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