Loading...
HomeMy Public PortalAboutORD10328 t BILL NO. SPONSORED BY_ '`� ORDINANCE NO. 10 3 Ad AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH GENERAL ELECTRIC COMPANY, OVERLAND PARK, KANSAS, FOR PROVIDING AND INSTALLING RADIO EQUIPMENT. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and Clerk of the City are hereby authorized and directed to execute a contract with General Electric Company, Overland Park, Kansas, for providing and installing radio equipment. Section 2 . The contract shall be substantially the same in form and content as the contract attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after its passage and approval. Passed �� D Approved Presiding/Officer Mayor /J ATTEST: City Clerk r RADIO AGREEMENT This Agreement is made as of the OX7k' day of 1984 , h 9 �� Y _ U�ii �?.2 between the City of Jefferson, Missouri, hereinafter referred to as "City" , and General Electric Company, hereinater referred to as "GE" , for the installation of communications equipment at various locations in Jefferson City, Missouri. The City and GE agree as set forth below. 1. This contract consists of the Agreement, the Specifications for Request for Proposals, Addendums numbered 1 through 3 issued in connection with the specifications, Memorandums number 1 through 3, and Performance Bond. These form the Contract, and are all fully a part of the Contract, and are attached to this Agreement as Exhibit A. 2. GE shall furnish all the necessary cable, wire, hardware, labor and other items for installation of this system. GE shall perform the installation in a workmanlike manner, but shall not be responsible for damages to the premises not resulting from GE's negligence. 3. GE shall complete the installation services with GE's standard installation practices. GE shall perform its standard acceptance testing on the installed equipment and City agrees to monitor said testing. Upon successful completion thereof GE shall notify City that equipment has been installed and operated in accordance with applicable test and performance specifications . The date of such notification shall be the Installation Completion Date. 4 . The Installation Completion Date and any other performance by GEE hereunder, shall be subject to delays caused by an Act of God, war, riot, fire, explosion, accident, flood, sabotage, inability to obtain fuel or power, governmental laws, regulations , or any other event beyond the reasonable control of GE. In the event of any such delay, the date set forth herein and the times for performance of any other obligations hereunder will be extended accordingly for additional periods of time to cover such periods of delay. 5. Subject to the provisions of this paragraph and GE's Warranty Service Policy, GE warrants for a period of one year from the Installation Completion Date, that the equipment will be free from defects in material and workmanship. If any defects covered by this Warranty appear within the above stated one year period, GE shall have the option of repairing or replacing the equipment at its expenses . 6. GE' s services shall not be limited to the installation of the equipment on the subscriber side but to interface equipment connecting the equipment to the consoles and the transmitting and receiving sites and other related equipment. 7. The City shall, at its expense, on the date of delivery of the equipment to City's premises, and at all times thereafter after the period of installation services hereunder: c A. Allow employees or agents of GE free access to premises or facilities where the equipment is to be installed at all hours consistent with requirements of the installation. B. Assure that the premises will meet all temperature, humidity controlled, air conditioned, and other environmental requirements set forth in the applicable equipment specifications, and will be dry and free from dust and in such condition as not to be injurious to the employees or agents of GE or the equipment to be installed. C. Provide necessary openings and ducts for cable and conductors in floors and walls except as specified. L. Provide electric current for any necessary purpose with suitable terminals in rooms where it is required except as specified. E. Provide conduit systems as required by federal, state or local codes. 8.. The total cost of the required equipment and services shall not exceed $138,589.00. IN WITNESS WHEREOF, the parties hereto have set their hands and seals ` on the day first above written. CITY OF JEFFERSON, MISSOURI MAYOR ATTEST: City Clerk f . (CITY SEAL) GENERAL ELECTRIC COMPANY By: ATTEST: Secretary (CORPORATE SEAL) is Is H. A. Loughran, Attesting Secretary of the General Electric Company, do hereby certify that the following is a true and correct copy of a portion of a resolution duly adopted by the Board of Directors of the General Electric Company on April 261, 1983: RESOLVED that (A) Except as otherwise expressly provided in Paragraph F hereof with respect to custody, deposit and transfer of securities, investment of funds and letters of credit, Paragraph N hereof with respect to checks, drafts, orders and other payment authori- zations, Paragraph 0 hereof with respect to notes payable, and Paragraph R hereof with respect to guarantees of indebtedness of affiliated companies, any contract, lease, license, assignments bond or other obligation, conveyance, power of attorney, proxy, court pleading, release, tax return and related documents, or other instruments may be executed on behalf of this Company by the Chairman of the Board, a Vice Chairman of the Board, an Executive Vice President, a Senior Vice President, a Vice President, a Vice President for a designated region, the Vice President-Corporate Customer Relations, the Comptroller, the Treasurer, the Secretary or by the General Manager, or the formally designated Acting General Manager, of the Division (including Area Division), Operations or Department to which such instrument relates. (B) Any instrument of- the type described in Paragraph (A) may be executed on behalf of this Company by: 1. The Manager of a division level or department level organization component, but only with respect to the activities of such component (C) Sales and consignment contracts, bids therefor, and documents in connection therewith, including bids to and contracts with any Municipal, County or State Government, or with the Government of the United States or a foreign country, or with any agency or department of Any such Government (but not including contracts providing for or relating to a franchise for the distribution or resale of this Company's products) and bonds to secure the performance of such bids and contracts, may be executed on behalf of this company by: 1. The Manager-Marketing or the Manager-Sales of any Division or Department, or division or department level organization component, but only with respect to products or services sold by such Division or Departments division or department level organization component 19. 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-Marketing .Services Manager-Order and Contract Services Manager-Order Administration Manager-Administrative and. Contract Services Manager-Specials and Systems Services Manager-Bids and Proposals Manager-Project Management Manager-Product Services A Manager-Support Services Regional Systems Manager A Manager-States Sales Manager-Regional Sales Manager-Distribution Development Manager-Major Accounts Manager-MR Programs and International Sales Manager-Systems Planning and International Sales Support Manager-Sales Planning, Training and Promotion Manager-International Major Accounts Area Manager-Latin America Manager-Cellular Communications Marketing Program 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 �Ir^A�k,k�k�nk�r�Ihk�k�Ink�Yk Ink ak (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. S. 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-Marketing Services Manager-Order and Contract Services Manager-Order Administration Manager-Administrative and Contract Services Manager-Specials and Systems Services Manager-Bids and Proposals Manager-Project Management Manager-Product Services A Manager-Support Services Regional Systems Manager A Manager - States Sales Mauager-Regional Sales Manager-Distribution Development Manager=Major Accounts Manager-MR Programs and International Sales Manager-Systems Planning and International Sales Support Manager-Sales Planning, Training and Promotion Manager-International Major Accounts Area Manager-Latin America Manager-Cellular Communications Marketing Programs with respect..only to .products sold or services furnished by the Power Line. Carrier Section of the Mobile Communications Business 1ivision Product General Manager-Power Line Carrier Product Section WITNESS my hand and the seal of said Company this 20th day of p.November , 19 84 C,/% Attesting Secretary. G'/ U MEMORANDUM Number 1 a DATE: October 11 , 1984 i TO: Gary Hamburg, City Administrator FROM: Robert F. Rennick, Chief/Fire Departmen t SUBJECT: Radio Flow Chart Police Department Receive : 12 new mobiles 20 new portables Transfer: 8 mobiles to Public Works 4 mobiles to Fire 5 portables to Public Works F 11 portables to Fire . Fire Department Receive : 4 moblles from Police 11 portables from Police Public Works Department Receive : 8 mobiles from Police 8 mobiles from Planning & Code 5 portables from Police 7 portables from Planning & Code Planning & Code Enforcement Receive : 18 new portables Transfer: 8 mobiles to Public Works 7 portables to Public Works Bases to be operated from Stati on #4 site and share the new tower. Planning & Code Enforcement, Public Works , Dire and Police; all departments will gain benefits from being at this one site . Am This flow chart does not reflect the other equipment being purchased , but there is a. co-share at two receiver sites . NNW ti MEMORANDUM Number 2 DATE: October 11 , 1984 !_ TO: Gary }homburg, City Administrator FROM: Robert Rennick, Chief/Fire Dopartmen a SUBJECT: Radio System Bids Based on our review of the ,radio system bads and the meeting of yourself , Bill Hall, Chief Patton, Captain Scrivner and myself, the following changes to the ra4lo system would take place at no additional cost in the bid price of the radio system upgrade. A. 2 additional antenna multi. couplere . B. 2 additional antenna*. r C. Tranamiesion cable, required lengths . D. Relocate one police receiver to .Poli.ce building and remove antenna and base station from AG tower, and relocate to now tower at Station #4 . B. The new antennae and 1 multi coupler would be used on the Station 04 tower. The other multi coupler would be used at the Police Station. The cable would be used as needed. F. Delete the duplex4 r equipment from the Fire and Police needs . �. Again, this would not change the bid trice but would utilize the equipment and facilities to their Fullest , and make a smoother { overall operation. This would still be a turnkey operation. cc: Chief Patton Bill Hall . Capt . Scrivner t r � ~ T r er yi(,*�y,r Y a.yy+�, ^ + r, L'c�y,u n• e i ' i •r... � '�£•'�+F:7Lli� "i4:,{+fit• '� nByk�c. it'.+iJ.G4�t.�:i6i�e1'�'tJs'�•' ( Adh AIMOF F E IP%%'Mza*f 0 MAYOR: George HartsReid MEMORANDUM Number 3 DATE: October 11 , 1984 TO: Bill Hall Columbia Electronics FROM: Robert Rennick, Chief/Fire Department'"' V,- SUBJECT: Reassignment of Portables To Fire: Portables 440 Fl F2 CCF 441 F1 F2 CCF 442 Fl F2 CCF 443 CTCSS F1 F2 CCF LEMA 444 CTCSS Fl F2• CCF LEMA 445 CTCSS F1 F2 446 CTCSS FL T2 447 CTCSS F1' F2. 448 CTCSS F1 F2 449 F1 F2 CCF CD CTCSS Fl F2 Wall flack Charger To Public Works: 7 PEGE from Code - no change 1 Slimline 1 frequency change 4 PEGE ' s from PD 4 change frequency #455, 4569 457 , 458 To Police: 8 additional portables $14 , 120 1 additional charger 313 John C. Christy Municipal Building 320 E,McCarty 5t. Jefferson City,Missouri 65101 314 634-6300 Direct Dial 634- ITY U00"' F EF'ED 1z " N 1 l�►CR s ��R ( � Q v � «pus l87S MAYOR: George Hartsfeld i ADDENDUM NUMBER 3 TO All Interested Bidders TROM: Jaynes Hartley Purchasing Agent DATEa September 26, 1984 RE Bid No. 540 - Major City Radio Project The attached information is to become a part of the specifications for the above referenced bid. The bid opening date remains unchanged. Bids will be opened on Thursday, October 4, 1984 at 1:30 P.M. i tjs johnL G. Christy Municipal Building 320 L McCarty St. Jefferson City,Missouri 65101 314 634 6300 Direct Dial 634- � • ADDENDUM TO RADIO RELOCATION. Reference Radio relocation of Police Department Mobile Radios, the following changes are to be made in line six (6) of Police Specifications. r" 6. Install or relocate twenty four (24) Mobile Units. (See attached revised list of proposed Mobile installations '. and relocations) . i �.r S r•. r*' , 'f,•;t ':T,' "�'."' ";c tr .s ��1 k;3'$?�",iT ^p' ^'^ fr �.a� :� ,��r�??Fr `,"; ��,/,� •7 l..r:. �j �C. :X;.•:.. ,'Y' .- 1 H .;��',. �,;t' �.'i.; r�: � S""�+. ';,i.' 4{: �+(• .t�:,: •,•r+., t;st' ,rty,.";!.z,',.t 4',';' i.:�l`n„'r.J�r.4' d:J+.. :'i�..; 'pi :�.. �.. '.;zr.Y „r y. .1 t.G�. :K. n'�'M!;f. {i„„ v t�' / .r }'� t�';.t':Y. :R<. ::K ,..�..`.�• ,! :�ri-` .�,�.. s.= '$%,,.,..l�I:j.: i�/ ..r.. t: �Jrt l�, y'� ��f i•y 'Ai �1 >'"�. �.�,:y.�iY1.� 't'.; 'f' .�b1�•r:...•: �,�r�.i..T.Mi•.,, ! �:5., •r�:.2?,a' '✓.... <���Y, -:p��,'4,n:�.�K. :r �!�'r?a�x 5 i� ::'s`•.•t:;'.lr;;y'" ':7;;; �.'1;c•r� '.,y;..� Rc. '�,,,, .�r�r�7. .tT.�.x .r ,yi �.ts�,i, ,.s N.. 1 ,,�i, tt ��.\�� } .� ? •,. •� ��'.. �.� �.,\... ;vt ..� t?. �r�•'�y.'•'y'�rj,�:r.• �, '�zC`�. a <r!.���vi'". �� .1'1 ��. �:;:7('�•• bl �:,y .ti k ;sfi �' �;'. ,t. ,a,_�.:' y r. �J. .�\./'� ��h t •{?'',l'ti �'`"P S •i'jf ,v t � a.�•r. tiGi�'.;�(1. .U' l.,a>� �.�>'�y�}.SAY.. y 1� .lh+n'�,.r 5. .1 '�,l 'l 4' 3';._ f � i.�. ,�.':n t _'�.b r�„x..r: `;r y..r,•Y,.., :•��:.�'��. 1' .:•'f ,:•.�� t i�J1y1�.'la� '? `'{ 4 .M,ii,•,.`•z t�.t{ §� .:f.r::� S�� .:v t "� •'1:I,Cj` =,y.L,�d.�, ''ry �� ,( .(:-;.. ':Gy_�; tr .i.,'tS,l,;:".,y.,+sr'i G'��� �•�•• � �;�.,..r 1" _ r, .A„ •k-t:�.T' .,�,,�� i f 'y.k'{.... ,,1 4s r�%�qj S.. ...f} c :-J•. } •.S,J ;5.,... ', .4, �.� -�,y 'fix t 4':!3d•+R:h•• i 'r :$l.�kww.'�'✓� 1 1. :a�,,� ,'`� <i;��,5'w,(:'%�'i4 r,.,Yr., 5•�;j_•, r:�, .J �.' �ti d�.. .�;,,,�.�. \;..j ..t-�:�tt.. :.{•� �� '.,r:" � .S J; ((,r,-�� �t ...�yr t!�'i.A �:5'�•.yY:.�,....Y,+4ti".`.., •��f:"fuGl; �'i'91 ! �ti�f.. ,xY;:A�I..N.4 � 1 ��.: ,G� ll`(j"*' .��'- S.+v +1 11 �� S:•:` V7.:.:.,. !T'.�' ar.t,,.i'..:Js;•.. ',� i .��• Z t..i J V y b x/"`l.. 3„ .>..,qr �'t� :.y. .','S>•�:i JL.d!�'',, .,,M�';Y.'1•P.'� f�. r� h..)�'� 4•Q�{! r. .,. J .\ 4•, i4 .p.d;l :yl .1 ., N• .,..'f" VN�y',,i 7 '.Y f•SS.il;' S �y .2 "�h '••` r:tl (\ .,y1i ''�' " �°``r`J,',i �t.: �)•;�•, ?"•}.. ri;r P, y,u' !;.,��<','.•r'�,.- \'Q'�S +.. ''�'y;:'. .'-'i r•,i>,7: y 1�st': ���'1 .i. `,I;�Y.'f�'"�:'�i.. r;',�.9+-:...L..:,• 5.. � x� 1. ,�1�.mss:�.p -y;:+ <at�� .+t ^i�'•:k:. t ��,. �5 7 '.ir �Ir• ,�'�i] \ � ?�.'Tl�t.�.t ''�`� '•f ..t`l�,.�,„'ir•,•,.,.y.. ,r;,�,,r:r .?`:y i'. I,r,. .J .( ,tit ,fiy }1'r,�. ':y�:V��.� .�C:S}.r't2' ``���i. 4.Y !'.Y{r✓�..y. � ..) �\ •��r ..i�T��>r,,� � r) s' � •a V 3�''�,�' d r i`�.�� i,•.a• 1 i 5.,. t.tlt?;. 2,•.=aa• ��a,.•:i � :J.,r�.II •.AY2:{,r;..a�l �.2 <l�.l,..�rr,aF�Q� ry �,;���:k LY..t../.�'�., tV +y.`���1/.4 r%'•'. �,;.lJ,' JSa` , '$ ..'i• .�,F,'+''•i;..( S•'it', t:'' �l ' a i fir'+mot � �, ;. � • y ,Y yr' r .� � �� + �� � •.� �/ .,�� �'.+. R �Itiklr., .t .�:f. C •—•.i rY.rw .� y •ntiM1•N f f :v � . t it R � � • � � Y AP M ,G r 'TP.Awkm To o)Aea Alsd:L)s En c cy u c. A�c'i e U(ya o C 7C -GS 70 Poo 1-�Vo,-Voo A AM TZ) b/A eJ 91,6 um Wo 155.e6o Voo I.-M I,` G ID .7 a) 0 30 70 A ZTC- PD c".) 11407-23 'J-C- RD 337 AJ14 6AI. 410 0 153" -S F,E 7 L) ao,)q moritAt (4,b) 4 - 1910 PLL61;c, U) 41� opi, -f;:N2&as RCFI? Vol A Koo-)93 a.IQ 16 bT 6 A.,b I A mvuojtLe 99 to�Al SI WI -7 exe 1A C,& F6 qrA Mbiall qm -jpa 16q. 400 s3 6 rn Ame ir 4 o a a • 0 153. 9 © Y A aVa ms com jo -X.C. A ge ro /Z tF a.c PAO 5;P-C p1r. EE P-I t) 11 A -4 1 ly n is • �Y' `MANFrR To O-Aerl F.n��uL,+rC:t�.�. be do o p Vevuc4rss G r c sS x_112 ! eiAl BOG 7a 6e i as`r Al i 96 010 _RA* C.►€ J 9010 '70 4 >.F 475 �� is .0)"Iriz ;:l; y 5 5'F_ r 7�c- Ti 2 . . 40 q©f 0?Q/ T.C. Res Dr.Pr - af,C" !00 Tl A-a .�0 Screou �-l�LiG (�11vd21tf l(/��/-� p t l d ! 2 r " 14t7 LAO, �ASIil L.1 C WO fZ:4.°S /VA F r�l� , t a Ny • 1. ' r r FF'LRSu' N siSl7CA�?.4tiv f.. ?u '� fi�'t,'b7fsSirtWfAy MAYOR: George Hartsileld ADDENDUM NUMBER 2 TO: All Interested Bidders 0,,Rcm: James Hartley Purchasing Agent RE: Bid."Np. 540 Major City Radio Project The-attached information is clarification o£ discussion held during the pre-bid meeting on the above mentioned bid. All attached sheets become a part of the specifications for this bid. The bid opening date remains unchanged. Bids will be opened on,Thursday, October 4, 1984 at 1:30 P.M. ):. '. john Q Christy Municipal Building 320 E McCarty St. Jefferson City,Missouri 65101 314 634-6300 Direct Dial 634- RAD10 RELOCATION AOL TO Public Works Mobiles - 16 8 GE Mobiles from PCE no changes 8 from Police Department remove frequency and change frequency plus lockout non use channels. 2 Mo Com 70s - 4 channel 4 Mo Trac 1-1 channel 3-4 channel 1 Master Pro 1-2 channel 1 Mo Tran 1-4 channel Portables - 3 2 GE with 2 mobile chargers plus 1 AC charger from PCE , no change 1 Slimline Motorola with AC charger from PD f requency To Fire Mobiles - 4 2 Master Pro from PD - 4 frequency, CTCSS 2 Mo Com 70S from PS - 4 frequency, CTCSS 1 Radio PD 1, 2, 3 & LEMA 1 Radio CC Sheriff, State Sheriff, PW 1 Radio FD, SFM.A,, CCFD 1 Radio FD, SFMA, CCFD, PD1 to T.O. car Existing radio in van and T.O. car to storeroom as spares. Portables - 5 ;'vj oa CNA-C"* TO 5 GE with 4 mobile chargers plus 1 AC charger from PCE frequency change and CTCSS mounted in 4 fire trucks. General All non used frequency controllers removed from radios for reuse or return to city. Bidder to relocate for use electric power head and. meter base _from site near KJMO to pole near mall. Existing voting receivers at mall and Schott Road to be replaced ' and/or . relocated, l single voting receiver to be retained as .spare. 1 single voting receiver to be converted to PW frequency ,, ,arid located at PD for PW's fourth voting site. The mall area site and Schott Road site will receive the new 3 receiver units. Ah Police Bidder to furnish and install frequency control devices for existing protable and mobile radios belonging to JCPD. Such changes are to complete the 8 channel capability to the radios. Frequency required by radio type and make are furnished. 1. ( 18) PD existing mobiles - add CTCSS 2. (20) PD existing mobiles need a total of 43 frequencies added for up date. 3. Mobil radio breakdown for CTCSS: 7 each - GE Master Pro 7 each - GE Master II I each - Motorola MO Com 70 2 each - RCA Motorcycle radios 1 each - Motorola motorcycle radio 4. Portables that need CTCSS ( 11 each) 5. 6 each - Portables need a total of (25) frequencies added for update. 6. Install or relocate 20 mobile units. Portables Need Frequencies Updated Police Dept. Frequencies Needed #440 - V.E. 8K- ( 3) 155.580 154 .400 - 153.950 #441 - G.E. 8k"' ( 3) 155. 580 - 154 .400 - 153 .950 #442 - G.E. 8k•- ( 3) 155. 580 - 154 .400 - 153 .950 #443 - G.E. 8k,- ( 6) 155. 730 - 155. 580 - 155.475 154.860 - 154 .400 - 153 . 950 #444 - G.E. 8kj. ( 6) 155. 730 - 155.580 - 155.475 154.860 - 154 . 500 - 153 .950 0949 - G.E. 8k✓' ( 3) 155.580 - 154 .400 - 153.900 153.950 CD G-E. Unit Special✓ ( 1) 156.030 Portable Units Which Needs CTCSS ' #445`" CD* - G.E. Special Unit— #446- #(443 #447 ##444 #448 #455- #456-S h�G+ 0'1 e-S5 #457-S ARL #458-S `f1t��a6�o� 'fo o°r$�a, N��S �n6��►C:NC��'S Ilia WE 70 60 �qR 19 mo Gbea '70 JJc X083 A)/. vOO Noah' 160 rnmaca PAO tia A)d- Co. �o� s'��- r� ;D14) �q ►. "Meek 7a A1C Ian S �u�alia.. L30w"... . A)/A �c Tb PAv' 103 4•w WdK ID N C TWID « LOO*k� N/19 mo'ro�.ctl� YFS S�'F 7'a C.,2e- 104 4 0.mn ebm 70 C. sec Pr. . IQ� •�.` � q��'����' ��� �� ... y�° iS#. V00 Ito IV&hWO&Ifir''._'. 163. 9- DO MA Zjc. PD... � i�O . PO' /Ste• Sao _ lSa �.� Lam . 9114"710 Ro. X90340 7C.AQ......�..10Y._.. .__ �° /5 isv75 - X65. Rev 1 r� '1'RANPera To Ava AZEr"DS E.n6PUC- ,<.'.I 6S 4� �,�1"_l� p ems/ Ae to en 8 it V�►Clcs G r C s'.S 70 6e' A�D�A !l A /rAtx0B. M 2 1 5307 +,D•l.. -b WE 61?0 m 9A ( ?o 30 70 A Zc. PD 3,34 ti/� •�s.�'�n -i5� �rao - is3.y�o SFr 7-0 1`` t k,/ Phi rear tAa Odl) 'TE - 199® A.Lwie l.)®AtVr" O/F" RCA- w cry AA M007f'"Il -Sr4VS PA 6L r� IIJAMmOlels ) Ko bllf3 a s Sways ` .� 'a fit.42 lAi �a�rasaai�► �► MOW YE Cra) IQI3WI34S S r" rN �► ��F� �' �5�do 00 153. 960 I=e Liar lam�jm9S sill"yv. 'ea �i��, �t� _ i54.goo RAPT-0Yr U00) ! ! '407coaA 'S 4yra to 194.goo - I63A60 , z�a����o L.►�1 �� b� IDS �.�. ' �� ��p�' " � 7 cl Ent PI V 1 ` r ek C+ I W. Y"11 t r 1 t11Q �C ; k /f1 To a-Aeft A&eDg Fmc4ut::I►K:I�'S C 7C t`�' Op. V"ICleCa A��� _ _To _'.E'e +.... A OSjD mr, P 65070 S i s esj zw ,3,31 , X75 -- /5 � rf• P60 Ao a66 ` O1 0701 'S.C. Res Dry' ee o UCd dylp' �at:' U,G►� �sr 0�^ l8 S"o9�'"J '��-'� l vap fzK5 MA t t {� 1 1 I� i 1 I � f . 110•, L4: - it ' # F JEFr RS%'.,;N ww4E ..,ITV a t MAYOR: George Hartsfleld ADDENDUM NUMBER 1 TO: All Interested Bidders FRO2M: James Hartley Purchasing Agent DATE: September 13, 1984 RE: Bid No. 540 - Major City Radio Project The following change in the opening date hereby becomes a part of the specifications for the above referenced bid, AS STATED (Bid Opening) Thursday, September 27, 1984 - 1:30 P.P . CHANGE TO (Bid Opening) Thursday, Octcbber 4, 1984 - 1:30 P.M. 1 John Q Christy Munidpal Building 320 L McCarty St. Jefferson City,Mlss®urf 65101 314 634-6300 CHrect DW 634- CITY OF JEE FERSCN JEFFERSON CITY, MISSOURI 657101 Office of the.Purchasing .Agent Irwitation for Rid : Bid No. 54 Subject Major © Pr6j t -- T.nfozmation forbidders Regulations NBE Statement Specifications tW, Bid Sheet ,tom• F i e` 1 . INVITATION TO BID Sealed bids are hereby invited, addressed to the City of Jefferson, Purchasing Agent, in envelopes provided for a major City Radio System Project as described in specifications which can be picked UP at the Office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101. The bids will be received at the above address until Thursday, September 27, 1984 at 1:30 P.M. at which time they will be publicly opened and read in the Council Chambers. ' Equal Opportunity Employer James Hartley Purchasing Agent News. Tribune P.O. 11682 September 12, 1984 i" �. GENERAL SPECIFICATIONS, MAJOR CITY RADIO PROJECT The intent of the specifications and request for proposal is to provide a totally operable radio system. The vendor will carefully note the listed equipment and clearly delineate any additional mateirials necessary and include same in his return. The installation will include but not be limited to the installation of new base and mobile equipment ( including removal where required) ; level adjustments of lines , the coordination of line orders with United Telephone the location or relocation of utilities to provide operable service for the system and the installation, modification and relocation of material specified or being replaced or used. This system conversion shall be looked at as a turn key system with the vendor being responsible for the complete package. The system should be designed and installed with the idea of sharing facilities and equipment by the departments of the City. However, the idea of sharing should not hamper or otherwise obstruct the future expansion of any one of the individual departments or cause interference with the operations of any other department. It should be noted that the VHF equipment being replaced in the Police and Planning & Code Enforcement will be relocated to other VHF users in the City, thus requiring changes of frequency and installation of units in accordance with the users need. All departments utilizing satellite receivers shall have four operable voting receivers for each department. There will be several changes in present radio systems . There will be a new tower constructed at the present #4 Fire Station. There will be a new Fire Department Repeater installed at this location. The old Micor base will be moved to ##1 Fire Station and reinstalled with new remote. A new repeater will be installed at #4 Fire Station for Planning and Code Enforcement and .Public Storks base repeater will be moved to this tower also. Receiver doting will be added to the Fire Department repeater and Public Works repeater, with satellite receivers added. Some receivers will need to be changed and tone added. Police Department will be changed to repeaters with voting. All necessary frequency changes to comply. Bidder shall inspect existing and currently bid control consoles and shall provide all necessary T/R cards and controls to operate the equipment proposed. Said cards and equipment shall be O.E.M. equipment for the consoles used; no adapted or custom fabricated equipment shall be acceptable. This will. include the controls and equipment for Planning and Code Enforcement . Successful bidder will need to get proper information from each department. JEFFERSON CITY FIRE DEPARTMENT SPECIFICATIONS Antenna Antenna will be Fiberglas Collinear type 5.25db gain/Phelps Dodge Model P.D. 220 or equivalent . With mounting brackets, transmission cable 125 ' 1/2" jacketed heliax with connectors . DuLlexer Duplexer will be a Six Cavity Pass Reject type and will be installed in the base station cabinet. Phelps Dodge Model PD- 638-6-1 or equivalent. Vot inq Comparator Comparator will be capable of six (6) receivers and will be compatible with all existing equipment. General Electric VSDE or equivalent. Satellite Receivers There, will be a weatherproof cabinet with three ( 3) receivers with voting tone boards and A.C. power supply. There will be an antenna multicoupler providing at least 3db gain. All equipment will work on standby battery furnished and will be uninterruptable. Modifications to present equipment - change frequency on standby base, receiver to 153.950, modify receiver to meet requirements for Receiver Voting. Modify Motorola Base Receiver to 153. 950, add Josylri 1230-01 Lightning protectors at Fire Station No. 1 . Add CTCSS encode to two (2) General Electric portamobile. Change transmit frequency on the following: 1 Mastr II Mobiie 6 Exec 11 Mobile 10 Executive Mobile 14 General Electric P.E. Portables 2 General Electric Porta Mobile Remote Control Unit to operate on 117 V.A.C. 60hz. Remote to be D.C. control providing 5 D.C. currents of -6, -11, -15, -2.5 , +6 and +11 to +15ma. Audio Output 5 watt. Unit will have the following; i VU Meter 24 Hour Digital Clock Telephone Line Surge Protector Power Line Surge Protector Intercom Battery Standby This controller will operate the micor base at #1 Fire Station on both frequencies. Both frequencies will also be controlled by the communication center at Police Department and monitored at both locations without interference. An alternate line selector switch for the hire Administration . control to select the Micor bast, or main base repeater will be . provided. Re2ea►.er Repeater will be a single frequency V.H.F. station 100 watts R. F. output minimum with continous duty rating. Unit will have CTCSS with frequency being 192 .8HZ. The receiver will have a tone panel to provide for voting. There wx11 be lightning protection for both control lines and power lines. Station will be D.C. remote control. Vendor will furnish two Model 1230-01 Joslyn Lightning protectors for A.C. lines. This will be a receiver voted repeater. Transmitter 100 watt continous duty rated Spurious & Harmonic -85db FM noise - 70db Audio distortion less than 2% @ 1000hz Frequency stability .0002% (-30°C to +60°C) Receiver Sc:nsitivily LiA121)B Sinad' .35 UV SelecLiviLy -.100db Intermodulation -85db Spurious & Image -100db !Frequency Stability ,0002% (0°C to +55°C) Audio Distortion less than 3% J8,FFERSON CITY POLICE DEPARTMENT SPECIFICATIONS ' Mobile Radio: Quantity - 12 units with option to buy up to 10 additional units. Radio will be new and of current production and will be the latest State of the Art Microprocessor design and must be field programmable. Radio will be 32 channels with scan capability on all channels. There will be two priority channels, one will be user selectable. Because of mounting in very limited space, control head will be 1 piece. Radio to be 12 volts + or - ground. All units will have CTCSS. Transmitter: Shall meet or exceed Power Output 110 watt - guaranteed minimum Spurious and Harmonics 85db Frequency Stability .0005% from -40C to +70C FM Noise -70db Frequency Separation 3mhz Audio Distortion less than 2% @ 1000hz Receiver: Shall meet or exceed Sensitivity 12db Sinad .35-UV Selectivity -95db Frequency Stability .0005% from -40C to +70C Spurious Image -100db Frequency Separation 2mhz Audio Output 12 watts @ less than 3% distortion Portable: Quantity - 12 unit_ with option to buy up to 10 additional units Portable radio will be latest State of the Art with Electret Micriphone. Battery life will be 10/10/80 duty cycle, battery Will be a twist off type for ease of replacement. Portable will be furnished with swivel mount and belt loop on radio, swivel carry case not permitted. All portables will have ten ( 10 ) channel capability. All portables .will have 750 MAIL batteries. All units will have CTCSS. Portables will be equipped for 8 channel operations being specified at the time of bid award. Transmitter R.F. Output 5 watts minimum Spurious & Harmonics -50db I-ratluency Stability . 00059. FM Noise -GOdb Audio Distortion Less than 3% Frequuncy Spread 12mhz Age k Receiver Sensitivity . 35UV Selectivity -95db Intermodulation -85db Spurious & Image -75db Frequency Spread 2mhz Frequency Stability .0005% Audio Output 500mw Audio Distortion less than 5% Portable Charger: Quantity - 2 units with option to buy up to A additional units . Battery charger will be wall mounted capable of charging six (6 ) portables with rapid charge 3 hour cycle to 80% charge, these chargers will charge batteries separately or on protable. These charges will be 120 volt A.C. Batteries An extra battery will be supplied with each portable purchased. Modifications Modify two General Electric Mastr II base stations to repeaters. Change receive frequency, add duplexers. Duplexer to be a Phelps Dodge PD638-6-1 or better. Modify all specified mobiles for CTCSS Encode. Modify all specified portables for CTCSS Encode. Change frequency on all equipment for repeater operation. PLANNING & CODE ENFORCEMENT DEPARTMENT SPECIFICATIONS Repeater 100 watt RF output con'tinous duty with D.C. remote control cabinet will have at least W1 free space for future use. Repeater will operate from 120V.A.C. 60hz. All control lines and power lines will have lightning protection. Transmitter Stability - .0002% 0°C to 55°C Spurious & harmonic -85db FM Noise -70db Audio Distortion less than 2% MA VV Receiver: Sensitivity EIA12DB Sinad .35UV Selectivity -100db Intermodulation -85db } Spurious & Image -100db Audio Distortion' less than 3% Stability - .0002% Antenna Antenna will be a fiberglas collinear type with minimum 5db gain Omni directional Phelps Dodge P.D. 201 or better. Transmission Cable 1/2" jacketed heliax with connectors. 2lexer Duplexer will be a six cavity pass reject type. Phelps Dodge Model 526 or better. Duplexer will be installed in cabinet with base station. Remote Control Specifications Remote control will be D.C. control with handset and will have intercom and speaker microphone capability. Unit will be capable of controlling two separate base stations. Receive audio will be automatically switched to a separate line amplifier when base #2 is selected for transmit . The existing remote control units for Planning & Code Enforcement will be connected to the new VHF radio system. Portables General specifications - portable will be U.H.F. frequency to be 450-470 MtIZ. Battery life will be 12 hours between charges. Weight will be no more than 24 oz. Portable will have a permanently installed swivel holder and be furnished with belt loop. Carry case with belt loop not permitted. Transmitter Frequency range 450-470 MHZ R.F. power output 4 watts minimum Spurious -60db Frequency stability ..0005% FM noise -50db Audio Distortion less than 5% M.itiimum frequency spread. Full performance 7MHZ 1 Receiver , Frocluency rangy 450-470 MHZ Sensitivity EIAI2DB Sinad .35UV Selectivity -70db Intermodulation -65db Spurious & Image -60db Frequency Spread 2MHZ Frequency Stability .0005% Audio Distortion less than 5% Audio output 500 MW minimum E ui mz:nt Gist 18 Two way handheld portables complete with belt loops 18 110V.A.C. individual chargers for portables 1 remote control '. D.C. control with alternate line select 1 line amplifier 1 base antenna & mounting brackets 125 ' 1/2" heliax with connectors 1 U.H. F. duplexer 1 repeater JEFFERSON CITY PUBLIC WORKS DEPARTMENT SPECIFICATIONS Voting Comparator Comparator will be capable of six ( 6 ) receiver and will be compatible with all existing equipment. Comparator will be General Electric VSDE or equivalent. lalell.ite Receiver There will be a weatherproof cabinet with three ( 3 ) receivers with voting tone boards and A.C. power supply. There will be an 'antenna milticoupler providing at least 3db gain. All equipment will work on standby battery furnished and will be uninterruptable. Comparator and all associated equipment will be operated from the present General Electric Mastr Pro Repeater. All installation level setting and checkout will be included. Antenna ' Antenna w.ill be fiberglas collinear type 5. 25db gain/Phell,s Dodge Model 1'. 1). 220 or equivalent with mounting brackets, transmission cable 125' 1/2" jacketed Heliax with connectors. 4 SPECIFICATIONS FOR TOWER.. ANTENNAS, & COAXIAL CABLES Tower shall be of steel construction, with design conforming to EIA specifications RS-222-C. All equipment proposed to be furnished shall be new, and of current production. Drawings and manufacturer's specification sheets must be submitted with the bid.. All structural materials and hardware shall be hot-dipped galvanized after fabrication. All bolts shall include spring steel locking nuts . Design of tower sections shall be of triangular cross-section. All tower members shall be of round, solid steel contruction, with each 20' section welded before galvanizing. Tower height shall be 100' above the top of the concrete foundation. The concrete base shall extend at least 3 ' 6' below and 6" above average ground level at the site. Concrete base shall be a square with sides at least 9 feet in length, with the base containing no less than 10 cubic yards of "6-bag" mix concrete. Reinforcement shall consist of steel grids of 1/2" re-rod on centers of no more than 129 vertically and horizontally, and extending to within 6" of the top, bottom, and sides of the concrete foundation. Tower grounding shall be with a minimum of a 3/4 " copper coated rod extending at least 10 ' below the bottom of the tower footing. A copper cable no smaller than #6 shall connect this ground to the tower. An approved type of connector shall be used for this connection. The completed tower shall be capable of supporting five communication antennas, with one antenna mounted at the apex, and the other four antennas side-mounted near the top of the tower. These antennas may present up to 3. 15 square feet of equivalent flat plate wind loading per antenna. The tower shall be rated for this type of loading with winds of up to 100 miles per hour Lrue velocity. Three bast; SLat.ion antennas are required, and must inclu(le, Lho tower manufacturer's supplied mountings for top and side mountings. All antennas shall employ DC ground type of AighLning r Coaxial cables shall include corrugated ccipper outer conductor, copper center conductor, and overall jacket of waterproof vinyl. No air spaces or voids are to be allowed between inner and outer conductors. All external connections shall be double taped and sealed for moisturepr_oofing and sealing. These coaxial cables shall be terminated as required for connection to the radio base stations. The installer shall be responsible for resolving any mutual interference between the base stations involved, in regard to mounting of antennas . If necessary, up to two cavity resonator interference filters will be furnished by the installer. The successful bidder will be responsible for obtaining the necessary licenses and permits from the Federal, State, and Local agencies as required for this construction. The construction is to be inside the city limits of the City of Jefferson City, and -all regulations which apply to this type of construction must be observed, including inspection of excavation before any concrete is poured for the tower base. Warranty Manufacturer will warranty all materials to be free from defects in material and workmanship for a minimum of twelve ( 12 ) months from date. of acceptance. Service Center State location of vendors nearest service center; company name, and address The factory authorized service center shall be within corporate Jefferson City. Information for Bidders The bidder reserves the right to make additions or deletions to bidded equipment quantities up to the time of bid opening. A Performance Bond in an amount equivalent to one hundred ( 100% ) percent of the bid price must be furnished and executed by the successful bidder and bidders. The successful bidder will furnish two (2 ) service manuals , one to user agency and 1 to service center. A pre bid conference will be held in the main conference room of the John .G. Christy Municipal Building, 320 E. McCarty Street, September 19 , 1984 at 1:30 p.m. for the purpose of answering any questions of the prospective bidders. All bids must be submitted on the attached bid form and signed with the firm name and the name of an officer or employee author- ized to sign bids . Bids are to be submitted in a sealed envelope marked of City Radio Project" . The bid is to be delivered to the Purchasing Division by 1:30 F .M. on Thursday, September 27 , 1984. The successful bidder agrees to enter into a contract with the City, and when required, as per specifications , to furnish bond by a surety company authorized to do business in the State of Missouri. Delays in delivery caused by bona fide strikes , government priority or requisition, riots, fires , sabotage, acts of God, or other delays deemed by the City to be clearly and unequivocally beyond the contractor' s control, will be recognized by the City, and the contractor will be relieved of the responsibility of meeting the delivery time, as stipulated in the contract, upon contractor' s filing with the City a notorized, just and true statement signed by a responsible official of the contractor' s company, giving in detail all the essential circumstances which, upon verification by the City, justifies such action by the City. Award will be based on the lowest and best total bid meeting specifications . The City of Jefferson will be the sole judge of bid qualifications . Bid security in the amount of five per cent (5%) of the bid must be submitted with each bid. Bid security shall be by a certified check, cashier's check, or bid bond written by a bonding company approved by the United States Treasury Department and licensed to do business in the State of Missouri. INDEMNIFICATION AND INSURANCE The contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, includ- ing loss of all judgements recovered therefore, and from all ex- pense caused by any act or omission of the contractor and/or his subcontractors , their respective agents, servants or employees . CERTIFICATE OF INSURANCE The Contractor shall 'secure, pay for and maintain during the life of the contract, insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerat6d herein. All policies shall be in the amounts , form and companies satisfactory to the City. The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are complied with. All certificates of insurance required herein shall state that ten (10) days written notice will be liven to the,.City before the policy is cancelled or changed. A11 certifications of insur- ance shall be delivered to the City prior to the time that any operations under this contract are started. ' The contractor shall be required to provide the City of Jefferson with a "Certificate of Insurance" as specified in the contract. Contractor shall procure and maintain during the life of this contract: a. Workman's Compensation Insurance for all of its employees to be engaged in work under this contract. b. Contractor's Public Liability Insurance in the amount not less than $800,000 for all claims arising out of a single occurrence and $100,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Work- man's Compensation Law, Chapter 287 RSMo. , and Contractor's Property Damage Insurance in an amount not less than $800,000 for all claims arising out of a single occur- rence and $100,000 for any one person in 'a single accident or occurrence. c. Owner's Protective Liability Insurance. The contractor shall also obtain at its own expense and deliver to the City and Owner's Protective Liability Insurance Policy naming the Cit of Jefferson as the insured in an amount not lass than 400,000 for all claims arising out of a single occurrence and $100,000 for any one person in a single accident or occurrence. DISADVANTAGED BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts funded in whole or in part by assistance from a federal agency shall take the following affirmative steps to assure that small, woman owned, and disad- vantaged businesses are utilized when possible as sources of supplies, services and construction items . 1. Contractors will submit the names and other infor- mation, if any, about their DBE sub-contractors along with their bid submissions. 2. Sufficient and reasonable effors will be make to use qualified DBE sub-contractors when possible on City contracts . 3. Qualified small, woman owned, and disadvantaged businesses will be included on solicitation lists as sub-contractors for City supplies , services , and construction. . 4. Qualififed small, woman owned, and dissadvantaged businesses will be solicitated whenever they are potential sources. 5. When ecorLomically feasible, contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small, woman owned, and disadvantaged business participation. 6. Where the requirement permits , contractors will establish delivery schedules which will encourage participation by small, woman owned and disadvan- taged businesses . 7. Contractors will use the services and assistance of the Small Business Administration, the Office of Disadvantaged Business Enterprise and the Community Services Administration. A CONDITION OF THESE SPECIFICATIONS: It is understood and agreed upon that the successful bidder(s) under these specifications will do the following: ' 1. Coordinate with other contractors who might be working on other related contracts . 2. All disagreements among contractors that might occur during the life of this contract and other related contracts for the City will be worked out with the interest of the City being the utmost of importance. 3 All contractors will wrk toward the suc- cessful completion of their contract in a timely manner. 4. A statement of claim to the above will be signed by the successful bidder(s) . ANIL BIDDERS SHEET TOTAL BID PRICE A. MAJOR CITY RADIO PROJECT as per specifications $ R. ADDITIONAL UNITS QTY UNIT PRICE TOTAL Police Department Mobile Radios - as per specification 10 Portable Radios .as per specification 10 Portable Charger as per specification 4 All items are to be bid as per specified or equal. All items must be bid fob Jefferson City, Missouri. Delivery date STATE INSTALLATION TIME r Do you represent a disadvantaged business enterprise? YES NO Do you represent a woman owned business .enterprise? YES N0. NAME Off' COMPANY AGENT' AND TITLE ADDRESS TELEPHONE DATE " ,1 . 4 GENERAL ELECTRIC GENERAL ELECTRIC COMPANY, PROPOSAL MOBILE COMMUNICATIONS DIVISION PAGE 1 OF LYNCHBURG, VIRGINIA U.S.A. 24502 DATE March 18, 1982 CITY OF JEFFERSON CITY PUBLIC'WORKS DEPT. The Public Works Radio System needs immediate attention to remedy the following problems: 1. Channel overload 2. Co-Department interference 3. Insufficient coverage 4. Inadequate portable to base coverage 5. Too many departments on one channel We recomwiend adding another channel, preferably UHF, for the sewer and one or two other departments to distribute the channel load. Since the sewer department has special needs for portable to base communications from the poorest locations in the city such as, manholes etc. , this should be a repeater system with satellite receiver voting. These receivers would be installed at strategic locations to assure communication from all locations throughout the city. With this system all portables and mcibiles would communicate back to the repeater through the satellite receivers with the comparator selecting the best signal and retransmitting it through the repeater. This' assures a very high quality signal from: Dispatcher to mobile and portable Portable to portable Mobile to mobile Portable to mobile Portable and mobile to dispatcher This system would use continuous tone coded squelch to eliminate co-channel Interference. All mobile and portable equipment should be two frequency. Channel one would be used through the repeater and satellite receiver voting' t , system and channel two for direct mobile to mobile. All ordars subject to written acceptance by General Electric Com- pany,Lynchburg,Virginia. This quotation is void unless accepted within thirty 130)days,and is ud/p-ct 11) 1114. snnafuld conditions of We as apful+Irs un ECn-1603 FTN '1114 hi 471ry h,i.t n.1 6.11 C A GENERAL ELECTRIC GENERAL ELECTRIC COMPANY. PROPOSAL MOBILE COMMUNICATIONS DIVISION PAGE 2 of LYNCHBURG,VIRGINIA U.S.A. 24502 DATE March 18, 1982 CITY OF JEFFERSON CITY PUBLIC WORKS DEPT. This channel two capability would be especially useful for on site. use among portable and mobiles without interfering with repeater communications or the dispatcher. The existing high band system should add continuous tone coded squelch as follows: 1 . Encode only to all mobiles and portables. 2. Decode to repeater. This retains mobile to mobile capability and yet protects the repeater from co-channel interference. We recommend satellite receiverivotina be added to this system with the same advantages as described for the UHF system. Since personal portable useaae is an important part of all departments It is necessary to bring portable capability up to maximum. These recommendations corrects all five problem areas described above. All orders subject to written acceptance by General Electric Corn. p&nV.LVnchburg,Virginia. This quaiation is void unless accepted within thirty (301 days,and is •i subject to the standard conditions of sale as appears on ECR-1663 . l . CEO L s ' ELECT IC pmo Aft Aft K rumn AL GENERAL ELECTH IC COMPANY, MOBILE COMMUNICATIONS DIVISION PAGE 3 0l: 4 LYNCHBURG. VIRGINIA U.S.A. 24502 DATE March 18, 1982 CITY OF JEFFERSON CITY PUBLIC WORKS DEPT. EOUIPMENT LIST 9 BUDGETARY COST (UHF) 1 - DC75UAU88B 100 Watt-DC Remote Repeater $ 81566.00 with Channel Guard 9561 Receiver Voting 9574 Duplexer 9601 Mod kit 150' 7708 7/8" Cable 7709 Connectors 7522 6.5 dO gain down tilt antenna 9505 Power Line .Protection 9509 Control Line Protection 1 - VSDE Voting Comparator . 3,915.00 equipped with 6 receiver modules 5264 Remote Keying Panel 5269 Remote Failure Mod 5276 Line level compensator 3 - SS14 Multiple Receiver Station 14,202.00 (NOTE: Add $675.00 for Weatherproof Cabinet) M35AU88A UHF Receiver M36AU66A VHF Receiver 2 50' 770417705 1/2 Hellax and Connectors 1 - 7492 VHF Antenna 6 d8 1 - 7522 UHF Antenna 6.5 dB downtilt 1 - 7627 Side Mount for 7492 1 - 7816 Side Mount for 7522 2 - 7506 1/2" Grounding kit 2 . - 7507 7/8" Grounding kit Aft All orders subject to written acceptance by General Electric Com- pony,Lynchburg,Virginia. i This quotation is void unless accepted within thirty 1301 days,and is subject to the standard conditions of sale as&Wwars on ECR•1663• ;j/79 Prinrrrd in U S A G E NERAL '#0 ELECTRIC PROPOSAL GENERAL ELECTRIC COMPANY, 4 4 MOBILE COMMUNICATIONS DIVISION PAGE... OF LYNCHBURG,VIRGINIA U.S.A. 24502 March 18, 1982 DAZE CITY OF JEFFERSON CITY PUBLIC WORKS DEPT. EOUIPMENT LISTS BUDGETARY COST (VHF) 1 - VSDE Voting-Comparator - $ 3.915.00 6 Modules 5264 Remote Keying Panel 5269 Remote Failure hod 5276 Line level compensator 1 - 19D417261G1 CG Board for 138.00 existing repeater 1 - 9561 Receiver Voting Panel 50100 for existing repeater NOTEe VHF Receivers Installed In UHF Cabinet. 8 - 9505/9509 Power Line - Control Line 560:00 Protectors @ $70.00 ea 4 - 1230-01 Joslyn Power Line 11180.00 Protectors @ $295.00 ea 40 Mobiles - Add Channel Guard 5,000.00 40 PE Portebtes Add Channel Guard 5,000.00 1 Additional SS14 Receiver D3 e Total Equipment $45,531.00 All orders subiect to written acceptance by General Electric Corn- (poorly.!ynr,btnrrtb Virtlinin I is quo tat suit is void tudtttti lacesiie4i wit too its ttiy 1701 slay~,onto r+ ..,., t., it. ,�•,.,,� ..� �nn.ptir,... ... ,.. ., ru,...n �.nn trip scwk GENERAL * ELECTRIC PROPOSAL GENERAL ELECTRIC COMPANY, MOBILE COMMUNICATIONS DIVISION PAGE 1 OF 2 LYNCHBURG,VIRGINIA U.S.A. 24502 DATE March 16, 1992 CITY OF JEFFERSON CITY GENERAL These recommendations follow a meeting with the three departments where problems and needs in their communications systems werb discussed. Those that were common to all three are as follows: a. Solve specific Immediate communications problems with each system. b. Direct communications toward long term improvement. c. Improve system reliability. d. Utilize comm on sites for equipment where possible. e. Reduce interference. f. improve coverage In specific areas. Some cost savings can be realized by sharing at least three of the P.D. satellite 4oting sites. Common cabinetry and antennas may be used in conjunction with receiver multicouplers for this purpose. For example, the Police, Pubiic Works High Sand. and Fire Department systems could all share any or all the voting sights. The budgetary pricing did not show this since that would require prior agreement by all parties. In any case, however, each would require their own telephone pair back to their own voter. All orders subject to written acceptance by General Electric Corn. party.Lynchburg,Virginia. This quotation is void unless accepted within thirty 130)days,and is subject to the standard conditions of We as appears on ECR•1663. FQN.3t91G 5/79 Printed in U.S.A. rpm GENERAL ELECTRIC PROPOSAL GENERAL ELECTRIC COMPANY, MOBILE COMMUNICATIONS DIVISION PAGE 2 or_ 2 LYNCHBURG,VIRGINIA U.S.A. 24502 DATE March 18, 1982 CITY OF JEFFERSON CITY GENERAL A number of products are available but were not included in this recommendation since our study did not indicate a special need, nor was anything mentioned in any of the meetings to show a need. Two that could be considered would be: a. Telephone interconnect b. -GE Star -- Automatic Identification of any mobile or portable by digital display at dispatch center. It should be noted we have recommended continuous tone coded squelch for Police and Public Works. Co-channel , skip intermod interference will no doubt continue a steady rate of increase over the years and this is about the only way° to reduce the nuisance aspect. The recommendations we have made will substantially improve the degradation aspects, therefore, the greatest overall improvement will result at minimum cast. Industry now provides 800 MHz true king systems that would be ideal for the entire city operation but the comparative costs of bringing your present systems up to professional performance level compared to a total changeout makes a changeout not adviseable. Based on the information in this proposal , each department can now determine specifically what they wish to do and how much can be done co-operatively. We will then provide a proposal meeting all criteria. All orders subject to written acceptance by General Electric corn. pony,Lynchburg.Virginia. This quataUon is void unlim.ar(:gtttxl wit hin thirty 130)days,and ii. ufilwa lu the svunl.nd cundiluns of sill,us u1Nla.us on ECH 1663 GENERAL ELECTRIC MOBILE COMMUNICATIONS DIVISION' GENERAL.ELECTRIC COMPANY • 10540 BARKLEY, SUITE 45 • OVERLAND PARK, KANSAS 66214•(913)644.9700 October 3, 1984 Mr. James Hartley Purchasing Agent City of Jefferson City 320 Fast McCarty St. Jefferson City, Mo. 65101 Ref: Bid #540 & 3 addendums Dear. Mr. Hartley: The. General Electric Company bid meets all requirements described In your bid request. We also have included features not requested that will enhance performance and reliability. This bid is .based on the condition of the soil where the tower is to be installed is standard and meets your specification require- ments. While we believe it does if it is found to be sub-standard we reserve the right to negotiate the cost to condition the instal- lation to meet your specifications. All equipment installations, modifications and checkout will be performed by our Authorized General ]Electric Service Shop, Columbia Electronics,1918 Southridge Dr. , Jefferson City, Mo. 65101. All work will be completed in a professional and worlmanlike manner meeting or exceeding EIA standards. The General Electric warranty statement is attached. Bid Bond properly executed is attached. The General Electric Company is prepared to meet all insurance and indemnification requirements described in the bid. The attached brochures describe the equipment bid. Sin erely, Walter Big ow District Sales Manager WB:mw attach ti • BIDDERS SHEET TOTAL BID PRICE A. MAJOR CITY RADIO PROJECT as per specifications $ 118,149.00 B. ADDITIONAL UNITS QTY UNIT PRICE TOTAL Police Department Mobile Radios as per specification 10 1,608.00 16,080.00 Portable Radios ' as per specification 10 1,765.00 17,.650.00 Portable Charger as per specification 313.00 1,252.00 All . items are to be bid as per specified or equal. All items must be bid fob Jefferson City, Missouri. Delivery date START 6 weeks STATE INSTALLATION TIME 1.20 days Do you represent a disadvantaged business enterprise? YES _ NO X Do you represent a woman owned business enterprise? YES ._ NO x NAME OF COMPANY G neral E tric Company AGENT AND TITLE ct Sales Manager ADDRESS 10520 far ey, Ste 25 Overland Park, Ks. 66212 TELEPHONE 913-642-9700 DATE 10-3-84 General Electric not responsible for operation or condition of existing equipment. / � lr,r v\\\ � •([�i 1� p ���\\ � � /tai �� `r, \��� � d � � 3 -•, I L' �P•wT WARRANTY T, A. General Electric (hereinafter "Seller") warrants to the original purchaser (hereinafter "Buyer") that ' Equipment manufactured by Seller shall be free from defects in material,workmanship and title,and shall conform to its published specifications.With respect to any Equipment not manufactured by Seller(except for Integral parts of Seller's Equipment to which the warranties set forth above shall apply),Seller gives no o warranty,and only the warranty, If any,given by the manufacturer shall apply. B. Seller's obligations set forth in Paragraph C below shall apply only to failures to meet the above warranties m (except as to title) occurring within the following periods of time from date of shipment from Seller's factory, and are conditioned on Buyer's giving written notice to Seller within thirty(30) days of such occurrence: \ 1. for rechargeable nickel-cadmium batteries and battery assemblies,one(1) year r /I 2. for fuses,incandescent lamps,vacuum tubes and non-rechargeable batteries,operable on arrival only d 3. for parts and accessories(except as noted in B.1 and B.2 above)sold by Sellers Service Parts Operation, ninety(90)days 4, for all other Equipment of Seller's manufacture,fourteen(14)months. C. If any Equipment falls to meet the foregoing warranties,Seller shall correct the failure at its option(i)by repairing any defective or damaged part or parts thereof,or(ii)by making available at Seller's factory any - necessary repaired or replacement parts.Any repaired or replacement part furnished hereunder shall be - warranted for the remainder of the warranty period of the Equipment in which it is installed.Where such failure cannot be corrected by Seller's reasonable efforts,tho parties will negotiate an equitable adjustment in price.Labor to perform warranty service will be provided at no charge only for the Equipment covered under Paragraph B.4, and only during the first five (5) months following the date of shipment of such - Equipment from Sellers factory.Thereafter,labor will be charged at prevailing rates.To be eligible for no- charge labor, service must be performed by an authorized General Electric Service Station or other I Servitor approved for these purposes,either at its place of business,for mobilo or personal equipment,or , at the Buyers location,for fixed location equipment.Service on fixed location equipment more than thirty t (30)miles from the Service Station'or other approved Servicers place of business will include a charge for transportation.Equipment located off-shore Is not eligible for no-charge labor. D. Sellers obligations under Paragraph C shall not apply to any Equipmbrit,or pail thereof,which (i) is fat normally consumed in operation, or (li) has a normal life int%erently shorter than the warranty periods Y specified in Paragraph B,or(Iii)is not properly stored,installed,used,maintained or repaired or is modified other than pursuant to Sellers instructions or approval,or(iv) has been subjected to any other kind of misuse or detrimental exposure,or has been involved in an accident. E. The preceding paragraphs set forth the exclusive remedies for claims (except as to title) based upon defects in or nonconformity of the Equipment,whether the claim is in contract,warranty,tort(including , + �'! negligence), strict liability or otherwise, and however instituted. Upon the expiration of the warranty r period, all such liability shall terminate.The foregoing warranties are exclusive and in lieu of all other warranties, whether oral, written, expressed, Implied or statutory. NO IMPLIED OR STATUTORY WARRANTIES OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE SHALL APPLY. IN NO EVENT SHALL THE COMPANY BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL, SPECIAL,INDIRECT OR EXEMPLARY DAMAGES. \. This warranty applies only within the United States. )), • :r Y• � r i GENERAL ELECTRIC - r�- MOBILE COMMUNICATIONS BUSINESS DIVISION LYNCHBURG,VA 24502 ' ) y •� ECx•362i< 5/83 Pruned in U S A � , 11111111,11111111111IN MCI I J CHUBB & SON INC. Manager 0t1-11 mi r s :)t jolirt l K,, nn(,aiy Vlarkway, Short 1-1 ills, Ni;w Jalsr;y FEDERAL INSURANCE COMPANY BID BOND Bond No.___ 8575313 Amount $ 5% of bid Kn®w All Men By These Presents, That we, G. E. Mobil Communications Division (hereinafter called the "Principal"), as Principal,and the FEDERAL INSURANCE COMPANY, 51 John F. Kennedy Parkway, Short Hills, New Jersey, a corporation duly organized under the laws of the State of New Jersey, (hereinafter called the "Surety"),as Surety,are held and firmly bound unto City of Jefferson City, Missouri (hereinafter called the "Obligee"), In the sum of £ivn`Prr•Pnr of l,i,t_-- __-_.. ________________.__________.Dollars ($ 1;,y n f h a ), for the payment of which sum, well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 1st day of— October , A. D, nineteen hundred and eighty four. WHEREAS,the Principal has submitted a bid, dated October 4 , 193$4 , for d installing radio equipment. NOW,'THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the,event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former,then this obligation shall be null and void,otherwise to i ernain in full force and effect. G. E. MOBIL COMMUNICATIONS DIVISION Princi I By FEDERAL IN URANCE COMPkANY By Portia A. Drew, Attorney-In-Fact And Form 15.02.02 404v, 12.691(Furmorly 12021F) L•8867 126M) v"'�;'° V . POWER OF ATTORNEY •' , �axnow sit Men by these Prow ts,That tM FROEM t tiAMM WWANY, 15 Motmtain View Ploo,V0o mat,Now Jersey,a Now Jeroey corpora- Me Constituted and appointed, and dose hereby constitute end appoint Phillip I.I. Shaw, William J. D e v e r i 11,, lures R. .Stocksenti Portia A. Drew and rric C . Van 'Buskirk of Kanans City, 8 fjjLu ri--------...--- —_........ -------....----e......_.,.._ _..., --- -- Its true and lawful Attorney-in-Fact to execute under such designation in Its name and to affix its corporate seal to and deliver for and on its behotf as rety thereon or otherwIse,bonds or obligations given or executed In the course of to business,and any Instruments amending or altering the same,and con- ntss to the modification or alteration of any Instruments referred to In said bonds or obllpatftxls. In MUMS Wlwnrof.the aced FEW4LU M SURANCE COMMY Are,WrM M to rot Wtivite,M MM praeerte to be Opted by No Amisttrit 11"PraewarM and Aa"Unt Sect""atnd b Me 0081 i'ri bo hnieto of ed this "t 1i day of A u p*u s t 14 U 4 tm seat 1tA0lC' • JE /EfJL71Al ANY By Mcclow R' hard'D.O'Connor P+� �- AaeiMUM Onoa/'rattMe 1Q t YATE OF MW MMY as OUnty of Somerset on G t h dry of A u,-us,t to 3 4 .bekar.aw ptreoneay cones Richard D.o'Ceanor io m9 krtotvrt axed by me lumurn m ba Aae4llam Secretary of tt►a t At Nt ANY.the corporation dasenbed in end which executed the loraQdnp Power of Atomty,and tlta Said Revd 0.O'Com or being by the duty sworn,did 6gxw"ray that to it Ankitwil Satretory the INSURANCE COMPANV and knows the corporate 9611 thafoot that the wal afPocad to tfta fortgaing Power of Athxtay is such corporate aaal and wat Meats amxed by autfixi ft of the Br•Lava said comfwny,and that he stoned said Power of Aluxney as Assistant Ssaetery on 88id Coffomy by Nk9 awtorw.and that he es acwhWed with am"Mcwttn and law"Mm to be the At ism vi*41hit ftfit Bald Company,and that Ihs Oanature of said Oturgs McClellan subseribad to said Power of Attorney is in the goitu a handaneling of SW Georoft Mcchatn and arse If emo subecriUed by onhantv of bad Sy we and In decomitt's presence. NotadatSeal Adutowlvdgad and Gworn to before n» < fNOTnAf rY 4 on ih9 date wd tn. PUBLIC e Z' "otary public CERTIFiCATiON ALM f tsOfdARd STATE OF NEW MRSEY NOTARY PUBLIC OF NEW 1FAIRY County of Somerset s$' My Commfssicn Fxglfs9 leas 23, 1988 1,the undersigned,Assistant Secraawy of the FEMAL ff&URAHCE COLVANY,do hwoby certny plat nee t ftwkV is a true excerpt from the ayttwe of the aatd corrtparrIi as sidoptod by Its BG&d of 04veWs on March 11,1959 end most 1eM01 a rneiWed March 11.19all end tftet this ey4Aw le In full force and effect. ^AATx:I.E xvla. Seafwrt?.AN boade.undartek fts,eoettute and other b»irwnantt other thtfl a9 abort for wad on belled of to Compmty wfdr h It Is autltoritad by tsar or 1b chatter to execute.may and Oise tee executed in the ram and on baked of the company either by ntt Cha irw an or the VbwCheRman or the President or a Vlcaprwkitnt.)*My oft the Set»mry or an AssWa l Secretary.under ttwk rnapectiva daalgnatione,except that any one or more efReaa a 6etorttayo eafaq daaigrtet9d kt ony roaokgeon of nw efQand a Oirsdore or IPta aciraarewa CotwlrWiaa. . or in any power of aMmay exomiad ate provided for in Section 9 Wow.troy exacnM an such bond,undertaking or Ow oMipellon an praxkbd In sw*rteoknbn or power of saw"" Sadbn3 ARpowenafetlorr►sybrandonbatrkfofMtaCarpertym9y9radahaMbttsrerAadlnlflrnantarldonfxAalfofataOaertpary.allharbytASf�taimpnartPwVloaChtkterartalWnP4eaWattf or av1co4te sidoMa sin AatWwdVicaP,esidrrM.pk*jwdh the SOMM"oranAaMe WSecre tary.wXWUwYreX*C tNedSOtpteatotr.The elpr+aaxoofsuch MOM may beems,p b td or Iithogrephad." l kfrnar t»etly that slid¢Et3E1�L�COtaPAitY h duly Mco+wd to karrw•t lldsiMy end aurary buskroes in tceh or�SYatsa ortht Ur1ta06taroa of A,rfsrlca,0iaukt atCahulbla.PuerOy faboo,awaedt as pti PruvirxwfofCanade with ow6xoeptionolPrince Edward fatand;arid lseteodul y ho~lobscornarestssureryonbonde,undwU MW,olo.,permittedorm**Wbylaw. 1 f,the ar3trtio-AdAssletentSecretary ofFEDERALRISUPAWMCOaMPANY.dohwebyc rtoythodwforegokagPosterofAnorneyain Wamaandeffect. tlrattormy eaWCatmpsnyetWartat,N.J.,eMa 188: dayof October cows" t �AtMdtenl& (6staftaey W _ race •ak���0 U 11.