Loading...
HomeMy WebLinkAboutTitan Machinery a > 0 D z w Q. rt Q. m a CD0.0 o Cl) (3 m c as ° Cl,r - >S a fD c) 3. ss.J 0 3 4 3 a co o .< .. CD 1 CD �, ;`' N. , °CDv 7 , C _ m c o c C 0. N I • ',A `� CO <D a II CA Xi• O m MO g. O v W 0 94 a XII ty m r 0 m z a, m ti O w No t- E _ Is LA c, N,, ,: (Ai it . .is-4. —t- V* 0 , 1 .. PROPOSAL FORM AIP Project:3-19-0094-043 TO: City of Waterloo Black Hawk County,Iowa 715 Mulberry Street Waterloo, Iowa 50703 The undersigned,in compliance with the request for bids for furnishing the following Equipment: Snow Removal Equipment(SRE) (Front End Loader) hereby proposes to furnish all necessary labor, permits, material, machinery, tools, supplies and equipment to r faithfully perform all work required for furnishing the equipment identified below in strict accordance with the project documents and all issued Addenda within the specified time of performance for the unit prices stated below: BID SCHEDULE Bid Specification Reference Item and Item Description Quantity Unit Unit Price Extension 1 Front End Loader 1 LS $ode-oo$.14ric TOTAL BASE BID(Numeral Format) $�f/$ -969 Io TOTAL BASE BID(Written Format) yJ� -3- l/ 1 f a jc� ,-itL.0 6-21,9 ACKNOWLEDGEMENTS BY BIDDER a. The Waterloo Airport Board will select the lowest responsive proposal based on the lowest total bid submitted. A bid is required with respect to all items of the bid. Failure to submit a bid with respect to one or more of the items will cause the bid to be rejected as not responsible. b. The BIDDER acknowledges and accepts that the Bid Documents are comprised of the documents identified within the Instructions to Bidders.The BIDDER further acknowledges that each the individual documents that comprise the Bid Documents are complementary to one another and together establishes the complete terms, conditions and obligations of the successful BIDDER. c. As evidence of good faith in submitting this proposal,the undersigned encloses a bid guarantyin the form of a certified check or bid bond in the amountp of 5%of the bid price. The BIDDER acknoledges and accepts that refusal or failure to accept award and execute a contract within the terms and conditions established herein will result in forfeiture of the bid guaranty to the owner as a liquidated damage. d. The BIDDER acknowledges and accepts the OWNER'S right to reject any or all bids and to waive any minor informality In any Bid or solicitation procedure. e. The BIDDER acknowledges and accepts the OWNER'S right to hold all Proposals for purposes of review and evaluation and not Issue a notice-of-award for a period not to exceed 60 calendar days from the stated date for receipt of bids. During this evaluation period,the BIDDER agrees to honor the stated price(s)without any adjustment. f. The undersigned agrees that upon written notice of award of contract, he or she will execute the contract within fifteen (15) days of the notice-of-award and furthermore and provide executed payment and performance bonds within fifteen(15)days from the date of contract execution.The undersigned accepts that AECOM PROJECT#60323419 PF-1 Snow Removal Equipment (Front End Loader) Waterloo Regional Airport SIGNATURE OF BIDDER IF AN INDIVIDUAL: Name: By: (Signature of Individual) Doing Business as: Business Address: Telephone Number: IF A CORPORATION: Corporation Name: ``7,fa n 197gt�riJ�P By: t.�/_ //�� • (Authorized Signature) (Attach Evidence of Authority to sign) Name and Title: /ib('/Ic vl 7Flo Ace,' -gel • /9F 0L /J A Business Address: y 6 (,i/,J ,',q Z t P (CORPORATE SEAL) Telephone Number: �( K- -,3387 ATTEST: eet.Ailea -p,e/rk.. 0„,--)By: (Auzed Signature) �+ KAYLA M BENSN �" 0iss778532Name and Title: `l�7lT x MY Commissbn Expires S t t' l 11 IF A JOINT VENTURE:(Attach copy of Joint Venture Agreement) Joint Venture Name: By: (Authorized Signature) (Attach Evidence of Authority to sign) Name and Title: Business Address: Telephone Number: Joint Venture Name: By: (Authorized Signature) (Attach Evidence of Authority to sign) Name and Title: Business Address: Telephone Number: AECOM PROJECT#60323419 PF-4 Snow Removal Equipment (Front End Loader) Waterloo Regional Airport I • Buy America Certification i -1 (Title 49 U.S.C.Section 50101) ( l PROJECT NAME: Snow Removal Equipment(Carrier Vehicle With Snow Blower) AIRPORT NAME: Waterloo Regional Airport AIP NUMBER: 3-19-0094-043 I f This solicitation and any resulting contract are subject to the Buy America requirements of 49 U.S.C. Section 50101. The bidder certifies it and all associated subcontractors will comply with the Buy American preferences established under Title 49 U.S.C.Section 50101 as follows: U.S.C. Section 50101 -Buying goods produced in the United States (a) Preference. -The Secretary of Transportation may obligate an amount that may be appropriated to carry out section r _ 106(k), 44502(a)(2), or 44509, subchapter I of chapter 471 (except section 47127), or chapter 481 (except sections • 48102(e),48106,48107,and 48110)of this title for a project only if steel and manufactured goods used in the project are produced in the United States. (b) Waiver.-The Secretary may waive subsection(a)of this section if the Secretary finds that- •. (1) Applying subsection(a)would be inconsistent with the public interest; (2) The steel and goods produced in the United States are not produced in a sufficient and reasonably available amount or are not of a satisfactory quality; (3) When procuring a facility or equipment under section 44502(a)(2) or 44509, subchapter I of chapter 471 (except section 47127),or chapter 481(except sections 48102(e),48106,48107, and 48110)of this title- A. The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components of the facility or equipment;and I( B. Final assembly of the facility or equipment has occurred in the United States;or '`I (4) Including domestic material will increase the cost of the overall project by more than 25 percent. (c) Labor Costs. - In this section, labor costs involved In final assembly are not included in calculating the cost of ( components. '. a * * ♦ * * * As a matter of bid responsiveness, the bidder or offeror must complete and submit this certification with their bid f l proposal. The bidder must sign and date the certification. The bidder/offeror must indicate how they propose to comply with the Buy America provision by selecting one of the following certification statements. ❑ The bidder hereby certifies that it will comply with Title 49 U.S.0 Section 50101(a) by only installing steel and manufactured products produced in the United States of America. The bidder further agrees that if chosen as the apparent low bid, it will submit documentation to the owner that demonstrate all steel and manufactured products are 100%manufactured in the United States. • • 12,1. The bidder hereby certifies that it cannot fully comply with the Buy America preferences of Title 49 U.S.0 Section 50101(a); the bidder therefore requests a waiver per Title 49 U.S.0 Section 50101(b). The bidder further agrees that upon notification from the Owner,the bidder identified with the apparent low bid agrees to prepare and submit a waiver request and component calculation information to the • owner within ,•3( calendar days of the date of the notice of apparent low bid. Bidder's Firm Name Date • Signature AECOM PROJECT#60323419 PF-5 Snow Removal Equipment (Front End Loader) Waterloo Regional Airport UTILIZATION STATEMENT Disadvantage Business Enterprise • The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner, (Please mark the appropriate box) • • (3% The bidder/offeror is committed to a minimum of C, % DBE utilization on this contract. ❑ The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith :. efforts(GFE). • The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may ( be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. /LfO Y"i Lli..V7 GJP ,y/ Bidder's/Offeror's Firm Name tl .7 , f � �GGsC�`— 7/9/.4?DI/y Signature Udfe } DBE UTILIZATION SUMMARY l 1 Contract Amount DBE Amount Contract Percentage 1. DBE Prime Contractor $ x 1.00 = $ DBE Subcontractor $ x 1.00 = $ DBE Supplier $ x 0.60= $ DBE Manufacturer $ x 1.00 = $ ok Total Amount DBE $ • t • DBE Goal • • $ If the total proposed DBE participation is less than the established DBE goal,Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. (_I tl AECOM Project#60323419 DBE-1 Snow Removal Equipment (Front End Loader) Waterloo Regional Airport LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for //each DBE firm) Bidder/Offer Name:- }i, n /YIo(i/njOPRy Address:41,06' (Ru di i Iz,, e City:/pto ? 7n i✓ t State: fi r u fib Zip:4o?/ DBE Firm: DBE Firm: F C Address: City: State: Zip:_ DBE Contact Person: Name: Phone:j ) DBE Certifying Agency: Expiration Date: Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. Classification: CI Prime Contractor ❑Subcontractor ❑Joint Venture Manufacturer l Supplier Work item(s) to be performed Description of Work Item Quantity Total by DBE The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ Percent of total contract: 0 AFFIRMATION: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: �� • ( /9n ) �11.� ✓ (Title) In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. AECOM Project#60323419 DBE-2 Snow Removal Equipment (Front End Loader) Waterloo Regional Airport TITAN644 East Beaton Drive /� /�j,/ �/c �/ West Fargo,North Dakota 58078 MACHINERY I Phone: 1)356-0139701) 0 Fax:(701)356-0139 DESIGNATION OF SIGNING AUTHORITY I, Steven Noack, General Counsel and Secretary of Titan Machinery Inc., hereby designate authority to Michael Petersen, Government Accounts Manager of Titan Machinery to enter into and sign bid proposals, bid documents and related contracts on behalf of Titan Machinery Inc. Dated this 16th day of July, 2013. TITAN MACHINERY INC. BY: j i%-. & Steven Noack Its: General Counsel &Secretary THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Titan Machinery, Inc. 4250 Grain Lane, Center Point, IA 52213 as Principal, hereinafter called the Principal, and Fidelity and Deposit Company of Maryland 1400 American Lane, Tower I, 18th Floor, Schaumburg, IL 60196-1056 a corporation duly organized under the laws of the State of MD as Surety, hereinafter called the Surety, are held and firmly bound unto Waterloo Regicnal Airport 2790 Livingston Lane, Waterloo, A 50703 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for Case 821FXR NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 10th day of July 2014 Titan Mac • , Inc. A&-kr/b (Princi t (Sear) V l/ (Witness) Y: r�9 OLPOs &,V QV (Ar; •Qn� , -fre_45-14,er._ (Title) s : Fidelity and Deposit Company of Maryland (Seel (Witness) ,v !,P "4a t!! Attc Y i ole Lang r (The) AIA DOCUMENT A310•BID BOND•AIA•FEBRUAR 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE-,N.W.,WASHINGTON,D.C.20006 Surety Acknowledgment State of MINNESOTA } } ss. County of Hennepin On this 10th day of July 2014, before me personally came Nicole Langer, to me known, who being by me duly sworn,did depose and say that she is the Attorney-in-Fact of Fidelity and Deposit Company of Maryland described in and which executed the above instrument; that she/he knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/she/his name to it by like order. Notary Public tAnnmionivvvvvvonmowommovinowo -. MICHELLE DIANE SYLVESTER NOTARY PIJBUC-MINNESOTA 'tss, My Commission Expires January 31,2018 r ■ ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by JAMES M. CARROLL,Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute, and appoint Laurie PFLUG, Nicole LANGER, Dennis G. LOOTS, Jill N. SWANSON, Nina E. WERSTEIN, Brian D. CARPENTER, Heather R. GOEDTEL, Michelle SYLVESTER, Craig OLMSTEAD and Jessica HOFF, all of Minneapolis, Minnesota, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 7th day of October,A.D.2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND i J s�I,,�INs".4 SEAL tv�f • '?° io3 4 . rase r e' F p i a•& Assistant Secretary Vice President Gregory E.Murray James M. Carroll State of Maryland City of Baltimore On this 7th day of October,A.D.2013,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,JAMES M. CARROLL,Vice President,and GREGORY E.MURRAY,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. uur u A b f1Glf„'yS0 .5 4r� a nU P,` Maria D.Adamski,Notary Public My Commission Expires:July 8,2015 POA-F 184-8370B EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMON WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, thisPt day of ,204. wa":"s. �,G tincr,"" % cjsuiy 4 rope of 77 SEAL : •.*"7/ ' V41 Thomas O.McClellan,Vice President TITAN Phone: 319-849-3889 MACHINERY 4250 Grain Lane Fax: 319-849-3944 Center Point, IA 52213 Toll Free: 800-779-7120 July 10, 2014 Titan Machinery is the largest Case Construction and Agricultural dealer in North America and is responsible for over$2.5 billion in Sales covering 11 states. Our Center Point store will be providing the service for the Case 821FR bid to the Waterloo Regional Airport. The Center Point service center has highly trained parts and service personnel to serve the Waterloo Regional Airport on site. Michael Petersen Government Accounts Manager 3827 42nd St South Omaha, NE 68107 Cell: 319-329-3369 CASE r CASE 821 F/XR CONSTRUCTION WHEEL LOADER • TIER 4 INTERIM CERTIFIED ENGINE ENGINE (CONTD.) DRIVETRAIN (CONTD.) Make FPT Torque-Peak Parking brakes Model F4HFE613X Max Power Range- Spring-applied hydraulic release disc on Tier 4 interim certified Gross 873 lb-ft(1184 N-m)©1300 rpm transmission output shaft Fuel #2 Diesel Net 845 lb-ft(1145 N-m)01300 rpm Service brakes (#1& 2 mixture permitted for cold temperature) Standard Power Range- Hydraulically actuated,maintenance-free, Does not require ultra-low sulfur fuel Gross 745 lb-ft(1010 N-m)©1300 rpm multiple wet disc w/accumulator to all four B5 biodiesel tolerant Net 716 lb-ft(971 N-m)©1300 rpm wheels Type 4-stroke,turbocharged Economy Power Range- Brake surface area Cylinders 6-cylinder in-line Gross 664 lb-ft(900 N-m)01300 rpm Rear hub 600 in3(.387 m3) Bore/Stroke 4.09 in x 5.20 in Net 635 lb-ft(861 N-m)01300 rpm Front&opt.rear hub 721 in'(.465 m2) (104 X 132 mm) Torque rise Displacement 411 in3(6.7 L) Max Power Range 47% ELECTRICAL. Fuel injection Direct injection(electronic) i Fuel filter Replaceable,full flow DRIVETRAIN Voltage 24 Volts,negative ground spin-on cartridge Alternator 65 amp Transmission 2 Batteries Fuel pump Bosch CP 3.3 4F/3R Proportional w/Electronic Control ( )12-Volt Fuel cooler Module torque sensing autoshift/manual shift Gradeability 35°fore/aft&side to side and modulation HYDRAULICS Air filter Dry type element Gears Helical cut w/warning restriction indicator Torque converter Pump(steering/implement) Mid-mount cooling module Stall ratio 4 speed 5 speed Closed center pressure/flow compensated External independent mounted coolers 2.28:1 2.42:1 Variable displacement Differential Limited slip 7.68 in3/rev 63.2 gpm al 2000 rpm Fan-Hydraulic drive on front and rear axles Style 8 blade puller (240 L/min @ 2000 rpm) Rear axle oscillation 24°total Loader control valve Diameter 32 in(813 mm) Front and rear axles Water pump Integral Differential ratio 4.11 Closed-center,sectional 2,3 or 4-spool with Engine oil Planetary ratio 6.00 pilot control for lift,tilt and auxiliary Pump Deep sump plate cooler Final axle ratio 24.67 hydraulics,electromagnetic detents in float, with pressurized Special application axles(optional) raise and rollback under-piston nozzles Front axle equipped with locking differential Loader auxiliary steering Pump operating angles Rear axle equipped with open differential Hydraulic orbital center-pivot articulating Side-to-side 35° Planetaries Outboard w/on-demand oil flow Fore and aft 35° 4 speed transmission travel speeds High pressure standby Oil filtration Replaceable, (mph(km/h)w/23.5 x 25 L3 tires) Implement 3625 psi(25 000 kPa) full flow,spin-on cartridge Forward Reverse Steering 3500 psi(24 132 kPa) 1st 7.4( Engine speeds(rpm) Filtration 2nd 7.4(12. 7.8(0) 7.8(12.6)2. 2. Rated speed,full load 2000 3rd 14.5(23.3) 15.2(24.4) 10-micron,full flow replaceable cartridges on Horsepower (per SAE J1349) 4th 22.8(36.6) NA return line,condition indicator light for filter Peak Gross HP-230(172 kVV)&1800 NOTE Travel speeds at full engine throttle. Max Power Curve- 5 speed transmission w/lock-up torque converter Net Rated @ 2000 RPM-206 HP(153 kW) travel speeds(mph(km/h)w/23.5 x 25 L3 tires) CYLINDERS Net Peak @ 1800 RPM-211 HP(158 kW) Forward Reverse Std Power Curve- 1st 4.1 (6.6) 4.4(7.0) Lift cylinder 2nd 7.1 (11.4) 7.4(12.0) Bore diameter 5.5 in(139.7 mm) Net Rated 0 2000 RPM-178 HP(133 kW) 3rd 10.6(17.1) 17.2(27.7) (76.2 mm) Rod diameter 3.0 in Net Peak @ 1700 RPM-193 HP(144 kW) 4th 16.4(26.4) NA Stroke 33.3 in(845.7 mm) Eco Power Curve- 5th 24.9(40.0) NA Dump cylinder Net Rated @ 2000 RPM-123 HP(92 kW) NOTE:Travel speeds at full engine throttle. Bore diameter 6.5 in(165.1 mm) Net Peak @ 1500 RPM-161 HP(120 kW) Rod diameter 3.5 in(88.9 mm) NOTE:Gross horsepower and torque per SAE J1995 Stroke 23.61 in(599.6 mm) Net horsepower and torque per SAE J1349 Page 1 of 8 1 7_ COr yi J G E r` _J — i l�,t�' °° 1`fll K F A liar � �111MIL► 1=-.4 ",/�- 6:1mot- H •... O� • O C j � I B L G DIMENSIONS A. Height to top of ROPS cab 135.8 in(3450 mm) B. Wheelbase 131.5 in(3340 mm) C. Ground clearance 16.4 in(415.8 mm) D. Angle of departure 32° Width- Overall°w/o bucket 113.6 in(2.89 m) Centerline tread 87.8 in(2.23 m) Turning radius*-outside 237.5 in(6.03 m) • Turning angle- From center 40° Total angle 80° Rear axle oscillation,total 24° NOTE:'Dimensions taken with 23.5R25 Michelin XHA2 tires.Additional dimensions on pages 3 through 5. WEIGHT ADJUSTMENTS Tipping Load Tipping Load Weight Adjustment Adjustment Select Options Adjustment Straight 40°Turn Base counterweight -1,678 lb(-761 kg) -3,884 lb(-1762 kg) -3,278 lb(-1487 kg) L2BIAS tires -948 lb(-430 kg) -732 lb(-332 kg) -647 lb(-293 kg) L3BIAS tires -312 lb(-142 kg) -241 lb(-109 kg) -213 lb(-96 kg) ROPS Canopy -295 lb(-134 kg) -257 lb(-117 kg) -250 lb(-113 kg) NOTE:Unit equipped with Z-Bar loader arms,4.25 yds(3.2 m')general purpose pin on bucket w/bolt-on edge,23.5-25 Michelin XHA2 tires,BOPS cab with heater/AC,full counterweight,heavy-duty batteries,front and rear fenders,full fuel and 175 lb(79 kg)operator.Adjust select options from rated weight. 821 F/XR•Page 2 of 8 PERFORMANCE DATA 821F Z-Bar* 3.50 yda High Density 3.50 yda High Density 4.25 yda Medium Density Pin On(2.6 ma) Pin On(2.6 ma) Pin On(3.2 ma) Bucket w/Bolt-on Edge Bucket w/Teeth Only Bucket w/Bolt-on Edge SAE bucket capacity-struck 2.90 yda(2.22 ma) 2.73 yda(2.09 ma) 3.54 yda(2.71 ma) Heaped 3.44 yda(2.63 ma) 3.20 yda(2.45 ma) 4.15 yda(3.17 ma) Bucket width-outside 119.3 in(3030 mm) 119.9 in(3046 mm) 119.3 in(3030 mm) Bucket weight 3,107 lb(1410 kg) 3,126 lb(1418 kg) 3,442 lb(1561 kg) E. Operating height-fully raised w/spillguard 210.1 in(5336 mm) 209.6 in(5325 mm) 216.4 in(5496 mm) F. Hinge pin height-fully raised 162.3 in(4123 mm) 162.3 in(4123 mm) 162.3 in(4123 mm) G. Overall length-bucket level on ground 303.1 in(7700 mm) 308.8 in(7844 mm) 309.4 in(7859 mm) Dump angle-fully raised 55° 55° 55° H. Dump height-fully raised,45°dump 121.5 in(3086 mm) 117.9 in(2996 mm) 117.4 in(2983 mm) J. Bucket reach-fully raised,45°dump 38.8 in(985 mm) 43.6 in(1107 mm) 43.6 in(1107 mm) K. Bucket reach-7 ft 0 in(2.13 m)height,45°dump 64.0 in(1625 mm) 67.2 in(1708 mm) 67.0 in(1703 mm) Operating load-ISO 13,871 lb(6292 kg) 14,116 lb(6403 kg) 13,613 lb(6175 kg) Maximum material density-SAE 3,748 lb/yda(2224 kg/ma) 4,091 Ib/yda(2428 kg/ma) 3,046 lb/yda(1808 kg/ma) Tipping load-ISO Straight 32,009 lb(14 519 kg) 32,570 lb(14 774 kg) 31,470 lb(14 275 kg) 40°turn 27,742 lb(12 583 kg) 28,233 lb(12 806 kg) 27,225 lb(12 349 kg) Lift capacity- Full height 22,544 lb(10 226 kg) 22,551 lb(10 229 kg) 22,204 lb(10 071 kg) Maximum reach 30,430 lb(13 803 kg) 30,467 lb(13 820 kg) 30,072 lb(13 641 kg) Ground 40,469 lb(18 356 kg) 40,738 lb(18 478 kg) 39,931 lb(18 112 kg) Breakout force w/tilt cylinder 40,658 lb(18 442 kg) 44,042 lb(19 977 kg) 35,338 lb(16 029 kg) Maximum rollback- Ground 41° 41° 41° Carry position 44° 44° 44° 0 Maximum reach 54° 54° 54° @ Full height 59° 59° 59° L. Dig depth 3.0 in(75 mm) 2.6 in(66 mm) 3.0 in(75 mm) Maximum grading angle w/bucket-back dragging 59° 60° 60° Loader clearance circle 519.3 in(13 190 mm) 523.0 in(13 284 mm) 522.8 in(13 279 mm) 821 F XR 3.50 yda High Density 3.50 yda High Density 4.25 yda Medium Density Pin On(2.6 m3) Pin On(2.6 ma) Pin On(3.2 ma) Bucket w/Bolt-on Edge Bucket w/Teeth Only Bucket w/Bolt-on Edge E. Operating height-fully raised w/spillguard 227.4 in(5777 mm) 227.0 in(5766 mm) 233.7 in(5937 mm) F. Hinge pin height-fully raised 179.7 in(4564 mm) 179.7 in(4564 mm) 179.7 in(4564 mm) G. Overall length-bucket level on ground 322.3 in(8186 mm) 328.0 in(8332 mm) 328.6 in(8345 mm) Dump angle-fully raised 49° 49° 49° H. Dump height-fully raised,45°dump 138.9 in(3527 mm) 135.3 in(3437 mm) 134.8 in(3424 mm) J. Bucket reach-fully raised,45°dump 43.2 in(1097 mm) 48.0 in(1219 mm) 48.0 in(1219 mm) K. Bucket reach-7 ft 0 in(2.13 m)height,45°dump 80.9 in(2055 mm) 84.4 in(2143 mm) 84.2 in(2139 mm) Operating load-ISO 10,951 lb(4967 kg) 11,116 lb(5042 kg) 10,714 lb(4860 kg) Maximum material density-SAE 2,986 lb/yda(1772 kg/ma) 3,252 lb/yda(1930 kg/ma) 2,420 Ib/yda(1436 kg/ma) Tipping load-ISO Straight 25,481 lb(11 558 kg) 25,861 lb(11 730 kg) 24,991 lb(11 336 kg) 40°turn 21,902 lb(9934 kg) 22,232 lb(10 084 kg) 21,429 lb(9720 kg) Lift capacity- Full height 20,692 lb(9386 kg) 20,696 lb(9387 kg) 20,352 lb(9232 kg) Maximum reach 26,089 lb(11 834 kg) 26,138 lb(11 856 kg) 25,726 lb(11 669 kg) Ground 30,919 lb(14 024 kg) 31,177 lb(14 142 kg) 30,368 lb(13 775 kg) Breakout force w/tilt cylinder 41,296 lb(18 731 kg) 44,743 lb(20 295 kg) 35,897 lb(16 283 kg) Loader clearance circle 538.1 in(13 669 mm) 542.5 in(13 779 mm) 542.4 in(13 776 mm) 821 FAR•Page 3 of 8 PERFORMANCE DATA 521F Z-Bar" 4.25 yd'Medium Density 4.50 yd°Low Density 3.5 yd°General Purpose(2.7 m3) Pin On(3.2 m3) Pin On(3.4 m3) on Case Z-Bar Coupler Bucket w/Teeth Only Bucket w/Bolt-on Edge Bucket w/Bolt-on Edge SAE bucket capacity-struck 3.44 yd'(2.63 m') 3.78 yd'(2.89 m') 2.88 yd°(2.20 ms) Heaped 3.99 yd'(3.05 m3) 4.43 yd'(3.39 m3) 3.44 yd'(2.63 m') Bucket width-outside 119.9 in(3046 mm) 119.3 in(3030 mm) 119.3 in(3030 mm) Bucket weight 3,485 lb(1581 kg) 3,508lb(1591 kg) 4,808 lb(2181 kg) E. Operating height-fully raised w/spillguard 215.5 in(5474 mm) 217.7 in(5530 mm) 216.3 in(5494 mm) F. Hinge pin height-fully raised 162.3 in(4123 mm) 162.3 in(4123 mm) 162.3 in(4121 mm) G. Overall length-bucket level on ground 308.6 in(7838 mm) 310.8 in(7894 mm) 313.5 in(7962 mm) Dump angle-fully raised 55° 55° 55° H. Dump height-fully raised,45°dump 117.9 in(2995 mm) 116.6 in(2961 mm) 114.8 in(2916 mm) J. Bucket reach-fully raised,45°dump 42.7 in(1085 mm) 44.6 in(1133 mm) 46.7 in(1186 mm) K. Bucket reach-7 ft 0 in(2.13 m)height,45°dump 66.4 in(1686 mm) 67.7 in(1718 mm) 68.9 in(1749 mm) Operating load-ISO 13,704 lb(6216 kg) 13,494 lb(6121 kg) 12,209 lb(5538 kg) Maximum material density-SAE 3,185 lb/yd'(1890 kg/m') 2,821 lb/yd'(1674 kg/m') 3,284 lb/yd'(1948 kg/m') Tipping load-ISO Straight 31,682 lb(14 371 kg) 31,207 lb(14 155 kg) 28,419 lb(12 891 kg) 40°turn 27,409 lb(12 432 kg) 26,988 lb(12 241 kg) 24,419 b(11 076 kg) Lift capacity- Full height 22,174 lb(10 058 kg) 22,132 lb(10 039 kg) 20,766 lb(9420 kg) Maximum reach 30,054 lb(13 632 kg) 29,984 lb(13 600 kg) 28,527 lb(12 939 kg) Ground 39,984 lb(18 137 kg) 39,655 lb(17 987 kg) 32,053 lb(14 539 kg) Breakout force w/tilt cylinder 44,310 lb(20 099 kg) 34,348 lb(15 580 kg) 32,227 Pb(14 618 kg) Maximum rollback- Ground 42° 41° 41° Carry position 44° 44° 44° ®Maximum reach 54° 54° 54° ®Full height 59° 59° 59° L. Dig depth 3.1 in(80 mm) 3.0 in(75 mm) 3.0 in(76 mm) Maximum grading angle w/bucket-back dragging 60° 60° 61° Loader clearance circle 522.9 in(13 282 mm) 523.6 in(13 299 mm) 525.1 in(13 338 mm) NOTE: 'Z-Bar performance data shown w/full counterweight."XT lift arm with buckets for ACS Pro Series 2000®size 30 HD coupler. ---XT lift arm with bucket for Case coupler. Performance data unit equipped with 20.5R25 Michelin XHA TL tires,ROPS cab w/heater and NC, full counterweight,standard batteries,front and rear fenders,full fuel and 175 lb(75 kg)operator. Specifications per SAE J732,J1234,J695,J742, and J818. 821F XR 4.25 yd3 Medium Density 4.50 yd'Low Density 3.5 yd'General Purpose(2.7 m3) Pin On(3.2 m3) Pin On(3.4 m3) on Case Z-Bar Coupler Bucket w/Teeth Only Bucket w/Bolt-on Edge Bucket w/Bolt-on Edge E. Operating height-fully raised w/spillguard 232.9 in(5915 mm) 235.1 in(5971 mm) 233.7 in(5935 mm) F. Hinge pin height-fully raised 179.7 in(4564 mm) 179.7 in(4564 mm) 179.6 in(4562 mm) G. Overall length-bucket level on ground 327.7 in(8324 mm) 329.9 in(8380 mm) 332.6 in(8449 mm) Dump angle-fully raised 49° 49° 49° H. Dump height-fully raised,45°dump 135.3 in(3437 mm) 133.9 in(3402 mm) 132.2 in(3357 mm) J. Bucket reach-fully raised,45°dump 47.1 in(1198 mm) 49.0 in(1246 mm) 51.1 in(1298 mm) K. Bucket reach-7 ft 0 in(2.13 m)height,45°dump 83.5 in(2122 mm) 84.9 in(2156 mm) 86.2 in(2190 mm) Operating load-ISO 10,770 lb(4885 kg) 10,618 lb(4816 kg) 9,551 lb(4332 kg) Maximum material density-SAE 2,527 lb/yd'(1899 kg/m') 2,241 lb/yd'(1330 kg/m') 2,591 lb/yd'(1537 kg/m' Tipping load-ISO Straight 25,121 lb(11 395 kg) 24,778 lb(11 239 kg) 22,485 lb(10 199 kg) 40°turn 21,539 lb(9770 kg) 21,236 lb(9632 kg) 19,101 lb(8664 kg) Lift capacity- Full height 20,322 lb(9218 kg) 20,282 lb(9200 kg) 18,926 lb(8585 kg) Maximum reach 25,712 lb(11 663 kg) 25,632 lb(11 627 kg) 24,150 lb(10 954 kg) Ground 30,402 lb(13 790 kg) 30,090 lb(13 649 kg) 27,992 lb(12 697 kg) Breakout force w/tilt cylinder 45,003 lb(20 413 kg) 34,893 lb(15 827 kg) 32,745 lb(14 853 kg) Loader clearance circle 542.4 in(13 776 mm) 543.3 in(13 799 mm) 545.1 in(13 846 mm) 821 F/XR•Page 4 of 8 PERFORMANCE DATA 821 F Z-Bar' 3.5 yd'General Purpose(2.7 m') 3.0 yd'4-in-1(2.3 m') on Case Z-Bar Coupler on Case Z-Bar Coupler Bucket w/Teeth Only Bucket Only SAE bucket capacity-struck 2.73 yd'(2.09 ml 2.59 yd'(1.98 m3) Heaped 3.20 yd'(2.45 m') 3.03 yd'(2.32 re') Bucket width-outside 119.9 in(3046 mm) 119.3 in(3030 mm) Bucket weight 4,611 lb(2091 kg) 6,534 lb(2964 kg) E. Operating height-fully raised w/spillguard 216.3 in(5494 mm) 217.2 in(5516 mm) • F. Hinge pin height-fully raised 162.3 in(4121 mm) 162.2 in(4120 mm) G. Overall length-bucket level on ground 319.6 in(8118 mm) 309.5 in(7861 mm) Dump angle-fully raised 55° 55° H. Dump height-fully raised,45°dump 110.8 in(2815 mm) 116.9 in(2969 mm) J. Bucket reach-fully raised,45°dump 51.2 in(1299 mm) 41.8 in(1061 mm) K. Bucket reach-7 ft 0 in(2.13 m)height,45°dump 71.3 in(1810 mm) 65.0 in(1650 mm) Operating load-ISO 12,395 lb(5622 kg) 11,448 lb(5193 kg) Maximum material density-SAE 3,582 lb/yd'(2125 kg/m') 3,475 Ib/yd3(2062 kg/m') Tipping load-ISO Straight 28,812 lb(13 069 kg) 26,902 lb(12 203 kg) 40°turn 24,790 lb(11 244 kg) 22,897 lb(10 386 kg) Lift capacity- Full height 20,973 lb(9513 kg) 19,049 lb(8640 kg) Maximum reach 28,747 lb(13 039 kg) 26,826 lb(12 168 kg) Ground 33,476 lb(15 185 kg) 32,707 lb(14 836 kg) Breakout force w/tilt cylinder 34,480 lb(15 640 kg) 34,892 lb(15 827 kg) Maximum rollback- Ground 42° 42° Carry position 44° 44° @ Maximum reach 54° 54° ®Full height 59° 59° L. Dig depth 3.2 in(81 mm) 4.6 in(116 mm) Maximum grading angle w/bucket-back dragging 62° 60° Loader clearance circle 529.4 in(13 446 mm) 523.0 in(13 285 mm) 821F XR 3.5 yd'General Purpose(2.7 m') 3.0 yd'4-in-1 (2.3 mu) on CASE Z-Bar Coupler on CASE Z-Bar Coupler Bucket w/Teeth Only Bucket Only E. Operating height-fully raised w/spillguard 233.7 in(5936 mm) 234.5 in(5957 mm) F. Hinge pin height-fully raised 179.6 in(4563 mm) 179.6 in(4561 mm) G. Overall length-bucket level on ground 338.7 in(8604 mm) 328.4 in(8342 mm) Dump angle-fully raised 49° 49° H. Dump height-fully raised,45°dump 128.2 in(3256 mm) 134.3 in(3410 mm) J. Bucket reach-fully raised,45°dump 55.6 in(1412 mm) 46.2 in(1174 mm) K. Bucket reach-7 ft 0 in(2.13 m)height,45°dump 88.9 in(2259 mm) 82.2 in(2087 mm) Operating load-ISO 9,713 lb(4406 kg) 8,778 lb(3982 kg) Maximum material density-SAE 2,830 lb/yd'(1680 kg/m') 2,684 lb/yd'(1593 kg/m') Tipping load-ISO Straight 22,826 lb(10 354 kg) 20,946 lb(9501 kg) 40°turn 19,426 lb(8811 kg) 17,557 lb(7964 kg) Lift capacity- Full height 19,131 lb(8678 kg) 17,207 lb(7805 kg) Maximum reach 24,375 lb(11 056 kg) 22,460 lb(10 188 kg) Ground 28,338 lb(12 854 kg) 26,545 lb(12 041 kg) Breakout force w/tilt cylinder 35,026 lb(15 888 kg) 35,423 lb(18 068 kg) Loader clearance circle 550.0 in(13 970 mm) 542.6 in(13 781 mm) 821 F/XR•Page 5 of 8 72 INCH FORKS ON CASE Z-BAR COUPLER 821F Z-Bar Dimensional Fork length-Vertical front surface of tine to fork tip 72.0 in(1829 mm) Fork width(max)-Outside to outside of tine 96.0 in(2438 mm) Fork clearance D full height-Ground to top of tine 152.0 in(3861 mm) Fork reach @ full height-Vertical front surface of tine to front of tire 33.9 in(862 mm) Fork clearance @ max reach-Ground to top of tine 70.6 in(1794 mm) Fork reach(max)-Vertical front surface of tine to front of tire 67.9 in(1724 mm) Fork reach @ ground-Vertical front surface of tine to front of tire 43.5 in(1105 mm) Fork load center-Vertical front surface of tine to load CG 36.0 in(914 mm) Operational Fork attachment weight(includes coupler) 4,163 lb(1888 kg) Operating load-(per EN 474-3) Rough terrain 9,374 lb(4252 kg) Firm and level ground 12,499 lb(5669 kg) Tipping load straight ISO 18,510 lb(8396 kg) Tipping Load @ 40°turn ISO 15,624 lb(7087 kg) Operating weight 39,596 lb(17 960 kg) XR Dimensional Fork length-Vertical front surface of tine to fork tip 72.0 in(1829 mm) Fork width(max)-Outside to outside of tine 96.0 in(2438 mm) Fork clearance CO full height-Ground to top of tine 169.4 in(4302 mm) Fork reach @ full height-Vertical front surface of tine to front of tire 38.4 in(974 mm) Fork clearance @ max reach-Ground to top of tine 70.6 in(1792 mm) Fork reach(max)-Vertical front surface of tine to front of tire 83.7 in(2126 mm) Fork reach Q ground-Vertical front surface of tine to front of tire 62.9 in(1598 mm) Fork load center-Vertical front surface of tine to load CG 36.0 in(914 mm) Operational Fork attachment weight(includes coupler) 4,163 lb(1888 kg) Operating load-(per EN 474-3) Rough terrain 7,826 lb(3550 kg) Firm and level ground 10,435 lb(4733 kg) Tipping load straight ISO 15,621 lb(7086 kg) Tipping Load @ 40°turn ISO 13,044 lb(5916 kg) Operating weight 40,437 lb(18 342 kg) 821 F/XR•Page 6 of 8 INSTRUMENTATION OPERATOR ENVIRONMENT SERVICE CAPACITIES Electronic Information Center ROPS cab w/heat Fuel tank 76 gal(288 L) Displays/Gauges- Key start DEF(Diesel Exhaust Fluid)tank 15.8 gal(59.8 L) Analog- Articulated power steering w/tilt column Usable capacity 10.9 gal(41.3 L) Fuel level Engine coolant temperature Fully adjustable,suspension seat Hydraulic system Transmission oil temperature Foot throttle Total 47 gal(178 L) Hydraulic oil temperature Single lever 2-spool loader control w/wrist rest Reservoir 24 gal(90.8 L) LCD screen- Cup holder Transmission metric/En lash;multi le Ian ua es Service w/filter 36 qt(34.1 L) ( 9 P 9 9 ) Coat hook Hour meter Front and rear axle (1)Interior rearview mirror Engine speed Front axle 42.3 qt(40 L) Travel speed 2 in(51 mm)retractable seat belt Rear axle 42.3 qt(40 L) Current gear selection Storage tray behind seat Engine oil w/filter 16 qt(15.1 L) FNR indication Lunch box compartment Cooling system 32 qt(30 L) Clock Single brake pedal Trip computer F/N/R shuttle switch OPERATING WEIGHTS Fuel consumption Fuel level percentage Glove box Z-Bar DEF(Diesel Exhaust Fluid)gauge Pressurized air filtering 9 9 Unit equipped with ROPS cab with heater and Oil pressure Anti-glare window strip A/C,full counterweight,23.5R25 XHA2 tires, Coolant temperature Defroster wide front and rear fenders,4.25 yds Engine oil temperature Side window,partial/fully open (3.2 m3)MD pin on w/bolt on edge,full fuel, Transmission oil temperature 175 lb(79 kg)operator Transmission sumpoil temperature Dome light p Wipers,rear and intermittent front 38,875 lb(17 633 kg) Hydraulic oil temperature XR Turbocharger air temperature Windshield washers,front and rear Unit equipped with ROPS cab with heater and Differential lock indicator* Rubber floor mat A/C,full counterweight,23.5R25 XHA2 tires, Joystick steering indicator* wide front and rear fenders,4.25 yda Automatic transmission indicator LOADER De-clutch indicator 175 ma)MD pin a w/bolt on edge,full fuel, Z-bar loader linkage 175 Ib(79 kg)operator Engine mode indicator39,716 lb(18 015 kg) Engine diagnostics Single control for lift and tilt Transmission diagnostics Positive hold float System voltage Automatic return-to-dig Error reporting ndicator lights- Automatic height control ILow fuel Automatic return-to-travel Turn signals Brake pedal transmission disconnect Four-way flashers Bucket position indicator on bucket High beam lights Grid heater* CYCLE TIME Brake pressure Raise w/rated bucket load 6.2 sec Master indicator Secondary steering* Dump w/rated bucket load 1.2 sec Parking brake Lower(empty) AudibleNisual alarms- Power down 2.9 sec Caution alarm- Float down 2.5 sec Parking brake Coolant temperature Hydraulic oil temperature Transmission oil temperature Air filter Transmission filter Hydraulic filter Alternator Low fuel Critical alarm- Engine oil pressure Brake pressure Steering pressure(w/aux steering)* Coolant temperature Hydraulic oil temperature Transmission oil temperature Backup alarm Horn NOTE if equipped with option. 821F/XR•Page 7 of 8 STANDARD EQUIPMENT OPERATOR'S ENVIRONMENT LOADER ELECTRICAL ROPS/FOPS cab structure See page 7 Alternator and voltage regulator See page 7 DRIVETRAIN Electrical disconnect ENGINE 4-wheel drive Batteries FPT F4HFE613X 4F/3R Selectable autoshift/manual shift Electric starter Tier 4 interim certified transmission Front and rear halogen flood lights Selectable work modes Tail lights and stop lights combined Max ower Electronic Control Module-Programmable, P computer controlled proportional shifting with (2)Front driving headlights(high/low beam) Auto power (2)Front flood Standard ower programmable gear selection P Onboard diagnostics (2)LED Stop/tail lights Economy power (2)Rear flood Turbocharger Single lever electronic shift control Front and rear turn signal/flash Charge air cooling F/N/R switch in loader control handle Key start/stop switch Automatic fan belt tensioner Downshift button Centrally located fuse box with all electrical Integral engine oil cooling Torque converter circuits protected Fuel filter w/water trap Outboard planetary axles Limited-slipdifferentials OTHER Dual-element dry-type air cleaner Electric hood lift Hydraulic-driven cooling fan Transmission oil cooler Front and rear fenders 65 amp alternator Brake pedal transmission disconnect Standard counterweight (2)700 CCA 12-volt batteries Hydraulic wet disc brakes Liquid-cooled radiator Spring-applied hydraulic release parking brake Drawbar hitch Lim Home Mode Articulation locking bar Mid-mounted cooling module p Lift arm locking bar Common rail electronic fuel injection Greasable rear axle trunnion HYDRAULICS Lift and tie-down points-front/rear Single lever 2-spool loader control valve Backup alarm Low-effort t ringRemote drain points e o see Hydraulic driven fan (8)Diagnostic quick couplers Split flange hydraulic connections(1 inch or greater) OPTIONAL EQUIPMENT OPERATOR'S COMPARTMENT DRIVETRAIN LOADER Heated cloth-covered air-suspension seat 5F/3R Autoshift/manual shift transmission, Extended reach XR Sound Shield noise suppression package lockup torque converter,PowerInch de-clutch Attachment auxiliary hydraulics Cab air-conditioning w/heater Special application axles with auto-locking front Buckets(see pages 3 through 5) Radio differential and rear open differential Loader coupler systems Radio-ready(12 or 24-volt)with Cold weather package Forks(see page 6) auxiliary power(12-volt) Heavy-duty(2)950 CCA 12V batteries TIRES Cab convenience package Fuel heater 23.5 x 25 L3 Bias RH steps and platform Hydraulic oil cooler bypass 23.5 R25 L2 Radial Rotating beacon Low temperature hydraulic oil 23.5 R25 L3 Radial Second brake pedal Grid heater OTHER Open ROPS Full-view or ejector type pre-cleaner Special paint Joystick steering Remote jump start receptacle Full coverage fenders External rear view mirrors HYDRAULICS Belly pan Rear view camera with accessory mount Auxiliary hydraulics Tool box Extra front-facing work lights Ride Control Counterweight-Z-Bar Secondary steering Fire extinguisher 3 or 4-spool loader valves with 2 or 3-lever Spare wheels and tires loader control Side guards for rear frame Variable speed hydraulic reversing fan License plate bracket Hydraulic cooler 20 kph maximum speed control a\1866-4-4-A 6 "°er NOTE: All specifications are stated in accordance with SAE Standards or Recommended Practices, CASE where applicable. NOTE:All engines meet current EPA emissions requirements. IMPORTANT:Case Construction Equipment Inc.reserves the right to change these specifications without notice and without incurring any obligation relating to such change.Case Construction Equipment Inc. Co N STRU CTI O N does not warrant the safety or reliability of attachments from other manufacturers. Case is a registered trademark of CNH America LLC.Any trademarks referred to herein,in association with goods and/or services of companies other than CNH America LLC, are the property of those www.casece.com respective companies. Form No.CCE201104821 F Printed in U.S.A. ©2011 CNH America LLC Replaces form no.CCE201011821 F - 821 F/XR• Page 8 of 8 At Rights Reserved Maisel* Rea* All Case construction equipment is biodiesel ready. ONRO Monroe Power Reversible SNOW REMOVAL SYSTEMS Ramp Dozer FOR CONSTRUCTION MACHINERY Model RRD2068 1 ''''''"""m"'s—'-*--- tip , m ,R, I •1 The Monroe Power Reversible Airport Ramp Dozer: Quickly cleans snow and slush from crucial areas, such as terminal buildings,T-hangers, gates and airport ramps. Designed to transport material over the ground. Built to endure the toughest snow conditions at airports and parking structures. Engineered to accept various optional quick coupler receivers. i r a 40 Shown with optional quick coupler receiver. A . yin an. *??•;:- h...-: ,iy & y NY v ✓dR�"4'a. .n ..w. 12° of oscillation... The Reversible Ramp Dozer is ��� " .�� � .,: equipped with: • Heavy duty, tapered, removable end ® ": { gates. ritivizo • Four 4" x 10", double acting, reversing ..--F' cylinders with cushion valve and screw ■, type hydraulic quick couplers. • Three cast wear shoes mounted on each end gate. • Four moldboard wear shoes. Shown with optional quick coupler receiver. Specifications Moldboard Thickness 3/6" Moldboard Height 62" Moldboard Length 20' Bottom Angle 6" x 6" x %" Top Angle 3" x 3" x Cutting Edge %" x 8"AASHO top punched Moldboard Ribs Eleven, %",one-piece,solid flame cut,tapered ribs Upper Horizontal Support Tube %" x 3" x 4" Lower Horizontal Support Tube '/" x 6" x 10" Swivel Plate I" thick, 12° of oscillation, designed to accept various couplers Rear Oscillating Plate 56"W x 43/2"H Reversing Cylinders (4) 4" x 10" D.A.with cushion valve Paint Powder coat yellow Manufactured by: Distributed by: Monroe Snow& Ice Control 1051 W.7th Street Monroe,Wl 53566 800-880-0109 608-329-8105 608-328-8390 Fax REVRAMP022002