WARREN COUNTY HIGHWAY DEPARTMENT



BID REQUEST

The Warren County Commission is accepting bids for a motor grader. Bid specifications are available at the Warren County Clerk’s Office, 101 Mockingbird Ln, Ste 302, Warrenton, MO 63383 or call Gary Ruether, Road Supervisor (at 636-456-3512), with any questions. Bids are due April 6, 2020 at 2:00 p.m. Sealed bids, marked “Sealed bid, Motor Grader” may be sent to the Warren County Commission, 101 Mockingbird Ln, Ste 300, Warrenton, MO 63383. The bids will be opened at that time in the Commission Chambers.

The Warren County Commission reserves the right to reject any and all bids and to waive any informality therein. The Commission reserves the right to accept the bid, which, in its judgment is deemed most advantageous to the county. No bids will be accepted by facsimile transmission.

Bid Specifications

Motor Grader

The Warren County Commission (County) is requesting bids for a motor grader for the Road and Bridge Department. The machine shall be comparable to 772G John Deere, 140 series caterpillar.

CONDITIONS

Unit offered under this advertisement shall be new, standard production models of the latest design in current production.

Materials shall be of good commercial quality for the intended service and shall be produced by use of current manufacturing processes. Material shall be treated to resist rust, corrosion and wear.

The design of the mechanical members shall be such that the stress imposed through normal shock loads at maximum engine torque shall not cause rupture or permanent deformation or undue wear on any member.

The bidder shall satisfy the County that they maintain a store or branch within 100 miles of the working location of the machine, staffed with qualified servicemen and with provisions for storing a representative supply of parts for the machine offered and with provisions for securing parts from the manufacturer within a reasonable length of time.

Bidders must submit with their bid the latest printed specifications and advertising literature on the units they propose to furnish.

Bidder shall be prepared to give a complete demonstration of the merits of the machine offered as directed by the County. The machine so demonstrated shall be complete as offered by the bidder for this bid.

The bidder shall list on a separate sheet of paper any variations from, or exceptions to, the conditions and specifications of this bid. This sheet shall be labeled “exception(s) to bid conditions and specifications”, and shall be attached to the bid.

The price or prices quoted shall include all transportation for delivery and pick up after buy back at awardees expense. Check will be delivered to county when graders are picked up per repurchase agreement.

County reserves the option of selling the trade-in outright.

Award will be made to the lowest or best bidder. The quality of the articles to be supplied, their conformity with the specifications, their suitability to requirements, delivery terms and guarantee clauses shall be taken into consideration. Guarantee Clauses; Clauses requiring specific guarantees to cover parts delivery, parts repair, total repairs and resale value may be included.

Bid to be made on County bid sheets.

The purchaser reserves the right to reject any or all bids, to waive any informality in bids, to accept in whole or in part such bid or bids as may be deemed in the best interest of the County.

The bidder awarded the contract must furnish an operator with the machine for one day.

1. GENERAL

This machine shall be a new, currently advertised, standard production and current year of manufacture motor grader.

.

2. WEIGHT

a) Basic operating weight shall not be less than 38,000 lbs. (includes basic machine, plus ROPS cab, 3650 mm (14’) moldboard, hydraulic sideshift/tip, full fuel tank and 79.4 kg (175 lb) operator).

3. POWER TRAIN

Motor grader shall be equipped with differential lock.

a) Engine

The engine shall be diesel type; six (6) cycle, fully equipped with all necessary accessories.

Engine shall develop at least 190 hp in 1st gear. Net flywheel power shall be for the standard equipped engine. Standard engine equipment shall include fan, air cleaner, water pump, lubricating oil pump, fuel and alternator.

The rated horsepower shall be at a speed of no more than 2100 rpm.

The engine shall be mounted so as to be accessible for adjustment and normal

routine servicing without being detached from the grader unit.

Machine shall be equipped with an air dryer if necessary.

Engine air cleaner shall be dual element dry type.

Engine air cleaner shall have a service indicator.

Engine shall have separate engine oil cooler to minimize internal wear.

Engine will be equipped with block heater.

b) Transmission

The transmission shall be a direct drive power shift with no torque converter.

The transmission shall provide at least eight (8) speeds forward, and at least six (6) speeds in reverse.

The transmission shall provide a minimum of 26 MPH in top gear forward.

Foot controlled inching pedal shall be provided to allow close, precise control in

close quarters.

Separate transmission oil cooler shall be standard.

c) Final Drives

Final drive shall be compact planetary design.

This shall be quoted as a 6 wheel drive

d) Tandems

Minimum distance between center of tandem wheels shall be 1524 mm (60”).

4. BRAKES

Service brakes shall be oil disc, sealed from water, mud and dust.

5. WHEELS AND TIRES

All six (6) tires to be new, tubeless grader type with traction tread 14.00 x 24, 12 PR. Tires shall be Michelins x Snoplus steel belted radial.

6. STEERING

Machine turning radius shall not exceed 25’ using front wheel steering, frame articulation, and differential unlock (attachment).

7. FRONT AXLE

Motor grader shall have hydraulic learning front wheels.

Front wheels shall have not less than 18º left or right lean.

Locking pin arrangement on front axle wheel lean shall provide positive locking for transport.

8. MAIN FRAME

The main frame shall be articulated.

Main frame shall be of flanged single box section construction.

9. ARTICULATION JOINT

An articulation indicator shall be available to allow the operator to correctly align the frame.

Articulation Joint shall have mechanical locking device to prevent articulation while servicing or transporting machine.

Articulation shall be controlled by a switch.

10. CONTROLS

Controls to operate blade lift, centershift, circle reverse, wheel lean, and all attachments shall be full hydraulic.

Hydraulic pump shall be a variable displacement piston type designed to provide fast, constant, predictable response at any engine speed or number of controls engaged.

Controls shall be closely spaced to allow two control knobs to be easily spanned with one hand.

11. HYDRAULIC SYSTEM

Hydraulic pump dump valve shall be provided to relieve circuit pressure for easier cold weather starting.

Hydraulic system shall be a closed center system for constant, immediate hydraulic response.

Hydraulic tank shall be a non-vented design to seal out dirt and contaminants.

Hydraulic system shall operate at a minimum of 2750 PSI.

Hydraulic filters shall have visual filter indicator to alert the operator when filters are clogged.

Hydraulic pump shall produce at least 50 GPM of oil flow.

12. MOLDBOARD

The moldboard shall be 3650 mm (14’) long and no less than 19 mm (3.4’) thick.

The moldboard should be reinforced by a full-length continuous (standard) welded box section design.

The manufacturer’s standard moldboard cutting edge shall be capable of high impact applications.

13. CIRCLE and DRAWBAR

The moldbar, circle, and drawbar assembly shall be of sturdy construction and shall be attached to the frame by a ball stud. The circle support shoes must have provision to adjust for wear. It must be capable of 360º rotation.

The circle shall be supported by the drawbar with a minimum of four support shoes.

14. OPERATOR COMPARTMENT

Control Console

Seat shall be single place and adjustable both fore and aft.

Air conditioner and AM FM radio.

Seatbelt shall be standard.

Wiring for two-way radio.

15. CAB

Motor grader shall be equipped with a rollover protective structure (Tall Cab).

Cab shall have sound suppression material on ceiling, rear panel and floor as standard.

Cab shall have four wipers (front upper, both lower windows and rear window).

Windshield washer shall be standard.

16. SERVICEABILITY

Transmission removal shall be independent of the engine for ease of maintenance.

17. SAFETY and SOUND SUPPRESSION

Parking brake control lever actuation shall simultaneously move the transmission control lever to neutral to avoid accidental engagement of the transmission.

Transmission control circuit shall be neutralized automatically when engine is turned off to avoid machine movement if engine is inadvertently restarted with control lever in gear.

Motor grader shall be equipped with backup alarm horn as standard.

18. ATTACHMENTS

Motor grader shall have tandem drive train differential with operator lock, unlock control, capable of being applied under load.

Front mounted scarfire.

Motor grader shall be equipped with headlights, taillights, turn signals and hazard flashers, auxiliary front and rear work lights. Headlights shall be mounted on the top corners of the cab below the top.

Motor grader moldboard shall be equipped to hydraulically side shift to right and left of center position.

Motor grader moldboard shall have hydraulic tip control through an arc of 45º (5º aft, 40º fore).

Motor grader shall be equipped with key-locked, hinged, swing open engine compartment doors for vandalism protection and ease of service.

Motor grader shall be equipped with heater.

There will be a blade float capability in the hydraulic system to permit more accurate following of ground contour during grading.

Motor grader shall be equipped with low temperature starting system consisting of heavy-duty starting motor and two 12-volt batteries.

Motor grader shall be equipped with engine coolant heater.

Motor grader shall be equipped with a slip clutch in the blade circle drive.

Motor grader shall be equipped with 10” rims to accommodate 14.00 24 tires.

One spare rim for the machine shall be included except for John Deere and Caterpillar if current rim is the same as those the county has on hand.

Machine shall be equipped with a rear drawbar, bottom guard.

If down time is more than three (3) working days the company will furnish a comparable grader for use of the county during this time.

19. DELIVERY

State estimated delivery time.

20. WARRANTY

Machine shall carry a 6 year/ 6000 hours total machine warranty from the manufacturer.

Including travel time and mileage

21. OPTIONS

Bid machine with Pilot Controls and bid a machine with industry-standard lever placement. Bid labor and parts separate for oil and filter changes for 6,000 hours.

TOTAL COST BID FORM

Warren County, Missouri

1. MAKE AND MODEL OF EQUIPMENT BEING BID

____________________________________________ $___________

F.O.B. Warren County Road Shed, Warrenton, MO

2. REPAIR EXPENSE for 6 years or 6,000 hours, whichever is first $ ___________

3. GUARANTEED “MINIMUM REPURCHASE” in 6 years $___________

DELIVERY DATE _____________________

If not listed as a variation on the bid, all items in the County Specifications shall be included in the price. Warren County reserves the right of visual inspection and/or demonstration.

BIDDER’S NAME: _______________________________

ADDRESS: _______________________________

_______________________________

SIGNATURE: _______________________________

TITLE: _______________________________

DATE BID ACCEPTED: ______________________________

BY: ____________________________________________

TITLE: ____________________________________________

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download