission-Differential-Hydraulic(TDH) oil 5-gallon pails 20 pails
Transmission fluid for Transit 55-gallon drums 4 drums
Page 8of18
E)KonMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page 1 of 11
SAFETY DATA SHEET
SECTION 1 PRODUCT AND COMPANY IDENTIFICATION
PRODUCT
Product Name: MOBIL ATF D/M
Product Description: Base Oil and Additives
Product Code: 201530202070, 525345-00, 97Z692
Intended Use: Automatic transmission fluid
COMPANY IDENTIFICATION
Supplier: EXXON MOBIL CORPORATION
22777 Springwoods Village Parkway
Spring, TX. 77389 USA
24 Hour Health Emergency 609-737-4411
Transportation Emergency Phone 800-424-9300 or 703-527-3887 CHEMTREC
Product Technical Information 800-662-4525
MSDS Internet Address http://www.exxon.com, http://www.mobil.com
SECTION 2 HAZARDS IDENTIFICATION
This material is hazardous according to regulatory guidelines (see (M)SDS Section 15).
CLASSIFICATION:
Skin Sensitizer: Category 1.
LABEL:
Pictogram:
Signal Word: Warning
Hazard Statements:
H317: May cause allergic skin reaction.
Precautionary Statements:
P101: If medical advice is needed, have product container or label at hand. P102: Keep out of reach of children.
P103: Read label before use.P261: Avoid breathing mist/vapours. P272: Contaminated work clothing should not
be allowed out of the workplace. P273: Avoid release to the environment. P280: Wear protective gloves.P302 +
P352: IF ON SKIN: Wash with plenty of soap and water. P333 + P313: If skin irritation or rash occurs: Get
medical advice/attention.P501: Dispose of contents and container in accordance with local regulations.
Contains: BIS(2-HYDROXYETHYL)TALLOW AMINE
E)KonMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page 2 of 11
Other hazard information:
HAZARD NOT OTHERWISE CLASSIFIED(HNOC): None as defined under 29 CFR 1910.1200.
PHYSICAL/CHEMICAL HAZARDS
No significant hazards.
HEALTH HAZARDS
High-pressure injection under skin may cause serious damage. Excessive exposure may result in eye, skin,
or respiratory irritation.
ENVIRONMENTAL HAZARDS
Expected to be harmful to aquatic organisms. May cause long-term adverse effects in the aquatic
environment.
NFPA Hazard ID: Health: 2 Flammability: 1 Reactivity: 0
HMIS Hazard ID: Health: 2 Flammability: 1 Reactivity: 0
NOTE: This material should not be used for any other purpose than the intended use in Section 1 without expert
advice. Health studies have shown that chemical exposure may cause potential human health risks which may vary
from person to person.
SECTION 3 COMPOSITION/INFORMATION ON INGREDIENTS
This material is defined as a mixture.
Hazardous Substance(s)or Complex Substance(s) required for disclosure
Name CAS# Concentration* GHS Hazard Codes
1H-IMIDAZOLE-1-ETHANOL, 27136-73-8 0.1 -< 1% H302, H314(1B),
2-(HEPTADECENYL)-4,5-DIHYDRO- H400(M factor 1),
H410(M factor 1)
2-PROPANOL, 1-(TERT-DODECYLTHIO)- 67124-09-8 1 -2.5% H317, H400(M factor 1),
H410(M factor 1)
BENZENAMINE,AR-NONYL-N-(NONYL PHENYL)- 36878-20-3 1 -<5% H413
BIS(2-HYDROXYETHYL)TALLOW AMINE 61791-44-4 0.1 -<0.25% H302, H317, H330(2),
H314(16), H400(M factor
10)
DIPHENYLAMINE 122-39-4 0.1 -<1% H301, H311, H331,
H373, H400(M factor 1),
H410(M factor 1)
HYDROTREATED LIGHT PARAFFINIC DISTILLATES, 64742-55-8 10-<20% H304
PETROLEUM
SOLVENT DEWAXED LIGHT PARAFFINIC DISTILLATE 64742-56-9 70-<80% H304
(PETROLEUM)
*All concentrations are percent by weight unless material is a gas. Gas concentrations are in percent by volume.
As per paragraph (i)of 29 CFR 1910.1200, formulation is considered a trade secret and specific chemical identity and
exact percentage(concentration)of composition may have been withheld. Specific chemical identity and exact
E)KonMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page 3 of 11
percentage composition will be provided to health professionals, employees, or designated representatives in
accordance with applicable provisions of paragraph (i).
SECTION 4 FIRST AID MEASURES
INHALATION
Remove from further exposure. For those providing assistance, avoid exposure to yourself or others. Use
adequate respiratory protection. If respiratory irritation, dizziness, nausea, or unconsciousness occurs, seek
immediate medical assistance. If breathing has stopped, assist ventilation with a mechanical device or use
mouth-to-mouth resuscitation.
SKIN CONTACT
Wash contact areas with soap and water. Remove contaminated clothing. Launder contaminated clothing
before reuse. If product is injected into or under the skin, or into any part of the body, regardless of the
appearance of the wound or its size, the individual should be evaluated immediately by a physician as a
surgical emergency. Even though initial symptoms from high pressure injection may be minimal or absent, early
surgical treatment within the first few hours may significantly reduce the ultimate extent of injury.
EYE CONTACT
Flush thoroughly with water. If irritation occurs, get medical assistance.
INGESTION
First aid is normally not required. Seek medical attention if discomfort occurs.
SECTION 5 FIRE FIGHTING MEASURES
EXTINGUISHING MEDIA
Appropriate Extinguishing Media: Use water fog, foam, dry chemical or carbon dioxide(CO2)to extinguish
flames.
Inappropriate Extinguishing Media: Straight Streams of Water
FIRE FIGHTING
Fire Fighting Instructions: Evacuate area. Prevent runoff from fire control or dilution from entering streams,
sewers, or drinking water supply. Firefighters should use standard protective equipment and in enclosed
spaces, self-contained breathing apparatus (SCBA). Use water spray to cool fire exposed surfaces and to
protect personnel.
Hazardous Combustion Products: Incomplete combustion products, Smoke, Fume, Sulfur oxides,
Aldehydes, Oxides of carbon
FLAMMABILITY PROPERTIES
Flash Point [Method]: >177°C (351°F) [ASTM D-92]
Flammable Limits (Approximate volume% in air): LEL: 0.9 UEL: 7.0
Autoignition Temperature: N/D
SECTION 6 ACCIDENTAL RELEASE MEASURES
E2KonMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page 4 of 11
NOTIFICATION PROCEDURES
In the event of a spill or accidental release, notify relevant authorities in accordance with all applicable
regulations. US regulations require reporting releases of this material to the environment which exceed the
applicable reportable quantity or oil spills which could reach any waterway including intermittent dry creeks. The
National Response Center can be reached at(800)424-8802.
PROTECTIVE MEASURES
Avoid contact with spilled material. See Section 5 for fire fighting information. See the Hazard Identification
Section for Significant Hazards. See Section 4 for First Aid Advice. See Section 8 for advice on the minimum
requirements for personal protective equipment.Additional protective measures may be necessary, depending
on the specific circumstances and/or the expert judgment of the emergency responders.
For emergency responders: Respiratory protection: respiratory protection will be necessary only in special
cases, e.g., formation of mists. Half-face or full-face respirator with filter(s)for dust/organic vapor or Self
Contained Breathing Apparatus (SCBA) can be used depending on the size of spill and potential level of
exposure. If the exposure cannot be completely characterized or an oxygen deficient atmosphere is possible
or anticipated, SCBA is recommended. Work gloves that are resistant to hydrocarbons are recommended.
Gloves made of polyvinyl acetate(PVA) are not water-resistant and are not suitable for emergency use.
Chemical goggles are recommended if splashes or contact with eyes is possible. Small spills: normal antistatic
work clothes are usually adequate. Large spills:full body suit of chemical resistant, antistatic material is
recommended.
SPILL MANAGEMENT
Land Spill: Stop leak if you can do it without risk. Recover by pumping or with suitable absorbent.
Water Spill: Stop leak if you can do it without risk. Confine the spill immediately with booms. Warn other
shipping. Remove from the surface by skimming or with suitable absorbents. Seek the advice of a specialist
before using dispersants.
Water spill and land spill recommendations are based on the most likely spill scenario for this material;
however, geographic conditions, wind, temperature, (and in the case of a water spill)wave and current direction
and speed may greatly influence the appropriate action to be taken. For this reason, local experts should be
consulted. Note: Local regulations may prescribe or limit action to be taken.
ENVIRONMENTAL PRECAUTIONS
Large Spills: Dike far ahead of liquid spill for later recovery and disposal. Prevent entry into waterways,
sewers, basements or confined areas.
SECTION 7 HANDLING AND STORAGE
HANDLING
Prevent small spills and leakage to avoid slip hazard. Material can accumulate static charges which may
cause an electrical spark (ignition source). When the material is handled in bulk, an electrical spark could
ignite any flammable vapors from liquids or residues that may be present(e.g., during switch-loading
operations). Use proper bonding and/or ground procedures. However, bonding and grounds may not
eliminate the hazard from static accumulation. Consult local applicable standards for guidance. Additional
references include American Petroleum Institute 2003 (Protection Against Ignitions Arising out of Static,
Lightning and Stray Currents)or National Fire Protection Agency 77 (Recommended Practice on Static
Electricity) or CENELEC CLC/TR 50404 (Electrostatics- Code of practice for the avoidance of hazards due to
static electricity).
EkonMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page 5 of 11
Static Accumulator: This material is a static accumulator.
STORAGE
The container choice, for example storage vessel, may effect static accumulation and dissipation. Do not store
in open or unlabelled containers. Keep away from incompatible materials.
SECTION 8 EXPOSURE CONTROLS / PERSONAL PROTECTION
EXPOSURE LIMIT VALUES
Exposure limits/standards (Note: Exposure limits are not additive)
Substance Name Form Limit/Standard NOTE Source
DIPHENYLAMINE TWA 10 mg/m3 N/A ACGIH
HYDROTREATED LIGHT Mist. TWA 5 mg/m3 N/A OSHA Z1
PARAFFINIC DISTILLATES,
PETROLEUM
HYDROTREATED LIGHT Inhalable TWA 5 mg/m3 N/A ACGIH
PARAFFINIC DISTILLATES, fraction.
PETROLEUM
HYDROTREATED LIGHT Mist. TWA 5 mg/m3 N/A ACGIH
PARAFFINIC DISTILLATES,
PETROLEUM
SOLVENT DEWAXED LIGHT Mist. TWA 5 mg/m3 N/A OSHA Z1
PARAFFINIC DISTILLATE
(PETROLEUM)
SOLVENT DEWAXED LIGHT Inhalable TWA 5 mg/m3 N/A ACGIH
PARAFFINIC DISTILLATE fraction.
(PETROLEUM)
SOLVENT DEWAXED LIGHT Mist. TWA 5 mg/m3 N/A ACGIH
PARAFFINIC DISTILLATE
(PETROLEUM)
Exposure limits/standards for materials that can be formed when handling this product: When mists/aerosols
can occur the following are recommended: 5 mg/m'-ACGIH TLV(inhalable fraction), 5 mg/m'-OSHA PEL.
NOTE: Limits/standards shown for guidance only. Follow applicable regulations.
No biological limits allocated.
ENGINEERING CONTROLS
The level of protection and types of controls necessary will vary depending upon potential exposure conditions.
Control measures to consider:
No special requirements under ordinary conditions of use and with adequate ventilation.
PERSONAL PROTECTION
Personal protective equipment selections vary based on potential exposure conditions such as applications,
handling practices, concentration and ventilation. Information on the selection of protective equipment for use
with this material, as provided below, is based upon intended, normal usage.
EonMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page 6 of 11
Respiratory Protection: If engineering controls do not maintain airborne contaminant concentrations at a
level which is adequate to protect worker health, an approved respirator may be appropriate. Respirator
selection, use, and maintenance must be in accordance with regulatory requirements, if applicable. Types of
respirators to be considered for this material include:
No special requirements under ordinary conditions of use and with adequate ventilation.
For high airborne concentrations, use an approved supplied-air respirator, operated in positive pressure mode.
Supplied air respirators with an escape bottle may be appropriate when oxygen levels are inadequate,
gas/vapor warning properties are poor, or if air purifying filter capacity/rating may be exceeded.
Hand Protection: Any specific glove information provided is based on published literature and glove
manufacturer data. Glove suitability and breakthrough time will differ depending on the specific use conditions.
Contact the glove manufacturer for specific advice on glove selection and breakthrough times for your use
conditions. Inspect and replace worn or damaged gloves. The types of gloves to be considered for this material
include:
Chemical resistant gloves are recommended.
Eye Protection: If contact is likely, safety glasses with side shields are recommended.
Skin and Body Protection: Any specific clothing information provided is based on published literature or
manufacturer data. The types of clothing to be considered for this material include:
Chemical/oil resistant clothing is recommended.
Specific Hygiene Measures: Always observe good personal hygiene measures, such as washing after
handling the material and before eating, drinking, and/or smoking. Routinely wash work clothing and protective
equipment to remove contaminants. Discard contaminated clothing and footwear that cannot be cleaned.
Practice good housekeeping.
ENVIRONMENTAL CONTROLS
Comply with applicable environmental regulations limiting discharge to air, water and
soil. Protect the environment by applying appropriate control measures to prevent or limit
emissions.
SECTION 9 PHYSICAL AND CHEMICAL PROPERTIES
Note: Physical and chemical properties are provided for safety, health and environmental considerations only
and may not fully represent product specifications. Contact the Supplier for additional information.
GENERAL INFORMATION
Physical State: Liquid
Color: Red
Odor: Characteristic
Odor Threshold: N/D
IMPORTANT HEALTH, SAFETY, AND ENVIRONMENTAL INFORMATION
Relative Density (at 15°C): 0.863
Flammability (Solid, Gas): N/A
Flash Point[Method]: >177°C (351°F) [ASTM D-92]
Flammable Limits (Approximate volume % in air): LEL: 0.9 UEL: 7.0
Autoignition Temperature: N/D
EonMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page7of 11
Boiling Point/Range: > 316°C(600°F)
Decomposition Temperature: N/D
Vapor Density (Air= 1): >2 at 101 kPa
Vapor Pressure: < 0.013 kPa (0.1 mm Hg) at 20 °C
Evaporation Rate(n-butyl acetate= 1): N/D
pH: N/A
Log Pow(n-Octanol/Water Partition Coefficient): > 3.5
Solubility in Water: Negligible
Viscosity: 34 cSt (34 mm2/sec)at 40°C I 7.2 cSt (7.2 mm2/sec) at 100°C
Oxidizing Properties: See Hazards Identification Section.
OTHER INFORMATION
Freezing Point: N/D
Melting Point: N/A
Pour Point: -34°C (-30°F)
DMSO Extract(mineral oil only), IP-346: < 3 %wt
SECTION 10 STABILITY AND REACTIVITY
REACTIVITY: See sub-sections below.
STABILITY: Material is stable under normal conditions.
CONDITIONS TO AVOID: Excessive heat. High energy sources of ignition.
MATERIALS TO AVOID: Strong oxidizers
HAZARDOUS DECOMPOSITION PRODUCTS: Material does not decompose at ambient temperatures.
POSSIBILITY OF HAZARDOUS REACTIONS: Hazardous polymerization will not occur.
SECTION 11 TOXICOLOGICAL INFORMATION
INFORMATION ON TOXICOLOGICAL EFFECTS
Hazard Class Conclusion/Remarks
Inhalation
Acute Toxicity: No end point data for Minimally Toxic. Based on assessment of the components.
material.
Irritation: No end point data for material. Negligible hazard at ambient/normal handling temperatures.
Based on assessment of the components.
Ingestion
Acute Toxicity: No end point data for Minimally Toxic. Based on test data for structurally similar
material. materials.
Skin
Acute Toxicity: No end point data for Minimally Toxic. Based on assessment of the components.
material.
Skin Corrosion/Irritation: No end point data Negligible irritation to skin at ambient temperatures. Based on
for material. assessment of the components.
Eye
Serious Eye Damage/Irritation: No end point May cause mild,short-lasting discomfort to eyes. Based on
data for material. assessment of the components.
EkonMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page 8 of 11
Sensitization
Respiratory Sensitization: No end point data Not expected to be a respiratory sensitizer.
for material.
Skin Sensitization: No end point data for Contains a substance that may cause skin sensitization. Based on
material. assessment of the components.
Aspiration: Data available. Not expected to be an aspiration hazard. Based on
physico-chemical properties of the material.
Germ Cell Mutagenicity: No end point data Not expected to be a germ cell mutagen. Based on assessment of
for material. the components.
Carcinogenicity: No end point data for Not expected to cause cancer. Based on assessment of the
material. components.
Reproductive Toxicity: No end point data Not expected to be a reproductive toxicant. Based on assessment
for material. of the components.
Lactation: No end point data for material. Not expected to cause harm to breast-fed children.
Specific Target Organ Toxicity(STOT)
Single Exposure: No end point data for Not expected to cause organ damage from a single exposure.
material.
Repeated Exposure: No end point data for Not expected to cause organ damage from prolonged or repeated
material. exposure. Based on assessment of the components.
OTHER INFORMATION
For the product itself:
An ingredient or ingredients that are classified as a skin sensitizer.
Contains:
Base oil severely refined: Not carcinogenic in animal studies. Representative material passes IP-346, Modified Ames
test, and/or other screening tests. Dermal and inhalation studies showed minimal effects; lung non-specific infiltration of
immune cells, oil deposition and minimal granuloma formation. Not sensitizing in test animals.
The following ingredients are cited on the lists below: None.
--REGULATORY LISTS SEARCHED--
1 = NTP CARC 3 = IARC 1 5 = IARC 2B
2 = NTP SUS 4 = IARC 2A 6 = OSHA CARC
SECTION 12 ECOLOGICAL INFORMATION
The information given is based on data available for the material, the components of the material, and similar materials.
ECOTOXICITY
Material -- Expected to be harmful to aquatic organisms. May cause long-term adverse effects in the
aquatic environment.
MOBILITY
Base oil component-- Low solubility and floats and is expected to migrate from water to the land.
Expected to partition to sediment and wastewater solids.
Ec(onMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page 9 of 11
PERSISTENCE AND DEGRADABILITY
Biodegradation:
Base oil component-- Expected to be inherently biodegradable
BIOACCUMULATION POTENTIAL
Base oil component-- Has the potential to bioaccumulate, however metabolism or physical properties may
reduce the bioconcentration or limit bioavailability.
SECTION 13 DISPOSAL CONSIDERATIONS
Disposal recommendations based on material as supplied. Disposal must be in accordance with current applicable
laws and regulations, and material characteristics at time of disposal.
DISPOSAL RECOMMENDATIONS
Product is suitable for burning in an enclosed controlled burner for fuel value or disposal by supervised
incineration at very high temperatures to prevent formation of undesirable combustion products. Protect the
environment. Dispose of used oil at designated sites. Minimize skin contact. Do not mix used oils with solvents,
brake fluids or coolants.
REGULATORY DISPOSAL INFORMATION
RCRA Information:The unused product, in our opinion, is not specifically listed by the EPA as a hazardous
waste(40 CFR, Part 261D), nor is it formulated to contain materials which are listed as hazardous wastes. It
does not exhibit the hazardous characteristics of ignitability, corrositivity or reactivity and is not formulated with
contaminants as determined by the Toxicity Characteristic Leaching Procedure(TCLP). However, used
product may be regulated.
Empty Container Warning Empty Container Warning (where applicable): Empty containers may contain residue and
can be dangerous. Do not attempt to refill or clean containers without proper instructions. Empty drums should be
completely drained and safely stored until appropriately reconditioned or disposed. Empty containers should be taken
for recycling, recovery, or disposal through suitably qualified or licensed contractor and in accordance with
governmental regulations. DO NOT PRESSURISE, CUT, WELD, BRAZE, SOLDER, DRILL, GRIND, OR EXPOSE
SUCH CONTAINERS TO HEAT, FLAME, SPARKS, STATIC ELECTRICITY, OR OTHER SOURCES OF IGNITION.
THEY MAY EXPLODE AND CAUSE INJURY OR DEATH.
SECTION 14 TRANSPORT INFORMATION
LAND (DOT): Not Regulated for Land Transport
LAND(TDG): Not Regulated for Land Transport
SEA (IMDG): Not Regulated for Sea Transport according to IMDG-Code
Marine Pollutant: No
E onMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page 10 of 11
AIR(IATA): Not Regulated for Air Transport
SECTION 15 REGULATORY INFORMATION
OSHA HAZARD COMMUNICATION STANDARD: This material is considered hazardous in accordance with OSHA
HazCom 2012, 29 CFR 1910.1200.
Listed or exempt from listing/notification on the following chemical inventories: AICS, DSL, IECSC, KECI,
PICCS, TSCA
EPCRA SECTION 302: This material contains no extremely hazardous substances.
SARA (311/312)REPORTABLE HAZARD CATEGORIES: None.
SARA (313)TOXIC RELEASE INVENTORY: This material contains no chemicals subject to the supplier notification
requirements of the SARA 313 Toxic Release Program.
The following ingredients are cited on the lists below:
Chemical Name CAS Number List Citations
DIPHENYLAMINE 122-39-4 18
HYDROTREATED LIGHT 64742-55-8 1, 4, 17, 18
PARAFFINIC DISTILLATES,
PETROLEUM
--REGULATORY LISTS SEARCHED--
1 =ACGIH ALL 6 =TSCA 5a2 11 = CA P65 REPRO 16 = MN RTK
2 =ACGIH Al 7 =TSCA 5e 12 = CA RTK 17= NJ RTK
3 =ACGIHA2 8 =TSCA6 13 = ILRTK 18 = PARTK
4 = OSHAZ 9 =TSCA12b 14 = LARTK 19 = RIRTK
5 =TSCA 4 10= CA P65 CARC 15 = MI 293
Code key: CARC=Carcinogen; REPRO=Reproductive
SECTION 16 OTHER INFORMATION
N/D = Not determined, N/A= Not applicable
KEY TO THE H-CODES CONTAINED IN SECTION 3 OF THIS DOCUMENT(for information only):
H301:Toxic if swallowed; Acute Tox Oral, Cat 3
H302: Harmful if swallowed;Acute Tox Oral, Cat 4
Ec(onMobil
Product Name: MOBIL ATF D/M
Revision Date: 17 Mar 2015
Page 11 of 11
H304: May be fatal if swallowed and enters airways; Aspiration, Cat 1
H311: Toxic in contact with skin;Acute Tox Dermal, Cat 3
H314(1 B): Causes severe skin burns and eye damage; Skin Corr/Irritation, Cat 1B
H317: May cause allergic skin reaction; Skin Sensitization, Cat 1
H330(2): Fatal if inhaled;Acute Tox lnh, Cat 2
H331: Toxic if inhaled;Acute Tox Inh, Cat 3
H373: May cause damage to organs through prolonged or repeated exposure; Target Organ, Repeated, Cat 2
H400:Very toxic to aquatic life;Acute Env Tox, Cat 1
H410: Very toxic to aquatic life with long lasting effects; Chronic Env Tox, Cat 1
H413: May cause long lasting harmful effects to aquatic life; Chronic Env Tox, Cat 4
THIS SAFETY DATA SHEET CONTAINS THE FOLLOWING REVISIONS:
Updates made in accordance with implementation of GHS requirements.
The information and recommendations contained herein are, to the best of ExxonMobil's knowledge and belief, accurate
and reliable as of the date issued. You can contact ExxonMobil to insure that this document is the most current
available from ExxonMobil. The information and recommendations are offered for the user's consideration and
examination. It is the user's responsibility to satisfy itself that the product is suitable for the intended use. If buyer
repackages this product, it is the user's responsibility to insure proper health, safety and other necessary information is
included with and/or on the container. Appropriate warnings and safe-handling procedures should be provided to
handlers and users. Alteration of this document is strictly prohibited. Except to the extent required by law,
re-publication or retransmission of this document, in whole or in part, is not permitted. The term, "ExxonMobil" is used
for convenience, and may include any one or more of ExxonMobil Chemical Company, Exxon Mobil Corporation, or any
affiliates in which they directly or indirectly hold any interest.
Internal Use Only
MHC: OB, OB, 0, 0, 0, 0 PPEC: C
DGN: 7009565XUS (1017953)
Copyright 2002 Exxon Mobil Corporation, All rights reserved
P.R. 19592
11/22/16 aw
Exhibit "D"
P. R. 19592
11/22/16 aw
MATERIALS SUPPLY AGREEMENT
Purchase of Petroleum, Oil, and Lubricants
THIS AGREEMENT, made this the day of , 2017 by and between the
City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,
hereinafter called "OWNER" or "CITY", and Beaumont Freightliner , hereinafter called
"CONTRACTOR". WITNESSED: That for and in consideration of the payment terms,
conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The Contract shall be for one year from the start date on the Notice to Proceed, with the
option to renew for two additional one-year periods.
2. The CONTRACTOR will perform the work as delineated in the Scope of Work and
Specifications attached hereto.
3. During the term of this Contract, the CONTRACTOR will furnish at his own expense all
of the materials, supplies, tools, equipment, labor and other services necessary to
connection therewith, excepting those supplies specifically not required of
CONTRACTOR in the Specifications and Scope of Work.
4. The CONTRACTOR agrees to supply the materials described in the specifications and
contract documents as the primary vendor at the unit prices as stated below:
Description UOM
Chassis Grease $298.04 (120 lb. pails)
Diesel Exhaust Fluid $6.75 (2.5 gal. containers)
5. This is not an exclusive contract, and the CITY reserves the right to purchase these
materials from any of the vendors awarded this contract based firstly, on price and
secondly, on availability, according to the needs of the CITY.
6. The term"Contract Documents"means and includes the following:
1) Agreement
2) Invitation to Bid
3) Addenda
4) General Information
5) Specifications
6) Bid
7) Notice to Proceed
P. R. 19592
11/22/16 aw
7. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
8. IN WITNESS WHEREOF, the parties here to have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies, each of which shall be
deemed an original of the date first written above.
OWNER CONTRACTOR
BY: BY:
City Manager Beaumont Freightliner
Representative
P.R. 19592
11/22/16 aw
Exhibit "E"
•
DERRICK FREEMAN"PRINCE,MAYOR BRIAN MCDOUGAL
RAYMOND SCOTT,JR,MAYOR PRO TEM CITY MANAGER
COUNCIL MEMBERS: City of 4 SHERRI BELLARD,TRMC
CITY SECRETARY
TIFFANY HAMILTON
®/
MORRIS ALBRIGHT,III c� VAL TIZENO
KEITH RICHARD ort I r t h u— CITY ATTORNEY
WILLIE"BAE"LEWIS,JR
OSMAN SWATITexas
CHARLOTTE MOSES
KAPRINA RICHARDSON FRANK
SEPTEMBER 16, 2016
INVITATION TO BID
Petroleum Oil& Lubricants
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, October 5, 2016. (The clock located in the City Secretary's office will
be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, October 5,
2016 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: P16-064
DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid should be directed in writing to:
City of Port Arthur, TX
Clifton Williams, Senior Purchasing Assistant
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams(a�portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Shawna Tubbs,CPPO,CPPB
P.O.Box 10891444 4th Street' Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291
0 •
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in
a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING
DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal
arrives at the above location by specified deadline regardless of delivery method chosen by the firm.
Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Acting Purchasing Manager
Page 2 of 18
0 •
INVITATION TO BID
THE MOWING OF PRIVATELY-OWNED AND CITY-OWNED DEVELOPED
AND VACANT LOTS IN THE CITY OF PORT ARTHUR
(To be Completed ONLY IF YOU DO NOT BID.)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT
IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated
upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding the
reason(s). Your assistance in completing and returning this form in an envelope marked with the
enclosed bid would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yej No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service? /
Does your present work load permit additional work? i/
Comments/Other Suggestions:
Company Name:
4
_CU.I, frle(-- 41-/tAi-''---
Person Comleting Form: Telephone:
0-),/bp- (care �p9— 7 9C_ .z
Mailing Address: 17__.re,.,m il:
739 0 .-/' /o c arm ���
City, State,Zip Code: Date:
, Qc t / c,,-3 77 7C- /OA1/60
Page 3 of 18
• I
SUBMIT THE FOLLOWING
A. BID SHEET-PAGE 9.
B. NON-COLLUSION AFFIDAVIT- PAGE 10 (MUST BE NOTARIZED)
C. AFFIDAVIT-PAGE 11 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST PAGE 12-13. (SUBMIT IF THERE IS A
CONFLICT. IF YOU DO NOT SUBMIT THE FORM, THE BIDDER IS
STATING THERE IS NOT A CONFLICT).
Page 4 of 18
• i
SPECIFICATIONS FOR
PETROLEUM OILS AND LUBRICANTS
General Specifications:
This contract shall be in effect for a period of one (1) year. At the end of one (1) year the City may
renew this contract for two (2) additional one (1) year periods at the original contract bid amount.
There shall be no increase in price should an extension be granted. Any terms and conditions stated in
the original specifications shall apply to any extended periods.
Lubricant supplies shall be manufactured from virgin base stock and shall not contain re-refined
materials.
All supplies will be delivered in sealed drums or manufacturers sealed containers. All containers shall
be properly marked in accordance with applicable local, state, and federal regulations and certified that
the product meets specification.
Delivery time:
Orders for manufacturers sealed containers of products placed before 9:00 AM must be delivered by
3:00 PM of the same day. Order for sealed drums of products placed after 9:00 AM must be delivered
by 3:00 PM of the next business day. Sealed drums must be pumped into bulk storage tanks at the
time of delivery. The successful vendor will be required to shelve delivered packaged products
insuring that older stock is rotated for prompt distribution from the storeroom. Failure to meet this
specification shall constitute default and the City will reserve the right to terminate any contract.
Price information must be submitted on the bid submission sheet. Failure to use the bid submission
sheet may be cause for the rejection of your bid. All prices are F.O.B:103 H.O. Mills Boulevard, Port
Arthur, Texas 77640 and 320 Dallas Avenue, Port Arthur, Texas 77640.
The successful bidder will be required to make product warranty adjustments by 9:00 AM of the next
business day. Failure to meet this specification shall constitute default and the City will reserve the
right to terminate said contract.
All invoices and delivery tickets must clearly show purchase order number, quantity, item description,
unit and extended price.
Page 5 of 18
•
Anti-Freeze (Ethylene Glycol):
Must be a premixed 50/50 single phase, ethylene glycol based product free of nitrites and amines. This
product must be suitable for both automobile and heavy-duty diesel engines and must meet or exceed
ASTM D 3306 and ASTM D 4985 specifications. This product is equivalent to Texaco Startex
Antifreeze/Coolant Pre-Mixed 50/50. It will be purchased in one-gallon containers and 55-gallon
drums.
Anti-Freeze (Extended Life):
Must be a premixed 50/50 single phase, propylene glycol based product free of nitrites and amines.
This product must be suitable for both automobile and heavy-duty diesel engines with change intervals
up to 5-years/100,000 miles. This product is equivalent to Texaco Antifreeze/Coolant ETX-6280BPK
Pre-Mixed 50/50. It will be purchased in one-gallon containers and 55-gallon drums.
Automatic Transmission Fluid:
Must meet or exceed the requirements of General Motors Corporation for DEXRON II, Ford Motor
Company for MERCON (M2C 166), and Caterpillar TO-2 fluid. It will be purchased in quart
containers.
Chassis Grease:
Shall be oxidation resistant lithium soap based grease suitable for general automotive use.
Shall be designated as NLGI 2 and EP (extreme pressure).
It will be purchased in 120-pound pails and 14-ounce cartridges.
Engine oil SAE 15W40 Multi-grade:
Must be suitable for use in both gasoline and diesel engines.
Must meet or exceed the performance requirements of domestic gasoline and diesel manufacturers.
Must meet API classification CE, CD-II-SG, and SF.
Must meet or exceed Mil Spec MIL-L-2104E and MIL-I-46152D.
It will be purchased in quart containers.
Gear Oil SAE 80W90:
Must meet or exceed the requirements for API service GL-5.
Must meet or exceed Mil Spec MIL-L-2105C.
It will be purchased in 5-gallon pails.
Hydraulic Fluid (HYD 68 AW):
Shall be ISO 68 AW oil with anti-wear, rust and oxidation additives and a foam suppressant.
Shall have a CST viscosity of 62.0 at 40 degrees Celsius.
Shall have a pour point of-20 degrees Fahrenheit.
It will be purchased in 5-gallon pails.
Power Steering Fluid:
A multipurpose product that is approved for use in all GM, Chrysler, and Ford power steering systems.
This product is equivalent to Texaco Power Steering Fluid 11872.
It will be purchased in quart containers.
Diesel Exhaust Fluid:
Diesel Exhaust Fluid (DEF), as standardized in ISO 22241[1], is an Aqueous Urea Solution of with
32.5%high-purity urea(AUS 32) and 67.5%deionized water.
Page 6 of 18
•
Must meet or exceed the requirements for ASTM D7821 Standard Test Method for Field Test
Determination of Urea Concentration in Diesel Exhaust Fluid (DEF)
Must meet or exceed the requirements for ISO 22241-5:2012Diesel engines -NOx reduction agent
AUS32
It will be purchased in 2.5 gallon containers.
Transmission-Differential-Hydraulic Fluid:
A common fluid to lubricate the transmission, differential, and hydraulic systems of wheeled type
tractors. This product must be equivalent to Texaco TDH Oil Code 1893.
It will be purchased in five-gallon pails.
Transmission fluid for Transit:
This product must be equivalent to Shell Donax TX Transmission Fluid
NOTE: Bidders must submit Material Safety Data Sheets (MSDS) for all products with the bid
package.
Page 7 of 18
• •
Estimated Annual Usage
Anti-Freeze (Ethylene Glycol) one-gallon containers 600 gallons
Anti-Freeze (Extended Life) one-gallon containers 200 gallons
Automatic Transmission Fluid quart containers 1,600 quarts
Chassis Grease 120-pound pails 5 pails
Chassis Grease 14 ounce tubes 140 tubes
Engine oil SAE 15W40 Multi-grade quart containers 3,300 quarts
Engine oil SAE 80W90 5-gallon pails 10 pails
Hydraulic oil ISO 68AW 5-gallon pails 530 pails
Power Steering Fluid quart containers 36 quarts
Diesel Exhaust Fluid 2.5 gallon containers 1,440 containers
Transmission-Differential-Hydraulic (TDH) oil 5-gallon pails 20 pails
Transmission fluid for Transit 55-gallon drums 4 drums
Page 8of18
CITY OF PORT ARTHUR,TEXAS
BID SHEET
BID FOR: Petroleum Oil & Lubricants
BID DUE DATE: October 5, 2016
Bidders must bid in the Unit of Measure stated on Bid Sheet
DESCRIPTION UNIT OF MEASURE UNIT COST
Anti-Freeze(Ethylene Glycol) one-gallon containers $ '�•C1 0
Anti-Freeze(Extended Life) one-gallon containers $
Automatic Transmission Fluid quart containers $ 5� . 660
dC
Chassis Grease 120-pound pails $ U ,coi
Chassis Grease 14 ounce tubes $ e7f 6
1-1
Engine oil SAE 15W40 Multi-grade quart containers $ "1 9
9
Engine oil SAE 80W90 5-gallon pails $ 5.,
Hydraulic oil ISO 68AW 5-gallon pails $ 23,95
Power Steering Fluid quart containers $ 5,99
Diesel Exhaust Fluid 2.5 Gallon Containers $ 6/7
Transmission-Differential-Hydraulic(TDH) oil 5-gallon pails $ 31.195
Transmission fluid for Transit 55-gallon drums $ ii5RC.rK
* , r� ?IV/4w- -739 c Wiv S0c
COM NY N ME �� STREET ADDRESS
SIG ATURE OF BIDDDEER P.O. BOX
PRINT OR TYPE NAME ITY STAT ZIP
t*S/de, %14gS `/O9- 90- ze)-c)
TITLE AREA CODE TELEPHONE NO.
Odejj ,corP s/r s Co Qs7
AIL FAX NO.
Cef( a9_79/-. -2s-
Page 9 of 18
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS §
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for the
firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01,
et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor
communicated directly or indirectly the bid made to any competitor or any other person
engaged in the same line of business, nor has the signatory or anyone acting for the firm,
corporation or institution submitting a bid committed any other act of collusion related to the
development and submiss.• of this bid propo
Signature:
Printed Name:
Title: 0 .43 e �� :e8'
Company: _Cf4d(iA -0-7\t- (F149./^AV—
Date: > 6 /411,//,y ,/
SUBSCRIBED and sworn to before me by the above named ''OcCLDCOAQ- on this
the day of LrAf QC, 20 \a.
Wotary Public in an for the
State of Texas
. iqMy commission expires: a • ��
?.1Y PUe<�: NotaryRPub is StEN taate of AND
Commission Expires
September 16, 2019
Page 10of18
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further
agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay
said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become
due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they
become due.
Pr7,--4- -.1------ ' OH' ' ii r-
Firm NI -) Date
(
7.\--)-Pj1P‘ek_ _el--2.s2 r CzAf rk- ,/e S
Authoriz ignature Title
ire. 76— —Sic
Namelease print) Telephone
0-ebibLke-Ore- ti; S+rheatUrl'artirt
cp
Email
STATE: (��_ '`�
COUNTY: "� c Sly
SUBSCRIBED AND SWORN to before me by the above named ,2,._VXC._X.QUI
on this the 1 day of be-V/ , 20`4 .
1v�
ary Public
' (
otc
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
."'�Y�,P�j'', LAUREN ROWLAND
;,..QR. '' NotaryPubic State of Texas
�%�'' "_= Commission Expires
*�\ .y er 16, 2019
(5* September
Page 11 of 18
N i
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of
Port Arthur the required information specified in Bid or Proposal Specifications listed in this
Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING
EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE
THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list
shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to
perform in strict accordance with the specifications of the invitation. The City reserves the right to
accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the
City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations,
alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing
authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with
these specifications. The award shall be made to the responsive, responsible bidder who submits the
best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it
shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur and
whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the
Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal"
shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete
response to all requirements and questions as directed.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance
with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the
following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
Page 14 of 18
0 •
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty
service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made
by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing
Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit
any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be
rejected. It is the vendor's responsibility to check for any addendums that might have been issued
before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the
City of Port Arthur as its principal place of business must have an official business address (office
location and office personnel) in Port Arthur, the principal storage place or facility for the equipment
shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port
Arthur or such other definition or interpretation as is provided by state law. Contractors outside the
City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price
shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Equipment
Services or Transit,P.O. Box 1089, Port Arthur, Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the
goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment
Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days
from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Port Arthur, Texas,Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances,
rules, orders, regulations and codes of the federal, state and local governments relating to performance
of work herein.
Page 15 of 18
S
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other
officer, employee or agent of the City who exercises any functions or responsibilities in connection
with the planning and carrying out of the program, shall have any personal financial interest, direct or
indirect, in this Contract; and,the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits
the City from granting any license, privilege or paying money to any-one owing delinquent taxes,
paving assessments or any money to the City until such debts are paid or until satisfactory
arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included
as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood
and agreed that these quantities are approximate and any additional quantities will be paid for at the
quoted price. It is further understood that the contractor shall not have any claim against the City of
Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract
shall be read and enforced as though each were included herein. If, through mistake or otherwise, any
such provision is not inserted or is not correctly inserted the Contract shall be amended to make such
insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,
perform all work and furnish all supplies and materials, machinery, equipment, facilities and means,
except as herein otherwise expressly specified, necessary or proper to perform and complete all the
work required by this Contract, in accordance with the provisions of this Contract and said
specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a
detailed description concerning any point shall be regarded as meaning that only the best commercial
practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur
the option of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of the
successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or
national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate any of
the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to
Page 16 of 18
• S
terminate this contract by giving written notice to the Contractor of such termination and specifying
the effective date thereof, at least fifteen (15) days before the effective date of such termination.
Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages
sustained by the City by virtue of any breach of the contract by the Contractor, and the City may
withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount
of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the
City as provided herein, the Contractor will be paid for the service that it has performed up to the
termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph
hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying
material or service to the Contractor, or any sub-contractors for work under this contract, if this is
deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that
occurs as a result of his fault or negligence in connection with the work performed until completion
and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or
permit any sub-contractor to perform any work included in this Contract until he has received from the
City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of
Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase,
maintain and keep in force insurance that will protect against injury and/or damages which may arise
out of or result from operations under this contract, whether the operations be by himself or by any
subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose
acts any of them may be liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
Page 17 of 18
• S
3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired
vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person, $500,000
per occurrence for bodily injury and $100,000 per occurrence for property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information
required (including names of insurance agency, contractor and insurance companies, and policy
numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to
complete and make into valid certificates of insurance and pertaining to the above listed items, and
before commencing any of the work and within the time otherwise specified, Contractor shall file
completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect
except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a
provision that coverage afforded under the policies will not be altered, modified or canceled unless at
least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall
also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for
all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE
OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten
(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of
the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within
such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available
Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the
contractor.
Page 18 of 18
P. R. 19592
11/22/16 aw
Exhibit "E"
P.R. 19592
11/22/16 aw
MATERIALS SUPPLY AGREEMENT
Purchase of Petroleum, Oil, and Lubricants
THIS AGREEMENT,made this the day of , 2017 by and between the
City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,
hereinafter called "OWNER" or"CITY", and Sun Coast Resources, Inc. , hereinafter called
"CONTRACTOR". WITNESSED: That for and in consideration of the payment terms,
conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The Contract shall be for one year from the start date on the Notice to Proceed,with the
option to renew for two additional one-year periods.
2. The CONTRACTOR will perform the work as delineated in the Scope of Work and
Specifications attached hereto.
3. During the term of this Contract, the CONTRACTOR will furnish at his own expense all
of the materials, supplies,tools, equipment, labor and other services necessary to
connection therewith, excepting those supplies specifically not required of
CONTRACTOR in the Specifications and Scope of Work.
4. The CONTRACTOR agrees to supply the materials described in the specifications and
contract documents as the primary vendor at the unit prices as stated below:
Description UOM
SAE 15W40 $3.31 (qt. containers)
Multi-grade
Engine Oil
5. This is not an exclusive contract, and the CITY reserves the right to purchase these
materials from any of the vendors awarded this contract based firstly, on price and
secondly, on availability, according to the needs of the CITY.
6. The term"Contract Documents"means and includes the following:
1) Agreement
2) Invitation to Bid
3) Addenda
4) General Information
5) Specifications
6) Bid
7) Notice to Proceed
P.R. 19592
11/22/16 aw
7. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
8. IN WITNESS WHEREOF, the parties here to have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies, each of which shall be
deemed an original of the date first written above.
OWNER CONTRACTOR
BY: BY:
City Manager Sun Coast Resources, Inc.
Representative
DERRICK FREEMAN"PRINCE,MAYOR \ IV/ BRIAN MCDOUGAL
RAYMOND SCOTT,JR,MAYOR PRO TEM •` CITY MANAGER
COUNCIL MEMBERS: City of C'ty SHERRI BELLARD,TRMC
) CITY SECRETARY
TIFFANY HAMILTON
MORRIS ALBRIGHT,IH _ VAL TIZENO
KEITH RICHARD *1141 -.°
h u r CITY ATTORNEY
WILLIE"BAE"LEWIS,JR.
OSMAN SWATI Texas
CHARLOTTE MOSES
KAPRINA RICHARDSON FRANK
SEPTEMBER 16, 2016
INVITATION TO BID
Petroleum Oil&Lubricants
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, October 5, 2016. (The clock located in the City Secretary's office will
be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, October 5,
2016 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE:P16-064
DELIVERY ADDRESS: Please submit one(1) original and one(1) copy of your bid to:,
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR,TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid should be directed in writing to:
City of Port Arthur, TX
Clifton Williams, Senior Purchasing Assistant
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams(4ortarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Shawna Tubbs,CPPO,CPPB
P.O.Box 1089 I 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in
a sealed envelope,with the Vendor's name and address in the upper left-hand corner of the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING
DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal
arrives at the above location by specified deadline regardless of delivery method chosen by the firm.
Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Acting Purchasing Manager
Page 2 of 18
INVITATION TO BID
THE MOWING OF PRIVATELY-OWNED AND CITY-OWNED DEVELOPED
AND VACANT LOTS IN THE CITY OF PORT ARTHUR
(To be Completed ONLY IF YOU DO NOT BID.)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT
IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated
upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding the
reason(s). Your assistance in completing and returning this form in an envelope marked with the
enclosed bid would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
Page 3 of 18
SUBMIT THE FOLLOWING
A. BID SHEET-PAGE 9.
B. NON-COLLUSION AFFIDAVIT- PAGE 10 (MUST BE NOTARIZED)
C. AFFIDAVIT- PAGE 11 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST PAGE 12-13. (SUBMIT IF THERE IS A
CONFLICT. IF YOU DO NOT SUBMIT THE FORM, THE BIDDER IS
STATING THERE IS NOT A CONFLICT).
Page 4 of 18
SPECIFICATIONS FOR
PETROLEUM OILS AND LUBRICANTS
General Specifications:
This contract shall be in effect for a period of one (1) year. At the end of one (1) year the City may
renew this contract for two (2) additional one (1) year periods at the original contract bid amount.
There shall be no increase in price should an extension be granted. Any terms and conditions stated in
the original specifications shall apply to any extended periods.
Lubricant supplies shall be manufactured from virgin base stock and shall not contain re-refined
materials.
All supplies will be delivered in sealed drums or manufacturers sealed containers. All containers shall
be properly marked in accordance with applicable local, state, and federal regulations and certified that
the product meets specification.
Delivery time:
Orders for manufacturers sealed containers of products placed before 9:00 AM must be delivered by
3:00 PM of the same day. Order for sealed drums of products placed after 9:00 AM must be delivered
by 3:00 PM of the next business day. Sealed drums must be pumped into bulk storage tanks at the
time of delivery. The successful vendor will be required to shelve delivered packaged products
insuring that older stock is rotated for prompt distribution from the storeroom. Failure to meet this
specification shall constitute default and the City will reserve the right to terminate any contract.
Price information must be submitted on the bid submission sheet. Failure to use the bid submission
sheet may be cause for the rejection of your bid. All prices are F.O.B:103 H.O. Mills Boulevard, Port
Arthur, Texas 77640 and 320 Dallas Avenue, Port Arthur,Texas 77640.
The successful bidder will be required to make product warranty adjustments by 9:00 AM of the next
business day. Failure to meet this specification shall constitute default and the City will reserve the
right to terminate said contract.
All invoices and delivery tickets must clearly show purchase order number, quantity, item description,
unit and extended price.
Page 5 of 18
Anti-Freeze (Ethylene Glycol):
Must be a premixed 50/50 single phase, ethylene glycol based product free of nitrites and amines. This
product must be suitable for both automobile and heavy-duty diesel engines and must meet or exceed
ASTM D 3306 and ASTM D 4985 specifications. This product is equivalent to Texaco Startex
Antifreeze/Coolant Pre-Mixed 50/50. It will be purchased in one-gallon containers and 55-gallon
drums.
Anti-Freeze (Extended Life):
Must be a premixed 50/50 single phase, propylene glycol based product free of nitrites and amines.
This product must be suitable for both automobile and heavy-duty diesel engines with change intervals
up to 5-years/100,000 miles. This product is equivalent to Texaco Antifreeze/Coolant ETX-6280BPK
Pre-Mixed 50/50. It will be purchased in one-gallon containers and 55-gallon drums.
Automatic Transmission Fluid:
Must meet or exceed the requirements of General Motors Corporation for DEXRON II, Ford Motor
Company for MERCON (M2C166), and Caterpillar TO-2 fluid. It will be purchased in quart
containers.
Chassis Grease:
Shall be oxidation resistant lithium soap based grease suitable for general automotive use.
Shall be designated as NLGI 2 and EP (extreme pressure).
It will be purchased in 120-pound pails and 14-ounce cartridges.
Engine oil SAE 15W40 Multi-grade:
Must be suitable for use in both gasoline and diesel engines.
Must meet or exceed the performance requirements of domestic gasoline and diesel manufacturers.
Must meet API classification CE, CD-II-SG, and SF.
Must meet or exceed Mil Spec MIL-L-2104E and MIL-1-46152D.
It will be purchased in quart containers.
Gear Oil SAE 80W90:
Must meet or exceed the requirements for API service GL-5.
Must meet or exceed Mil Spec MIL-L-2105C.
It will be purchased in 5-gallon pails.
Hydraulic Fluid (HYD 68 AW):
Shall be ISO 68 AW oil with anti-wear, rust and oxidation additives and a foam suppressant.
Shall have a CST viscosity of 62.0 at 40 degrees Celsius.
Shall have a pour point of-20 degrees Fahrenheit.
It will be purchased in 5-gallon pails.
Power Steering Fluid:
A multipurpose product that is approved for use in all GM, Chrysler, and Ford power steering systems.
This product is equivalent to Texaco Power Steering Fluid 11872.
It will be purchased in quart containers.
Diesel Exhaust Fluid:
Diesel Exhaust Fluid(DEF), as standardized in ISO 22241[1], is an Aqueous Urea Solution of with
32.5%high-purity urea(AUS 32) and 67.5% deionized water.
Page 6 of 18
Must meet or exceed the requirements for ASTM D7821 Standard Test Method for Field Test
Determination of Urea Concentration in Diesel Exhaust Fluid(DEF)
Must meet or exceed the requirements for ISO 22241-5:2012Diesel engines-NOx reduction agent
AUS32
It will be purchased in 2.5 gallon containers.
Transmission-Differential-Hydraulic Fluid:
A common fluid to lubricate the transmission, differential, and hydraulic systems of wheeled type
tractors. This product must be equivalent to Texaco TDH Oil Code 1893.
It will be purchased in five-gallon pails.
Transmission fluid for Transit:
This product must be equivalent to Shell Donax TX Transmission Fluid
NOTE: Bidders must submit Material Safety Data Sheets (MSDS) for all products with the bid
package.
Page 7 of 18
Estimated Annual Usage
Anti-Freeze(Ethylene Glycol) one-gallon containers 600 gallons
Anti-Freeze(Extended Life) one-gallon containers 200 gallons
Automatic Transmission Fluid quart containers 1,600 quarts
Chassis Grease 120-pound pails 5 pails
Chassis Grease 14 ounce tubes 140 tubes
Engine oil SAE 15W40 Multi-grade quart containers 3,300 quarts
Engine oil SAE 80W90 5-gallon pails 10 pails
Hydraulic oil ISO 68AW 5-gallon pails 530 pails
Power Steering Fluid quart containers 36 quarts
Diesel Exhaust Fluid 2.5 gallon containers 1,440 containers
Transmission-Differential-Hydraulic (TDH) oil 5-gallon pails 20 pails
Transmission fluid for Transit 55-gallon drums 4 drums
Page 8 of 18
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Petroleum Oil & Lubricants
BID DUE DATE: October 5, 2016
Bidders must bid in the Unit of Measure stated on Bid Sheet
DESCRIPTION UNIT OF MEASURE UNIT COST
Anti-Freeze (Ethylene Glycol) one-gallon containers $ 5.72 per gal. -Chv. Cony. 50/50
Anti-Freeze (Extended Life) one-gallon containers $8.02 per gal. -Chv. Delo ELC50/50
Automatic Transmission Fluid quart containers $4.15 per qt. -Chv.ATF MD-3
Chassis Grease 120-pound pails $ 268.30 keg-Chv. Starplex
Chassis Grease 14 ounce tubes $2.33 tube-Chv. Starplex
Engine oil SAE 15W40 Multi-grade quart containers $3.31gt-Chv. Delo LE SAE 15w40
Engine oil SAE 80W90 5-gallon pails $ 80.50 pail-Chv. MG EP-5 80w90
Hydraulic oil ISO 68AW 5-gallon pails $60.00 pail-Chv. HD 68
Power Steering Fluid quart containers $5.00 qt-Chv. Havoline Pwr Steering
Fld.
Diesel Exhaust Fluid 2.5 Gallon Containers $ 15.00 container-Blue DEF
Transmission-Differential-Hydraulic (TDH) oil 5-gallon pails $ 60.00 pail-Chev. 1000 THF
Transmission fluid for Transit 55-gallon drums $ 1815.00 Drum-BP Autran SYN 295
*Any orders under 200 gallons will be charged a$50.00 Delivery Fee & Prices exclude applicable taxes.*
SU C AST RESOURCES, IF. 6405 CAVALCADE BUILDING 1
CO PANY NA E // STREET ADDRESS
Al -i` _( `,/ PO BOX 202603, DALLAS ,TX 75320
SIG - ' U''"OF BIDDER P.O. BOX
LISA SMITH HOUSTON TX 77026
PRINT OR TYPE NAME CITY STATE ZIP
CORPORATE SECRETARY 713-429-6702
TITLE AREA CODE TELEPHONE NO.
NATIONAL(c�SUNCOASTRESOURCES.COM 713-429-8409
EMAIL FAX NO.
Page 9 of 18
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
§
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for the
firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01,
et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor
communicated directly or indirectly the bid made to any competitor or any other person
engaged in the same line of business, nor has the signatory or anyone acting for the firm,
corporation or institution submitting a bid committed any other act of collusion related to the
development and su:mission of this bid proposal.
/ r
Signature: 1
/ - L / ‘.,_
Printed Name: Lisa L. Smith
Title: Corporate Secretary
Company: Sun Coast Resources, Inc.
Date: 9/27/2016
SUBSCRIBED and sworn to before me by the above named Lisa L. Smith 1 on this
the 27th day of September , 20 16 .
. 1 ' ikti Ot,Ap.,4
�'"r",V;o.,, COURTNEY COLETTE DAVIS Notary Pu • in and for the ` /
??o;• •Gn=Notary Public, State of Texas State of Texas
•':f"+..'� Comm.Expires 10-26-2016
� o````,'� Notary ID 129181534 '� �,,y,/ f1
„���"„` My commission expires:`.1C ttJ( 9U7 ► a\0'( (12
Page 10 of 18
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further
agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay
said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become
due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they
become due.
Sun Coast Resources, Inc. 9/27/2016
Fir ame 1 Date
, Corporate Secretary
Au orized Sig rl ture Title
Lisa L. Smith (713) 429-6702
Name(please print) Telephone
national@suncoastresources.com
Email
STATE: Texas
COUNTY: Harris
SUBSCRIBED AND SWORN to before me by the above named Lisa L. Smith
on this the 27th day of September , 0 16 .
•11%, Writ
.. "4"4,'•. COURTNEY COLETTE DAVIS
�� `e�ys Notary Pu
=+1'.4 . Notory Public,State of Texas
ry i,,:Comm.Expires 10-26-2016
an,,,,.%% Notafy ID 129181534
1 FIDAVIT AS PART OF THE BID PROPOSAL
Page 11 of 18
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
11 Name of vendor who has a business relationship with local governmental entity.
Jn
I I Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
' completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
• Name of local government officer about whom the information is being disclosed.
Name of Officer
J Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes n No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
n Yes n No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
J
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htmfLG.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):'Business relationship-means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity;or
(B) submits to the local governmental entity an application,response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer.described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Page 13 of 18
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of
Port Arthur the required information specified in Bid or Proposal Specifications listed in this
Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING
EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE
THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list
shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to
perform in strict accordance with the specifications of the invitation. The City reserves the right to
accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the
City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations,
alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing
authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with
these specifications. The award shall be made to the responsive, responsible bidder who submits the
best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it
shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur and
whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the
Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal"
shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete
response to all requirements and questions as directed.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance
with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the
following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
Page 14 of 18
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty
service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made
by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing
Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit
any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be
rejected. It is the vendor's responsibility to check for any addendums that might have been issued
before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the
City of Port Arthur as its principal place of business must have an official business address (office
location and office personnel) in Port Arthur, the principal storage place or facility for the equipment
shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port
Arthur or such other definition or interpretation as is provided by state law. Contractors outside the
City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price
shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Equipment
Services or Transit,P.O. Box 1089, Port Arthur,Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the
goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment
Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days
from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax;therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Port Arthur, Texas,Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances,
rules, orders, regulations and codes of the federal, state and local governments relating to performance
of work herein.
Page 15 of 18
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other
officer, employee or agent of the City who exercises any functions or responsibilities in connection
with the planning and carrying out of the program, shall have any personal financial interest, direct or
indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits
the City from granting any license, privilege or paying money to any-one owing delinquent taxes,
paving assessments or any money to the City until such debts are paid or until satisfactory
arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included
as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood
and agreed that these quantities are approximate and any additional quantities will be paid for at the
quoted price. It is further understood that the contractor shall not have any claim against the City of
Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur,TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract
shall be read and enforced as though each were included herein. If, through mistake or otherwise, any
such provision is not inserted or is not correctly inserted the Contract shall be amended to make such
insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,
perform all work and furnish all supplies and materials, machinery, equipment, facilities and means,
except as herein otherwise expressly specified, necessary or proper to perform and complete all the
work required by this Contract, in accordance with the provisions of this Contract and said
specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a
detailed description concerning any point shall be regarded as meaning that only the best commercial
practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur
the option of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of the
successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or
national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate any of
the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to
Page 16 of 18
terminate this contract by giving written notice to the Contractor of such termination and specifying
the effective date thereof, at least fifteen (15) days before the effective date of such termination.
Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages
sustained by the City by virtue of any breach of the contract by the Contractor, and the City may
withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount
of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the
City as provided herein, the Contractor will be paid for the service that it has performed up to the
termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph
hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying
material or service to the Contractor, or any sub-contractors for work under this contract, if this is
deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that
occurs as a result of his fault or negligence in connection with the work performed until completion
and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or
permit any sub-contractor to perform any work included in this Contract until he has received from the
City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of
Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase,
maintain and keep in force insurance that will protect against injury and/or damages which may arise
out of or result from operations under this contract, whether the operations be by himself or by any
subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose
acts any of them may be liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
Page 17 of 18
3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired
vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person, $500,000
per occurrence for bodily injury and$100,000 per occurrence for property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information
required (including names of insurance agency, contractor and insurance companies, and policy
numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to
complete and make into valid certificates of insurance and pertaining to the above listed items, and
before commencing any of the work and within the time otherwise specified, Contractor shall file
completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect
except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a
provision that coverage afforded under the policies will not be altered, modified or canceled unless at
least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall
also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for
all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE
OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten
(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of
the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within
such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available
Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the
contractor.
Page 18 of 18
Safety Data Sheet Chevron
SECTION 1 PRODUCT AND COMPANY IDENTIFICATION
Delo 400 LE SAE 15W-40
Product Use: Diesel Engine Oil
Product Number(s): 222220
Company Identification
Chevron Canada Limited
1050 West Pender
Vancouver, BC V6E 3T4
Canada
www.chevronlubricants.com
Transportation Emergency Response
CHEMTREC: (800)424-9300 or(703) 527-3887
Health Emergency
Chevron Emergency Information Center: Located in the USA. International collect calls accepted. (800)
231-0623 or(510)231-0623
Product Information
email : lubemsds@chevron.com
Product Information: (800) LUBE TEK
SECTION 2 HAZARDS IDENTIFICATION
CLASSIFICATION: Not classified as hazardous according to Canada regulatory guidelines.
SECTION 3 COMPOSITION/ INFORMATION ON INGREDIENTS
COMPONENTS CAS NUMBER AMOUNT
Highly refined mineral oil (C15 - C50) _ Mixture 70 - 99 %weight
Zinc alkyl dithiophosphate 68649-42-3 0.1 - < 2.5 %weight
Information on ingredients that are considered Controlled Products and/or that appear on the WHMIS
Revision Number: 5 1 of 8 Delo 400 LE SAE 15W-40
Revision Date: JUNE 18, 2015 SDS : 17109
Ingredient Disclosure List(IDL) is provided as required by the Canadian Hazardous Products Act(HPA,
Sections 13 and 14). Ingredients considered hazardous under the OSHA Hazard Communication
Standard, 29 CFR 1910.1200, are also listed. See Section 15 for additional regulatory information.
SECTION 4 FIRST AID MEASURES
Description of first aid measures
Eye: No specific first aid measures are required. As a precaution, remove contact lenses, if worn, and
flush eyes with water.
Skin: No specific first aid measures are required. As a precaution, remove clothing and shoes if
contaminated. To remove the material from skin, use soap and water. Discard contaminated clothing and
shoes or thoroughly clean before reuse.
Ingestion: No specific first aid measures are required. Do not induce vomiting. As a precaution, get
medical advice.
Inhalation: No specific first aid measures are required. If exposed to excessive levels of material in the air,
move the exposed person to fresh air. Get medical attention if coughing or respiratory discomfort occurs.
Most important symptoms and effects, both acute and delayed
IMMEDIATE HEALTH EFFECTS
Eye: Not expected to cause prolonged or significant eye irritation.
Skin: Contact with the skin is not expected to cause prolonged or significant irritation. Contact with the skin
is not expected to cause an allergic skin response. Not expected to be harmful to internal organs if
absorbed through the skin.
Ingestion: Not expected to be harmful if swallowed.
Inhalation: Not expected to be harmful if inhaled. Contains a petroleum-based mineral oil. May cause
respiratory irritation or other pulmonary effects following prolonged or repeated inhalation of oil mist at
airborne levels above the recommended mineral oil mist exposure limit. Symptoms of respiratory irritation
may include coughing and difficulty breathing.
Indication of any immediate medical attention and special treatment needed Not Applicable
SECTION 5 FIRE FIGHTING MEASURES
EXTINGUISHING MEDIA: Use water fog, foam, dry chemical or carbon dioxide (CO2)to extinguish flames.
PROTECTION OF FIRE FIGHTERS:
Fire Fighting Instructions: This material will burn although it is not easily ignited. See Section 7 for proper
handling and storage. For fires involving this material, do not enter any enclosed or confined fire space
without proper protective equipment, including self-contained breathing apparatus.
Combustion Products: Highly dependent on combustion conditions. A complex mixture of airborne
solids, liquids, and gases including carbon monoxide, carbon dioxide, and unidentified organic compounds
will be evolved when this material undergoes combustion.
Revision Number: 5 2 of 8 Delo 400 LE SAE 15W-40
Revision Date: JUNE 18,2015 SDS : 17109
SECTION 6 ACCIDENTAL RELEASE MEASURES
Protective Measures: Eliminate all sources of ignition in vicinity of spilled material.
Spill Management: Stop the source of the release if you can do it without risk. Contain release to prevent
further contamination of soil, surface water or groundwater. Clean up spill as soon as possible, observing
precautions in Exposure Controls/Personal Protection. Use appropriate techniques such as applying
non-combustible absorbent materials or pumping. Where feasible and appropriate, remove contaminated
soil. Place contaminated materials in disposable containers and dispose of in a manner consistent with
applicable regulations.
Reporting: Report spills to local authorities as appropriate or required.
SECTION 7 HANDLING AND STORAGE
General Handling Information: Avoid contaminating soil or releasing this material into sewage and
drainage systems and bodies of water.
Precautionary Measures: Keep out of the reach of children.
Static Hazard: Electrostatic charge may accumulate and create a hazardous condition when handling this
material. To minimize this hazard, bonding and grounding may be necessary but may not, by themselves,
be sufficient. Review all operations which have the potential of generating and accumulating an electrostatic
charge and/or a flammable atmosphere (including tank and container filling, splash filling, tank cleaning,
sampling, gauging, switch loading, filtering, mixing, agitation, and vacuum truck operations)and use
appropriate mitigating procedures.
Container Warnings: Container is not designed to contain pressure. Do not use pressure to empty
container or it may rupture with explosive force. Empty containers retain product residue (solid, liquid,
and/or vapor)and can be dangerous. Do not pressurize, cut, weld, braze, solder, drill, grind, or expose
such containers to heat, flame, sparks, static electricity, or other sources of ignition. They may explode and
cause injury or death. Empty containers should be completely drained, properly closed, and promptly
returned to a drum reconditioner or disposed of properly.
SECTION 8 EXPOSURE CONTROLS/PERSONAL PROTECTION
GENERAL CONSIDERATIONS:
Consider the potential hazards of this material (see Section 2), applicable exposure limits,job activities, and
other substances in the work place when designing engineering controls and selecting personal protective
equipment. If engineering controls or work practices are not adequate to prevent exposure to harmful
levels of this material, the personal protective equipment listed below is recommended. The user should
read and understand all instructions and limitations supplied with the equipment since protection is usually
provided for a limited time or under certain circumstances.
ENGINEERING CONTROLS:
Use in a well-ventilated area.
PERSONAL PROTECTIVE EQUIPMENT
Eye/Face Protection: No special eye protection is normally required. Where splashing is possible, wear
safety glasses with side shields as a good safety practice.
Skin Protection: No special protective clothing is normally required. Where splashing is possible, select
protective clothing depending on operations conducted, physical requirements and other substances in the
workplace. Suggested materials for protective gloves include: 4H (PE/EVAL), Nitrile Rubber, Silver Shield,
Viton.
Respiratory Protection: No respiratory protection is normally required.
Revision Number: 5 3 of 8 Delo 400 LE SAE 15W-40
Revision Date: JUNE 18,2015 SDS : 17109
If user operations generate an oil mist, determine if airborne concentrations are below the occupational
exposure limit for mineral oil mist. If not, wear an approved respirator that provides adequate protection
from the measured concentrations of this material. For air-purifying respirators use a particulate cartridge.
Use a positive pressure air-supplying respirator in circumstances where air-purifying respirators may not
provide adequate protection.
Occupational Exposure Limits:
Component Country/ TWA STEL Ceiling Notation
Agency
Highly refined mineral oil (C15- ACGIH 5 mg/m3 10 mg/m3 -- --
050)
NOTE ON OCCUPATIONAL EXPOSURE LIMITS: Consult local authorities for acceptable provincial
values in Canada. Consult the Canadian Standards Association Standard 94.4-2002 Selection, Use and
Care of Respirators.
SECTION 9 PHYSICAL AND CHEMICAL PROPERTIES
Attention: the data below are typical values and do not constitute a specification.
Color: Brown
Physical State: Liquid
Odor: Petroleum odor
Odor Threshold: No data available
pH: Not Applicable
Vapor Pressure: <0.01 mmHg @ 37.8 °C (100 °F)
Vapor Density (Air= 1): >1
Initial Boiling Point: 315°C (599°F)
Solubility: Soluble in hydrocarbons; insoluble in water
Freezing Point: Not Applicable
Melting Point: Not Applicable
Specific Gravity: 0.87- 0.9 @ 15.6°C (60.1°F)/ 15.6°C (60.1°F)
Density: 0.8806 kg/I @ 15°C (59°F) (Typical)
Viscosity: 14.6 mm2/s @ 100°C (212°F) (Typical)
Evaporation Rate: No data available
Decomposition temperature: No data available
Octanol/Water Partition Coefficient: No data available
FLAMMABLE PROPERTIES:
Flammability (solid, gas): No Data Available
Flashpoint: (Cleveland Open Cup) 204 °C (399 °F) Minimum
Autoignition: No data available
Flammability (Explosive) Limits (% by volume in air): Lower: Not Applicable Upper: Not Applicable
SECTION 10 STABILITY AND REACTIVITY
Reactivity: May react with strong acids or strong oxidizing agents, such as chlorates, nitrates, peroxides,
etc.
Chemical Stability: This material is considered stable under normal ambient and anticipated storage and
handling conditions of temperature and pressure.
Revision Number: 5 4 of 8 Delo 400 LE SAE 15W-40
Revision Date: JUNE 18,2015 SDS : 17109
Incompatibility With Other Materials: Not applicable
Hazardous Decomposition Products: None known (None expected)
Hazardous Polymerization: Hazardous polymerization will not occur.
Sensitivity to Mechanical Impact: No.
SECTION 11 TOXICOLOGICAL INFORMATION
Information on toxicological effects
Serious Eye Damage/Irritation: The eye irritation hazard is based on evaluation of data for product
components.
Skin Corrosion/Irritation: The skin irritation hazard is based on evaluation of data for product
components.
Skin Sensitization: The skin sensitization hazard is based on evaluation of data for product components.
Acute Dermal Toxicity: The acute dermal toxicity hazard is based on evaluation of data for product
components.
Acute Oral Toxicity: The acute oral toxicity hazard is based on evaluation of data for product components.
Acute Inhalation Toxicity: The acute inhalation toxicity hazard is based on evaluation of data for product
components.
Acute Toxicity Estimate: Not Determined
Germ Cell Mutagenicity: The hazard evaluation is based on data for components or a similar material.
Carcinogenicity: The hazard evaluation is based on data for components or a similar material.
Reproductive Toxicity: The hazard evaluation is based on data for components or a similar material.
Specific Target Organ Toxicity -Single Exposure: The hazard evaluation is based on data for
components or a similar material.
Specific Target Organ Toxicity - Repeated Exposure: The hazard evaluation is based on data for
components or a similar material.
ADDITIONAL TOXICOLOGY INFORMATION:
During use in engines, contamination of oil with low levels of cancer-causing combustion products occurs.
Used motor oils have been shown to cause skin cancer in mice following repeated application and
continuous exposure. Brief or intermittent skin contact with used motor oil is not expected to have serious
effects in humans if the oil is thoroughly removed by washing with soap and water.
This product contains petroleum base oils which may be refined by various processes including severe
solvent extraction, severe hydrocracking, or severe hydrotreating. None of the oils requires a cancer
warning under the OSHA Hazard Communication Standard (29 CFR 1910.1200). These oils have not been
listed in the National Toxicology Program (NTP)Annual Report nor have they been classified by the
International Agency for Research on Cancer(IARC) as; carcinogenic to humans (Group 1), probably
carcinogenic to humans (Group 2A), or possibly carcinogenic to humans (Group 2B).
These oils have not been classified by the American Conference of Governmental Industrial Hygienists
(ACGIH) as: confirmed human carcinogen (A1), suspected human carcinogen (A2), or confirmed animal
carcinogen with unknown relevance to humans (A3).
Revision Number: 5 5 of 8 Delo 400 LE SAE 15W-40
Revision Date: JUNE 18,2015 SDS : 17109
SECTION 12 ECOLOGICAL INFORMATION
ECOTOXICITY
This material is not expected to be harmful to aquatic organisms.
The product has not been tested. The statement has been derived from the properties of the individual
components.
MOBILITY
No data available.
PERSISTENCE AND DEGRADABILITY
This material is not expected to be readily biodegradable. The biodegradability of this material is based on
an evaluation of data for the components or a similar material.
The product has not been tested. The statement has been derived from the properties of the individual
components.
POTENTIAL TO BIOACCUMULATE
Bioconcentration Factor: No data available.
Octanol/Water Partition Coefficient: No data available
SECTION 13 DISPOSAL CONSIDERATIONS
Use material for its intended purpose or recycle if possible. Oil collection services are available for used oil
recycling or disposal. Place contaminated materials in containers and dispose of in a manner consistent
with applicable regulations. Contact your sales representative or local environmental or health authorities
for approved disposal or recycling methods. (See B.C. Reg. GY/92 Waste Management Act; R.R.O. 1990,
Reg. 347 General-Waste Management; C.C.SM.c. W40 The Waste Reduction and Prevention Act; N.S.
Reg. 51/95 and N.S. Reg. 179/96 for examples of Provincial legislation.)
SECTION 14 TRANSPORT INFORMATION
The description shown may not apply to all shipping situations. Consult 49CFR, or appropriate Dangerous
Goods Regulations, for additional description requirements (e.g., technical name)and mode-specific or
quantity-specific shipping requirements.
TC Shipping Description: NOT REGULATED AS DANGEROUS GOODS FOR TRANSPORTATION
UNDER TDG REGULATIONS
IMO/IMDG Shipping Description: PETROLEUM LUBRICATING OIL; NOT REGULATED AS
DANGEROUS GOODS FOR TRANSPORT UNDER THE IMDG CODE
ICAO/IATA Shipping Description: PETROLEUM LUBRICATING OIL; NOT REGULATED AS
DANGEROUS GOODS FOR TRANSPORT UNDER ICAO TI OR IATA DGR
DOT Shipping Description: PETROLEUM LUBRICATING OIL, NOT REGULATED AS A HAZARDOUS
MATERIAL FOR TRANSPORTATION UNDER 49 CFR
SECTION 15 REGULATORY INFORMATION
REGULATORY LISTS SEARCHED:
Revision Number: 5 6 of 8 Delo 400 LE SAE 15W-40
Revision Date: JUNE 18, 2015 SDS : 17109
01-1=IARC Group 1 03=EPCRA 313
01-2A=IARC Group 2A 04=CA Proposition 65
01-2B=IARC Group 2B 05=MA RTK
02=NTP Carcinogen 06=NJ RTK
07=PA RTK
No components of this material were found on the regulatory lists above.
CHEMICAL INVENTORIES:
All components comply with the following chemical inventory requirements: AICS (Australia), DSL
(Canada), KECI (Korea), PICCS (Philippines), TSCA (United States).
One or more components has been notified but may not be listed in the following chemical inventories:
IECSC (China). Secondary notification may be required.
One or more components is listed on ELINCS (European Union). Secondary notification by the importer
may be required. All other components are listed or exempted from listing on EINECS.
One or more components does not comply with the following chemical inventory requirements: ENCS
(Japan).
SECTION 16 OTHER INFORMATION
REVISION STATEMENT: This revision updates the following sections of this Material Safety Data Sheet:
1-16
Revision Date: JUNE 18, 2015
ABBREVIATIONS THAT MAY HAVE BEEN USED IN THIS DOCUMENT:
TLV - Threshold Limit Value TWA - Time Weighted Average
STEL - Short-term Exposure Limit PEL - Permissible Exposure Limit
GHS - Globally Harmonized System CAS - Chemical Abstract Service Number
ACGIH - American Conference of Governmental IMO/IMDG - International Maritime Dangerous Goods
Industrial Hygienists Code
API - American Petroleum Institute SDS - Safety Data Sheet
HMIS - Hazardous Materials Information System NFPA - National Fire Protection Association (USA)
DOT - Department of Transportation (USA) NTP - National Toxicology Program (USA)
IARC - International Agency for Research on OSHA - Occupational Safety and Health Administration
Cancer
NCEL - New Chemical Exposure Limit EPA - Environmental Protection Agency
SCBA - Self-Contained Breathing Apparatus
The above information is based on the data of which we are aware and is believed to be correct
as of the date hereof. Since this information may be applied under conditions beyond our
control and with which we may be unfamiliar and since data made available subsequent to the
date hereof may suggest modifications of the information, we do not assume any responsibility
Revision Number: 5 7 of 8 Delo 400 LE SAE 15W-40
Revision Date: JUNE 18,2015 SDS : 17109
Ifor the results of its use. This information is furnished upon condition that the person receiving
it shall make his own determination of the suitability of the material for his particular purpose.
Revision Number: 5 8 of 8 Delo 400 LE SAE 15W-40
Revision Date: JUNE 18,2015 SDS : 17109