Loading...
HomeMy WebLinkAboutReso 23-2021 (21-21)City of South San Francisco P.O. Box 711 (City Hall, 400 Grand Avenue) South San Francisco, CA 1PCity Council Resolution: RES 23-2021 File Number: 21-21 Enactment Number: RES 23-2021 A RESOLUTION APPROVING A PURCHASE AGREEMENT WITH L3HARRIS TECHNOLOGIES, INC. TO PURCHASE COMMUNICATION EQUIPMENT FOR THE CIVIC CAMPUS PROJECT, PHASE 1, POLICE OPERATIONS & 911 DISPATCH CENTER IN AN AMOUNT NOT TO EXCEED $184.226.00. WHEREAS, on January 8, 2020, the City Council awarded a construction contract to Swinerton Builders of San Francisco, California for the Civic Campus: Phase 1 Police Operations & 911 Dispatch Center (Project No. pf2003; Bid No. 2633) in the amount of $52,553,015; and WHEREAS, on January 8, 2020 the overall Phase 1 budget was adjusted to include Furniture, Fixtures, and Equipment (FF&E), including communication and IT equipment for the new Police Operations & 911 Dispatch Center; and WHEREAS, the existing Police Department communication systems have been in service for over seven years and have reached the end of economic life; and WHEREAS, new communication equipment is needed to provide similar existing services to the City of South San Francisco, the City of Pacifica, and the City of Colma; and WHEREAS, this agreement is for the purchase of equipment only (no services); and WHEREAS, the new communication equipment must be compatible with the existing mobile radios in police and fire vehicles; and WHEREAS, the new communication equipment will have an economic anticipated lifespan of six years; and WHEREAS, Council has the authority to approve sole sourcing of these items under the City purchasing policy, which allows sole -sourcing when "the item purchase is so unique, that only one possible source could meet the established standards"; and WHEREAS, California Public Contract Code Section 3400(c) also permits general law cities to suspend competitive bidding in public works contracts and to make sole source purchases of products in order to match other products in use on a particular public improvement either completed or in the course of completion; and WHEREAS, the City finds the contract is for unique equipment that meets these requirements. City of South San Francisco Page 1 File Number: 21-21 Enactment Number: RES 23-2021 NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of South San Francisco adopts a resolution approving a Purchase Agreement with L3Harris Technologies, Inc. in an amount not to exceed $184,226.00 in substantially the same form as attached hereto; and BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the agreement amendments and any other related on behalf of the City upon timely submission of L3Harris Technologies, Inc., signed contract all other required documents, subject to approval as to form by the City Attorney. At a meeting of the City Council on 1/27/2021, a motion was made by Councilmember Nicolas, seconded by Vice Mayor Nagales, that this Resolution be approved. The motion passed. Yes: 4 Mayor Addiego, Vice Mayor Nagales, Councilmember Nicolas, and Councilmember Coleman Attest by 410 R!osa Govea Acosta, City Clerk City of South San Francisco Page 2 Page 1 of 4 [Rev:11/14/2016] PURCHASE AGREEMENT BETWEEN THE CITY OF SOUTH SAN FRANCISCO AND L3HARRIS TECHNOLOGIES, INC. These terms and conditions govern the purchase of materials, supplies, and/or equipment, including any related installation, training, and/or minor services and repairs described in this Purchase Agreement (“Purchase Agreement”) by L3Harris Technologies, Inc. (“Vendor”) for the City of South San Francisco (“City”). Vendor and City are collectively referred to in this Purchase Agreement as “the Parties.” If the Vendor selects subcontractors to execute a portion the terms of this Purchase Agreement, that subcontractor is an agent of the Vendor, and is hereby included by reference as “the Vendor.” 1. Time of Performance. This Purchase Agreement shall commence effective January 28, 2021 and shall end when Vendor has provided to the City the Products and Services described in this Purchase Agreement, and in Exhibit A (“Products” and/or “Services”). The equipment and products listed in Exhibit A must be delivered by September 30, 2021. The installation and other services set forth in Exhibit A must be completed by September 30, 2021. In the event that any of the terms of Exhibit A conflict with this Purchase Agreement, the terms of the Purchase Agreement shall prevail. 2. Description of Goods. Vendor shall perform everything required to be performed and shall provide and furnish to City with radio consoles and shall complete delivery F.O.B. to the City of South San Francisco on or before 245 days from the date of this Purchase Agreement in strict accordance with the specifications as established by this Purchase Agreement and Exhibit(s), which specifications are incorporated herein and made part of this Purchase Agreement. 3. Description of Purchase. The City hereby agrees to pay Vendor for the Products and/or Services with a not to exceed amount. The total compensation for Products and/or Services performed under this Purchase Agreement is not to exceed one hundred and sixty seven thousand two hundred and eighty eight dollars ($167,288). The City shall pay Vendor invoices for Products and/or Services actually delivered in accordance with this Purchase Agreement. To be eligible for payment, Vendor invoices must itemize the Products and/or Services delivered and the corresponding prices in accordance with this Purchase Agreement. Payment of Vendor invoices does not constitute acceptance of Products and/or Services delivered. Prices of Products and/or Services delivered that are not in accordance with this Purchase Agreement are subject to adjustment. In no event will the prices of Products and/or Services delivered exceed that specified on this Purchase Agreement. Payments shall be subject to adjustment for defects in quality or failure of Vendor to meet terms and conditions herein and in Exhibit A. Such adjustments shall be equal to one hundred percent (100%) of City’s costs to correct such defects or Vendor’s failure to meet Purchase Agreement requirements. 4. Taxes. Vendor shall pay all applicable federal, state and local taxes, which may be chargeable against the d elivery of the Products and/or Services listed herein. 5. General Warranties and Product Compliance. Vendor warrants that: (A) All Products and /or Services are as described on this Purchase Agreement conform to all drawings, samples, descriptions and specifications contained in Exhibit A; (B) All Products and/or Services delivered are new and of good merchantable quality, free from material defects of workmanship and fit for the purpose for which sold or provided; (C) Vendor has good title to all Products delivered and all Products delivered are free from liens and other encumbrances; and (D) Vendor's delivery and installation of the Products and/or Services will be in strict conformity with all applicable local, state, and federal laws. For purposes of this warranty, any Products or components not meeting the foregoing quality shall be deemed defective. The foregoing warranty provisions shall also be applicable to equipment or materials provided by a third party entity to Vendor via this Purchase Agreement. Vendor also expressly warrants and guarantees, for five (5) years that the Products and/or Services furnished by it to City shall be free from breakage or defects of material and workmanship under normal use, service and maintenance from the date of acceptance of the City, and expressly agrees to repair or replace Products and/or Services or any part thereof which proves defective as a result of inferior or defective materials, equipment or workmanship. If within the period stated above, any repairs or replacements in connection with the Products and/or Services are, in the opinion of the City, rendered necessary as a result of the use of inferior or defective materials, equipment or workmanship, Vendor agrees on receipt of notice from City and without expense to the City, for freight, parts or labo r, to properly repair, replace or correct any and all such defects therein. If Vendor, after such notice, fails to proceed promptly with the terms of this warranty and guarantee, the City may perform the work necessary to effectuate such corrections, repa irs and replacements, and recover the cost thereof from Vendor. 6. Damage to City Facilities. Damage to City or public facilities or private property caused by the Vendor or by its subcontractors during delivery or installation shall be repaired and/or replaced in kind at no cost to the City. Page 2 of 4 [Rev:11/14/2016] 7. Site Safety and Cleanup. The delivery and installation site shall be kept clean and free of hazards at all times during installation. After installation is completed at the site, Vendor shall clean the surrounding area to the condition prior to installation. 8. Final Inspection and Work Acceptance. Finished installation work and/or equipment shall be subject to final inspection and acceptance or rejection by the City. 9. Indemnity. To the fullest extent permitted by law, Vendor shall indemnify, defend (with counsel acceptable to the City), and hold harmless the City and its elected and appointed officers, officials, employees, agents, contractors and consultants (collectively, the “City Indemnitees”) from and against any and all liability, loss, damage, claims, expenses and costs (including, without limitation, attorneys’ fees and costs of litigation) (collectively, “Liability”) of every nature arising out of or in connection with the delivery and installation of the Products and/or Services described on this Purchase Agreement or Vendor’s failure to comply with this Purchase Agreement, except such Liability caused by the gross negligence or willful misconduct of the City Indemnitees. 10. Insurance. Before beginning any installation work and continuing throughout the term of this Purchase Agreement, Vendor, at its sole cost and expense, furnish the City with certificates of insurance evidencing that Contractor has obtained and maintains insurance in the following amounts: A. Workers’ Compensation that satisfies the minimum statutory limits. B. Commercial General Liability and Property Damage Insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000) combined single limit per occurrence, TWO MILLION DOLLARS ($2,000,000) annual aggregate, for bodily injury, property damage, products, completed operations and contractual liability coverage. The policy shall also include coverage for liability arising out of the use and operation of any City -owned or City-furnished equipment used or operated by the Vendor, its personnel, agents or subcontractors. C. Comprehensive automobile insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury and property damage including coverage for owned and non -owned vehicles. All insurance policies shall be written on an occurrence basis and shall name the City Indemnitees as additional insureds with any City insurance shall be secondary and in excess to Vendor’s insurance. If the Vendor’s insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer’s liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self-insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self-insured retention required to be paid as a precondition to the insurer’s liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible. The City Risk Manager, in writing, may approve a variation in the foregoing insurance requirements. A valid and executed approval by Risk Manager must accompany this Purchase Agreement for a variation to be binding. 11. Prevailing Wage. Where applicable, the wages to be paid for a day's work to all classes of laborers, workmen, or mechanics on the work contemplated by this Purchase Agreement, shall be not less than the prevailing rate for a day’s work in the same trade or occupation in the locality within the state where the work hereby contemplates to be performed as determined by the Director of Industrial Relations pursuant to the Director’s authority under Labor Code Section 1770, et seq. Each laborer, worker or mechanic employed by Vendor or by any subcontractor shall receive the wages herein provided for. The Vendor shall pay two hundred dollars ($200), or whatever amount may be set by Labor Code Section 1775, as may be amended, per day penalty for each worker paid less than prevailing rate of per diem wages. The difference between the prevailing rate of per diem wages and the wage paid to each worker shall be paid by the Vendor to each worker. An error on the part of an awarding body does not relieve the Vendor from responsibility for payment of the prevailing rate of per diem wages and penalties pursuant to Labor Code Sections 1770 -1775. The City will not recognize any claim for additional compensation because of the payment by the Vendor for any wage rate in excess of prevailing wage rate set forth. The possibility of wage increases is one of the elements to be considered by the Vendor. A. Posting of Schedule of Prevailing Wage Rates and Deductions. If the schedule of prevailing wage rates is not attached hereto pursuant to Labor Code Section 1773.2, the Vendor shall post at appropriate conspicuous points at the site of the project a schedule showing all determined prevailing wage rates for the various classes of laborers and mechanics to be Page 3 of 4 [Rev:11/14/2016] engaged in work on the project under this contract and all deductions, if any, requir ed by law to be made from unpaid wages actually earned by the laborers and mechanics so engaged. B. Payroll Records. Each Vendor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the Vendor in connection with the public work. Such records shall be certified and submitted weekly as required by Labor Code Section 1776. 12. Payment of Employment Taxes; Tax Withholding. Vendor is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. To be exempt from tax withholding, Vendor must provide City with a valid California Franchise Tax Board form 590 (“Form 590”), as may be amended and such Form 590 shall be attached hereto and incorporated herein as Exhibit B. Unless Vendor provides City with a valid Form 590 or other valid, written evidence of an exemption or waiver from withholding, City may withhold California taxes from payments to Vednor as required by law. Vendor shall obtain, and maintain on file for three (3) years after the termination of this Agreement, Form 590s (or other written evidence of exemptions or waivers) from all subcontractors. Vendor accepts sole responsibility for withholding taxes from any non-California resident subcontractor and shall submit written documentation of compliance with Vendor’s withholding duty to City upon request. 13. Termination. In addition to all other legal and equitable rights of the City, the City may terminate this Purchase Agreement upon notice to the Vendor. If the City terminates this Purchase Agreement, the City will pay the Vendor for Products and/or Services accepted in accordance with this Purchase Agreement prior to the date of termination. 14. Prevailing Party. In the event that either party to this Purchase Agreement commences any legal action or proceeding (including but not limited to arbitration) to interpret the terms of this Purchase Agreement, the prevailing party in such a proceeding shall be entitled to recover its reasonable attorney’s fees associated with that legal action or proceeding. 15. Notice. All notices and other communications which are required or may be given under this Agreement shall be in writing and shall be deemed to have been duly given (i) when received if personally delivered; (ii) when received if transmitted by telecopy, if received during normal business hours on a business day (or if not, the next business day after delivery) provided that such facsimile is legible and that at the time such facsimile is sent the sending Party receives written confirmation of receipt; (iii) if sent for next day delivery to a domestic address by recognized overnight delivery service (e.g., Federal Express); and (iv) upon receipt, if sent by certi fied or registered mail, return receipt requested. In each case notice shall be sent to the respective Parties as follows: Vendor: L3Harris Technologies, Inc. 221 Jefferson Ridge Parkway Lynchburg, VA 24501 City: City Clerk City of South San Francisco 400 Grand Avenue South San Francisco, CA 94080 16. Assignment, Governing Law. The Vendor may not assign any of Vendor's obligations under this Purchase Agreement without the City’s prior written approval. This Purchase Agreement is governed by California law. The jurisdiction for any litigation arising from this Purchase Agreement shall be in the state of California, and shall be venued in the County of San Mateo. 17. Severability. If any portion of this Purchase Agreement is held invalid, the Parties agree that such invalidity shall not affect the validity of the remaining portions of this Purchase Agreement. 18. Entire Agreement. This Agreement represents the entire and integrated agreement between the Parties. This Purchase Agreement may be modified or amended only by a subsequent written agreement signed by both Parties. 19. Execution in Counterpart. This Agreement may be executed in counterparts and/or by facsimile or other electronic means, and when each Party has signed and delivered at least one such counterpart, each counterpart shall be deemed an original, Page 4 of 4 [Rev:11/14/2016] and, when taken together with other signed counterpart, shall constitute one Agreement, which shall be binding upon and effective as to all Parties. CITY OF SOUTH SAN FRANCISCO VENDOR A Municipal Corporation By:___________________________ By:___________________________ City Manager [Name], Authorized Rep Approved as to Form: __________________________ City Attorney 2729963.1 City of South San Francisco Harris-Tait Radio Equipment Requirements Revised: 11/03/2020 TB9400 Base Stations (PD-1,PD-2,PD-3) Part Number Description Qty List Price Extended T01-01103-MAAA RECITER, TB9400, 470-520MHZ 4 $2,581 $10,324 TB9435S-100H CHASSIS, TB9400, SINGLE, 100W 4 $1,278 $5,112 TBAS050 SFE P25 COMMON AIR INTERFACE (CAI)4 $6,450 $25,800 T01-01121-MBAA LINEAR PWR AMP, TB9400, 470-520MHZ, 100W 4 $2,039 $8,156 TBA30A4-4100 PMU, TB9000, 48VACDC AUX12V 4 $2,501 $10,004 TBAS061 SFE CENTRAL VOTER (TB91/94)2 $4,826 $9,652 TBAS060 SFE DIGITAL FIXED STATION INTERFACE 4 $523 $2,092 219-01561-00 CABLE, PMU IEC, 6.5FT 4 $13 $52 $71,192 TB9400 Receivers (PD-1) Part Number Description Qty List Price Extended TB9444-RX1H CHASSIS, TB9400, SINGLE RECEIVER X1 2 $1,152 $2,304 T01-01104-MAAA RXONLY, TB9400, 470-520MHZ 2 $1,721 $3,442 TBAS071-R0 SFE - IP NETWORKING SATELLITE 2 $381 $762 TBAS050-R0 SFE P25 COMMON AIR INTERFACE RXONLY 2 $3,225 $6,450 TBA30A4-4100 PMU, TB9000, 48VACDC AUX12V 2 $2,501 $5,002 219-01561-00 CABLE, PMU IEC, 6.5FT 2 $13 $26 $17,986 Page 1 City of South San Francisco Harris-Tait Radio Equipment Requirements Revised: 11/03/2020 Misc (PD-1,PD-2,PD-3) Part Number Description Qty List Price Extended TN91100010N400 CONSOLE GATEWAY 1 CHANNEL ACDC48/12 3 $8,421 $25,263 TBAS058 SFE KEY - P25 AES ENC (TB91)3 $1,047 $3,141 $28,404 PD-1 Radios List Price Total $117,582 PD-2 Radios List Price Total $24,853 PD-3 Radios List Price Total $24,853 $167,288 Dan Kelleher (Ph 650-333-8323) ([email protected]) L3Harris Technologies, Inc. Public Safety and Professional Communications 221 Jefferson Ridge Parkway Lynchburg, Virginia 24501 Phone: 1-800-368-3277 Fax: 321-409-4393 Page 2 Hi gh per f or mi ng, mul t i -mode base st at i ons f or mi ssi on cr i t i cal net wor ks. The Tait TB9400 "High level" base st at ion is a mult i-mode plat f orm f or analog convent ional, MPT, DMR and P25 syst ems. It provides bot h digit al f requency and t ime division mult iple access f or FDMA and TDMA operat ions. The TB9400 of f ers a spect rally ef f icient solut ion, enabling migrat ion pat h bet ween modes, wit h great er capacit y and t hus f ut ure proof your invest ment . It delivers operat ional ef f iciency t hrough f eat ures such as int ernal vot er capabilit y, Linear Simulcast Modulat ion (LSM) and remot e net work management . TB9400 SPECIFICATIONS © Tait International Limit ed 2018. Tait_SS_TB9400_v15.3 www.t ait r adi o.com KEY FEATURES -Mult i-mode platform supporting Analog Convent ional, AS-IP (Analog Simulcast over IP), MPT, DMR Convent ional and Trunking, P25 Convent ional and P25 Trunking modes -Simple change of mode t hrough t he web interface. -Dual mode automat ic switching between Analog and P25 conventional -P25 and analog conventional simplex and DFSI support for ease of migration -Adherence t o P25 st andards Phase1 and Phase2 (ult ra-narrowband 6.25 kHz) for interoperability -Tait DMR Access and Express solution compatible -Simulcast and Vot ing in AS-IP, DMR and P25 networks -DMR fallback int o single site operat ion -Linear Simulcast Modulation (LSM) t o increase P25 coverage efficiency -Migrat ion capability from Tait AS-IP to P25 Conventional network, with dual mode, simplex and DFSI capabilities or t o Tait DMR simulcast -Analog line (support ing 4 wire E&M) in analog mode for RF linking connection and local console support -Efficient syst em infrastruct ure scalability based on IP network connectivit y -Extensive range of remote management and monitoring capabilit ies with a securit y focus -Built-in basic spect rum analyzer provides on-site diagnostics -Modular struct ure offers variety of build opt ions t o sat isfy serviceability or space const raint s -Designed to military standard MIL-STD-810G © Tait Int ernational Limited 2020. Tait_SS_TB9400_v15.3 www.t ait radi o.com TB9400 SPECIFICATIONS FEATURES AND BENEFITS Delivering on operat ional needs -Flexible network design through IP connectivity and linking -Transfer data and voice across a packet-switched infrastructure using standard IP communications -Robust design provides mission-critical voice communications -P25/DMR Voice over IP (VoIP) support -Cornerstone of a Tait P25 software-upgradable system -Quality of Service (QoS) assignments for voice and signalling to allow optimal network packet routing - Simulcast and Voting solutions for analog conventional, DMR Tier 2 and Tier 3, P25 conventional and trunking systems -Built-in optional central voting facility selects the best quality signal for transmission -LSM support means digital P25 simulcast networks require fewer sites -C4FM simulcast operation -Multi-DFSI support with full control or audio connectivity only in P25 and analog conventional modes -Simplex support with antenna relay management in P25 and analog conventional modes -Analog line support in analog conventional mode for console and system connectivity as well as relay and RF linking configurations -Built-in Continuous Wave Identification (CWID) generation meets FCC call-sign requirements -Remote software downloads with no impact to operations - Built-in basic spectrum analyzer provides on-site diagnostics, by way of plotting signal level Resiliency t o manage risk and enhance safet y in challenging environment s -Dual software image support for fast rollback -Dual diversity not required due to Simulcast and automatic macro diversity -Integrated Web https secured application to remotely monitor, diagnose and configure -Tait smart power supply with auto change from AC to DC for easy battery back-up -Rated for continuous full output power -Rugged construction with efficient heatsinks and front-to-rear fan-forced cooling -Meets relevant MIL-STD-810G test methods Designed t o support ef f ect ive deployment -Compact modular design to minimize rack space and improve serviceability -Migration paths between analog/ P25 conventional/ P25 trunked networks with extensive re-use -Migration paths from analog/ MPT networks to DMR with extensive re-use -Front panel user interface to set device IP address, where required Delivers on Public Saf et y -Benefit from the spectral efficiency, multi-vendor interoperability, security, migration and data capability demanded by P25 standards -Designed and tested with the DMR Tier 2 Conventional and Tier 3 Trunking standards to provide customers with choice of vendor and equipment -6.25 kHz equivalent 2-slot TDMA for both voice and data offers spectral efficiency operation - Ongoing communications during an outage with failsoft - Tested using the CAP certification program, providing confidence of multi-vendor interoperability Ef f icient management wit h a focus on securit y -Remote network management utilizing built-in secure https web server and SNMP V3 support -Detailed alarm monitoring and reporting of critical base station/repeater parameters -12 digital inputs to monitor external equipment -Inbuilt diagnostics to allow technicians to remotely confirm optimal operation and identify network faults -Enhanced security through password protection and access level control on web server -Multiple user accounts -System logs to provide audit records -Ability to configure 1,000 channels to allow single configuration across sites Fut ure-proofed t o prot ect your invest ment -Software configurable, including mode and feature upgrades through software licenses as required - Software upgradeable to add new features and functionality to ensure that your analog/P25 solution is maintained and updated with the ever-changing needs of your market and environment Wide range of conf igurat ion opt ions available -Configurable as a single channel 100W or 50W unit , or a dual channel 50W unit , with a range of DC and AC power supply options TB9400 SPECIFICATIONS © Tait International Limited 2020. Tait_SS_TB9400_v15.3 www.t ai t r adio.com MILITARY STANDARDS 810G Applicable MIL-STD Met hod Procedure Low pressure (Altitude 15000ft (4572m))500.5 2 Humidity 507.5 2 Vibration 514.6 1 Shock 516.6 1 ANALOG LINE Input Out put Audio interfaces 600? Balanced 600? Balanced Audio interface level -30dBm to 0dBm nominal (300Hz to 2,550Hz) -30dBm to 0dBm nominal (300 to 2,550Hz) Frequency response +0.5/-2.0dB rel. 1kHz (300Hz to 3,000Hz) Passband ripple -3 ~ +1dB -3 ~ +1dB Audio distortion <3% typical (line to RF)<3% typical (RF to line) Frequency Range Tait Band Conf igurat ion VHF 136-156MHz B2 50W & 100W 148-174MHz B3 50W & 100W UHF 378-420MHz HH 50W & 100W 400-440MHz H1 50W & 100W 440-480MHz H2 50W & 100W 470-520MHz H3 50W & 100W 700/800MHz Tx: 762-870MHz*, Rx: 794-824MHz K4 50W & 100W * The actual Tx frequency coverage in this band is 762-776MHz, and 850-870MHz FREQUENCY BANDS P25, Analog FM DMR USA (CFR 47)B2, B3, HH, H1, H2, H3, K4 B3, H1, H2, H3 Canada (RSS-119)B2, B3, HH, H1, H2, K4 B3, H1, H2 Europe (EN300-113, EN300-086, EN301-489)B21, B31, 2, H1, H21, H3 B31, 2, H1, H21, H3 Australia/New Zealand (AS/NZS4768)B21, B31, 2, H1, H21, H3 B31, 2, H1, H21, H3 1 CE EN300086 Wideband Approved 2 EN301929 Marine Wideband Approved on 100W B3 model REGULATORY Radio specif icat ions Frequency stability ±0.5 ppm Channels 1,000 Channel spacing 12.5 kHz in analog Phase 1 - FDMA channel is 12.5KHz, and Phase 2 - 2 TDMA voice channels is 6.25 kHz equivalent in P25 Frequency increment/channel step VHF 2.5kHz/3.125kHz, UHF 5kHz/6.25kHz, 700/800MHz 5kHz/6.25kHz External frequency reference 10 MHz/12.8 MHz (auto detect) Packet data Repeated on P25 Phase 1 channels Physical specif icat ions Dimensions (HxWxD) 7 x 19 x 15.8 in (177 x 483 x 400 mm) 4U rack space Weight Single 100 W: 46.5 lb (21.1 kg) Dual 50W : 54.7lb (24.8kg) Single 50W 43.2lb (19.6kg) Operating temperature -22ºF to +140ºF (-30ºC to +60ºC) Power specif icat ions Power Supply DC 12V, 24V, 48V, PMU (+ve or -ve earth) AC 88-264V (with Power Factor Correction) ESD rating +/-4kV contact discharge and +/-8kV air discharge Power consumpt ion* (UHF)120VAC 230VAC 12VDC 24VDC 48VDC Standby (Single 50 and 100 W)0.370A, 30W 0.510A, 31W 2A, 24W 0.975A, 23W 0.480A, 23W Tx @ 50W Single 1.9A, 235W 1.1A, 220W 18A, 216W 9A, 216W 4.2A, 202W Tx @ 100W 3.3A, 395W 1.7A, 375W 32A, 385W 15.5A, 370W 7.4A, 355W * Note Transmitter: These figures are specific to UHF, for other bands consult the product specification manual. GENERAL TB9400 SPECIFICATIONS © Tait Internat ional Limited 2020. Tait _SS_TB9400_v15.3 www.t ai t r adi o.com Aut horized PartnersTAIT NETWORK SOLUTIONS Backed up by our proven radio network expertise, the TB7300 is part of our larger network offering. The Tait network solution consists of radio units, infrastructure, applications, services and integration with third party interfaces to ensure that your organization can reap all the benefits of the DMR or P25 standard in a mission critical environment. Tait has taken every care in compiling this specification sheet, but we're always innovating and therefore changes to our models, designs, technical specification, visuals and other information included in this specification sheet could occur. For the most up-to-date information and for a copy of our terms and conditions please visit our website www.taitradio.com. The words "Tait", "Tait Unified", "TeamPTT", the "Tait" logo and "Tait Unified" logo are trademarks of Tait International Limited. Tait International Limited offices and facilities are certified for ISO 9001:2015 (Quality Management System), ISO 14001:2015 (Environmental Management System) and ISO 45001:2018 (Occupational Health and Safety Management System) for aspects associated with the design, manufacture and distribution of radio communications and control equipment, systems and services. Tait Managed Services are certified for ISO 27001:2013 (Information Security Management System). FRONT PANEL 1. Status LEDs 2. 20-character 4-row LCD Display 3. Keypad 4. Flow through ventilation fans x 3 (not pictured) RECEIVER Modulation types C4FM, H-CPM, Analog FM, FFSK, 4FSK Radiated spurious emissions <-57dBm EIRP to 1GHz Conducted spurious emissions <-90 dBm to 1GHz P25 (TIA102) Sensitivity 0.22µV (-120 dBm) @ 5% BER Intermodulation response attenuation 85dB Adjacent channel rejection 60dB Co-channel rejection 9dB DMR Unfaded sensitivity ETS 300 113 Typical -122dBm (0.18µV) @ 5% BER Guaranteed -120dBm (0.22µV) @ 5% BER Selectivity ETS 300 113 @ 1% BER ?82dB (VHF), ?79dB (UHF) Intermodulation response attenuation ?78dB @ 1% BER unfaded Blocking rejection > 1MHz 100dB @ 1% BER Analog Sensitivity -119dBm @ 12dB SINAD (0.25pV) Selectivity (EIA-603)85dB (VHF & UHF), 79dB (700/800MHz) Intermodulation 80dB Spurious response attenuation ?100dB (ANSI/TIA) and ?90dB (ETSI) FM hum and noise VHF/UHF 45dB (ANSI/TIA), 50dB (ETSI) 700/800/900MHz 43dB (ANSI/TIA) TRANSMITTER Modulation types FM, C4FM, LSM, H-DQPSK, FFSK, 4FSK P25 Modulation fidelity (TIA-102)<2% Adjacent channel power -60dBc (ETSI) and -67dBc (TIA-102) Conduct ed spur ious emissions VHF <-36dBm 9kHz to 1GHz and <-30dBm 1GHz to 4GHz UHF <-36dBm 30MHz to 1GHz and <-30dBm 1GHz to 4GHz/12.75GHz 700/800/900MHz <-20dBm to 9GHz Out put power 50W Programmable 5-50W 100W Programmable 10-100W Duty cycle 100% Quality Management ISO 9001 Environment Management ISO 14001:2015 Occupational Health & Safety Management ISO 45001:2018