Loading...
R-00-10-26-13C2 - 10/26/2000RESOLUTION NO. R- 00- 10- 26 -13C2 WHEREAS, the City of Round Rock has duly advertised for bids for the purchase of a heavy duty tub grinder for brush recycling for the Parks and Recreation Department, and WHEREAS, Morbark, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Morbark, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Morbark, Inc. is hereby accepted as the lowest responsible bid and the City Manager is hereby authorized and directed to issue a purchase order to Morbark, Inc. for the purchase of a heavy duty tub grinder for brush recycling for the Parks and Recreation Department. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. RESOLVED this 26th day of Oc 000. / RO:i` A. STLUKA, J ;1, Mayor AT ST: � / City of Round Rock, Texas •1L4 / /L� /A Jf. 4 E LAND, City Secretary %\ WPDOCS \RESOLUTI \R01026C2.WPD /ac BID TAB BID NUMBER 00 -019 BID OPENING 10112/00 3:PM TUB GRINDER,TRAILER MOUNTED VENDOR MORBARK INC. DELNERY: 45 DAYS ARO TOTAL: $195,488.00 VENDOR Industrial Disposal Supply DELNERY: 45 days ARO TOTAL: 5217,367.00 VENDOR Vermeer DELIVERY 30 DAYS ARO TOTAL: $268,862.00 VENDOR SMORACY LLC DELIVERY 45 DAYS ARO TOTAL 5206,14800 VENDOR RUSH EQUIPMENT CTR TOTAL: 9REFI ewe Biditem(s) QTY Unit$ Extended Unit$ Extended Unit $ Extended Unit Extended Unit$ Extended 1 7013 GRINDER 1 0183,347.00 0183,347.00 8193,505.00 9193,505.00 9265,982.00 9268,982.00 191,710.00 9191,710.00 NO BID MORBARK Dur4Teoh VERMEER BEAST3680L 1050 00-10F 2 OPT 1- MAGNETIC END 1 N/C 92,295,00 92,29500 WC 5,100.00 05,101.00 NO BID 3 OPT 2-AUXILIARY AIR COMPRES 1 02,05000 52,050.00 $4,10400 94,104.00 N/C 3,000.00 $3,000.00 NO BID SAYLOR -BEALL 4 OPT 3- LOCABLE TOOL BOXS 1 WC n/c N/C STD 5 OPT 4-DYDRAULIC REVER FAN 1 05,947.00 $5,947.00 97,650.00 07,650.00 NOT NEEDED NOT AVAIL 604/7 5- REPLACE SHANKS 1 01,600.00 01,800.00 95,44100 95,441.00 110 2,900.00 02,900.00 00010 70PT 6-REPLAC HAMMER TIPS 1 079200 $792.00 92,075.00 52,075.00 WC 1,62000 91,620.00 NO BID 8 OPT 7- REPLACE FILTERS 1 $320.00 532000 0227.00 9227.00 N/C 42000 9420.00 NO BID 9 OPT B- AoornONAL SCREENS 1 51,23200 $1,232.00 92,070.00 52,070.00 1 1,380.00 91,390.00 NO BID 10 OPT 11 -TOW DEVICE 1 NIC n/c N/C STD 11 OPT 12- REMOTE CONTROL 1 94,23500 54,275.00 3,383.00 $3,380.00 14/5 3,100,00 $3,700.00 NO BID NOTE: TOTAL PRICES DO NOT INCLUDE OPTION 12- REMOTE CONTROL CITY OF ROUND ROCK HEAVY DUTY TUB GRINDER TRAILER MOUNTED PART I GENERAL CLAUSES AND CONDITIONS SPECIFICATION NO. 00- 578 -64 DATED: OCT. 2000 1. The equipment fumished under this specification shall be the latest improved model in current production, as offered to commercial trade, and shall be of quality workmanship and material. The bidder represents that all equipment offered under this specification shall be new. USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE. 2. Bidder should submit with the bid, the latest printed literature and detailed specification on equipment the bidder proposes to furnish. This literature is for informational purposes only. 3. The unit shall be completely assembled and adjusted, and all equipment including standard and supplemental equipment shall be installed and the unit made ready for continuous operation. 4. All parts not specifically mentioned which are necessary for the unit shall be complete and ready for operation or which are normally furnished as standard equipment shall be furnished by the vendor. All parts shall conform in strength, quality and workmanship to the accepted standards of the industry. 5. The unit provided shall meet or exceed all federal and state of Texas safety, health, lighting and noise regulations and standards in effect and applicable to equipment furnished at the time of manufacture. 6. The City of Round Rock is committed to procuring quality goods and equipment. We encourage manufacturers to adopt the International Organization for Standardization (ISO) 9001 -9003 standards, technically equivalent to the American National Standards Institute /American Society for Quality Control (ANSUASQC Q91 -93 1987), and obtain certification. Adopting and implementing these standards is considered beneficial to the manufacturer, the City, and the environment. It is the City's position that the total quality management concepts contained within these standards can result in reduced production costs, higher quality products, and more efficient use of energy and natural resources. Manufacturers should note that future revisions to this specification may require ISO certification. 7. APPLICABLE LAW: the laws of the State of Texas shall govern this agreement and all subsequent amendments. No rights, remedies, and warranties available to the City under this agreement or by operation of law are waived or modified unless expressly waived or modified by the City in writing. 8. VENUE: The parties agree that venue for any litigation arising from this agreement shall lie in Williamson County, Texas. 9. EXCEPTIONS: If any exceptions are taken to the specification(s) and/or the terms and conditions of the solicitation, the Bidder shall clearly indicate the exceptions taken and include a full explanation as a separate attachment to the Offer. The failure to identify exceptions or proposed changes with a full explanation shall constitute acceptance by the Bidder of the specifications and/or terms and conditions for purposes of executing a contract. 1 OF 9 1. SCOPE: This specification describes a heavy duty, commercial, diesel powered tub grinder (hammermill type) with rotating tub. Unit shall have attached loader and be mounted on a fifth wheel trailer. Tub grinder shall be designed to grind brush, pallets, demolition material, land - clearing debris, yard waste and other organic material into various grinds from primary grind to compost. Units furnished to these specifications shall meet or exceed all requirements herein. 2. INTENT: These specifications cover only the general requirements as to the performance and some design criteria, as well as vendor responsibilities for manufacturing a commercial tub grinder. Minor details of construction and materials not otherwise specified shall be the sole responsibility of the manufacturers. The manufacturers shall be responsible for designing and furnishing a system that meets all of the performance requirements and design criteria herein, as well as provide equipment that is designed for the intended application. Example: Morbark Model 1050 Duratech HD-10F Tornado Or City approved equal NOTICE TO BIDDERS: Any example shown is listed to show type and class of equipment desired. Bidders are cautioned to read the specifications carefully, as there may be special requirements not commonly offered by the equipment manufacturer. Do not assume your standard equipment meets all detailed specification merely because it is listed as an example. Bidders are cautioned that unit(s) delivered to the FOB points, which do not meet specifications in every aspect will not be accepted. 3. PRODUCTION RATE: Production rate shall be calculated per hour based on the TNRCC standard screen size of 3" x 5 ". Minimum performance is further defined as: 3.1 Stumps and Logs (diameter 10 ") 3.2 Brush and Yard Waste 3.3 Pallets /Construction Waste PART II SPECIFICATIONS 15 tons or 65 Yards per Hour 25 tons or 105 Yards per Hour 10 tons or 45 Yards per Hour SPECIFICATION NO. 00- 578 -64 DATED: July 2000 4. ENGINE: Caterpillar, John Deere or City approved equal, liquid cooled, diesel engine with a minimum 400 HP, 2200 rpm or as recommended by manufacturer to ensure the production rate identified above. Engine shall be equipped with: NOTE: If unit is a singlegengine operation, the engine shall have enough power to operate both tub and grapple without affecting production rate. 4.1 Fuel Tank — Shall be of the size and capacity for continuous operation of the machine for a minimum of 10 hours without refueling. 4.2 Automatic Emergency Shut -down - engine protection system for low oil pressure, high engine temperature, or high water temperature. 4.3 Three plate, 14" clutch 4.4 Minimum anti- freeze protection (20 F degrees) 4.5 Full flow oil filter — Canister type 4.6 Minimum 24 volt starter system 4.7 Radiator with secondary screen. 4.8 Engine shall meet all current year Federal Air Quality Standards (FAQ) Page 2 of 9 SPECIFICATION NO. 00- 578 -64 DATED: July 2000 5. INSTRUMENT CONTROL PANEL: Instrument control panel shall be centrally located on machine with debris shield for safety of operator. The instrument panel shall have a lockable, vandal resistant, enclosure that is safely located away from all moving parts. Swing out dash panel may be included if standard offer. Control panel shall include, but not be limited to, the following features: 5.1 Emergency engine shutdown switch 5.2 Engine temperature gauge 5.3 Hydraulic temperature gauge 5.4 Oil PSI gauge 5.5 Engine fuel gauge and Hydraulic oil gauge 5.6 RPM control for auto rotation 5.7 Variable speed controls for conveyors and tub rotation 5.8 Tub hydraulic controls and manual backup switches (See tub section for specifics on tub hydraulic capabilities). 5.9 All grinder functions shall be operated from the control banks on the grinder or by optional radio remote controller. 6. TUB: Unit shall be hydraulic operated and have a minimum 10' diameter tub opening. Unit shall also include, at minimum, the following features: 6.1 Constructed of a minimum of 'A" steel walls and 3/8" thick steel flooring with welded -in flare supports for the tub when it is in the vertical position. 6.2 Tub shall tilt sideways for easy access to hammer mill area, screens and belly conveyor with full open position being no less than 90 degrees. The tub shall be able to rotate in either direction when tilted. 6.3 The rotation and speed of the tub shall be reversible and variable with a control lever and flow control valve located at the control panel. 6.4 Unit shall utilize a single hydraulic motor with a planetary gearbox or dual hydraulic motor and drive chain combination. The tub shall be raised and lowered with a hydraulic cylinder and have pressure operated check valves for safety reasons and a mechanical lockout. 7. TUB DISCHARGE features shall include 7.1 Processed material shall be carried to a stacking conveyor via either auger or belt discharge system. 7.2 Bottom of tub discharge chute shall be lined with a minimum of 'A" thick wear resistant (T -1) steel replaceable wear plates, if bidding auger discharge system. 7.3 Tub cover for debris containment. The cover shall be rotated hydraulically into transport or operating position. Hydraulically operated latches shall lock the cover in transport position. Controls to position the cover shall be located on the control panel and on the remote control unit (Remote control unit referenced on this Specification, Part Il, paragraph 17). Page 3 of 9 8. CONVEYOR Rear discharging conveyor shall 8.1 Be minimum 24 inches wide by 22 foot long belt conveyor. 8.2 Be minimum of 30 inches wide in belly of grinder beneath the tub if providing belly conveyor (belt discharge system). 8.3 Have a minimum 13' stacking height and shall fold hydraulically over the top of the tub for transporting 8.4 Have re- lubricated drive and idler rollers with remote grease fittings for out of reach bearings. 8.5 Utilize a 3 -ply, cleated, gravel style belt or city approved equal. 8.6 The conveyor belt shall be reversible. SPECIFICATION NO. 00- 578 -64 DATED: July 2000 9. SELF LOADER: The tub grinder shall be equipped with an integrated knuckleboom loader for the loading of the grinder without an extra piece of support equipment. This loader shall be equipped with a minimum 23' BOOM with a 280° rotation or better to provide adequate reach to effectively feed the grinder. 9.1 Cab: The loader cab shall meet all the following requirements 9.1.1 Mechanical joystick controls or equal. 9.1.2 Diesel engine powered. 9.1.3 Heating and Air Conditioning 9.1.4 Lockable cab door 9.1.5 Cab guard, if necessary, to protect operator and cab from flying material 9.1.6 Hydraulic system powered by same system that runs the tub grinder. 9.1.7 Glass view plate for operator shall have 360 degree visibility 9.1.8 Window wipers and cab interior lights. 9.2 Grapple: The tub grinder shall be equipped with a grapple with 360° rotation. The grapple shall be wide enough to provide for adequate volume to load the grinder effectively for production rates specified. 9.2.1 Lift capacity shall be adequate to feed the tub grinder. Examples of strength capability are as follows: • Example — 2,800 Pounds overall at full extension • Example — 6,000 Pounds in -tight lifting 10. HAMMERMILL: Unit shall accommodate both fixed and swing hammers, be a minimum of 44" long, and contain the following features: 10.1 Rotation of the Hammermill shall be 1: I ratio to the engine rpm. 10.2 Utilize direct drive with torque limiter to protect engine and tub from shock loads. 10.3 Cylinder plates shall be made from minimum of 1" thick wear resistant (T -1) steel plates. 10.4 Hammermill shall be approximately 25" by 45" 10.5 Minimum 4 /" diameter rotor shaft 11. HAMMERS: Unless otherwise stated in IFB, unit(s) ordered under this specification shall be fixed hammer and shall contain the following features: Page 4 of 9 SPECIFICATION NO. 00- 578 -64 DATED: July 2000 11.1 Equipped with fixed hammers, minimum 26 lbs. each, with replaceable inserts. Inserts shall be made of carbide impregnated steel or equal. NOTE: Manufacturer shall consider performance and provide the appropriate number of hammers accordingly. 11.2 Mill Rods — The rods used to retain the hammers in the mill shall be made from a minimum 1 -1/4 inch diameter steel. 12. SCREEN REQUIREMENTS: The tub grinder(s) shall be delivered with a three inch by five inch set of screens. 12.1 Screens shall be heavy duty split screens with minimum I/2 inch thick split- Hardox 400 steel and breaker bar from T -1 steel. Screen Area — Minimum of 2,145 square inches 12.2 There shall be screens located on two (2) sides of the Hammermill. A set of screens shall consist of two screens. 12.3 Screens shall be constructed so that they can be removed without unbolting or removing welds. NOTE: Screens that require changing from inside the tub are unacceptable. 13. HYDRAULIC SYSTEM (ANSI STANDARD): Pressure compensated hydraulic system with power for elevation, extension, rotation, and related movements. Tub Grinder unit shall have a complete hydraulic system operating at a minimum of 2200 PSI with the following features: 13.1 Hydraulic pump(s) shall be powered by the engine identified elsewhere in this specification. 13.2 Hydraulic reservoir shall be 70 gallon minimum capacity with full flow return filtration and vandal lock cap. 13.3 A system inclusive of all necessary hoses, fittings, connectors, reservoir, sight gauge, filter, instrumentation and other items necessary for operation. 14. ELECTRICAL SYSTEM: Electrical system shall be a 24 volt, negative ground system with the following minimum features: 14.1 24 VOLT BATTERY — Two 12 VOLT, lead -acid, wet cell battery 8 -D, not Tess than 1155 cca at 0 degrees F manufacturer's rated capacity 14.2 ALTERNATOR — Alternator shall not be less than 60 amperes rated capacity. 14.3 All electrical wiring shall be insulated and enclosed in a fibrous loom, plastic loom or flexible conduit for protection from external damage and shorts\circuits. Wiring shall be securely fastened at sufficient intervals to prevent sagging and insure clearance of mechanical parts. Routing of the wiring through the frame or the like shall be in such a manner so as not to interfere with the normal operation/use or present a safety hazard. Rubber grommets shall be used where wires or harness pass through metal. 14.4 All electrical circuits shall have circuit breaker /spade style fuse protection. The unit shall be equipped with an electrical battery disconnect and 90 amp breaker. 15. REMOTE CONTROL: A six (6) function wireless, radio operated, remote control unit shall be provided. Remote controlled functions shall include, but not be limited to: 15.1 Variable speed tub rotation (forward & reverse) Page 5 of 9 15.2 Engine rpm's (high and low), and emergency engine kill. 15.3 Control conveyor height and functions 15.4 Reliable operation up to 300 feet away from the tub grinder. SPECIFICATION NO. 00- 578 -64 DATED: July 2000 16. TRAILER AND SUSPENSION Tandem Axle trailer that permits towing over the highway. When folded or collapsed into a transport position the equipment must meet or exceed all applicable highway use regulations. NOTE: No overweight permits shall be needed for transport. Trailer shall include, but not be limited to, 16.1 DUAL AXLE: Two (2) minimum 20,000 LB axles that comply with all Federal Motor Vehicle Safety Standards requirements. 16.2 FRAME: shall be constructed of steel and designed to withstand the pressure of continuous operation and rough terrain. 16.3 BRAKES: Air trailer brakes with 12 % inch x 7 '/ inch S -Cam air brakes on all wheels with automatic moisture ejectors. The system shall comply with Federal Motor Vehicle Safety Standard requirements. 16.4 WHEELS AND TIRES: Eight (8) 16 -ply tires with highway tread and mounted on 17.5 x 8 steel wheels or as recommended by manufacturer. 16.5 GVWR: The design and construction shall provide for the proper GVWR rating based on weight distribution. 16.6 STABILIZER LEGS: Minimum of two (2) hydraulic powered, stabilizer legs to maintain machine in the upright position during power up procedure and operation mode with out the support of the tow vehicle. 16.7 LIGHTING: Clearance, directional and tail- lights as a minimum. All lighting shall comply with all applicable highway use regulations I6.8 FENDERS: shall have full, sloping, fenders with rear facing mudflaps, in order to protect the tires and suspension from dropping material. 16.9 KINGPIN: The tub grinder shall be equipped with a two inch SAE heavy -duty forged kingpin with a V inch thick Bolster plate. 17. PAINTING: The unit shall be painted with lead free paint in manufacturer's standard color without advertisements, except for glass, rubber and those metallic accessories or fixtures constructed of rust - resistant or plated material not normally painted. Lead paint is not acceptable. All surfaces shall be thoroughly prepared and cleaned to remove dirt, oil, grease, slag, scale and other foreign matter prior to priming. The cleaned and prepared surfaces shall be compatible with the finished coat in order to insure proper adhesion of the finished coat. The finish coat shall be first quality air drying paint with a minimum dry film thickness of 1 -mil. Page 6 of 9 18. SAFETY PLAQUES OR DECALS: Safety plaques or decals shall be furnished and shall be affixed at any hazardous area on unit. The safety plaques or decals shall describe the nature of the hazard, level of hazard seriousness, how to avoid the hazard and the consequence of human interaction with the hazard. Permanent plaques are preferred to decals. Type, size and location of product safety plaques or decals shall be in accordance with the latest revision of ANSI Z535.4. 19. INSTRUCTION ON SAFETY, OPERATION AND PREVENTIVE MAINTENANCE: The vendor shall provide to the City at no cost, a minimum of two days instruction on operation, safety and maintenance of the unit by factory- trained personnel after the machine has been delivered and is ready for operation, but prior to payment. 20. MANUALS: Two copies of manuals shall be delivered with each unit. These manuals shall include, but not be limited to, an illustrated parts book, operator's manual and service manual. These also shall include, at minimum, all appropriate manuals for the device hydraulic system, controls and electrical system. 20.1 Additionally, two sets of complete wiring and hydraulic schematics shall be delivered with each unit. All schematics shall be clear, legible and indicate the location of each component. Hydraulic schematics shall include the diameter and length of each hose and the manufacturer and part number of each fitting. 20.2 The manuals and schematics supplied shall provide complete and comprehensive information on all equipment, equipment components and accessories, as supplied to comply with this specification. If changes, modifications, additions or alterations of any kind are made on the equipment, the vendor shall provide blueprints, line drawings and descriptive text sufficient to allow one of average skill in general mechanics to diagnose, repair and maintain the equipment and all components. 20.3 On equipment assembled from manufactured components, parts manuals shall show the manufacturer of each part and all cross referencing between the vendor and the manufacturers. 20.4 The following additional information shall be provided by the vendor at time of delivery if it is not included in the manuals required above. 20.4.1 Manufacturer's recommended service /preventive maintenance and overhaul intervals. 20.4.2 Recommended fluids, lubricants and their SAE equivalents. 21. WARRANTY: The unit shall be warranted against defects in material and workmanship. The unit shall have a minimum of twelve (12) months' warranty on the grinder, cab and grapple and twelve (12) months on the engine beginning with the date of acceptance. If the manufacturer's standard warranty exceeds these limits then the manufacturer's standard warranty shall be in effect. A copy of the manufacturer's warranty shall be delivery with the unit(s). PART III DELIVERY, ACCEPTANCE„ AND Page 7 of 9 SPECIFICATION NO, 00- 578 -64 DATED: July 2000 1. DELIVERY REOUIREMENTS: Delivery of the equipment shall be completed within the number of days bid. The successful bidder should contact the designated contract administrator to arrange time and day for delivery. The unit shall be serviced and checked as recommended by manufacturer prior to delivery. Contact the following City representative to coordinate delivery: Name: EMSUD HOROZOVIC Title: URBAN FORESTER, Parks & Rec. Dept Phone: 512- 341 -3350 Pager: 512- 204 -4783 SPECIFICATION NO. 00- 578 -64 DATED: July 2000 Delivery of all equipment on this order shall be completed within the number of days bid; as recorded on bid sheet and shown on the resulting contract/purchase order. Any units not delivered within this time frame may be canceled from the purchase order or, at the City's option, an extension may be granted, whichever is in City's best interest. 1.1. If any units are canceled for non - delivery, the needed equipment may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 1.2. Delivery shall be to the City of Round Rock Recycling Center located at 310 Deepwood Drive, Round Rock, Texas, 78681. The bidder is hereby notified that this center's regular working hours are M -F, 9:30am to 6:00pm. 2. ACCEPTANCE: Acceptance inspection and performance testing will not take more than ten working days, weather permitting. The vendor will be notified within this time frame if the unit delivered is not in full compliance with the purchase order specifications. If any units are canceled for non - acceptance, the needed equipment may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 3. SERVICE: The successful bidder shall have service and maintenance available to the City within a 125 mile radius of the City, and shall be able to respond to a request for service within 24 hours of notification for service or maintenance. 4. CANCELLATION: Either party may cancel the contract/purchase order, without penalty, by providing thirty (30) days prior written notice to the other party. Termination under this paragraph shall not relieve the Contractor of any obligation or liability that has occurred prior to cancellation. NOTE: This contract/purchase order is subject to cancellation, without penalty at any time the City deems the vendor to be non - compliant with contractual obligations. 5. INVOICES: Invoices shall state contract/purchase order number and shall be sent to the following address: City of Round Rock Finance Department 221 East Main Street Round Rock, TX 78664 -5299 6. PROMPT PAYMENT POLICY: Payments will be made within thirty (30) days after the city receives the supplies, materials, equipment, or the day on which the performance of services was completed or the day on which the City receives a correct invoice for the supplies, materials, equipment or services — whichever is later. The Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by the City in the event: 6.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or 6.2. The terms of a federal contract, grant, regulation or statute prevent the City from making a timely payment with Federal Funds; or 6.3. There is a bona fide dispute between the Vendor and a vendor's subcontractor or between a subcontractor and its suppliers concerning supplies, material or equipment delivered or the services performed which caused the payment to be late; or Page 8 of 9 SPECIFICATION NO. 00- 578 -64 DATED: July 2000 6.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or contract or other such contractual agreement. 7. OVERCHARGES: Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USGA Section 1 et seg., and which arise under the antitrust laws of the State of Texas, Bus. and Com. Code, Section 15.01, et semc . PART V OPTIONAL EQUIPMENT The following optional equipment must be identified on the IFB to be a bid item. 1. OPTION 1: MAGNETIC END OR HEAD PULLEY on conveyor with collecting slide tray or chute for ferrous metal removal. 2. OPTION 2:. AUXILIARY AIR COMPRESSOR - Tub Grinder shall be equipped with a minimum 5 HP Air Compressor. An air line shall to be plumbed to the Hammermill area to enable the use of air tools to change bolt -on inserts. An air wrench, hose and socket (for insert bolts) shall also be provided. 3. OPTION 3: LOCKABLE TOOL BOXES, FUEL TANKS AND HYDRUALIC TANKS. All hydraulic lines must be in steel tubing wherever possible. 4. OPTION 4: HYDRAULIC REVERSING FAN — Purging device for purging dust and debris from radiator screen. 5. OPTION 5: REPLACEMENT SHANKS (hammer insert holder) - One complete set of replacement shanks shall be provided for each unit furnished to these specifications. These sets of shanks shall equal, in every respect, those described in this specification as well as those provided on the unit itself at time of delivery. Each shank shall be labeled with the equipment manufacturer's part number as shown in the manufacturer's parts book and shall be furnished at the time of delivery. 6. OPTION 6: REPLACEMENT HAMMER TIPS. Two (2) complete sets of replacement hammer tips shall be provided for each unit furnished to these specifications. These sets of hammer tips shall equal, in every respect, those described in this specification as well as those provided on the unit itself at time of delivery. Each hammer tip shall be labeled with the equipment manufacturer's part number as shown in the manufacturer's parts book and shall be fumished at the time of delivery. 7. OPTION 7: REPLACEMENT FILTERS. A complete set of replacement filter elements shall be provided for each unit furnished to these specifications. This set of filter elements shall include air, fuel, oil, and hydraulic filters used on the equipment. Each filter shall be labeled with the equipment manufacturer's part number as shown in the manufacturer's parts book and shall be furnished at the time of delivery. 8. OPTION 8: ADDITIONAL SCREENS. Provide two additional sets of screens...Manufacturer shall have available at least three (3) different screen sizes ranging from 2" square through 5" x 7" to allow for the customization of the end product with a single set of screens The City will select screen sizes at time of award. 9. OPTION 9: ROTOR CONVERSION PACKAGE — (for fixed hammers) 10. OPTION 10: SWINGING HAMMERS - 1 % INCH THICK CARBIDE IMPREGNATED BELL SHAPED HAMMERS WITH CONICAL BITS RETAINED IN THE HAMMERS WITH' /." DIAMETER HEX NUTS Page 9 of 9 „loss Morbark Tub Grinder Morbark's Model 1050 Industrial Tub Grinder is designed for applications requiring greater pro- duction output than our Model 1000 Tub —but with less capital investment than the Model 1100. The 10 foot diameter tub and hammermill of the Morbark Sales Corporation 8507 S. Winn Road P.O. Box 1000 Winn, MI 48896 (800) 233-6065 (517) 866 -2381 Fax (517) 866 -2280 r o d u c t I n f o r m a t i o n Model 1000 have been incorporated into the heavier frame and suspension of the Model 1100, allowing a knuckleboom loader and operator's cab to be installed on the unit. The addition of the loader significantly enhances production output — as op- posed to merely dumping material in with a front end loader. The Model 1050 processes pallets, brush, demolition debris, discarded lumber, bark, mill scrap and other wood fibrous material up to eight inches in diameter. Depending on material, volume reduction as high as 10 to 1 and output levels from 60 to 130 yards per hour can be expected with the Model 1050. As with all Morbark tub grinders, this unit is completely self - contained and portable. Standard equipment includes hydraulic tub tilt, folding discharge conveyor, direct drive with torque limiter and a pressure compensated hydraulic system. E -mail: morbark @worldnetatt.net Web site: http: / /www.morbark.com Morbark Tub Grinder Model 1050 , GENERAL Heavy duty Length 37'6° hammermill can n Height 13'4° accommodate both Width (Vansport) 8'8° fi % ` Gross weight 42,000 lbs. fixed or swing . \ , 1 i Tongue weight 14,000 lbs. hemmers_depending Axle weight 28,000 lbs. on the owner's Tandem axle trailer 45,000 lbs. suspension processing needs ra y . F p Tires (8) 255 -7OR x 22.5, 16 ply radials Brakes air Stabilizer legs (2) manual Drive direct with slip clutch Towing arrangement fifth wheel Engine Caterpillar, Cummins or John Deere Horsepower 325 to 475 . 7 . . 7 \ i Fuel tank capacity 180 gallon Standard features i Hydraulic oil tank capacity 120 gallon Include full hydraulic r • ° CAB & LOADER tub tilt for ulck q i . .� ' ) ,, r r Enclosed weatherized operator's cab, 6 -way adjustable seat, clean out of material complete with all controls and debris and easy } ' i Moffitt model 250 knuckleboom loader with 25' extended access to ' — � d /d l1( I reach and 280° swing, continuous swing bypass grapple with hammermill ® G 360° tum - Lift capacity 7,500 lbs. at 10' TUB Full hydraulic tilt tub 106° diameter tub opening, 8' diameter at Inside base and 52° deep The Model 1050 • Walls constructed of 1/4° reinforced steel plate, floor features dual 12° -- - constructed of 3/8° thick T -1 wear - resistant steel diameter underneath e Tub supported by (10) rubber tire guide rolls carried on a 1- augers discharging 1/2° diameter chrome shaft to a belt This \ .cr - Hydraulic forward and reverse system provides fast ' _ Safety shut down system exit of material .. — HAMMERMILL & SCREENS resulting In high 26° x 46° hammermill opening production and less 16° diameter x 44° long rotor with (8) 1.1/4° heat - treated maintenance. -- - ms`s hammer retaining rods mounted on a 5° diameter rotor shaft Equipped with (36) 1° thick balanced heat - treated hard - surfaced swing hammers 3/4° thick T -1 steel heavy duty split screens 7 Wear plate & screen area 2,424 sq. Inches DISCHARGE SYSTEM Torque limiting slip clutch protects engine and clutch ., 7 rrry ° q% , rl O ° fd onto a 28° wide x 24' wo 2 12 diameter augers discharge T long heavy duty belt conveyor assembly against OPTIONS sudden shock or I r Rotor conversion package for fixed hammers overload. (, ' - Electric power Break -away torque limiter Joystick controls Combination air conditioner /heater Tarantula grapple - Wlreless remote control Variety of conveying & material handling equipment Magnetized end pulley with collecting slide tray for ferrous metal removal Tub cover for debris containment al 12 -98R speeirauonsaubjenm change wwgotDoke. Auxiliary air compressor 12' flair on tub opening DATE: October 18, 2000 SUBJECT: City Council Meeting — October 20, 2000 ITEM: 13.C.2. Consider a resolution authorizing the City Manager to issue a purchase order to Morbark, Inc. for the purchase of a heavy -duty tub grinder for brush recycling for the Parks and Recreation Department. The Brush Recycling Center will provide for the disposal and reduction of brush generated by the City and its residents. The purpose of the tub grinder is to improve the collection, disposal, and recycling of brush within the City. This piece of equipment will cost $195,488.00 and is funded in the General Fund.