Loading...
HomeMy Public PortalAbout045-2016 - Street - New Holland of Centerville - BackhoeORIGINAL PURCHASE AGREEMENT THIS PURCHASE AGREEMENT made and entered into this /2�—' day of A, 2016, by and between the City of Richmond, Indiana, a municipal corporation acting by and rough its Board of Public Works and Safety (hereinafter referred to as the "City") and New Holland Centerville, 5064 W. US Hwy 40, Centerville, Indiana, 47330 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF AGREEMENT City hereby retains Contractor to furnish one (1) 2016 New Holland Model B95C T4 Backhoe Vehicle (hereinafter "Vehicle") for the City of Richmond Street Department. A request for quotes, dated March 21, 2016, has been made available for inspection by Contractor, is on file with the Purchasing Department and the Street Department, is hereby incorporated by reference, and made a part of this Agreement. Contractor agrees to abide by the same. The response of Contractor to said Request for Quotes is attached hereto as "Exhibit A", which Exhibit is dated March 31, 2016, consists of consists of seven (7) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to comply with all terms and conditions contained in "Exhibit A." Delivery of any Vehicle that does not meet all specifications listed on `Exhibit A" will be considered a breach of this Agreement. Contractor shall not modify or alter any standard warranty from the manufacturer of the above described Vehicle. Nothing contained herein shall prevent Contractor from providing any additional or supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall provide City with copies of its warranty upon receiving a written or verbal request to receive such warranty. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor material, equipment, and services necessary for and incidental to the proper completion of this Purchase Agreement. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; and 2. A purchase order has been issued by the Purchasing Department. SECTION Il. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the completion of this Purchase Agreement. Contract No. 45-2016 Page 1 of 5 SECTION III. COMPENSATION City shall pay Contractor the quote amount described on "Exhibit A" for the Vehicle, provided that Contractor's total compensation shall not exceed Seventy-seven Thousand Eight Hundred Seventy-five Dollars and Zero Cents ($77,875.00) for purchase of the Vehicle pursuant to this Agreement. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until delivery and acceptance of the Vehicle. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its obligations under this Agreement; b. submission by the Contractor to the City of reports that are incorrect or incomplete in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub- contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation & Statutory Disability Requirements Page 2of5 B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3- 5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION VIII. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: Page 3 of 5 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all monies due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION IX. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability for negligence which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION X. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising under this Contract, if any, must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. Page 4 of 5 In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA BY AND THROUGH ITS Board of Public Works and Safety By: °�� Vicki Robinson, President By: -Wa Date: APPROVED: avid M. �Ob' Date: 5-- i u —I `o "CONTRACTOR" NEW HOLLAND CENTERVILLE 5064 W. US Hwy 40 Centerville, IN 47330 Printed: — —OZI-105 Title: /y7 Date:' .4 (, Page 5 of 5 CITY OF RICHMOND 50 North Fifth Street �NDI1'Richmond, Indiana 47374 (765) 983-7200 New Holland Centerville ATTN: Joel Davis 5064 w. US Hwy. 40 Centerville, IN 47330 PRICE REQUEST THIS IS NOT AN ORDER INSTRUCTIONS This is a request for a price or quote for the services or materials described below. Any additional specifications may be attached hereto. This is not an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name, address, and phone number below with signature; itemize all prices and charges where requested; and attach explanation for any substitution to specifications altered. Please return in care of Purchasing to the address above by the specified date and time to be considered unless otherwise specified. DATE REPLY MUST BE IN DELIVERY REQUIRED PAYMENT TERMS March 21, 201E March 31 2016 by 12:00 noon QUANTITY DELIVERED UPON RECEIPT OF INVOICE CATALOG NO. DESCRIPTION UNIT PRICE I TOTAL Backhoe-Street Dept. (see attached) Bid documents may be mailed to the attention of Vicki Robinson, Purchas- ing, 50 North 5th Street, Richmond, IN 47374 or faxed to (765)973-1517 PRICE REQUEST BY VICKI ROBINSON PURCHASING DIRECTOR 7,�7s"= NAME OF FIRM QUOTING AlEtJ 441,0 CFN i F V'r LtE BY jj� Dc-q ViS AUTHORIZED BY DATE �(� TITLE a e No. 7�5-962_77� State Tax Exemption No. 003121909-001:E-oPA C,[_' Price Quote New Holland Centerville Customer Name: City of Richmond -Street Dept. Customer Phone #: 765-983-7209 Equipment Priced: New Holland B95C Backhoe Today's Date: 3-31-2016 Quote Expiration Date: 4-30-2016 1-New 2016 New Holland Model B95C T4 Final Backhoe (with following equipment) -4 cylinder, turbo charged diesel engine with 95 horsepower -12 volt electrical system, 160 Amp alternator with dual batteries -19.5L x 24 rear tires & 12 X 16.5 front tires -Hydraulic & self adjusting brakes with parking brake -Power Shift Transmission (fully synchronized) -General Purpose 1.1 yd bucket with cutting edge (82") -Standard 2-Lever backhoe controls w/food pedals for HED dipperstick -Backhoe mechanical Quick Coupler -flip over stabilizer pads -Enclosed cab w/ suspension seat, LH door, heater, head lights, turn signals, hazard lights & radio -Hydraulic pump with 40 gpm at 2200 psi -Auto ride control (Glide Ride) -MFD front axle -Mechanical Backhoe Controls -All other standard features offered with unit List Price: $130,518. Bid Price: $77.875.00 (picked up at our Centerville dealership) Submitted with Bid Packet: -Indiana Local Preference Claim -Warranty & Limitation of Liability Agreement -All Standard Equipment included on B95C T4 Final Backhoe Lead time for this exact unit is: 4-6 months (lead time for similar unit: 30 days) Joel Davis Store: 765-962-7724 Cell: 765-993-7560 %NEW HOLLAND CNH Industrial America LLC and CNH Industrial Canada, Ltd. WARRANTY AND LIMITATION OF LIABILITY AGREEMENT NEW HOLLAND CONSTRUCTION EQUIPMENT The N HCE Warranty The NHC= Warranty is a limited warranty that is provided to the initial retail purchaser in return for consideration paid as part of the purchase price of the p rod.-,t. The selling dealer must review the warranty coverage with the initial retail purchaser and obtain signature on this document. New Lirrited Warranty The waranty described here is from CNH Industrial America LLC and in Canada, CNH Industrial Canada Ltd., both of which are referred to in this agreement as "NHCE". This warranty is for NHCE products sold and registered in the United States or Canada and normally operated in the United States C, Canada. This warranty does NOT apply to any product normally operated outside of the United States and/or Canada, or to any unit purchase] outside of the United States or Canada and imported in for any reason other than a customer relocation/personal move. Warrant) Period For the p,oducts listed below, the Warranty Period for all coverage begins at the time that any person, dealer or agent first places the unit into service. At the fates: a unit is considered to be placed into service when purchased or delivered to an initial retail purchaser. Certain demonstration, rental, lease, and othe• used units may be eligible for a portion of a new unit warranty. The availability of the remaining portion of a new unit warranty does not mean that a un*, is new or unused. The Warranty Period ends when either the month or machine hour limit is reached, whichever limit occurs first. PRODUCT WARRANTY COVERAGE SKID STEER / COMPACT TRACK LOADERS 12 Months / Unlimited Hours CRAWLER DOZERS 12 Months / Unlimited Hours LOADER BACKHOES / TRACTOR LOADERS 12 Months / Unlimited Hours WHEEL LOADERS 12 Months / Unlimited Hours COMPACT WHEEL LOADERS 12 Months / Unlimited Hours MOTOR GRADERSI 12 Months / Unlimited Hours EXCAVATORS 12 Months 12000 Hours COMPACT EXCAVATORS 12 Months / Unlimited Hours TELESCOPIC HANDLERS 12 Months / Unlimited Hours SEVERE APPLICATIONS (for all of the above) 6 Months / 1000 Hours 1) Engine coverage is provided by directly by the engine manufacturer 2) Warranty does not cover any configuration excavator equipped with teller buncheNaccumulator attachments. Definition of Severe Application Severe duty applications include equipment used in Forestry, Demolition, Scrap & Waste Recycling, Mining and Landfills. Misrepresenting the application in which the product will be used on the Warranty Registration, will void Warranty. Operator's Manual / Warranty Receipt Verification The selling dealer has reviewed the correct operator's manual with me and will provide upon delivery of the product. YES ❑ / NO ❑ The selling dealer explained safety precautions to me. YES ❑ / NO ❑ The selling dealer explained the warranty terms and coverage to me. YES ❑ / NO ❑ The selling dealer explained Purchased Protection Plan options for additional coverage on select components. YES ❑ / NO ❑ 1 wish to be part of future NHCE communications, offers or events. YES D / NO ❑ Model: Serial Number: Retail DATE I HOURS: Operator Manual Number: Purchaser Name (please print): Dealer Name: Address: Address: City / State: City / State: Zip code: Zip code: Phone Number: Phone Number: The answers checked above are correct. I acknowledge that I have read and I accept this warranty policy statement. Purchaser Signature Dealer Signature USA mail original to CNH Industrial Capital America LLC, Attn: WLL Agreement, PO Box 3700, Lancaster, PA 17604-3700 USA Overnight courier mail original to CNH Industrial Capital America LLC, Attn: WLL Agreement, 100 Brubaker Ave., New Holland, PA 17557 Canada mail original to CNH Industrial Capital America LLC, Attn: WLL Agreement, 4475 North Service Rd, Suite 301, Burlington, ON L7L4X7 Canada NHCE is a trademark in the United States and many other countries, owned by or licensed to CNH Industrial N.V., its subsidiaries or affiliates Original — CNH Copy 2 — Purchaser Copy 3 — Dealer Form No. 220528, April 2014 .t �; ET r s;_ Page 2 of: What's :overed If a defeat in material or workmanship is found in a unit and reported during the Warranty Period, NHCE will pay parts and labor costs to repair the defect 'f he services are performed by an authorized NHCE dealer at the dealer's location. If parts are needed during the repair, NHCE will, at its option, L:e genuine NHCE new or remanufactured parts. NHCE replacement parts that are used in a warranty repair are warranted until the end of the mach .ne varranty or to the end of the NHCE Replacement Parts Warranty, whichever is longer. NHCE ROVIDES NO WARRANTY, EXPRESS OR IMPLIED, FOR A COMPONENT OR OTHER ITEM THAT IS SEPARATELY WARRANTED TO THE PUFCHASER BY ITS MANUFACTURER, SUCH AS TIRES, BATTERIES AND FUEL INJECTION COMPONENTS. CHECK WITH YOUR DEALER FOR (DE-41LS No Modif;ation or Extension of Warranty Period The NHC= Warranty is limited to the written terms in this document. NHCE does not authorize any person, dealer or agent to change or extend the terms of this warranty in any manner. Any assistance to the purchaser in the repair or operation of any NHCE product outside the terms or limitations or exclusions of this warranty will not constitute a waiver of the terms, limitations or exclusions of this warranty, nor will such assistance extend or re- establish 'he warranty. EXCLUSIVE REMEDY THE REMEDY OF REPAIRING A DEFECT IN MATERIALS OR WORKMANSHIP AT A NHCE DEALERSHIP UNDER THE TERMS OF THIS WARRANTY IS THE PURCHASER'S EXCLUSIVE REMEDY AND IS IN LIEU OF ANY OTHER REMEDY OTHERWISE AVAILABLE. f nis warranty is void ff The unit'shour meter is changed or altered, unless a NHCE dealer, at the direction of NHCE, changed the meter. If the unit is used in an application for which it is not designed or the unit has been scrapped, salvaged, stolen, junked or totaled. Limitation and Exclusions The NHC: Warranty gives you specific legal rights and you may also have other rights, which vary, from region to region. THIS DDCUMENT CONTAINS THE ENTIRE NHCE WARRANTY. NHCE MAKES NO OTHER REPRESENTATIONS OR WARRANTIES, EXPRESSED OR IMPLIED, AND SPECIFICALLY EXCLUDES THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR PARTICJLAR PURPOSE.' NHCE WILL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES RESULTING FROM A BREACH OF THE WRITTEN WARRANTY OR ANY IMPLIED WARRANTY IMPOSED BY LAW.' Owner's Responsibility The NHCE warranty remains in effect during the Warranty Period if the owner performs the required maintenance at the recommended intervals outlined in the procuct operator's manual and the unit is operated within its rated capacity. Genuine NHCE service parts or NHCE approved service parts that meet NHC= specifications must be used for maintenance and repair. What's Not Covered • Cost associated with performing pre -delivery or scheduled inspection service. • Repars arising from storage deterioration, failure to maintain the equipment, negligence, alteration, improper use of the equipment, collision or other accident, vandalism, or other casualty, or operation beyond rated capacity or specification. • Repars arising from abuse or neglect, including but not limited to: operation without adequate coolant or lubricants, adjustments to the fuel system outside equipment specifications, over -speeding, improper storage, starting, warm-up, or shutdown practices, incorrect fuel or contaminated fuel, oil or other fluids. • Normal maintenance services, such as engine tune-ups, engine fuel system cleaning, checks, adjustments, shimming, etc. • Replacement of non -defective wear items expected to be replaced during the warranty period, including but not limited to: light bulbs, spark plugs, ignition points, brake or clutch linings, slip clutches, belts, chains, knives, bucket cutting edges and teeth, crawler track pads and track components, crop processing and cutting components, external drive sprockets and chains, soil engaging tools and accessories. • Items replaced due to customer demand. • Labor charges performed by anyone except a dealer authorized by contract to repair the equipment, unless they qualify under special provisions (i.e.; outside labor). • Any and all travel costs for items such as towing, service calls, or transporting a unit to and from the place where the warranty service is performed, unless specifically covered by a campaign or program. • Claims involving loss or damage during shipment or handling, including units subsequently sold as a "salvage' unit. • "Salvage' or other units sold on an "as is" basis, unless otherwise specified in writing at the time of sale. • Normal maintenance costs, including but not limited to: lubricants, coolants, fluids, fuel, filters, and associated labor. Lubricants, filters, and coolants may qualify for warranty reimbursement if they require replacement as a DIRECT RESULT of a defect in material or workmanship. • Claims involving the inspection or reconditioning of units after storage or prior use. • Components or items that are separately warranted directly by the manufacturer including but are not limited to: tires, tracks, engines, transmissions, batteries, fuel injection pumps, fuel injectors, etc. • Shop comebacks: any duplicate, repeat, or comeback repair resulting from improper diagnosis, testing, or service work. This also includes repairs arising from service performed by agents not approved by NHCE. • Repairs arising from any unauthorized modification to the product or the use of non-NHCE parts, implements or attachments. • Removal, replacement, or installation of non-NHCE optional equipment, attachments or components. • Premiums charged for overtime labor costs or out of shop expenses. • Economic loss including lost profits, crop loss, equipment rental, or other expense. • Unauthorized modification or updating machines without a warrantable failure based on Service Bulletin information or production changes. • Any and all costs of special tools • Any and all costs of dealer shop supplies incurred with repairs, including but not limited to: solvents, cleaners, anti -seize lubricants, loctite, sealant, adhesive, oil - dry, shop towels, etc. Sealant or adhesive may qualify for warranty reimbursement in certain applications requiring a large volume of sealant/ adhesive. • Failure of the machine, its implements or attachments caused by improper field application or loading. • Any and all costs for coolant, fuel, or lube (oil) analysis including supplies and lab recommendations. • Cost of initial setup or installation of any optional equipment or attachments to a unit • Cost associated with cleaning of machine in preparation for servicing USA mail original to CNH Industrial Capital America LLC, Attn: WILL Agreement, PO Box 3700, Lancaster, PA 17604-3700 USA Overnight courier mail original to CNH Industrial Capital America LLC, Attn: WILL Agreement, 100 Brubaker Ave., New Holland, PA 17557 Canada mail original to CNH Industrial Capital America LLC, Attn: WILL Agreement, 4475 North Service Rd, Suite 301, Burlington, ON L7L4X7 Canada NHCE is a trademark in the United States and many other countries, owned by or licensed to CNH Industrial N.V., its subsidiaries or affiliates Original — CNH Copy a. _- U baser . _ _ Copy 3 — Dealer Form No. 220528, April 2014 e r rro F" �8r NEW HOLLAND -TB6P 01 B95C T4 FINAL TRACTOR LOADER BACKHOE US PRICE LIST Standard Equipment ENG---'IE (Tier 4 Final) : Electronic 4 Cylinder Diesel, Direct =njection, Turbo aftercooler 3.=L (207 cu. in.) Displacement Pc,,er - IS014396 Gross 97 SAE hp Net 95 SAE hp Fu-1 flow engine oil filter As:irated air cleaner Air Cleaner - Replaceable dry type with radial seal G lcw Plugs Cold Start Co -led EGR Fuel Tank - useable capacity 34.6 US gal (131 L) Radiator with Expansion bottle Antifreeze -34°F (-37°C) Diesel Oxidation Catalyst (DOC) Se_ective Catalytic Reduction (SCR) Muffler Diesel Exhaust Fluid (DEF) Tank Useable Capacity 3.5 us gal (13.2L) Throttle, both hand and foot Viscous fan drive Self adjusting belt tensioner POWER -RAIN: 4F-4R Power shuttle Synchromesh Transmission (PT units) 4F-3R Power shift transmission with kick down in loader (PS units) 300mm Torque Converter On the go 4WD control Electric F/R Shuttle Control Electric Differential Lock control with push button activation, located on the loader control lever 2-4WD Mode Selector 22 mph max travel speed INSTRUMENTATION ILLUMINATED: Gages: Engine Coolant Temperature Converter Oil temperature Fuel Level DEF Level Tachometer/hourmeter Voltmeter Backlit gauges with illuminated pointers Dashboard with speedometer (Powershift model only) Warning Lights: Air cleaner restriction Alternator Cold Start A/C Low High Pressure Engine Oil Pressure Parking Brake Engagement Low Fuel Low DEF Master Warning Master Stop 108 dB(A) alarm at 2100 Hz for Canopy units 109 dB(A) alarm at 2100 Hz for Cab units Audible Warning Alarm for: Coolant Temperature Engine Oil Pressure Parking brake engagement Shuttle engagement Backup Alarm Horn, dual switched @ Front & Rear Two buttons for screen navigation and control Turn Signal indicators with switch 4 signal indicator emergency Low DEF ELECTRICAL: 12V System Single 95Ah 900A Battery High Capacity Alternator 160 Amp Key Start Prewired for radio (CAB only) Fuses/Relays located in the right Page 3 of 48 -TB6P 01 0040 000 01-JAN-16 1 •, f. r F 3' ; ramF I� NEW HOLLAND CONSTRUCTION B95C T4 FINAL TRACTOR LOADER BACKHOE US PRICE LIST Standard Equipment console Neutral start switch Sealed Fuseblock Compartment Wzter Resistant Main Fuseblock Lights: Cab, Front: 2 Amber Turn flashed lights 4 Individual 5S W works lights Cab, Rear: 2 Amber Turn/flasher lights (21 W) with integrates red stops (21 W) and Tail lights (5 W) 4 Individual 55 W work lights =anopy, Front: 2 Amber Turn flashed lights 4 Individual 55 W work lights lanopy, Rear: 2 Amber Turn/flasher lights (21 W) with integrates red stops (21 W) and Tail lights (5 W) 4 Individual 55 W work lights HYDR20LICS: Open center hydraulic system ;Mechanical control) Twin Gear Pump 40GPM (151 L/min) 2200 RPM (Mechanical control) Load sensing, closed center hydraulic system (Pilot control) Variable Displacement Pump from 1.5 to 41 GPM (6 to 156 L/min) @ 2200 RPM (Pilot control) 7 Micron Spin oil filter Heavy duty Hydraulic oil cooler O-Ring Face Seal Fittings FRONT AXLE: 74 in. Tread Width 8-bolt Wheel Hub Hydrostatic Power Steering with priority Intergrated Steering Cylinder 2WD: Cast Construction 4WD: 4WD Center Drive with Electrical Engage and Indicator Light Outboard Planetary Final Drive -TB6P 01 REAR AXLE/BRAKES: 68 in. Fixed Tread Width Internal Planetary Final Drive Multi -Plate Hydraulic, Self -Adjusting, Self -Equalizing Wet Disc Brakes Spring applied hydraulic released (SAHR) wet parking brake located on transmission output shaft Differential Lock (electric actuated) OPERATOR STATION: ROPS/FOPS Certified Canopy & Cab Flat Deck Dual Side Entry Fixed Steering Column (Powershuttle model only) Tilted Steering Column (Powershift model only) Rear Fenders/extensions Hand and Foot Throttle Right -Hand Instrument Console Right & Left external rearview mirrors Rearview Mirror - Interior & Exterior Overhead document storage (Cab) 60,790 BTU Heater -3 Speed Fan(Cab) Retractable Sun Shade (Cab) Mechanical Cloth Suspension Seat (Cab) with 2" retractable seat belt Mechanical Vinyl suspension seat (Canopy) with 2" retractable seatbelt Antivandalism Cover for dash (Canopy) OPERATOR STATION (Continued): Adjustable opening windows 2 door access Rear window open access All tinted glass Front and rear winshield wipers LOADER: Straight Loader Arms Single lever 4 function loader control; Page 4 of 48 -TB6P 01 0040 000 01-JAN-16 �W G. 'IPA NEW HOLLAND CONSTRUCTION B95C T4 FINAL TRACTOR LOADER BACKHOE US PRICE LIST Standard Equipment lift, Dump, Clutch Cut out, Diff lock 4-3ar Bucket Linkage Me=hanical Strut lock Bucket Level Indicator Return -to -Dig Feature Dual Lift and Bucket Cylinders Hyiromechanical Self -Leveling (raise and lower) Heavy Duty 1.1 Cu. Yd. Bucket with Bolt -on Cutting Edge BACK :OE: 161.5 degree bkt rotation in power tole 20( degree bucket rotation in speed tole Dirt Stabilizer Pads Mechanical operated control system: 2 lever control - NH Horn button Pedal command for extendable dipper .mechanical) 6 spool backhoe control valve (machine with Std dipperstick) spool backhoe control valve (machine with HED dipperstick) -TB6P 01 Pilot operated control system: Fingertip proportional electrohydraulic Thumb operated Proportional electrohydraulic extendahoe control Thumb operated horn button Indefinitely adjustable towers In Cab pattern change control Thumb operated auto -Idle SAFETY AND SECURITY: 4-Post ROPS/FOPS Lockable Compartments for: Engine, Hydraulic System, Battery, Lockable Fuel Cap Horn Backup Alarm WARRANTY: New Holland Construction Warranty Applies SHIPPING POINT: Port of Entry Page 5 of48 -T136P 01 0040 000 01-JAN-16 - _._ -