LANDFILL MINING EQUIPMENT FOR THE CITY OF DENTON

Similar documents
City of Glasgow Invitation To Bid/Purchase High-Speed Grinder

AK SERIES Grinders. AK 235 AK 510 K BioPower AK 560 EcoPower AK 560 EcoPower Plus AK 635 K AK 635 SA WE CARE

ADDENDUM NO. 1 FOR SPECIFICATION NO.: RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR

DW SHREDDERS AK GRINDERS SM TROMMELS DZ GRINDER/SHREDDER STATIONARY SYSTEMS

HIGH TORQUE SHREDDERS TERMINATOR & CRAMBO

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

The self-propelled Chipspreader shall be designed and constructed to apply a uniformly distributed application of cover and seal coat aggregates.

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

QJ331 Jaw Crusher Features & Benefits Revision

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

MOBILE RECYCLING PRODUCT RANGE

133x152 TWO PRODUCT RAMBLER. 133x152 TRACK MOUNTED IMPACT CRUSHER. Two Bars Per Row. 150mm x 320mm Bearing With Big Cast Base. Each Hammer lbs.

crambo LOW SPEED, HIGH TORQUE, DUAL SHAFT Shredder

INVITATION TO BID. January 10, 2018

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH ONE (1) NEW 40 TON LANDFILL COMPACTOR

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

FP-66 Horizontal Grinder

CRUSH EVERY JOB 2019 PRODUCT CATALOG AMERICAN-MADE INNOVATION SINCE 1966

DW Series Shredders. DW 2060 DW 2060 K BioPower DW 2560 DW 3060 DW 3060 K DW 3060 SA DW 3060 BioPower DW 3080 K3 WE CARE

SM/SST SERIES Trommel Screens

MP-2 Grinder & Colorizer

Self-Propelled Track Beast Recyclers / Horizontal Grinders

MOBILE Recycling Product Range

KENDALL COUNTY HIGHWAY DEPARTMENT

4242SR SPECIFICATION IMPACT CRUSHER APPLICATIONS. Above photograph features a 4242SR fitted with the optional side conveyor and magnet

AK 235 AK 435 AK 535 AK 635 / AK 635 SA. For a high-volume, workhorse grinder, the AK 535 provides 530hp of dependable material processing.

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

Bid Specifications. For The Purchase of One (1) New, Self-Propelled, Track Drive Compost Windrow Turner

BID SPECIFICATION SHREDDER/GRINDER TUB TYPE Vermeer TG800

428 TRAKPACTOR SPECIFICATION

I-130 Impact Crusher

I-140 Impact Crusher SPECIFICATION:

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

B-66 Horizontal Grinder

428 TRAKPACTOR SPECIFICATION

Request for Proposal. Rear Load Refuse Truck

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

Uses one power source to run a complete crushing operation and three auxiliary outlets.

UJ440I HD JAW CRUSHER FEATURES & BENEFITS. Rev

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

H G H O R I Z O N T A L G R I N D E R H G H O R I Z O N T A L G R I N D E R

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

Request for Proposal. Articulated Loader

Trommel 615 LL INTRODUCING THE. Powerscreen Ltd. Lower Main Street, Kilbeggan, Co. Westmeath, Ireland

Powerscreen Warrior Deck Heavy Duty Incline Screen. Specification - Rev /01/2017

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

Request for Proposal Snow Blower October 12, 2015

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

Powerscreen Commander 1400

Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls.

INVITATION TO BID (ITB)

Spec # Information Requested Answer

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

The standard ROCK BOX reduces wear on the discharge point by forming crushed material into a natural rock shelf to serve as a liner.

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

Powerscreen Metrotrak HA

MODEL "454L" MOBILE HIGH PRODUCTION CENTRAL MIX PLANT

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

The Regional District of Nanaimo (RDN) is seeking responses to the following tender:

Superior Guardian 6x20 3-Deck Tandem Screen Plant, Unit #838

NELSON COUNTY FISCAL COURT

CP-118 Wood Chip Processor

From: Arthur Canafe, P.E. Approved by: /s/ General Manager

Lokotrack ST2.4. Quality delivers Precision. Metso

CITY OF CHARLEVOIX REQUEST FOR BIDS WESTENBROEK SUBSTATION 48VDC BATTERY BANK

SPECIFICATION SHEET. R9 JAW CRUSHER R-Version

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

TerminaTor LOW-SPEED HigH TOrquE, SingLE SHafT SHrEDDEr universal application flexible ParTiCLE SizE

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

Superior Guardian 7x20 3-Deck Horizontal Screen Plant

MORBARK, LLC 8507 S. Winn Rd., PO Box 1000 Winn, MI Fax:

REQUEST FOR QUOTATION

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

Grinding Its Way To The Top

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

BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB35-33CS PITTS $32, (INCLUDING OPTIONS)

FLYWHEEL HORSEPOWER 228 kw rpm OPERATING WEIGHT kg 84,440 lb MOBILE CRUSHER. Photos may include optional equipment.

TENDER HALF TON PICKUP TRUCK, 4x4

Technical Specification. for. Supply, installation and commissioning of Diesel Generators for UNDP

COMPACT PLANT FT620 FEEDER TROMMEL TECHNICAL SPECIFICATION

Failure to comply with any of the instructions may be cause for the County to reject that bid.

OVERVIEW SCREEN MACHINE INDUSTRIES, INC.

Blockbuster Inc SPLITTER ( )

Spec # Information Requested Answer

Technical specification Cold milling machine W 2200

PRODUCT SPECIFICATION CONVEYOR RANGE

MOBILE CRUSHER. BR580JG-1 With Tier 3 Engine. NET HORSEPOWER 257 kw rpm OPERATING WEIGHT kg 108, ,440 lb

Memphis-Shelby County Airport Authority ( Authority ) Addendum No. 1 To Request for Bids For Sweeper with Snow Plow

1412 TRAKPACTOR SPECIFICATION

Municipal Solid Waste & Recycling Services. RFP #72-15 City of Portsmouth John P. Bohenko, City Manager

1900AL Electric Mining Shovel Product Overview

#2018-RFP-06. Utility Work Carts

NAME OF BIDDER MERCER GROUP INTERNATIONAL OF NJ, INC CALHOUN STREET CITY, STATE, ZIP TRENTON, NJ 08638

The American Road Machinery Company 17, 25, 30 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR June 2015

Transcription:

Materials Management Department 901-B Texas Street Denton, Texas 76209 SCOPE OF WORK Exhibit 3 RFP 6212 LANDFILL MINING EQUIPMENT FOR THE CITY OF DENTON

The scope of work shall be finalized upon the selection of the Firm. The respondent s submission shall have accurately described your understanding of the objectives and scope of the requested products and services and provided an outline of your process to implement the requirements of the Scope of Work and Services. It is anticipated that the scope of work will include, at a minimum, the following: TECHNICAL RESPONSIBILITIES AND REQUIREMENTS SCOPE The scope of work describes the purchase of heavy equipment which will be used by the City of Denton Landfill Operations. The following requirements shall be addressed. Equipment specifications are outlined in items 1. EQUIPMENT (1) Item 1 - Sorting Station (1) Item 2 Trommel (1) Item 3 Slow-Speed Shredder-Doppstadt 3060K Bio Power Type F (1) Item 4 Horizontal High-Speed Grinder EQUIPMENT SPECIFICATIONS All machines are to be NEW and of most current model year Engines must meet latest EPA emission specifications Tier 4 Final Fuel consumption data to be supplied for each proposed machine Service schedule to be provided for each proposed machine Warranty information to be provided for each proposed machine Specifications for each machine are listed in items 1 SERVICE RESPONSE/ DOWNTIME Selected vendor must have the capability to meet a maximum two (2) hour service response time, to arrive on site within two (2) hours from time of notification. Machine downtime will be limited to a total of seventy-two (72) clock hours. Vendor must have the capability to provide an equivalent machine for any downtime period exceeding seventy-two (72) clock hours. Vendor will provide a list of all branch locations and number of equivalent rental pieces available Exhibit 3 Page 1 of 16

DELIVERY Proposal will designate the location of the nearest parts and service center and include hours of operation. Operator training provided at time of delivery Delivery is weighted as 10% of the evaluation criteria. Bidders that exceed 90 day delivery will automatically be scored a 1%. OPTIONS The pricing sheet (Exhibit 1) will include options that the City of Denton may wish to purchase. A determination will be made based on pricing whether or not to include these in the awarded contract. WARRANTY The manufacturers standard warranty information will be provided with each bid submitted. Optional extended warranties may be requested in the pricing sheet (Exhibit 1) and may be awarded with the contract. NOTES Any and all exceptions to the above specifications must be noted. All bid prices shall include any standard factory equipment, standard safety equipment and any other installed items not specifically mentioned in the above specifications. Exhibit 3 Page 2 of 16

ITEM 1 - Sorting Station FUNCTION: DESCRIPTION: BID AWARD: Landfill operations This specification is intended to describe a Sorting Station to be used by the City of Denton Landfill Operations. The successful Bidder will be that Bidder quoting lowest cost, or best value as calculated in the Bid Schedule section of these specifications. It is the intent of the City of Denton to purchase a new, current production Sorting Station described herein from the successful Bidder at the Base Cost, with warranty used to determine the lowest hourly Operating Cost. GENERAL BID REQUIREMENTS: Bidders are cautioned to read the specifications carefully, as there may be special requirements not commonly offered by other contracts. Do not assume your standard unit will meet all detailed specifications. The following specifications describe the minimum requirements for one Sorting Station. The equipment bid shall be new, manufactured the same year or succeeding year of bid, of current design and production model and available to the commercial market. Any additions, deletions or variations from the following specifications must be noted or the bid will be rejected. Standard items appearing in the manufacturers published specifications furnished by the bidder shall be included in the bid unless otherwise noted. One copy of the manufacturer s published specifications, and preventive maintenance schedule shall be included with the bid. The following items are to be considered the minimum specification requirements for the Sorting Station. The Bidder MUST place a checkmark in the appropriate box to indicate: Yes the unit bid meets or exceeds the minimum required specification, or No the unit bid does not meet or exceed the minimum required specification listed. Items checked No MUST be explained, by attachment that provides a detailed explanation. Failure to do so may result in disqualification of bid. Additionally, failure to completely fill in all required information in all required information in the Bid Schedule may result in disqualification of bid. Exhibit 3 Page 3 of 16

ITEM 1 - Sorting Table: Doppstadt 604EXT or Equivalent 1. Engine: A. Diesel Powered Engine Capable of Running a minimum of B20 Biodiesel B. Fuel consumption data to be supplied C. Service schedule to be provided by vendor D. Water Cooled E. Low Fluid Level Sensors, high fluid temperature sensors, air and hydraulic oil filter sensors, low fuel level sensors F. Dry type air cleaner inlet with inner and outer filters G. Capable of running a full capacity for a minimum of 10 continuous hours H. All working components must be behind safety shields or lockable doors I. Automatic Greasers at all grease points J. Engine must have easy access panels 2. Cooling System A. The radiator shall be adequate size to cool the engine during operations at this facility with a ambient temperature range of 20 degree Fahrenheit to 105 degree Fahrenheit B. Fan shall provide adequate cooling for the radiator and engine during operations. C. Antifreeze protection to a -13 degree Fahrenheit, +265 degree Fahrenheit boil protection, safe to use on wet sleeve diesel engines. 3. Hydraulic Power System A. The hydraulic system shall be full filtered, self-contained to prevent contamination and increase safety. B. All cylinders are to be double action type. C. Hydraulic tank shall be equipped with oil sight glass. D. Extra hydraulic ports for other systems (explain pressure of system available to run other systems) E. Must have hydraulically controlled legs (elevating system) with a minimum height of 9 11. 4. Electrical System A. 24-volt system with diagnostic connector for troubleshooting B. Minimum 50-amp alternator Exhibit 3 Page 4 of 16

ITEM 1 - Sorting Table: Doppstadt 604EXT or Equivalent 5. Drive Train/Chassis/Hopper A. Minimum 6 cubic yard input hopper B. Easy access doors/panels to access pumps C. Must be track or wheel mounted axles capable of handling the weight of the sorting station D. Must have king pin for transportation E. Must have 3 foot hopper/chute extensions 6. Conveyor/Belt A. Minimum belt width of 60 B. Must have elevated cross band magnet, mounted not to magnetize the sorting table C. Must have cleated vulcanized conveyor belt D. Must have emergency stop switches at the side and rear conveyor E. PTO for further hydraulic connections F. Minimum 16 person station with 8 discharge chutes (four per side) for sorted materials G. Dual walk platforms with safety railing H. Minimum belt length of 96 I. Minimum height of 9 11 J. Minimum sorting station width of 11 K. Must have 8 overhead LED work lights mounted on the canopy facing the conveyor belt L. Must have variable speed conveyor 7. Walking Platform/Removable Overhead Canopy A. Must have safety railing all around the walking platform B. Must have stairs with safety railing to access walking platform C. Must have removable overhead canopy D. Must have 120v plugins for power on both sides 8. Must Be Able To Handle The Following Waste Streams/Commodities A. Municipal Solid Waste (MSW) I. Styrofoam B. Soil J. Wood C. Rock K. Paper D. Concrete L. Shingles E. Asphalt M. Glass F. Cardboard G. Metals H. Plastics Exhibit 3 Page 5 of 16

ITEM 1 - Sorting Table: Doppstadt 604EXT or Equivalent EXCEPTIONS Make any exceptions and clarifications on Attachment B portion of the Main RFP (6212-0), that are required to be turned in with your proposal. Exhibit 3 Page 6 of 16

ITEM 2-Trommel Doppstadt 720K or Equivalent FUNCTION: DESCRIPTION: BID AWARD: Landfill operations This specification is intended to describe a Trommel to be used by the City of Denton Landfill Operations. The successful Bidder will be that Bidder quoting lowest cost, or best value as calculated in the Bid Schedule section of these specifications. It is the intent of the City of Denton to purchase a new, current production Trommel described herein from the successful Bidder at the Base Cost, with warranty used to determine the lowest hourly Operating Cost. GENERAL BID REQUIREMENTS: Bidders are cautioned to read the specifications carefully, as there may be special requirements not commonly offered by other contracts. Do not assume your standard unit will meet all detailed specifications. The following specifications describe the minimum requirements for one Trommel. The equipment bid shall be new, manufactured the same year or succeeding year of bid, of current design and production model and available to the commercial market. Any additions, deletions or variations from the following specifications must be noted or the bid will be rejected. Standard items appearing in the manufacturers published specifications furnished by the bidder shall be included in the bid unless otherwise noted. One copy of the manufacturer s published specifications, and preventive maintenance schedule shall be included with the bid. The following items are to be considered the minimum specification requirements for the Trommel. The Bidder MUST place a checkmark in the appropriate box to indicate: Yes the unit bid meets or exceeds the minimum required specification, or No the unit bid does not meet or exceed the minimum required specification listed. Items checked No MUST be explained, by attachment that provides a detailed explanation. Failure to do so may result in disqualification of bid. Additionally, failure to completely fill in all required information in the Bid Schedule may result in disqualification of bid. Exhibit 3 Page 7 of 16

ITEM 2-Trommel Doppstadt 720K or Equivalent 1. Engine: A. Diesel Powered Engine Capable of Running a minimum of B20 Biodiesel B. Fuel consumption data to be supplied C. Service schedule to be provided by vendor proposal D. Water Cooled E. Low Fluid Level Sensors, high fluid temperature sensors, air and hydraulic oil filter sensors, low fuel level sensors F. Dry type air cleaner inlet with inner and outer filters K. Minimum Fuel Tank Capacity 70 Gallons, Capable of running at full capacity for a minimum of 10 continuous hours G. All working components must be behind safety shields or lockable doors H. Automatic Greasers at all grease points I. Engine must have easy access panels 2. Cooling System A. The radiator shall be adequate size to cool the engine during operations at this facility with a ambient temperature range of 20 degree Fahrenheit to 105 degree Fahrenheit B. Fan shall provide adequate cooling for the radiator and engine during operations C. Antifreeze protection to a -13 degree Fahrenheit, +265 degree Fahrenheit boil protection, safe to use on wet sleeve diesel engines. D. Must have automatic reversible Fan 3. Hydraulic Power System A. The hydraulic system shall be full filtered, self-contained to prevent contamination and increase safety. B. All cylinders are to be double action type. C. Hydraulic tank shall be equipped with oil sight glass D. Extra hydraulic ports for other systems (explain pressure of system available to run other systems) 4. Electrical System A. 24-volt system with diagnostic connector for troubleshooting B. Minimum 50-amp alternator Exhibit 3 Page 8 of 16

ITEM 2-Trommel Doppstadt 720K or Equivalent 5. Drive Train/Chassis/Hopper/Feeder/Screen/Drum A. Two speed track mounted B. Must be self-propelled C. Must be equipped with hydraulically controlled grizzly bars across the hopper opening D. Full remote control with display screen with charger able to control RFP idle, turn conveyors on and off, fold and unfold conveyors and track the machine forward and reverse. Must also have manual controls E. Self-propelled drive F. Minimum 6 cubic yard hopper G. LED work lights H. Easy access doors/panels to access pumps I. Screening drum must be a minimum of 18 in length J. Diameter of screening drum must be a minimum of 6 K. Screening drum must be variable speed L. Must be equipped with two sets of screens/drums with one being approximately.31-3.94 M. Must have easy removable screening drum/screens N. Must have auto cleaning of the screening drum by hydraulically controlled brushes O. Hydraulic front leg supports 6. Conveyor A. Minimum width of side conveyor of 40 B. Minimum width of rear conveyor of 40 C. Minimum length of side conveyor of 16 D. Minimum length of rear conveyor of 16 E. Discharge conveyor must be a minimum of 15 in length F. Must have cross band separator magnet and head roller magnets G. Must have cleated vulcanized conveyor belts H. Must have emergency stop switches at the side and rear conveyor I. PTO for further hydraulic connections J. Conveyors must have variable speed K. Conveyors must be fully skirted and sealed L. Must have variable operating angle controlled by double action cylinders M. Conveyors must have full length covers that can be easily removed or collapsed Exhibit 3 Page 9 of 16

ITEM 2-Trommel Doppstadt 720K or Equivalent 7. Must Be Able To Handle The Following Waste Streams/Commodities A. Municipal Solid Waste (MSW) B. Soil C. Rock D. Concrete E. Asphalt F. Cardboard G. Metals H. Plastics I. Styrofoam J. Wood K. Paper L. Shingles M. Glass EXCEPTIONS Make any exceptions and clarifications on Attachment B portion of the Main RFP (6212-0), that are required to be turned in with your proposal. Exhibit 3 Page 10 of 16

ITEM 3-Slow-Speed Shredder-Doppstadt 3060K BioPower Type F or Equivalent FUNCTION: DESCRIPTION: BID AWARD: Landfill operations This specification is intended to describe a Slow-Speed Shredder to be used by the City of Denton Landfill Operations. The successful Bidder will be that Bidder quoting lowest cost, or best value as calculated in the Bid Schedule section of these specifications. It is the intent of the City of Denton to purchase a new, current production Slow- Speed Shredder described herein from the successful Bidder at the Base Cost, with warranty used to determine the lowest hourly Operating Cost. GENERAL BID REQUIREMENTS: Bidders are cautioned to read the specifications carefully, as there may be special requirements not commonly offered by other contracts. Do not assume your standard unit will meet all detailed specifications. The following specifications describe the minimum requirements for one Slow-Speed Shredder. The equipment bid shall be new, manufactured the same year or succeeding year of bid, of current design and production model and available to the commercial market. Any additions, deletions or variations from the following specifications must be noted or the bid will be rejected. Standard items appearing in the manufacturers published specifications furnished by the bidder shall be included in the bid unless otherwise noted. One copy of the manufacturer s published specifications, and preventive maintenance schedule shall be included with the bid. The following items are to be considered the minimum specification requirements for the Slow-Speed Shredder. The Bidder MUST indicate any exceptions in the area indicated after every item. Any exceptions MUST be explained, by attachment that provides a detailed explanation. Failure to do so may result in disqualification of bid. Additionally, failure to completely fill in all required information in all required information in the Bid Schedule may result in disqualification of bid. If the bidder has no exceptions please indicate that by putting none in the appropriate area. Exhibit 3 Page 11 of 16

ITEM 3-Slow-Speed Shredder-Doppstadt 3060K BioPower Type F or Equivalent 1. Engine: A. Four stroke, Diesel Powered Engine Capable of Running a Minimum of B20 Biodiesel, B. Minimum 490 HP C. Fuel consumption data to be supplied D. Service schedule to be provided E. Water Cooled F. Low Fluid Level Sensors, high fluid temperature sensors, air and hydraulic oil filter sensors, low fuel level sensors G. Dry type air cleaner inlet with inner and outer filters H. Fuel Tank Capacity 175 Gallons I. All working components must be behind safety shields or lockable doors J. Automatic Greasers K. Motor must have easy engine access panels L. Access panel to allow easy opening and closing of comb teeth M. Access to engine compartment via ladder 2. Cooling System A. The radiator shall be adequate size to cool the engine during operations. B. Fan shall provide adequate cooling for the radiator and engine during operations. C. Antifreeze protection to a -34 degree Fahrenheit minimum. D. Must have automatic reversible Fan (fan swings for engine access) 3. Transmission System A. Two speed track mounted drive. 4. Hydraulic System A. The hydraulic system shall be full filtered, self-contained to prevent contamination and increase safety. B. All cylinders are to be double action type. C. Hydraulic tank shall be equipped with oil sight glass. D. Extra hydraulic ports for future conveyor connection 5. Electrical System A. 24-volt system with diagnostic connector for troubleshooting B. Minimum 50-amp alternator Exhibit 3 Page 12 of 16

ITEM 3-Slow-Speed Shredder-Doppstadt 3060K BioPower Type F or Equivalent 6. Drive Train/Chassis/Hopper/Drum/Comb A. Minimum overall weight of 60,000lbs B. Two speed track mounted C. Full remote control with display screen with charger able to control RFP idle, teeth open and close, turn conveyors on and off, fold and unfold conveyors and track the machine forward and reverse. Must also have manual controls D. Self-propelled drive E. Minimum 6 cubic yard hopper F. Maximum filling hopper height 10 G. Must have dust control system H. LED work lights I. Easy access doors/panels to access pumps J. Replaceable wearing teeth on the drum K. Replaceable teeth on the comb L. Must have breakaway combs M. Must Be Able To Be Fitted With a Variety of Teeth For Different Shredding Applications N. Easy interchangeable wear items on both the drum and comb O. Air Compressor Mounted on unit to service and blow machine off P. Must have hydraulically foldable rear conveyor Q. Feeding roller must be a minimum of 5 in length, minimum diameter of 20 7. Conveyor A. Minimum discharge height 13 8 B. Minimum discharge belt width 38 C. Height adjustable cross belt magnet and head roller magnets D. Must have cleated vulcanized conveyor belt E. Foldable discharge conveyor EXCEPTIONS Make any exceptions and clarifications on Attachment B portion of the Main RFP (6212-0), that are required to be turned in with your proposal. Exhibit 3 Page 13 of 16

ITEM 4 - Horizontal High-Speed Grinder FUNCTION: DESCRIPTION: BID AWARD: Landfill operations This specification is intended to describe a Horizontal High-Speed Grinder to be used by the City of Denton Landfill Operations. The successful Bidder will be that Bidder quoting lowest cost, or best value as calculated in the Bid Schedule section of these specifications. It is the intent of the City of Denton to purchase a new, current production Horizontal High-Speed Grinder described herein from the successful Bidder at the Base Cost, with warranty used to determine the lowest hourly Operating Cost. GENERAL BID REQUIREMENTS: Bidders are cautioned to read the specifications carefully, as there may be special requirements not commonly offered by other contracts. Do not assume your standard unit will meet all detailed specifications. The following specifications describe the minimum requirements for one Horizontal High-Speed Grinder. The equipment bid shall be new, manufactured the same year or succeeding year of bid, of current design and production model and available to the commercial market. Any additions, deletions or variations from the following specifications must be noted or the bid will be rejected. Standard items appearing in the manufacturers published specifications furnished by the bidder shall be included in the bid unless otherwise noted. One copy of the manufacturer s published specifications, and preventive maintenance schedule shall be included with the bid. The following items are to be considered the minimum specification requirements for the Horizontal High-Speed Grinder. The Bidder MUST indicate any exceptions in the area indicated after every item. Any exceptions MUST be explained, by attachment that provides a detailed explanation. Failure to do so may result in disqualification of bid. Additionally, failure to completely fill in all required information in all required information in the Bid Schedule may result in disqualification of bid. If the bidder has no exceptions please indicate that by putting none in the appropriate area. Exhibit 3 Page 14 of 16

ITEM 4 - Horizontal High-Speed Grinder 1. Engine: A. Four stroke, Diesel Powered Engine Capable of Running a Minimum of B20 Biodiesel, B. Minimum 900 HP C. Fuel consumption data to be supplied D. Service schedule to be provided E. Water Cooled F. Low Fluid Level Sensors, high fluid temperature sensors, air and hydraulic oil filter sensors, low fuel level sensors G. Dry type air cleaner inlet with inner and outer filters H. Minimum Fuel Tank Capacity 300 Gallons I. All working components must be behind safety shields or lockable doors J. Automatic Greasers K. Motor must have easy engine access panels L. Access to engine compartment via ladder M. Inner and outer air engine filters 2. Cooling System A. The radiator shall be adequate size to cool the engine during operations. B. Fan shall provide adequate cooling for the radiator and engine during operations. C. Antifreeze protection to a -34 degree Fahrenheit minimum. D. Must have automatic reversible Fan 3. Transmission System A. Two speed track mounted drive. 4. Hydraulic System A. The hydraulic system shall be full filtered, self-contained to prevent contamination and increase safety. B. All cylinders are to be double action type. C. Hydraulic tank shall be equipped with oil sight glass. D. Extra hydraulic ports for future conveyor connection 5. Electrical System A. 24-volt system with diagnostic connector for troubleshooting B. Minimum 50-amp alternator Exhibit 3 Page 15 of 16

ITEM 4 - Horizontal High-Speed Grinder 6. Drive Train/Chassis/Hopper/Feeder/Screen A. Minimum overall weight of 70,000lbs B. Two speed track mounted C. Full remote control with display screen with charger able to control RFP idle, turn conveyors on and off, fold and unfold conveyors and track the machine forward and reverse. Must also have manual controls D. Self-propelled drive E. Minimum 6 cubic yard hopper F. Must have dust control system G. LED work lights H. Easy access doors/panels to access pumps I. Easy access doors/panels to access the feeder roller J. Must have easy adjustable/removable screen grate K. Must have a minimum of 36 swinging hammer bits L. Must have replaceable anvils M. Must have easy replaceable scraper floor N. Air Compressor Mounted on unit to service and blow machine off O. Must have hydraulically foldable rear conveyor P. Must have emergency shut off located on the machine and the remote Q. Engine and mill to be located on opposite ends of the machine R. All wear items must be removable for replacement 7. Conveyor A. Minimum width of infeed conveyor 42 B. Minimum discharge height 14 6 C. Minimum discharge belt width 48 D. Head roller magnets E. Cross belt magnet F. Must have cleated vulcanized conveyor belt EXCEPTIONS Make any exceptions and clarifications on Attachment B portion of the Main RFP (6212-0), that are required to be turned in with your proposal. Exhibit 3 Page 16 of 16