Loading...
HomeMy WebLinkAboutResolution - 2017-R0435 - Industrial Disposal Supply Company - 11/16/2017Resolution No. 2017-RO435 Item No. 6.21 November 16, 2017 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Purchase Order No. 31036126 for the purchase of one Tub Grinder as per ITB 18-13652-KM, by and between the City of Lubbock and Industrial Disposal Supply Company, Ltd., of San Antonio, Texas, and related documents. Said Purchase Order is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on November 16, 2017 DANIEL M. POPE, MAYOR ATTEST: Reb cca Garza, City Sec tt y APPROVED AS TO CONTENT: I V 1, oA Scott Snider, Assistant City Manager APPROVED AS TO FORM: Ila Kc lli Leisure, Assistant City Attorney ccdocs/RES.Purchase Order 31036126.Tub Grinder 10.27.2017 City of Lubbock TEXAS TO PURCHASE ORDER INDUSTRIAL DISPOSAL SUPPLY 1106 PAULSUN SAN ANTONIO Texas 78219-3130 Page - 1 Date - 10/27/2017 Order Number 31036126 000 OP SHIP TO: LID. CITY OF LUBBOCK FLEET SERVICES 206 MUNICIPAL DRIVE LUBBOCK Texas 79404 INVOICE TO: CITY OF LUBBOCK ACCOUNTS PAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 BY: Marta Alvare irect r If Purchasing & Contract Management Ordered 10/27/2017 Freight Requested 11/16/2017 Taken By K MCAVOY Delivery PER B TAYLOR REQ #50865 ITB 18-13652-KM Description/Supplier Item Ordered Tub Grinder 1.000 Extended Warranty Maximum Pressure Air Compresso 60" Fixed Pitch HYD Reverse Terms NET 15 DAYS Unit Cost UM Extension Request Date 620,649.0000 EA 620M9.00 11/16/2017 28,000.0000 EA 28,000.00 11/16/2017 2,000.0000 EA 2,000.00 11/16/2017 8,500.0000 EA 8,500.00 11/16/2017 Total Order 659,149.00 This purchase order encumbers funds in the amount of $659,149 awarded to Industrial Disposal Supply Co., LTD., of San Antonio, TX on November 16, 2017. The following is incorporated into and made part of this purchase order by reference ITB 18-13652-KM Tub Grinder dated October 26, 2017 from Industrial Disposal Supply Co., LTD., of San Antonio, TX. Resolution # 2017-R0435 CITY OF LUBBOC ATTEST: D' 0,e' -.- )X Daniel M. Pope, Mayor RelleTcca Garza, City Secre ary Seller and BuN er at„ree as follows: PURCHASE ORDER TERMS AND CONDITIONS IMPORTANT: READ CAREFULLY STANDARD TERMS AND CONDITIONS CITY OF LUBBOCK, TX 1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows (a) Seller's name and address. (b) Consignee's time. address and purchase order or purchase release number and the supply agreement number if applicable, (c) Container number and total number of containers, e.g. box 1. of 4 boxes, and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TALE AND RISK OF LOSS. The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery. 4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender of delivery of goods must fully comply with all provisions of this contract as to time of deli-ery, quality and the like. If a tender is made which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender. provided. where the time for performance has not yet expired, the Seller may reasonably notify Buyer of his intention to cure and may then make a conforming tender within the contract time but not afterward. 5. INVOICES & PAYMENTS. a. S e 1 I e r shall submit separate invoices, in duplicate, one each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight waybill when applicable, should be attached to the invoice. Mail To: Accounts Payable, City of Lubbock. P. 0. Box 2000, Lubbock, Texas 79457. Payment shall not be due until the above instruments are submitted after delivery. 6. GRATUITIES. The Buyer may, by written notice to the Seller, cancel this contract without liability to Seller if it is determined by Buyer that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Seller, or any agent or representative of the Seller, to any officer or employee of the City of Lubbock with a vim to securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performing of such a contract. In the event this contract is canceled by Buyer pursuant to this provision, Buyer shalt be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 7. SPECIAL TOOLS & TEST EQUIPMENT. If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the Buyer and to the extent feasible shall be identified by the Seller as such. S. WARRANTY -PRICE. a. The price to be paid by the Buyer shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current process on orders by others for products of the kind and specification covered by this agreement for similar quantities under similar of like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices on orders by others, or in the alternative. Buyer may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach of vitiation of this warranty the Buyer shall have the tight in addition to any other right of rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee. 9. WARRANTY -PRODUCT. Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the Buyer. Seller warrants that the goods furnished will conform to the specification, drawings, and descriptions listed in the bid invitation, and to the sample(s) furnished by the Seller, if any. In the event of a conflict or between the specifications. drawings, and descriptions, the specifications shall govern Notwithstanding any provisions contained in the contractual agreement. the Seller represents and warrants fault -free performance and fault -free result in the processing date and date related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. The obligations contained herein apply to products and services provided by the Seller, its sub- Seller or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed. or limitation of the Seller's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 10. SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to the standards promulgated by the U. S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event the product does not conform to OSHA standards. Buyer may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction made by Buyer will be at the Seller's expense. 11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As part of this contract for sale Seller agrees to ascertain whethergoods manufactured in accordance with the specifications attached to this agreement will give rise to the rightful claim of any third person by way of infringement of the like. Buyer makes no warranty that the production of goods according to the specification will not give rise to such a claim, and in no event shall Buyer be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement of the like. If Seller is of the opinion that an infringement or the like will result, he will notify the Buyer to this effect in writing within two weeks after the signing of this agreement. If Buyerdoesnot receive notice and is subsequently held liable for the infringement or the like, Seller will save Buyer harmless. If Seller in good faith ascertains the production of the goods in accordance with the specifications will result in infringement or the like, the contract shall be null and void. 12. NON APPROPRIATION. All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of nomppropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract. the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not W obligated under this contract beyond the date of termination. 13. RIGHT OF INSPF.(TION Buyer shall have the right to inspect the goods at delivery before accepting them 14, CANCELLATION. Buyer shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies which Buyer may have in law or equity. 15. TERMINATION. The performance ofwork under this order may be terminated in whole. or in part by the Buyer in accordance with this provision Termination of work hereunder shall be effected by the delivery of the Seller of a "Notice of Termination" specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right or termination is in addition to and not in lieu of the rights of Buyer set forth in Clause 14. herein. 16. FORCE MAJEURE. Neither party shall be held responsible for losses, resulting if the fulfillment of any terms of provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with, and which by the exercise of reasonable diligence said party is unable to prevent. 17. ASSIGNMENT -DELEGATION. No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the Buyer. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purpose unless made in conformity with this paragraph. 18. WAIVER. No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. 19. INTERPRETATION -PAROLE EVIDENCE. This writing. plus any specifications for bids and performance provided by Buyer in its advertisement for bids, and any other documents provided by Seller as part of his bid. ts intended by the parties as a final expression of their agreement and intended also w a complete and exclusive statement of the terns of their agreement. Whenever a term defined by the Uniform Commercial Code is used in this agreement, the definition contained in the Code is to control. 20. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code. Whereever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of this agreement. 21. RIGHT TO ASSLRANCE. Whenever one party to this contract in good faith has reason to question the other pain's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 22. INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, its agents, officials and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs and expenses, which may- in anywise accrue against the Buyer in consequence of the granting of this Contract or which may anywise result therefrom, whether or not it shall be alleged or determined that the act was caused through negligence or omission of the Seller or its employees, or of the subSeller or assignee or its employees, if any, and the Seller shall, at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefrom of incurred in connection therewith, and, if any judgment shall be rendered against the Buyer in any such action, the Seller shall, at its own expenses, satisfy and discharge the same Seller expressly understands and agrees that any bond required by this contract, or otherwise provided by Seller, shall in no way limit the responsibility to indemnify. keep and save harmless and defend the Buyer as herein provided. 23. TIME. It is hereby expressly agreed and understood that time is of the essence for the performance of this contract, and failure by contract to meet the time specifications of this agreement will cause Seller to be in default of this agreement. 24. MBE. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this request, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race. color, sex or natural origin in consideration for an award. 25. NON -ARBITRATION. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or otherwise, including without limitation. the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising is unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 1_6. RIGHT TO AUDIT. At any time during the term of the contract, or thereafter. the City, or a duly authorized audit representative of the City or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractors records and books relevant to all services provided to the City under this Contract. In the event such an audit by the City reveals any errors or overpayments by the City. Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City. at its option, rMe the right to deduct such amounts owing the City from any payments due Contractor. 27. HOUSE BILL 2015. House Bill 1015. signed by the Governor on June 14, 2013 and effective on Jarivary 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a govenemental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified. (Texas Government Code Section 2155.001). 28, ASSIGNING OR SUBLETTING THE CONTRACT. The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from the Director of Purchasing and Contract Management. Should consent be given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the Subcontractor that complies with all contract Insurance requirements. 29. HOUSE BILL 1295 DISCLOSURE OF INTERESTED PARTIES, House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Instructions for completing Form 1295 are available at: httw/Avww ci lubbock tx us/deoarmnental-websites/departmenLdpurchasine/vendor-infor ation 30. CONTRACTOR ACKNOWLEDGES, by supplying any Goods or Services that the Contractor has read, fully understands. and will be in full compliance with all tams and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terns and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 3 t. House Bill 89, effective September 1, 2017, amended the Texas Government Code to add Chapter 2270, Prohibition on Contracts with Companies Boycotting Israel. Effective September 1, 2017, a state agency and a political subdirisinn 00'rich includes a city) may not enter a contract with a company for goods or services th unless e contract contains a written verification from the company that; (i) it does not Boycott Israel; and (ii) will not Boycott Israel during the term of the contract. By accepting this purchase order, the Vendor (Professional or other applicable term defining the contracting party) verifies that it does not Boycott Israel, and agrees that during the term of this Agreement (Contract as applicable) will not Boycott Israel as that term is defined in Texas Government Code Section 808.001. as amended. Rev. 9/2017 City of Lubbock Bid Form Tub Grinder City of Lubbock, TX ITB 18-13652-KA1 Bid ITS 15-13652-KM In compliance with the Invitation to Bid 18-13652-Kt1I, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with die conditions to be met, hereby submits the following Bid for furnishing the material, equipmenL labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. A bid will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate bids, additions or alternates in lieu of the items specified, if the unit prices arc obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. The Invitation to Bid 18-I3652-K1t is by reference incorporated in this cuntrtct. The Bid Form must be completed in blue or black ink or by typewriter. ITEM QTY 0 1 Unit of N11easure DESCRIPTION UNIT PRICE* BID Delivery (Days) ARO** 1 I Each Tub Grinder, per specification no. 5515-1-andfill=rub Grinder, attached herein. $620 649.00 7 days. (In stock) Optional NOTE: Unit price bid includes 30 gal., 175psi @ 25.1 scfm compressor w/ 50' hose reel O.I. 1 Each Extended Warranty — 3 Years $28,000.00 7 days. (In stock) 0.2. I Each Maximum Pressure Air Compressor As spec. $2,000.00 comp.: $0.0 14 days. (Exchangw/existing 7 days. (In stock) 0.3. 1 Each 60" Fired Pitch HYD Reverse Option $8,500.00 60-90 days. 0.4. 1 Each Magnetic Conveyor Drive Pulley Deleted Addend 1 1 Ivfudcl Year, Brand Name and Model Number: In stock, NEW 2016 DuraTech 4012FL *PRICE: F.U.B. Destination, Freight Pre -Paid and Allowed **ARO — After Receipt of Order Total $659,149 Unless otherwise specified herein, the City may award the bid either item -by —item or on an all -or -none basis for any hero at - group of items shown on the bid. PAYMENT TERMS .AND DISCOUNTS - Bidder ofrers a prompt payment discount of 0 %, net 0 calendar days. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs lacer. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date ofacceptanee that meets contract requirenients, whichever event occurs later. Discounts for payment in less than ten days will not be considered. MOST FAVOURED PRICING: The Bidder certifies drat the price quoted is not in excess of the lowest price charged anyone else, including its most favoured customer, for like quality and quantity ofthe products!services; does not include an element ofprofit on die sale in excess of that normally obtained by die Bidder on the sale of product-siscrvices of like quality and quantity; and does nut include any provision for discounts to selling agents. If at any time during the contract period, the supplier should sell or offer lilr sale to any other customer, an equal or less quantity of similar contract products of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same products) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective. INTERLOCAL PURCHASTNG (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly autliorizcd interlocal purchasing agreements as provided for by the lnterlocal Cooperation Act (Chapter 791, Government Code), the right to purchase die same services, at the prices quoted, for die period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should diese other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply'? 10/5/2017 2:03 PM P. 6 City of Lubbock Bid ITB 18-13652-KM Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, Lynn County. and City of Wolfforth. YES X NO • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY II1dUStfl81 DISpOSBI SUI a Urporation organized under the laws of the State of Texas , or a partnership consisting of N/A of the City of Firm: Industrial Disposal Supply Co., Ltd. Address: 1106 Paulsun Street City: San Antonio Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 10-19-17 Addenda No. Date Addenda No. Date Addenda No. Date N/A State: Texas or individual trading as N/A Zip 78219 M/WBE Fimi. Woman I I Black American I I Native American Hispanic American I I Asian Pacific American I I Other (Specify) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: I. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. By Authorized Officer Name and Title: Please Print - must sign by hand Matthew D. White Business Telephone Number E-mail 972-423-1423 mwhite@idsequip.com (Franchised TX dealer) Date: 10-24-17 FAX: 972-424-7203 10/512017 2:03 PM F 7 City of Lubbock Bid ITB 18-13652-KM FOR CITY USE ONL1 Bid Form Item Number(s) Awarded to Above Named Firm/individual: Date of Award by City Council (for bids over $50,000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORA ALONG WITH CITI OF Ll. BBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. J 10/5/2017 2 03 PM o 5 DATED 10/1/2017 REVISED 9/1212017 REVISED Specification reviewed by: Department requesting vehicle/equipment 5515 LANDFILL Signature of Department Head/Date Fleet Services Manager/Date CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TUB GRINDER, PORTABLE, DIESEL ENGINE POWERED, WITH CONVEYOR SYSTEMS, WHEEL MOUNTED SPEC 9 5515•LANDFILL-TUB GRINDER MAKE Duratech MODEL 4012 IT IS THE INTENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS, REQUIREMENTS AND CONDITIONS SECTIONS 1.0 DESCRIBE MINISIUM PERFORMANCE REQUIREMENTS THE VEHICLE OR PRODUCT MEET OR EXCEED THE PERFORMANCE OR CONSTRUCTION DESCRIBED I IEREIN THE VENDOR SHALL BE REQUIRED TO MARK COMPLIANCE OR NON-COMPLIANCE TO EACH ITEM DESCRIPTION IN THE SPACE PROVIDED ALL EQUIPMENT FURNISHED AS STANDARD TO THE GENERAL PUBLIC ON THE PRODUCT BY THE MANUFACTURER SHALL BE INCLUDED. EVEN WHEN NOT SPECIFICALLY IDENTIFIED IN THIS SPECIFICATION. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATION WITH DATE AS SHOWN IN THE INVITATION TO BID (ITB) SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATION. IN ORDER TO RECEIVE FULL CONSIDERATION. In RESPONSE QUOTATION MUSTFOLLOW THIS SPECIFICATION AND T}IE INVITATION TO BIDS TERMS AND CONDITIONS NO ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE GRINDER THIS SPECIFICATION DESCRIBES A HEAVY DUTY, COMMERCIAL GRADE, HAMMERMILL TYPE GRINDER, WITH ROTATING TUB, POWERED BY ONE OR TWO DIESEL ENGINES WITH ONE POWERING THE HAMMERMILL AND THE OTHER POWERING THE LOADER. ASSEMBLY TO INCLUDE: PRIMARY DISCHARGE CONVEYOR, GRINDING DEVICES, STOCKPILING CONVEYOR, AND OPERATOR'S STATION, AND FIFTH WHEEL TYPE TRANSPORT. THE GRINDER SHALL INCLUDE, BUT NOT BE LIMITED TO THE FOLLOWING MINIMUM REQUIREMENTS: I. ENGINE DIESEL FUELED MINIMUM 925 HORSEPOWER ENGINE SHALL CONFORM WITH FEDERAL TIER 11 ENGINE AIR EMISSION REQUIREMENTS IN X EFFECT ON DATE OF DELIVERY TO THE CITY. 1.2 ENGINE ENCLOSURE THE ENGINE SHALL BE ENCLOSED WITH A BARRIER CONSTRUCTED OF HEAVY STEEL MESH AND A STEEL FRAME X WITH ACCESS DOORS. 1.3 AIR CLEANER THE ENGINE SHALL BE FURNISHED WITH A DRY TYPE AIR CLEANER ASSEMBLY, WITH A CYCLONIC TYPE PRECLEANER x AND INTAKE STACK DRAFTING AIR FROM ABOVE. 1.4 COOLING THE COOLING SYSTEM SHALL PROVIDE ADEQUATE PROTECTION FOR OPERATING IN ETREME TEMPERATURES RANGING FROM •10 DEGREES FAHRENHEIT UP TO 120 DEGREES FAHRENHEIT. THE ENGINE RADIATOR SHALL BE FURNISHED WITH GUARD X SCREENS TO PREVENT DEBRIS FROM HAMPERING THE AIRFLOW. _ 1.5 FAN DELETED 1.6 EXHAUST THE ENGINE SHALL BE FURNISHED WITH AN EXHAUST SYSTEM THAT INCLUDES A MUFFLER AND MEANS TO PREVENT WATER X ENTERING THE SYSTEM DURING RAINFALL. _ REVISED NO ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 1.7 INSTRUMENTA rION FHE ENGINE SHALL BE FURNISHED WITH AN INSTRUMENTATION PANEL LOCATED ACCESSIBLE FROM GROUND LEVEL, TO INCLUDE, AS A MINIMUM; START AND STOP SWITCH, COOLANT TEMPERATURE, ENGINE OIL PRESSURE, TACHOMETER, AMP OR VOLT INDICATOR AND BATTERY MASTER DISCONNECT SWITCH, THE ENGINE SHALL INCLUDE A SAFETY SHUT DOWN SYSTEM FOR HIGH COOLANT, L0WX OIL PRESSURE PROBLEMS AND HIGH CLUTCH TEMPERATURES, 1.8 FUEL TANKS THE FUEL TANK(S) THAT POWER THE TUB GRINDER AND LOADER SHALL 14AVE A MINIMUM TOTAL CAPACITY OF 400 GALLONS, THE TANKS) SHALL BE LOCATED X TO PROVIDE EASE OF ACCESS. _ DRIVE SYSTEM OEM STANDARD, MECHANICAL OR HYDRASTATIC DRIVE SYSTEMS PROVIDING POWER TO THE GRINDER, FEED AND STOCKPILE CONVEYORS, WITH ABILITY FOR INDIVIDUAL SPEED CONTROL.S.THE DRIVE SYSTEM SHALL INCLUDE A X DISCONNECT DEVICE, ALLOWING ENGINE OPERATION WITHOUT COMPONENT MOVEMENT. _ 3. DISCHARGE CONVEYOR THE PRIMARY DISCHARGE CONVEYOR SHALL BE OF NOT LESS THAN (48) INCHES IN WIDTH. WITH OEM MANUFACTURER STANDARD HEIGHT AND BE PROVIDED WITH TAPERED FLANGES AT THE TOP TO FACILITATE EASE OF LOADING AND FEED OF MATERIAL. THE CONVEYOR ASSEMBLY SHALL INCLUDE THE MEANS OF EASY MOVEMENT FROM THE GRINDER AREA TO X PROVIDE ACCESS FOR MAINTENANCE OR REPAIRS OF EITHER. 4. TUB ASSEMBLY THE TUB GRINDER SHALL HAVE A MANUFACTURER'S X STANDARD TUB ASSEMBLY. 4.1 INNER TUB THE INNER TUB WALL SHALL BE NO LESS THAN 3/8" THICK AND X WRAPPED WITH 8" x 18.7 LB. CHANNEL STEEL BANDS.. _ 4.2 OUTER TUB THE OUTER TUB WALL SHALL BE NO LESS THAN '''A" THICK STEEL AND SHALL BE WRAPPED WITH TWO 6" x 8.2 LB. CHANNEL STEEL X BANDS. - 4.3 TUB ROTATION THE TUB'S ROTATION SHALL BE ACCOMPLISHED THROUGH THE USE OF ONE OR TWO HYDRAULIC MOTORS OR BELT DRIVEN SUFFICIENT TO DRIVE THE TUB WITH A I1140 TUB DRIVE CHAIN AND CONTINUOUS DRIVE SPROCKET. TUB SPEED SHALL BE INKNITELY VARIABLE AND THE ROTATION OF THE TUB SHALL BE REVERSIBLE. AUTOMATIC LOAD SENSING SHALL STALL AND REVERSE THE TUB WHEN THE NEED ARISES. X 4.4 TUB TILT THE TUB ASSEMBLY SHALL BE ABLE TO BE TILTED TO NO LESS THAN 90 DEGREES HYDRAULICALLY, WITH THE HOOD TILTING AWAY WITH THE TUB ASSEMBLY. A VELOCITY FUSE MUST BE PROVIDED IN ORDER TO PREVENT UNPLANNED TUB CLOSURE IN THE EVENT OF A HYDRAULIC SYSTEM FAILURE. FOR INCREASED SAFETY THE UNIT MUST ALSO BE EQUIPPED WITH A HYDRAULICALLY OPERATED TUB LOCK -DOWN. -x - REVISED NO ITENI MINIMUM REQUIRENIENTS SELLER COMPLIANCE 4 5 TUB DIMENSIONS THE TUB MUST HAVE A MINIMUM TOP DIAMETER OF 13'. X WITH A 10' BASE DIAMETER AND BE AT LEAST 4.7'DEEP. _ 4.6 TUB SUPPORT TIME TUB GRINDER SHALL HAVE FOUR STEEL CARRIER ROLLERS WITH MAINTENANCE FREE SEALED ROLLER BEARINGS AND FOUR STEEL SIDE LOAD ROLLERS, WITH MINMUM TWO MAINTENANCE FREE SEALED DOUBLE ROLLER BEARINGS, X OR EQUIVALENT 4.7 TUB SHIELD THE TUB SHALL BE EQUIPPED WITH A CONTAINMENT SHIELD THAT OPERATES IN CONJUNCTION WITH A HAMMERMILL DEFLECTOR SHIELD. THE SHIELD SHALL BE CONTINUALLY IN PLACE DURING OPERATION OF THE TUB GRINDER. THE SHIELD SHALL BE CONSTRUCTED OF A MINIMUM OF'/i' PLATE STEEL, ATTACHED TO A 4" TUBULAR AND ANGLE STEEL FRAME AND SHALL PIVOT HYDRAULICALLY TO ALLOW FOR EASE IN DUMPING COLLECTED MATERIAL. THE CONTAINMENT SHIELD SHALL ROTA] FOR STORAGE AND TRANSPORT PURPOSES. - 5 HAMMERMILL 5.1 BITE HEIGHT 5.2 DRIVE 5.3 FEED OPENING 5.4 ROTOR SHAFT 5.5 ROTOR DISCS fHE HAMMERMILL SHALL BE DESIGNED AND CONSTRUCTED TO RELIABLY AND CONTINUOUSLY PROCESS: BRUSH AND YARD WASTE. UP TO 75 TONS PER HOUR/300 YARDS X PER HOUR _ THE HAMMERMILL SHALL HAVE AT LEAST 5'/3" DISTANCE FOR THE HAMMER TIP AT THE PEAK OF THE CUTTING SURFACE X (CUTTER BAR). THE TUB GRINDER SHALL BE EQUIPPED WITH A HYDRAULICALLY DRIVEN VOITH 562TPKD TURBO COUPLING OR TORQUE CONVERTER PROVIDING NO MORE THAN 3% POWER LOSS AND ALLOWS THE MILL TO BE ENGAGED AT ANY ENGINE SPEED AND ALLOWS ENGAGEMENT WITH THE HAMMERMILL PARTIALLY BLOCKED. THIS SYSTEM REPLACES THE COMMONLY USED TWIN DISC CLUTCH SYSTEM.. THE HAMMERMILL FEED OPENING SHALL BE 28' x 52" WITH THE ACTUAL HAMMERMILL LENGTH MEASURING A MINIMUM OF 60 (HE DIAMETER OF THE ROTOR SHAFT SHALL BE 7'. X THE ROTOR SHALL HAVE 12 ROTOR DISCS MEASURING NO LESS X THAN 17" IN DIAMETER AND NO LESS THAT 11/4 "WIDE. _ 5.6 ROTOR SUPPORT THE ROTOR S14AFT SHALL BE SUPPORTED BY TWO (2) 4 I5/16" HEAVY DUTY, FOUR (4) BOLT, GREASE FILLED, PILLOW BLOCK BEARINGS. OR DRUM SYSTEM 5.7 WEIGHT THE MINIMUM TOTAL WEIGHT OF TIME ROTOR INCLUDING HAMMERS AND TIPS SHALL BE 3,590 LBS. IN ORDER TO X PROVIDE THE INERTIA REQURED TO GRIND ALL TYPES OF MATERIALS EFFECTIVELY_ X V4 REVISED NO ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE 5.8 SPEED 5.9 SWING DIAMETER 5.10 WEAR PLA FES THE ROTOR SHALL TURN AT ENGINE SPEED, PROVIDING A MAXIMUM ALLOWABLE SPEED OF 1,300 RPM. THE ROTOR SHALL HAVE A MINIMUM SWING DIAMETER OF 28". THE HAMMERMILL AREA SHALL BE EQUIPPED WITH SIX (6) BOLT" IN, SECTIONAL AND INTERCHANGABLE WEAR PLATES THAT ARE AT LEAST 3/4 **THICK. 6. HAMMERS THE. TUB GRINDER SHALL BE EQUIPPED WITH TWENTY SIX (26) FIXED HAMMERS THAT HAVE BOLT ON REPLACABLE TIPS THAT ARE RETAINED BY DRUM SYSTEM OR TWO MILL RODS, WITH ONLY ONE MILL ROD NEEDING TO BE REMOVED IN ORDER TO REMOVE AND REPLACE A HAMMER. EACH HAMMER SHALL WEIGH 40 LBS AND BE A MINIMUM OF 3" THICK. MINIMUM 20 HAMMER TIPS OR DRUM SYSTEM WITH A MILL BOX OPENING OF A MINIMUM OF 32"X 72" A DRUM DIAMETER MINIMUM 22.5". -_ 6.1 IIAMMER TIPS THE HAMMER TIPS SHALL BE AT LEAST 3 Vz' WIDE AND WEIGH 7 LEIS EACH AND BE ATTACHED USING TWO (2) 7/8 x 5" GRADE EIG14T BOLTS. THE TIPS SHALL BE REVERSIBLE TO EXTEND THE X WEAR LIFE OF EACH TIP. 7. SCREENS A MINIMUM OF TWO (2) REPLACEABLE MANUFACTURER'S STANDARDTHICK HEAVY DUTY SCREENS WITH THE SIZE TO BE SELECTED BY THE PURCHASER AT THE TIME OF ORDER. EACH SETOF SCREENS SHALL CONSIST OF TWO SECTIONS WITH A MINIMUM ACTUAL SCREEN SURFACE AREA OF 3,000 SQUARE INCI-IES. VENDOR X SHOULD SUPPLY 2 SETS OF SCRREN, ONE SET 4" ANE ONE SET 2". _ 8. DISCHARGE THE CAVITY DISCHARGE SHALL BE FURNISHED WITH EASILY CHANGABLE SCREENS OFFERING THE OPERATOR THE SELECTION OF FINISHED PRODUCT SIZE. SCREENS SHALL BE DESIGNED TO PROVIDE QUICK CHANGE TO ALTERNATE SIZE X AS REQUIRED. _ 9. MAGNET DEVICE THE DISCHARGE SHALL BE FURNISHED WITH A MAGNETIC DEVICE TO ATTACH AND COLLECT ALL FERROUS METALS PRIOR TO DISCHARGE INTO THE STOCKPILE. THE COLLECTION X DEVICE SHALL BE PROVIDED WITH A COLLECTION CHUTE. _ 10. CONVEYOR THE STOCKPILE CONVEYOR SHALL BE REVERSIBLE AND NOT LESS THAN TWENTY (20) FEET IN LENGTH AND 30" IN WIDTH, WITH THE ABILITY TO STACK NOT LESS THAN EIGHTEEN (18) FEET IN HEIGHT. THE CONVEYOR SHALL HAVE THE RADIAL STACKING FEATURE ALLOWING FOR A SWING RADIUS OF 25 DEGREES AND BE HYDRAULICALLY POWERED. 10.1 CONVEYOR PAN THE CONVEYOR BELTS MUST RIDE UPON A CONVEYOR PAN. X ROLLERS OR IDLERS. REVISED NO ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 10.2 CONVEYOR FRANSPORT TIIE CONVEYOR SMALL BE CAPABLE OF FOLDING 1.0 REDUCE X OVERALL HEIGHT AND LENGTH FOR TRANSPORT. 1 I. GRAPPLE LOADER THE GRAPPLE LOADER SHALL BE POWERED OR THE GRAPLE LOADER SHALL HAVE A MINIMUM REACH OF 25' X WITH A LIFT CAPACITY OF 12,000 LBS n 10'. 11.1 LOADER CAB THE CAB OF THE GRAPPLE LOADER SHALL BE FULLY ENCLOSED WITH HINGED STEEL WINDOW GUARDS AND HAVE 360 DEGREE CONTINUOUS ROTATION. THE CAB SHALL ALSO HAVE MANUFACTURER'S STANDARD HEATING AND AIR CONDITIONING. TEMPERED GLASS WINDOWS AND SUN ROOF, LOCKABLE DOOR, ADJUSTABLE SEATAND AMJFM STEREO RADIO. SUFFICIENT LIGHTING ON THE CAB AND BOOM MUST BE PROVIDED. ALL CONTROLS REQUIRED TO OPERATE AND MONITOR THE MACHINE INCLUDING A HYDRAULIC OIL TEMPERATURE GAUGE MUST BE X INCLUDED. _ 12. FRAME THE ASSEMBLY SHALL BE SUPPORTED WITH A METAL FRAME DESIGNED FOR THE SPECIFIC PURPOSE OF HOLDING ALL X COMPONENTS REQUIRED TO COMPLETE THE OPERATION. 12.1 FRAME TRANSPORT THE DESIGN AND CONSTRUCTION OF THE TRANSPORT TRAILER SHALL PROVIDE FOR THE PROPER GV WR RATING, BASED ON THE WEIGHT DISTRIBUTION. TRANSPORT SHOULD BE POSSIBLE WITHOUT REQUIRING DISASSEMBLY OF ANY MAJOR COMPONENTS. TRAILER/TRANSPORT ASSEMBLY MUST INCLUDE ALL LIGHTING NECESSARY TO COMPLY WITH APPLICABLE STATE AND LOCAL X HIGHWAY USE REGULATIONS. 12.2 AXLES THE GRINDER SHALL HAVE THREE (3) AXLES MEASURING A MINIMUM OF 90" IN LENGTH WITH EACH AXLE HAVING AT LEAST A 20,000 LB X MINIMUM CAPACITY. 12.3 WHEELS THE FRAME WORK SHALL BE MOUNTED ON TWELVE (12) AUTOMOTIVE TYPE, ONE PIECE. DISK WHEELS, WITH PHNEUMATICX TIRES. 12.4 BRAKES THE GRINDER SHALL BE FURNISHED WITH, S-CAM AIR BRAKES MEASURING A MINIMUM OF 16'/:" IN DIAMETER AND T' WIDE AND A STANDARD EMERGENCY AIR BRAKE RELEASE BUTTON. X WITH ALL MEETING DOT REQUIREMENTS. 12.5 STABALIZERS THE GRINDER SHALL BE EQUIPED WITH HEAVY DUTY HYDRAULIC X STABILIZERS WITH LOCKING PINS _ 12.6 HITCH THE FRAMEWORK SHALL BE FURNISHED WITH A FIFTH WHEEL TYPE HITCH ASSEMBLY, RATED FOR NOT LESS THAN THE COMBINED WEIGHT OF THE COMPLETED ASSEMBLY WITH ALL X LIQUID TANKS FULL. 13. HYDRAULIC TANK WHEN FURNISHED, THE HYDRAULIC SYSTEM SHALL INCLUDE A RESERVOIR OF SUFFICENT CAPACITY TO PROVIDE ADEQUATE COOLING DURING FULL LOAD OPERATIONS AT 120 DEGREES X FAHRENHEIT. _ REVISED NO ITEM -- MINIMUM REQUIREMENTS SELLER COMPLIANCE Y p S NO 14. CONTROL S TA TION THE GRINDER SHALL BE PROVIDED WITH AN OPERATOR'S CONTROL STATION, ACCESSIBLE FROM GROUND LEVEL. THE STATION SHALL. INCLUDE CONTROLS FOR ENGINE START. SPEED, AND STOP, GRINDER DEVICE, FEED AND DISCHARGE CONVEYOR SPEEDS AND FOLD CONTROLS. STATION SHALL BE PROVIDED WITH A BACKLIT ILLUMINATED PANELTO ENABLE X THE OPERATOR TO SEE THE CONTROLS IN COMPLETE DARKNESS. 15. SECURITY THE TUB GRINDER SHALL BE EQUIPPED WITH LOCKS ON ALI. DOORS AND OTHER ACCESS POINTS IN ORDER TO PREVENT X THEFT AND/OR VANDALISM. 15.1 REMOTE I'HLi CONTROL STATION SHALL. INCLUDE A RADIO REMOTE FEATURE, ALLOWING THE LOADER OPERATOR TOTAL CONTROL X OF THE FEED AND GRINDING OPERATIONS. 15.2 SAFETY THE CONTROLS SHALL INCLUDE SAFETY DEVICE LOCATIONS ALLOWING THE IMMEDIATE SHUTDOWN OF FEEDING AND GRINDING OPERATIONS.THESE LOCATIONS SHALL BE CONVIENIENT TO A PERSON AT GROUND LEVEL WITH NOT LESS THAN ONE ON EACH SIDE OF THE MACHINE. MAC14INE SHALL ALSO BE EQUIPPED WITH NON-SKID SURFACE MATERIAL ON ALL OPERATOR AND MAINTENANCE PLATFORMS AND STEPS AND SHALL INCLUDE SAFETY RAILING AND HAND HOLDS IN PROPER PLACES. X 15.3 GUARDS THE MACHINE SHALL BE FURNISHED WITH GUARDS OFFERING PROTECTION FROM ALL EXPOSED MOVING PARTS, SPROCKETS, X CHAINS, ETC. 15.4 WARNING LIGHT A MINIMUM OF ONE (1) FULL VIEW, 360 DEGREE, STROBE OR ROTATION AMBER COLORED WARNING LIGHT SHALL. BE FURNISHED WITH AND LOCATED TO PROVIDE AN X UNOBSTRUCTED VIEW FROM ALL DIRECTIONS. _ 16 TOOL BOX ONE (1) HEAVY DUTY TOOL BOX, SIZED TO HOLD ALL TOOLS REQUIRED FOR DAILY MAINTENANCE OR CHANGE OUT TEETH AND HOLDERS, WITH PAD LOCK FEATURE SHALL BE FURNISHED X AND INSTALLED. 17. TOOLS VENDOR SHALL PROVIDE AN AIR OPERATED IMPACT WRENCI1, SOCKETS, END WRENCHES, HAMMER AND OTHER TOOLS X REQUIRED FOR CHANGING TEETH, HOLDERS AND SCREENS. 17.1 ROD PULLER HYDRAULIC ROD PULLER TO ASSIST IN REMOVING AND X REPLACING HAMMERMLLL RODS OR THE EQUIVILANT. 17.2 TIPS ONE COMPLETE SET OF REPLACEMENT TIPS, AS SPECIFIED X WITH MACHINE. WITH PURCHASE OF MACHINE. _ 18. WARRANTY OEM WARRANTY, OFFERING ONE HUNDRED PERCENT (100%) WITH 0 DEDUCTIBLE COVERAGE OF THE COMPLETE GRINDER ASSEMBLY AS FURNISHED, FOR NOT LESS TI IAN ONE YEAR OR 2,000 HOURS OPERATION, WARRANTY SHALL BE FURNISHED ON -SITE, WITH TRANSPORTATION AT THE VENDORS EXPENSE. WARRANTY REPAIRS SHALL BEGIN WITHIN FOURTY-EIGHT HOURS OF REQUEST, (WEEKDAYS) MONDAY THROUGH FRIDAY. VENDOR MUST PROVIDE THE CITY OF LUBBOCK WITH A WRITTEN DETAILED EXPLAINATION OF COVERED COMPONENTS THAT INCLUDES A X COMPLETE LISTING OF EXCLUSIONS. REVISED NO ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE Yes No 19 IRAINING VENDOR SHALL PROVIDE NOT LESS THAN THREE WORKING DAYS TRAINING, ON SITE,, TO INCLUDE A DEMOSTRATION OF CHANGING THE SCREENS, TEETH AND POOL HOLDERS. THE TRAINING SHALL BE SCHEDULED NOT LESS THAN TWO WEEKS X IN ADVANCE, WITLI SOLID WASTE DEPARTMENT PERSONNEL. OP IIONS 0.1 EXTENDED WARRANTY 3 YEARS ADDITIONAL (FOR A TOTAL OF d YEARS) OR 5,000 HRS EXTENDED WARRANTY TO COVER THE ENGINE, DRIVE SYSTEM. AND ALL ATTACHED ACCESSORIES, TRANSMISSIONS, CONVEYOR SYSTEMS, IIYDRAULIC SYSTEMS AND COMPONENTS, CONTROLS, ELECTRICIAL WIRING AND INSTRUMENTATION, AND THE COOLING SYSTEM. THE EXTENDED WARRANTY SHALL INCLUDE THE• SAME 28 000.00 REQUIREMENTS AS THE BASIC WARRANTY. S 02 AIR COMPRESSOR MAXIMUM PRESSURL'• 175 PSI 12.1 BAR, MAXIMUM AIR FLOW 29 CFM 2,000.00 .8 CMM, TANK CAPACITY 30 GAL 113.6 L. S t 03 FAN 60" (152.4 CM) DIA, FIXED PITCH I-IYD REVERSE OPTION g 8,500.00 ADJUSTABLE PITCH FAN WITH AN AUTOMATIC REVERSING FEATURE * (This option unnecessary due WHICH PERIODICALLY BLOWS DEBRIS OUT OF THE RADIATOR. THE to our self cleaning air intake FAN MUST BE EQUIPPED WITH A MANUAL OVERRIDE TO ALLOW THE screen). OPERATOR TO REVERSE THE FAN AT ANY TIME. 0.4 PULLY DELETED EXCEPTION$ TO THE SPECIFICATIONS EXCEPTIONS 1-0 THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY rtiL CONTRACTOR IN TIIE SPACE PROVIDED BELOW: NO. ITEM Exception description 3 Discharge Conveyor Specification calls for 48" wide belt. Our offering has 36" width 4.3 Tub Rotation We meet all specifications with exception of #140 drive chain. Our offering uses #120 chain. In use for 12 years and sufficient. 4.5 Tub Dimensions We meet all specifications with exception of minimum top diameter of 13'. Our top diameter is 12'6". 5.2 Drive This specification is proprietary to one brand. Our drive is wet clutch which is industry standard. 5.3 Feed Opening exact dimensions specified are proprietary to one brand. Our dimensions are 26.5" X 58.5". This provides greater square area than that specified. EXCEPTIONS TO SPECIFICATIONS CONTINUED NO. ITEM EXCEPTION DESCRIPTION 5.6 ROTOR SUPPORT Bearing size specified is 4-15/16". Our offering uses 4-7/16" bearings. 5.8 SPEED Specification calls for maximum allowable rotor speed of 1300 RPM. This is proprietary to one specific brand (see exception to NO. S.2). Our Offering's rotor has a low range of 1850 RPM. 5.9 SWING DIAMETER Specification calls for minimum 28". Our offering's swing diameter is 26". An insignificant difference. 5.10 WEAR PLATES Specification calls for 6 plates,''/<" thick. Our offering uses 8 plates, 'i/2" thick. 6.1 HAMMER TIPS Specification calls for exact dimensions and weight of 2-bolt tips. Our offering changed to 1-bolt tips at the request of our customers for easier replacement and lower tip cost. Our tips are 3"X 3" and are reversible. Note: All deviations from the published specifications are merely a result of individual manufacturer's engineering choices. The critical components of each of the different offerings are largely equal, across the board. Wear resistant steel in critical areas, drum steel wall thickness, carbide tips, articulating stacking conveyors, quality of conveyor belting materials. Our offering meets, and in some cases exceeds, the general intent of the published specification, as stipulated in the pre -bid meeting. 4012 INDUSTRIAL TUB GRINDER Specification Sheet SPECIFICATIONS: Weight with Loader 67.400 Ibs (30.572.13 ka ) Weight without Loader 60,040lbs (27,233.69 kg) Weight on Hitch Point with Loader 24,100 Ibs (10,934.66 kg) Weight on Hitch Point without Loader 11,400 Ibs (5,172.41 kg) Transport Width 11' 11" (3.63 m) Transport Height w/Loader 13' 5" (4.09 m) Transport Height no/Loader 11' 10" (3.61 m) Transport Length 46' 8" (14.22 m) Axles (3) - 22,500 Ibs (10,205 kg) Electrical 24 Volt Except Grapple Loader 12 Volt Tires 255/70R x 22.5 Horsepower 950HP (708.4kw) CAT C27 Tier II Diesel Engine Fuel Capacity 300 Gallons (1,135 L) Hydraulic Oil Capacity 110 Gallons (416.4 L) Lights Clearance, Directional Tub Width 12' 6" (3.81 m) Depth 56" (142.24 cm) Tub Diameter at Base 10' (3.05 m) Tub Wall 3/8" Thick (.953 cm) Tub Floor 112" Thick AR Steel (1.27 cm) Tub Drive 120H Chain Single Drive Hydraulic Motor Service Access 90 Degree Tilting Tub Discharge Conveyor 26' (7.92 m) Long x 36" (91.44 cm) Wide Belly Convevor 36" (91.44 cm) Wide Imoact Resistant Tub Speed Sensor Electronic Self Governing Rotor - Shaft Diameter 7" (17.78 cm) Alloy Steel Rotor Length 56" (142.24 cm) Rotor Plates 18" (45.72 cm) Diameter x 1 1/2" (3.81 cm) Thick Feed Opening 58-1/2" x 26-1/2" (148.59 cm x 67.31 cm) Screen Area 3140 Square Inches (20,258 square cm) Hammer Rods (8) - 2" (5.08 cm) Diameter Bearings 4-7/16" (11.27 cm) Oil Bath Bearings Hammermill Drive Direct Drive Through HPTO Oil Cooled Clutch Hydraulic Jacks Standard Equipment Screen Rack Standard Equipment Steel Tool Box Standard Equipment 26 WARRANTY STATEMENT DuraTech Industries International Inc. (DuraTech Industries) warrants to its authorized dealer, who in turn warrants to the original purchaser for twelve (12) months from Retail Sale Date that this product will be free from defects in material and workmanship when used as intended and under normal maintenance and operating conditions. This warranty shall become void if in the judgment of DuraTech Industries International, Inc. the machine has been subject to misuse, negligence, alterations, damaged by accident or lack of required normal maintenance, or if the product has been used for a purpose for which it was not designed. All claims for warranty must be made through the dealer who originally sold the product and all adjustments must be made through same. This warranty does not apply to items not manufactured by DuraTech Industries including but not limited to engines, batteries, and tires. Buyer must rely solely on the existing warranty, if any, of these respective manufacturers. In addition, normal wear items as defined by DuraTech Industries are not considered warrantable items. DuraTech Industries International Inc. shall not be held liable for damages of any kind, direct, contingent, or consequential to property under this warranty. DuraTech Industries International Inc. cannot be held liable for any damages resulting from causes beyond its control. DuraTech Industries International Inc. shall not be held liable under this warranty for rental costs or any expense or loss for labor or supplies. DuraTech Industries International Inc. reserves the right to make changes in material and / or designs of this product at any time without notice. This warranty is void if DuraTech Industries International Inc. does not receive a valid Retail and Warranty Card with a valid Machine Delivery Report at its office in Jamestown, North Dakota, USA, within ten (10) days of original purchase. All other warranties made with respect to this product, either expressed or implied, are hereby disclaimed by DuraTech Industries International Inc. 30 f}*fJecrire u•ah sales to the first user on or after March 1. 2008 CATERPILLAR LIMITED WARRANTY New 3000 Family, C0.5 through C4.4 and ACERT Industrial Engines Worldwide Caterpilhe Inc of any of its subsidiaries ("Caterpillar") warrants new 3000 Family, CO 5 through C4 4 and ACGRT industrial engines sold by it, to be free from defects in material and workmanship. ACERT industrial engines refer to the C6.6, C7, C9, C11. C13, CIS, C19, C27, and C32 engine models. ]'his warranty does not apply to engines sold for use in marine applicathtns, engines in machines manufactured by Caterpillar, or Caterpillar brand batteries. These products are covered by other Caterpillar warranties. Phis warranty is subject to the following Warranty Period File standard warranty period for new 3003, 3011, 3013. 3014, 3024. COS, C0.7, CLI, CL5, C1.6, and C2.2 engines used in mobile agricultural, industrial, locomotive and petroleum application (excluding Petroleum Power Systems) is 24 months or 2000 hours, whichever occurs first (with the first 12 months at unlimited hours) after date of delivery to the first user. The standard warranty period for new 3034, 3044, 3054, 3056, C3.4, C4.4, and C6,6 engines used in mobile agricultural, industrial, locomotive and petroleum applicattun (excluding Petroleum Power Systems) is 24 months or 3000 hours, whichever occurs first (with the first 12 months at unlimited hours) after date of delivery to the first user ]'he standard warranty period for new C7, C9, C 11. C13. C 15, C 18, C27, and C32 engines used in industrial application is 24 months or 3000 hours, whichever occurs first (with the first 12 months at unlimited hours), and 24 months for mobile agrictdhral applications, after date of delivery to Cite first user The standard warranty period for totaling clecirics (i) used on new 3(00 Family, CO.5 through C4.4 and C6.6 engines is 12 months from date of engine delivery to the first user. and (n) used on new C7, C9, Cl I, C13, C15. Clg, C27, C32 engines is 24 months or 3000 hours, whichever occurs first (with the lust 12 months at unlimited hours) aflcr date of engine delivery to the first user. The standard warranty period for Petroleum Power Systems is 12 months, alter dale of dchvery to the first user Extender] Warranty For new 3034, 3044, 3054, 3056. C3.4, C4.4, and C6.6 engines • f.ow ]].sage In cases where the engine use does not exceed 500 hours per year, the warranty period is extended for an additional year or ootil the engine use reaches a total of 1500 hours, whichever occurs first, after date of delivery to the first user. For all new 3DOO Family, CO.5 through C4.4, and ACERT engines • Major Components: A major components extended warranty applies solely to the following components cylinder block casting, cylinder head casting, crankshaft (excluding hearings), camshaft and connecting mds. These parts are warranted against defects in mittenal and workmanship for 36 months allcr date of dclivery to the first user. This warranty runs concurrently with the standard warranty period. Caterpillar Responsibilities If a defect in material or workmanship is found during the standard warranty period or the extended warranty period if applicable, Caterpillar will, during normal working hours and through a place of business of a Caterpillar dealer or other source appiovrd by Caterpillar • Provide (at Caterpillar's choice) new, Renonufacturcd or Caterpillar -approved repaired parts or assembled components needed to correct the defect. Note Items replaced under this warranty become the property of Caterpillar • Replace lubricating oil, filters, coolant and other service items made unusable by the defect. • Provide reasonable or customary labor needed to correct the defect, including labor to disconnect the product from and reconnect the product to its attached equipment, mounting, and support systems, if required, provided that 0) for new 3003, 3011, 3013, 3014. 3024, C0.5. CO.7, Cl 1, C1.5, C1.6, and C2.2 engines, ]ahoy to disconnect and nconnect the product is provided up to 10 hours (labor to disconnect and reconnect the product in excess of 10 hours is the user's responsibility), and (ii) for new 3034. 3044, 3054, 3056, C3.4, C4.4, and C6.6 engines, the labor to disconnect and reconnect the product is provided up to 15 hours (labor to disconnect and reconnect lite product in excess of I hours is the user's responsibility). For new 3000 Family and CO.5 through C7 engines: • Provide travel labor, up to four hours round trip, if in the opinion of Caterpillar, the product cannot reasonably be transported to a place of business of a Caterpillar dealer or other source approved by Caterpillar (travel labor in excess of four hours round trip, and any meals, mileage, lodging, etc is the user's responsibility). For new C9, Cl 1, C13, CI5, C 18, C27, and C32 engines' • Provide reasonable travel expenses for authorized mechanics, including meals, mileage, and lodging when Caterpillar elects -to make the repair on -site. User Responsibilities 'file user is responsible for • Providing pnof of the delivery date In the first user • Labor costs, except as stated under "Caterpillar Responsibilities". • Travel expenses not covered under "Caterpillar Responsibilities'* • All costs associated with transporting the product In and front the place of business of a Caterpillar dealer Of other source approved by Caterpillar • Premium or overtime labor costs • Parts shipping charges in excess of those that are usual and customary • Local taxes, if applicable. • Costs to investigate complaints, unless the problem is caused by a defect in Caterpillar material or wirkmanship. SI;LF5420 (continued on reverse side) Ii,A,O.D 4012 INDUSTRIAL GRINDER REFERENCES City of Alexandria 2900B Business Center Alexandria, Va 19405 610-239-9800 Roe Transportation Chad Roe 3680 W. Michigan St. Sidney, Oh. 45365 (Ufice 937-497-7161 Anniston Army Base (two machines) #7 Frankford Ave Anniston AL 36201 Contact: Phone: 256-235-7962 City of Fargo 4501 7th ave N. Fargo, ND 58102 Paul Hanson 701-476-5955 Owen Tree Service 225 N Lake George Rd Attica, MI 48412 Phone: 810-724-6651 Randy Owen Norman Development 2685 Celanese Rd, Suite 123 Rock Hill, SC 29732 Phone: 803-366-8141 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties, CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-278197 Industrial Disposal Supply Company Ltd. San Antonio, TX United States Date Filed: 10/31/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 11/06/2017 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. ITB-18-13652-KM Tub Grinder 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Olson , Candace San Antonio, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission vvww.ethics.state.tx.us Version V1.0.3337 CERTIFICATE OF INTERESTED PARTIES FORM S.295 l 0f l Complete Nos. 1- 4 and 6 if there are interested parties, OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 If there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-278197 Industrial Disposal Supply Company Ltd. San Antonio, TX United States Date Filed: 10/31/2017 2 Name of governmental entity or state agency that Is a party tot the contract for which the form Is being filed. City of Lubbock Date Acknowledged: 3 Provide the Identification number used by the governmental entity or state agency to track or Identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. ITB-18-13652-KM Tub Grinder 4 Name of interested Party City, State, Country (place of business) Nature of interest (chock applicable) Controlling Intermediary Olson, Candace San Antonio, TX United States X 5 Check only if there Is NO Interested Parry. 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. NETrE C '0'SARY p •0 Signs ure of authorized agent of contracting business entity � y F e AFFIX S� l VE i�' �307j308;: Sworn to an s me, by the said DARRYL FI SCHBECK this the 31 S t day otOCTOBER 20 17 to ce ich, witness my hand and seal of office. L (hiy +f ���1�� JEANF.TTF Min nnlla AR. MANAGER ignature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337