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