6212 - Landfill Mining Equipment, 3.Statement of Work/ Specifications
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
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 1 of 16
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
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 2 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.
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 3 of 16
ITEM 1 - Sorting Station
FUNCTION: Landfill operations
DESCRIPTION: This specification is intended to describe a Sorting Station to be used by
the City of Denton Landfill Operations.
BID AWARD: 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.
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 4 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
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 5 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
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 6 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.
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 7 of 16
ITEM 2-Trommel – Doppstadt 720K or Equivalent
FUNCTION: Landfill operations
DESCRIPTION: This specification is intended to describe a Trommel to be used by the
City of Denton Landfill Operations.
BID AWARD: 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.
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 8 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
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 9 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
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 10 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.
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 11 of 16
ITEM 3-Slow-Speed Shredder-Doppstadt 3060K BioPower Type F
or Equivalent
FUNCTION: Landfill operations
DESCRIPTION: This specification is intended to describe a Slow-Speed Shredder to be
used by the City of Denton Landfill Operations.
BID AWARD: 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.
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 12 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
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 13 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.
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 14 of 16
ITEM 4 - Horizontal High-Speed Grinder
FUNCTION: Landfill operations
DESCRIPTION: This specification is intended to describe a Horizontal High-Speed Grinder
to be used by the City of Denton Landfill Operations.
BID AWARD: 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.
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 15 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
RFP # 6212
Scope of Work/ Technical Specifications
Supply of Service
EXHIBIT 3
RFP # 6212 – Exhibit 3 Page 16 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.