Loading...
HomeMy WebLinkAbout25-93 RESOLUTION• • RESOLUTION NO. 25-93 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH ELECTRICAL TECHNIQUES, INC., FOR A TOTAL AMOUNT NOT TO EXCEED $42,028.00, TO DESIGN, INSTALL AND MATERIALS FOR COMPUTER/TELEPHONE CABLING IN THE POLICE/COURTS BUILDING. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby authorizes and directs the Mayor and City Clerk to execute a contract with Electrical Techniques, Inc., for a total amount not to exceed $42,028.00, to design, mstallation and materials for computer/telephone cablmg in the Pohce/Courts Building. A copy of the contract authorized for payment are attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 17th day of February , 1993. ATTEST: BY. APPROVED: By: Sherry L. Thomas, City Clerk Hanna, Mayor • CONTRACT FOR DESIGN/INSTALLATION OF COMPDTER/PHONE CABLING This agreement made the I V & day ofJ 1993, by and between Electrical Techniques Inc, hereinafter "Contractor" and the City of Fayetteville, hereinafter called "City" shall be utilized to provide the following services: The contractor hereby agrees to provide design, installation and materials for computer/phone cabling to the Police/Courts Building at 101 W. Rock Street for a total amount "not to exceed" $ 42,028.00, with additive subject to owner approval. This project is to be considered a "turn key" job and shall include all items and provisions set forth in the bid specifications attached hereto and made a part hereof. The project time frame shall coincide with the project schedule. Liquidated damages of $250 per day shall be assessed at the option of the City, and not a penalty, beginning on the first day following the scheduled project completion date. A 10% retainage of each payment shall be held by the City until the project has been completed and accepted by the City. Payments to the contractor will be made as follows: Fifty percent (50%) at beginning of project. This payment will be based on invoices of materials ordered and received by owner. Forty percent (40%) after final inspection. Ten percent (10%) after acceptance of project. Contractor shall not assign his duties under the terms of this agreement. The City shall have the right to terminate this contract at any time by giving the contractor written notice of termination. In the event of such termination, the contractor shall receive just compensation for work completed up to the termination date. WITNESS OUR HANDS THIS imPL DAY OF d/ d , 1993. City of Fayetteville: Attest: Contract Atte 0 PEGGY BATES . PURCHASING OFFICER (501) 575-8281 INVITATION TO BID CITY OF FAYETTEVILLfe, ARKANSAS MAILING ADDRESS. PURCHASING DEPT 113 W MOUNTAIN CITY AOMININSTRATION BLDG ROOM 307 FAYt I ItVILLE, ARKANSAS 72701 1310 NUMBER 92-55 DATE ISSUED: November 20, 1992 DATE & TIME OF 010 OPENING: December 28, 1992 at 2:00 P.M. COMMODITY CLASSIFICATION: BUYER. Peggy Bates CONTRACT PERIOD OR DATE 30 DELIVERY REQUIRED: Notice days after to Proceed F O B Fayetteville BUYER'S PHONE r. 501/575-8289 BIDDERS GUARANTEED DELIVERY DATE. ITEM NO DESCRIPTION QUANTITY UNIT PRICE TOTAL PRICING 1. 2. 3, COMPUTER AND TELEPHONE WIRING DESIGN AND INSTALLATION Design Installation - Including Materials Total Bid Performance and Payment Bond Additive: Materials and labor to run conduit between telephone equipment room and City Hall. (This additive will only be elected if existing conduit is unusable.) List of Subcontractors: No subs will be used. 1 1 1 750,00 750.00 35.200,00 35.200.00 $50.00/ft. 351950.00 1,078.50 A PREBID CONFERENCE WILL BE HELD MONDAY, NOVEMBER 30th AT 10:00 A.M. IN ROOM 326. A WALKTHROL'GH OF THE PROJECT SITE WILL BE CONDUCTED AT THIS TIME. All applicable State and Federal Tax Must be included in this bid price. EXECUTION OF BID Upon signing this Bid, the bidder certifies that they hays road and *gra to the requirements set forth in this bid proposal including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. UNSIGNED BIOS WILL BE REJECTED NAME OF FIRM. Electrical Techniques Inc. ARKANSAS TAX PERMIT NUMBER. 501) 361-5066 N/A CITY STATE ZIP PHONE NUMBER BUSINESS ADDRESS. STREET 1209 E. Henri De Tonti Blvd. Tontitown AR 72762 SIG RI�PEF�'Of�, �1 TITLE President DATE 12/28/92 ARKANSAS PREFERENCE REOUESTEO: YES f X l NO ( 1 CASH DISCOUNT % DAYS • BID NO. 92-55 1mSpecifications COMPUTER AND TELEPHONE WIRING DESIGN AND INSTAT_T.AT'TON City of Fayetteville, Arkansas Police and Courts Building - Renovation Project SECTION I GF.NFRAL 1. $COPE A. The Fayetteville Police Department, Central Dispatch Center (CDC) and Municipal Court will relocate their operations in 1993 by moving into the Police and Courts Building. B. It is our desire the Police and Courts building be pre- wired during construction/renovation with a modular type wiring system utilizing unshielded twisted pair wiring (UTP) and RJ -11 modular connectors in common devices which will be compatible for both telephones and transmission of computer data. Although there will be exceptions, most devices shall have dual connections to allow a computer and a telephone to be connected to the same device. (See construction documents, Sheet E-3 and E-4 for device locations and information.) C. The wiring system design shall utilize a patch panel(s) and required supportive devices configured in a star distribution to allow patching different lines together. D. All wiring shall be Level 5 Data Transmission quality conductors unless otherwise indicated in this document. The entire aim of installing the computer wiring section of this bid is to allow easy reconfiguring of lines if workstations or printers move from one location to another or when new devices are added to the system and to ensure the same level of data communication reliability we have had with our current use of twin - ax cable. The following items shall also be addressed in the design and bid: 1 • SECTION II COMPUTER WIRING AND INSTALLATION 1. Pre -wire the Police and Courts Building with a twisted -pair wiring system which is fully compatible with an IBM System 36, Model 5360 and IBM AS400 computers and all local devices which may be connected to a System 36 or an AS400. The system must be reliable for data communications use and not subject to interference, electrical, radio, or otherwise which would keep workstations and printers from communicating reliably with the host computer. 2. Wire all offices and workstation areas as indicated on construction documents. 3. Supply baluns capable of plugging into modular twisted pair connections on one end and converting to a twin -ax connection on the other end. Baluns shall come equipped with modular plug and a minimum of five feet of modular wire to plug into the wall and run to the workstation. (There are 61 workstations/devices planned at this time.) 4. A. Install in the Police computer room (room 108) a patch panel which will allow all devices and pre -wired offices and rooms to be configured for use by simply plugging in modular patch wires. B. The panel shall be an active panel rather than a passive one. The active panel shall adjust for variable impedance so all workstations communicate properly. The panel must be compatible with the IBM System 36 and IBM AS400 and provide reliable data communications C. The Police Department System 36 computer currently has 12 ports to which device lines may be connected. The panel(s) must be capable of handling 12 ports with up to 7 devices on a line. 5. Supply and install RS -232 communication cable between the CDC computer room (room 231) and the Police computer room (room 108) which will enable both System 36's to communicate with each other via IBM Passthru software. 6. A. Supply and install RS -232 cabling between the Police Department System 36 and the City Hall computer room where an IBM AS400 is located. This shall be done by routing cables from the Police and Courts building conduit system terminated above the ceiling in the 2 Evidence Storage room (room 145), through the City telephone equipment room and then through an existing underground conduit to the City Hall computer room. This will be approximately 550 feet. B. The existing police facility and the Police and Courts building shall be connected to each other physically by an elevated walkway. There will be a 2" conduit on this walkway for routing of computer wiring (reference construction document sheet E-8.) The conduit shall be used to run the RS -232 cable through to the City telephone equipment room, then route through an existing underground conduit to the City Hall. C. Bidder shall submit a separate price for expenses incurred in the event that the existing conduit between the telephone equipment room and City hall is unusable. 7. Supply and install twisted pair lines from the Police computer room to the existing police department jail area to allow 3 jail workstation(s) to communicate with the police System 36. 8. Provide surge protection at each end where any line(s) run outside of any building. 9. Supply and install in the Police computer room (room 108) racks to hold patch panels. Bidder shall submit for review and acceptance an equipment layout and floor plan prior to beginning of construction. 10. Provide and install punch -down block(s) in second floor mechanical room (room 254) of Police and Courts Building. Punch -down blocks shall be suitable for data transmission and contain corrosion free silver plated contacts for dependability. Blocks shall be suitable for twisted pair installation with a connection life expectancy of no less than 30 years. 11. Terminate all data lines at punch -down block(s) in second floor mechanical room (room 254). SECTION II= MIUNICIPAL COURT The municipal court will be located on the first floor of the Police and Courts building. All offices (rooms 136, 137, 146, 148, 149, and 150) shall be wired as indicated on construction documents. 1. All municipal court workstation/devices (in rooms indicated in above paragraph) shall be connected to the City Hall IBM AS400 3 computer. There are three existing twin -ax cables running from City Hall to the telephone equipment room. The bidder shall supply and install additional cables to extend these lines from the telephone equipment room to the first floor police computer room (room 108). This shall be accomplished by using the same conduit as previously mentioned on the elevated walkway (Section II -6.B). 2. A. Install in the Police computer room (room 108) a patch panel which will allow all devices and pre -wired offices and rooms (rooms 136, 137, 146, 148, 149, and 150) to be configured for use by simply plugging in modular patch wires. This panel(s) shall be located in the same rack(s) which will hold the Police System 36 equipment; however, all data lines installed for the Municipal Court area must be connected back to the AS400 in the City Hall computer room via the existing twin -ax cables mentioned above (Section III -1). B. The panel(s) shall be an active panel rather than a passive panel. The active panel shall adjust for variable impedance so all workstations communicate properly. The panel must be compatible with an IBM AS400 and provide reliable data communications. SECTION IV TELEPHONE WIRING AND INSTALLATION Southwestern Bell Telephone Company terminates all incoming lines at a central point which we refer to as the "telephone equipment room". This central location services City Hall, the existing Police Building, and the Police and Courts Building Renovation Project (for location refer to construction document sheet E-8). 1. Pre -wire the Police and Courts Building with an unshielded twisted -pair (UTP) wiring system in locations indicated on construction documents. This cabling must be reliable for voice communications use and not cause interference to any other data communications specified in this bid. 2. Provide and install punch -down block(s) in second floor mechanical room (room 254) of Police and Courts Building. Punch -down blocks shall be suitable for data transmission and contain corrosion free silver plated contacts for dependability. Blocks shall be suitable for twisted pair installation with a connection life expectancy of no less than 30 years. 3 Terminate all telephone lines at punch -down block(s) in second floor mechanical room (room 254). 4 4. Provide and install communications cable from the telephone equipment room to the Police and Courts Building. The existing police facility and the Police and Courts building will be connected to each other physically by an elevated walkway. There shall be a separate 2" conduit for routing of telephone trunk lines (reference construction document sheet E-8) from the telephone equipment room to the termination board in Police and Courts mechanical room (room 254). This distance is approximately 100 feet. This telephone trunk line shall have the capacity of no less than 120 telephone devices and must be terminated at both ends in punch -down blocks as indicated in Section IV -2. 5. Provide and install standard telephone cable (50 pair) from the Police and Courts mechanical room (room 254) to the Central Dispatch equipment room (room 231) where the Dictaphone recorder will be located. Provide 25 feet of slack cable in the Central Dispatch equipment room for connection of equipment by others. 6. Provide and install a separate punch down block (reference section 4-2) in the mechanical room (room 254) for the Dictaphone recorder. 8. Provide and install required jumper wiring from the trunk line termination block in the mechanical room (room 254) to the adjacent Dictaphone recorder block (reference section 4-2). Jumper wiring shall be used to install pre -designated telephone lines. 9. Parallel 7 existing telephone lines currently used in the existing Police Building with 7 new device terminations in the Central Dispatch work area (room 236), as indicated on construction documents. 10. Provide and install punch -down blocks (reference section 4-2) and terminations required to route 10 telephone lines from Southwestern Bell Telephone service (located in the telephone equipment room) through owner supplied key system unit prior to the connections of the trunk line that is routed to the mechanical room (room 254). Key system unit shall be located within the telephone equipment room. 11. Provide and install standard telephone cable (50 pair) from Central Dispatch work area (room 236) to Central Dispatch equipment room (room 231). Installation shall utilize conduit and raceway stub -ups provided by electrical contractor. All terminations for this cable shall be provided by others. 5 SECTION V ADDITIONAL INFORMATIOK 1. Bidder shall provide a breakdown of individual pricing for all, design, hardware, and equipment including cabling per foot, panels, racks, modular jacks, etc., excluding telephones. Telephones shall be provided and installed by the owner. bids received without this information will be disqualified. 2. The contractor shall provide names of any subcontractor to be used. Amounts of subcontractors bids are to be submitted with the bid in a separate sealed envelope. 3. The contractor's responsibility for line and equipment function lies within the boundaries of this specification. 4. Bid pricing shall remain valid through July 5, 1993. 5. Bidder shall start installation no more than 10 days after written notification to proceed. 6. Bidder shall complete installation no later than 30 days after written notification to proceed. 7. Upon completion of this project the owner and/or representative of the owner shall review and accept the project prior to submission of final payment request. Contractor shall be present during this review. Contractor shall receive a written listing of any and all discrepancies as a result of this review. All discrepancies shall be corrected for acceptance within three days from receipt of listing. 8. All bidders shall submit a statement of qualifications and references. 9. Prior to installation, the contractor shall submit for review and approval a design package that includes schematics, or wiring routes, and all documentation covering equipment to be utilized. Contractor shall update design package to represent an as -built condition of installation upon completion of this project and submit eight (8) copies to owner no more than thirty (30) days from date of acceptance. 10. Liquidated damages of $250 per day for each calendar day shall be assessed at the option of the City beginning on the first day following the bidders guaranteed delivery date entered on the invitation to bid form until installation is complete. However, penalty is not assessed against days provided for under time extensions. The contractor shall fill in the 6 maximum design/installation time needed to complete the project in the space provided at the top of the bid form. 11. Contractor shall not commence work until he has obtained all insurance required under this paragraph and such insurance has been approved by the City, nor shall the contractor allow any subcontractor to commence work on his subcontract until the insurance required for the subcontractor has been obtained and approved. a) Compensation Insurance: The contractor shall procure and shall maintain during the life of this contract Workmen's Compensation Insurance as required by applicable State Statute for all of his employees to be engaged in work at the site of the project and, in case of any such work sublet, the contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance. In case any class of employees engaged in work on the project under this contract is not protected under the Workmen's Compensation Statute, the contractor shall provide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of his employees that are not otherwise protected. b) Contractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance: The contractor and any subcontractor shall procure and maintain during this contract contractor's public liability insurance, contractor's property damage insurance and vehicle liability insurance in the amounts specified below. Contractor's Comprehensive General Liability Insurance: For not less than the following limits of liability: Bodily Injury: $500,000 each occurrence $1,500,000 aggregate Property Insurance: $100,000 each occurrence $100,000 aggregate Contractor's Comprehensive Automobile Liability Insurance: For not less than the following limits of liability: Bodily Injury: 7 $500,000 each occurrence $1,500,000 aggregate Property Damage: $1,000,000 each occurrence c) In the event any work under this contract is performed by a subcontractor, the contractor shall be responsible for any liability directly or indirectly arising out of the work performed under this contract by a subcontractor, which liability is not covered by the subcontractor's insurance. d) The contractor shall furnish the City with certificates showing the type, amount, class of operations covered, effective dates and date of expiration of policies. Such certificates shall also contain substantially the following statement: "The insurance covered by this certificate will not be canceled or materially altered, except after (10) days written notice has been received by the City." 12) Contractor shall furnish a performance bond in an amount at least equal to one hundred percent (100%) of the Contract prices as security for the faithful performance of this contract and also a payment bond in an amount not less than one hundred percent (100%) of the contract price as security for the payment of all persons performing labor in connection with this contract. The performance bond and the payment bond may be in one or in separate instruments. 13) A cashier's check, certified check, or acceptable bidder's bond, payable to the City in an amount no less than 5 percent (5%) of the largest possible total for the bid submitted, must accompany each bid as a guarantee that, if awarded the contract the bidder will promptly enter into a contract and execute such bonds as may be required. 14) Contractor shall furnish the owner with a written warranty of one (1) year, starting at the date of final acceptance, for all labor, materials, and equipment utilized in the installation of this project. 8 • • • TERMS AND STANDARD CONDITIONS CRY OF FAYETTEVILLE, ARKANSAS 'PLEASE READ CAREFUL] M 1and 'wise. In addia6 bidder mist deter commodities of the slat design and model, unless camas speeded der wants lad the commodities covered lry the bid shell be tree from defectsM the 'Invitation tatisrial and o �hgmrderrtonrtal use 2. P C d]. correct mbullip�is et prat and when the i pros an error is made n exl.]dnq tole pias, the Cry may accept do bid far the lea. ammo author reflected by at«bioe 3. Discounts oilseed wi be toren when the Cry qualities for such. The *axing dale for cor uig discounts ail be is date of invoios or the dale of de very and acceptna, Mechem is Mer. 4. Wh.r bidding a� the a speeded n the'nv*iion b Bid;the brand and/or model number must be staled by that km in the Invitation b Bid,' and Sardis aire be abated well the bid. S. The Cry remiss the right b reject wry and d bide 6. The Purdrring aline rosins the right b award items, ala none, o by the Ins teas). 7. dray, One rd probability at performance may be factors in matting an award. 8. Bid quota submitted wit roman firm for 30 calendar days from bid opening dais; haws, is pita may remain firm kr a Inger period of tin it mutually agreeable between bidder and the Cly Purchasing Department. 9. Bidder mat dial a completed, signed cagy of the ham page of the Invitation to Bid' and must submit any other information remind in the imitation to Bid' 10. In is evert a contract is entered into pursuant to the 'Invitation to Bid, the biker shat not dsabirste spinet any quailed applicant X'apbymem because of rare, sex, color, creed, national origin or ancestry. The bidder mut Mud, in any and all subcontracts a p neon straw to the alcove. 11. Sass tax is t be included n the bid pia Although use tax is not to be included in the bid, vendors an to register and pay tax direct to the Arkansas Stale Revenue Department. 12. Price quoted shell be 'Free on Board (F.03.) to destination t designed City fadty in Faytllwi s. Charge may not be added der is bid is opened. 13. Arkansas Preference must be regorged on the bid to be considered as a baby in awerdig a contract 14. In the event el two or man fdemkml low bids, the antral maybe awarded ready a for any neon b any at such bidders a spit in any proportion between Qom at the discretion of the Purchasing Dsprlmert 15. Sp h this Inolation are handed to establish a desired wily or perbnmance kiloA re ate minimum dImenicine end copecities, mach ell ie the. s estfurnished davaiabls at the karat pubis price. Ota than dsirrad brads and/or nodes appoved a equal to deeknad products girl receive au* consideration. When rt*or 'quer product is bid, the City sial be the sale arbiter este whiter that product r equal le is as spsdls& 16. Samples of ions when required, must be furnished kr, and, l not add our within 30 daq from die of bid opening, will beans property cit the City. 17. Bide received alter staled One for opening wi not be considered. 18. Guarantees and warranties should be submitted with the bL, as they may be a consideration it mall g an sign 19. CONSTRUCTION A. When noted. the Contractor is to appy the City with evidence of iyviq and maintaining paler and mope insurance, ensdinh Wsbny C maprsefion Insurance in accordance with the laws of the Ste' of Atlases, Po6k [ably and Property Dangle. AI Fria rd oast tel 6e ped by the Cada. In no way MI the City be resporsble in ave of acdde t. B. When noted, a Certified chat or bid bad n the amount t 5%04 tout bid aha/ accompany bid. C. A Peritonea* Bond palling the total amount of any bid exam $10,000.00 must be probated tar any contact fa the rpet, alieratan a erection of wry pubic baits public structure apublic improvement (pummel toAd351at1953aamendedbyAd539et1979). 20. UG niVor provided Li Liquidated assumed bsgiutimg on the tM day blaring the maximmn delay a anpletm time oared an this bid 21. AMBIGUITY N BID — Any ambiguity in any bid as the maul of omission, error, alt *Carry a rbnearpi— a by the SSC speeiston, kstrutbro, and d candidata 01 bidding shall be construed n the tight most favorable to the Ciy. 22. The bid numb( should to Wad on the sue at is sealed bid nacos. If i is not, the envelops all hereto be opened to things!. 23. Whenever a bid is scup* !along a source supply for a speeded period of time for materials and antes,thegm Wimp dowoare eWmtdONLY. No gtorrte a warranty is green or traded by is p.ldprts as b the tool about that may ormay not be pudsnd tom an leg ootmt► Theoa re for the bidders intonation ONLY and wit be used sr tabulated' and presentation al bid and is parkas* servo tar algid Maims or decrees, fiest required. 24. The City ofFayetsv*Mresents the right tor''�' dwry and albide,baxed inwhole ornpert bentre any kdwa .len l&rnalad,baacc'eppbdsamterial a optimal with mbar variations from apemx•lialioro in those eases wlsr''Marty d operation wi not b apaked. mrd Wax rani, l arled by is bidder, to accept any tern in tie bd. If unit pricee and extension test do and aoindde, is Cly of Rattail may nod Yr bid ids in sow meg Mather reflected by the extension or by the cartel multiple of the unit pia. 25. AdAtiom* inertia of bid Ions may be abided ed ham: City Administration Bolding Room 209 113 W. Mbrtaln Fayetavie, AR 72701 (501) 5754281 9,3 ' • AMENDMENT TO THE 05 °r. Lath 6-0t3 AGREEMENT FOR Electrical Techniques, Inc. AMENDMENT # 1 This is an amendment to the Agreement for Computer/Phone Cabling executed on the 17th day of February 1993 between the City of Fayetteville, Arkansas and Electrical Techniques, Inc., for Remote communications link for Police/Courts Bldg, Specifications are as set forth in the proposal attached hereto and made a part hereof. Additional services required due to a need to establish a remote communications link from the City Hall's AS400 Computer The charge for the additional services shall not exceed $ 3,500 • CITY OF FAYETTEVILLE: Mayo • • Title r • Date / y3 Date • • • • CITY OF FAYETTEVI LE CONTRACT/TEASE REVIEW PROJECT NAMb/YKOJECT MANACUEK DIVISION/DU/ARA MEN 1 Please review the attached ease between ET ,6SAN4.. and T comments /7-93 ate comments Pure a iCOA‘A. -- 3/4 Gej -9_3 ager Wate comments B ��rdtna r Internal Auditor bate Comments Date Comments PLEASERETURN REVIEW THE MANAGER MPLETEDIGNATED PERSON • FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS Data Processing Division DEPARTMENTAL CORRESPONDENCE To: Fred Hanna Mayor Thru: Ben Mayes Administrative Services Director Front Wes Cook- Data Processing Manager Date: June 11, 1993 Subject Contract Amendment for Systematics Cabling The existing contract for cabling is with ETI, Inc of Tonitown, AR for Telephone & Computer Cabling of the Systematics building. This amendment is required to install additional cable and equipment needed to connect Police and Court to the new computer system that will replace the Microdata Computer system. This installation needs to be completed prior to the June 26th move -in by Police. ETI , Inc Cabling and associated hardware $ 3.500.00 04 0 • FLM -1 FIBER OPTIC MULTIPLEXERS 12 Channel Local Fiber Optic Multiplexer • TDM with integral modem • Up to 12 async sub -channels • Sub -channel data rate up to 38.4 kbps • Fiber optic or twisted pairs • Range up to 5 km (3 miles) The FLM -1 is a Time Division Multiplexer which enables up to 12 async terminals to be multiplexed onto a single cable. A built-in modem drives the high speed multiplexed data over one of two cable options on the main channel: (1) 4 -wire, for transmitting over two twisted pairs; (2) dual fiber optic cables. The FLM -1 multiplexes 12 independent asynchronous signals. 11 can be used to multiplex six channels of data and one control signal each, or Iwo channels of data only. Local and remote digital loopback capabilty, provided through front panel switches and LEDs, enable diagnostics. Indicators are illlocated on the front panel for Power, Test, Local Sync Loss, and Remote Sync Loss. RAD The multiplexer has RS-232-C/V.24 interface and comes as a stand-alone unit with six D -type 25 -pin female connectors, and with optional mounting hardware for a 19" rack. FLM -12 Miniature 12 -Channel Local Multiplexer • TDM with integral modem • Up to 12 async sub -channels • Sub -channel data rates up to 19.2 kbps • Compatible with FLM -1 on twisted pairs • Range up to 1.6 km (1.0 mile) The FLM -12 is a Time Division Multiplexer which enables up to 12 async terminals to be multiplexed onto a single 4 -wire cable. A built-in modem drives the multiplexed data over two twisted pairs. The FLM -12 is compatible with the FLM -1 Local Multiplexer. In a typical application the FLM -1 is installed in a central site and the FLM -12 is in the remote site (next to the terminals). This is useful since the FLM -1 is 19" rack -mountable and has front -panel diagnostic controls, while the FLM -12 is small and low cost. In this application the FLM -12 can also perform the remote loopback commanded from the FLM -1. The twelve sub -channels are connected through RJ -45 connectors. The unit can be wall -mounted using mounting brackets located on the sides. It is powered from a wall -mounted AC adapter. 21 • M 8 N N 8 R 1;;V O O a O N + f a irrrrrrr u P la P la i la P la P 11 la P '°' P laI P �' i 1 1 7 1 i i $ i ik 8 ll 11f 1, I § 1, ( § 1, � § 1, � § 1, � § 1, � § 1, � § Ili ; ii 11 PURCHASE & INSTALL COMPONENTS AN CABLE TO CONNECT POLICE AND COURT IN THE SYSTEMATICS BLDG TO THE IN CITY HALL 1 1 I i W 8 it 7 1 11 g PAGE 1 OF 1 PAGES ELECTRICAL CONTRACTORS Industrial Power & Controls T0: City Of Fayetteville 113 West Mountain Fayetteville, AR 72701 ATTN: Wes Cook MOH: 575-8214 DATE: 6-9-93 JOB NAMEiuxeTIQt: Async Multiplexers JOB SPECIFICATION: Purchase and installation of the necessary components required to establish a remote communications link to terminals located in the new Police and Courts Building from the City Hall's AS400 computer. This system will allow up to 24 channels of asynchronous signals utilizing two sets of 12 channel local multiplexers communicating over two 4 wire twisted pair cables. ETI will provide and install the following: (2) RAD FLM -1 12 channel local multiplexer', -(2) RAD FLM -12 miniature 12 channel local multiplexer (7) RS232 channel doubler cables (13) RS232 to RJ45 modular adapters 413) Krone to RJ45 disconnect patch cord (13) RJ45 eight conductor workstation cables (2) Category five UTP cable runs between buildings 1E PUPOSB hereby to furnish material S labor -complete is ucerdna rith tins specification, to tit sr of: Three thousand, five hundred dollars and no/100's ($3,500.00) Payment to be made as followed: Net 15, upon completion. All uterial is guaranteed to be u specified. All sort to be completed in a substutial vernal its rarer according to specifi- atioas srbutted, per stadtrd practices. Any attention or denat:oe from above specification iarelviu extra costs rill be executed oily upas rrittea orders, and ti!! because as extra charge over and above the estimate. all agreuetts contingent upon strikes, accidents car delays beyond our :antral. Owner to carry fire, tormado and other necessary insurance Our sorters are (oily covered by Ioruen s :>mpenution insurance &Marisa Bimini: 10i8: This prevent my be rithdrar by u if rat tempted rithit IS days. AQliTTAAE OF PBIPOSAL The above prices, spear icatloos and conditions are satisfactory and acs hereby accepted. You are autboriud to do the von as specified. Payment rill be made u ostliod due. Sisutem 2.4_42t /k 4 vviv Date of A�pture: b7745 Henri Oid Tont' Blvd "onttown. AR 72762 Office t501) 361-5066 Fax (501) 361-5CE;'