St. Clair County Road Commission Specifications Diesel Fuels

Similar documents
PROPOSAL FORM 2014 FUEL BID

KENDALL COUNTY HIGHWAY DEPARTMENT

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR

SOUTH AFRICAN NATIONAL STANDARD

ISBN SANS 342:2006 Edition 4 SOUTH AFRICAN NATIONAL STANDARD Automotive diesel fuel Published by Standards South Africa 1 dr lategan roa

INVITATION TO BID FUEL PRODUCTS

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

INVITATION TO BID. January 10, 2018

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

Heartland Pipeline. Heartland Pipeline Company Product Specifications. Effective Date: 10/1/2015

FEDERAL SPECIFICATION ETHER, PETROLEUM; TECHNICAL GRADE. 1.1 Scope. This specification covers technical grade petroleum ether to be used as a solvent.

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

REQUEST FOR QUOTES. 5. Consideration will be given to a locally owned business if costs and other considerations are relatively equal.

CHAPTER 25. SUBSTANTIVE RULES APPLICABLE TO ELECTRIC SERVICE PROVIDERS.

I.5 PRICE SUBMISSION INSTRUCTIONS

REQUEST FOR BID For Trucks. Bid Notice

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

PETROLEUM PRODUCTS INSPECTION OPERATIONS MANUAL

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

REQUEST FOR BID For Trucks. Bid Notice

Phillips Texas Pipeline Company, LTD. Amarillo-Lubbock Pipeline (SAAL) Product Specifications

AIR QUALITY PERMIT. Kennesaw State University - Marietta Campus

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE

Specifications Of Straight Run Naphtha for Exportation

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

IC Chapter 2. Inspection, Sale, and Delivery of Petroleum Products

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

Otsego County Road Commission

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

CN is offering our Fleet Integration Program for grain shippers who are using privately owned, covered hopper cars for

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

MILITARY SPECIFICATION LUBRICATING OIL, VACUUM PUMP, MECHANICAL

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES

Request for Bids. Elko County. Solid Waste Refuse Hauling and Disposal in the Salmon Falls Solid Waste Management District

REQUEST FOR PROPOSAL

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

Umatilla Electric Cooperative Net Metering Rules

Exceeding Expectations

Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services

ÚÄÄÄÄÄÄÄÄÄÄ ÚÄÄÄÄÄÄÄÄÄÄ ³ METRIC ³ ÀÄÄÄÄÄÄÄÄÄÄÙ TT-T-306E May 28, 1993 SUPERSEDING TT-T-306D December 31, 1992 FEDERAL SPECIFICATION

ASTM D Standard Specification for Biodiesel Fuel (B 100) Blend Stock for Distillate Fuels

Consolidated Edison Company of New York, Inc.

SCOPE OF ACCREDITATION TO ISO/IEC 17043:2010. ASTM INTERNATIONAL 100 Barr Harbor Drive West Conshohocken, PA Amy Meacock

TEXAS DEPARTMENT OF TRANSPORTATION

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

General Specifications

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

TITLE 165. CORPORATION COMMISSION CHAPTER 16. ANTIFREEZE EFFECTIVE SEPTEMBER 11, 2017

Tractor/Trailer Lease Bid No. PR-08-P1A

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

Smoke Point Significance and Use

FITCHBURG GAS AND ELECTRIC LIGHT COMPANY NET METERING SCHEDULE NM

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

INVITATION TO BID (ITB)

D.P.U A Appendix B 220 CMR: DEPARTMENT OF PUBLIC UTILITIES

#2018-RFP-06. Utility Work Carts

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Destin Beach Safety ATVs, UTV, and Waverunner

Louis Dreyfus Claypool Holdings, LLC. Biodiesel Production Plant Claypool, Indiana

Special Executive Report

E/ECE/324/Rev.2/Add.119/Amend.1 E/ECE/TRANS/505/Rev.2/Add.119/Amend.1

Regional Laboratory, Indian Oil Corporation Limited, Korukkupet Terminal, Kathivakkam High Road, Chennai, Tamil Nadu

Supply of Services for Detailed OEB Crude Assay Analysis

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

D ISB Lubricant Performance Test. Report Packet Version No. Method. Conducted For:

UNIFIED FACILITIES GUIDE SPECIFICATIONS

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING

Phillips 66 Carrier LLC. Borger-Amarillo Pipeline (BAM) Product Specifications

Standard Diesel & FCC Additive Technical Analysis on Lubricity

City of Washington, Kansas Electric Department. Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

SOUTH AFRICAN NATIONAL STANDARD

1.1 Unless otherwise stated, the specification references and test methods are from the latest version in effect at the time of this contract.

2018 Golf Cart Lease Sunset Valley Golf Club

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

REGISTRATION OF SPECIFIED EQUIPMENT (Adopted 5/21/97; Rev. Effective 11/15/00) (1) This rule applies to the following emission units:

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

FUELS. Product Specifications

TENDER HALF TON PICKUP TRUCK, 4x4

SECTION 916 (Pages ) is deleted and the following substituted: SECTION 916 BITUMINOUS MATERIALS

Street Address. City-Village-Township

May 11, 2018 On or before 2:00pm

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

INVITATION TO BID (ITB)

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

Transcription:

Sealed bids will be received at the office of the Board of County Road Commissioners of the County of St. Clair, 21 Airport Drive, St. Clair, Michigan 48079, until 1:00 p.m., local prevailing time, WEDNESDAY, JANUARY 24, 2018 for furnishing 2018 requirements of the above material. DEFINITE SPECIFICATIONS All commodities and services to be furnished hereunder shall conform to the specifications as noted. All suppliers are required to review the specific needs of each location which appear on the proposal prior to making initial shipments to ensure compliance with all state and federal laws. Suppliers will also be responsible for identification, containment, notification to authorize, cleanup, disposal and damages associated with any leak or discharge up to and including the Road Commission's hose connection point. TAXES The St. Clair County Road Commission is exempt from Federal Excise Tax and State or Local Sales Tax. Prices shall not include such taxes. Exemption Certificates for Federal Excise Tax will be furnished upon request. Other taxes and/or fees not specifically addressed within the terms and conditions of this proposal, from which the Road Commission is not exempt, are incorporated into the unit price offered in the proposal. ENVIRONMENTAL PROTECTION REGULATION FEE Sales to the St. Clair County Road Commission are not exempt from the Environmental Protection Regulatory Fee imposed pursuant to Section 8, 1989 PA 518, as amended by 1989 PA 152, being MCLA 299.808. Effective August 1, 1989, the Road Commission will pay this 7/8 cent per-gallon fee for each gallon purchased in addition to the price per gallon determined pursuant to the price clause of the terms and conditions. This regulatory fee shall be set forth separately and clearly identified in the "billing document". QUALITY ASSURANCE The Road Commission reserves the right to periodically test products which have been received to verify compliance with specifications. Product specifications of fuel being supplied will be requested as needed. If laboratory analysis shows that the product does not meet specifications or fails to perform satisfactorily at any time, the supplier shall be responsible for: Page 1 of 7

1. All cost of testing and laboratory analysis. 2. Disposal and/or replacement of all products which fail to meet specifications. 3. All costs of repair and/or replacement of equipment deemed to have been damaged by substandard products as determined by the Road Commission. MINIMUM ORDER Truck transport deliveries will be in quantities of 5,000 gallons or more per shipment. F.O.B. POINT Bid prices are "F.O.B. Destination". Provider MUST supply OPIS report with every invoice submitted to the St. Clair County Road Commission. GENERAL REQUIREMENTS Delivery to be within 24 hours of verbal receipt of order. Extensions may be authorized by Purchasing Department only. Copy of delivery slip signed by St. Clair County Road Commission authorized personnel and metered manifest must be left at drop site at time of delivery. Delivery driver and St. Clair County Road Commission personnel will determine storage tank fuel levels immediately prior to and following the unloading of product and record those readings on delivery ticket. PRICE Bid pricing to be plus or minus the average rack price, Detroit area posting, effective the date of delivery. The Road Commission shall use a rack average based on the weekly OPIS (Oil Price Information Service) wholesale rack newsletter rounded to the fourth position as the base price for each product. Prices quoted must be inclusive of all delivery fuel surcharge costs. SPECIFICATIONS FOR FUEL OIL; DIESEL - LO SULFUR These specifications cover grades of diesel fuel suitable for various types of diesel engines under various operating conditions. Page 2 of 7

GENERAL REQUIREMENTS Sulfur: The effect of sulfur content on engine wear and deposits appear to vary considerably in importance and depends largely on operating conditions. In order to assure maximum availability of fuels, the permissible sulfur content should be specified as high as practicable, consistent with maintenance considerations. Cooper Strip Corrosion: This test serves as a measure of possible difficulties with copper, brass or bronze parts of the fuel system. DETAILED REQUIREMENTS Grade Ultra LoSulfur No. 2 Diesel Ash, wt. % max. 0.01 Cetane Index, min. 40 Cetane Number, min. 40 Cloud Point, F, max. Summer (3/1 9/30) +20 Winter (10/1 2/29) +15 Color, ASTM, max. 2.5 Conductivity @ 20 Cu, min. 50 Copper Corrosion, 3 hrs @ 122F, max. 3 Distillation, F Temp @ 90%, recovered 540-640 Temp @ Endpoint, max. 690 Flash Point, F, min. 125 Gravity, API min. 30 Lubricity, HFRR @ 60 C, micron, max. 520 Pour Point, F., Max. Summer (3/1-9/30) +10 Winter (10/1-2/29) 0 Stability, meet one of the following: Thermal, % reflect, 90 minutes, min. 75 Oxidation, mg/100ml, max. 2.5 Sulfur, total, ppm, max. 15 Viscosity, cst @ 40C, min. 1.9-3.4 Water & Sediment, vol. %, max. 0.05 METHODS OF TESTING The requirements enumerated in the table on this page shall be determined in accordance with the current methods of test of the American Society for Testing and Materials as follows: (a) CETANE NUMBER MIN. - ASTM Designation: D 613 Page 3 of 7

(b) GRAVITY - ASTM Designation: D 287 (c) FLASH POINT - ASTM Designation: D 56, D 93 Pensky-Martin Closed Tester; except where other methods are prescribed by law. For Grade No. 1-D, the Tag Closed Tester (ASTM Designation: D 56) may be used as an alternate with the same limits. In cases of dispute method D 93 shall be used as the referee method. (d) POUR POINT AND CLOUD POINT - ASTM Designation: D 97 (e) VISCOSITY, KINEMATIC 40 C-ASTM Designation: D 445 (f) VISCOSITY, SAYBOLT UNIVERSAL - ASTM Designation: D 2161 (g) DISTILLATION - Distillation Temperature, C 90% VOL, RECOVERED ASTM Designation D-86 (h) CARBON RESIDUE (RAMSBOTTOM) - ON 10% DISTILLATION RESIDUE, % MASS, MAX ASTM Designation D 524 (i) SULFUR - % MASS, MAX, - ASTM Designation D 2622 (j) WATER & SEDIMENT % VOL. MAX - ASTM Designation: D 2709 (k) CORROSION - ASTM Designation: D 130 SIGNIFICANCE OF GRADES No. 2 LoSulfur w/lubricity: Fuels of this grade are lower volatility. These fuels are suitable for use in highspeed engines in service involving relatively high loads and uniform speeds or in engines not requiring fuels having the higher volatility or other properties. SIGNIFICANCE OF TESTS PRESCRIBED Cetane Number: Cetane number is a measure of the ignition quality of the fuel and influences combustion roughness. The cetane number requirements depend on engine design, size, nature of speed and load variations, and on starting and atmospheric conditions. Increase in cetane number over values actually required does not materially improve engine performance. Page 4 of 7

A.P.I. Gravity: This is a measure of the density of petroleum products. Low A.P.I. gravity values represent heavy or dense oils, while high A.P.O. gravity values represent light oils. Flash Point: The flash point as specified is not directly related to engine performance. It is, however, of importance in connection with legal requirements and safety precautions involved in fuel handling and storage and is normally specified to meet insurance and fire regulations. Pour Point: Pour point is of importance in connection with the lowest temperature which the fuel may reach and still be sufficiently fluid to be pumped or transferred. The pour point is generally interrelated with cetane number and volatility. Frequently low pour points may be obtained only at the expense of lowering the cetane rating or increasing the volatility. The pour point, therefore, should not be specified lower than necessary. Viscosity: For some engines it is advantageous to specify a minimum viscosity because of power loss due to injection pump and injector leakage. Maximum viscosity, on the other hand, is limited by considerations involved in engine design and size and the characteristics of the injection system. Distillation: The fuel volatility requirements depend on engine design, size, nature of speed and load variations, and on starting and atmospheric conditions. For engines in service involving rapidly fluctuating loads and speeds, as in bus and truck operation, the more volatile fuels may provide best performance, particularly with respect to smoke and odor. However, best fuel economy is generally obtained from the heavier types of fuels because of their higher heat content. Carbon Residue: Carbon Residue gives a measure of the carbon depositing tendencies of a fuel oil when heated in a bulb under prescribed conditions. While not directly correlating with engine deposits, this property is considered an approximation. Page 5 of 7

Proposal REQUIREMENTS Location Type of Fuel Type of Delivery Number of Tanks Above or Below Tank Storage in Gallons Annual Estimated Usage In Gallons Capac Various Transport 1 Below 12,000 42,000 Avoca Various Transport 1 Below 12,000 45,000 St. Clair Various Transport 1 Below 20,000 99,000 Marine City Various Transport 1 Below 12,000 47,000 Approximate Order Schedule: Monthly Special Equipment/Conditions Required for Delivery: Hours of Delivery will be 7:30 a.m. until 3:30 p.m. In strict accordance with your requirements and Michigan Department of Transportation specifications, we the undersigned, respectfully submit the following commitment for prices for the calendar year of 2018. All material is considered to be F.O.B. destination, and is inclusive of all shipping and/or fuel surcharge costs. GRADE Ultra LoSulfur No. 2 Regular Premium Or Winter Mix Capac Warehouse 212 Matteson Street Capac, MI 48014 Avoca Warehouse 8791 Avoca Road Avoca, MI 48006 St. Clair Warehouse 21 Airport Drive St. Clair, MI 48079 Marine City Warehouse 500 Metropolis Street Marine City, MI 48039 Diesel fuels per State of Michigan specifications. Bid pricing to be plus or minus the average rack price as defined on Page 2 of the. Page 6 of 7

MUTUAL EXTENSION CLAUSE: St. Clair County Road Commission Proposal This bid, by mutual agreement of both parties, may be extended for a one-year or a two-year period, not to exceed a maximum of two additional years. The Road Commission has the right to reject a third year extension based on an unsatisfactory contractor evaluation. Jointly awarded bids will not be considered for extension. Requests for contract extensions must be in writing and received by the Road Commission no later than November 30th of each year. RIGHT TO REJECT: The Road Commission may award bids in whole or parts thereof, reserve the right to reject any and all proposals, waive irregularities in any bid and make award in any manner deemed in the best interest of the Road Commission. ALL PROPOSALS MUST BE SIGNED BY A PERSON AUTHORIZED TO BIND THE COMPANY TO ITS CONTENTS. THIS PROPOSAL IS BINDING ON THE COMPANY SUBMITTING THE PROPOSAL FOR A PERIOD OF 30 DAYS AFTER THE DUE DATE FOR SUBMISSIONS AND MAY NOT BE WITHDRAWN FOR ANY REASON DURING SUCH 30 DAY PERIOD. IN THE EVENT A COMPANY SUBMITTING A PROPOSAL ATTEMPTS TO WITHDRAW IT DURING THE 30 DAY PERIOD AND WOULD BE THE SUCCESSFUL BIDDER OR IF A COMPANY REFUSES TO HONOR ITS BID AFTER AWARD BY THE ROAD COMMISSION, IN SUCH EVENT, THE COMPANY WILL BE RESPONSIBLE FOR ANY INCREASED COST INCURRED BY THE ROAD COMMISION DUE TO REBIDDING OR AN AWARD AT A HIGHER PRICE. IF PROVIDED, ROAD COMMISSION PROPOSAL FORMS MUST BE USED. ANY ALTERATIONS TO THIS FORM WILL RENDER THE PROPOSAL VOID. IF ADDITIONAL OR CHANGED INFORMATION IS NEEDED, IT MUST BE DONE USING AN ATTACHED SHEET AND MARKED AS SUCH. Name: Name: (Signature) (Typed or Printed) Title: Company Name: Address: Telephone: Fax Number: E-mail Address: Date: Page 7 of 7