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;'