ohio state dot contract · the awarded vendor must be able to provide vehicles and ... o three...

81
OHIO STATE DOT CONTRACT Invitation to Bid # 170-19 Commodity / Service: Wheel Loader Bid Submission Deadline: May 17, 2018 Company Name: Doosan Infracore North America

Upload: dinhcong

Post on 21-Jul-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

OHIO STATE DOT CONTRACT

Invitation to Bid # 170-19

Commodity / Service: Wheel Loader

Bid Submission Deadline: May 17, 2018

Company Name: Doosan Infracore North America

Page 2: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No.: 170-19 Location: All Districts Commodity: Wheel Loader Multiple Award Pricing: http://www.dot.state.oh.us/Divisions/ContractAdmin/Contracts/PurchDocs/170pricing.xls

INVITATION TO BID (ITB) State of Ohio, Department of Transportation

Office of Contract Sales, Purchasing Services Jerry Wray, Director

Bid Submission Deadline (Bid Opening Date): May 17, 2018 at 2:00 p.m. eastern time

Submitted by:

Company Name:

Federal Tax ID No.:

Physical/Mailing Address: Remit to Payment Address:

Street Address:

P.O. Box:

City:

St:

Zip:

Contact Person and Phone Number: (authorized to answer questions about your company’s bid)

E-Mail Address (required): (person who filled out bid)

E-Mail Address (required): (for notification of future bid opportunities)

Telephone Number 800 Number Fax Number

Return Properly Marked, Complete Bid Packages To: Ohio Department of Transportation Office of Contract Sales, Purchasing Services, 1st floor 1980 West Broad St. Mail Stop 4110 Columbus, OH 43223

BIDDERS MUST SUBMIT ANY QUESTIONS, CLARIFICATIONS, OR INQUIRIES REGARDING THIS INVITATION TO BID VIA THE FOLLOWING WEBSITE:

http://www.dot.state.oh.us/Divisions/ContractAdmin/Contracts/Pages/PurchasePBQ.aspx

Doosan Infracore North America

81-2433879

2905 Shawnee Industrial Way

Suwanee

Georgia

30024

Suite 100

David Dixon (470) 865-1585

[email protected]

[email protected]

470-865-1585

Page 3: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

4

Page 4: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

5

TABLE OF CONTENTS

REQUIREMENTS/SPECIFICATIONS .............................................................................. Error! Bookmark not defined.

PRICING SECTION .......................................................................................................... Error! Bookmark not defined.

INSTRUCTIONS FOR SUBMITTING BIDS ..................................................................... Error! Bookmark not defined.

GENERAL DEFINITIONS................................................................................................. Error! Bookmark not defined.

STANDARD TERMS AND CONDITIONS ........................................................................ Error! Bookmark not defined.

ODOT COOPERATIVE PURCHASING PROGRAM ....................................................... Error! Bookmark not defined.

DISTRICT MAP ................................................................................................................ Error! Bookmark not defined.

SIGNATURE PAGE .......................................................................................................... Error! Bookmark not defined.

APPENDICES

Page 5: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

6

Wheel Loaders 4/17/2018

REQUIREMENTS/SPECIFICATIONS

Section 1: Intent

The purpose of this invitation to bid is to establish a term contract for three types of wheel loader units. All vehicles will be the latest current model incorporating the latest engineering changes, with manufacturer's standard equipment, unless otherwise specified, meeting all the standards listed below.

Section 2: Multiple Award

ODOT will accept all responsive bids submitted on or before the specified bid opening date and make an award to all responsive bidders pursuant to O.R.C. 5513.02.

Section 3: Contract Duration

The effective duration of this contract shall be for twelve (12) months from the Date of Award.

Section 4: Price Increases

Price increases during the term of this contract will only be approved for Federal mandates. A price increase request must be made in writing to the Office of Contracts and include all documentation that supports the need for the price increase. ODOT reserves the right to cancel the contract if the price increase is considered unacceptable. If acceptable, new pricing will take effect 30 days after the date of the acceptance letter.

Section 5: Free on Board (F.O.B.) Destination

The net unit bid price shall include delivery charges, Free on Board (F.O.B.) to any of ODOT’s twelve (12) Districts and eighty-eight (88) county destination locations in the State of Ohio, as per the enclosed map: NOTE: Purchase orders when issued, will detail specific destination points.

District 1 - Lima District 7 - Sidney District 2 - Bowling Green District 8 - Lebanon District 3 - Ashland District 9 - Chillicothe District 4 - Akron District 10 - Marietta District 5 – Jacksontown District 11 – New Philadelphia District 6 – Delaware District 12 – Garfield Heights Central Garage – Columbus (CG) OPI/CCI – Chillicothe

Section 6: Delivery

Delivery of the vehicle(s) will be F.O.B. Destination to the ship to address listed on the purchase order (this includes Co-Op) locations.

Delivery shall be required to be completed within 180 calendar days of receipt of valid Purchase Order.

Section 6.1: Delivery Hours

All deliveries made to a Department of Transportation facility must be made between the hours of 8:00 a.m. and 2:30 p.m., Monday through Friday, unless special permission is granted by the Department to temporarily waive or adjust this requirement.

Page 6: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

7

Section 6.2 Fuel

Each vehicle must be delivered with a full tank of fuel.

Section 6.3 Identification Number

With invoicing, provide description and serial/vin number for each commodity being built.

Section 7: Purchase Orders

The awarded vendor must be able to provide vehicles and accept orders for the entire duration of the contract.

Section 8: Dealers and Service

It will be the responsibility of the awarded vendor/manufacturer to provide a list of loader dealers in the State of Ohio who are authorized to provide warranty and service repair.

Section 9: Trade-in

The Ohio Department of Transportation (and Political Subdivisions) reserves the right to offer used, operational equipment as trade-ins. The trade-in equipment will be complete and in running condition. The Administrator of the Office of Equipment Management reserves the right to reject or refuse any trade-in allowances offered if it is determined by ODOT that refusal will be in ODOT’s best interest.

Section 10: Options List

All bidders are required to provide a complete manufacturer’s options list for the make and model being bid.

Provide these options in excel pricing options list.

Section 11: Descriptive Literature

Bidders are required to provide descriptive literature that fully describes the vehicle being offered. This descriptive literature must be included with the bid package.

Page 7: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

8

Section 12: Specifications

All parts not specifically mentioned, which are necessary to provide a complete unit, or normally furnished as standard equipment shall be furnished. The parts shall conform in strength, quality of material and workmanship to what is normally provided in the industry. This equipment must meet ALL Federal and State regulations. Please notice that the Metric system and comparable British system (in parentheses) is being used for these specifications. Bidders are required to submit with their bids, the latest literature that fully describes the units being bid and complete the attached Specification and Documentation of Compliance Sheet. Should a bidder fail to submit the literature and complete the attached Specification and Documentation of Compliance sheet, the bid will not be considered. Failure to meet both requirements shall be just cause to consider your bid non responsive. The signing of this bid shall be considered a certification that the model as bid herein is the latest current model and will include the manufacturer’s latest engineering changes. The Ohio Department of Transportation will consider performance history of similar equipment, vendor’s service and vendor’s overall responsiveness to the Department of Transportation’s utility of the products. The Bidder of the machine which is considered for award shall, at the request of the Ohio Department of Transportation, demonstrate the equipment at a location chosen by the Department Personnel to prove any feature or performance capabilities which may be in question. Should the Demonstration Machine fail to meet Department requirements, the machine shall be adjudged as non-conforming to bid specifications. A machine failing to meet the Department’s requirements/specifications, set forth in this bid document, can be removed from the contract at any time.

Page 8: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

9

Minimum Specifications

Light Duty Wheel Loader ITEM NO. MINIMUM SPECIFICATIONS

A. GENERAL1A. 4-wheel drive.2A. The equipment will meet all federal and state regulations. 3A. Minimum Operating Weight: 9,071 kg. (20,000 lbs.) 4A. FOPs (Falling Object Protection Structure) and ROPs (Rollover Protection System) equipped

per manufacture’s standard. 5A. Limited Slip Differentials. 6A. Automatic Greasing Units. 7A. 3 complete services as per the manufactures standard services (services are to be performed

at the loaders current location). 8A. Lockable compartments: engine bay, battery compartment, DEF tank, fuel tanks, right and left

side doors, and hydraulic tank or approved equal. B. ENGINE

1B. Engine Manufacturer and Model specified in Excel pricing page. 2B. Cold Weather package: Heavy duty batteries, low temperature hydraulic oil, block heater and

fuel heater or approved equal. 3B. Cooling system, reversible fan. 4B. 4-stroke, Turbocharged.5B. Fuel Injected.

C. TRANSMISSION1C. Transmission Type specified in Excel pricing page options list. 2C. 4-speed travel transmission or approved equal.3C. Hydraulic actuated, maintenance-free, multiple wet disc with accumulator to all four wheels or

approved equal. D. BUCKET & BOOM

1D. Minimum 2.5 yd³ Bucket. Provide additional larger bucket sizes in the excel options list. 2D. Bolt on cutting edge. 3D. Auxiliary locking hydraulics with quick disconnect hoses. 4D. Loader must meet minimum clearances with bucket in full dump position (measurement at

bottom edge of bucket) – Height: 123”, Horizontal reach: 48”. *Clearances are made minimum in order to load a dump truck from the side*

5D. Standard Manufacture’s High Reach Option should meet or exceed the clearances above. 6D. Please supply Heavy Duty Pallet Forks as attachment option in pricing. Suggested - 90”

width carriage with 60” long forks. 7D. Please specify bucket capacity in excel pricing page. 8D. Please provide pricing for Bucket Scales option in excel pricing page.

E. CAB1E. Wide opening door for easy access or approved equal. 2E. Heating and ventilation with standard air conditioning or approved equal. 3E. Adjusting joystick towers or approved equal. 4E. AM/FM radio or approved equal. 5E. Tilt Steering Wheel. 6E. Fabric suspension seat with dual armrest. 7E. LCD Monitor with Backup Camera. 8E. Steering Knob. 9E. Include 3 year telematics subscription with automated service to track engine hours, services,

idle time, GPS, etc.

DL200-5-US20

Page 9: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

10

F. LIGHTING & ALARMS1F. Class 1 Amber strobes with 360º visibility or approved equal. 2F. Work Lights: 4 front adjustable, 2 rear with light guards. 3F. Backup Alarm.

G. BODY1G. Full Fender Extensions: front and rear or approved equal. 2G. Foot Steps both left & right sides to access cab. 3G. Factory rear view camera. 4G. Power Assist, heated left & right external mirrors or approved equal. 5G. Tool box – capable to be able to fit a 10ft. log chain or approved equal.

H. HYDRAULICS1H. High Flow hydraulics. 2H. Separate hydraulics at bucket for Grapple bucket and/or tools option or approved equal. 3H. Omni directional hydraulic flow to front quick coupler.

I. OPTIONS LIST1I. Bid package will contain a complete manufacturer’s options list for the listed make and model.

All options shall be included in Excel Pricing page options list.

*MUST PROVIDE OPTIONS MADE AVALIABLE FOR FORKS AND QUICK DETACHHYDRAULIC ATTACHMENTS IN EXCEL PRICING PAGE*

2I. MUST provide options for: o Heavy Counter weight optiono Three spool valve with joystick or approved equalo Ride controlo Compatible with all makes and manufacturers’ attachmentso Engine shut down timero High reach options – 13’ or approved equalo Slow moving vehicle signo Radial Tireso Front Attachments

J. DELIVERY1J. The net unit bid price submitted shall include delivery charges, Free on Board (F.O.B.) to any

of ODOT’s twelve (12) Districts and eighty-eight (88) county destination locations in the State of Ohio, as per the enclosed map: NOTE: Purchase orders when issued, will detail specific destination points.

K. WARRANTY1K. 3 year/ 36 month/ 1500 hour full machine warranty less industry standard wear items. 2K. The successful vendor will send a complete set of manuals for any additional

items/equipment added to a piece of equipment. Parts and Service manuals must be provided via PDF.

3K. 24 hour vendor contact information. 4K. 3 year residual pricing for units on a scheduled rotation. 5K. Please provide estimated trade-in value at the end of the 3 year term in excel pricing page.

L. DISCOUNT PRICING1L. Please specify a discount for the purchase of one or more loaders by the Ohio Dept. of

Transportation.

Page 10: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

11

Minimum Specifications

Medium Duty Wheel Loader ITEM NO. MINIMUM SPECIFICATIONS

A. GENERAL1A. 4-wheel drive.2A. The equipment will meet all federal and state regulations. 3A. Minimum Operating Weight: 12,020 kg. (26,500 lbs.) 4A. FOPs (Falling Object Protection Structure) and ROPs (Rollover Protection System) equipped

per manufacture’s standard. 5A. Limited Slip Differentials. 6A. Automatic Greasing Units. 7A. 3 complete services as per the manufactures standard services (services are to be performed

at the loaders current location). 8A. Lockable compartments: engine bay, battery compartment, DEF tank, fuel tanks, right and left

side doors, and hydraulic tank or approved equal. B. ENGINE

1B. Engine Manufacturer and Model specified in Excel pricing page. 2B. Cold Weather package: Heavy duty batteries, low temperature hydraulic oil, block heater and

fuel heater or approved equal. 3B. Cooling system, reversible fan. 4B. 4-stroke, Turbocharged.5B. Fuel Injected.

C. TRANSMISSION1C. Transmission Type specified in Excel pricing page options list. 2C. 4-speed travel transmission or approved equal.3C. Hydraulic actuated, maintenance-free, multiple wet disc with accumulator to all four wheels or

approved equal. D. BUCKET & BOOM

1D. Minimum 2.5 yd³ Bucket. Provide additional larger bucket sizes in the excel options list. 2D. Bolt on cutting edge. 3D. Auxiliary locking hydraulics with quick disconnect hoses. 4D. Loader must meet minimum clearances with bucket in full dump position (measurement at

bottom edge of bucket) – Height: 123”, Horizontal reach: 48”. *Clearances are made minimum in order to load a dump truck from the side*

5D. Standard Manufacture’s High Reach Option should meet or exceed the clearances above. 6D. Please supply Heavy Duty Pallet Forks as attachment option in pricing. Suggested - 90”

width carriage with 60” long forks. 7D. Please specify bucket capacity in excel pricing page. 8D. Please provide pricing for Bucket Scales option in excel pricing page.

E. CAB1E. Wide opening door for easy access or approved equal. 2E. Heating and ventilation with standard air conditioning or approved equal. 3E. Adjusting joystick towers or approved equal. 4E. AM/FM radio or approved equal. 5E. Tilt Steering Wheel. 6E. Fabric suspension seat with dual armrest. 7E. LCD Monitor with Backup Camera. 8E. Steering Knob. 9E. Include 3 year telematics subscription with automated service to track engine hours, services,

idle time, GPS, etc.

YesYes

DL220-5-US20

Page 11: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

12

F. LIGHTING & ALARMS1F. Class 1 Amber strobes with 360º visibility or approved equal. 2F. Work Lights: 4 front adjustable, 2 rear with light guards. 3F. Backup Alarm.

G. BODY1G. Full Fender Extensions: front and rear or approved equal. 2G. Foot Steps both left & right sides to access cab. 3G. Factory rear view camera. 4G. Power Assist, heated left & right external mirrors or approved equal. 5G. Tool box – capable to be able to fit a 10ft. log chain or approved equal.

H. HYDRAULICS1H. High Flow hydraulics. 2H. Separate hydraulics at bucket for Grapple bucket and/or tools option or approved equal. 3H. Omni directional hydraulic flow to front quick coupler.

I. OPTIONS LIST1I. Bid package will contain a complete manufacturer’s options list for the listed make and model.

All options shall be included in Excel Pricing page options list.

*MUST PROVIDE OPTIONS MADE AVALIABLE FOR FORKS AND QUICK DETACHHYDRAULIC ATTACHMENTS IN EXCEL PRICING PAGE*

2I. Must provide options for: o Heavy Counter weighto Three spool valve with joystick or approved equalo Ride controlo Compatible with all makes and manufacturers, including attachmentso Engine shut down timero High reach options – 13’o Scales options or approved equalo Slow moving vehicle signo Radial Tireso Front Attachments

J. DELIVERY1J. The net unit bid price submitted shall include delivery charges, Free on Board (F.O.B.) to any

of ODOT’s twelve (12) Districts and eighty-eight (88) county destination locations in the State of Ohio, as per the enclosed map: NOTE: Purchase orders when issued, will detail specific destination points.

K. WARRANTY1K. 3 year/ 36 month/ 1500 hour full machine warranty less industry standard wear items. 2K. The successful vendor will send a complete set of manuals for any additional

items/equipment added to a piece of equipment. Parts and Service manuals must be provided via PDF.

3K. 24 hour vendor contact information. 4K. 3 year residual pricing for units on a scheduled rotation. 5K. Please provide estimated trade-in value at the end of the 3 year term in excel pricing page.

L. DISCOUNT PRICING1L. Please specify a discount for the purchase of one or more loaders by the Ohio Dept. of

Transportation.

Page 12: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

13

Minimum Specifications

Heavy Duty Wheel Loader ITEM NO. MINIMUM SPECIFICATIONS

A. GENERAL1A. 4-wheel drive.2A. The equipment will meet all federal and state regulations. 3A. Minimum Operating Weight: 13,607 kg. (30,000 lbs.) 4A. FOPs (Falling Object Protection Structure) and ROPs (Rollover Protection System) equipped

per manufacture’s standard. 5A. Limited Slip Differentials. 6A. Automatic Greasing Units. 7A. 3 complete services as per the manufactures standard services (services are to be performed

at the loaders current location). 8A. Lockable compartments: engine bay, battery compartment, DEF tank, fuel tanks, right and left

side doors, and hydraulic tank or approved equal. B. ENGINE

1B. Engine Manufacturer and Model specified in Excel pricing page. 2B. Cold Weather package: Heavy duty batteries, low temperature hydraulic oil, block heater and

fuel heater or approved equal. 3B. Cooling system, reversible fan. 4B. 4-stroke, Turbocharged.5B. Fuel Injected.

C. TRANSMISSION1C. Transmission Type specified in Excel pricing page options list. 2C. 4-speed travel transmission or approved equal.3C. Hydraulic actuated, maintenance-free, multiple wet disc with accumulator to all four wheels or

approved equal. D. BUCKET & BOOM

1D. Minimum 2.5 yd³ Bucket. Provide additional larger bucket sizes in the excel options list. 2D. Bolt on cutting edge. 3D. Auxiliary locking hydraulics with quick disconnect hoses. 4D. Loader must meet minimum clearances with bucket in full dump position (measurement at

bottom edge of bucket) – Height: 123”, Horizontal reach: 48”. *Clearances are made minimum in order to load a dump truck from the side*

5D. Standard Manufacture’s High Reach Option should meet or exceed the clearances above. 6D. Please supply Heavy Duty Pallet Forks as attachment option in pricing. Suggested - 90”

width carriage with 60” long forks. 7D. Please specify bucket capacity in excel pricing page. 8D. Please provide pricing for Bucket Scales option in excel pricing page.

E. CAB1E. Wide opening door for easy access or approved equal. 2E. Heating and ventilation with standard air conditioning or approved equal. 3E. Adjusting joystick towers or approved equal. 4E. AM/FM radio or approved equal. 5E. Tilt Steering Wheel. 6E. Fabric suspension seat with dual armrest. 7E. LCD Monitor with Backup Camera. 8E. Steering Knob. 9E. Include 3 year telematics subscription with automated service to track engine hours, services,

idle time, GPS, etc.

Page 13: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

14

F. LIGHTING & ALARMS1F. Class 1 Amber strobes with 360º visibility. 2F. Work Lights: 4 front adjustable, 2 rear with light guards. 3F. Backup Alarm.

G. BODY1G. Full Fender Extensions: front and rear or approved equal. 2G. Foot Steps both left & right sides to access cab. 3G. Factory rear view camera. 4G. Power Assist, heated left & right external mirrors or approved equal. 5G. Tool box – capable to be able to fit a 10ft. log chain or approved equal.

H. HYDRAULICS1H. High Flow hydraulics. 2H. Separate hydraulics at bucket for Grapple bucket and/or tools option or approved equal. 3H. Omni directional hydraulic flow to front quick coupler.

I. OPTIONS LIST1I. Bid package will contain a complete manufacturer’s options list for the listed make and model.

All options shall be included in Excel Pricing page options list.

*MUST PROVIDE OPTIONS MADE AVALIABLE FOR FORKS AND QUICK DETACHHYDRAULIC ATTACHMENTS IN EXCEL PRICING PAGE*

2I. Must provide options for: o Heavy Counter weighto Three spool valve with joystick or approved equalo Ride controlo Compatible with all makes and manufacturers, including attachmentso Engine shut down timero High reach options – 13’o Scales options or approved equalo Slow moving vehicle signo Radial Tireso Front Sun Visoro Front Attachments

J. DELIVERY1J. The net unit bid price submitted shall include delivery charges, Free on Board (F.O.B.) to any

of ODOT’s twelve (12) Districts and eighty-eight (88) county destination locations in the State of Ohio, as per the enclosed map: NOTE: Purchase orders when issued, will detail specific destination points.

K. WARRANTY1K. 3 year/ 36 month/ 1500 hour full machine warranty less industry standard wear items. 2K. The successful vendor will send a complete set of manuals for any additional

items/equipment added to a piece of equipment. Parts and Service manuals must be provided via PDF.

3K. 24 hour vendor contact information. 4K. 3 year residual pricing for units on a scheduled rotation. 5K. Please provide estimated trade-in value at the end of the 3 year term in excel pricing page.

L. DISCOUNT PRICING1L. Please specify a discount for the purchase of one or more loaders by the Ohio Dept. of

Transportation.

Page 14: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

15

State of Ohio, Department of Transportation (ODOT) Office of Contract Sales, Purchasing Services

Terms and Conditions for Submitting Excel Pricing File in Bid Package (Last Revised 11/2016)

1. DOWNLOADING THE EXCEL PRICING FILE: Bidders can access and download the most current Excel PricingFile for this invitation to bid by following the hyperlink provided below:

http://www.dot.state.oh.us/Divisions/ContractAdmin/Contracts/PurchDocs/802pricing.xls

2. SUBMISSION OF EXCEL PRICING FILE: Bidders should submit both a media device with the completedelectronic Excel pricing file (.xls) and a hard copy print out of the completed Excel file in their submitted bidpackage. The media device should be marked with the bidder’s name and the Invitation to Bid number.

“Media Device”- Compact Disc (CD), DVD (Digital Versatile Disc), or Flash Drive

Failure to submit this media device with a completed Excel price sheet from the Department’s Microsoft Excel file and the hard copy print out of the completed Excel price sheet may result in a bid being deemed non-responsive by the Department.

3. DISCPREPANCIES IN SUBMITTED INFORMATION: In the event there is a discrepancy between theinformation submitted on the media device and the hard copy Excel price sheet, the information submitted on themedia device will take precedence.

4. NON-FUNCTIONAL MEDIA DEVICE: The Department shall not be held liable in the event a bidder’s mediadevice is not functional, is broken, or is unable to be accessed/downloaded by the Department for any reason.Bidders should take care to ensure all submitted media devices are properly protected during transport.

5. UNAPPROVED ALTERATIONS TO EXCEL PRICING FILE: Bidders who materially alter the original content ofthe Excel pricing file (e.g. specifications, formulas, etc.) issued by the Department may be found non-responsiveand ineligible for award of this invitation to bid.

6. CHANGES TO EXCEL PRICING FILE: The Department will only make modifications to the Excel pricing file bywritten addendum only. Where changes are necessary to the Excel pricing page, the Department will issue a newExcel pricing page indicating the revisions made and a revision date for the changes.

It is the sole responsibility of the bidder to check for issued addenda prior to submitting a bid package to ensure the most updated Excel pricing file is being utilized.

7. DESCRIPTIVE LITERATURE: Bidders may electronically, on their submitted media device, provide anydescriptive literature (e.g. brochures, spec/cut sheets, drawings, MSDS, etc.) regarding the products and/orservices offered by the bidder. As this literature may be publically posted for viewing by purchasers, bidders mustnot submit any literature electronically in which they consider to be a trade secret, proprietary, or confidential in anyway.

(the remainder of this page has been left intentionally blank)

Page 15: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

16

State of Ohio, Department of Transportation (ODOT) Office of Contract Sales, Purchasing Services

INSTRUCTIONS, TERMS AND CONDITIONS FOR BIDDING (Last revised 11/2016)

1. BIDDER REGISTRATION: The Department requires awarded bidder(s) to successfully register as a Stateof Ohio Supplier with the Department of Ohio Shared Services and successfully obtain an OAKS vendoridentification number (OAKS ID) within fourteen (14) calendar days from the date of contract award andexecution. The Department cannot utilize awarded Contracts to purchase from a bidder who cannot obtainan OAKS ID from Ohio Shared Services. In the event an awarded bidder is unable to obtain an OAKS ID,the Department shall reserve the right to revoke its award to the bidder and immediately cancel anyresulting Contract.

A Supplier Information Form and W-9 must be completed and sent back directly to Ohio Shared Services inorder to register and apply for an OAKS ID. The following website can be accessed by bidders to obtainboth the forms and specific instructions for obtaining an OAKS ID:

http://ohiosharedservices.ohio.gov/SupplierOperations/Forms.aspx

It is strongly recommended that all interested bidders not already registered with Ohio Shared Services submit the above paperwork prior to the bid submission deadline.

2. HOW BIDS MUST BE PACKAGED: All submitted bids in response to this Invitation to Bid (ITB) must besubmitted in a sealed envelope or box (envelope means any type of sealed, opaque container) marked withthe ITB number, the title of the ITB, bid submission deadline (bid opening date), and bidder (company)name clearly marked on the outside of the envelope/box. If a bidder is using an “Express Mail” or similartype of service, the bid response must be contained in a sealed envelope within the “Express” mailer (thebid number must be listed on the exterior of the sealed envelope contained within the “Express” mailer). Abid that is not properly and clearly marked and is inadvertently opened, before the scheduled bid openingtime, may be disqualified, at the Department’s discretion, without additional consideration for award of thecontract.

Below is an example to illustrate how the outer surface of the bid package should be labeled:

Invitation to Bid #: (insert bid number) Commodity/Service: (insert title of bid)

Bid Submission Deadline: (insert due date) Company Name: (insert company name)

3. WHAT NEEDS INCLUDED IN BID PACKAGE: Submitted bid packages should include, at a minimum, acompleted Signature Page, a hard copy print out of this entire invitation to bid document, media device witha completed Excel pricing page, hard copy of the completed Excel pricing page, and all necessarysupportive documentation, forms, and any other information required herein. The Department may deem abid non-responsive for failure to submit any of the documents requested above.

4. PREBID QUESTIONS, DISCREPANCIES, AND CLARIFICATIONS: Any discrepancies, omissions,ambiguities, or conflicts in or among the bidding documents or doubts as to the meaning shall be brought tothe Department’s attention by the bidder no less than three (3) business days prior to the bid submissiondeadline. All questions, discrepancies, clarifications, etc. must be submitted electronically (hyperlinkbelow). During the competitive bidding process, bidders (and their agents) are prohibited from contactingany ODOT office, including District offices, other than the Office of Contract Sales, Purchasing Servicessection to obtain responses to any questions. The Department may find a bidder non-responsive for failingto adhere to any of the above requirements.

Page 16: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

17

Pre-bid questions/inquiries must be submitted electronically through the following website: http://www.dot.state.oh.us/Divisions/ContractAdmin/Contracts/Pages/PurchasePBQ.aspx

Answers to Pre-Bid Questions/Inquiries will be posted on the following document available for download at the following website: http://www.dot.state.oh.us/Divisions/ContractAdmin/Contracts/Purchase/PBQ-Answers.doc

It is each bidder’s sole responsibility to check the website for updates to pre-bid questions and answers before submitting its bid package to the Department.

5. MODIFICATIONS TO THE BIDDING DOCUMENTS: When it is deemed necessary to modify these biddingdocuments, the Department will only do so by written addendum. The issuance of an addendum isdependent upon the information received and the impact on the competitive bid process. All issuedaddenda will be posted to the Department’s Upcoming ITB’s website and shall be automaticallyincorporated into the bidding/contract documents:

http://www.dot.state.oh.us/Divisions/ContractAdmin/Contracts/Lists/PurchaseUpcomingITBs/UpITBs.aspx

In addition to posting on the above website, the Department also may email addenda information out to allknown bidders for convenience purposes only. The Department shall not be held responsible for a bidder’sfailure to receive the email with the addenda information. It is the sole responsibility of all interested biddersto diligently visit the above-listed website to see if any addenda have been issued prior to submitting theirbid to the Department. Those interested in obtaining addenda information via email for a particularinvitation to bid must send the Department its request in writing to the following email address:[email protected]

6. PRE-BID CONFERENCES: The Department reserves the right to hold mandatory or optional pre-bidconferences at its discretion. Conferences may be held either in-person or via webinar/phone conferenceformats. Bidders will be required to sign-in at all pre-bid conferences. The sign-in sheet for all pre-bidconferences is considered a public record, will be kept in the bid file, and will be shared with any requestingparty. Additionally, any business cards collected during any pre-bid conference shall be considered publicrecords and may be distributed out to all conference attendees. Any changes to the requirements orspecifications of an invitation to bid, as a result of the pre-bid conference content, will be made by writtenaddendum and publicly posted.

For mandatory pre-bid conferences, the Department requires that those companies intending on submittinga bid be in attendance for the entire duration of the pre-bid conference. Mandatory pre-bid conferences willofficially begin five (5) minutes after the scheduled date and start time at the location specified in theSpecial Terms and Conditions. Those bidders not in attendance at that time will be considered ineligible tosubmit a bid. The conference will be considered adjourned and complete when a representative of theOffice of Contract Sales, Purchasing Services section indicates so. To be considered in attendance andeligible to bid, a bidder must have at least one representative of the company in attendance. A singlerepresentative cannot be present on behalf of two or more companies (bidders). Each company (bidder)must send its own representative on behalf of their organization. It is the sole responsibility of the bidder toensure that the representative follows the sign-in procedures to properly document the bidder’s attendance.The Department shall not be held responsible for a bidder’s failure to arrive at the meeting on time, properlysign-in, or failure to stay for the entire duration of the meeting.

7. WHERE BIDS MUST BE DELIVERED TO: The Department only accepts hand delivered and mailed bidpackages. Bids submitted via email, telephone, electronic facsimile (fax), or any other mode of electronictransmission will not be considered a responsive bid submission. Bids must be in possession of the ODOTOffice of Contract Sales, Purchasing Services section, on or prior to 2:00 p.m. eastern time, on thescheduled date of the bid submission deadline (public bid opening) as listed on the cover of this Invitationto Bid (ITB). Properly labeled bid packages must be either hand delivered by the bidder to the Office ofContract Sales, Purchasing Services section or mailed to the following EXACT address:

Page 17: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

18

Ohio Department of Transportation, Office of Contract Sales, Purchasing Services, 1st floor

1980 West Broad St. Mail Stop 4110 Columbus, OH 43223

(614) 644-7870 or (614) 752-9017Main Office Line: 1-800-459-3778

OFFICE HOURS: 7:30-3:30, M-F (excluding State of Ohio recognized holidays)

For hand delivery of bids, the Office of Contract Sales, Purchasing Services section is located on the 1st floor of ODOT Central Office (same address as where bids will be received). Bidders will be required to sign-in at the front desk of the building and then must be escorted back to the Office of Contract Sales, Purchasing Services section in order to drop off their bid. It is the responsibility of the bidder to ensure enough time is allotted to allow for all sign in and security procedures prior to the 2:00 p.m. bid submission deadline. Delivery of bids to any other location (including the ODOT mailroom), does not constitute receipt by the Purchasing Services section. Bids delivered to the ODOT mail room by a courier service must be delivered so as to leave a reasonable amount of time for the transfer of the bid to the Purchasing Services section. The ODOT mail room delivers received mail to Purchasing Services at scheduled times during normal office hours.

8. LATE BIDS: A bid received after 2:00 p.m. eastern time, on the bid submission deadline (bid opening date)established, shall be deemed “Late” and will not be considered for award of this invitation to bid. The latebid package will be marked as late, remain sealed, and will be kept in the Department’s bid file to serve asofficial record of a late bid having been received.

Note: The Office of Contract Sales, Purchasing Services timeclock takes precedence over any othertimekeeping device (e.g. cell phones, other ODOT clocks, wrist watches, etc.) and will be utilized by theDepartment to determine whether or not a bid was received by the 2:00 p.m. deadline.

9. PUBLIC BID OPENING PROCEDURE: All bids in possession of the Purchasing Services section shall bepublicly opened, at ODOT Central Office, Office of Contract Sales, Purchasing Services section, 1st floor,starting at 2:01 p.m. on the scheduled date of public bid opening (bid submission deadline). All bids will beopened and read to any interested parties in attendance. At the conclusion of the public bid opening, bidsmay no longer be shared with interested parties until after a contract award has been made.

10. BIDS FIRM: Once publicly opened, all bids are firm and cannot be altered by the bidder. Once a Contract isawarded and executed, the Vendor shall deliver all products and/or services at the bid prices and termscontained in the Contract. All submitted bids shall remain valid for a period of sixty (60) calendar days afterthe date of the public bid opening. Beyond sixty (60) calendar days, bidders will have the option to eitherhonor their submitted bid or make a written request to withdraw their bid from consideration. The OhioDepartment of Transportation shall receive the benefit of any decrease in price during the sixty (60) dayperiod.

11. WITHDRAWAL OF BIDS: A bidder may, by way of written notice to the Purchasing Services section,request to withdraw their bid response prior to the bid submission deadline. The request must be receivedby the Purchasing Services section PRIOR to the start of the public bid opening (beginning at 2:01 p.m.) onthe date of the bid submission deadline. Such written notice must set forth the specific reasons for the bidwithdrawal.

For requests to withdrawal a bid after the public bid opening has begun, the bidder may request towithdraw their bid response from consideration if the unit bid price(s) submitted are unreasonably lowerthan the other bids received, provided the bid was submitted in good faith, and the reason for the unit bidprice(s) being substantially lower was due to an unintentional and substantial arithmetical error orunintentional omission of a substantial quantity of material or labor in the compilation of the bid. Writtennotice of any such request to withdraw after the bid opening must be received by the Purchasing Servicessection within no later than forty-eight (48) hours of the scheduled public bid opening.

Page 18: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

19

The decision to allow a bid to be withdrawn is at the sole discretion of the Purchasing Services section. If the bid is to be awarded by category, lot, or group the withdrawal request will apply to all items within the category, lot, or group. All documents and conversations relating to any withdrawal request will become a part of the permanent bid file.

12. MODIFICATION OF SUBMITTED BIDS PRIOR TO PUBLIC BID OPENING: A bidder may request tomodify their bid response prior to the scheduled date and time set for the public bid opening (i.e. bidsubmission deadline). To modify a bid response, the bidder must provide an alternate, complete bidpackage containing all required forms and necessary documents. The alternate bid package must bemarked somewhere on the outer packaging as “REVISED”. Purchasing Services will not return the originalbid package to the bidder. The original bid package will be kept in the contract file.

In order to protect the integrity of the bidding process, bids shall not be prepared on the premises of ODOT.Any bid which is prepared on the premises of ODOT may be immediately disqualified and receive nofurther consideration for award.

13. UNIT BID PRICES: The unit bid price(s) submitted shall govern the award of this invitation to bid unlessotherwise specified in the bid evaluation criteria. The unit bid price should be entered for each required biditem on the Department’s pricing page. Use of ditto marks, arrows, or other markings in lieu of the actualunit price may result in a non-responsive bid determination. Lot or group prices listed in the unit bid pricearea shall be considered as the unit price unless clearly identified as the lot price. Unless specificallyallowed in the contract’s terms and conditions, requests to change or alter unit bid prices after the publicbid opening are prohibited.

The following requirements also apply to unit bid prices:

a. DECIMAL POINT: Bidders should not insert a unit cost of more than two (2) digits to the right ofthe decimal point. Digit(s) beyond two (2) will be dropped and not recognized by the Department forthe purposes of bid evaluation or contract award.

b. CREDIT CARD FEES: Bidders must incorporate into their unit bid price(s) submitted all costs andfees associated with the State’s use of a payment (credit) card.

c. DISCOUNTS: While bidders may offer to the Department discounts for prompt payment and othersimilar incentives, discounts and incentives these will not be used to alter the submitted unit bidprice(s) for purposes of bid evaluation and contract award. This section only applies to bids awardedto the lowest responsive and responsible bidder either by individual bid item or group of bid items anddoes not include bids which are awarded to all responsive and responsible bidders (i.e. MultipleAward Contracts).

d. MULTIPLE AWARD CONTRACTS: Pursuant to Ohio Revised Code 5513.02, the Departmentmay award Contracts to all responsive and responsible bidders for articles (i.e. bid items) meeting thegeneral specifications provided. These are referenced by the Department as ‘Multiple AwardContracts’. Unit bid prices submitted for Multiple Award Contracts shall be considered by theDepartment as an amount-not-to-exceed unit bid price for the entire duration of the Contract. Theseawarded, amount-not-to-exceed bid prices often do not reflect potential quantity discounts, freightdiscounts, nor other similar discounts/incentives offered periodically by a distributor, manufacturer, orsupplier. Where like or similar bid items are being offered by two or more awarded Vendors (bidders)on the awarded Contract, the Department reserves the right to obtain quotes from all awardedbidders on the Contract in order to achieve the best and most up-to-date pricing available to theDepartment at the time of ordering.

e. UNBALANCED BIDS: The Department will not accept unit bid prices that are deemed to be eithermaterially or mathematically unbalanced. The final determination of an unbalanced unit bid price shallbe at the Department’s sole discretion.

Page 19: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

20

f. TIE BID PROCESS: If two or more responsive bids offer the same unit bid price, ODOT may breakthe tie as follows: during the bid evaluation process, the bidders that submitted tie bids will becontacted and given up to three (3) business days to submit a written revised unit price for theaffected item or items. Bidders are not required to submit a revised unit price. In the event a tie stillexists after the above-prescribed deadline has passed, ODOT will schedule a coin flip to beconducted in the presence of both bidders. The winner of the coin flip will be deemed awarded theaffected bid item(s).

14. PREFERENCE FOR OHIO/BORDER STATE PRODUCTS: The bid award for this invitation to bid may besubject to the domestic preference provisions of the Buy America Act, 41 U.S.C.A., 10a-10d, as amended,and to the preference for Ohio products under O.R.C. Sections 125.09 and 125.11 and OhioAdministrative Code Rule 123:5-1-06. A bidder must complete the enclosed Buy Ohio/Buy AmericaCertification Statement form to be eligible to receive any applicable bid preferences.

15. RESPONSIVE BIDDER: A bidder is responsive if its bid responds to the bid specifications in all materialrespects and contains no irregularities or deviations from the specifications that would affect the amount ofthe bid or otherwise give the bidder an unfair competitive advantage.

16. MINOR INFORMALITIES OR IRREGULARITIES IN BIDS: A minor informality or irregularity is one that ismerely a matter of form and not of substance. It also pertains to some immaterial defect in a bid or variationof a bid from the exact requirements of the invitation that can be corrected or waived without beingprejudicial to other bidders. The defect or variation is immaterial when the effect on price, quantity, quality,or delivery is negligible when contrasted with the total cost or scope of the supplies or services beingacquired. The Department either shall give the bidder an opportunity to cure any deficiency resulting from aminor informality or irregularity in a bid or waive the deficiency, whichever is to the advantage of theDepartment.

17. BIDDER RESPONSIBILITY: The Department will only award this invitation to bid to what it deems to be aresponsible bidder. The Department’s determination of a bidder’s responsibility includes, but is not limitedto, the following factors:

a) experience of the bidder;b) bidder’s financial condition;c) bidder’s conduct and performance on previous contracts;d) the bidder’s facilities;e) the bidder’s management skills;f) the bidder’s employees;g) past experience and/or quality of bidder’s proposed subcontractors;h) the bidder’s ability to execute the contract;i) review of Federal and Department debarment lists;j) bidder has history of successful performance on contracts of similar size and scope; andk) current or impending legal actions against a bidder.

18. APPARENT CLERICAL MISTAKES: Clerical mistakes apparent on the face of the bid may be corrected,at the Department’s discretion, before contract award. The Department first shall obtain from the bidder averification of the information intended and will attach written verification of the mistake by the bidder in thecontract file and award documents. Example of apparent clerical mistakes are:

(1) Obvious misplacement of a decimal point or comma;(2) Obvious incorrect discount factor; or(3) Transcription error in Part Number.

19. ADDITIONAL INFORMATION: The Department reserves the right to request additional information toevaluate a bidder’s responsiveness to the Invitation to Bid’s requirements and/or to evaluate a bidder’soverall responsibility. These requests may require the bidder’s submission of confidential materials (e.g.financial statements). If a bidder does not provide all of the requested information within the prescribedtimeframe, the Department may find the bid non-responsive and ineligible for award.

Page 20: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

21

20. PRODUCT SAMPLES: The Department may require bidders, by Invitation to Bid or by request during bidevaluation, to provide sample supplies or equipment or examples of work, at the Bidder’s expense.Samples must clearly identify the Bidder, the bid number, and the item the sample represents in the bid.The Department will return samples that are not destroyed by testing, at the Bidder's expense, upon theBidder’s timely request. The Department may keep the samples of the Bidder awarded the contract untilthe completion of the contract. Unsolicited samples submitted in response to this Invitation to Bid will not beevaluated and the Department may dispose of them in any way it chooses.

21. SPECIFICATIONS: The Department is authorized by Sections 5513 and/or 125.02(B) of the Ohio RevisedCode to prepare specifications and establish contracts to obtain the supplies, equipment, and/or servicesreferenced within this invitation to bid. The purpose of the provided specifications is to describe thesupplies, equipment, and/or services to be purchased and will serve as a fair and equitable basis forcomparison of submitted bids. The Department may use any form of specification it determines to be in thebest interest of the Department and that best describes the supplies or services to be purchased.Specifications may be in the form of a design specification or a combination thereof. If the departmentdetermines that a design, performance or a combination specification is not in the best interest of theDepartment, it may use brand name or equal specifications.

Unless otherwise specified in this Invitation to Bid, all products, equipment, supplies, etc. offered by biddersmust be in a new condition. A ‘new’ product is one that will be first used by the Department after ithas been manufactured or produced. Used, reconditioned, or previously titled products, supplies, orequipment will not be considered for award of this Invitation to Bid.

The Department uses qualified products list (QPL) and/or approved products lists (APL) developed byeither itself or other qualified institutions to specify acceptable products and supplies that have beenthrough proper application and testing procedures to verify conformance with technical and/or performancespecifications. Where the Department requires products and supplies to be included on a specific QPL/APLlisting, the Department will not accept bids for products/supplies that are not included on a specifiedQPL/APL at the time of public bid opening.

A bidder may not be compensated for damages arising from inaccurate or incomplete information in theInvitation to Bid specifications or from inaccurate assumptions based upon the specifications.

22. USE OF BRAND NAMES: Unless otherwise provided in this solicitation, the name of a certain brand,make, or manufacturer does not restrict bidders to the specific brand, make, or manufacturer named, butconveys the general style, type, character, and quality of the article desired. Any article which theDepartment, in its sole discretion, determines to be the equivalent of that specified, considering quality,workmanship, economy of operation, or suitability for the purpose intended, may be accepted. The bidderis responsible to clearly and specifically identify the product being offered and to provide sufficientdescriptive literature, catalog cuts and technical detail to enable the Department to determine if the productoffered meets the requirements of the solicitation. Failure to furnish adequate data for evaluation purposesmay result in declaring a bid nonresponsive. Unless the bidder clearly indicates in its bid that the productbeing offered is an equivalent product, such bid will be considered to offer the exact brand, make, ormanufacturer name referenced in the bid solicitation.

23. DEVIATIONS: Statements or modifications made by a bidder in their submitted bid package that deviatefrom this Invitation to Bid’s terms, conditions, specifications and requirements may render a bid non-responsive and ineligible for award.

Acceptance of any deviations or modifications will be confirmed by the Department in writing, if accepted. Ifthe Department does not specifically approve submitted deviations or modifications in writing, an award ofthis invitation to bid shall not constitute acceptance of the bidder’s submitted modifications.

24. ESTIMATED QUANTITIES: Any purchase estimates indicated for bid item(s) are to be considered asestimates only. The Department makes no representation or guarantee as to the actual amount of item(s)to be purchased by the Department or Political Subdivisions.

Page 21: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

22

25. OVERLAPPING CONTRACT ITEMS: The products and/or services included in this solicitation may beavailable from other State of Ohio contracts and/or other contracts made available for the Department’suse. The existence of these contracts containing like or similar products and/or services could be eitherknown or unknown to the Department at the time this Invitation to bid has been published. Unlessotherwise stated in this contract, the Department may acquire these products and/or services from anyavailable source. The Department will make purchases from sources that are deemed to be in the bestinterest of the Agency.

26. REJECTION/PARTIAL AWARD OF BIDS: The Department reserves the right to reject any or all bidresponses, award partial contracts, or choose to rebid when:

(1) Product, supplies and/or services are not in compliance with the requirements, specifications,and terms and conditions set forth in this Invitation to Bid; or

(2) Pricing offered is determined to be excessive in comparison with existing market conditions, orexceeds the available funds of the Department; or

(3) Only one bid is received and the Department cannot determine the reasonableness of the bidprices submitted; or

(4) It is determined that the award of any or all items would not be in the best interest of theDepartment; or

(5) The Department, in its opinion, did not achieve the desired amount of competition amongstqualified bidders for the products, supplies, and/or services being offered in the bid solicitation; or

(6) Inadequate or ambiguous specifications were cited in the bidding documents; or

(7) The Department determines that specifications and/or requirements were missing from thebidding documents; or

(8) A bidder imposes additional terms and conditions against the Department.

27. NOTICE TO BIDDERS OF REJECTED BIDS: When the Department deems it necessary to reject a bid,the Department will notify each affected bidder and the reasons for such actions.

28. BID PROTESTS: Any bidder either deemed not responsible or whose bid has been deemed non-responsive shall be notified by the Department of that determination and the reasons for it. The notificationwill be provided by the Department in writing and sent by certified U.S. mail and at the email addressprovided on the front cover of this bid. The bidder will have five (5) calendar days after receipt (by mail oremail confirmation) of this notification to file a written, valid protest of the Department’s determination. Avalid written protest must contain substantive information and evidence so as to refute the Department’sasserted claims against either the bid’s responsiveness or bidder’s responsibility, whichever apply. TheDepartment will only review and respond to valid written protests containing substantive information andevidence. After review of the valid written protest, the Department will either affirm or reverse its originaldetermination.

If a valid written protest is not received by the Department within five (5) calendar days of receipt, theDirector of ODOT will move forward awarding the Contract and the affected bidder will have effectivelywaived its right to protest the Department’s decision. For the purposes of this paragraph, “receipt” shall bedefined as verification (via either certified mail return receipt or electronic read or delivery receipt) that theapparent low bidder has received the Department’s written determination against the affected bidder. Uponthe bidder’s receipt, the five (5) calendar day response deadline shall commence.

29. DELAYS IN CONTRACT AWARD: Delays in the award of this Invitation to Bid beyond the anticipatedContract start date may result in a change in the contract period as indicated in the Special terms andconditions of this bid solicitation. In these instances ODOT shall reserve the right to award a contractcovering a period equal to or less than the initial contract term than originally specified in this bidsolicitation.

Page 22: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

23

30. CONTRACT AWARD AND FORMATION: Successful bidder(s) will receive via U.S. regular mail and/oremail a Notice of Contract Award letter as well as a photocopy version of the Signature Page executed byboth Parties. These documents shall serve to form the Contract between the Parties. The Signature Pagemust be executed by both the bidder and the Director of ODOT for the Contract to be deemed valid andenforceable. The Department will maintain in the Contract file the Signature Page document containingeach parties’ original signature(s).

Upon award of an Invitation to Bid, the bid invitation number (e.g. Invitation No. 999-16) will subsequentlybecome the number assigned to the resulting Contract (e.g. ODOT Contract number 999-16) and will bereferenced by the Department in all matters and documents related to said Contract.

Upon award of an invitation to bid, successful bidders will thereafter be referenced as “Vendor” or“Contractor” by the Department in all matters and documents related to the resulting Contract.

31. PUBLIC POSTING OF AWARDED CONTRACTS: All Contracts awarded by the Office of Contract Sales,Purchasing Services section are posted to the Department’s website. Successful bidders and awardedContract pricing can be found by viewing the Contract’s award tab (Excel file). Award tabs can be accessedvia the following website:

http://www.dot.state.oh.us/Divisions/ContractAdmin/Contracts/Lists/PurchaseCurrentContracts/CurrentKs.aspx

32. PUBLIC RECORD: All opened bids and their contents are subject to the Public Records Law, Section149.43 of the Ohio Revised Code. Copies of bid responses must be requested and will be provided within areasonable period of time and at a fee established by the Director of ODOT. To expedite and properlyrespond to such public records requests, a written request must be submitted to the Department. Toprevent delays in evaluating bids and awarding contracts, such requests for recently opened bids, will behonored after a Contract has been executed.

Bidders may request that specific information, such as trade secrets or proprietary data, be designated asconfidential and not considered as public record. Material so designated shall accompany the bid and be ina sealed container duly marked, and shall be readily separable from the bid in order to facilitate publicinspection of non-confidential portion. Prices, makes, models, catalog numbers of items offered, deliveriesand terms of payment cannot be considered as confidential. The decision as to whether or not such tradesecrets or proprietary data shall be disclosed at the bid opening rests solely with the Department.

Requests to view previously submitted bids must be submitted in writing to either of the followingaddresses:

[email protected] Department of TransportationOffice of Contract Sales, Purchasing Services1980 West Broad St. Mail Stop 4110Columbus, OH 43223

(the remainder of this page has been left intentionally blank)

Page 23: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

24

State of Ohio, Department of Transportation (ODOT) Office of Contract Sales, Purchasing Services

GENERAL DEFINITIONS

When used in this Invitation to Bid or any ensuing contract, the following definitions shall apply. If a conflict exists between these definitions and any definition listed in the bid specifications, the bid specifications shall prevail.

1. AGENCY: Ohio Department of Transportation.

2. AUTHORIZED DISTRIBUTOR: The bidder/vendor who maintains written legal agreements withmanufacturers/producers to act as their agent and provide supplies, materials, equipment or services listedin the bid/contract. The authorized distributor must maintain active and sufficient facilities necessary toperform the awarded contract, own title to the goods inventoried within these facilities and maintain a truestock of these goods on a continuing basis and in sufficient quantity to provide uninterrupted service toordering agencies.

3. BIDDER: The company and/or authorized representative of the company who has signed and is submittinga bid response and who will be responsible to ensure proper performance of the contract awarded pursuantto the bid.

4. DEPARTMENT: Ohio Department of Transportation

5. EQUIPMENT: Items, implements and machinery with a predetermined and considerable usage life.

6. F.O.B. PLACE OF DESTINATION: meaning the Vendor pays, and includes the cost of such in their bid,and bears the risk for the transportation/delivery of goods delivered to the specified locations provided bythe Purchaser.

7. INVITATION TO BID/CONTRACT: All documents, whether attached or incorporated by reference, utilizedfor soliciting bids. Upon completion of the evaluation and award of the bidder's response, the Invitation toBid then becomes the contract between ODOT and the successful bidder, both governed by the laws of theState of Ohio.

8. INVOICE: An itemized listing showing delivery of the commodity or performance of the service describedin the order, and the date of the purchase or rendering of the service, or an itemization of the things done,material supplied, or labor furnished, and the sum due pursuant to the contract or obligation.

9. LOWEST RESPONSIVE\RESPONSIBLE BIDDER: A bidder who offers the lowest cost for the goods orservices listed in the bid; and whose proposal responds to bid specifications in all material respects andcontains no irregularities or deviations from the specifications which would affect the amount of the bid orotherwise give him a competitive advantage; and whose experience, financial condition, conduct andperformance on previous contracts, facilities, management skills evidences their ability to execute thecontract properly.

10. MINORITY BUSINESS ENTERPRISE (MBE): means an individual, partnership, corporation or joint ventureof any kind that is owned and controlled by U. S. Citizens and residents of Ohio, who are and have heldthemselves out as members of the following socially and economically disadvantaged groups: Blacks,American Indians, Hispanics and Asians. Only businesses certified by the State of Ohio Equal OpportunityDivision in accordance with Section 123.151 of the Ohio Revised Code shall be recognized as being MBEcertified within the purpose of this invitation.

11. MATERIALS: Items or substance of an expendable or non-expendable nature from which something canbe made, improved or repaired.

Page 24: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

25

13. PURCHASE: To buy, purchase, installment purchase, rent, lease, lease purchase or otherwise acquireequipment, materials, supplies or services. "Purchase" also includes all functions that pertain to obtainingof equipment, materials, supplies or services, including description of requirements, selection andsolicitation of sources, preparation and award of contracts, and all phases of contract administration.

14. SERVICES: The furnishing of labor, time or effort by a person, not involving the delivery of a specific endproduct other than a report which, if provided, is merely incidental to the required performance. "Services"does not include services furnished pursuant to employment agreements or collective bargainingagreements.

15. SPECIFICATION: Any description of the physical or functional characteristics or of the nature of supplies,equipment, service, or insurance. It may include a description of any requirements for inspecting, testing, orpreparing supplies, equipment, services, or insurance.

16. SUPPLIES: Provisions and items normally considered expendable or consumable.14. UNBALANCED:Any unit price contained in the bid schedule which is obviously unbalanced either above or belowreasonable cost analysis and or unreasonably disproportionate to current market prices as determined bythe Director of ODOT, or if such unbalanced prices are contrary to the interest of the department.

17. VENDOR: The bidder who, upon awarding of a contract, then becomes a Vendor who is considered to bea primary source for providing the goods and/or services included in the awarded contract and the party towhom payment will be made upon delivery of the goods and/or completion of the contract.

18. SUBVENDOR/SUBCONTRACTOR: An individual, firm or corporation to whom the Vendor sublets part ofthe contract to be performed.

(the remainder of this page has been left intentionally blank)

Page 25: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

26

State of Ohio, Department of Transportation (ODOT) Office of Contract Sales, Purchasing Services

STANDARD CONTRACT TERMS AND CONDITIONS (Last Revised 11/2016)

1. HEADINGS: The headings used in this Contract are for convenience only and shall not be used to affectthe interpretation of any of the Contract terms and conditions.

2. ENTIRE CONTRACT: This Contract consists of the complete Invitation to Bid, including the Instructions,Terms and Conditions for Bidding, these Standard Contract Terms and Conditions, the Special ContractTerms and Conditions, ODOT Cooperative Purchasing Program Requirements, mutually executedSignature Page, Specifications and Requirements, awarded unit bid pricing, and any written addenda to theInvitation to Bid; the completed competitive sealed bid, including proper modifications, clarifications andsamples; and applicable, valid State of Ohio purchase orders or other ordering documents (“Contract”).

3. APPROPRIATION OF FUNDS. Pursuant to the Constitution of the State of Ohio, Article II Section 22,ODOT’s funds are contingent upon the availability of lawful appropriations by the Ohio General Assembly.If the Ohio General Assembly fails at any time to continue funding for the payments or obligations duehereunder, the Work under this Contract that is affected by the lack of funding will terminate and ODOT willhave no further obligation to make any payments and will be released from its obligations on the datefunding expires.

The current Ohio General Assembly cannot commit a future Ohio General Assembly to a futureexpenditure. If the term of this Contract extends beyond a biennium, the Contract will expire at the end of acurrent biennium and the State may renew this Contract in the next biennium by issuing written notice tothe Contractor no later than July 1 of the new biennium. The operating biennium expires June 30th of eachodd-numbered calendar year.

4. OBM CERTIFICATION: None of the rights, duties, or obligations in this Contract will be binding on theDepartment, and the Vendor will not begin its performance, until all of the following conditions have beenmet:

1. All statutory provisions under the O.R.C., including Section 126.07, have been met; and2. All necessary funds are made available by the Ohio Office of Budget and Management; or3. If ODOT is relying on Federal or third-party funds for this Contract the ODOT gives the Vendor writtennotice that such funds have been made available.

5. CONTRACT MODIFICATIONS: Amendments or modifications to this Contract must be executed in writingbetween the parties and signed by the Director of ODOT. Amendments or modifications to this Contractmade between the Vendor and other Department personnel shall be void and unenforceable.

6. CONTRACT CONSTRUCTION: Any general rule of construction to the contrary notwithstanding thisContract shall be liberally construed in favor of the effect the purpose of this Contract and the policy andpurposes of the Department. If any provisions in this Contract are found to be ambiguous, an interpretationconsistent with the purpose of this Contract that would render the provision valid shall be favored over anyinterpretation that would render it invalid.

7. GOVERNING LAW / SEVERABILITY: This Contract shall be governed by the laws of the State of Ohio,and the venue for any disputes will be exclusively with the appropriate court in Franklin County, Ohio. If anyprovision of the Contract or the application of any provision is held by that court to be contrary to law, theremaining provisions of the Contract will remain in full force and effect.

8. ASSIGNMENT / DELEGATION: The Vendor will not assign any of its rights nor delegate any of its dutiesunder this Contract without the written consent of the Director of ODOT. Any assignment or delegation notconsented to may be deemed void by the Department.

Page 26: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

27

9. PLACEMENT OF ORDERS/METHODS OF PAYMENT: The Department shall use either State of OhioPurchase Order or State of Ohio Payment Card (i.e. credit card) to authorize performance under thisContract and to issue payments for supplies, products, and/or services acquired. Vendors are required toaccept both forms of payment. For Department purchases over $2,500.00, an official State of Ohiopurchase order must be generated and obtain approvals from the Office of Budget and Management, theDepartment of Administrative Services, and the Director of Transportation prior to its effectiveness. Anapproved State of Ohio purchase order will be sent to the Vendor and the Vendor will provide the goodsand/or services listed on the ordering documents and in accordance with the Contract’s terms andconditions. Any order placed not using an approved ODOT purchase order or against a State paymentcard, shall not be considered a valid order and may result in denial of payment and/or return of goods atthe Vendor's expense.

10. ACCEPTANCE OF ORDERS: The Vendor must accept orders placed by the Department pursuant to thisContract up through the last day of the Contract’s effectiveness, inclusive of any contract extensionsexercised or agreed-upon between the Parties.

11. BLANKET PURCHASE ORDERS: The Department utilizes blanket purchase orders to pre-authorizefunding for use on Contracts containing bid items that, due to the urgent nature of maintaining theDepartment’s highways and facilities, are critical to the Department executing its mission and objectives.The generation of blanket purchase orders are not used by the Department to place a specific order, ratheras a means to make funding more readily available for use when Contract items are needed. The Vendorshall keep all blanket purchase orders on file and make them readily available for use by Departmentpersonnel to place orders against. When placing orders against a blanket purchase order, the Departmentwill telephone or email orders referencing the blanket purchase order and its associated ODOT purchaseorder number. All of the Contract’s terms and conditions shall apply to the Department’s orders referencinga blanket purchase order.

For all blanket purchase orders, quantities and amounts to be purchased from these purchase orders isunknown by the Department and Vendors must not construe these purchase orders as a commitment topurchase a specific amount of goods and/or services. Accordingly, the Department reserves the right toincrease or decrease the available funding on these blanket purchase orders at its discretion.

12. DELIVERY INSPECTION AND ACCEPTANCE: Upon pick-up or delivery of any supplies, products, and/orservices, ODOT retains the right to inspect the product/service prior to final acceptance and/or payment forthe product/service. ODOT shall have sufficient and reasonable time to fully inspect supplies and/orservices for compliance. The purpose of the inspection process is to ensure that the product/service is incompliance with the specifications set forth in the awarded contract. In the event that the product/servicedoes not meet the specifications, ODOT shall notify the Vendor for removal/replacement of the productand/or service at the Vendor’s expense. ODOT shall retain all rights and remedies as described herein.Wherein products ordered by ODOT are delivered to a facility, which is not owned by ODOT and whereODOT has contracted with this facility to take delivery of products ordered by ODOT, acceptance will occurwhen the products have been inspected and accepted by ODOT within a reasonable amount of time afterdelivery to the facility. ODOT shall not be responsible for any storage costs incurred prior to the inspectionand acceptance.

13. RETURN GOODS POLICY: The Department will apply the following Return Goods Policy on all purchasesmade under the Contract:

(A) Return goods, when due to Vendor debar (i.e. over-shipment, defective merchandise,unapproved substitution, etc.) shall be returned to the Vendor, at the Vendor’s expense. TheVendor shall make arrangements to remove the return goods from the Department’s premiseswithin five (5) calendar days after notification. The Vendor shall not apply any restocking or othercharges to the Department. At the option of the Department, replacement items may be acceptedand will be shipped within five (5) calendar days of notification. Failure of the Vendor to arrange forreturn of the items within the specified time will result in the items being deemed as abandonedproperty and the Department will dispose of accordingly.

Page 27: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

28

(B) For orders of custom manufactured items, the Vendor will provide a production sample of theitem to the Department for acceptance. The production sample will be identical to the item to beprovided. The Department will provide written acceptance of the item prior to the Vendor continuingwith production. Once delivery and acceptance has been completed and the Departmentdetermines for any reason that any remaining quantities will not be used, the agency may requestthe return of the custom manufactured items. Acceptance of the return of custom manufactureditems will be at the option of the Vendor. If the Vendor agrees to the return of these items, theDepartment will be responsible for all costs associated with packaging, shipment andtransportation, to include the original shipment to the Department and subsequent return of goodsto the location designated by the Vendor. The Vendor may assess restocking fees that areequivalent to restocking fees that are normally assessed to other customers or as published by theVendor. Failure of the Vendor to provide a production sample and obtain written approval from theDepartment will result in the Vendor bearing all responsibility and costs associated with the returnof these goods.

(C) Return goods of regular catalog stock merchandise, when due to Department error (i.e. overpurchase, discontinued use, inventory reduction, etc.) will be accepted by the Vendor if notice isgiven by the Department within six (6) months of delivery and acceptance. All items to be returnedmust be unused and in their original containers and in suitable condition for resale. TheDepartment will be responsible for all transportation costs associated with both the originalshipment of items to the agency and the subsequent return of the items to the location designatedby the Vendor. The Vendor may assess a restocking fee (not to exceed 10%) associated with thereturn of the items to the location designated by the Vendor. Return of regular stock catalogmerchandise, when delivery and acceptance exceed six (6) months will be at the option of theVendor.

14. PRODUCT RECALLS: In the event product delivered has been recalled, seized, or embargoed and/or hasbeen determined to be misbranded, adulterated, or found to be unfit for human consumption by the packer,processor, manufacturer or by any Department or Federal regulatory agency, the Vendor shall beresponsible to notify the ODOT Office of Contract Sales, Purchasing Services section and all other orderingagencies/entities within two business days after notice has been given. Vendor shall, at the option of theDepartment, either reimburse the purchase price or provide an equivalent replacement product at noadditional cost. Vendor shall be responsible for removal and/or replacement of the affected product within areasonable time as determined by the ordering agency. At the option of the ordering agency, Vendor maybe required to reimburse storage and/or handling fees to be calculated from time of delivery andacceptance to actual removal. Vendor will bear all costs associated with the removal and proper disposal ofthe affected product. Failure to reimburse the purchase price or provide equivalent replacement product willbe considered a default.

15. PRODUCT SUBSTITUTION: In the event a specified product listed in the Contract becomes unavailable orcannot be supplied by the Vendor for any reason (except as provided for in the Force Majeure clause), aproduct deemed in writing by the Department to be equal to or better than the specified product must besubstituted by the Vendor at no additional cost or expense to the Department. Unless otherwise specified,any substitution of product prior to the Department’s written approval may be cause for termination ofContract.

The Department reserves the right to deny any substitution request that it is deemed to not be in the bestinterest of the Department. In these instances, the Department may seek substitute products from anothersupplier and assess the difference in cost, if any, as damages against the Vendor for their material breach.

16. INVOICE REQUIREMENTS: The Vendor must submit an original, proper invoice to the office designatedon the purchase order as the “bill to” address. To be a proper invoice, the invoice must include the followinginformation: 1. The ODOT purchase order number authorizing the delivery of products or services. 2. Adescription of what the Vendor delivered, including, as applicable, the time period, serial number, unit price,quantity, and total price of the products and services. 3. The Contract number pursuant to the deliverable.

Page 28: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

29

17. DEFECTIVE INVOICES: In the event the Department is in receipt of defective or improper invoices, theDepartment shall postpone payment pursuant to Section 126.30 of the Ohio Revised Code. Invoices shallbe returned to the Vendor noting areas for correction. If such notification of defect is sent, the requiredpayment date shall be thirty (30) calendar days after receipt of the corrected invoice.

18. PAYMENT DUE DATE: Payments under this Contract will be due on the 30th calendar day after the dateof actual receipt of a proper invoice in the office designated to receive the invoice, or the date the service isdelivered and accepted in accordance with the terms of this Contract. The date of the warrant issued inpayment will be considered the date payment is made. Interest on late payments will be paid in accordancewith O.R.C. Section 126.30.

19. INSURANCE POLICIES: By way of provision in this Contract to maintain specific minimum levels ofinsurance coverage(s) (e.g. Commercial General liability, Auto liability, Public liability, Property Damage,etc.), the Vendor shall provide to Department upon request evidence of such insurance required to becarried by these provisions, including any endorsement affecting the additional insured status, is in fullforce and effect and that premiums therefore have been paid. Such evidence shall be furnished by theVendor within two (2) business days and on the insurance industry's standard ACORD Form (Certificate ofInsurance) or a certified copy of the original policy. The Certificate of Insurance or certified copy of thepolicy must contain an endorsement naming the State of Ohio, Department of Transportation, its officers,agents, employees, and servants as additionally insured, but only with respect to Work performed for theDepartment under this Contract, at no cost to Department. Vendor shall notify the Department within ten(10) calendar days of receipt of a notice of cancellation, expiration, or any reduction in coverage, or if theinsurer commences proceedings or has proceedings commenced against it, indicating the insurer isinsolvent. Vendor shall provide to the Department evidence of a replacement policy at least five (5)calendar days prior to the effective date of such cancellation, expiration, or reduction in coverage.

All required insurance policies shall be maintained at Vendor’s sole expense and in full force for the complete term of the Contract, including any warranty periods. Reference 107.12 the Construction & Materials Specification handbook.

20. TAXATION: ODOT is exempt from federal excise taxes and all Department and local taxes, unlessotherwise provided herein. ODOT does not agree to pay any taxes on commodities, goods, or servicesacquired from any Vendor.

21. CONTRACT TERMINATION: If a Vendor fails to perform any one of its obligations under this Contract, itwill be in breach of contract and the Department may terminate this Contract in accordance with thissection. Notices of contract termination shall be made in writing. The termination will be effective on thedate delineated by the Department.

a. Termination for Breach. If Vendor’s breach is unable to be cured in a reasonable time, theDepartment may terminate the Contract by written notice to the Vendor.

b. Termination for Un-remedied Breach. If Vendor’s breach may be cured within a reasonabletime, the Department will provide written notice to Vendor specifying the breach and the time withinwhich Vendor must correct the breach. If Vendor fails to cure the specified breach within the timerequired, the Department may terminate the Contract. If the Department does not give timely noticeof breach to Vendor, the Department has not waived any of the Department’s rights or remediesconcerning the breach.

c. Termination for Persistent Breach. The Department may terminate this Contract by writtennotice to Vendor for defaults that are cured, but are persistent. “Persistent” means three or morebreaches. After the Department has notified Vendor of its third breach, the Department mayterminate this Contract without providing Vendor with an opportunity to cure. The three or morebreaches are not required to be related to each other in any way.

d. Termination for Endangered Performance. The Department may terminate this Contract bywritten notice to the Vendor if the Department determines that the performance of the Contract isendangered through no fault of the Department.

Page 29: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

30

e. Termination for Financial Instability. The Department may terminate this Contract by writtennotice to the Vendor if a petition in bankruptcy or a Federal or State tax lien has been filed by oragainst the Vendor.

f. Termination for Delinquency, Violation of Law. The Department may terminate this Contractby written notice, if it determines that Vendor is delinquent in its payment of federal, Department orlocal taxes, workers’ compensation, insurance premiums, unemployment compensationcontributions, child support, court costs or any other obligation owed to a Department agency orpolitical subdivision. The Department also may cancel this Contract, if it determines that Vendorhas violated any law during the performance of this Contract. However, the Department may notterminate this Contract if the Vendor has entered into a repayment agreement with which theVendor is current.

g. Termination for Subcontractor Breach. The Department may terminate this Contract for thebreach of the Vendor or any of its subcontractors. The Vendor will be solely responsible forsatisfying any claims of its subcontractors for any suspension or termination and will indemnify theDepartment for any liability to them. Subcontractors will hold the Department harmless for anydamage caused to them from a suspension or termination. The subcontractors will look solely tothe Vendor for any compensation to which they may be entitled.

h. Termination for Vendor’s Failure to Pay Material Suppliers. Pursuant to Section 4113.61 ofthe Ohio Revised Code, Vendors shall promptly pay material suppliers, within ten (10) calendardays of receipt of payment from the State of Ohio, for materials ordered and delivered as a result ofthis contract. A Vendor unable to furnish bid items because of non-payment issues related to amaterial supplier shall constitute grounds for the Director of ODOT to terminate this contractimmediately. A Vendor may, at the discretion of the Department, be given an amount of time,amount shall be specified by the Department in writing, to furnish past due payment to the materialsupplier before termination shall occur.

j. Failure to Maintain MBE Certification. Pursuant to O.R.C. Section 125.081, the State may setaside a bid for supplies or services for participation only by minority business enterprises (MBE’s)certified by the State of Ohio, Equal Opportunity Coordinator. After award of the Contract, it is theresponsibility of the MBE Contractor to maintain certification as a MBE. If the Contractor fails torenew its certification and/or is decertified by the State of Ohio, Equal Opportunity Coordinator, theState may immediately cancel the Contract.

k. Failure to Maintain Licensure. The Vendor’s failure to maintain the proper license(s) to performthe services or provide the goods prescribed by this Contract shall be grounds to terminate thisContract without prior notice.

l. Qualified Products Listing and Approved Products Listing. Any products or suppliesremoved from a specific qualified products listing/approved products listing, by either theDepartment, government, or governing body throughout the duration of the Contract shall beremoved from the Contract effective on the date of removal from the respective listing.

22. NOTICE OF BREACH: Each party of this Contract has an obligation to provide written notice when it isdetermined by one party that the other party is in default of this Contract. A notice of ODOT’s default of thisContract must be sent to the Procurement Manager of the ODOT Office of Contract Sales.

23. CONTRACT SUSPENSION: A Vendor who fails to perform any one of its obligations under this Contractwill be in breach. In these instances, ODOT may choose to suspend the Vendor from the contract ratherthan terminate the Contract.

In the case of a suspension for ODOT’s convenience, the amount of compensation due the Vendor forwork performed before the suspension will be determined in the same manner as provided in this sectionfor termination for ODOT’s convenience or the Vendor may be entitled to compensation for work performedbefore the suspension, less any damage to ODOT resulting from the Vendor’s breach of this Contract orother fault.

Page 30: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

31

The notice of suspension, whether with or without cause, will be effective immediately on the Vendor’s receipt of the notice. The Vendor will immediately prepare a report and deliver it to ODOT which will include a detailed description of work completed, percentage of project completion, estimated time for delivery of all orders received to date, and costs incurred by the Vendor.

24. CANCELLATION FOR CONVENIENCE: The Department reserves the right to cancel and terminate thisContract, in whole or in part, without penalty, upon thirty (30) days written notice to an awarded vendor. Inthe event the initial contract period is for more than 12 months, the resulting contract may be terminated byeither party, without penalty, after the initial 12 months of the contract period and upon a minimum of sixty(60) days written notice to the other party. Cancellations exercised in accordance with this section shall notrelieve the Vendor of the obligation to deliver and/or perform on all outstanding orders issued prior to theeffective date of cancellation.

25. CONTRACT DAMAGES: The Department may assess, at a minimum but not limited to, the followingdamages against a Vendor:

A. ACTUAL DAMAGES: Vendor is liable to the State of Ohio for all actual and directdamages caused by Vendor’s breach. The Department may substitute supplies or services, from athird party, for those that were to be provided by Vendor. In accordance with Ohio Revised Code§5513.05(c), the Department may recover the costs associated with acquiring substitute suppliesor services, less any expenses or costs saved by Vendor’s breach, from Vendor.

B. LIQUIDATED DAMAGES: If actual and direct damages are uncertain or difficult todetermine, the Department may recover liquidated damages in the amount of 1% of the value ofthe order, deliverable or milestone that is the subject of the breach for every day that the breach isnot cured by the Vendor. If Delay of the cure is caused by ODOT, the delivery date shall beextended accordingly to offset such delays. Approval to extend any scheduled delivery date(s)shall be at the sole discretion of ODOT.

C. DEDUCTION OF DAMAGES FROM CONTRACT PRICE: The Department may deduct allor any part of the damages resulting from Vendor’s breach from any part of the price still due onthe contract, upon prior written notice issued to the Vendor by the Department.

D. INCIDENTAL/CONSEQUENTIAL DAMAGES: Pursuant to Section 5513.05 of the OhioRevised Code, the Department may recover from a Vendor who fails to promptly provideconforming articles, any incidental or consequential damages as defined in Section 1302.89 of theOhio Revised Code, incurred by the Department in promptly obtaining the conforming articles.

26. CONTRACT TERM EXTENSIONS: ODOT reserves the right to unilaterally extend this Contract up to one(1) calendar month beyond the original contract expiration date at the original unit bid prices awarded.Contract extensions beyond one (1) calendar month shall be executed by means of written, mutualagreement with the Contract Vendor.

27. FIRM, FIXED PRICE CONTRACT: Unless otherwise specified in the bidding documents, this Contract is aFirm, Fixed-Price Contract. The Vendor will be required to provide to the Department with the materials,supplies, equipment and/or services at the awarded bid price(s) for the entire duration of the contract, andany extensions thereto.

28. FORCE MAJEURE: If the Department or Vendor is unable to perform any part of its obligations under thisContract by reason of force majeure, the party will be excused from its obligations, to the extent that itsperformance is prevented by force majeure, for the duration of the event. The party must remedy with allreasonable dispatch the cause preventing it from carrying out its obligations under this Contract. The term“force majeure” means without limitation: acts of God; such as epidemics; lightning; earthquakes; fires;storms; hurricanes; tornadoes; floods; washouts; droughts; any other severe weather; explosions; restraintof government and people; war; labor strikes; and other like events.

29. EQUAL EMPLOYMENT OPPORTUNITY: The Vendor will comply with all Department and federal lawsregarding equal employment opportunity, including O.R.C. Section 125.111 and all related ExecutiveOrders.

Page 31: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

32

30. ANTITRUST ASSIGNMENT TO THE DEPARTMENT: Vendor assigns to the State of Ohio, through theDepartment of Transportation, all of its rights to any claims and causes of action the Vendor now has ormay acquire under Department or federal antitrust laws if the claims or causes of action relate to thesupplies or services provided under this Contract. Additionally, the State of Ohio will not pay excesscharges resulting from antitrust violations by Vendor’s suppliers and subcontractors.

31. CONFIDENTIALITY: The Vendor may learn of information, documents, data, records, or other material thatis confidential in the performance of this Contract. The Vendor may not disclose any information obtainedby it as a result of this Contract, without the written permission of the Department. The Vendor mustassume that all Department information, documents, data, records or other material is confidential.

The Vendor’s obligation to maintain the confidentiality of the information will not apply where it: (1) wasalready in the Vendor’s possession before disclosure by the Department, and it was received by theVendor without the obligation of confidence; (2) is independently developed by the Vendor; (3) is orbecomes publicly available without breach of this Contract; (4) is rightfully received by the Vendor from athird party without an obligation of confidence; (5) is disclosed by the Vendor with the written consent of theDepartment; or (6) is released in accordance with a valid order of a court or governmental agency, providedthat the Vendor (a) notifies the Department of such order immediately upon receipt of the order and (b)makes a reasonable effort to obtain a protective order from the issuing court or agency limiting disclosureand use of the confidential information solely for the purposes intended to be serviced by the original orderof production. The Vendor will return all originals of any information and destroy any copies it has made ontermination or expiration of this Contract.

The Vendor will be liable for the disclosure of any confidential information. The parties agree that thedisclosure of confidential information of the Department’s may cause the Department irreparable damagefor which remedies other than injunctive relief may be inadequate, and the Vendor agrees that in the eventof a breach of the obligations hereunder, the Department shall be entitled to temporary and permanentinjunctive relief to enforce this provision without the necessity of providing actual damages. This provisionshall not, however, diminish or alter any right to claim and recover.

32. DRUG-FREE WORKPLACE: The Vendor agrees to comply with all applicable Department and federallaws regarding drug-free workplace and shall make a good faith effort to ensure that all its employees,while working on Department property, will not purchase, transfer, use or possess illegal drugs or alcohol orabuse prescription drugs in any way.

33. WORKERS’ COMPENSATION: Workers’ compensation insurance, as required by Ohio law or the laws ofany other Department where work under this Contract will be done. The Vendor will also maintainemployer’s liability insurance with at least a $1,000,000.00 limit.

34. OHIO ETHICS LAW: Vendor agrees that it is currently in compliance and will continue to adhere to therequirements of Ohio Ethics law as provided by Section 102.03 and 102.04 of the Ohio Revised Code.

35. PUBLICITY: The Vendor will not advertise that it is doing business with the Department or use thisContract as a marketing or sales tool without prior, written consent of the Department. This provisionincludes marketing or sales tools related to the ODOT Cooperative Purchasing Program.

36. STRICT PERFORMANCE: The failure of either party, at any time to demand strict performance by theother party of any of the terms of this Contract, will not be construed as a waiver of any such term andeither party may at any time demand strict and complete performance by the other party.

Page 32: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

33

37. SUBCONTRACTING. The Department recognizes that it may be necessary for the Vendor to usesubcontractors to perform portions of the work under the Contract. In those circumstances, the Vendorshall submit a list identifying its subcontractors or joint venture partners performing portions of the workunder the Contract. If any changes occur during the term of the Contract, the Vendor shall supplement itslist of subcontractors or joint venture business partners. In addition, all subcontractors or joint venturebusiness partners agree to be bound by all of the Terms and Conditions and specifications of the Contract.The Department reserves the right to reject any subcontractor submitted by the Vendor. All subcontractswill be at the sole expense of the Vendor and the Vendor will be solely responsible for payment of itssubcontractors. The Vendor assumes responsibility for all sub-contracting and third party manufacturerwork performed under the Contract. In addition, Vendor will cause all subcontractors to be bound by all ofthe Terms and Conditions and specifications of the Contract. The Vendor will be the sole point of contactwith regard to all contractual matters.

38. SURVIVORSHIP: All sections herein relating to payment, confidentiality, license and ownership,indemnification, publicity, construction warranties, limitations of warranties and limitations on damages shallsurvive the termination of this Contract.

39. GENERAL REPRESENTATIONS AND WARRANTIES: The Vendor warrants that the recommendations,guidance, and performance of the Vendor under this Contract will:

1. Be in accordance with the sound professional standards and the requirements of this Contractand without any material defect.

2. No services, products or supplies will infringe on the intellectual property rights of any third party.

3. All warranties are in accordance with Vendor’s standard business practices attached.

4. That the products or supplies hereunder are merchantable and fit for the particular purposedescribed in this contract. Additionally, with respect to the Vendor’s activities under this Contract,the Vendor warrants that:

5. The Vendor has the right to enter into this Contract.

6. The Vendor has not entered into any other contracts or employment relationships that restrict theVendor’s ability to perform under this Contract.

7. The Vendor will observe and abide by all applicable laws and regulations, including those of theDepartment regarding conduct on any premises under the Department’s control.

8. The Vendor has good and marketable title to any products or supplies delivered under thisContract and which title passes to the Department.

9. The Vendor has the right and ability to grant the license granted in products or supplies in whichtitle does not pass to the Department. If any services of the Vendor or any products or supplies failsto comply with these warranties, and the Vendor is so notified in writing, the Vendor will correctsuch failure with all due speed or will refund the amount of the compensation paid for the services,products or supplies. The Vendor will also indemnify the Department for any direct damages andclaims by third parties based on breach of these warranties.

40. VENDOR’S WARRANTY AGAINST AN UNRESOLVED FINDING FOR RECOVERY: Vendor warrantsthat it is not subject to an unresolved finding for recovery under O.R.C. Section 9.24. If the warranty wasfalse on the date the parties signed this Contract, the Contract is void ab initio.

41. LIMITATION OF LIABILITY: Notwithstanding any limitation provisions contained in the documents andmaterials incorporated by reference into this contract, the Vendor agrees that the Vendor shall be liable forall direct damages due to the fault or negligence of the Vendor.

Page 33: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

34

42. INDEMNITY: The Vendor will indemnify the Department for any and all claims, damages, lawsuits, costs,judgments, expenses, and any other liabilities resulting from bodily injury to any person (including injuryresulting in death) or damage to property that may arise out of or are related to Vendor’s performanceunder this Contract, providing such bodily injury or property damage is due to the negligence of the Vendor,its employees, agents, or subcontractors. Reference 107.12 the Construction & Materials Specificationhandbook.

The Vendor will also indemnify the Department against any claim of infringement of a copyright, patent,trade secret, or similar intellectual property rights based on the Department’s proper use of any products orsupplies under this Contract. This obligation of indemnification will not apply where the Department hasmodified or misused the products or supplies and the claim of infringement, is based on the modification ormisuse. The Department agrees to give the Vendor notice of any such claim as soon as reasonablypracticable and to give the Vendor the authority to settle or otherwise defend any such claim uponconsultation with and approval by the Office of the Department Attorney General. If a successful claim ofinfringement is made, or if the Vendor reasonably believes that an infringement claim that is pending mayactually succeed, the Vendor will take one (1) of the following four (4) actions:

1. Modify the products or supplies so that is no longer infringing;2. Replace products or supplies with an equivalent or better item;3. Acquire the right for the Department to use the infringing products or supplies as it was intended for theDepartment to use under this Contract; or4. Remove the products or supplies and refund the fee the Department paid for the products or suppliesand the fee for any other products or supplies that required the availability of the infringing products orsupplies for it to be useful to the Department.

43. AUDITS: The Vendor must keep all financial records in a manner consistent with generally acceptedaccounting principles. Additionally, the Vendor must keep separate business records for this Contract,including records of disbursements and obligations incurred that must be supported by contracts, invoices,vouchers and other data as appropriate. During the period covered by this Contract and until the expirationof three (3) years after final payment under this Contract, the Vendor agrees to provide the Department, itsduly authorized representatives or any person, agency or instrumentality providing financial support to thework undertaken hereunder, with access to and the right to examine any books, documents, papers andrecords of the Vendor involving transactions related to this Contract. The Vendor shall, for eachsubcontract in excess of two thousand five hundred ($2,500), require its subcontractor to agree to the sameprovisions of this Article. The Vendor may not artificially divide contracts with its subcontractors to avoidrequiring subcontractors to agree to this provision. The Vendor must provide access to the requestedrecords no later than (5) five business days after the request by the Department or any party with auditrights. If an audit reveals any material deviation from the Contract requirements, and misrepresentations orany overcharge to the Department or any other provider of funds for the Contract, the Department or otherparty will be entitled to recover damages, as well as the cost of the audit.

44. INDEPENDENT CONTRACTOR ACKNOWLEDGEMENT: It is fully understood and agreed that Vendor isan independent contractor and is not an agent, servant, or employee of the State of Ohio or the OhioDepartment of Transportation. Vendor declares that it is engaged as an independent business and hascomplied with all applicable federal, state, and local laws regarding business permits and licenses of anykind, including but not limited to any insurance coverage, workers’ compensation, or unemploymentcompensation that is required in the normal course of business and will assume all responsibility for anyfederal, state, municipal or other tax liabilities. Additionally, Vendor understands that as an independentcontractor, it is not a public employee and is not entitled to contributions from the State to any publicemployee retirement system.

Page 34: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

35

45. EXECUTIVE ORDER 2011-12K: The Vendor affirms to have read and understands Executive Order 2011-12K issued by Ohio Governor John R. Kasich and shall abide by those requirements in the performance ofthis Contract and shall perform no services required under this Contract outside of the United States ofAmerica. The Executive Order is incorporated by reference and also is available at the following website:(http://www.governor.ohio.gov/Portals/0/pdf/executiveOrders/EO%202011-12K.pdf).

The Vendor also affirms, understands, and agrees to immediately notify the Department of any change orshift in the location(s) of services performed by the Vendor or its subcontractors under this Contract, and noservices shall be changed or shifted to a location(s) that are outside of the United States of America.

46. CONTRACTOR DISCLOSURE; LOCATION OF SERVICES, DATA: As part of this Contract, Contractorshall disclose the following: 1. The location (s) where all services will be performed; and 2. The location(s)where any state data applicable to the contract will be maintained or made available; and 3. The principallocation of business for the contractor and all subcontractors. Contractor shall not, during the performanceof this Contract, change the location(s) of the country where the services are performed or change thelocation(s) of the country where the data is maintained or made available without prior written approval ofthe State.

47. DAMAGES FOR SERVICES PERFORMED OUTSIDE OF THE UNITED STATES: The Department is notobligated and shall not pay for any services provided under this Contract that the Vendor or any of itssubcontractors performed outside of the United States of America. If services are performed outside of theUnited Departments, this will be treated as a material breach of the Contract, and Vendor shall immediatelyreturn to the Department all funds paid for those services. This requirement includes data warehousing andstorage. All electronic data must reside in the United States.

In addition, if the Vendor or any of its subcontractors perform any such services outside of the UnitedDepartments, the Department may, at any time after the breach, terminate this Contract for such breach,upon written notice to the Vendor. If the Department terminates the Contract, the Department may buysubstitute services from a third party, and the Department may recover the additional costs associated withacquiring the substitute services.

If the Vendor or any of its subcontractors prepares to perform services, changes or shifts the location(s) ofservices performed by the Vendor or its subcontractors under this Contract to a location(s) outside of theUnited Departments, but no services are actually performed, the Vendor has 30 days to change or shift thelocation(s) of services performed to location(s) within the United Departments. The Department mayrecover liquidated damages in the amount of 5 % of the value of the contract for every day past the timepermitted to change or shift the location(s).

48. NON-DISCRIMINATION/COMPLIANCE WITH APPLICABLE LAWS: During the performance of thiscontract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the“contractor”) agrees as follows:

Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Actsand Regulations relative to Non-discrimination in Federally-assisted programs of the U.S. Department ofTransportation, Federal Highway Administration (FHWA), as they may be amended from time to time,which are herein incorporated by reference and made a part of this contract.

Non-discrimination: The Vendor, with regard to the work performed by it during the contract, will notdiscriminate on the grounds of race, color, national origin, sex, age, disability, low-income status, or limitedEnglish proficiency in the selection and retention of subcontractors, including procurements of materialsand leases of equipment. The Vendor will not participate directly or indirectly in the discriminationprohibited by the Acts and the Regulations as set forth in Appendix E below, including employmentpractices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part21.

Page 35: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

36

Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Vendor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Vendor of the Vendor’s obligations under this contract and the Acts and the Regulations relative to nondiscrimination on the grounds of race, color, national origin, sex, age, disability, low-income status, or limited English proficiency.

Information and Reports: The Vendor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Ohio Department of Transportation (hereinafter “ODOT”) or FHWA to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a Vendor is in the exclusive possession of another who fails or refuses to furnish this information, the Vendor will so certify to ODOT or FHWA, as appropriate, and will set forth what efforts it has made to obtain the information.

Sanctions for Noncompliance: In the event of a Vendor’s noncompliance with the Nondiscrimination provisions of this contract, ODOT will impose such contract sanctions as it or FHWA may determine to be appropriate, including, but not limited to:

a. Withholding payments to the Vendor under the contract until the Vendor complies; and/orb. Cancelling, terminating, or suspending a control, in whole or in part.

Incorporation of Provisions: The Vendor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Vendor will take action with respect to any subcontract or procurement as ODOT or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Vendor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Vendor may request ODOT to enter into any litigation to protect the interests of ODOT. In addition, the Vendor may request the United States to enter into the litigation to protect the interests of the United States.

During the performance of this contact, the Vendor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Vendor,” which includes consultants) agrees to comply with the following non-discrimination statutes and authorities; including but not limited to:

APPENDIX E: Pertinent Non-Discrimination Authorities:

• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252) (prohibits discriminationon the basis of race, color, national origin); and 49 CFR Part 21

• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (42 U.S.C. §4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because ofFederal or Federal-Aid programs and projects)

• Federal-Aid Highway Act of 1973 (23 U.S.C. § 324 et seq.) (prohibits discrimination on the basis of sex)• Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), as amended (prohibits

discrimination on the basis of disability) and 49 CFR Part 27• The Age Discrimination Act of 1975, as amended (42 U.S.C. § 6101 et seq.) (prohibits discrimination

on the basis of age)• Airport and Airway Improvement Act of 1982 (49 U.S.C. § 471, Section 47123), as amended (prohibits

discrimination based on race, creed, color, national origin, or sex)• The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage, and

applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975, and Section504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” toinclude all of the programs or activities of Federal-Aid recipients, sub-recipients, and Vendors, whethersuch programs or activities are Federally funded or not)

Page 36: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

37

• Titles II and III of the Americans with Disabilities Act (42 U.S.C. §§ 12131-12189), as implemented byDepartment of Transportation regulations at 49 CFR parts 37 and 38 (prohibits discrimination on thebasis of disability in the operation of public entities, public and private transportation systems, places ofpublic accommodation, and certain testing entities)

• The Federal Aviation Administration’s Non-Discrimination Statute (49 U.S.C. § 47123) (prohibitsdiscrimination on the basis of race, color, national origin, and sex)

• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations andLow-Income Populations (ensures non-discrimination against minority populations by discouragingprograms, policies, and activities with disproportionately high and adverse human health orenvironmental effects on minority and low-income populations)

• Executive Order 13166, Improving Access to Services for People with Limited English Proficiency, andresulting agency guidance, national origin discrimination includes discrimination because of limitedEnglish proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps toensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100)

• Title VIII of the Civil Rights Act of 1968 (Fair Housing Act), as amended (prohibits discrimination in thesale, rental, and financing of dwellings on the basis of race, color, religion, sex, national origin,disability, or familial status (presence of child under the age of 18 and pregnant women)

• Title IX of the Education Amendments Act of 1972, as amended (20 U.S.C. 1681 et seq.) (prohibitsdiscrimination on the basis of sex in education programs or activities)

(the remainder of this page has been left intentionally blank)

Page 37: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Invitation No. 170-19

38

DISTRICT MAP

District District Deputy Director, District Address Main Telephone No. 1 1885 N. McCullough, Lima, Ohio 45801 419-222-90552 317 East Poe Road, Bowling Green, Ohio 43402 419-353-81313 906 North Clark St., Ashland, Ohio 44805 419-281-05134 2088 S. Arlingon Rd., Akron, Ohio 44306 330-786-31005 9600 Jacksontown Road, P.O. Box 306, Jacksontown, Ohio 43030 740-323-44006 400 East Williams St., Delaware, Ohio 43015 740-363-12517 1001 St. Mary's Ave, Sidney, Ohio 45365 937-492-11418 505 South State Rt. 741, Lebanon, Ohio 45036 513-932-30309 650 Eastern Ave., P.O. Box 467, Chillicothe, Ohio 45601 740-773-2691

10 338 Muskingum Drive, Marietta, Ohio 45750 740-373-021211 2201 Reiser Ave SE, New Philadelphia, Ohio 44663 330-339-663312 5500 Transportation Boulevard, Garfield Heights, Ohio 44125-5396,

Mail: Box 258003, Garfield Heights, Ohio 44125-8003 216-581-2100

Page 38: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

39

______________________________________ __________________________ Thomas Pannett, P.E., Esq. Date Administrator, Office of Contract Sales State of Ohio, Department of Transportation

______________________________________ __________________________ Jerry Wray Date Director State of Ohio, Department of Transportation

Invitation No. 170-19

State of Ohio, Department of Transportation (ODOT) Office of Contract Sales, Purchasing Services

SIGNATURE PAGE Invitation to Bid #170-19

Commodity/Service: Wheel Loader

This Signature Page must be completed and submitted with a Bidder’s sealed bid package to serve as acknowledgement to the Department that the Bidder understands and will comply with all terms, conditions, and requirements in submitting a bid (offer) for the above-referenced Invitation to Bid.

Furthermore, the execution and submission of this Signature Page shall serve as acknowledgment that the Bidder will enter into a Contract with the State of Ohio, Department of Transportation if selected for award of the above-referenced Invitation to Bid, and understands, upon Contract award, it shall be bound by all terms and conditions included in this invitation to bid.

The person signing and executing this Signature Page below acknowledges that he/she is signing on behalf of their Company in a representative capacity and hereby warrants that he/she has been duly authorized by his/her Company to submit this formal bid (offer) and is authorized to execute Contracts on such Company’s behalf.

(Please execute below using blue ink)

Doosan Infracore North AmericaCompany (Bidder) Name: ________________________________________________________

Original Signature: ___David Dixon_________________________________________________

Print Name of Officer: _ David Dixon__________________________________________________________

______________________________Government Account Sales ManagerTitle of Signing Officer: __ __________________________ May 2, 2018__________Date: _ ______________________________

FOR USE BY THE OHIO DEPARTMENT OF TRANSPORTATION ONLY:

Pursuant to Section 30 of the Instructions, Terms and Conditions for Bidding, a signature below by the Director of ODOT shall serve as the Department’s formal acceptance of the bidder’s offer and will

effectively form ODOT Contract 170-19 between the State of Ohio, Department of Transportation and the above successful bidder (company):

Page 39: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Bid Item Unit of Measure Make and Model Description of Wheel Loader (Engine Size, Transmission, Etc.) F.O.B. Place of Destination Unit

Bid Price

1 Each. DL200-5-US20

Perkins 1204F: 4-Cycle Water Cooled, Electronically Controlled Common Rail Direct Injected, T4: Cooled Exhaust Gas Recirculation + Diesel Oxidation Catalyst + Selective Catalytic, Reduction with Diesel Exhaust Fluid, 142HP (106kW) Gross Flywheel Horsepower @ 2200 rpm (SAE J1995), Displacement: 269cu.in. (4400 cu. Cm) 4 Cylinder, Bore 4.1 in. Diameter x 5 in., stroke (105mm Diameter x 127mm Stroke), Torque: 413 ft. lbs (560 Nm) @ 1,400 rpm, High Idle 2266 ± 50 rpm, Low Idle 800 rpm, Auto Idle System, Auto Shut Down, Equipped with the Fuel Pre-filter with Water Separator, Radiator Reserve Tank, Double Element Air Cleaner with Evacuate, Electronic Engine Speed Control, Engine Overheat and Low Oil Pressure Prevention System, Hydrostatic Transmission 151,963.06$

2 Each. DL220-5-US20

Doosan DL06: Turbo charged, Air to Air intercooled, T4F, Electronically controlled common rail direct injected 360 cu.in., 6 cylinder, 160 hp, 160 SAE gross flywheel horsepower @ 2,100 RPM, Air Cleaner: dry type (double stage), Engine Self Diagnostic system, Plastic reversivle fan driven by hydraulic fan motor, auto idle / auto shut down, Transmission / Axles - Full automatic power shift, 4 forward & 3 reverse speeds, self-adjusting brake disc clearance, torque converter, fixed wheel stator, electrical T/M clutch disconnect with service brake, T/M down shift on shift control and joy stick control, transmission oil level gauge

155,100.56$

3 Each. DL250-5-US20

Doosan DL06: Turbo charged, Air to Air intercooled, T4F, Electronically controlled common rail direct injected 360 cu.in., 6 cylinder, 176 SAE gross flywheel horsepower @ 2,100 RPM, Air Cleaner: dry type (double stage), Engine Self Diagnostic system, Plastic reversivle fan driven by hydraulic fan motor, auto idle / auto shut down, Transmission / Axles - Full automatic power shift, 4 forward & 3 reverse speeds, self-adjusting brake disc clearance, torque converter, fixed wheel stator, electrical T/M clutch disconnect with service brake, T/M down shift on shift control and joy stick control, transmission oil level gauge

175,237.33$

170-19 PRICING 4/17/2018

Vendor Name: Doosan Infracore North AmericaPlease quote and insert below, your lowest net delivered prices for the commodity herein described in the contract specifications. Please note: There will be no specified or guaranteed quantities purchased

from this contract. Eligible purchasers for this contract include both ODOT and Political Subdivisions. You may add more rows if needed.

**Options pricing should be added on the tab provided within this Excel file

Page 40: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Vendor Name:

4,668.00$

170-19 Pricing 4/17/18 Doosan Infracore North America

Wheel loader Options (DL200-5)Pricing Increase/decrease

2.0M3 CUTTING EDGELOADER BUCKET1,868.00$ 1,776.00$ 5,880.00$

FULL FENDER WITH RUBBER PROTECTORTRIANGLE 20.5R25 (L3) RADIAL

MICHELIN 20.5R25 (L3) XHAT2 RADIAL

FENDERTIRE

5,880.00$ 1,152.00$ 2,428.00$

BRIDGESTONE 20.5R25 VJT (L3) RADIAL4 Spool Control ValveEMERGENCY STEER

CONTROL VALVEEMERGENCY STEER

1,336.00$ 2,800.00$

280.00$

FINGER TIP THREE LEVERHYDRAULIC LOAD ISOLATION SYSTEM (LIS)

AIR SUSPENSION WITH HEAT SEAT

JOYSTICK TYPELOAD ISOLATION SYSTEM

SEAT1,240.00$

432.00$ 220.00$

REAR VIEW CAMERALED Head Lamp

ROTATING BEACON

CAMERAHEAD LAMP

ROTATING BEACON172.00$ 101.46$

5,524.00$

WATER SERPERATOR WITH HEATER3 INCH SEAT BELT

PALLET FORKS -JRB QC; 60 IN. CARRIAGE

Water Separator With Heater139304-01-B

7203952

7,780.00$ 4,160.00$

6,100.80$ 7,780.00$

PALLET FORKS - ISO QC; 60 IN. WIDE PALLET FORKS - ISO QC; 96IN WIDE HD PALLET FORKS -JRB QC; 96IN WIDE HD

12' SNOW PUSHER; BKT MOUNT

7225062723539472353977243007

4,400.00$ 6,100.80$ 6,316.00$

14' SNOW PUSHER; BKT MOUNTPALLET FORKS - JRB QC; 60 IN. CARRIAGE PALLET FORKS - JRB QC; 96 IN. CARRIAGE

724300872523147252319

PALLET FORKS - ISO QC; 96IN WIDE CARRIAGE; PALLET FORKS - ISO QC; 96IN WIDE HD

DL200-5 GPBKT; 100.5 IN 2.5YD; PIN ON BOT

6,544.80$

8,424.00$ 5,524.00$ 6,316.00$ 8,424.00$ 7,988.80$ 6,544.80$ 7,988.80$

72523217252351725235772523597269333

AUX. LINES TO END OF BOOMMPBKT; 100IN 2.5YD; ISO QC; BOT

MPBKT; 100IN 2.5YD; JRB QC; BOCEMPBKT; 100IN 2.5YD; PIN ON; BOCEMPBKT; 100IN 2.5YD; PIN ON; BOTMPBKT; 100IN 2.5YD; JRB QC; BOT

MPBKT; 100IN 2.5YD; ISO QC; BOCE

GPBKT; 100.5IN 2.5YD; ISO QC; BOTGPBKT; 100.5IN 2.5YD; ISO QC; BOCELMBKT; 114IN 4.0YD; ISO QC; BOCE

QUICK COUPLER, DL200-5, JRB STYLEQUICK COUPLER, DL200-5, ISO STYLE

DL200-5 GPBKT; 100.5 IN 2.5YD; PIN ON BOCEGPBKT; 100.5 IN 2.5YD; JRB QC; BOT

GPBKT; 100.4 IN 2.5YD; JRB QC; BOCEDL200-5 LMBKT 114.2 IN 4.0YD PIN ON BOCE

LMBKT; 114IN 4.0YD; JRB QC; BOCE

PALLET FORKS - JRB QC; 96 IN. CARRIAGE PALLET FORKS -ISO QC; 60 IN. WIDE CARRIAGE;

7270198727020172702677270331

72693597269371726938772701647270167

880.00$

OptionsItem

14,092.80$ 13,301.60$ 14,092.80$

4,867.20$ 5,254.40$

13,301.60$ 13,301.60$ 14,092.80$

8,796.00$ 8,796.00$ 7,988.80$ 6,544.80$ 8,796.00$

DL200LK7325570

73251977325203732526773252737325567

7270193

Page 41: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Vendor Name:

Pricing Increase/decrease

CAMERA REAR VIEW CAMERA

170-19 Pricing 4/17/18 Doosan Infracore North America

Wheel loader Options (DL220-5)OptionsItem

AIR SUSPENSION WITH HEAT SEATROTATING BEACON

LED Head Lamp

LOADER BUCKETFENDER

TIRE

CONTROL VALVEJOYSTICK TYPE

EMERGENCY STEERLOAD ISOLATION SYSTEM

72523217252351725235772523597283211

Water Separator With HeaterENGINE COOLANT HEATER

139304-01-B

WATER SEPERATOR WITH HEATER

PALLET FORKS -JRB QC; 96IN WIDE HD 12' SNOW PUSHER; BKT MOUNT

5,524.00$ 6,316.00$ 8,424.00$ 6,843.20$

PALLET FORKS - ISO QC; 96IN WIDE CARRIAGE; PALLET FORKS - ISO QC; 96IN WIDE HD GPBKT;100.4 IN; 3.0YD PIN ON; BOCE

4,400.00$ 6,100.80$ 6,316.00$ 8,424.00$

5,524.00$ 6,100.80$ 7,780.00$ 7,780.00$ 4,160.00$

5,152.00$ 1,868.00$ 1,760.00$ 5,880.00$ 5,880.00$ 1,824.00$ 1,336.00$ 2,428.00$ 2,800.00$

280.00$ 220.00$ 432.00$

172.00$ 328.00$ 101.46$

1,240.00$

110V PLUG HEATER3 INCH SEAT BELT

PALLET FORKS -JRB QC; 60 IN. CARRIAGE PALLET FORKS - ISO QC; 60 IN. WIDE

PALLET FORKS - ISO QC; 96IN WIDE HD

13,301.60$ 14,092.80$ 12,004.80$

880.00$

12,876.00$ 13,301.60$ 13,301.60$ 14,092.80$ 14,092.80$

5,254.40$ 4,867.20$ 9,121.60$ 9,121.60$ 9,121.60$

8,288.80$ 6,843.20$ 8,288.80$ 6,843.20$ 8,288.80$

3.0YD3 (2.3 M3), GP PIN ON W/3 PIECE FULL FENDER WITH RUBBER PROTECTOR

TRIANGLE 20.5R25 (L3) RADIALMICHELIN 20.5r25 (L3) XHAT2 RADIAL

BRIDGESTONE 20.5R25 VJT (L3) RADIAL4TH SPOOL CONTROL VALVE

FINGER TIP THREE LEVEREMERGENCY STEER

HYDRAULIC LOAD ISOLATION SYSTEM

73255707326244DL220LK

73190137325197732520373252677325273

SEATROTATING BEACON

HEAD LAMP

7203952722506272353947235397

72832127283213728321472832157283216

7243007724300872523147252319

72832287283230728617172861737286175

QUICK COUPLER; DL220-5 ISO SYTLEQUICK COUPLER; DL220-5 JRB STYLELMBKT; 114IN 4.5YD; PIN ON; BOCE

7325567

DL220-5 FORESTRY GUARDING KITAUX. LINES TO END OF BOOM

MPBKT; 100IN 2.5YD; PIN ON; BOCEMPBKT; 100IN 2.5YD; PIN ON; BOTMPBKT; 100IN 2.5YD; JRB QC; BOT

MPBKT; 100IN 2.5YD; ISO QC; BOCEMPBKT; 100IN 2.5YD; ISO QC; BOT

14' SNOW PUSHER; BKT MOUNTPALLET FORKS - JRB QC; 60 IN. CARRIAGE PALLET FORKS - JRB QC; 96 IN. CARRIAGE PALLET FORKS - JRB QC; 96 IN. CARRIAGE

PALLET FORKS -ISO QC; 60 IN. WIDE CARRIAGE;

LMBKT; 114IN 4.5YD; JRB QC; BOCELMBKT; 114IN 4.5YD; ISO QC; BOCE

DL220-5 WASTE GUARDING KITMPBKT; 100IN 2.5YD; JRB QC; BOCE

GPBKT;100.4 IN; 3.0YD PIN ON; BOTGPBKT;100.4 IN; 3.0YD JRB QC; BOCEGPBKT;100.4 IN; 3.0YD JRB QC; BOT

GPBKT;100.4 IN; 3.0YD ISO QC; BOCEGPBKT;100.4 IN; 3.0YD ISO QC; BOT

Page 42: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Vendor Name:

Pricing Increase/decreaseLOADER BUCKET $ 6,460.00

CONTROL VALVE 4TH SPOOL CONTROL VALVE $ 1,824.00 JOYSTICK TYPE FINGER TIP THREE LEVER $ 1,336.00

170-19 Pricing 4/17/18 Doosan Infracore North America

Wheel loader Options (DL250-5)Item Options

TIRE TRIANGLE 20.5R25 (L3) RADIAL $ 1,776.00 BRIDGESTONE 20.5R25 VJT (L3) RADIAL $ 5,880.00

ADDITIONAL COUNTERWEIGHT 573 LBS (0.26 TON) ADDITIONAL $ 1,868.00 FENDER FULL FENDER WITH RUBBER PROTECTOR $ 1,868.00

3.3 YD3 (2.5 M3), GP PIN ON W/3 PIECE

SEAT AIR SUSPENSION WITH HEAT SEAT $ 280.00 ROTATING BEACON ROTATING BEACON $ 220.00

EMERGENCY STEER EMERGENCY STEER $ 2,640.00 LOAD ISOLATION SYSTEM HYDRAULIC LOAD ISOLATION SYSTEM (LIS) $ 2,800.00

Water Separator With Heater WATER SERPERATOR WITH HEATER $ 172.00 ENGINE COOLANT HEATER 110V PLUG HEATER $ 336.00

HEAD LAMP LED Head Lamp $ 432.00 CAMERA REAR VIEW CAMERA $ 1,240.00

7225062 PALLET FORKS - ISO QC; 60 IN. WIDE $ 6,100.80 7235394 PALLET FORKS - ISO QC; 96IN WIDE HD $ 7,780.00

139304-01-B 3 INCH SEAT BELT $ 101.46 7203952 PALLET FORKS -JRB QC; 60 IN. CARRIAGE $ 5,524.00

7243008 14' SNOW PUSHER; BKT MOUNT $ 4,400.00 7252314 PALLET FORKS - JRB QC; 60 IN. CARRIAGE $ 6,100.80

7235397 PALLET FORKS -JRB QC; 96IN WIDE HD $ 7,780.00 7243007 12' SNOW PUSHER; BKT MOUNT $ 4,160.00

7252351 PALLET FORKS -ISO QC; 60 IN. WIDE CARRIAGE; $ 5,524.00 7252357 PALLET FORKS - ISO QC; 96IN WIDE CARRIAGE; $ 6,316.00

7252319 PALLET FORKS - JRB QC; 96 IN. CARRIAGE $ 6,316.00 7252321 PALLET FORKS - JRB QC; 96 IN. CARRIAGE $ 8,424.00

7268738 QUICK COUPLER, DL250-5, JRB STYLE $ 4,944.80 7269176 GPBKT; 108IN 3.5YD PIN ON. BOT $ 9,346.40

7252359 PALLET FORKS - ISO QC; 96IN WIDE HD $ 8,424.00 7268737 QUICK COUPLER, DL250-5, ISO STYLE $ 5,343.20

7269340 GPBKT; 108IN 3.5YD; JRB QC; BOCE $ 7,901.60 7269358 LMBKT; 120IN 5.0YD; PIN ON; BOCE $ 10,570.40

7269180 GPBKT; 108IN 3.5YD PIN ON. BOCE $ 7,901.60 7269336 GPBKT; 108IN 3.5YD; JRB QC; BOT $ 9,346.40

7269394 LMBKT; 120IN 5.0YD; ISO QC; BOCE $ 10,570.40 7311490 DL250-5 WASTE GUARDING KIT $ 11,926.40

7269362 LMBKT; 120IN 5.0YD; JRB QC; BOCE $ 10,570.40 7269390 GPBKT; 108IN 3.5YD; ISO QC; BOCE $ 7,901.60

7325576 MPBKT; 108IN 3.0YD;ISO QC; BOT $ 14,092.80 DL250LK AUX. LINES TO END OF BOOM $ 885.00

7325563 MPBKT; 108IN 3.0YD; PIN ON; BOCE $ 14,092.80 7325573 MPBKT; 108IN 3.0YD; ISO QC; BOCE $ 14,092.80

7325270 MPBKT; 108IN 3.0YD; PIN ON; BOT $ 14,453.60 7325279 MPBKT; 108IN 3.0YD; JRB QC; BOT $ 14,092.80

7311493 DL250-5 FORESTRY GUARDING KIT $ 11,926.40 7325200 MPBKT; 108IN 3.0YD; JRB QC; BOCE $ 14,092.80

Page 43: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Location Name Address City Zip Contact Person(s) E-mail PhoneGibson Machinery 181 Oakleaf Oval Oakwood Village 44146 Meredith Cavell [email protected] 440-439-4000Bobcat Enterprise 182 HUMPHRIES DR REYNOLDSBURG 43068 Ron Brunot [email protected] 513-907-1158Bobcat Enterprise 9605 Princeton-Glendale Road Hamilton 45011 David Sarrey [email protected] 614-582-0577

170-19 Pricing 4/17/18

Doosan Infracore North America

Locations in Ohio Available to Perform Service

Page 44: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Vendor Name:

Item Unit Number of Loaders Unit Bid DiscountDL200-5 Standard Lift Wheel Loader US-10 Greater than 3 2%DL200-5 High Lift Wheel Loader US-20 Greater than 3 2%DL200TC-5 Tool Carrier Wheel Loader US-10 Greater than 3 2%DL220-5 Standard Lift Wheel Loader US-10 Greater than 3 2%DL220-5 Locking Differential Wheel Loader US-11 Greater than 3 2%DL220-5 High Lift Wheel Loader US-20 Greater than 3 2%DL220-5 High Lift w/ Locking Diff. Wheel Loader US-21 Greater than 3 2%DL250-5 Standard Lift Wheel Loader US-10 Greater than 3 2%DL250-5 Locking Differential Wheel Loader US-11 Greater than 3 2%DL250-5 High Lift Wheel Loader US-20 Greater than 3 2%DL250-5 High Lift w/ Locking Diff. Wheel Loader US-21 Greater than 3 2%DL250TC-5 Tool Carrier Wheel Loader US-10 Greater than 3 2%DL250TC-5 Locking Differential Wheel Loader US-11 Greater than 3 2%DL280-5 Locking Differential Wheel Loader US-10 Greater than 3 2%DL300-5 Standard Lift Wheel Loader US-10 Greater than 3 3%DL300-5 Locking Differential Wheel Loader US-11 Greater than 3 3%DL300-5 High Lift Wheel Loader US-20 Greater than 3 3%DL300-5 High Lift w/ Locking Diff. Wheel Loader US-21 Greater than 3 3%DL350-5 Standard Lift Wheel Loader US-10 Greater than 3 3%DL350-5 Locking Differential Wheel Loader US-11 Greater than 3 3%DL350-5 High Lift Wheel Loader US-20 Greater than 3 3%DL350-5 High Lift w/ Locking Diff. Wheel Loader US-21 Greater than 3 3%DL420-5 Standard Lift Wheel Loader US-10 Greater than 3 4%DL420-5 Locking Differential Wheel Loader US-11 Greater than 3 4%DL420-5 High Lift Wheel Loader US-20 Greater than 3 4%DL420-5 High Lift w/ Locking Diff. Wheel Loader US-21 Greater than 3 4%DL450-5 Standard Lift Wheel Loader US-10 Greater than 3 4%DL450-5 Locking Differential Wheel Loader US-11 Greater than 3 4%DL450-5 High Lift Wheel Loader US-20 Greater than 3 4%DL450-5 High Lift w/ Locking Diff. Wheel Loader US-21 Greater than 3 4%DL550-5 Standard Lift Wheel Loader US-10 Greater than 3 4%DL550-5 High Lift Wheel Loader US-20 Greater than 3 4%

170-19 Pricing 4/17/18 Doosan Infracore North America

Please quote and insert below, your highest discounts for the commodities (or services) herein described, guaranteed firm for the contract duration.

Discounts Per Number of Loaders

Page 45: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Machines Hours Notes

DL200-5-US20 1000 58,000.00$ 61,000.00$

Based on trade in condition. If not adequately maintained in a corrosive application residual values will be less than stated.

DL220-5-US20 1000 64,500.00$ 68,000.00$

Based on trade in condition. If not adequately maintained in a corrosive application residual values will be less than stated.

DL250-5-US10 1000 76,000.00$ 80,000.00$

Based on trade in condition. If not adequately maintained in a corrosive application residual values will be less than stated.

Trade in Value Residual

Page 46: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Proposal #: Q-00067724 Date: 5/11/2018 Contract Name: Ohio State DOT Contract Number:

Dealer Information: Bill To: Ship To: Ohio Department of

Transportation Office of Contract Sales, Purchasing, 1st floor 1980 West Broad St. Mail Stop 4110 Columbus, OH 43223

State of Ohio DOT

Contact Information: David Dixon 470-865-1585

[email protected]

Description Qty: Unit Price: Total:

DL200-5-US20 High Lift Z-Bar & Limited Slip Differential

1 $108,331.31 $108,331.31

Optional Equipment List:

Hydra. Load Isolation System $2,800.00 $2,800.00 Full Fender with Rubber Protector $1,868.00 $1,868.00 Rotating Beacon $220.00 $220.00 Water Separator With Heater $172.00 $172.00 Rear View Camera $1,240.00 $1,240.00

DL200-5-US20 subtotal: $114,631.31

Description Qty: Unit Price: Total:

GPBKT; 100.5 IN 2.5YD; JRB QC; BOCE 2.5 yd³ General Purpose Bucket - 100.5"

1 $6,544.80 $6,544.80

Optional Equipment List:

$6,544.80

Description Qty: Unit Price: Total:

QUICK COUPLER, DL200-5, JRB STYLE Quick Coupler, JRB Style

1 $4,867.20 $4,867.20

Optional Equipment List:

$4,867.20

Page 47: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Description Qty: Unit Price: Total:

PALLET FORKS -JRB QC; 96IN WIDE CARRIAGE; 60IN TINE LENGTH Pallet Fork, 96" Carriage

1 $6,316.00 $6,316.00

Optional Equipment List:

$6,316.00

TOTAL ITEMS QUOTED: $132,359.31

Freight Charge $1,761.00 Dealer PDI Charge $500.00 Attachment installation $1,250.00 Auto Greaser $11,687.50 Tool box for logging chain $330.00 3 year Warranty $1,560.25 Full Tank of Fuel $250.00 Hydraulic Oil Heater $715.00 Hydraulic Line Kit - end of boom $1,000.00 Block Heater $550.00

Sales total before taxes: $151,963.06

Quote Total $151,963.06

All prices subject to change without prior notice or obligation. This price quote supersedes all preceding price quotes. Customer must exercise their purchase option within 30 days from quote date.

Customer Acceptance

Purchase Order:

Authorized Signature

Print: Sign: Date:

Page 48: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Proposal #: Q-00067733 Date: 5/11/2018 Contract Name: Ohio State DOT Contract Number:

Dealer Information: Bill To: Ship To: Ohio Department of

Transportation Office of Contract Sales, Purchasing, 1st floor 1980 West Broad St. Mail Stop 4110 Columbus, OH 43223

State of Ohio DOT

Contact Information: David Dixon [email protected]

470-865-1585 Description Qty: Unit Price: Total:

DL220-5-US20

1 $113,882.41 $113,882.41

Optional Equipment List:

110V PLUG HEATER $328.00 $328.00 WATER SEPARATOR WITH HEATER $172.00 $172.00 REAR VIEW CAMERA $1,240.00 $1,240.00 ROTATING BEACON $220.00 $220.00 FULL FENDER WITH RUBBER PROTEC $1,868.00 $1,868.00

DL220-5-US20 subtotal: $117,710.41

Description Qty: Unit Price: Total:

GPBKT;100.4 IN; 3.0YD JRB QC; BOCE 3 yd³ General Purpose Bucket - 100.4"

1 $6,843.20 $6,843.20

Optional Equipment List:

$6,843.20

Description Qty: Unit Price: Total:

QUICK COUPLER; DL220-5 JRB STYLE Quick Coupler, JRB Style

1 $4,867.20 $4,867.20

Optional Equipment List:

$4,867.20

Description Qty: Unit Price: Total:

Page 49: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

PALLET FORKS -JRB QC; 96IN WIDE CARRIAGE; 60IN TINE LENGTH Pallet Fork, 96" Carriage

1 $6,316.00 $6,316.00

Optional Equipment List:

$6,316.00

TOTAL ITEMS QUOTED: $135,736.81

Freight Charge $1,761.00 Dealer PDI Charge $500.00 Misc $1,250.00 Hydraulic line Kit - end of boom $1,000.00 Auto Greaser $11,687.50 Oil heater Kit $715.00 Tool box for logging chain $330.00 3 year Warranty $1,870.25 Full tank of fuel $250.00

Sales total before taxes: $155,100.56

Quote Total $155,100.56

All prices subject to change without prior notice or obligation. This price quote supersedes all preceding price quotes. Customer must exercise their purchase option within 30 days from quote date.

Customer Acceptance

Purchase Order:

Authorized Signature

Print: Sign: Date:

Page 50: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Proposal #: Q-00067790 Date: 5/11/2018 Contract Name: Ohio State DOT Contract Number:

Dealer Information: Bill To: Ship To: Ohio Department of

Transportation Office of Contract Sales, Purchasing, 1st floor 1980 West Broad St. Mail Stop 4110 Columbus, OH 43223

State of Ohio DOT

Contact Information: David Dixon [email protected]

470-865-1585 Description Qty: Unit Price: Total:

DL250-5-US10 Standard Z-Bar & Limited Slip Differential

1 $125,573.23 $125,573.23

Optional Equipment List:

Hydra. Load Isolation System $2,800.00 $2,800.00 110V Plug Heater $336.00 $336.00 0.2 Ton Add. Counterweight $1,868.00 $1,868.00 Full Fender With Rubber Protec $1,868.00 $1,868.00 Rotating Beacon $220.00 $220.00 Water Separator With Heater $172.00 $172.00 Rear View Camera $1,240.00 $1,240.00

DL250-5-US10 subtotal: $134,077.23

Description Qty: Unit Price: Total:

GPBKT; 108IN 3.5YD; JRB QC; BOCE 3.5 yd³ General Purpose Bucket - 108"

1 $7,901.60 $7,901.60

Optional Equipment List:

$7,901.60

Description Qty: Unit Price: Total:

Quick Coupler, DL250-5, JRB Style Quick Coupler, JRB Style

1 $4,944.80 $4,944.80

Optional Equipment List:

$4,944.80

Page 51: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Description Qty: Unit Price: Total:

PALLET FORKS -JRB QC; 96IN WIDE CARRIAGE; 60IN TINE LENGTH Pallet Fork, 96" Carriage

1 $6,316.00 $6,316.00

Optional Equipment List:

$6,316.00

TOTAL ITEMS QUOTED: $153,239.63

Dealer PDI Charge $500.00 Freight Charge $1,962.00 Misc $1,250.00 Line to end of boom $1,000.00 Auto Greaser $11,678.50 Hydraulic oil heater $715.00 Tool Box for Logging chain $330.00 3 year extended warranty $2,062.20 Full tank of fuel $250.00 3 service PM $2,250.00

Sales total before taxes: $175,237.33

Quote Total $175,237.33

All prices subject to change without prior notice or obligation. This price quote supersedes all preceding price quotes. Customer must exercise their purchase option within 30 days from quote date.

Customer Acceptance

Purchase Order:

Authorized Signature

Print: Sign: Date:

Page 52: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Standard Equipment for:

DL250-5-US10

Engine

Doosan DL06: Turbo Charged, Air to Air Intercooled, T4F Electronically Controlled Common Rail Direct Injected 360 cu.in., 6 Cylinder 176 SAE Gross Flywheel Horsepower @ 2,100 RPM Air Cleaner: Dry Type (Double Stage) Engine Self Diagnostic System Plastic Reversible Fan Driven by Hydraulic Fan Motor Auto Idle / Auto-Shut Down

Hydraulic System

Variable Displacement Axial Piston Pump Closed-Center (LS) Hydraulic Systems with Variable Pumps, Pilot Control with Float Spool, 2 Spools 3rd Valve with Lines & Control (lines terminate at boom base) Automatic Boom / Lift - Kick-Out (Set and Adjust from inside the cab) Automatic Return-to-Dig Position (Adjustable Electro-Magnetic) Accumulator for Emergency Pilot System

Brake System

Dual Pedal Braking system 4 Wheel Outboard Wet Disc Brakes with Separate Front & Rear Circuits Accumulator for Emergency Stopping Parking Brake: Spring Apply Hydraulic Release, sliding caliper disc brake on the face of the transmission

Steering

Load Sensing Type with a Flow Amplifier and a Priority Valve 40 Degree Articulation, Full Hydraulic Power Steering Steering Cylinder Cushion Valve Tilt and Telescopic Steering Wheel

Cabin w/ ROPS

Air Conditioner Heater & Defroster Double Filtered Air Cab Combination Lever Accelerator Pedal Transmission Lever Rear Hinged & Locking Doors (Both sides) / Right side is emergency access door Radio, AM-FM Stereo, with CD Switches: Transmission Shift Switch (Manual, Auto 1-4 and Auto 2-4) Economy Mode Switch (Power, Normal & Economy Modes) Headlight Switch Front Work Light Switch Rear Work Light Switch Rear Wiper Switch Pilot Cutoff Switch Parking Brake Switch Transmission Cutoff Switch Mirror Heater Switch

Page 53: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Reverse Fan Switch Display Screen Control Switch Display Screen Selector Switch Hazard Warning Light Switch Boom Kick Out Switch De-Sox Switch Rear View Mirrors with Heat Safety Glass, Tinted Fully Adjustable Air Suspension Seat Seat Belt (2 Wide) Sliding Door Windows (Left Side) Sound Suppression Sun Visor Windshield Wipers & Washers - Front and Rear Digital Clock Arm Rest 12 Volt Power Supply Cup Holders Cigarette Lighter

Transmission/Axles

Full Automatic Power Shift 4 Forward & 3 Reverse Speeds Self Adjusting Brake Disc Clearance Torque Converter, Fixed Wheel Stator Electrical T/M Clutch Disconnect with Service Brake T/M Down Shift on Shift Control and Joy Stick Control Transmission Oil Level Gauge

Electrical

Alternator, 80 Amp., 24 Volt Batteries, (2) 12 Volt, 100 Amp, 900 CCA Starter, 24 Volt 6 KW Horn Hour Meter Lights: (2) Front Headlights with High / Low Beams (2) Stop Lights, Tail Lights & Directional Indicators (2) Front & Rear Floodlights Alarm Buzzer for: Transmission Overheat Engine Oil Pressure Coolant Temperature Electronic Monitoring & Display for: Fuel Level Gauge Engine Coolant Temperature Gauge Transmission Oil Temperature Gauge Speedometer Tachometer ECO Bar Transmission Actual Gear Transmission Gear Select Preheat Indicator Light

Page 54: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Air Cleaner Clogging Warning Light Multi Function Gauge (can display one of the following at a time) Trip Meter Battery Voltage Total Time of Operation Left Turn and Hazard Warning Light Right Turn and Hazard Warning Light High Beam Indicator Light Work Light Indicator Light Reverse Fan Indicator Light Mirror Heater Indicator Light Parking Brake Indicator Light F/R (Forward/Reverse) Selector Indicator Light Brake Fluid Pressure Warning Light Charge Warning Symbol Engine Oil Pressure Warning Symbol Transmission Warning Symbol Engine Warning Symbol Water in Fuel Warnings Symbol Back-Up Alarm

Tires

Kumho or Hankook 20.5X25-16PR (L3) Radial

Other

Single Lever Control with FNR Control Buttons Air Cleaner with Pre-cleaner Engine Side Covers Boom / Float Drawbar and Pin Neutral Safety Start System Muffler Fenders, Front & Rear Ladders & Service Platforms Manuals, Parts & Operator's GPS with 1 Year Subscription Remote Drain Ports

Page 55: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

WHEEL LOADERS 2.5 – 4.0 YD3

Bucket Capacity Operating Weight Rated Power Heaped, ISO / SAE Gross

2.6 yd3 (2.0 m3) 25,795 lb. (11,700 kg) 142 hp (106 kW)

2.6 yd3 (2.0 m3) 26,220 lb. (11,895 kg) 142 hp (106 kW)

3.0 yd3 (2.3 m3) 27,381 lb. (12,420 kg) 160 hp (119 kW)

3.3 yd3 (2.5 m3) 30,115 lb. (13,660 kg) 172 hp (128 kW)

3.3 yd3 (2.5 m3) 31,592 lb. (14,330 kg) 172 hp (128 kW)

Page 56: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

When you choose Doosan as your heavy equipment brand, you’ll have the backing of a strong, global organization – with benefits that extend far beyond the capabilities of a new machine.

2

Page 57: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Strong E quipmentDoosan products are known for reliably exceeding customers’ most demanding expectations. It’s why we’re one of the fastest-growing heavy equipment brands in North America. Doosan offers crawler excavators, wheel excavators, compact excavators, wheel loaders, articulated dump trucks, log loaders, material handlers and a variety of job-matched attachments – all designed to perform in the most difficult working conditions.

Strong North American OperationsDoosan has built a solid infrastructure to support your equipment. It includes parts distribution in Illinois and Ontario, service training and product management in Georgia, sales training and The Real Operation Center (ROC) customer experience facility in Arizona, attachments design and development in Minnesota, plus sales and marketing support in North Dakota. We can fully support your equipment from coast to coast.

Strong WarrantyCustomers choose the months and hours of coverage in their transferable warranty. Options include a standard warranty of 12 months or up to 1,500 hours (depending on the machine) or up to the five-year, 7,500-hour Elite Assurance™ coverage for the powertrain only, the powertrain plus hydraulics or the full machine.

Strong BrandDoosan began in 1896. Its heritage in excavators goes back to 1978. Wheel loader production began in 1992, while the company’s first articulated dump truck was designed in 1972. Throughout its years in the heavy equipment industry, Doosan has listened to its North American customers, making many improvements – and developing new machines – as a result of feedback from owners and operators. From 2005 to 2015, Doosan grew from its position as the seventh-largest construction equipment manufacturer in the world to the fifth-largest.

Strong DealersDoosan serves you in partnership with its dealers – and similarly, your Doosan dealer is intended to be a trusted partner for you. Whether it’s Doosan® parts, authorized service and maintenance, or even advice on how to get more value from your machine, Doosan dealers are behind you on every job.

Page 58: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

PERFORMANCE

Images of Doosan wheel loaders may show other than standard equipment.

Optimized Engine HorsepowerA finely tuned horsepower curve and higher torque ensure you can move mountains of material fast. A high pressure common rail fuel injection system and cooled exhaust gas recirculation (CEGR) valve reduce emissions.

Outstanding Traction and Pushing PowerDoosan axles are carefully designed to maximize traction, provide easy maneuverability and generate excellent pushing power, making short work of even the biggest pile.

Limited Slip Differential allows the wheel with the most traction to receive the proper torque, providing superior tractive effort and maneuverability in tough terrain.

Even the most brutal workday looks better from the seat of your Doosan wheel loader. Here you command tremendous lift height and capacity, plus enough torque to bite into the toughest materials. Scoop, carry material, load trucks and even run attachments. Cut long days and tough jobs down to size in a hurry – and do it profitably – in a Doosan wheel loader.

4

Page 59: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Lift CapacityThere’s no secret to doing more work in less time. You have to quickly and efficiently handle the biggest, heaviest load that you can. With its load-sensing, closed center hydraulics, Doosan wheel loaders deliver superior lift capacities for every model size.

Self-Adjusting Brakes increase performance and minimize maintenance. If needed, a technician can easily check the brakes and adjust externally. The brake piping is safely integrated with the axle housing and protected from jobsite debris.

Optional Front-Locking Differential locks the front left and right wheels together, providing superior traction for driving over loose, slippery terrain or pushing into big, heavy piles (DL220-5, DL250-5 and DL250TC-5 only).

Power ModesChoose from three different power modes to change machine performance for job conditions or reduce fuel consumption.

Power Mode delivers the highest level of performance for quick loading and fast travel. Finish more heavy-duty work in less time.

Normal Mode is ideal for general work conditions and optimal fuel consumption.

Economy Mode minimizes fuel consumption and reduces engine sound levels, providing for comfortable, economical light-duty work.

Planetary Final DrivesThe planetary final drives transfer torque to the wheels through the transmission and differential. They enable higher travel speeds and greater torque. The outboard, hub-mounted design makes maintenance easy.

www.DoosanEquipment.com 5

Page 60: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

PRODUCTIVITY

Fast Cycle TimesSpeed and control are the keys to optimal production. Doosan wheel loaders are engineered to perfectly balance both. Durable, low-maintenance vane pumps deliver the power you need to complete every job quickly.

Productivity is what it’s all about – and Doosan delivers. Whether you’re loading a small truckload or moving a mountain of material, your Doosan wheel loader will have you feeling good about the results at day’s end.

Tier 4 (T4) Compliant Optimized to provide more power output with reduced fuel consumption, Doosan wheel loaders are designed with T4 compliant engines to reduce air pollution.

Cooled Exhaust Gas Recirculation (CEGR) CEGR recycles a portion of the engine exhausts to reduce oxygen (O) and lower the temperature in the combustion chamber. This reduces nitrogen oxide (NOx) emissions.

Diesel Oxidation Catalyst (DOC) In the DOC, carbon monoxide (CO) and particulate matter (PM) emissions are transformed into harmless water (H2O) and carbon dioxide (CO2).

Selective Catalytic Reduction (SCR) In the SCR canister, nitrogen oxide mixes with ammonia, and a chemical reaction takes place, resulting in nitrogen (N) and water vapor emitting from the system. The SCR canister also acts as the silencer or muffler.

Diesel Exhaust Fluid (DEF) DEF is a solution of pure urea and deionized water. A minimum level of DEF is required for proper machine operation, and the DEF supply tank is heated for proper operation in cold weather. DEF is available from your Doosan dealer in various container sizes.

DOC SCR Exhaust PipeEvaporative Module (DEF Tank)

Evaporative Module In the evaporative module, or mixing pipe, diesel exhaust fluid (DEF) solution is injected in small doses and mixed with hot exhaust gases, decomposing it into urea (CO(NH2)2) and water vapor, which then catalyzes into carbon dioxide and ammonia (NH3).

6

Page 61: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

FNR JoystickDirection changes don’t get any simpler. Just push the joystick buttons to switch between forward, neutral and reverse without even removing your hands from the controls.

Optional Load Isolation SystemThe load isolation system, sometimes referred to as ride control, cushions the lift arm while traveling over rough terrain, minimizing the loss of material while carrying a load and reducing operator fatigue. It also comes in handy when your customers pay for material by the bucket.

Fuel EfficiencyFuel use is a significant cost of operation, and Doosan efficiently delivers more work for the money. In our fuel efficiency tests against equivalent machines from other manufacturers, the Doosan wheel loader consistently moves more material per gallon of fuel.

www.DoosanEquipment.com

Auto Idle The standard auto idle feature automatically reduces the engine rpm to standby idle a few seconds after the steering wheel, gearshift control lever and accelerator cease movement. This reduces noise, improves jobsite communications and saves fuel. When you move the controls, the loader automatically returns to working idle.

DO

OSA

N

Com

p. 3

Com

p. 2

Com

p. 1

Productivity

FUEL EFFICIENCYDOOSAN VS. COMPETITORS

7

Page 62: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

8

Z-Bar Lift Arm Linkage is designed for heavy lifting in loading applications, with geometry that enables rapid bucket movement and proper angle positioning in every situation.

Standard Lift vs. High Lift Standard Z-Bar Linkage has excellent breakout forces for easier digging and penetration into tough materials. It increases the lifting capacity of every Doosan loader for best-in-class performance.

Optional High-Lift Z-Bar Linkage is designed for applications requiring the highest possible dumping height and reach. It’s ideal for cement plants, scrap, mulch or wastewater transfer stations.

PRODUCTIVITY

Lift Arm Options

8

Page 63: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Parallel Lift Linkage is designed to give you precise control over the movement of buckets, pallet forks and other attachments in applications other than loading. This design keeps the attachment level, allowing for faster lifting and placing of materials.

www.DoosanEquipment.com

Return to Dig Sensors on the lift arm and bucket linkage allow you to change your “return to dig” setting from inside the cab. The cylinders and cutting edge return to the same position every time, enabling more efficient, consistent work.

Lift KickoutSet the maximum lift height for working inside buildings or other areas with height restrictions. Simply pull back on the control stick to override.

Optional Hydraulic Coupler This feature increases your productivity with non-hydraulic attachments, such as the pallet fork, saving you time by enabling you to switch from one attachment to the next without even leaving the cab.

9

Page 64: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Whether you’re loading a small truckload or moving a mountain of material, Doosan delivers amazing results in less time.

Hydrostatic Pump Hydrostatic Motors

Gearbox

Drive Shaft(Rear)

Drive Shaft(Center)

Drive Shaft(Front)

Hydrostatic Transmission

Front AxleRear Axle

Engine

Torque Converter

Engine

Torque Converter Transmission

Front AxleRear Axle

Drive Shaft(Rear)

Drive Shaft(Center)

Drive Shaft(Front)

Transmission

*Front and rear differential configurations may differ between the two systems based on options selected.

Driveline Comparison

The drive shafts and axles* visually remain similar between the two driveline designs; however, the torque converter and four-speed transmission is replaced by a hydrostatic pump and two hydrostatic motors along with a gearbox.

Hydrostatic Drive SystemTorque Converter Transmission

9

Page 65: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

www.DoosanEquipment.com

Hydrostatic Drive System The new hydrostatic drive system in the Doosan DL200-5 and DL200TC-5 delivers higher performance at lower engine rpm, which also improves fuel efficiency. Additional features include the ability to control the traction characteristics and configure speed management to increase your productivity, and dynamic braking that automatically slows the machine and reduces wear on the brakes.

Gearbox

Hydrostatic Motors

Engine Engine Transmission

Torque Converter

Hydrostatic Drive System Torque Converter Transmission

Hydrostatic Pump

** Low-Speed Piston Motor* High-Speed Piston Motor

*

**

To D

i�er

enti

als

To D

i�er

enti

als

Gearbox

Hydrostatic Motors

Engine Engine Transmission

Torque Converter

Hydrostatic Drive System Torque Converter Transmission

Hydrostatic Pump

** Low-Speed Piston Motor* High-Speed Piston Motor

*

**

To D

i�er

enti

als

To D

i�er

enti

als

Single Pump, Dual Motor Hydrostatic System A single hydrostatic pump directs oil flow to two separate hydrostatic piston motors: one low-speed and one high-speed. These motors are connected to a gearbox that seamlessly transfers power to the driveline from the low-speed or high-speed motor, depending on the demands of the job. If the task demands it, both can power the driveline together. This provides optimal power at all times and automatic torque delivery to the driveline in every kind of application.

Traction Control Management With traction control management, three modes allow you to easily match traction to the jobsite conditions, so you can prevent wheel slippage while digging, stockpiling and loading.

Max provides maximum traction force.

Traction Control allows you to choose from three intermediate levels of traction force.

Slip is optimized primarily for slippery roadway conditions.

To instantly return to the max traction mode, just press the kick-down button on the joystick control or directional control lever.

Speed Management A variable speed control feature allows you to obtain full engine rpm for optimal lift arm and hydraulic attachment performance while fine-tuning the maximum machine travel speed in the first gear range. This gives you precise travel control without sacrificing hydraulic power for the job.

MODELS DL220-5 DL250-5 DL250TC-5

MODELS DL200-5 DL200TC-5

Torque Converter Transmission The automatic powershift torque converter transmission in the DL220-5, DL250-5 and DL250TC-5 is optimized with engine power providing efficiency in load and carry operations. With four gears and three drive modes, the operator has the flexibility to configure the machine to the application. A transfer case is eliminated as the inter-axle differential is integrated in the transmission housing.

Transmission ModeChoose from three transmission modes – manual, auto 1-4 and auto 2-4 with manual kickdown – to match the working conditions you face, and tailor performance for better productivity.

Transmission Optimization is a key feature of the automatic transmission modes. It calibrates different shift points to tailor the amount of power and engine torque per gear. When you engage either auto 1-4 or auto 2-4 in power mode or normal mode, the transmission shift point occurs 20 percent later – allowing more torque and power within each gear range. In economy mode, the automatic transmission shifts 20 percent earlier for increased fuel efficiency.

Manual is ideal when the job requires precise speed control.

Auto 1-4 automatically shifts up when you need more speed and downshifts when the job demands more power or torque. It’s excellent for heavy-duty applications.

Auto 2-4 with Manual Kickdown gives you automatic shifting between gears 2 through 4, with a manual downshift into first gear when you need it. It provides the best performance for less demanding work conditions.

Transmission Cutout Need more engine power for lift arm speed? In lower gears, simply depress the left brake pedal to disengage the transmission. Disengage transmission cutout with your switch panel to start moving on an incline with greater ease.

Page 66: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

DURABILITY / RELIABILITY

When you get up close to a Doosan wheel loader, you can see that this machine is built to last. With heavy-duty parts, quality materials and superb construction, you can rely on performance, productivity and profit day after day. Plus, innovative designs keep you on the job with fewer service intervals – so you spend less time in the shop.

Doosan builds its machines so they’re ready to work when you are.Whether it’s solid construction, heavy-duty parts and materials, or innovative features that keep you on the job with fewer service intervals, your wheel loader ranks among the toughest and most profitable in the industry.

12

Page 67: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Thick Lift Arm PlatesThick, solid-steel lift arm plates provide maximum durability in harsh conditions – along with improved lift capacities. A narrower arm design overall increases your visibility.

Lift Arm Pin Protection Lift arm pins are protected with bushings and dust covers to increase pin life and reduce maintenance.

Variable Speed Cooling Fan The variable speed fan slows and speeds up as required by the work demands of your loader. In lighter-duty conditions, the coolant temperature is low and the fan slows – saving fuel and extending the life of your cooling system.

Reversible Cooling Fan By pressing a console switch, the cooling fan can be reversed to assist in keeping the cooling system clean in extremely dusty applications. Press it to keep the machine running at optimal temperature. You can also set it to auto reverse for a few minutes at a time at different intervals – at 30, 60, 90 or 120 minutes depending on work conditions.

Separate Cooling and Engine Compartments Doosan isolates the wheel loader engine from the cooling system. This design increases cooling capacity and extends the life of your engine components.

Tough, Rigid Frame Each frame section is designed to maximize the life of the machine. Thick steel plates, cross members and gussets join to form a strong, durable articulation joint that stands up to years of difficult work.

www.DoosanEquipment.com

Double Roller Articulation Joint Bearing To create an articulation pivot point with superior strength, tough double roller bearings are used at both the top and bottom hinge points between the front and rear frames.

Large Center Driveline Bearing An oversized bearing, that is vented to prevent over greasing, increases durability of the front drive shaft.

All-Steel Panels Access panels on Doosan wheel loaders allow easy maintenance access, and they’re made of durable formed metal to protect critical engine, hydraulic and electrical components.

Exhaust Heat Exchanger As exhaust leaves the muffler on your Doosan wheel loader, it enters a larger external riser pipe with rain shield. This design creates a vacuum that pulls hot air out of the engine compartment, making your engine and cooling system run more efficiently.

13

Page 68: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

10

COMFORT

You can’t overlook the relationship between comfort and productivity. That’s why comfort is central to the Doosan cabin design. It’s packed with high-end comfort that enables you to retain a team of productive, experienced and satisfied employees.

Excellent VisibilityLarge front and rear glass surface areas provide an excellent view to the loader workgroup and jobsite. Narrow corner pillars and small window joints increase visibility to the front of the machine. Heated mirrors provide visibility to the sides and rear of the machine, even in cold temperatures.

Quiet OperationOperators stay relaxed and focused on the job with a quiet operating environment. Noise levels in the cabin stay below a comfortable 72 decibels thanks to the variable speed cooling fan, double-walled muffler, soundproof materials throughout the engine compartment, and tightly sealed and pressurized cabin.

14

Page 69: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

www.DoosanEquipment.com

Easy Entry and Exit Grab handles and offset steps with slip-resistant surfaces provide easy access to the cabin and easy exit when work is finished. A 180-degree swinging door that can lock to the open position provides a wide opening to move in and out of the machine. Inside, ample floor space gives you room to work and exceptional comfort.

Ergonomic Controls From the steering wheel and joystick to the switches for optional equipment, all controls are located within easy reach for intuitive, easy operation.

Easy-to-Read LCD Display PanelAn easy-to-read LCD display panel is placed within easy view for monitoring critical machine data and receiving machine warnings.

Standard Radio with CD Player and MP3 PortTune into your favorite over-the-air stations, or take your favorite digital music format with you to work, to make every hour on the job more enjoyable.

Adjustable Comfort The standard air suspension seat has multiple adjustment points, allowing you to select the most comfortable position. A Seat Height B Seat Fore/Aft C Back Recline D Lumbar Support E Armrest Angle F Seat Heater (Opt.) G Headrest Up/Down

A

G

F

E

BC

D

Optional Rearview Camera Provides the operator with an additional means to view the machine’s surroundings, allowing for increased productivity.

Automotive-Style Heat and Air Conditioning Stay comfortable all year with high-capacity heating and cooling vents and an easy-to-control temperature. Automatic temperature control senses and adjusts to the temperature setting automatically. A memory function returns it to your preferred temperature if you shut the machine off and restart later.

15

Page 70: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

EASY MAINTENANCE

If it’s easy to do, regular maintenance gets done – and you’ll get more production and efficiency from your loader. That’s how Doosan approaches maintenance. First, we build the machine tough for long-lasting performance and longer service intervals. Next, we make machine care second nature to every operator with centrally located maintenance points, onboard diagnostic systems and easy component access. If you want durability and simple maintenance, Doosan delivers.

Easy Component AccessBig, easy-to-open access covers and fold-up panels provide fast, ground-level access to critical engine and hydraulic components. When it’s easy to reach and service components, you save time on maintenance and reduce your operating costs.

16

Page 71: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Sight Glass for Major Fluid Levels Sight glasses on the machine provide quick, easy fluid-level checks. All it takes is a quick visual check to know if your fluid reservoirs are properly filled.

Centralized Remote Hydraulic Diagnostic Ports You can review pressure and troubleshoot hydraulic issues from one check port bank. In minutes you can review pilot charge, brake system charge, load sensing, steering system, fan and steering pressures, along with the main relief setting.

Color-Coded, Labeled Wiring and Hydraulic Hoses Strategically labeled wiring enables plug-and-play installation of electrical accessories, such as the rotating beacon. It also allows quicker, easier electrical troubleshooting of the electrical and hydraulic systems.

Self-Diagnostics The LCD monitor helps you monitor critical systems in real time. Plus, you can access historical machine alerts right from the screen in the cabin.

Remote Grease PointsFor a long-lasting machine, daily maintenance is critical. Remote grease points make it easier to lubricate hard-to-reach pins on the lift arm and articulation system. Daily greasing happens on the ground – and it’s more likely to get done.

Doosan Monitoring System with Laptop Access The Doosan Monitoring System is a diagnostic program that gives your dealer’s technician a direct communications link with your wheel loader. During operation, it monitors all critical data and provides a complete history of operation and a real-time log of machine failures. Armed with information like this, your dealer service personnel can fix issues fast – and you can get back to work.

Remote Drain Ports Easy-to-access remote drain valves make for fast, convenient exchanges of engine oil and cooling system coolant.

www.DoosanEquipment.com

Doosan TelematicsDoosan Telematics provides machine intelligence through a device that comes standard on all Doosan machines. The device communicates wirelessly through either cellular or satellite communication. Machine information can be viewed via the CoreTMS website, which then allows you to assess various aspects of your Doosan machine.

With Doosan Telematics, you can:• Review maintenance schedules• Maximize machine utilization and uptime• Improve operator efficiency and training• Monitor fuel use and efficiency• Receive theft prevention alerts

17

Page 72: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

14

VERSATILITY

Selectable Engine Power ModesThe Doosan wheel loader has three engine power modes — economy, normal and power — to further adapt your loader’s performance to the application and deliver the right balance of power and fuel economy.

Do more with your machine. Doosan wheel loaders are optimized for attachment versatility – bringing you more opportunities to utilize your equipment investment, and possibly enabling you to expand your business. Our tough attachments are matched to your machine’s operator weight and load settings – so you can rely on epic productivity with every job.

Standard Attachment HydraulicsFor hydraulic attachments, like the multi-purpose bucket, an auxiliary spool comes standard. No extra installation required. Hydraulic lines down the boom are optional.

18

Page 73: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

15www.DoosanEquipment.com

Boom FloatThe boom float allows your bucket to follow the ground contours, which saves you time and increases productivity when backdragging during snow removal.

Optional Quick CouplerQuickly change many of your wheel loader’s non-hydraulic attachments without leaving the seat. A four-point style pick-up means you can hook up attachments easily, even on irregular terrain.

19

Page 74: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

Quick couplers are available in two designs – JRB and ISO style. For more information on Doosan attachments, refer to the Doosan Wheel Loader Attachment literature.

With a sloped bottom for maximum filling and material retention, this is the perfect bucket for day-to-day material handling. Capacities range from 4 to 6.5 yd3.

Available for DL200-5, DL200TC-5, DL220-5, DL250-5 and DL250TC-5 wheel loaders. All available with bolt-on cutting edge or teeth.

When you need to move snow, mulch or other light material in a hurry, the light material bucket is the economical choice. Comes standard with bolt-on cutting edge.

Available for DL200-5, DL200TC-5, DL220-5, DL250-5 and DL250TC-5 wheel loaders. All available with bolt- on cutting edge.

Leveling, dozing, digging, grappling, loading and dumping – this multi-purpose bucket is ready for whatever you’ve got. Capacities range from 3.5 to 4 yd3.

Available for DL200-5, DL200TC-5, DL220-5, DL250-5 and DL250TC-5 wheel loaders. All available with bolt-on cutting edge or teeth.

Easily lift, carry and place materials. Available with with 48” or 60” tines for DL200-5, DL200TC-5, DL220-5, DL250-5 and DL250TC-5 wheel loaders.

Pin-On

Pin-On

Pin-On

Quick Coupler

Quick Coupler

Quick Coupler

Quick Coupler

BOOMPIN

TILTPIN

BOOMPIN

TILTPIN

CUTTING EDGE TEETH & SEGMENTSCUTTING EDGE TEETH & SEGMENTS

B

A

BOOMPIN

TILTPIN

PIN ON W/ EDGE (WE) QUICK COUPLE W/ EDGE (WE)

CUTTING EDGE CUTTING EDGE

BOOMPIN

TILTPIN

PIN ON W/ EDGE (WE) QUICK COUPLE W/ EDGE (WE)

CUTTING EDGE CUTTING EDGE

CUTTING EDGETEETH & SEGMENTS

B

A

CUTTING EDGE

General Purpose Bucket

Light Material Bucket

Multi-Purpose Bucket

Pallet Fork

ATTACHMENTS

20

Page 75: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

General SpecsDL200-5

Standard (US10)DL200TC-5

Tool Carrier (US10)DL220-5

Standard (US10)DL250-5

Standard (US10)DL250TC-5

Tool Carrier (US10)

ENGINE

MAKE Perkins Perkins Doosan Doosan Doosan

MODEL 1204F 1204F DL06 DL06 DL06

NUMBER OF CYLINDERS INLINE 4 4 6 6 6

RATED POWER, GROSS (per SAE J1995) hp (kW) @ rpm 142 (106) @ 2200 142 (106) @ 2200 160 (119) @ 2100 172 (128) @ 2100 172 (128) @ 2100

MAXIMUM TORQUE, GROSS (per SAE J1995) ft.-lb. (kgf-m) @ rpm 413 (57) @ 1400 413 (57) @ 1400 542 (75) @ 1400 593 (82) @ 1400 593 (82) @ 1400

PISTON DISPLACEMENT in.³ (L) 269 (4.4) 269 (4.4) 360 (5.9) 360 (5.9) 360 (5.9)

BORE AND STROKE in. x in. (mm x mm) 4.1" x 5" (105 x 127) 4.1" x 5" (105 x 127) 3.9" x 4.9" (100 x 125) 3.9" x 4.9" (100 x 125) 3.9" x 4.9" (100 x 125)

STARTER V, hp (kW) 24, 7.4 (5.5) 24, 7.4 (5.5) 24, 8 (6) 24, 8 (6) 24, 8 (6)

BATTERY (2) V, AH, CCA 2x12, 100, 900 2x12, 100, 900 2x12, 100, 900 2x12, 100, 900 2x12, 100, 900

ALTERNATOR V, amp 24, 85 24, 85 24, 80 24, 80 24, 80

AIR CLEANER Double Element Double Element Double Element Double Element Double Element

HYDRAULICS

MAIN PUMPS gpm (L/min.) 49 (184) 49 (184) 41 (155) 41 (155) 41 (155)

SYSTEM PRESSURE (WORK) psi (kg/cm2) 3190 (224) 3190 (224) 3626 (255) 3843 (270) 3843 (270)

SYSTEM PRESSURE (STEER) psi (kg/cm2) 2830 (199) 2828 (199) 2828 (199) 3843 (270) 3843 (270)

BOOM SPEEDUP (UNLOADED) sec. 5.7 5.1 6 6 6

DOWN sec. 3.6 4.2 3.5 3.7 3.1

BUCKET SPEEDCROWD (UNLOADED) sec. 1.6 3 1.9 1.9 2.1

DUMP sec. 1.6 2.6 1.2 1.4 3.7

ENVIRONMENT

SOUND LEVEL (per ISO 6394) dB(A) 102 102 102 101 101

CABIN SOUND LEVEL (per ISO 6394) dB(A) 70 70 71 71 71

TRANSMISSION SPEEDS

TRAVEL SPEED - FORWARD (4) mph (km/h)

8/8/12/24(13/13/20/38)

8/8/12/24(13/13/20/38)

4.3/8/15/24.2(7/12.8/24.2/39)

4.1/7.4/14.3/23.5(6.6/11.9/23/37.8)

4.1/7.4/14.3/23.5(6.6/11.9/23/37.8)

TRAVEL SPEED - REVERSE (3) mph (km/h)

8/8/12(13/13/20)

8/8/12(13/13/20)

4.6/8.4/15.8(7.4/13.5/25.4)

4.3/7.8/15(6.9/12.5/24.2)

4.3/7.8/15(6.9/12.5/24.2)

MAXIMUM GRADE % (°) 55 (29) 55 (29) 58 (30) 58 (30) 58 (30)

REFILL CAPACITIES ( 13/13 /20 /38)

FUEL TANK gal. (L) 45 (172) 45 (172) 58.6 (222) 58.7 (222) 58.7 (222)

DIESEL EXHAUST FLUID TANK gal. (L) 5 (19) 5 (19) 8.3 (31.5) 8.3 (31.5) 8.3 (31.5)

COOLING SYSTEM (RADIATOR) gal. (L) 8.5 (32) 8.5 (32) 10.6 (40) 10.6 (40) 10.6 (40)

ENGINE OIL gal. (L) 2.8 (10.5) 2.8 (10.5) 7.1 (27) 7.1 (27) 7.1 (27)

TRANSMISSION gal. (L) – – 8 (30) 8 (30) 8 (30)

GEARBOX gal. (L) 0.7 (2.7) 0.7 (2.7) – – –

FRONT AXLE gal. (L) 4 (15) 4 (15) 5.7 (21.5) 9.3 (35) 9.3 (35)

REAR AXLE gal. (L) 3.5 (13.3) 3.5 (13.3) 5.7 (21.5) 6.1 (23) 6.1 (23)

HYDRAULIC SYSTEM gal. (L) 34.1 (129) 34.1 (129) 31.7 (120) 31.7 (120) 31.7 (120)

HYDRAULIC CYLINDERS

STEERING (2) BORE x ROD x STROKE in. x in. x in.(mm x mm x mm)

2.8" x 1.4" x 14.4"(70 x 35 x 366)

2.8" x 1.4" x 14.4"(70 x 35 x 366)

2.8" x 1.8" x 16.7"(70 x 45 x 425)

2.8" x 1.8" x 16.7"(70 x 45 x 425)

2.8" x 1.8" x 16.7"(70 x 45 x 425)

LIFT (2) BORE x ROD x STROKE in. x in. x in.(mm x mm x mm)

4.9" x 3.0" x 26"(125 x 75 x 669)

4.3" x 3.0" x 31"(110 x 75 x 790)

4.5" x 3.0" x 31.1"(115 x 75 x 790)

4.5" x 3.0" x 31.1"(115 x 75 x 790)

4.5" x 3.0" x 31.1"(115 x 75 x 790)

BUCKET (1) * BORE x ROD x STROKE in. x in. x in.(mm x mm x mm)

5.1" x 2.9" x 20"(130 x 75 x 509)

4.1" x 2.6" x 33"(105 x 65 x 843)*

5.1" x 3.1" x 20.3"(130 x 80 x 515)

5.1" x 3.1" x 20.3"(130 x 80 x 515)

4.1" x 2.6" x 34.7"(105 x 65 x 881)*

NOTE — Where applicable, dimensions are in accordance with Society of Automotive Engineers (SAE) and ISO standards. Specifications and design are subject to change without notice. Pictures of Doosan wheel loaders may show other than standard equipment. All dimensions are shown in inches. Respective metric dimensions are enclosed by parentheses. Doosan Construction Equipment is manufactured with a Quality Management System that is in compliance with ISO 9001:2008.

All dimensions are given for Doosan wheel loaders equipped with standard tires.

* The DL200TC-5 and DL250TC-5 have TWO bucket cylinders.

www.DoosanEquipment.com

Specifications

21

Page 76: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

DL200-5 DL200TC-5 DL220-5

Standard (US10) High Lift (US20) Tool Carrier (US10) Standard (US10)

BUCKET TYPE: General Purpose BUCKET MOUNT: Pin-On BUCKET CONFIGURATION: Bolt-On Edge

BUCKET CAPACITY, HEAPED ISO/SAE yd3 (m3) 2.6 (2) 2.6 (2) 2.6 (2) 3 (2.3)

BUCKET WIDTH A ft.-in. (mm) 8' 4" (2550) 8' 4" (2550) 8' 4" (2550) 8' 4" (2550)

HINGE PIN HEIGHT, MAXIMUM B ft.-in. (mm) 12' 3" (3730) 13' 9" (4200) 12' 6" (3810) 12' 8" (3860)

DUMP HEIGHT (45°) - FULLY RAISED C ft.-in. (mm) 9' 6" (2887) 11' (3347) 8' 10" (2685) 9' 3" (2825)

DUMP REACH (45°) - FULLY RAISED D ft.-in. (mm) 40" (1015) 39" (985) 37" (945) 42" (1065)

DIGGING DEPTH E ft.-in. (mm) 2.4" (60) 6.9" (175) 3.1" (80) 3.5" (90)

OVERALL HEIGHT, ROPS CABIN F ft.-in. (mm) 10' 9" (3280) 10' 9" (3280) 10' 9" (3280) 10' 9" (3280)

OVERALL LENGTH G ft.-in. (mm) 23' 5" (7135) 24' 10" (7580) 24' (7315) 24' 5" (7445)

WHEEL BASE H ft.-in. (mm) 9' 6" (2900) 9' 6" (2900) 9' 6" (2900) 9' 11" (3010)

WIDTH AT TIRES I ft.-in. (mm) 8' 4" (2530) 8' 4" (2530) 8' 4" (2530) 8' 1" (2460)

TREAD WIDTH J ft.-in. (mm) 6' 4" (1930) 6' 4" (1930) 6' 4" (1930) 6' 4" (1930)

GROUND CLEARANCE K ft.-in. (mm) 17.3" (440) 17.3” (440) 17.3” (440) 17.1" (435)

MAX. TILT ANGLE ON GROUND ° 43 43 52 42

MAX. TILT ANGLE AT CARRY POSITION L ° 49 50 52 48

MAX. TILT ANGLE AT FULLY RAISED M ° 60 63 53 59

MAX. DUMP ANGLE (FULLY RAISED) N ° 47 45 47 48

STEERING ANGLE, MAXIMUM O ° 40 40 40 40

EXTERNAL RADIUS, BUCKET EDGE P ft.-in. (mm) 19' (5795) 19' 6" (5935) 18' 10" (5740) 19' 6" (5950)

EXTERNAL RADIUS, OUTSIDE TIRE Q ft.-in. (mm) 17' 2" (5245) 17' 2" (5245) 17' 2" (5245) 18' (5475)

TIRE SIZE 20.5-R25 (L3) 20.5-R25 (L3) 20.5-R25 (L3) 20.5-R25 (L3)

OPERATING WEIGHT lb. (kg) 25,795 (11,700) 26,566 (12,050) 26,224 (11,895) 27,381 (12,420)

STATIC TIPPING LOAD (STRAIGHT) lb. (kg) 21,075 (9560) 17,955 (8145) 18,825 (8540) 21,230 (9630)

STATIC TIPPING LOAD (AT FULL TURN) lb. (kg) 18,620 (8445) 15,850 (7190) 16,625 (7540) 18,750 (8505)

BREAKOUT FORCE lbf. (kgf) 22,480 (10,197) 22,930 (10,401) 21,355 (9686) 22,706 (10,299)

Operational Data

L

E

C

BF

D

N

K

H

G

45°

M

Specifications

22

Page 77: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

DL220-5 DL250-5 DL250TC-5

High Lift (US20) Standard (US10) High Lift (US20) Tool Carrier (US10)

BUCKET TYPE: General Purpose BUCKET MOUNT: Pin-On BUCKET CONFIGURATION: Bolt-On Edge

CAPACITY HEAPED ISO/SAE yd3 (m3) 3 (2.3) 3.3 (2.5) 3.3 (2.5) 3.3 (2.5)

BUCKET WIDTH A ft.-in. (mm) 8' 4" (2550) 8' 11" (2740) 8' 11" (2740) 8' 11" (2740)

HINGE PIN HEIGHT, MAXIMUM B ft.-in. (mm) 14' 1" (4300) 12' 7" (3858) 14' 2" (4325) 12' 10" (3934)

DUMP HEIGHT (45°) - FULLY RAISED C ft.-in. (mm) 10' 9" (3270) 9' 2" (2802) 10' 7" (3246) 9' (2749)

DUMP REACH (45°) - FULLY RAISED D ft.-in. (mm) 41" (1040) 42" (1073) 40" (1034) 4' 3" (1299)

DIGGING DEPTH E ft.-in. (mm) 7.9" (200) 3.9" (98) 5.4" (137) 3.4" (87)

OVERALL HEIGHT, ROPS CABIN F ft.-in. (mm) 10' 9" (3280) 10' 9" (3280) 10' 9" (3280) 10' 9" (3280)

OVERALL LENGTH G ft.-in. (mm) 25' 11" (7905) 24' 6" (7475) 25' 9" (7865) 25' 7" (7805)

WHEEL BASE H ft.-in. (mm) 9' 11" (3010) 9' 10" (3020) 9' 10" (3020) 9' 10" (3020)

WIDTH AT TIRES I ft.-in. (mm) 8' 1" (2460) 8' 7" (2640) 8' 7" (2640) 8' 7" (2640)

TREAD WIDTH J ft.-in. (mm) 6' 4" (1930) 6' 8" (2040) 6' 8" (2040) 6' 8" (2040)

GROUND CLEARANCE K ft.-in. (mm) 17.1" (435) 17.1" (435) 17.1" (435) 17.1" (435)

MAX. TILT ANGLE ON GROUND ° 43 42 43 40

MAX. TILT ANGLE AT CARRY POSITION L ° 51 48 51 48

MAX. TILT ANGLE AT FULLY RAISED M ° 61 59 61 51

MAX. DUMP ANGLE (FULLY RAISED) N ° 46 48 45 50

STEERING ANGLE, MAXIMUM O ° 40 40 40 40

EXTERNAL RADIUS, BUCKET EDGE P ft.-in. (mm) 20' (6100) 19' 9" (6045) 20' 1" (6134) 17' 11" (5475)

EXTERNAL RADIUS, OUTSIDE TIRE Q ft.-in. (mm) 18' (5475) 18' (5475) 18' (5475) 18' (5475)

TIRE SIZE 20.5-R25 (L3) 20.5-R25 (L3) 20.5-R25 (L3) 20.5-R25 (L3)

OPERATING WEIGHT lb. (kg) 28,296 (12,835) 30,115 (13,660) 31,129 (14,120) 31,592 (14,330)

STATIC TIPPING LOAD (STRAIGHT) lb. (kg) 19,412 (8805) 23,997 (10,885) 21,440 (9725) 20,470 (9285)

STATIC TIPPING LOAD (AT FULL TURN) lb. (kg) 17,141 (7775) 21,186 (9610) 18,927 (8585) 18,078 (8200)

BREAKOUT FORCE lbf. (kgf) 25,180 (11,421) 23,830 (10,809) 23,380 (10,605) 22,930 (10,401)

Operational Data Continued

A I

P

O

Q

J

www.DoosanEquipment.com 23

Page 78: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

DL200-5 DL200TC-5 DL220-5 DL250-5 DL250TC-5

ENGINE

Emissions (EPA) T4 T4 T4 T4 T4

High Pressure Common Rail (HPCR) • • • • •

Cooled Exhaust Gas Recirculation (CEGR) • • • • •

Diesel Oxidation Catalyst (DOC) • • • • •

Selective Catalyst Reduction (SCR) • • • • •

Diesel Exhaust Fluid (DEF) • • • • •

Fuel Filter with Water Separator • • • • •

Coolant Recovery Tank • • • • •

Dual Element Dry-Type Air Filter with Evacuator • • • • •

Pre Cleaner • • • • •

Electronic Engine Control (ECU) • • • • •

Auto-Idle (Working to Standby) • • • • •

Auto-Shutdown (Time Adjustable) • • • • •

Overheat & Low Oil Pressure Engine Protection • • • • •

Cooling Fan - Radiator, Variable Speed • • • • •

Cooling Fan - Radiator, Automatic Reversible • • • • •

Remote Drain Port - Engine Oil • • • • •

Block Heater (110V) ¡ ¡ ¡ ¡ ¡

Fuel Filler Pump ¡ ¡ ¡ ¡ ¡

HYDRAULIC

Variable Displacement Axial Piston Pump • • • • •

Closed-Center System • • • • •

Pilot Operated Control Valves • • • • •

Remote Test Ports • • • • •

Remote Drain Port - Hydraulic Oil • • • • •

Spring Applied Hydraulic Release Parking Brake • • • • •

Auxiliary Hydraulics (3rd Valve) • • • • •

Auxiliary Hydraulics (4th Valve) ¡ ¡ ¡ ¡ ¡

Automatic Boom/Lift Kick-Out, Adjustable (In Cab) • • • • •

Automatic Return-to-Dig Position, Adjustable • • • • •

Boom Float • • • • •

Load Isolation System ¡ ¡ ¡ ¡ ¡

ELECTRICAL • • • • •

System Voltage - 24V • • • • •

Alternator - 24V, 80 Amp – – • • •

Alternator - 24V, 85 Amp • • – – –

2 x 12V Batteries, 100 AH Capacity, 900 CCA • • • • •

Blade Type Fuse Panel • • • • •

Main Circuit Breaker • • • • •

Light, Work (Halogen): Front (2), Rear (2) • • • • •

Light, Headlights (High/Low Beams) (2) • • • • •

Light, Stop, Tail & Direction Indicators • • • • •

Rotating Beacon ¡ ¡ ¡ ¡ ¡

Hour Meter • • • • •

Rearview Camera ¡ ¡ ¡ ¡ ¡

Laptop Service Port • • • • •

Self-Diagnostics System • • • • •

Telematics • • • • •

DL200-5 DL200TC-5 DL220-5 DL250-5 DL250TC-5

CABIN

Roof Cover ¡ ¡ ¡ ¡ ¡

Steel, All-Weather & Sound Suppressed • • • • •

ROPS (ISO 3471) • • • • •

Front & Rear Window with Wiper/Washer • • • • •

Tinted Safety Glass • • • • •

Visor, Retractable • • • • •

Lockable Doors • • • • •

Seat - Air Suspension - 2” (51 mm) Seat Belt - Adjustable Height & Recline - Adjustable Fore/Aft - Adjustable Arm Rests

• • • • •

Seat - Heated ¡ ¡ ¡ ¡ ¡

3" (76 mm) Seat Belt ¡ ¡ ¡ ¡ ¡

Control Stand - Sliding (Fore/Aft) • • • • •

Storage • • • • •

Mirror, Rear View (1) • • • • •

Mirrors, Exterior (2) Heated • • • • •

Fully Automatic HVAC with Ambient Temperature Sensor • • • • •

Multi-Function LCD • • • • •

Cigarette Lighter • • • • •

AM/FM Stereo with CD Player & MP3 Port • • • • •

Speakers (2) • • • • •

Antenna, Roof-Mounted • • • • •

Power Socket, 12V

Beverage Holder • • • • •

Hot/Cold Compartment • • • • •

Interior Light • • • • •

CONTROLS

Adjustable Steering Column - Tilting - Telescoping

• • • • •

Throttle Pedal (Accelerator) • • • • •

Brake Pedal, Right • • • • •

Brake Pedal, Left (Transmission Kick-Out) • • • • •

Gear Selector (FNR) • • • • •

Joystick Control • • • • •

Fingertip Control (3 Lever) ¡ ¡ ¡ ¡ ¡

Switches, Console-Mounted - Starter (Key) - Parking Brake - Pilot Cutoff - Transmission Cutoff - Work Light - Reversible Cooling Fan

• • • • •

Speed Management • • – – –

Traction Control Management • • – – –

Power Mode (P, S, E) • • • • •

Transmission Mode • • • • •

Wiper Control Panel • • • • •

Audio Control Panel • • • • •

Standard/Optional Equipment

• Standard Equipment

¡ Optional Equipment

– N/A

Specifications

24

Page 79: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

• Standard Equipment

¡ Optional Equipment

– N/A

DL200-5 DL200TC-5 DL220-5 DL250-5 DL250TC-5

FRAME & DRIVELINE

Z-Bar Lift Arm • – • • –

Z-Bar Lift Arm, High Lift ¡ – ¡ ¡ –

Parallel Lift Arm – • – – •

Steering Cylinder, Double-Acting (2) • • • • •Transmission, Automatic - Power Shift - (4F/3R Speed) – – • • •

Transmission, Hydrostatic - Dual Motor • • – – –

Torque Converter – – • • •

Differential, Front - Limited Slip • • • • •

Differential, Front - Hydraulic Locking – – ¡ ¡ ¡

Differential, Rear - Limited Slip • • • • •

Hydraulic Power Steering • • • • •

Outboard Planetary Axles • • • • •

Fixed Front Axle • • • • •

Oscillating Rear Axle • • • • •

Parking Brake, Spring Applied Hydraulic Release • • • • •

Sealed, Self-Adjusting Brakes • • • • •

Tires, 20.5R25 Bias • • • • •

Tires, 20.5R25 Radial ¡ ¡ ¡ ¡ ¡

FRAME & DRIVELINE

Buzzer - Engine Oil Pressure - Coolant Temperature - Transmission Overheat

• • • • •

Gauges - Fuel Level - DEF Level - Engine Coolant Temperature - Transmission Oil Temperature - Engine rpm - Speedometer - Transmission Gear Indicator - Battery Voltage - ECO - Digital Clock - Trip Meter - Hour Meter - Total Operation Time - Fuel Consumption

• • • • •

Warning & Indicator Lights - Seat Belt - Error Code - SCR Warning - Check Engine - Engine Oil Pressure - Engine Pre-Heat Engaged - Radiator Coolant Temperature - Air Filter - Fuel Level - DEF Level - Water in Fuel - Battery Charge - Lights (High, Main, Work, Beacon) - Direction Signal - Emergency Steering - Hydraulic Oil Temperature - Hydraulic Charge Pressure Warning - Hydraulic Pilot Filter - Hydraulic Return Filter - Transmission Mode - Transmission Warning - Transmission Lock-Up - Transmission Oil Temp - Transmission Gear Indicator - Brake Fluid Pressure Warning - Reverse Fan Indicator - Mirror Heat Indicator - Parking Brake Indicator

• • • • •

Back-Up Alarm • • • • •

DL200-5 DL200TC-5 DL220-5 DL250-5 DL250TC-5

OTHER

Centralized Lubrication • • • • •

Handrails & Service Platforms • • • • •

Skid-Resistant Steps & Service Platforms • • • • •

Drawbar & Pin • • • • •

Wheel Chocks • • • • •

Rear Fender, Full ¡ ¡ ¡ ¡ ¡

Additional Counterweight*Additional counterweight is standard on all high lift machines.

– – ¡ ¡ –

Manuals - Operation & Maintenance - Parts - AEM Safety Manual

• • • • •

Telematics, Three-Year Subscription • • • • •

Vandalism Protection - Lockable Panels - Lockable Fluid Fill Points - Anti-Theft Protection (Password)

• • • • •

Standard/Optional Equipment Continued

www.DoosanEquipment.com 25

Page 80: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

DOOSAN STRONG

DOOSAN STRONG.Kn-10M-0417-52825-FPrinted in U.S.A.D-1034 (04/17)

DoosanEquipment.com/WL1.877.745.7814

Doosan® and the Doosan logo are registered trademarks of Doosan Corp. in the United States and various other countries around the world.©2017 Doosan Construction Equipment. All rights reserved.

Page 81: OHIO STATE DOT CONTRACT · The awarded vendor must be able to provide vehicles and ... o Three spool valve with joystick ... The successful vendor will send a complete set of manuals

DOOSAN DELIVERS A HERITAGE OF DEDICATION

DOOSAN, a strong, stable and global company with a 121-year legacy, has a heritage in equipment manufacturing that began in 1937. Since 2005 we’ve grown to become the fifth largest construction equipment manufacturer in the world. Doosan can be found in every area of the infrastructure support business, which encompasses many facets of the heavy construction equipment industry. Many contractors might be surprised to know that, while Doosan is a relatively young brand in the North American construction equipment market, the organization has a global manufacturing history going back more than 75 years. Today, Doosan Bobcat is an industry leader in the engineering, manufacturing and marketing of construction equipment including skid-steer loaders, excavators, wheel loaders, articulated dump trucks, attachments, air compressors, lighting systems and generators as well as compact construction equipment and engine power systems.

Building your tomorrow today.

Our construction equipment group leads our infrastructure support business (ISB) segment. Other ISB businesses include:

• Forklifts & Material Handling • Castings & Forgings • Construction & Engineering • Power Generation • Water Treatment & Desalination • Renewable Energy

Your North American Partners Throughout our decades of selling equipment in North America, we’ve been building a network of dealers designed to surpass the standards for customer service. From coast to coast, there’s a solid infrastructure that supports your equipment, including a parts distribution and service training facility in Illinois, sales training center in Arizona, attachments design and development in Minnesota and sales & marketing support in North Dakota.