Loading...
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.