HomeMy WebLinkAboutGeneral Electric/Fox Valley Communications/OPD 1983 A G R E E M E N T
THIS AGREEMENT made and entered into this 4/ day of January 1983 ,
by and between GENERAL ELECTRIC, c/o Fox Valley Communications,he f Inc. part, and the
919 N. Bluemound Ave. , Appleton, WI 54911 , party
CITY OF OSHKOSH, a municipal corporation located in Winnebago County, Wisconsin,
hereinafter referred to as the "City", and party of the second part.
WITNESSETH:
WHEREAS, the Common Council of the City of Oshkosh by resolution duly
adopted on the 6th day of January , 1983 , accepted the bid of the first
party and authorized and directed the proper City officials to enter into an agree-
ment with the party of the first part for:
Eight (8) mobile radios for the Oshkosh Police Department;
GE Mastr. Delta -- TOTAL BID: $8,832.00
according to the specifications and bid for same on file in the office of the City
Clerk.
NOW, THEREFORE, pursuant to said resolution of the Common Council of the
City of Oshkosh, the parties hereto agree as follows:
1 . That the party of the first part will furnish same to the City, all in
accordance with the specifications and bid on file in the office of the City Clerk.
2. That no assignment of this agreement or of any rights thereunder by
said party of the first part, shall be valid without the written consent of the City;
and that this document including the specifications and bid , constitutes the entire
agreement between the parties hereto and that any understanding either oral or written,
not a part hereof shall not be binding on either party.
3. That in consideration thereof, the City will pay to the first party
the sum of $ 8,832.00 , upon presentation of a proper voucher, and
delivery and acceptance by the City in conformity on said specifications and bid.
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be
signed by the proper officers of each party and their corporate seals to be hereunto
affixed all on the day and year first above written; then if first party is a cor-
poration of partnership, the signing of this agreement shall constitute a warranty by
the person(s) so signing the proper authority so to do.
In the presence of: GENERAL ELECTRIC, c/o Fox Valley Communi-
cations, !, Attst. Secty.
B'' Sign. ure of sole proprietor, or name
or corporation or partnership
W. Weyler-Div. Mgr.-See Attached Attesting
President or Partner Secretary
ATTESTING SECRETARY STATEMENT ATTACHED
Secretary
f CITY OF OS KOSH �/�/
t%'� '�/ _/� " fcIAM D. FRUEH, it Manager
/ a
. /f C� v� ,k-, °cam- --. B Y /ik� 1(�t.� .1.� ��
/ Donna C . Luetk , City Clerk
I hereby certify that the necessary
provisions have been made to pay the
Approved as to form liability that will accrue under this
cont ct:
0114 (/" ' ,A..1 l ,( 11 ,c__/
..0 I HI All 4:1 , 4 Pi CP l' '4 ON P'!6, Pt EDWARD A. NOKtS, City Comptroller
TOM W. AHRENS, Asst. City ATtorney
Manager-Regional Support Services
Regional Systems Manager
Manager-Territory Support Services
Manager-Contract Services
Manager-Project Management
Manager-Contract Managment
with respect only to products sold or services furnished by the Power Line
Carrier Products Section of the Mobile Communications Business Division:
Product General Manager-Power Line Carrier Products Section
*******************
(D) Installation, erection, and service contracts and bids therefor, and documents
in connection therewith, including installation, erection and service contracts
and bids therefor with any Municipal, County, or State Government, or with the
Government of the United States, or with any agency or department of any such
Government, and bonds to secure the performance of any such contract or bid, may
be executed on behalf of this Company by:
1. The Manager-Marketing of any Division or Department, or division or department-
level organization component but only with respect to products sold by such
Division, Department, or division or department-level organization component,
5. The following managers in the Mobile Communications Business Division:
with respect only to products sold or services furnished by the Marketing
Department of the Mobile Communications Business Division:
Manager-North America Sales
Manager-Public Service Sales
Manager-Business and Industrial Sales
Regional Manager
Territory Sales Manager
Territory Account Manager 4-41.41C Major Account Manager I , ; '
District Sales Manager S. ' otrowski
Area Manager
Manager-International Sales
Manager-Central/South America Sales
Manager-Far East Sales
Manager-Middle East/Europe/Africa Sales
Manager-Product Service
Manager-Bids and Proposals
Manager-Specialty Bids/Proposals
Manager-Standard Bids/Proposals
Manager-Field Services
Manager-Regional Support Services
Regional Systems Manager
Manager-Territory Support Services
Manager-Contract Services
Manager-Product Management
Manager-Contract Management
with respect only to products sold or services furnished by the Power Line
Carrier Products Section of the Mobile Communications Business Division:
Product General Manager-Power Line Carrier Products Section
W SS my hand and the seal of said Company this d'(-
Y p y day of
r A.44. 4 aiLy , 19 j'3 .
Atte= ing Se - ar
do hereby certify
om anY� adopted by
of the General Electric Co ion duly
Attesting Secretary of a portion of a 1981:
I� H. A. Loughran, true and correct copy on April 23,
Directors of the General Electric Company
�t the following is a respect to
Board of D G hereof with
Paragraph of funds and letters of
RESOLVED that expressly provided in P investment and other
otherwise of securities, drafts, orders
(A) Except as otherwise
and hereof to checks, to, notes payable,oth and
custody, 0 hereof with respect respect
Paragraph of affiliated
credit, Paragraph P hereof with obligation,
eeof it to guarantees of indebtedness
payment authorizations,ereof with respect
assignment, bond or other return and
S hereof license, release, tax
paragraph lease, court pleading, behalf return
this
Company companies, any contract, proxy,of attorney, P be executed the Board, an Executive
renveydnce, power instruments, may resident for
or other Board, a Vice Chairman of a Vice-President related documents, of the B a Vice-President, the
Vice President,the Chairman Vice-President, _ Corporate Customer Relations or the
Vice ign ed r a Seni� resident the Customer el Manager,, Area
ions the Vice-President or by Including
a designated region, the Secretary, of the Division (including
Comptroller,rmall e the Treading General Manager such instrument
designated Acting to which on behalf
formally or Department be executed
Operations paragraph (A) may
Division) , Op type described in P component,
Any instrument of the tYP level organization
(B) by: or department- component,
of this Company division-level of such comp activities
1. The
ut onlygwithfr respect to the
******************
and documents in connection r State
bids therefor, County, or
contracts, with any Municipal, country,
consignment contracts wi States or a contracts
(C) Sales and bids v and of the United S including
including but not this
therewith, n with ep Government such Government ( or resale of or department of any the distribution bids and contracts,
providing
in agency franchise for the distribution
of such
with any agency
ur relating n a the performance providing and bonds to secure Department, or
.s products) of this Company by: Division or to
Company's on behalf ales of any but only with respect
may be executed the Manager-Sales component,
Manager-Marketing or
level organization or Department, division or
1, The Manag artment- Division
division or department-level
ep sold by such D
or services sold component,
department-level level ***,
department- ************* Business Division:
Mobile Communications B the Marketing
in the M furnished by
20, The following managers old or services
to products s Business Division:
with respect only Mobile Communications B
Department of the II ales
Manager-North America S ales
Manager-Business er-Pu Sales
Manager-Public blic Service S and Industrial S
,
Regional Manager
Sales Manager
Territory t Manager 9 - r�,a a'
Territory Account '0r 44 ,.
Major Account Manager S •lotTOws
District Sales Manage
Area Managternational Sales
Manager-In
Manager-Central/South
„ oath America Sales
�nager-Central/S
Manager-Far East Sales Africa Sales
Manag Manager-Middle East/Europe/
Manager_Product S ervice
Manager-Bids and Proposals
Manager-Specialty Bids/Proposals
Manager-Standard
Manager-Field Services
z, N 3 > ■D n 0 O t-. L1
• C-' 3 T3 \ CD cr `a 1-
C �' a c-r Z} k.D O 7 f J CD
£ w3 0 H CD X l0 C)
a a ri (D Z '1 ri 0 rt-
rt Z 0 rt • O a En E hi
O • CI t--' 0 C7 X N • 0
Cn t-' a ] W 0 -
a 3 lD - H 3 < LT1 E H•
- a n n f✓ 3 a H a n
K rt O (D G N N H-
t-h ri 3 P. 3 I-, n X (n
H- a 0 3 O H- (D rt Ina aD
H• un C n K ri G ri
t.ri ri H- a H- '.D <
W n H- krart n Oy P-
M Cn n H H- I-' C n
N L1- a H > O (D (D
01 ri- C
H H- (D an -
O
n
• CD H
n
•
Liz
— --- H
0
3 3 t--' C7 n .`t1 i-3 Co Z Cri I-3
H- O o (D LI QD (l a lD a H-
rt rt - t-� W > n al 0,SD
ri O -) rt 3 N rt O H 0-' co
(D ri N a a • (D • 0 rt --
X O o (n O n o in
H
H . rt o O 3
a o ri cn Co 0
o K -- CO Oi
CI) H H
rt C7 C-
(1) Cn Eli
3
(n O :U
- — - - - _ LT1 1;7
Z H
Lr1 0
,A co rn C7 Cn
In I C7
£ O� (D C7 '-r1
a (D N L=7 0
W (D £ H- C) Xl
K X (D C L1i
to Cn CD (D 3 ■-3
X ri CO =
(n K CI Cri
Xl
0
N (n
1- =
Z
0
H Cn
Lo =
co
'O N) 'CD
W 0
ri r
rt- H
Cn a C)
H H F-' H 0111 H H ri CI
a N a a R'' ri
K CT' O 0' 3 ri K a C7
CD O O O rt 3 1-' (D Li
a ri a 1-1 O Cn O a s rt '0
ri a rt CT' ri K >
K rt 0 Xl
Cn 11
'0 Cn a
W Cn 3
n Lii
rt Z
En 1-3
Z Z Z
CD CD CD
rt rt rt y
CD
w H W ri
o 01 0 3
En
a a a
A) a a
K K K
Cn En En
PROPOSAL
We, the undersigned, propose to furnish the City of Oshkosh, Wisconsin, with
the following radio equipment, installed per specifications, for the following
amount:
8 Mobile Radios
GE MASTR DELTA 144A63 $ 1104 $ 8832
BRAND NAME AND NUMBER EACH TOTAL
Delivery 8 weeks after receipt of order.
Warranty: 14 months parts. 5 months labors
Service Center: Fox Valley Communications, Inc. Appleton, WI
Terms: ---- % Net 15 days
Fox Valley Co, , . ications, Inc.
N � CO ANY
Submitted by: is and S. en-en. `resident
AME & TITLE OF PE' ON • ING OUT BID
December 20, 1982 , 1982 919 N. Bluemound. Dr. Appleton, WI
DATE ADDRESS OF COMPANY 54915
NOTE: Besure to send descriptive literature with your bid.
If trade-ins are desired, we will offer $30 and up depending
on model and condition.
CITY OF OSHKOSH
The following are minimum specifications. The vendor shall complete every space
in the Bidder's Proposal column with "as specified" notation or a description to
indicate any deviation of the item being bid from the specifi cations column.
Any additions, deletions, or variations from the specifications must be noted.
1 . All equipment must be in compliance with FCC Parts 89 and 91 .
2. Units are to be compatable with the Oshkosh Police Department radio system.
3. All equipment will be solid state
4. Successful bidder shall install these units at ashkosh.Police Department
facility and in compliance with all FCC regulations.
SPECIFICATIONS BIDDERS PROPOSAL
QUANTITY: 6 - 8 MOBILE RADIOS
NO. OF FREQUENCIES: Capable of four (4)-two
(2) installed
As per spec.
PRIMARY POWER: 12 Vdc negative ground Negative or positive ground.
(Better Mean crnr )
FREQUENCY RANGE: 450-470 MHZ 25 watt Min. RF output 40 watts. (Better than spec. )
ANTENNA GAIN: 5 dB
As per spec.
TRANSMITTER: Output Impedance 50 Ohms
FREQUENCY STABILITY: t .0005%
SPURIOUS & HARMONICS: -75dB Min. —85db (Better than spec. )
MODULATION: 16 F3 t5KHZ for 100%- at 1000 HZ As per spec.
SIZE & WEIGHT: Bidder to provide 2.5"X10.2"X12.8" 10.5 lbs.
FM NOISE: 70dB t 3KHZ at 1000 HZ
As per spec.
AUDIO DISTORTION: Less than 3%
2% (Better than spec. )
AUDIO RESPONSE: Within +1 , -3dB of 6 dB 1 octave
pre-emphasis characteristic from 300 to
3000 HZ As per spec.
MAX. FREQUENCY SPREAD FULL SPECIFICATIONS 6.0MHZ 9 Mhz (Better than spec. )
•
GENERAL PROVISIONS
1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer's current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet ,all details of the
specifications.
4. Unless stated otherwise in the specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder.
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for "all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11 . Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final . Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
•
SPECIFICATIONS BIDDERS PROPOSAL
RECEIVER:
AUDIO-OUTPUT: 8 watts Tess than 5% distortion 12 watts, less than 3% distartion.
(Better than spec. )
CHANNEL SPACING.: 25KHZ
As per spec.
SENSITIVITY:
12dB Sinad .35UV
20dB Quieting .50UV 11
Noise squelch .25UV 11
Quiet channel 6dB
Sauelch Sinad 11 11
Selectivity -90dB ►t 11
Intermodulation: -80DB
SPURIOUS & IMAGE REJECTION: -100dB
-MAX.FREQUENCY SPREAD FULL. (Better than s Mhz
SPECIFICATIONS: 1 .75MHZ @ 450 MHZ 2 ( spec. )
MODULATION ACCEPT: t 7KHZ
As per spec.
FREQUENCY STABILITY STANDARD: t .0005%
RF IMPUT IMPEDANCE: 50 Ohms 11
AUDIO RESPONSE: Within + 1 and -8dB of
6dB/octave De-emphasis 300 + 3000 HZ " t
Control head: should be light weight and compact to facilitate installation. Microphone shall
be transistorized. Bidder to specify and provide literature on the control head.
Bid to include- speaker, microphone, cable and all necessary installation hardware.
Control head 1 .9"X3.9"X5.6"
! AI I
I , 1 1111 I
.
;
I
I
1
I
: '!� VI
I
r _ , , n.,
11
;
I
I
1 Ii
1 11 iii
r
u
■ 1
II
® i 11
II _ 3
i •
I
o - 1
r
I i ii I I
ff
It
I I i
■
N
IC t
e
P:ni
I
III I IP ■ i gIg i Ii i i . 5t '.
i ',.. I t p i P I I i * 1 �=
o
I M t � i
III I
i I ■ I II
� � o,
I ii
I 1 ' li
i
I
J j
•
GENERAL PROVISIONS
1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer's current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet ,all details of the
specifications.
4. Unless stated otherwise in the specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder.
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for "all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11 . Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final . Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
CITY OF OSHKOSH
The following are minimum specifications. The vendor shall complete every space
in the Bidder's Proposal column with "as specified" notation or a description to
indicate any deviation of the item being bid from the specifications column.
Any additions, deletions, or variations from the specifications must be noted.
1 . All equipment must be in compliance with FCC Parts 89 and 91 .
2. Units are to be compatable with the Oshkosh Police Department radio system.
3. All equipment will be solid state
4. Successful bidder shall install these units at Oshkosh_ 'olice Department
facility and in compliance with all FCC regulations.
SPECIFICATIONS BIDDERS PROPOSAL
QUANTITY: 6 - 8 MOBILE RADIOS
NO. OF FREQUENCIES: Capable of four (4)-two c�2 Mc.e u�:��s .q r �,�Ic u�.e
(2) installed (4)=
.two
POWER: 12 Vdc negative ground
le
FREQUENCY RANGE: 450-470 MHZ 25 watt Min. RF output
ANTENNA GAIN: 5 dB
Al
TRANSMITTER: Output IDpedance 50 Ohms
it
FREQUENCY STABILITY: t .0005%
SPURIOUS & HARMONICS: -75dB Min.
MODULATION: 16 F3 t5KHZ for 100%- at 1000 HZ
SIZE & WEIGHT: Bidder to provide 'ir '
FM NOISE: 70dB t 3KHZ at 1000 HZ 2,4Sx r z,rux/�, 1Z �`ac,y�,�
AUDIO DISTORTION: Less than 3%
AUDIO RESPONSE: Within +1 , -3dB of 6 dB 1 octave
pre-emphasis characteristic from 300 to
3000 HZ
MAX. FREQUENCY SPREAD FULL SPECIFICATIONS 6.0MHZ
4 iND,CA76-3 PMen--r Qgo-7 E.0 M6Er_s oe exe
5/9 -C../F/ c.47/001 c�DS REZ�Ut�`STE�
SPECIFICATIONS BIDDERS PROPOSAL
RECEIVER:
AUDIO-OUTPUT: 8 watts Tess than 5% distortion
CHANNEL SPACING.: 25KHZ
SENSITIVITY:
12dB Sinad .35UV
20dB Quieting .50UV
Noises squelch .25UV
Quiet channel 6dB W-
Sauelch Sinad
selectivity -90dB
Intermodulation: -80DB
SPURIOUS & IMAGE REJECTION: -100dB
qq �r
SPECIFICATIONS: 1 .7 5MHZL@ 450 MHZ
MODULATION ACCEPT: t 7KHZ
FREQUENCY STABILITY STANDARD: t .0005%
RF IMPUT IMPEDANCE: 50 Ohms
AUDIO RESPONSE: Within + 1 and -8dB of
6dB/octave De-emphasis 300 + 3000 HZ
Control head: should be light weight and compact to facilitate installation. Microphone shall
be transistorized. Bidder to specify and provide literature on the control head.
Bid to include- speaker, microphone, cable and all necessary installation hardware.
/A)OI Cam} 7E.S E(1),Ltipmou7 G2 t.�C r 3 6-6.---z-5 O2_ EX CE5DS Rea >c)
PEG/P./ 71t),Q5.
dM✓LGL WegO 15 2 , i,oc.ries X 6,7ss .ticr1 V 1,43 ) CW s . 512_6
L�: iLL P�-v2M�7 Moun.-r' /n9 Ip Ca7-350LE bF 5QuAtj,
PROPOSAL
We, the undersigned, propose to furnish the City of Oshkosh, Wisconsin, with
the following radio equipment, installed per specifications, for the following
amount:
8 Mobile Radios
Tac,-rEcCACA 1C95( I1Q/IC $ l 1 Zo (3rt' $ 8.9( os'
BRAND NAME AND NUMBER EACH TOTAL
Delivery 6- 8 (.^)Let's-S after receipt of order.
Warranty: 12. n. wits )06417s ,q,Ga LA13c oZ
Service Center: ICES ,'kz51I, %s
Terms: / �T z 3(3 days
NAME OF 0 ,;V:
Submitted by: F o'iD S fFYLD2 o(c)ivefL
NAME & TITLE`OF PERSONA MAKING OUT BID
, 1982 /6/9 14.J L34tik4V d LL
DATE ADDRESS OF COMPANY
GUS,
NOTE: Besure to send descriptive literature with your bid.
GENERAL PROVISIONS
1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer's current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet ,all details of the
specifications.
4. Unless stated otherwise in the specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder.
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for "all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11 . Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final . Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
CITY OF OSHKOSH
The following are minimum specifications. The vendor shall complete every space
in the Bidder's Proposal column with "as specified" notation or a description to
indicate any deviation of the item being bid from the specifications column.
Any additions, deletions, or variations from the specifications must be noted.
1 . All equipment must be in compliance with FCC Parts 89 and 91 .
2. Units are to be compatable with the Oshkosh Police Department radio system.
3. All equipment will be solid state
4. Successful bidder shall install these units at ashkosh_Fol .ce Department
facility and in compliance with all FCC regulations.
A.S. = As Specified
SPECIFICATIONS BIDDERS PROPOSAL
QUANTITY: 6 - 8 MOBILE RADIOS A.S.
NO. OF FREQUENCIES: Capable of four (4)-two
(2) installed A.S.
PRIMARY POWER: 12 Vdc negative ground A.S.
FREQUENCY RANGE: 450-470 MHZ 25 watt Min. RF output 30 Watt Minimum RF Output
ANTENNA GAIN: 5 dB A.S.
TRANSMITTER: Output Impedance 50 Ohms A.S.
FREQUENCY STABILITY: t .0005% A.S.
SPURIOUS & HARMONICS: -75dB Min.
-85dB Minimum
MODULATION: 16 F3 t5KHZ for 100%- at 1000 HZ A.S.
SIZE & WEIGHT: Bidder to provide 10"W x 12"L x 2.5"H - 10.5 lbs.
FM NOISE: 70dB t 3KHZ at 1000 HZ A.S.
AUDIO DISTORTION: Less than 3% A.S.
AUDIO RESPONSE: Within +1 , -3dB of 6 dB 1 octave A.S.
pre-emphasis characteristic from 300 to
3000 HZ
MAX. FREQUENCY SPREAD FULL SPECIFICATIONS 6.0MHZ 9.0 MHz
SPECIFICATIONS BIDDERS PROPOSAL
RECEIVER:
AUDIO-OUTPUT: 8 watts less than 5% distortion A.S.
CHANNEL SPACING.: 25KHZ A.S.
SENSITIVITY: A.S.
12dB Sinad .35UV
20dB Quieting .50UV A.S.
NoiSP squelch .25UV A.S.
Quiet channel 6dB
A.S.
Squelch Sinad
.electivity -90dB A.S.
Intermodulation: -80DB -85 dB Minimum
SPURIOUS & IMAGE REJECTION: -100dB A.S.
fi1AX.FREQUENCY SPREAD FULL (2 IF Spur rejection degrades to
SPECIFICATIONS: 1 .75MH @ 450 MHZ 2.0 MHz -90 dB from 1-2 MHz.)
MODULATION ACCEPT: ± 7KHZ
A.S.
FREQUENCY STABILITY STANDARD: t .0005%
A.S.
RF IMPUT IMPEDANCE: 50 Ohms
A.S.
AUDIO RESPONSE: Within + 1 and -8dB of
Within +2, -8 dB of 6 dB/octave de-emphasis
6dB/octave De-emphasis 300 + 3000 HZ characteristic from 300-3000 Hz.
Control head: should be light weight and compact to facilitate installation. Microphone shall
be transistorized. Bidder to specify and provide literature on the control head.
Bid to include- speaker, microphone, cable and all necessary installation hardware.
Standard Control Head (See literature) is approximately 6.5"W x 3.75"D x 1.5"H.
PROPOSAL
We, the undersigned, propose to furnish the City of Oshkosh, Wisconsin, with
the following radio equipment, installed per specifications, for the following
amount:
8 Mobile Radios
MOTOROLA "Mitrek"
T34JJA3900-K $ 1,340.00 $ 10,720.00
BRAND NAME AND NUMBER EACH TOTAL
Delivery 45 days after receipt of order.
Warranty: 120 Days Labor, 1 year Parts.
Service Center: Morse Electronics in Neenah
Terms: 0 30 days
Motorola Communications and Electronics, Inc.
NAME OF COMPANY
Submitted by: Leland W. Hansen - Account Executive
NAME & TITLE OF PERSON MAKING OUT BID
2433 N. Mayfair Road
December 17 , 1982 Wauwatosa, WI 53226
DATE ADDRESS OF CFPANY
NOTE: Besure to send descriptive literature with your bid.