Loading...
HomeMy Public PortalAboutORD12662 } J` BILL NO._ 97-73 SPONSORED BY COUNCILMAN Nil es a ORDINANCE NO. I��p�•� ,r AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH TRISTAR COMMUNICATIONS FOR THE VOTING RECEIVERS RADIO SYSTEMS UPGRADE j PROJECT. WHEREAS, TRISTAR COMMUNICATIONS has become the apparent lowest and best bidder on the Voting Receivers Radio Systems Upgrade project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: 4 Section 1. The bid of Tristar Communications is declared to be the lowest and best bid and is hereby accepted. r Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with TRISTAR COMMUNICATIONS for VOTING RECEIVERS RADIO. SYSTEMS UPGRADE. t`r Sectic►n 3. The agreement ` shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of r ' its passage and approval. Passed: Ocl. °-, } ` ` ---- �i i Approved: Oc f. 7, /9 F D ;. t �,', Presiding Officer. Mayor qq, ATTEST: �. ' APPROVED AS TO FOR 7h r� I 1 r ��? Ity,Cl r� t 1 y CounS ` i i'X54 ��• ', ", 4 r, 4r ;, CI rn ti'<<st'.id[ S s'r. r,`Mt�'�� i.j➢r:� ,'.•S ,�nn,',..,' .•..."..'i?t t .''c i 1`-�! s t S, r' s+ a I ti t t ^ 1'. L;�' W� Irrirf c qlh t��,F c .T.J• � i° 1 r I..- 4i� ": j i i. r r y .�.Jf+t�{w't�•*'�`,�t�s{r' {�fr"�5�ti `'�xa"4,�ypa t. r� "s j,. -5 { ;�. .ty:,. +. .."`"'t ��. .. „.�. . • '".5 j f T� fK,lt.. •' ^.,.:. 5.,.,,.c.r�x.#�4 ��" :�naaf�ef�e tMrret�®.�wrresna..vu. � •�.�. .— =.>'�_- -- -- - — ` CITY OF JEFFERSON JIMENDMENT TO CONTRACT FOR .RADIO SERVICE t j WHEREAS, the City of Jefferson, Missouri, a municipal corporation, with offices at 320 East McCarty, t Jefferson City, Missouri, 65101, hereinafter designated "City," entered into a Contract with Central Mobilephone, Inc. d/b/a Tristar Communications, with offices at 1900 N. Providence Suite#3, Jefferson r; City, Missouri, 65101, hereinafter referred to as"Contractor.," on October 21, 1997; and WHEREAS, the Contract was for Radio Services; and � s WHEREAS, the parties wish to amend the Contract to extend completion date and to add services. i � 1 NOW, THEREFORE,be it agreed as follows: z ' A. Paragraph 1B of the Contract dated October 21, 1997,is hereby amended to read as follows: i Contractor agrees to perform the services related to establishment of voting { receiver systems for the Police Department at the Jefferson City Police Department Headquarters,Algoa Correctional Center, Central Missouri Correctional Center (Church Farnt) on Highway 179 and Fairground i Road on Water District No. 1 tower, utilizing applicable portions of existing radio equipment operated by the Jefferson City Fire Department. Contractor also agrees to install upgraded multi-coupler equipment at existing receiver sites at the City's Schott Road sates and the Capital Mall site on South Country Club. `,y t B. Paragraph 2 of the Contract dated October 21, 1997, is hereby amended to read as follows: Contractor agrees with the City to furnish all supervision,labor,tools,equipment, :.,. materials and stipp.lies necessary to perform, and to perform, said wort: at f ' Contractor's own. expense in accordance with the contract documents and any . f applicable City ordinances and state and federal laws,by December 31,1999. As to the scope of services .for the Fire Department, the contract person shall be the Fire Chief and the order to proceed shall be issued by the Fire Chief within ten(10) days after the date of this contract. As to the scope of services for the Police Department,the contact person shall be the Chief of Police and the order to proceed shall be issued by the Chief of Police within ten (10) days after the date of this contract. ` C. Paragraph 12 of the Contract dated October 21, 1997, is hereby amended to read as follows:. Y i A. Fire Department 1 The City hereby agrees to pay contractor the work done pursuant to this f contract according to the payment schedule set forth in the Contract t Documents, upon acceptance of said work by the Fire Chief and in j 4f �t accordance with the rates and/or amounts stated in the bid of Contractor ` dated August.18, 1997, which are by reference made a part hereof. No partial payment.to Contractor shall operate as approval or acceptance of s t � l0lixrrotary\ro trret PilftWity OwIrariaWenlral hlubilphimn Ameuilmenlupd iw / R Y.,c,� I�Y:y r h� "9,ik4rYf4llria t 91x0..Ytl4.igWa<t ux`<4yr4n.,},.4.1!115q o-yiv n e i.aa..' at� ::r.z �.. . '.W,:. .'.,:-x ":. -...._,. .. x ...... ..., ,.. H .Y,�,_....+...r...*...'ne• "�^w.,+�.'..� . 1 7. i.+ M +^^I� �.4... .,...�.—.r�.y�........r+�+ter...—.— Y_..,...t•F Ye.,t � I i•: nt 't wit. Sry work done or materials furnished hereunder. The portion of this contract for work done for the Fire Department shall not exceed Fifty Thousand Six Hundred Forty-Two Dollars ($50,642.00) 13. Police Department The City hereby agrees to pay Contractor the work done pursuant to this contract according to the payment schedule set forth in the Contract ( Documents upon acceptance of said work by the Chief of Police and in and in accordance with the rates and/or amounts stated in the bid of Contractor dated August 18, 1997, which are by reference made a part hereof. No I partial payment to Contractor shall operate as approval or acceptance of `f work done or materials furnished hereunder. The portion of this contract �. for work done for the Police Department shall not exceed Twenty Five Thousand Eight Hundred Dollars (+25,$00.00). f.. The total amount of this contract shall not exceed Seventy-Six Thousand Four s Hundred Twenty-Two Dollars ($76,422.00). R D. All other sections of the Contract dated October 21, 1997 shall remain in effect as stated. I TESTIMONY WHEREOF, the parties have hereunto set their hands and seals this a day of 1999. { CITY OF .JEFFERSON, MISSOURI T.ILI-STAfft COMMUNICATIONS ✓Y Title: Mayor e: y of S r 1 ATTEST: ATTEST: ty Clerk. �M S cretary x APPROVED AS FOR J sus ,3 City'Counselor ` AA"`{It �• ICylWN4*ry\Conlllret V WWity Gnlrmt%%C*ntfA M-44Nm.0%W.MM'ntwld . F .j I , �+rt I��YYpp�7Y 5 •1, r�t g r4 y°9 r.Y t 7 (. ', �t r! � ,.tt ! { r .�yra'4L�$4tt4 ..!`'� 55i'{', 4•-c r(.t � 4 'l t { .. ( r t.. $ w',f�IF.}i��t'f.,�fx .dti(�1. b .[ 't rc..ri, �.,�t- <• 1. .t .r �` ., , .1.. ! to .a nX_ kz } i t FINANCE DEl"ART ., w..n MENT 'PURCHASING DIVISION SC►'BJEt;T:Bid 1711 -gating Receiver System, Fire and Police Departments Opened August 19, 1997 BILS RECEIVED: Fire Central 1bMobilephone, dba Police TriStar Communications, Jefferson Ci MO $ 5I 642,00 Midland Kansas $ 5,298.00 sae City, MO No bid No bid Team Electronics, Jefferson City, MO ' No bid No bid ' FISCAL NOTE: i Fire Department a: 3500-9900-7350-2004 Police Departrx�ent C.I..Saxes Tax 92-97 1000-3100-7000-0020 App ra rioted Purchase of Equipment P $293,241.00 Expended 235 092.00 Appropriated $ 81,561.00 Bid 1711 Expended 51,833.00 i * 50.642 00 ` Balance Encumbered 22,038.37 ; $ 7,507.00 Bid 1711 *Negotiated reduction in cost by reducing Balance $ 2,391.63 scope of work. i PAST PF. FORMAiJCE: Central Mobilephone, dba TriStar Communications a1'Jefferson nos been av,+arded bids in the past and has performed well. 'City IEt.FCO i °s hMEND 'IOM: 1t is the recon mendation of staff to award,both sections of the bid to central Malsil.eplaone,.dba TriStar,.t^®mm�snications of Jefferson City, Mi 3 ty, ssauri. The bid�vs sent rat wath tdvo separate sdm le crantracls. The Fire Department radio t� pgrade had a negotiated j r d� ctarar�:a�cost to$50,642.00 by reducing the scope of work. The Police afM6 bid.will,ba$5,298-00. portion d AWACkI ENTS S. PORTING DOCLTME r i Tnlateo B'ds ;^ ire Chief ; ddRh„ 1 c it rn , � ter ,t ilRy�yyt tf �� �-;:,:d 1=+<�h ^i+',acaA'� t7�f,�. �fy .ft ' pC�ti' a� ,rti y {., , '�+�iS�'�.�,.t�H,�E�, ...� .•�,....r r rti�•�r� H'�'L. t,,t'4 2�!,.t i��{'.r w T.,r`f,�'T +wr.. A 1"' ���:s s.�. ��T�4��.`�fir. ♦ ��� {, � ��*�R�'����'�tsi § tit C.� y�' k?}�t F t' � v' ( ? „•. i t�+ t�. :���"h.�{.•�.��5 ((t f3n`}✓ h. 3) } � Li, itil t � ." 1 ...: ��1'. r,fi. . x t 5r.M1k e;4�3� t��5 il i• c '.•R. i _ �t '.hi pp �n S�''}�x�i'}p'� f'✓,�k�rt }a�n t tti l 5 t� sl i s t .�'. `t`.,�,, {>'42 4r i"•1;7.h�,,�i`Y�t�, X57..,�5 � t< � i .: }f. r+ S{c( ';;',, "r 7,s., 1 rY�,`rF>�Ni�v3r gel tl�� Syi.; t ,e .� .. •, '�� , ,'. .t x � '7t1},:�h�+'t ix��• t':,�l;tfi.'Y� v ..1, ., t-��i ::. , r` ,. ..r,rc i ' . I'. , .. .. . , J.a..nJ .:....::...«:.,, .....,...,.,..:..:....,_....J......:....._...:,.,_...,..,...,:,,... >...:......,_..._..H...'. ...._......_..._,.-<.. - 1:._....._.....»-._.,_w:..,._ .._._.,_.._...u..._:__ . i .. '1. ' I ,I .. 4 . j p. ,r �3k3c37l zi= {Mx„_f.' itt.4a?.ti a, .. . ., cad , S :lt` t:,4" .. .' v s , ..ti . .,. } ...:. V. .. . . . , . . ( .., i .I . 9 f ' !. � .. . ,. ., 7: - i It i .. ... 4' s 1 .. .: S I .. 4 :. ,+,. I ... . I .. 1,i- . . .. _ . _ . -11.1 .. .. . � . . g A:. 2v p . �� .: r H� �' I _ ' .. ' j t�, ' -4 $ f.1 I 11 I . jj 'x .I . . ' i s .. c', !1. (off � �` ' z ti.1.I - : ;; . ... r'. ,t,, I C�`yy h� C " �d 1 s 44 �Ei.. g 1ssRsclIs ' a E, ,,:11'{ !•�I". ?1< it c;( �. I I I I i. Ys 11, y r4 141 t II: :P- ,r! z, ��``�'' 9 C` 71 3 .; . . r} yr�f ,r ` t r, a5 . lr jv�� £i5. ,L 4 ��_� " 1, _ i 4�, t.. r,ti 3�. .11 q 'T .�i o F \lt bt } i 4 .1 .} �4. '.tni 1 1, i tr ti ' .. ,,. tAliy z, ee���$t£.;gp �sF" fO. ,, i 1, �t� y ,�7 f 1tt , -% tit4,�P� NY'..1 7�`f r1 t, tf � , �s t �vl, s i at d� r ' i , ! w— r�iii 4+.'(.x�..,, r ' ? 1 1.•. r 'i + f } i y4qy�i rr 3Y ' Cif 9-?,£t J�,z[i it x* ! q 1 {�, yyam�,, f IT'J aS .iCS ;< } ",ato .' .:C t �,k i�pJ1A [ �r� r'� �t V .. ' ft"t y 1l, lr 1. Y x! > t7 i x 'a t x .8.' .. C i-, 5. .4:'� �.{":f' %r-a',�tt. WWWW f i'.�. .�:"' ,t - £j.'.r2. -. . .. . '� a 'x si. I� `rs� r/t E C!` !4 ! „. 11!"t.,�f + i S i�. a ,4t tqJ> •�J i ,� V C {}�_ y 't �1 .4 P �, �. ! O I,s r; O. �:'. E C L' 7tl,,I 11 � . " 9 ,\il , 9 IV) I :: . I : � . ,�A',1,*,'A,,z,6 It 1 f.. i ,. �. }s �4 ,r " 1+)Srt �! r g � . , �g 11.1 q'^f f �. try ritI � '1 ,Y ) i t ,l x ij r'�. � tt�i M;Ss Yyrr, '> ¢ � ,, gt r J 1 1 f �'' i 3 f i.i 3 s J 11! , f - 1 s £>.,l I it�5h �+A�i dt r ft�.S....emu '+I' � a, ��a+- � x 1, 11 p.a+,.y.+y `,,.�..,, ra. r,.,,y,ti„ ..�..r- ,.t r.: ,t .r... s ,., 'i.4 a•.:�++ ,,,�::,.-�-,�o �.-1 x�!11 ff'' ,r 1 tY ' s'i�� yarc�V,�1 a'jt .. a: It ! .c. £.s..f 3�Ik: i4 *Tt".dJ r^'�,*r'w.' Yq ., .R`vats�..,,c ar 3`� 's�`}rl ao a r J7: #4 >#i}e r� .t 7.... 4 f" r e � �,y 7?,, �t d ?�.:1 y 1 .. y t �y e r ;,£ r a� z ,'-I II re a.�t,--i i . Ji i t k � �w >v :� - . ���, ` ;� a; t i rrr-d y `'~ ,r z f 4 a r: # i t �. ks.'. fi-- . y l p 'n . 0 qt�' C3j:4� ri((v�r.?+s 2.,j U 2 r s ..�; r+°� 1 ds 11'� t iv�`z.Y,'�t + [ l♦ � � I i ? Frt i !i>'s4Y i,t d 1 t x�� S\ { �<t i t f ;.fi' S>; t 'kG t� `F + " i' }� .a"F..s1 ! h 1 1 y '. gq • '�a� S'.1.a�4`4j ,h�,14`: dlr xF .t zY sl 1 :.� <, z r}s y �� '', b ,�_ ;t,4.; -j 't¢M1'��!`•Y 1.z l'' � Y� �. f Y � �tr .art i sl ,,) f� , # }fi �! �`'.,,. ;"1 ,l } z , ?., +t p w i' ,,4 .. 1. , a1f y .,, , fl .1•'b `�,.'('� G)�rdddJ`3 ter".,n$�Sr.:>`'. r LYe1'�Trr raj.�`tl. �4� { _k _;�:. t s. Jii' d -$ �'ss t' {�, p�j f h���'Ti`'"� *_�' __'�- -- si.N,�K[w9.'r .,1,.+,;.V',0.«14..,..,if:S:Jr..tn` ,tbldt„vim:..�,.a.:di�'�1,ir'�. 5 , H Mu E 1---5 N co o c � t y i Sf t t ' t � a mo V y r r �.m GJ O tp� \W a O I .. ,/� r 1S O O. ���yyy C AG 1q+r O 1 AO IN Qr. ,Q.{ �O O.iW,,.�j , A t' y� t��Q O LL O m U7 co + r{ d', l0 O lS� Q Yl O 44 O •C C ttpf �� f�'.t d..?, 0..i O O. ..mQi1GDGO � m _ 1. , I 3+;F IF �� l �,7 t + 7t R'1� d'l�7VY,be+SY ,m ,rrt as-a.:,vt• *�vf wv,.Ei. >t- ,.:,5 #.4,+««{"a.bi}iS a�.�w..�Ht�sVu'sf�"„p—'..r^ (�. {�5 Sy !c° � �art�#��P3fu a� asra Y .i,;�t�` ",xrr�'k�i 7f'k✓r,��,t�'t r .'.77= '•.'.,.�.,._.....�. '.tia Y tL rr+*•�;..--}^+.3, Sr 'V` yf. ';�i� J�tyYy-rji. r �},��``.e?'L9 t t p r7d �t Y� t � ta'k} Jat� u•.8 ryr�j et r� .;y i t F ,a 1 t )s s , �.fry_kwja 4 S-ftPz t,�'�;���'�� � t 6y•r y y �t s, � }... �.t ,�, 1 t. �i I E r t CITY OF JEFFERSON CONSTRUCTION CONTRACT y T � CONTRACT, made and entered into this day of October, 1997, by and between Central Mobilphone, Inc. d/b/a TriStar. Communications, hereinafter called "Contractor,"and the City of Jefferson, j Missouri, a municipal corporation, hereinafter called "City." 'I'LrldESSETH[: THAT WH[EREA-1.33, Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Receiver Voting Systems and Voter Repeater System for the Fire Department and Receiver ! Voting System for the Police Department. j NOW THEREFORE,the parties to this contract agree to the following: t ( 1. Scong..Q Services. A. Fire Department Contractor agrees to perform the services related to establishment of receiver voting systems for the Fire Department at Fire Stations 1 and 3,Algoa Correctional Center, Church Farm on highway 179 and Fairgrounds Road at Fire Station 5 or Water District No. 1 tower, and a voter repeater at the AG Tower on Vieth Drive, all in Jefferson City, Missouri, said services more particularly described in Attachment A. !. B. Police Department � Contractor agrees to perform the ser.1ces related to establishment of receiver voting systems for the Police Department at Jefferson City Police Department Headquarters, 401 Monroe,street,Jefferson City,Missouri said sez vices more particularly described in Attachment B. ! 2. it e- for Com-pletign, t Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and to perform, said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws,within one ' ! hundred twenty(120)calendar days from the date Contractor is ordered to proceed. As to the scopo ':} of services for the Fire Department,the contact person shall be the Fire Chief and,the order to proceed , shall be issued by the Fire Chief within ten(10)days after the date of this contract. As to the scope l , of services for the Police Department, the contact person shall be the Chief of Police and the order to ! proceed shall be issued by the Chief of Police within ten(10)days after the date of this contract. 3. '.splili rt I .. I` t To the extent that the work performed by Contractor is subject to prevailing wage law,Contractor shall ;Sh,"`• pay a wage of no less than the"prevailing hourly rate of wages"for work of a aimilar'character in this` c locality,as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor J. acknowledges that Contractor knows the prevailing hourly rate of wages for this project because ` Contractor has obtained the prevailing hourly rate of wages from the contents of Annual Wage Order No. 4 in which the rate of wages is set forth. Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid C:\ti►ti[�euniraatwlnn�trucUan\lri•cliR romytuniuUVn•4aminvcl•M11 12n.w+11 �3�;� t1 s - - t...r..,. Yr a..x 7qF i aT'a rt r to the workmen in connection with the work to be performed under the terms of this contract. A copy -R of the record for services performed as to the portion of the work for the Fire Department shall be delivered to the Fire Chief each week. A copy of the record for services performed as to the portion of f the work for the Police Department shall be delivered to the Chief of Police each week. In accordance with Section 230.264',1IRSINto,Contractor shall forfeit to the City Ten Dollars($10.00)for each workman employed,for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work dome under this contract, by the Contractor or any subcontractor under the Contractor. 4. if Inset n cw. Contractor shall procure and maintain at its own expense during the life of this contract: A. 1Yorkmon's Co�ensation Insurang for all of its employees to be engaged in work under this contract. B. f,� lgr's Public Liability Insurance in an amount not less than$1,000,000 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 Workmen's Compensation Law,Chapter 287, RSMo, and Contractor's Property Damage Insurance in an amount not less than$1,000,000 for all claims arising out of a single accident or occurrence and$100,000 for any one person in a single accident or occurrence. C. j}p ile 7,inbility Insurance in an amount not less than$1,000,000 for all claims arising out of a single accident or occurrence and$100,000 for any one person in a single accident or occurrence. D. 0 eXf',F Pmteciiy- L,iability Insurance. Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured,in an amount not less than$1,000,000 for all claims arising out of a i single accident or 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 Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting,explosion or collapse. . � f E. aii 11,gntracts, In case any or all of this work is sublet, Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs(a), (b), and (c)hereof and in like amounts. rF. scone af,IU ranee and S_pecial Lazard The insurance required under Sub-paragraphs(b)and f (c)hereof shall provide adequate protection for Contractor and its subcontractors,respectively, � against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. Paragraph (f) is construed to require the procurement of Cont.ractor's protective insurance (or "l contingent public'liability and contingent property damage policies)by a general contractor whose subcontractor r..l' . has employees working on the project, unless the general public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by Contractor. Ft for Suibcontr 5 ccitbtmn&�,>�'.�±iLespott��.l11.�X actV.B:.& ' It is further agreed.that Contractor shall be as fully responsible to the City for the acts and omissions of its ` t:>. . subcontractors,and of'persans either directly or indirectly employed by them, as Contractor is for the acts and !°~7N. .., owass.ions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, :, F\tnei4a�tnwu4nt�tnuzAm\tri•�4rwnimunicatN.aw`r�a�lrx!•(&p RX17A1N1 2 f 1 J.1��i,4r. 4" .Ii 11 .. .�-...�.,...+. _-_-_ ........-....... ......y,,."., . I" insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any aubcbntract its the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the r City or between any subcontractors. The City may deduct Five Ilundi•ed Dollars($500.00) from any amount otherwise due under this contract for f even,day Contractor fails or refuses to prosecute the work, or any separable part thereof,with such diligence x711 insure the completion by the time above specified,or any extension thereof,or fails to complete the work as such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided as that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 7. TAXMiMILM, The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property,or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material,or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract,or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 8. f'a _ iit�i to P�cPz In the event this contract is terminated pursuant to Paragraph 7, then the City may take over the work and prosecute the same to completion,by contract or otherwise, and Contractor and its sureties shall be liable to t* � the City for any costs over the amount of this contract thereby occasioned b, the City. In any such case the City may take r any cost of;and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of,the rights of the City under any other provisions of the contract, city ordinances, and i state and federal laws. 1 i' 9, LnAemlaft. 4 Contractor agrees to defend, indemnify, and save the City harmless from and against all claims, suits and ! actions of overy description,brought against the City and from all damage and costs by reason or on account of any injuries or damages received or sustained by any person or persons or their property,by Contractor,its servants,agents or subcontractors in the construction of said work,or by any negligence or carelessness in the t performance of the same, or on account of any act or omission of Contractor, its servants, agents, or subcontractors, or arising out of the award of this contract to Contractor. j 10, E1;yM=t Q L' bMKAN& Contractor agrees and binds itself to pay for all labor done,and for all the materials used in the construction ' of the work to he completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the , . payment of all materials and labor used in the performance of this contract. t; Effective A.,ugust 2$, 1991,Section 14h.062,RSMo allows contractors and subcontractors to purchase materials. for tax exempt projects with project-specific exemption certificates approved by the Department of Revenue. The City will supply a certificate to the contractor for this project after approval is obtained from the l . `'° Department of Revenue. - 3. `�i C.`,trsn•�cmtnw.is nctrucl:cnitrratar nMMUnkAtKIm\r ntnct•Mp ltyn.wtrd ' f it j/yy, k ?its# � f it � s� • , s n...uwiw+��.�waw..•+n+�owsw�Wf•�aa®ae��rA�y► + I�woIR� f f 12. ' E'� A. Fire Department The City hereby agrees to pay Contractor the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Fire Chief ` and in accordance with the rates and/or amounts stated in the bid of Contractor dated August 18, 1997, which are by reference made a part hereof. No partial payment to Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The portion of this contract for work done for the Fire Department shall not exceed Fifty Thousand Six Hundred Forty-Two Dollars ($50,642.00). B. Police Dep,artmerat The City hereby agrees to pay Contractor the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Chief of Police and in accordance with the rates and/or amounts stated in the bid of Contractor dated August 18, 1997,which are by reference made a part hereof. No partial payment to Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The portion of this contract for work done for the Police Department shall not exceed Five Thousand Two Hundred Ninety-Eight Dollars($5,298.00). The total amount of this contract shall not exceed Fifty-Five Thousand Nine Hundred Forty Dollars ($65,940.00). `�;, � 13. Contract I)oc�umepts• The contract documents shall consist of the following: s. This Contract f. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders i. Drawings and/or sketches 111 e. Signed Copy of Bid 3 This contract and the other documents enumerated in this paragraph, form the Contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 1.,. 14. Nondisrrim�n tiara !Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed,color,national origin or ancestry, sex, religion,handicap, age, or political opinion or affiliation,against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 15. iCe6o All notices required to be in writing may be given by first class mail addressed to the City Clerk, City e! of Jefferson, 320 East McCarty,Jefferson City,Missouri, 65101,and Contractor at Central Mobilphone d/b/a TriStar Communications, 1918 Southridge Drive, Jefferson City, Missouri, 65101. The date of delivery of any notice shall be the second full day after the day of its mailing. r; 16: QLurisdictiom,,. I This agreement and every question arising hereunder shall be interpreted according to the laws and statutes. s>` . of the State of Missouri. , C'\tnci4anirMet a�anstrucAion�tri•+L�raimmunketionM4•tntraet•fdy�1907.wpd - 4- f ..' .,.'?"w.rJa.,z+�z x:.4+iraie,rxwr,... n,...w:a., .................., .q. •. .... .. ...... ... .... .,... .. .... <U,.w Y • {�(qe y 'r♦ X ti I' , {) M1; 11 { LbUwM.�-4w.iW.r.:r.�...�....�+:+J..r+ar...�............�,-r:.-.......:.v,........r.«...,.�.... ......... .... ..... ...... _.. ._... ..... ��__.....«...._..». ._.«. .r....r.. :y ' ''oIN VITNESS WHEREOF, the parties hereto have set their hands and seals this day of October, y[' " ✓J Y OF JEFFERSON CI { CENTRAL MOBILPHONE,INC. f D!B/A TftISTAIt CommUNICATIONS t F, 2 � / Michael Baker, Two-Way Division Manager Mayor. 4JTEST ' City Clerk Title: F i APPRO t D AS TO M: j Clty Co y 4 >� b r. tit 1 r 3 ff t 34 �• t• {f: °�6 rp,j 6r,a S r it Vier w ilb•t Jrt r f t z t .. .. G.Mxt��iuntiael�\omfincctian'•ArvNdmmaun lulioiu4uLLrrct.GypttlQT.wpd r b <, }d ♦ tf['r]•1:t'+ t NrY b r-7. �t t� n.�..+.r'�..7 :;l :.� c .. .. Ys� .>• `� K�#t/Y`St(s4,tt�'li�L�'�I�4�' t .,1'•.y i �`i"�'"�,�_'.- �`�'�'�'" e+ts •b�y�,�f ,�,riS�"`+e�s2,ytg}ra�'Y,c"�._i%'br , ...i;?V 44 's .,r;w'� S �y{ . •Ki�'.�rr i�S? �.,.5s. tt ';b tt:�t trt v <Y t � Y rt ,. i :,� ` 'a ` )1t4' .rah '���?"i�a',,,.ff��nc`��•', 'r���.l zr +#� ..4{. } `"1't�:-t. JF. 'r? y�IF., r { ,t ttz V � t d��x i f SPECIFICATIONS for t !Receiver voting System � } t Y t ; The bid shall include a signal-noise voting comparator capable of voting up to twelve remote receivers. The comparator shall be interfaced with the new VHF repeater included in this 'bid request. All equipment bid must be 19" rack mount, and include all mounting hardware. The Fire Department now has five receiver sites in use. These sites should not require any updates at this time. We will be adding five [5] new sites to the system at time of purchase. The new equipment to be bid on and installed includes: 1. One signal-noise, 12 channel comparator [see specifications] I ( Z. Five [5] receivers [see specifications] 3. Six [6] VHF-fiberglass base station antennas [sees specifications] P , 4. . 700 ft. plus LDF4-50A Y2." Heliax 5. Ten [10] Heliax connectors l 6. 350.ft. LDF5-50A 718" Heliax plus connector 7.. Voting compatator [see specifications] f°f 8 VHF Repeater [see specifications] rp 9. Tfiree' [3] sO:ttions of Rohn radio tower and nounting hardware. � 1' , lf-his shall be:a tug h kev operation and include utility connections of electrical An' The repeater site will be the AG tower on Vieth D'rive.- Included .will be 'coordina ion;with :the tower owner and FCC. License.amendment, T e Y S X bidder cs responsil le to 'see;this install is.compatible with the balance of tl7e ra0q system. Attactxrie�t.A #*•' L tit #/sT• ,t,gyY+'r-..v'}yay R."..j WSsn.�x.`li .,« • Sxrii"*^F>k + p.,;A.sr ,. .5 '.Sx . ,w3%` s. _ e^':. .t ��'�'^^''^++lr` >F 4�s rc4 t r t , ..r ....1waBloo�nroI�RYsrwevtatraaoeatartnrns �e.uea�ri.r rd'wrai..rr��. ...." r_ a 'c5 ., ...4': #c,';1F,f'....6h.3ib l __ !. , A . . '' 1 . y. . ... ..�.,, . .... = t,. .. a ... N, .. . . . A t .. .t `=I Ia:r S1te locateons o v+3ting receivers. .I I . I I . .,. Fire Station 4 , 621 West High Street - . Radio Tower i .ire'Statioi� #3, 2101 Industrial Drive - Radio Tower Fire S ,ation #5, 1�I Fairgrouind Road - *Radio 'T'ower Al, oa-Correctaonal. Center, Algoa Road - ** . . I. Church Farm, HWY a?3 ** I L I 1. I-he threE tower secl�ions bid. will be added to an existing tower system pieces and inAelled at Fire Station 5, 1005 Fairground Road. Bidder is responsible for the tower install ;mnd associated costs. 'a*These locations are tentative with probable instal! on existing water towers.L.: Coordination with Department of Corrections is necessary. � 1 111. J, Motes: I I . a I I I L I L L Bidder is to provide"weather proof cabinets as needed or'suitable cabinets for j , inside install as needed.. , 1 , I t El . . I I ► . q . . L ;, s y' .. }I 'Sl '. I ;,L 1,la t ... r . q r tt t . . I 1 ,'„ Ti r ' S'. dl R��' 1 , t' f i ir. t �' 7f - i f ty' r t. Y, yr ., ;.. , 'r. t; t ! .�. i yy. '�. t 4 It 1 , X - ,�{ !pl J aNi { '{' .. !,5. 2 f# a 1 f # t L ) 1 2 / I .. Y t It". . ' �. kk xl 4 lr Ij�t Yl,11 t .:J r t' ! } y y'},.: r :� , f ' .> t�. r .CNt i`f.;t ! y n '.'r 1 I , �`Sf P L, 11 YJ 4 1. ��iJF r l� Yt 9. r f� tX .. C .Ir) r , e} ' } t(fit �( t! 4. I f5 t �i'� .. ('r F.11.1 I I k t t ! j t *� f X 11 r r!. r 7t .r , t �, I ! �t1 dy } Y flip, It�` �11 t 1; 1 it r r + t t j1, r x t.X y t 4' ta' f;7 y ¢r+' v.,.ayA...,y .** V.t Y •«.� +•-a. •+.b ..,. ,.�.....�r-... ,.s� .,.........rtY,..:..c.^ui .�-a.-:,✓1J'µrr+�,t4t7:-"� X" � , fXI.: {t tJ Y �i`,, , 41.:+'. f,L p f b f fr.: r . ' et ��. r4.��:,Set�+Xy�.y'I`�1cTr�if�,H�.'� Y tF.1 s z 5 �E ` z r F. t t ., i " i —°"".�".�....r.......--...;"rY `�'" r ysfi ,y�4 rd.;yh,+ 7 A 'ft r J t d t, f 1 .y F¢-rL u i i -5'{ b +� t { ( t 7 `-ii�" r4 17t 3�q'..� ' jj� S ,) 1 y la 7i�r,: t � ,A K r 1 ti + c y _s �E'�' £'''r t1� > 6 " 1 P i r 5 t 1.X `+11,i$ k1✓ti'a`fs:t.�r 4Y! `, a : + r .. ct t ` 1 J,1f5'..}.5it J x}yt ,�€ rr`,wa'v ,SAE .Lt t : ti Y.,:. 1.�.y,,�7��a)'!"qp`�V."1, 2 tg ��' yt}: �' ,.3 rl. ( !f �.t '.1to '.t - .7t :.-1 41 �, h3.S I. i't �tn} S .j ..f t t4k Y s id,�t i i s a y L n: X7 r, rat§tl„�, Lf �4� wr":`K. d�SI�E.�'./ da �t?' x+.f. r _ _rt .r .E.._.�...�—...__ ! t a.,<'. _ , o,s.(. r.,.X.. at -,•s,>tkl� 'rhe transmitter that is bid shall be equal to, or exceed the following specifications: Shall operate in the .150-174. MHz range. Shall be 4 single frequency repeater with tone controlled squelch on the receiver and transmitter [CT"CSS]. The transmit frequency shall be 154.4.00, and the receive frequency shall be 153.950. The tone frequency for the CTCSS shall be 192.8. Shall have 16F3 Modulation. Shall fully comply with FCC parts 15, 21, 74 and 90. Shall operate on 115 volts VAC 0 60 Hz. Shall have a temperature range of -30 degrees to +60 degrees Celsius. Shall have a minimum of 100 watts transmitter output. Shall be continuous duty cycle. Shall have DC remote control panel. Shall be housed in it's own locking station cabinet [capable of housing comparator, etc.] which should weigh no more than 250 to 300 lbs, but shall be a full base station size [4 to 5 feet tall, approximately 2 feet wide, and approximately 15 inches deep, etc.], not mobile radio size. Shall include duplexer with minimum 4 MHz frequency spread. Duplexer shall be housed in the transmitter cabinet. Shall include a CW identifier for FCC call sign. Shall f. meet the following performance specifications (per EIA standard RS-15281: Transmitter Audio Distortion of 5% or less; FM Noise 4 Hum shall be -50 dB or better; Spurious Emissions shall be -70 dB or better; Frequency Stability shall be, 5PPM or better with an option of 2.5 PPM or better. In addition to the transmitter, the Receiver portion of the repeater shall meet the following performance specifications [per EIA standard RS-2046]: .35 mV for EIA 12 dB .SINAD, .50mV for 20 dB Quieting. Selectivity: -90 dB. Spurious Response: -100 a . Image rejection: -100 dB. Intermodulation attention of -80 dB. Audio f Distortion: 5%. Frequency Stability: 5 PPM, or optionally 2.5 PPM. �Wc&Ii s - Voti n Q . 'L,e 7xhe' receivers-bid shall:be equal to or exceed the following specifications: ( ` Shall operate on ,115 ,VAC ® 60 Hz. `Temperature range.of-30 degrees to +"50 r , cle tees Celsius. Sensitivity shall be -35 microvolts for EIA 12 dB Sinad, and .50 microvolts farN 2, dB quieting. Adjacent channel selective of-90 dB +; J selectivity . Spurious ` t , response attenuation of -100 dB, Image rejection of-100 dB. Intermo � ..�,att�nuat�ion of -80 d6 g J dulation . Audio distortion of no more than 5'%, and frequency f lability of 5 PPM, or optional 2.5 PPM. ' ,y The antennas shall be min. 4.5 dB gain, fiberglass, with mounting hardware. For `.voting ,receivers 'and repeater transmitter. t ,+ { 1t�47i�.rwas�.�—.ivy •t ..��.._,_.-.� —.___ ._. _� _.-. ._�_ ____.°_— _ .:7 'a':.. .. .. .. ... .... .,i �+swcarmwmnasrsu+s.rnnrrnruwtr�aw.arr�.wa�rwr�nvrnr.�w�ser �rsu.�ri�s��R�� i Specifications - Voting Comparator { iv;terVoter Module .Audio Inputs_ -"'Input Impedance Balanced or Unbalanced 600 ohms or 10K ohms;jumper selectable. Input Level -30 to +10 d8m, adjustable. Frequency Response 100 to 3200 Hz f2 dB. Minimum Pilot Tone Sensitivity -40 dBm. i Voting Audio output Output Balanced 600 ohms. Output Lave1 -20 to+11 dBm, adjustable. Frequency Response 100 to 3200 Hz f2 d6. Absolute Output Delay Less than 10 milliseconds. Distortion Less Than 1%, 100 to 3200 Hz @0 dBm. Voting Comparator Switching Time Between Sites Less Than 1 msec. Unselected Output Rejection Better than 60 dBm. Output'Impedance Balanced 600 ohms. Voting Threshold 2 through 14 dB in 2 dB steps. Voting Delay 30 to 240 msec, 30 msec increments. Parallel Control Inputs Input Impedance 22k ohm pullup to+5V Threshold +2.5V Nominal Input Signal Range +30 VDC Protection Up To ±200 VDC Parallel Control outputs Output Type N-Channel Open Collector Transistor Maximum Sink Current 100 mA Maximum Open Circuit Voltage +60 VDC .A--4keneral/Environmental { 7. )dio Delay 0 to 256 msec in 16 msec steps. ,",,.enal Pori RS-232 DCE connector. Baud Rates: 150,300, 600, 1200, 2400, 4800, 9600, and 19200. ': . . Power Supply Front Panel POWER ONOII Switch, AC ON LED (yellow), (PShtt-1) DC ON LED (yellow), +12VDC LEO (green), -12VDC (green). " . Console Inleiiace Front Panel Speaker, Speaker On/Off Switch, 1/8" Headphone Jack, Volume Control, (CIM-1) NORM Audio Level LED (yellow), PEAK audio level LED (red), FAULT LED (red). Audio Interface Front Panel Speaker, Speaker On/Olt Switch, 1/8° Headphone.lack, Volume Control, (AIM"1) NORM Audio Level LED(yellow), PEAK audio level LEO red , CPU Module Front Panel MASTER LED ( ) FAULT LEO (red). l' CPM-1 (green). SLAVE 1 LED (yellow), SLAVE 2 LED ) { (yellow , ( ) FAULT LED(red). Site voter Module Front Panel DISABLE Switch and LED (red) , SELECT Switch and LEO (yellow), Voted {SVM-i) LED (green), Uns welched LED (green),TX LED (yellow), Fault LED (red). (9 1, q (9 ) (Y ) ( ) 7t` 5 Rear Panel DC Fuseholder, AC Filter Modi,rle, 1/4-20'Ground Stud. „ AL't Input Power' � . r i 15 or 230 VAC +/- 15%, 47-63 Hz, 100 VA typical, 130VA maximum. Input F%o+.ver +11 to +15 VDC 0 5A. nominal. Optional+22 to+30 VDC @ 3A, nominal. Pine 5.25 "H x 19"W x 11"D (13.3 x 48.3 x 28 cm) T'empeiature Operating: -20 to +60 degrees C. Storage: -40 to+85 degrees C. of Hurritdity Up to 95% @ 55 degrees C. Sfiarli" ' MIL-STD-810D, Method 516.3, Procedure VI. Vibration MIL-STD-810D, Method 514.3, Category i. WR � t 1 lrJ7MY.`!Y�T�nr.� w-ww�:�.-e.s� ....�_. .._ .........._...-..-.. _._.�_..._..._.._....�. _..�....�...�......---..�...-..,......-..-•-...�•r--�—�-...�. {..:i'.�• .. ..' .: 1'4,.1 ,�. t ;i r°�► did Specifications,for a Voting Receiver System For Jefferson City Fire Department. 1, This specification is far new Voting receivers, Comparator and base Station to be used ! in conjunction with misting receivers, consoles and other equipment. 2WI equipment shall be new and in the original cartons. i `. 3.A]1 equipment shall carry a one year parts and labor warranty. 4.The vendor shall make available parts for a period of not less than seven(7)years. 5.The vendor shall provide one(1)written service manual with complete service procedures, schematic diagrams and parts lists for each unit provided. Microfiche type ! documentation will not be acceptable. i. 6,11ie vendor shall provide all technical update, field service reports and telephone consultation at n E o charge for a period of not less than seven(7)years. 7.Vendor shall be able to provide documentation proving continuous manufacturing of ` similar equipment for a period of not less than Five(5)years. 8.All equipment shall be compatible with existing receiver system, new comparator panel and base station. All equipment shall be field repairable. If equipment utilizes,field t replaceable modules, one set of modules shall be provided. r t` 9.Bid,price shall include all freight, crystals, programming,installation and handling charges, No additional charges of any kind will be accessed after bid opening. t ' 10.The vendor shall provide the following: A. 1 Voting.Receive system (1). Oxre(1) 12 Channel signal noise comparator t j ' (2).' Six(6)Receiver with battery,backup. ` (3). Five(5) VHF unity gain antennas,-Fiberglass.construction'. O.ne(1)VHF six(6)dB gain antenna,Fiberglass construction. ' t k (5), Seven hundred (700)feet plus LDF4; 0A 1/2" Heliax. IA (6). Three hundred fifty,feet (3 50)LDF5w50A Heliax. (7):'Eiglit (8) 1/2" Heliax connectors. 1 (8). One(1) VHF 100 watt base station. Tone keyed. (9). Three(3) Sections of Rohn tower and mounting hardware. l 1.Ttrrs shall be a turnkey operation and include coordination with the utility company's for telephone and.electrical connections. The base station site will be the AG tower on } ` t t 1.+ y., .. .. ... ,.. ,, _,T; ,,•,,,�• �r .A x ti " 1 mw.trwi.�r.a 'k"P"�0i11'. �na�.+.•n.w.v. •�rarfer� l Vieth.Drive,Jefferson City Missouri. Included will be coordination with the tower s ouiner and FCC license amendment. It is the bidders responsibility to see that this install ' is compatible with the balance of the radio system. c 12. The new voting receivers will be installed at the following locations. A. Fire station#1, 621 West High Street -Radio tower. j j 1 a B.Fire station#3, 2104 Industrial Drive-Radio tower. C. Fire station#5, Fairground Road - *Radio tower. ! i D. Algoa Correctional Center, Algoa Road. ** E. Church Farm,Highway 179. ** F. AG Tower, Vieth Drive The three tower sections bid will be added to an existing tower system pieces and ! installed at Fire station 5, 1005 Fairground road Jefferson City Missouri. Bidder is responsible for the tower installation and all associated costs. ** These locations are tentative with probable antenna installation on existing water tower. Coordination with the Department of Corrections is necessary, I ` 13. Suitable enclosures shall be provided for all receiver locations. • 14: Base station at Vieth Drive shall include a voting receiver and be capable of reverting �. to a stand alone repeater in the event of a major failure. 15. The system will utilize two antennas at Vieth Drive to reduce Duplexor loss. If one antenna is used repeater shall be capable of producing 100 watts at the output of the Duplexor. I&The Duplexor band spread is 153.950/ 154.400 is 450 kHz, These are existing FCC { ' ` assigaied freilucncies. r` '17.The voting comparator shall be located at Fire Station 4 with telephone lines ' temumating at station 4 from the eleven(11)voting sites. Five (5) of the voting sites will be;parallel with the existing voting repeater in such a way that no system t i dggrasl46'n:shall occur and the existing voting system can be used as a backup. All t , ► r '.'control lines shall,have a manual disconnects. �!! t , 18 The Existing receiver sites are as follows: j A. Schott Road water tower. B Fire Station 95 C. Fire Statiom#4 1j l , +If,Mt-Mer•—e•.++.�.....-.. � .. _.........–.,.–.�•�_... - 7 ly�;`�,.,rs%•�+� .t l I D. Airport Control Tower E. Fire Station#1 t ` IL pemtianal Specifications, � l.The receivers shall provide full rf shielding, and helical preselectors to protect from interference from crowded sites. .2.The receiver shall be designed for 19" rack mounting. E 3.The receiver shall have battery backup. 4.The receiver shall have a built in power supply that can be used on 120 or 240 volts, 50 or 60 cycles. The power supply shall be capable of providing(constant regulated power even during brown out periods. 5.The Comparator shall utilize a signal to noise ratio voting system which allows the use of non compensated telephone lines. 6. The equipment shall be-transient protected to prevent dwnage from the telephone lines. i 7' The receiver shall have PL decode module with frequency given to vendor at time if { purchase. �1 tom;Eitchieal cirications. , I.Power,Supply 120/240 ac 50-60 Hz ; 2.Output Line f ; Impedance 600 ohms balanced. 10utput Audio Level: Adjustable, -20 to+10 dB, Adjustable t 4.Frequeny►reprnse: 0 -3200 Hz± 2 dB 5; Absdlute output less than lOms }' rely ! . }'Y " t St yy G 1r iti '�.kU...4q ' ' : , j 1 ...:� ;. _ .. +3't rg s.N'�.+�e.j e�i 5ti• e `' $1751 ei..ti. ,t •n+.. ,.a1 . l $ASE S"T, TION VHF, 100 watt, continuous duty, tone controlled, EA 1 4 2; DETAILED SERVICE MANUAIS for above. SETS 3 44 3. Include any additional options available f , and price: ve } . Manufacturer: Catalog/ Model No: Vendor shall include manufacturer's name, catalog number and descriptive literature with bid. Length and conditions of warranty offered as ivell as name and location of firm responsible for { ,i Wairanty / service work must be included in your bid. ',•f "eiler agrees to comply with all applicable'provisions of the American with Disabilities Act And the ?, regulations implementing the Act, including those regulations governing employment practices. ,1k:i p al s t "i J✓ tti: i 3 Ix 1 1 .'. Y,f( t t^r 'r,•_ t,•. r{ j . 1 M - ..: i+ 'r k S.E a,n F ittccv,+' 7 Ig+ t�-' �• ---'"' +.•--., _ .�s -.Ytc i '77 1 "r fI re tLtYeu *� ai�Y ,. � t s q1 • .. t , lk •5�!!`'f f Jar '' iy i \,j iv r , ,r_ , . } . W4'l9S't�ti 11r I tS 7Y�f. { 1:.t 5 i :f : '• �' §,'?<t1,;:.Y' 11 tfi..:,, Ji ts�{;::t 11.;_ n.0•.. �+ f, ,'..;. 1 , ,.• .... ,. 1 I c ---�,� SPECIFICATIONS FOR BASE STATION ".'j General 'Phis specification covers the purchase of New 100 Watt Continuous Duty VHF Base Station with installation. 1.01 All equipment supplied under this specification shall be completely operational upon delivery and installation. After equipment has been accepted and placed in service, the vendor shall guarantee all parts for a period of one year, and will provide replacement parts, free of charge, any parts thereof which become broken or defective, except by ,reason of accident, misuse, or any accident, during such a period. 1.02 The successful bidder shall supply three (3) copies of a comprehensive technical manual, complete with all schematic and wiring diagrams, maintenance procedures, and parts listing. Microfilm style manuals will not be excepted. 1.03 The equipment supplied under this specification shall be designed for continuous duty operation, i.e. 24 hours, 365 days per year, and shall provide for uninterrupted transmission of two way radio traffic. 1.04 The equipment furnished hereunder shall be of the latest design , and all equipment shall be new and in the original carton. Equipment shall be field repairable with out the replacement of complete modules. If repair is accomplished by replacement of complete module units 1 spare set of modules shall be provided. 1.05 Replacement parts shall be available from equipment supplier on 24 hour 7 day a week basis. 1.06 Lightning protection for both the telephone line and the antenna coax shall be provided. This shall be provided externally and be of Polyphaser brand quality with flange mount. 1.07 The transmitter shall be used in the 150 MHz to 174 MHz . 1.08 Transmitter supplied shall not require special test equipment or extender cards for servicing. If special test equipment is required it shall be supplied with the Base Station. 'this requirement shall not be listed as optional equipirient. monitor. G 1.09 Any parts required but not mentioned herein to make a working tone remote controlled Base Station shall be the responsibility of the equipment supplier. 1.10 The equipment supplier shall provide location of nearest factory authorized service center. ' Equipped with spare parts and available 24 hours a day for emergency service.. i �_ • '!.11 1 channel Base Station, '? 1.12 Base stations steal: be capable of meeting FCC requirements. i pit. r�_Y,KIMfAefY.�. - Ir•i'I�v �a�s— �- r.����.- - __..._—_—[_ ..�--� — __ _ t. a `n ,07 'ransmitter Specifications i 2.01 B.F Output Power: 100 watts continuous minimum, 2.02 Output Impedance: 50 ohms, 2,03 Output-Connector: 50239 type. t 2.04 Oscillator Frequency Stability: 5 PPM 2.05 Spurious and Harmonics: -70 dB 2.06 FM Noise: -50 Db 2.07 Audio Distortion: 5% 208 FCC Designation: 2412-1100 t 3.0 Power Supply 3.01 Power supply shall operate from 120 volts 60 cycles i 3.02 Power supply shall be solid state in design and be rated to su system for continuous duty operation. PPIy sufficient power to supply 3.03 Power supply shall have transient and surge protection. 4.0 Tone Control Shelf 4.01 Tone control shelf shall provide for connection o, a 600 ohm style telephone ' line for remote contra] of.the Rase station. It shall be capable of controlling the Base Station b different frequencies. Standard Motorola tone format shall be used. y tone 4 4.02 PL disable, Xmit shall be available from the front of the shelf for on site service. t� 4.03" Internal CW ID shall be included. CW Ili niust be capable of being turned off if not required at time of installation. q t 4.04 Internal PL card,shall be included. s 5i0 Cabinet i <i Y , �yy-....AYr"' � . +.mow..... ...�...�.�.�..�..--•^ti_.._�.P-.........._._..._._... �...............,_._.��....�...... —.r..-�-.�•-,—�.-r- T Y.- Alt'l. n 1 ) r t 5.01 Cabinet shall be of sufficient size to house all components plus additional room shall be provided future expansion. If other than standard or Phillips head screws are used for mounting or fastening, equipment supplier shall provide one driver of every size screw used. 5.03 Cabinet shall have connection for number 6 awg ground wire. r .0 Parts.and Technical Support 6.01 The vendor shall guarantee parts support for all items under this specification for a period of not less than eight (8).years. 6.02 The vendor shall make available on an as needed basis free at no charge technical support for ` all equipment listed under this specification via telephone for a period of not less than eight (8) years. 6.03 The vendor shall supply all product updates and technical bulletins for the equipment listed under this specification for a period of not less than eight (8) years. r • f � I t t g r 11 vl >g h 1 i 4lsx OF '� 33 t !r Y��..'�:..72.E}. .��`!j=r•y . ' r XI -. :it r.`, ,'' f ..: i� ' 1{ : ') ��7�fJ.h��l�t•ra!'rr'�itor��tlwrnawfs .r- ate-- .�Y— —��.. :� — .�.,..,.�.�....�.� .. ,.. .:3{r # SYSTEM REQUIREMENTS The system bid shah include a VBF Voting Receiver and Multicoupler with all equipment having manufacturer's cwtified specifications meeting, or exceeding the specification requirements 4 outlined in the section entitled"Equipment Requirements". The new receiver and multicoupler shall be installed at the Jefferson City Police Department Headquarters at 401 Monroe Street, Jefferson City,Missouri,and sha11 require a connection to the received signal strength Comparator, located in a the same Headquarters,building,, that is interfaced via telephone line connections with the VHF s repeater site located on the SEMAr Tower at 1429 Vieth Drive in ,Jefferson City. The receiver/multicoupler combination small be configured to receive on the PD Administrative Frequency #3 (158.925). The site should not require.an additional antenna, as the existing,antenna for PD frequency One(156.210)located on the PD tower at 401 Monroe Street is expected to be utilised by'interconnection to the new multicoupler. 1"s1iat lition hall �cl it items to make the YZ Ahly fun If bidder determines that the new voting receiver shall require additional cabling, cau n g S, balancing of the voting receiver/comparator system, etc.,then their bid should reflect the same. The installation shall be expected to provide performance equal to, or exceeding that performance that z. is currently supplied by the departmental VHF repeater and voting receiver system on the primary :.: Law Enforcement frequency for Jefferson City Police Dept./Cole County Sheriffs Dept. , (156:030/156.210). The entire instatl�tion.sb all be 4=mpllshed with minimal dis n ion to the gp jon of the ag neies involvg . fro ; la 'on shall be comr�Ieted in o�le_s }aan thirty 00_l j dg # er delivery o ,ccn�nonen unless otherwise agreed to in writing by the City and the Contractor. A The Contraetor'sha provide training for the operation and user maintenance of the receiver for designated Cont�aunications personnel at 401 Monroe Street, Jefferson City, and ar oviddg moo'; u''' 9litll?1.. 3 i t1cP !a pc �+r6nc Man Iat�; c► h I ity Mice Df..p +en The Contractor shrill underswid that the City of Jefferson reserves the right to'videotape the training. r s present ci,in order to allow newly hired Communications personnel in the future to be able to receive Y the requisite trainini on the mechanisms,.Without having;.to.resort to the Contractor providing w ja.t t .. :'additional live tranning. 1' The bidder whale: provide an factory warranty information, and fu l! parts availability, #t ' snformatton Because of the emer`g+en ,y nature:of.the equipment usage, equipment reliabiltty nuformatYori(such as expected M7ean Time Between Failures) should be provided �d will be,given i Attachcne r ! ,r .`.� ? ` i Y IN- t '7f ` a high priority when considering the award of the bid.Bidders shall also state the qualifications of the ) ' iricludin the number of years they have been manufacturing this particular product, �. nianufacturer, g r and how long they lave,been in the business of manufacturing radio equipment in total. Bidder shall also,state the quaffiiications of their service personnel, and how long the bidder has been in the radio Systems!sates and service business. The City's Police Department shall provide a suitable location with standard, 120 volts single- phase, electrical power outlets at 401 Monroe Street,and the Contractor shall use existent outlets, or insure that reliable electrical power is supplied at the site. The Contractor shall be responsible for that coimefions are installed at the doting Receiver site at 401 Monroe Street. The � l�l�' Contractor shalt be responsible for making contact, and coordinating with J'e brson City Police i Department Joint Dispatch officials, and other agencies such as Tristar Cornmmnications to ensure that all portions of tha instalidions are planned, coordinated, and complete with all associated work done in a thoroughly competent and professional manner (competency, completeness, and performance of the system and installation shall be determined by properly designated officials of the Jefferson City Polio Department, other persons or organizations deemed necessary by the City Police,and by City Code Bnforrrn officials). All work shall also be done in strict compliance with all appropriate City of Jefferson City,Missouri building and electrical code requirements. 1 ' t EQUIPMENT REQUIREMENTS ! . tr 1 ZZ .'The voting receiver site is already in odstence,and should require a receiver and ®ulticoupler, with an interface to allow the new and.existent receivers to share the existent antennas and cables to be connected to the four channel comparator already in place within the Police Department Headquarters building at 401 Munroe Strut in Jefferson City,Missouri. Each bidder shall provide full cost figures for the site installation. Such costs shall iinclude a.voting receiver, any requisite cabling, interfaces to the;nulticoupler,and any other equipment or parts for the receiver that may be needed to put the i receiver into full operation, as well as all costs associated with the delivery and installation,,.and r { balaneira of aill r aisite and exista6t ui ment to rounded a full functionin Voting Receiver } g eq` eq p p Y g S Pregzn ystem:for ency 3. '' 4A11 components that are bid shall be certified by Underwriters Laboratory, anclor have.an equal.U. 7 . S testing laboratbry proof of certification. t r ' _ All c�icgewew tgrrrpirt components installed at the Police Departmen¢on Monroe,Street shall be 19".rack crneaer®t. r S tiSkFr, a s 4, t S t t x c rq}.r t r itr ,y fsr i ..R'`r si'ni 3?•a'.rt'::7 ,t^i t.,.v i ::i' r r 7t 1. .�..._...r._._....y_. - .�______.--_ _� L _.- - - ,.. ,.r....... t r .,. ,. ., ....,..u;.`3 f l; The'Y eceiver that is bid shall be equal to, or exceed the following specifications... M Shall be compactible with existing equipment. #= Shall operate on 158.925 receive frequency. J .:.,: Shall operate on 110-120 VAC Qa 60 Hz. j f Shall be equipped for CTCSS operation in which the sending repeater transmitter shall be 158.925 tr asmit,Receive on 154.860,and decode for CTCSS shall be 192.8. ' Shall have a temperature range of-30 degrees to+60 degrees Celsius. j Sensitivity: .35 microvolt for EIA 12 Db SINAD, and .50 microvolt for 20 dB Quieting. Adjacent Channel S+eleedvity: -90 dB. Spurious Response Attenuation: -100 dB. Lange Rejection: -100 dB. .: Interamodolaition Attenuation: -80 dB. Audio I?igtortiaea: no more than S°/a. t Fregaten q.Stability: 5 PPM, or 2.5 PPM optional. Al3L �TY t'QU1±NPI �+IL7'F,It E�FjYli� ���Q3 Shall be compatible with existing equipment. Must operate in the 148 through 174 Megahertz frequency range, Must be capable.of at least six chanries Must be a 19" rack-mount model. „ Iyiust operate on 110- 120 volt'AC, 60 Hz. electrical.power. #' Must interface with a nJP S Connmuanications" signal-to-noise comparator: t IdiOe lire esgual to, or better.than 5.0 dB. 3rd i� er Intercept Point -+34 dBn, l NOW,R 'equal to, or better than 1.5 for both input and output. r. tat lid Isalatfan->20,dB.. . . �1 I J .. .. Y.`�' k' Ffglir�l I'reselectoar Bandwidth(I dB)-3 MHz. I A;,iulhepupler absolute LI%L Suppression With Two-35 dBm In'; 'Si 11 >120 dBm 3s f. }�.�Yy{i�tiYrH°�✓r;j ,,t {}:'. rt t'. , r .. ., .. ... w�'r � t ?Sts,", .$t / •; � .. F f .,.� t '•i r n.,2. :'.z.!»,�',tet..a•,r�r t L x a rL; 1 x�i g x tr ei {Yr4 tkp.5 t rft " r Y r4r 1 ut.p Y � j4it 3 Y r h i1>Yuk A P7zoJ yt:r.�� t too z.,.L ti t 1.• ..r, r r4 Sryr 1,� ,1st S.° yl�Ar tts ra �', 1 1 I1 SRf1'fall ETO�illl��al711si�FJ,fo�wrssesEw.ewcrY�vmwrw..r - J _- _ .4,.. .,._ _,S ,:t �. ._�(,.,