Loading...
HomeMy WebLinkAboutItem 13 - Public Safety Radio Infrastructure Replacement - Commline Inc. Department Name: Administration and IT Cost Center: 1101 For Agenda of: April 6, 2021 Placement: Consent Estimated Time: N/A FROM: Greg Hermann, Deputy City Manager Prepared By: Miguel Guardado, IT Manager SUBJECT: PUBLIC SAFETY RADIO INFRASTRUCTURE REPLACEMENT RECOMMENDATION 1. Authorize the City Manager to award the contract for purchase and installation of the replacement of the QS2 Public Safety Radio System to Commline Inc. (Attachment A); and 2. Authorize waiver of formal bids to cooperatively purchase radio equipment as allowed under Section 3.24.060 E of the City of San Luis Obispo Municipal Code using the NASPO Contract #06913 (Attachment B). DISCUSSION The City’s current Public Safety Radio System was installed and began operating in 2010 to serve the communications needs of the City’s first responders and other frontline personnel. The system as designed and installed provides communication for the City’s Fire, Police, Public Works, and Utilities Departments. The City utilizes a Tait simulcast system to operate simultaneous transmit and receive sites at South Hills, Fire Station 2, and Fire Station 3. The City also has a receive only site boosting portable radio coverage downtown on top of the 919 Palm parking garage. Two backup sites that address two failure modes are located at the Emergency Communications Center (ECC) and at Tassajara Peak. While manufacturer support for the Tait components of the system has been exemplary, now that the system is approaching 11 years of age, IT has begun running into issues with sourcing replacement parts for portions of the system as they fail. This was anticipated to occur around this time in the project’s life cycle and a capital improvement project to replace the backend infrastructure was budgeted in the 2017-19 Financial Plan. The project has not yet been executed as two other communications projects took precedence. The South Hills Radio Tower and Shelter Replacement, scheduled for FY 2017-2018, needed to be completed prior to this replacement to address deficiencies in the existing shelter. Due to construction delays around weather scheduling, changes in the scope from what was initially thought to be sufficient, and delays in obtaining funding for the increased scope, that project was not completed until 2020. In addition, the City has been working with Cal Poly to move the Fire Station 2 transmit and receive site to KVEC Hill. Item 13 Packet Page 55 That contract was approved by Council on March 2, 2021 and is moving forward. This will reduce overall cost to the City due to not needing to install, then move and re-install the replacement system at a new site. The City is now prepared to proceed with the recommended actions for this item. The update to the system will also allow the option to encrypt the City’s Police radio channels, fulfilling new requirements imposed by the California Department of Justice to protect personal identifiable information when communicated over the radio. IT is working with Tait and their channel partners to ensure the replacement utilizes as much of the existing infrastructure as possible for cost savings, while introducing new equipment that will replace deteriorating components and ensure the system will continue to provide years of reliable service. Purchasing Policy – As stated in the City’s Purchasing Policy, staff may use established cooperative agreements for purchases without a competitive bidding process, if those cooperative agreements were competitively bid. This purchase is under the National Association of State Procurement Officials (NASPO) which was competitively bid. Staff is pursuing a sole source due to the complexity of both our legacy radio system and the incorporation of the new hardware into the system. Tait, the radio hardware manufacturer selected Commline, Inc. for their extensive knowledge of the City’s current radio system and their experience in performing these types of complex upgrades. The selection of Commline, Inc. will further assist the City with ongoing support and 4-hour response times. Attachment C is the approved Sole Source Justification form. Previous Council or Advisory Body Action This project was identified in the 2017-19 Financial Plan that was approved by Council. The South Hills Radio Site Upgrade Project Council Agenda Report was approved on March 5, 2019. The Contract for the Radio Shelter and Tower on KVEC Hill Council Agenda Report was approved on March 2, 2021. CONCURRENCE The Police Department and Fire Department have reviewed this report and concur with the recommendation. ENVIRONMENTAL REVIEW The California Environmental Quality Act does not apply to the recommended action in this report, because the action does not constitute a “Project” under CEQA Guidelines Sec. 15378. FISCAL IMPACT Budgeted: Yes Budget Year: 2018-19 Funding Identified: Yes Item 13 Packet Page 56 Fiscal Analysis: Funding Sources Current FY Cost Annualized On-going Cost* Total Project Cost General Fund $650,000 $55,000 $705,000 Total $650,000 $55,000 $705,000 *The annualized cost is included in the IT operating budget The funding was identified in the Capital Improvement Projects IT Replacement fund in the amount of $650,000 and remains available. The current radio system is under a multi-year annual support contract budgeted in the Network Services operating account. The ongoing annualized cost of the project will replace the existing support contract budgeted in the Network Services operating account. Attachment D details the quoted cost of the project. ALTERNATIVES Deny authorization. This is not recommended as the portions of the system slated for replacement are approaching obsolescence or will soon be too unreliable operate as a critical life safety communication system. Attachments: a - Agreement with Commline Inc. b - COUNCIL READING FILE - NASPO/Tait North America Public Safety Radio Master Agreement c - Sole Source Justification for Commline Inc. d - Quote - Replacement of Legacy QS2 System (031212v5) Item 13 Packet Page 57 Agreement Page 1 AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on ____________________, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and COMMLINE, INC., hereinafter referred to as Contractor or Consultant. W I T N E S S E T H: WHEREAS, the City wants to replace the legacy QS2 radio system. WHEREAS, the Contractor is qualified to perform this type of service and has submitted a quote to do so which has been accepted by City. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until December 31, 2021 and acceptance or completion of said services, unless extended by mutual agreement of the parties 2. INCORPORATION BY REFERENCE The Contractor’s fees and scope of work are incorporated in and made a part of this Agreement attached as Exhibit A. The City’s terms and conditions are hereby incorporated in an made a part of this Agreement as Exhibit B. The City’s insurance requirements and contractors’ proof of insurance are hereby incorporated in and made part of this Agreement attached as Exhibit C. To the extent that there are any conflicts between the Contractor’s fees and scope of work and the City’s terms and conditions, the City’s terms and conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay, and Contractor shall receive therefor compensation in a total sum not to exceed $650,000 for services for the equipment replacement and installation of the QS2 citywide radio system. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and Agreements herein before mentioned to be made and performed by City, Contractor agrees with City to provide services as set forth in Attachment A Item 13 Packet Page 58 Agreement Page 2 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Department Head or City Manager of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete Agreement between the parties hereto. No oral Agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral Agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Administration and IT City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Attn: Miguel Guardado, IT Manager Commline, Inc. __________________ Name 13700 Cimarron Ave. Gardena, CA 90249 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this Agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation By:_____________________________________ Derek Johnson, City Manager APPROVED AS TO FORM: CONTRACTOR ________________________________ By: _____________________________________ J. Christine Dietrick, City Attorney Item 13 Packet Page 59 City of San Luis Obispo Sole Source Justification Form Commline, Inc. It is the policy of the City of San Luis Obispo to solicit quotations or bids for purchases of commodities or services for specified dollar amounts and to select vendors on a competitive basis (See City of San Luis Obispo Financial Management Manual, Section 201, Exhibit 201-B). Pursuant to San Luis Obispo Municipal Code Chapter 3.24.060, certain acquisitions in which the products or services may only be obtained from a single source may be purchased without engaging in bidding procedures. Such Sole Source acquisitions must be justified in sufficient detail to explain the basis for suspending the usual competitive procurement process and approved by the approving authority before such a purchase is made. 1. What product or service is being requested? Why is it necessary? The purchase and installation of Tait radio equipment. 2. Is this “brand” of product or services offered the only one that meets the City’s requirements? If yes, what is unique about the product/services? Yes, it is our main City radio system and we are upgrading and replacing components. 3. Is the product or service proprietary or is it available from various dealers? Have you verified this? The product is being purchased off a piggyback cooperative. Service for implementation is available from other dealers, however, Tait the manufacturer, recommends Commline, Inc because of the complexity of the system, and Tait employees have knowledge of the City’s system, which would obviate the need for training. The current system utilizes a combination of Tait proprietary quasi - simulcast site controllers coupled with Intraplex IP stream audio multiplexers and JPS analog voters. The system was designed by Tait engineers and while proving reliable, is complex to support and out of the scope of many local providers. 4. Have other products/vendors been considered? If yes, which products/vendors have been considered and how did they fail to meet the City’s requirements? Yes, ATG was considered, but did not hold the same expertise and knowledge to complete this project. 5. Is the purchase an upgrade or addition to an existing system or brand of products adopted citywide? If so, will purchase of this product avoid other costs as opposed to purchasing another product or service (e.g., additional training required; data conversion; implementation of a new system; etc.)? Yes, this is the City’s main radio backend equipment Item 13 Packet Page 60 City of San Luis Obispo Sole Source Justification Form 6. Is this a request for services by a contractor with necessary, unique and critical knowledge of established City systems or programs? If so, will using the contractor’s services avoid other costs (e.g.: significant staff time in compiling information, data transfers, etc.)? Yes, the complexity of the City’s radio system (See Answer #3) warrants a vendor with special, critical knowledge of both the legacy radio system and incorporating new hardware into the system. 7. What is the quoted price for the product or services and is it reasonable (based on other products or services in the same field or based on historical pricing for the City for similar products or services)? $650,000 has been cooperatively bid and the City is piggybacking onto the cooperative NASPO contract, which saves the City the added costs of conducting its own RFP process. The City is also receiving a () discount. Approved: Requester: Lynn Wilwand __Dan Clancy /s/_______________________ ____3/23/2021_________________ Dan Clancy Date Purchasing Analyst Item 13 Packet Page 61 DATE:SALES REP: COMPANY:COMPANY: ATTENTION:ATTENTION: ADDRESS:ADDRESS: CITY/ST/ZIP:CITY/ST/ZIP: PHONE:PHONE: EMAIL:EMAIL: QTY NASPO COST EXT COST 1 $945.72 $945.72 2 $ 1,909.94 $3,819.88 2 $ 1,055.98 $2,111.96 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 2 $ 3,571.24 $7,142.48 2 $ 3,500.20 $7,000.40 4 $945.72 $3,782.88 8 $ 1,909.94 $15,279.52 8 $ 1,055.98 $8,447.84 4 $ 1,397.86 $5,591.44 4 $9.62 $38.48 8 $ 3,571.24 $28,569.92 8 $ 3,500.20 $28,001.60 3 $ 4,773.00 $14,319.00 3 $387.02 $1,161.06 3 $ 1,010.10 $3,030.30 1 $945.72 $945.72 2 $ 1,909.94 $3,819.88 2 $ 1,055.98 $2,111.96 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 2 $ 3,571.24 $7,142.48 2 $ 3,500.20 $7,000.40 3 $945.72 $2,837.16 6 $ 1,909.94 $11,459.64 6 $ 1,055.98 $6,335.88 3 $ 1,397.86 $4,193.58 3 $9.62 $28.86 6 $ 3,571.24 $21,427.44 6 $ 3,500.20 $21,001.20 3 $ 4,773.00 $14,319.00 3 $387.02 $1,161.06 3 $ 1,010.10 $3,030.30 1 $852.48 $852.48 2 $ 1,273.54 $2,547.08 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 TBAS065 SFE Key - P25 Linear Simulcast Modulation (LSM) Phase 1 TBAS065 SFE Key - P25 Linear Simulcast Modulation (LSM) Phase 1 TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk RX‐only TB9444-RX2T TB9444 Multi Receiverx2 Chassis Assy T01-01104-LAAA TB94 RxOnly 440-480 MHz S2 TBAS060 SFE Key - Digital Fixed Station Interface (91/94) TB9415D-050T TB9415 Dual 50W Chassis Assembly TBAS061 SFE Key - Central Voter (91/94) TBAS062 SFE Key - Simulcast Enable Phase I (91/94) TBAS061 SFE Key - Central Voter (91/94) TBAS062 SFE Key - Simulcast Enable Phase I (91/94) TBAS050 SFE Key - P25 Common Air Interface (CAI) (91/94) Fire Station 2 T01-01121-LAAA TB94 Linear PA 440-480M 50W TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk T01-01103-LAAA TB94 Rctr 440-480 MHz S2 T01-01121-DABA TB94 Linear PA 148-174M 50W TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk VHF Simulcast TB9415D-050T TB9415 Dual 50W Chassis Assembly T01-01103-DAAA TB94 Rctr 148-174 MHz S2 UHF Simulcast TBAS060 SFE Key - Digital Fixed Station Interface (91/94) UHF Simulcast TB9415D-050T TB9415 Dual 50W Chassis Assembly TBAS062 SFE Key - Simulcast Enable Phase I (91/94) TBAS050 SFE Key - P25 Common Air Interface (CAI) (91/94) 219-01561-00 CBL cord 2m USA IEC blk TBAS061 T01-01103-LAAA TB94 Rctr 440-480 MHz S2 T01-01121-LAAA TB94 Linear PA 440-480M 50W TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 SFE Key - Central Voter (91/94) TBAS061 SFE Key - Central Voter (91/94) TBAS062 SFE Key - Simulcast Enable Phase I (91/94) T01-01121-DABA TB94 Linear PA 148-174M 50W TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk VHF Simulcast TB9415D-050T TB9415 Dual 50W Chassis Assembly T01-01103-DAAA TB94 Rctr 148-174 MHz S2 South Hill RE: Tait System Design MODEL/PART # DESCRIPTION NASPO Contract #06913 805-781-7530 norrben@slocity.org City of San Luis Obispo Same Nic Orrben 990 Palm St 13700 Cimarron Ave., Gardena, CA 90249 (Main) 310.390.8003  (Fax) 310.390.4393 www.CommlineInc.com REQUEST FOR QUOTE 3/15/2021 Ryan Narimatsu BILL TO:SHIP TO: San Luis Obispo, CA Page 1 of 4 Item 13 Packet Page 62 2 $563.14 $1,126.28 1 $945.72 $945.72 2 $ 1,909.94 $3,819.88 2 $ 1,055.98 $2,111.96 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 2 $563.14 $1,126.28 2 $ 3,500.20 $7,000.40 3 $945.72 $2,837.16 6 $ 1,909.94 $11,459.64 6 $ 1,055.98 $6,335.88 3 $ 1,397.86 $4,193.58 3 $9.62 $28.86 6 $563.14 $3,378.84 6 $ 3,500.20 $21,001.20 3 $ 4,773.00 $14,319.00 3 $ 1,010.10 $3,030.30 1 $852.48 $852.48 2 $ 1,273.54 $2,547.08 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 2 $563.14 $1,126.28 1 $852.48 $852.48 2 $ 1,273.54 $2,547.08 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 2 $563.14 $1,126.28 2 $852.48 $1,704.96 8 $ 1,273.54 $10,188.32 2 $ 1,397.86 $2,795.72 2 $9.62 $19.24 8 $563.14 $4,505.12 3 $ 4,773.00 $14,319.00 3 $ 1,010.10 $3,030.30 1 $945.72 $945.72 1 $ 1,909.94 $1,909.94 1 $ 1,055.98 $1,055.98 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 1 $ 1,909.94 $1,909.94 1 $ 1,055.98 $1,055.98 1 $368.52 $368.52 2 $52.54 $105.08 1 $945.72 $945.72 1 $ 1,909.94 $1,909.94 1 $ 1,055.98 $1,055.98 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 1 $ 1,909.94 $1,909.94 1 $ 1,055.98 $1,055.98 TBAS065 SFE Key - P25 Linear Simulcast Modulation (LSM) Phase 1 TBAS065 SFE Key - P25 Linear Simulcast Modulation (LSM) Phase 1 Utilities, FD TAC 2 TB9415D-050T TB9415 Dual 50W Chassis Assembly T01-01121-DABA TB94 Linear PA 148-174M 50W TBCA03-10 Relay coax assembly (TB94) TBC101A TB73/93/94 E&M Isolation Adaptor T01-01121-DABA TB94 Linear PA 148-174M 50W T01-01103-LAAA TB94 Rctr 440-480 MHz S2 T01-01121-LAAA TB94 Linear PA 440-480M 50W TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk T01-01103-DAAA TB94 Rctr 148-174 MHz S2 TB94 Rctr 148-174 MHz S2 TB9415D-050T TB9415 Dual 50W Chassis Assembly T01-01103-LAAA TB94 Rctr 440-480 MHz S2 T01-01121-LAAA TB94 Linear PA 440-480M 50W Dispatch Control Stations White, Common FD TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk T01-01103-DAAA TBAS050 SFE Key - P25 Common Air Interface (CAI) (91/94) TB9444 Multi Receiverx3 Chassis Assy T01-01104-LAAA TB94 RxOnly 440-480 MHz S2 TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk TBAS071 SFE Key - IP Networking Satellite T01-01104-LAAA TB94 RxOnly 440-480 MHz S2 TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk TBAS071 SFE Key - IP Networking Satellite RX‐only TB9444-RX2T TB9444 Multi Receiverx2 Chassis Assy TBAS050 SFE Key - P25 Common Air Interface (CAI) (91/94) UHF Simulcast TB9415D-050T TB9415 Dual 50W Chassis Assembly TBAS062 SFE Key - Simulcast Enable Phase I (91/94) 219-01561-00 CBL cord 2m USA IEC blk TBAS071 SFE Key - IP Networking Satellite TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 T01-01103-LAAA TB94 Rctr 440-480 MHz S2 T01-01121-LAAA TB94 Linear PA 440-480M 50W TBAS062 SFE Key - Simulcast Enable Phase I (91/94) Rx‐only UHF TB9444-RX4T TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk TBAS071 SFE Key - IP Networking Satellite 919 Palm TB9444-RX2T TB9444 Multi Receiverx2 Chassis Assy T01-01104-DAAA TB94 RxOnly 148-174 MHz S2 Rx‐only VHF TB9415D-050T TB9415 Dual 50W Chassis Assembly T01-01103-DAAA TB94 Rctr 148-174 MHz S2 T01-01121-DABA TB94 Linear PA 148-174M 50W TBAS071 SFE Key - IP Networking Satellite Fire Station 3 VHF Simulcast TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk TBAS071 SFE Key - IP Networking Satellite Page 2 of 4 Item 13 Packet Page 63 1 $368.52 $368.52 2 $52.54 $105.08 1 $945.72 $945.72 1 $ 1,909.94 $1,909.94 1 $ 1,055.98 $1,055.98 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 1 $ 1,909.94 $1,909.94 1 $ 1,055.98 $1,055.98 1 $368.52 $368.52 2 $52.54 $105.08 1 $945.72 $945.72 1 $ 1,909.94 $1,909.94 1 $ 1,055.98 $1,055.98 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 1 $ 4,773.00 $4,773.00 1 $387.02 $387.02 1 $945.72 $945.72 2 $ 1,909.94 $3,819.88 2 $ 1,055.98 $2,111.96 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 2 $52.54 $105.08 1 $ 4,773.00 $4,773.00 1 $387.02 $387.02 1 $945.72 $945.72 2 $ 1,909.94 $3,819.88 2 $ 1,055.98 $2,111.96 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 2 $52.54 $105.08 1 $ 4,773.00 $4,773.00 1 $387.02 $387.02 2 $ 1,035.26 $2,070.52 9 $ 3,335.92 $30,023.28 2 $ 1,397.86 $2,795.72 2 $9.62 $19.24 9 $193.88 $1,744.92 2 $945.72 $1,891.44 2 $ 1,909.94 $3,819.88 2 $ 1,508.86 $3,017.72 2 $ 1,397.86 $2,795.72 2 $9.62 $19.24 1 $368.52 $368.52 3 $945.72 $2,837.16 3 $ 1,909.94 $5,729.82 3 $ 1,273.54 $3,820.62 3 $ 1,397.86 $4,193.58 3 $9.62 $28.86 2 $ 4,773.00 $9,546.00 TBAS050 SFE Key - P25 Common Air Interface (CAI) (91/94) 219-01561-00 CBL cord 2m USA IEC blk TBCA03-10 Relay coax assembly (TB94) TB9435S-100T TB9435 Single 100Watts Chassis Assembly TBAS050 SFE Key - P25 Common Air Interface (CAI) (91/94) TBAS060 SFE Key - Digital Fixed Station Interface (91/94) TBAS050 SFE Key - P25 Common Air Interface (CAI) (91/94) TBAS060 SFE Key - Digital Fixed Station Interface (91/94) 219-01561-00 CBL cord 2m USA IEC blk TBC101A TB73/93/94 E&M Isolation Adaptor TB9100 P25 Console Gateway Reciter with DES TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk TBAS054 SFE Key - MDC1200 Signaling on Analog Line (91) TB8000/9000 Power Management Unit AC aux12TBA30A0-0100 CBL cord 2m USA IEC blk T01-01121-DABA TB94 Linear PA 148-174M 50W TB94 Rctr 440-480 MHz S2 T01-01121-LAAA TB94 Linear PA 440-480M 50W TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk TBC101A TB73/93/94 E&M Isolation Adaptor TBCA03-10 Relay coax assembly (TB94) TBC101A TB73/93/94 E&M Isolation Adaptor TBAS050 SFE Key - P25 Common Air Interface (CAI) (91/94) TBAS060 SFE Key - Digital Fixed Station Interface (91/94) TB94 Rctr 440-480 MHz S2 T01-01121-LAAA TB94 Linear PA 440-480M 50W TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk T01-01103-LAAA TB94 Rctr 440-480 MHz S2 T01-01104-LAAA TB94 RxOnly 440-480 MHz S2 TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 UHF 100W TB9435S-100T TB9435 Single 100Watts Chassis Assembly Tassajera Peak VHF 100W PD TAC 2 TB9415S-050T TB9415 Single 50W Chassis Assembly T01-01103-LAAA Yellow, PD TAC TB9415D-050T TB9415 Dual 50W Chassis Assembly T01-01103-LAAA TB94 Rctr 440-480 MHz S2 T01-01121-LAAA TB94 Linear PA 440-480M 50W TBA30A0-0100 TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 Citywide Common PD, Red TB9415D-050T TB9415 Dual 50W Chassis Assembly T01-01103-LAAA TN9100 Gateways TBA2645 TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk T01-01103-DAAA TB94 Rctr 148-174 MHz S2 Public Works 2, OES FD TB9415D-050T TB9415 Dual 50W Chassis Assembly T01-01103-LAAA TB94 Rctr 440-480 MHz S2 T01-01121-LAAA TB94 Linear PA 440-480M 50W TBCA03-10 Relay coax assembly (TB94) TBC101A TB73/93/94 E&M Isolation Adaptor TB8100/9100 Subrack Multi Reciter Max 5 Channels TBA50H2-PAC1 T01-01103-DAAA TB94 Rctr 148-174 MHz S2 T01-01121-DBBA TB94 Linear PA 148-174M 100W 219-01561-00 Page 3 of 4 Item 13 Packet Page 64 1 $852.48 $852.48 1 $ 1,273.54 $1,273.54 1 $ 1,397.86 $1,397.86 1 $9.62 $ 9.62 1 $563.14 $563.14 1 $ 2,500.00 $2,500.00 1 $ 2,161.25 $2,161.25 1 $190.00 $190.00 1 $95.00 $95.00 $ 523,851.27 1 $ 15,000.00 $15,000.00 $ 7,500.00 $7,500.00 $ 32,000.00 $32,000.00 $ 12,500.00 $12,500.00 $ 15,000.00 $15,000.00 $ 5,000.00 $5,000.00 $ 3,000.00 $3,000.00 $ 90,000.00 1 $ 5,988.00 $5,988.00 1 $ 5,988.00 $5,988.00 1 $ 5,988.00 $5,988.00 $ 17,964.00 1 $ (25,000.00) $ (25,000.00) Special Notes:Sub‐Total 523,851.27$ Sales Tax (7.75%)40,598.47$ Freight 2,586.25$ Labor 90,000.00$ Services/Support 17,964.00$ Discount (25,000.00)$ GRAND TOTAL 649,999.99$ PO #Date Labor Networking/RFC 2544/GPS sync I agree to the terms and conditions set forth in this proposal. A 20% cancellation charge will apply to canceled orders. NASPO Contract #06913 Customer Approval Signature CLI Discount Commline Discount EPW-INF-TAM-1 Extended Warranty TAM Infrastructure Yr 5 Services and Support: Extended Warranty (Begins after Year 2) EPW-INF-TAM-1 Extended Warranty TAM Infrastructure Yr 3 EPW-INF-TAM-1 Extended Warranty TAM Infrastructure Yr 4 TB9444 Multi Receiverx2 Chassis Assy T01-01104-DAAA TB94 RxOnly 148-174 MHz S2 Hardware Total: Console Integration/Avtec Labor Total Misc: Jumpers/Connects/Cable mngmnt/CAT 6/Rack mount hardware LABOR SD Includes: System Design/Engineering/Staging/Setup Antenna System VHF Antenna, cabling, polyphaser TBA30A0-0100 TB8000/9000 Power Management Unit AC aux12 219-01561-00 CBL cord 2m USA IEC blk TBAS071 SFE Key - IP Networking Satellite Antenna System Cal Poly SLO Receive Site Rx‐only VHF TB9444-RX2T Install for Cal Poly Pomona Avtec Outpost Plus OUTPOSTPLUS-2R Outpost Plus Radio Gateway, Voip, 2 Port, POE OUTPOSTPLUS-CFG Outpost Plus Configuration Tool. 1 Required Per Site. OUTPOSTPLUS-PS-NA Outpost Plus Power Supply, North America Project Management Six Site- Installation/Integration Page 4 of 4 Item 13 Packet Page 65 BLANK PAGE This page is intended to be blank so that you can print double-sided. Item 13 Packet Page 66