TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY OF RPM TECH LM220 DETACHABLE SNOWBLOWER

Similar documents
TECHNICAL SPECIFICATIONS LOADER MOUNTED SNOWBLOWER

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

Request for Proposal Snow Blower October 12, 2015

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

TOWN OF GRAND FALLS-WINDSOR

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

INVITATION TO BID Fort Morgan Golf Course Golf Carts

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

TENDER HALF TON PICKUP TRUCK, 4x4

CITY OF BURLEY, IDAHO. Golf Course Maintenance Equipment. Terry Greenman

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

INVITATION TO BID (ITB)

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

REQUEST FOR QUOTATION

INVITATION TO BID. January 10, 2018

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

ADDENDUM NO. ONE (1) ACQUIRE SNOW REMOVAL EQUIPMENT NORFOLK INTERNATIONAL AIRPORT, VIRGINIA. May 18, 2016

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid:

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

CITY OF KENORA SUPPLY AND DELIVERY OF A WHEEL LOADER

Request For Quotations Fleet Vehicle

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

Request for Proposal. Articulated Loader

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL. IMPORTANT NOTE: Indicate company name and RFP Title on the front of the sealed bid envelope.

THE MUNICIPALITY OF BRIGHTON

MSV. Innovating for you

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

INVITATION FOR QUOTATION. TEQIP-II/2015/GJ1G02/Shopping/M-EE-09

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

GALLATIN PUBLIC UTILITIES

INVITATION TO BID (ITB)

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

The Regional District of Nanaimo (RDN) is seeking responses to the following tender:

BID DOCUMENT FOR PURCHASE OF STATION WAGONS

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

T550 COMPACT TRACK LOADER SPECIFICATIONS

REQUEST FOR BIDS CITY OF SANDERSVILLE OFFICE OF PUBLIC WORKS SOLIDS HANDLING PUMP

S530 SKID-STEER LOADER SPECIFICATIONS

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

City of Glasgow Invitation To Bid/Purchase High-Speed Grinder

FLEET SERVICES. Road Grader Tender. Competition #FLE Company

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

ENGINE DRIVEN SNOW BLOWER & ATTACHMENTS

The American Road Machinery Company 17, 25, 30 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR June 2015

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

APPLICATION for BUSINESS LICENSE Licensing & Permits City of Williston PO Box 1306, Williston, ND

NOTICE TO SUPPLIERS CITY OF KALAMA 2018 CHEMICAL PROCUREMENT

SALT TRUCK - SHORT TANDEM

THE CORPORATION OF THE CITY OF STRATFORD INFRASTRUCTURE & DEVELOPMENT SERVICES PUBLIC WORKS DIVISION

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

HIGH LIFT WHEEL LOADER WITH BUCKET

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

SKID STEER LOADER From World First to World Leader

Request for Bids Medium Duty Truck Cab & Chassis, and Equipment

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

شركة كهرباء محافظة القدس المساهمة المحدودة

SKID STEER LOADER From World First to World Leader

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

TS80V2 Skid Steer Loader

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

COMMERCIAL EQUIPMENT SERVICE CONTRACT MANUAL

INDUSTRIAL HAUL AGREEMENT

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR

TOWN OF MIDLAND ONE NEW 2017 MULTI-PURPOSE SIDEWALK TRACTOR TENDER FILE NO. F

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

PROPOSAL FORM 2014 FUEL BID

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

May 11, 2018 On or before 2:00pm

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

303 CR. Mini Hydraulic Excavator

CITY OF BRUNSWICK, GEORGIA April Regenerative Air Street Sweeper REQUEST FOR PROPOSALS

Transcription:

TOWN OF LABRADOR CITY FORM OF TENDER TLC-03-19 SUPPLY OF RPM TECH LM220 DETACHABLE SNOWBLOWER Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders, and agrees to supply the system as per the attached specifications. Quotation H.S.T. 15% Total Quotation The above quotation shall include all freight charges, F.O.B., Tamarack Drive, Labrador City, NL. The tenderer, if awarded the contract, agrees begin work within weeks following notification of award of the contract. Authorized Signature: Date: Contact Name: Fax # Email Address:

INSTRUCTIONS TO BIDDERS 1. TENDERS (a) Tenders shall be in a sealed envelope and clearly marked as per the following: TENDER FOR: Supply of RPM Tech LM220 Detachable Snowblower addressed to the attention of the Town Clerk, Town Hall, P.O. Box 280, Labrador City, NL A2V 2K5. Include Bidders Name and Return Address on Envelope (b) (c) (d) (e) Tenders shall close at 3:00 p.m. local time, Labrador City on: February 27, 2019 Before submitting a tender, tenderers shall carefully examine the tender documents and fully inform themselves of the contract requirements and existing conditions. The Town will not defray any expenses incurred by the tenderers in the preparation and submission of their tenders. Quotation shall be valid for acceptance for ninety (90) days from the tender closing date. (f) This tender is subject to the Access to Information and Protection of Privacy Act, 2015. (g) (h) The financial value of this tender will be publicly released as part of the award notification. If applicable, this tender is subject to trade agreements. 2. UNACCEPTABLE TENDERS (a) (b) (c) (d) (e) Tenders not submitted on the Tender Form provided will not be considered. E-mail or facsimile tenders will not be accepted. Tenders received after the tender closing time will not be considered. Incomplete tenders will be rejected. Tenders containing qualifications or additional clauses to the Tender Form may be rejected. 3. SUBSTITUTIONS (a) (b) Tenders shall be based upon using the materials or products as specified without substitution. Where two or more brand names are specified, the choice shall be left to the successful bidder. Where only one brand name is stated, there shall be no substitution. Where the specifications include the OR APPROVED EQUAL clause, substitutions may be proposed provided that:

(l) (ii) (iii) (iv) The request for substitution is made in writing at least seven (7) days prior to the tender closing date. The request shall clearly define and describe the products for which the substitution is requested. The substitution item is equivalent to the described item with regard to design, function, appearance, durability, operation and quality. Approval of the substitution by the Town shall be in the form of an Addendum to the specifications issued to all the tenderers listed as having received a copy of the contract documents. 4. ACCEPTANCE OF TENDERS (a) (b) (c) The Town will not necessarily accept the lowest or any tender. Upon acceptance of the tender, the Tender Form becomes part of the Contract Documents and the successful tenderer becomes the Contractor. One payment shall be made in accordance with the contract as follows: (i) (ii) Upon acceptance of all material or products, or upon substantial completion of the work. Within thirty (30) days of receipt of the invoice by the Town. (d) The Town reserves the right to accept a non-compliant bid. 5. PERSON TO CONTACT For further information contact Peter Boland at the following telephone number 709-944-7172 or fax number 709-944-2443 6. Workers Compensation & Insurance The Contractor covenants with the Town that its employees shall be fully covered within Worker s Compensation Regulations, and the Company shall on request furnish to the Town satisfactory proof that its employees are fully covered under the Worker s Compensation Act. Prior to performing work hereunder, the Company agrees to provide the Town with confirmation of full insurance coverage including, without restricting the generality of the foregoing, Comprehensive General Liability Insurance of at least two million dollars ($2,000,000.) covering the equipment. The Company shall be required to add the Town Council of Labrador City to this insurance policy as a named insured. The Town shall require thirty (30) days written notice of any material change in or cancellation of the insurance policy.

7. Safety The Town of Labrador City will strictly enforce safety requirements as per the Occupational Health & Safety Act. All items of safety apparel/equipment shall be the responsibility of the contractor. 8. Taxes (a) Business Tax In accordance with the Municipalities Act, 1999 as amended, all businesses carrying on business in the municipality shall be charged an annual tax to be known as the business tax. All companies doing business in the Town of Labrador City who are not subject to a property tax payable to either the Town of Labrador City or the Town of Wabush or a place of business that cannot be assessed under the Assessment Act, shall be assessed as no fixed place of business and billed at the rate of 3% of gross revenue with a minimum of $300 and a maximum of $5,500 per calendar year. (b) The Town of Labrador City is subject to the Harmonized Sales Tax at the rate of 15%. (c) Above referenced tax shall be shown separately on all invoices presented to the Town of Labrador City for payment. The sums herein tendered include all taxes, royalties, custom duties, foreign exchange charges, transportation, traveling costs, all overhead and profit, all co-ordination fees, insurance premiums and all other charges.

Specifications 1.0 General 1.1 The unit shall be a new current year LM220 loader mounted snow blower as manufactured by RPM Tech. 1.2 The following are requirements for the snow blower, to be installed on a wheel loader. The unit specified herein shall consist of a self-contained two stage dual auger snow blower attachment suitable for mounting on a Cat 950H and a Komatsu WA380-6 wheel loader. 1.3 The equipment shall be capable of handling all types of snow, including wet, heavy snow to hard packed frozen snow. The unit shall be capable of arduous duty for prolonged periods of time, without deformation and/or failure of components, in ambient temperatures down to minus forty degrees (-40 C) (-40 F). 1.4 Two (2) 510 mm (20 in.) augers, impeller and truck loading chute. 1.5 Plastic bushings and rubber absorbers shall be used on mobile components of the snow blower such as the chute, the engine cowling, battery tray, in order to avoid any metal-to-metal contact to eliminate vibration problems and premature wear of these parts by friction. 2.0 Capacity 2.1 Up to 3000 tons per hour, depending on snow conditions. 2.2 Casting distance up to 46 m (150 ft). 3.0 Frame 3.1 Fully welded construction. (Bead weld not accepted.) 3.2 The frame triangular design allows maximum effort dispersion from the front of the unit to the quick coupler.

4.0 Scraper Blades and Skates 4.1 Two (2) outside and six (6) inside Trimay skates, for a total of 3935 cm² (610 in²) of wear surface. 4.2 Two (2) reversible scraper blades made of 44W steel, 25.4 mm x 101 mm (1 in. x 4 in.). 5.0 Steering Vanes 5.1 Hydraulically controlled steering vanes 6.0 Standard Telescopic Loading Chute 6.1 The loading chute is 406 mm (16 in.) in diameter and consists of two (2) vertical sections, one (1) directional section and one (1) flexible section. 6.2 457 mm (18 in.) hydraulic extension allows the loading chute to cast at any adjustable height from 3442 to 3899 mm. (135.5 to 153.5 in.) 6.3 The chute is located to the left of the impeller and has the ability to cast snow on either side of the unit. 6.4 Hydraulic rotation is 300. 6.5 Rotating with hydraulic motor and gear. (No Chain) 6.6 Trimay steel overlay on chute. 7.0 Impeller & Impeller Casing 7.1 The impeller s nominal diameter is 940 mm (37 in.) and consists of five (5) bolted on and concaved impeller blades that are fabricated from 6 mm (¼ in.) CHT100 steel. 7.2 Unrestricted impeller casing intake. The intake diameter is 972 mm (38 ¼ in.) Impeller casing internal diameter is 990 mm (39 in.)

7.3 The impeller casing must be made of 6 mm (¼ in.) QT400 steel. 7.4 The rotation of the impeller casing is hydraulically operated by a worm gear system which rotates to a total of 145, enabling to cast to the right and to the left side without any manual adjustments. 7.5 Impeller casing depth is 349 mm (13 ¾ in.) 7.6 Trimay steel overlay on impeller housing. 8.0 Augers 8.1 Two (2) interchangeable full flight augers of 510 mm (20 in.) diameter. Augers are welded in one (1) piece. 8.2 The augers are fabricated from 6 mm (¼ in.) CHT100 steel, with a continuous weld on a 114 mm (4 ½ in.) OD tube x 13 mm (½ in.) wall. 8.3 A rubber deflector is bolted onto the blower frame, over the top auger. 8.4 Bolted ice breakers. (Both Augers) 9.0 Engine 9.1 Certified Caterpillar C7.1 Tier 4F Diesel engine, 225 kw (300 hp) @ 2200 rpm, turbocharged and after cooled. Engine is approved and audited by Caterpillar on the application. 9.2 Alternator: 100 Amps. 9.3 Radiator located on right side. 9.4 Two (2) stage dry type air filters with clogging indicator (easy assembly).

9.5 300 litres (79 gallons) steel fuel tank with mechanical gauge allowing for up to eight (8) hour use (depending on snow conditions). 9.6 Bolted racor filter heater water separator 9.7 Secondary Diesel filter with replaceable element. 9.8 Injection system with electronic control. 10.0 Electrical System 10.1 12-Volt starter. 10.2 Two (2) batteries type 31-2250 CCA, maintenance free. 10.3 Low oil pressure, high coolant temperature, high intake air temperature, and high fuel pressure shutdown system. 10.4 Low coolant level shutdown system. 10.5 All electrical components are in a weatherproof box. 10.6 All welds are covered by shrink tube. Terminals are welded. Circuit protection with breakers. 10.7 All wire cables type GXL are marked every 152 mm (6 in.) 10.8 Relays and circuit breakers are identified with stickers. 10.9 Work lights on the blower. 10.10 Work lights on the chute. 10.11 LED lights. 11.0 Hydraulic system 11.1 Six (6) US GPM (23 litres/min.) hydraulic pump, directly mounted on engine auxiliary drive. 11.2 Mono-block type electro hydraulic valves.

11.3 Hydraulic hoses are SAE 100R2 type. 11.4 Ten (10) microns oil filters on return line. 11.5 9 litres (2.4 gallons) hydraulic oil tank. 11.6 Arctic oil (hydraulic, engine, oil bath, gearbox, C and reducer). Constant operation under -25/-13 F. 12.0 Engine Cowling 12.1 Steel fabrication with aluminum for opening section. 12.2 Opening up with two (2) gas cylinders allowing easy access to the radiator. 13.0 Hydraulic System 13.1 Hydraulic twin disc clutch system. 13.2 A hydraulic cylinder with cab control actuates the clutch. The hydraulic movement is controlled by an electronic circuit to ensure that the operator is not able to engage the clutch Inappropriately. During operation, if the cylinder is not in the proper position, the system disengages the clutch and advises the operator through visual and audible warning alarms as well as a textual alarm. 13.3 An angular position sensor is installed directly on the clutch disc. This angular sensor prevents the clutch engagement when the engine rpm is not at idle. 13.4 The system also prevents engine start-up when the clutch is engaged. 13.5 The clutch system is equipped with a lever, allowing emergency manual engagement in the event of a clutch failure.

14.0 Power Train 14.1 The powertrain system is composed with a minimum of components for a maximum of reliably: One only bevel type gearbox A belt drive system with no oil bath Two (2) drive shafts series 1550 providing power to the augers and impeller. 14.2 Primary and secondary drive belts are Gates Poly chain GT Carbon, 14 MGT, 68 mm. 14.3 Belt tension adjustment with one (1) eccentric and one (1) linear tensioner. 14.4 Two (2) sets of shear bolts protecting the impeller and augers. 14.5 Shear bolts located in easily accessible locations through swing doors. The first set of shear bolts is located on the driveshaft, between the power unit and the belt drive. The second set of shear bolts is located on the driveshaft, between the impeller gearbox and the belt drive. 15.0 Control System 15.1 Heavy duty control and display system PLUS +1 from SAUER DANFOSS using a multiplexing communication system. 15.2 High resolution greyscale LCD screen, 2 in. x 4½ in. 15.3 Four (4) button CANBUS joystick and ignition key switch.

15.4 Two-page display of the following information: engine revolution (rpm), engine oil pressure (psi), engine coolant temperature ( F), system voltage (V), engine load factor, fuel level, engine hour meter, engine alarm lights, clutch engagement light, work lights state, optional chute lights state and detailed textual description of errors. 15.5 Maintenance log and record display. 15.6 English and French display. 15.7 Screen function for clutch engagement and disengagement. 15.8 Joystick functions for chute deflector and rotation. 15.9 Joystick functions for variable engine throttle control. 15.10 Joystick function for impeller casing rotation. 15.11 Joystick function for chute extension. 15.12 Joystick function for steering vanes. 15.13 Joystick sensibility configurable on the LCD screen. 15.14 Clutch angles programming protected by passwords. 15.15 Stored engine code readings accessible directly on the LCD display. 15.16 Joystick manual on LCD screen. 15.17 An emergency stop on the blower and an emergency stop in the cabin. 15.18 Hour meter. 15.19 Voltmeter and oil pressure gauge. 15.20 Engine coolant temperature gauge. 15.21 Fuel level gauge. 15.22 Stop and diagnostic engine lights. 15.23 Warning light and audible alarm for clutch malfunction.

15.24 Miniature joystick 15.25 Visual and audible alarm for air intake overheating, cooling liquid temperature, low oil pressure, engine stoppage, low system charge, and clutch errors. 15.26 Working and chute light indicator. 15.27 Visual alarm for low fuel level, check engine, activated heating elements and maintenance due. 16.0 Paint 16.1 All metal surfaces are properly prepared for painting to ensure removal of any/all surface rust, welding slag, soot, dirt, grease or wax. 16.2 Two (2) component epoxy primer of 2-3 mil thickness. 16.3 Two (2) component polyurethane paint (manufacturer s standard yellow) of 3-4 mil thickness. 17.0 Manuals 17.1 One (1) parts catalogue and one (1) operation and maintenance manual are supplied with the snow blower (on CD). The electrical diagram is included in the parts catalogue. 18.0 Warranty and After Sales Service 18.1 The snow blower is covered by a one (1) year or 1500-hour warranty, including parts and labour. Provide documentation outlining the warranty s terms and conditions. 18.2 Supplier will provide 24 hour service at all times and inventory stock levels are maintained for all parts essential to the normal operation of the snow blower.

19.0 Options 19.1 Carbide bottom cutting edge. 19.2 One (1) 7 high resolution TFT display. 18-bit color. 19.3 Wireless remote control system. 12 volt system comprised of (2) two wireless transceiver modules which replace all cables between the snow blower and the loader cabin. The screen is installed in the cabin besides the joystick allowing the operator to monitor every operation such as: engine start-up, emergency shut off, hydraulic functions, engine commands and information from INSIDE the cabin away from weather and work hazards. Include a safety switch, to switch off the system when unit is not in use. 20.0 Coupler 20.1