Loading...
HomeMy WebLinkAbout012411_ca02 TO: FROM: DATE: RE: JEFFERSON COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA REQUEST Board of County Commissioners Janet Silvus, Director of Jeff Com 9-1-1 Jannary 24, 2011 JEFFCOM 9-1-1 Radio System Improvements Purchase of Radio Tower STATEMENT OF ISSUE: Approval of purchase ofa 180' self-supporting radio tower from Valmont Structures, Salem, Oregon for $76,789.48 under the Washington State General Administration contract. ANALYSIS: Jeff Com 911 Radio System Improvements project requires construction of a new, 180' self- supporting radio tower at the City of Port Townsend water tank site at 2911 - 20th Street. The general contractor is Buchanan General Contracting Company. The Board of County Commissioners has already approved a change order for Buchanan to perform the construction as well as separate purchase ofthe equipment shelter and emergency generator. JetICom now needs to purchase the 180' radio tower. The Washington State General Administration Dept. has issued a contract to Valmont Industries under the Western States Contracting Alliance (WSCA) for purchase of such radio towers (see attachments). Valmont Structures has provided the attached price quote under the terms of the WSCA contract. The price quote includes two items for design of the foundation at $600 and only one will be needed, that is the drilled caisson foundation design. Also, sales tax must be added. The adjusted total dcleting $600 for mat foundation design and adding sales tax is $76,789.48. Purchase of the radio tower as attached will be on the agenda ofthe Jeff Com 911 Administrative Board meeting on January 27 for tinal approval. JetlCom is seeking the Board of County Commissioners approval in advance because of the two week period until the next meeting on February 7. This is a long lead time item and Jeff Com needs to place the order as soon as possible. The other related issue is that JeftCom has filed for conditional use and building permits with the City. The Hearing Examiner's decision is due on January 18 followed by a three week period where opponents could tile an appeal of that decision in Superior Court. Purchase of the tower and construction of the City site is still subject to a building permit and the potential of an appeal. FISCAL IMPACT: Funds will be provided by the JeftCom Enhancement Fund 121 which was tundcd by a 2007 bond issue. An additional bond issue is being prepared separately by the County Treasurer for this project. The attached Valmont Structures price quote is for $69,589 plus $1,850 for the necessary grounding kit. As stated above, deleting $600 for design of the mat foundation and adding sales tax brings the adjusted total to $76,789.48. RECOMMENDATION: the amount of $76.789.48. , J Move to approve the purchase ofa 180' radio tower trom Valmont Structures for ,:::::-___+"" '---~---:. \"\r'- ,.)c--lL-(_~;; f"l I~t-.f'rl<v .:~~~) ~'i'-'- (~~,~;r~LJc;.-_{ L _.,/ /" t,... -~._-- ( ~:r~> ", REVIEWIjD JJY:., -- ,./ /-" />/ -{,' /<, /". /(j / ,/ ~/ County Admini;/trator // ./ Date <"-,,.-'~->.... (:t~A.. . A-"'...v,,,,L~l--h-,,- "t>.""'V'"" 0,.. Ill.? (,.",r' c:;,-~-- c.+ 1'"" ~f~'-'-\-''{.'t,-o..1.:___~....vr ......\ .J-/~/lt.. ...J ..._..sllt- ~- ,,",t~__ l_}.J-cr- ~)'-c.I-lt..- s.n._ IV,-,\c..- ~~"\ ;",:r~C_\ ~r<.-e",..;~.7~ 't."c:u- wlll be. e....c....J. "'.... ~1 ~ "\~rl'l te-La~'~----"'r-;~c -re;~ -t-.\,..">'Ol--' ~n~~+, ,,{~_ ...~ JEFFCOM 9-1-1 Radio System Improvements PURCHASE OF RADIO TOWER VENDOR: CONTACT PERSON: ADDRESS: TELEPHONE NUMBER: E-',1AIL: DEPARTMENT: JEFFCOM 9-1-1 CONTACT: TELEPHONE NUMBER: PROJECT: AMOUNT: FUND SOURCE: Valmont Structures Dennis K. Beal 3575 - 25th Street SE, Salem, OR 97302 (503) 589-6671 Dennis.Beal@valmont.com JEFFCOM 9-1-1 Janet Silvus, Director Jeff Com 9-]-1 344-9788 JEFFCOM 9-1-1 Radio System Improvement Project $76,789.48 Encumbered JEFFCOM 9-]-] Enhancement Funds valmont 3575 25th 5T SE P.O. Box 12985 Salem, OR 97302 Date: Quotation: Client Code: Dft#: January 12, 2011 201009289 Revl Telephone: 800.547.2151 FAX: 503.363.4613 N/A Page 10f3 Submitted To: Larry Southwick Jeffcom 911 Communications 81 Elkins Road Port Hadlock, WA 98339 Site Location: Port Townsend Water Tank Reference #: Customer Specifications: Larrysouth@cablespeed.com Reference WSCA Contract 02702 discount pricing ~--- - Item Description p~ice--l Tower Model l08-l860-.180, 180 ft. self supporting tower - Modified for contract tower Model HI08-M820-180 . Engineering drawings to be sealed by registered Washington professional engineer. . Foundation design for drilled caisson per customer furnished soil report . Foundation design for mat type per customer furnished soil report . Hot dipped galvanizec sections and components . Tower assembly hardware . Tubular construction of tower sections . Inside climbing laader in one tower corner . Standard duty waveguide ladder to ISO ft. on one tower face . Stepbolts on (3) tower legs to the 90' level . Dish mount - not necessary above 120 ft. unless face mounted. microwave antennas will mount directly to 4-1/2" 00 vertical tower legs . Safety climb cable system for 180 ft. ladder . Safety climb cable sleeve . 4 ft. lightning rod with 10 ft. extension . Installation drawings . Freight for tower LInd <:lnchor bolts to Port Townsend, VIlA $59,930.00 $1,2S0.00 $600.00 $600.00 included included included included $2,922.00 $1,869,00 Not necessary $398.00 $315,00 $285,00 included $1,420.00 TOTAL: $69,589,00 Freight Estimated cost, with unloading of truck by Others to ne;;lrest access point to the site, via flat bed tractor trailer. Any special handling by others. (2 trucks Required) If anchor steel is shipped prior to tower, additional freight charges will be invoiced. All material prices are FOB Point of Manufacture. included included Installation Foundation and tower erection by others. Optional Materials Grounding kit per Motorofa R56 Standard $1,850.00 Wind and Ice load EIA/TIA-222-G for 100 MPH 3 second gust Ino ice;, 30 MPH 3 second gust (0.25" Ice), Exposure C, Class III, Tapa 1, Siesmic Design - Site Class C, Ss = 1.26g, S1 = 0.46g valmont '!ei ",".' Date: Quotation: Client Code: Dftil: October 19, 2010 201009289 RevO 3575 25th 5T SE P.O. Box 12985 Salem, OR 97302 Telephone: 800.547.2151 fAX: 503.363.4613 N/A Page 2 of3 Antenna Load 180' - (3) 6' HP microwave antennas with (3) EW63 cables 180' - (2) 10' Diapole whips on (2) 6' universal standoff mounts with (2) 15/8" coax cables 180' - (2) 10' Omni whips on (2) 6' universal st.ndoff mounts with (2) 1 5/8" coax cables 170' - (3) 6' HP microwave .ntennas with (3) EW63 c.bles 165' - (2) 10' Omni whips on (2) 6' universal standoff mounts with (2) 1 5/8" coax cables 160' - (1) Typical Wireless Carrier Antenna Loading with (24) 1-5/8" coax cables 155' - (1) Typical Carrier MW Dish with (1) EW63 cables 150' - (1) Typical Wireless Carrier Antenna Loading with (24) 1-5/8" coax cables 145' - (1) Typical Carrier MW Dish with (1) EW63 cables 140' - (4) 10' Omni whips on (3) 6' univers.1 standoff mounts with (4) 15/8" coax cables Delivery Estimated lead time 5~7 weeks; however it is the customer's responsibility to prOVide a firm ship date to Valmont at least 3 weeks prior to shipment to reserve manufacturing time. Anchor Steel Delivery: Advance notice is required: 10 business davs Terms Net 30 upon approved credit ,; )Cr . ), "-.-.... " Price Firm Until 11/4/2010 Price does not include any state, federal, or local sales, use or excise taxes. FAA, FCC licenses and permits by others. Notes The freight rates are estimated. A fuel surcharge may be applied to the quoted freight rate on all shipments based on the cost of diesel at the time of shipment. Please contact your Valmont salesman for further details. Valrnont reserves the right to apply storage charges of three-hundred and fifty dollars ($350.(0) per month for structures kept in our yard beginning 60 days after original ship date. Due to material price fluctuations Valmont reserves the right to review all material pricing prior to accepting any orders. Valmont may be required by state law to collect Sales/Use Tax at the time of shipment. If required, this tax will appear as a separate item on the invoice. If you have a tax exempt -certificate, submit it at the time of order. Valmont reserves the right to adjust the price if product is not shipped within 2 months of Purchase Order receipt. [k-\?~ Acceptance: Please enter our order for the selected items in accordance with this quotation Dennis K. Beal Account Rep, ext. 503-589-6671 Accepted Title PO Number Date Terms and Conditions of Sale 1. General - In the accordaflce with the usage of trade, Valmont Structures (Seller) conclusively pres~mf!s by the absence of any written objection and by the acteptance of part or all the material ordered. All proposals, negotiations, and representations regarding a transaction, that ar!;' made prior to the dale of this document, if any, are hereby merged into this document. All priU's are FOB factory, unless otherwise specified. Minimum order of s.'iO.oo. The agreement and language herein shall be ronstrued and enforced under the Uniform Commerci<il Cod€ in effect in the States of OI'E€Of1 and Indian;:! as of the date of this document. A finance charge, at the monthly rate of 2%, will bt;o 2SSf'ss.ed on past duc invoices where allowed by applicable I<iIw. The Seller reserves the right to enforce the collection of fl.H"ld5 that are beyond the due date_ The Buy!'!r mall be liable for the Seller's costs fOf .collection of past due amounts, including, wittlout limitation, re<lsonable attorney's fees. 2. Delay - The Seller shall be excused for any delay in performance caused byacb of God, W<lr, riot, embargoEs, acts of civil or military authoriti€'s, firE'S, floods, accidents, quarantine restrictions, mill condit(ons, strikes, differences with workmen, deiays in transportation, shortages. of cars, fuel, labor or materials or any other cirtumstances or causes beyond the COI1tr-ol of the Seller's reasonabie conduct of buslnt"ss. 3. Title and Risk of Los.s - Full risk of loss, induding tranSpQrtation delays and losses, shall pass to the Buyer upon delivery of products to the FOB point. However the Seller rctafns the title, for security purpases only, if all products are not paid in full in cash. 10 the event that the Buyer defaults in paymerrts ~um:ler, the Seller, at its optioo, may repossess all unpaid products and charge the Buyerwith anydefidencv. 4. Terms - Terms are Net 30 Da-t-> on approVEd credit. s.. Credit Approval- Shipment. deliveries, and per10rmance of work 5ha1l at all tim~ ~ at the approVClI of the 8uyer's credit The Seller may at any time dedine to mak€ any shipment or delivery, or to perform any work, except en receipt of payment or security, or upon terms and wnditions satisfactory tothe Seller_ 6. TaKeS w When the Seller is require:::! to ooIIect or pay tdxes under any existing Of' future lilW, the taxes shall be for the aocountofthe Buyer, who upon demand shall makcprampt payment of the amount thereof to the Seller. App6cable taxes may be in regard to the sale, purchase, delivery, storage, processillg, use or consumption of any products covered herein, including t3xes based on receipts from the sales thereof. Taxes are not included in any publislled or quoted price stICM'1l, unless specjfjcally identified as such. 7. Compliance with laws . The Seller intends to comply with allla'Vlo'S applicable to the fulfi]lml;mt uf lhl;! Buyer's order. However, due to the complexity of OSHA's Tmver Climbing Devices Spe6ficalions, the &Jyer will be respo,'lsib!e for specifying the e>::<l(.t tower climbIng p'Oduct requirements, If this is not done, the Seller will prO\llde the stand<lrd production climbing devices, and representation is not made by the Seller that the products will be in compnance with every interpretation of OSHA'S sP€cificat;ons, 8, Warranty - AI! products are warranted to be free of defects b material and workmanship. The warranty Is tiliectlve for rwc years, commenring on the -date of shipment. 9. BU'(@r's Remedies. . !f the material fumim€d to the Buyer should fui~ whether due to the Seller's negligent act> or omisSiDns, to nonconformity, or otnerwj~, with these terms and rond~tions, or to any expressed or implied WillT'afIty, the Seller will replace such failed products at the original point of delivery. Instructions will be furnished to the- BiJ~r for the di~position of the farled p'Oducts, and any transportation charges involved in the disposition shan betotheSeYer'saccount. THE BUYER'S EXCLU51\1E AND SOLE REMEDY IN REGARD TO HAVING RECEIVW FAILED PRODUCTS, WHETHER DUE TO SEllER'S NEGLIGENT ACTS OR OMISSIONS, TO NONCONFORMITY, OR OTHERWISE, WITH THESE TE~MS AND CONDITIONS, OR TO ANY EXPRESSED OR IMPUED WARRANlY SHALL BE TO OBIAIN REPLACEMENT AS SPf:CIFIED ABOVE. THE SELLER SHALL NOT IN ANY EVENT BE LIABLE FOR THE C05T OF ANY LABOR EXPENDED IN ANY SUCH PRODUCfS, OR FOR ANY SPEClAL, DIRECT, INDIRECT, INCIDENTAL OR CONSEQUENTIAL DAMAGES DUE TO THE PRODUCT'S NONCONFORMITY WITH THESE TERMS AND CONDITIONS OR TO ANV EXPRESSED OR IMPUED WARRANTY. 10. Cancellation - Orders accepted by the Seller are nOri-CiIncellable by Buyer llnless <lgreed to fn writing by seller. If Buyer provides a written request to cancel an entire order, or any portion thereof, and Seller agrees in writing to sum a request, Buyer shall then be responsible for a reasonable fee reflecting the: non-recoverable time and mat-erlal cost, with reasonable profit expended by the Seller prior to canO:!lIation. In no event sh.all this fee be less that 25% of the price of the materials or services cancelled. 11. Non-WaNer by Seller - A waivJ:o,r by the Seller of a Buyer'S breach of any of tnf!5e terms and conditions shall not M construed as a waiver of any other breach. 12. Shipping Interval. A. Comoonent Products: The standard shipping interval is 14 calendar days following receipt of an order, subject to stock on hand. Most pwducts are ~ocked and may be shipped within a few days. B. 700-Series TnWQr ProdLJcts. The standard shipping int~Nal is 21 calendar days following receipt of an order, subject to stock on hand. C. other pmduc:t!;. The shipp~ interval for other products, that do no have published prices, will befumished with a price quote. 13. Packaging for Shipment - The pricing for tile Seller's products includes pilcking for standard ground domestic shipments, sud1 as motor freigilt or package carriers. When ~pecial packaging is reql)lred for other means of shipment such as for air shipment. ocean freight, etc., additional charges will apply and will be added to the order. Pricingfor' such special packaging will be furnished to the 8uyer upon request. 14. freight _ Freight prices. jf ~own al"€! estimated for the stated mode of transportation and are ba~ on tarIffs and rates in effect at the time of the Quotation- Freight charges .are to the account of me Buyer. Point of delivery of all products is defined as the nearest dock.or terminal used or arranged for by the appointed carrier; and that which is nearest to the construd:ioo Site(s). Handling and further transportatioo from the defined point of delivery. will be the responsibility of the Buyer, unless specificallv included in a quotation. 15. OJsklmer Specified Shipping Instruct'ion$ and freigtTt Terms - seller will comply with the customer specified sl1ippi~g instructions and freight tErms. pr'OVided they are stated in the written purchase order. On \f€rb~ purchase orders, Seller win comply with the customer spec:ifie<l snipping instructions ...,d freight terms. However, in the event a confirming purd'lase order, with diffi:rent shipping instructions or freight term.s, is recei\led after the oRier has ~niflped, the- instructions arid terms in the verbal purchase orclerwill control. Written and verbal purchase orders thai: spE-dfy the destination, without specifying routing instructions and/or freight terms, will be shipped by a carrier a.nd with freight terms (prepClid, wllect, COD, elc.) of Seller's choice. Under no dl'(:urnstanU!s will Seiler be responsible or back-charged fer the loss of customer freight advantages due to routing instructions and/or freight terms. 16, ReWm of Material. .Advallce authorization must be obtained and the returned product<;.accompanied with a Retum MaterialsAuthorilation IRMA) number: .A RMA request must be submitted and <Juthorized within 90 day~ of shipment and products must be received within 30 dsys of the RMA dste. Products are to be returned witf1 the freight charges prepaid. .CwstQmer mu~ p/t)'{ide the origin<ll invoice or sales order nunmer to receive the mInimum 40% restock 1ee from invoice pr.ce, Materials returned without the original invoice or sales order number snail be subject to a minimum 60% restock fee off catalog Ilstpric;e. -Credits are ~ for returns of BOi...TS, GUY CABLE, ASSEMBlY HARDWARE, OR CUSlOM MATERIALS. -Credits are not i~ for returns of PREVIOUSLY INSTALLED MATtRIAL regardless of CQooitiofl. -Upon inspection, the customer's account will be credited fur the invoice price of accepted materials, less restoc!l:ing charges. 11. Shortage and Damage: daims ~ -All claims of shortages and damages must be filled within 7 days of receipt of materials and should be noted on tne Bill of landing at time of delivery. Department of General Administration - Contract 02702 Sunmlary Page lof2 G/\ General Administration office of State Procurement Customer Service (360) 902-7400 or csmail@ga.wa.gov Contrac:t#: 02702 Replaces: 03599, 08497 Western States Contracting Alliance (WSCA), Public Safety Communir.ation Equipment and Services The intent of this contract is to maximize savings, reduce individual state administrative costs in purdlosing, and compile ~iandard spedfications to encourage market competition, enhance product availability and expand contract coverage to as many of the WSCA states and potentially non-WSC4. states that want to participate in the contract. In other words, qet you the best deal with as little work on your part as possible while simply allowing you to purchase. This State Contract #02702. 18s two parts: Phase 1 is designed to expand a current systerm. Customers should consider sole source factors for purchases off of Phase 1. Customers cannot change manufacturers, must purchase from the manufacturer that has an installed base of equipment with the customer. Partlalupgrades, impmvements, additions, repairs to an imbedded systems are -allowable purchases under this phase. Phase /. is desiqned for total system replacement or improvements on rurrent system (comoetltlvely bid) Phase 1: Public safety communication equipmer.t and sUPlXlrt services for currently installed systems Purchases for an installed base of equipment that only one vendor can repl.ace; sole source justification needed for purchases; not competitively bid; negotiated pricing; can:lot purchase entire turnkey systems. Customers must check with local laws governing sole source, spe:::ial market conditions before using the Phase 1 contract. For Phase 1, the contract prrcing will be the percentage diSCO,mt off the manufacturer's most current price list used to establish a selling price for parts and equipment. The manufacturer shall provide a fixed price for associated SLpport services. Phase 2: New Communication Systems and Equipment: This phase was competitively bid meeting the most strigent standa.rds. It was not designed with federal requirements in mind; onlv member states were envi~oned to use this contract and political subdivisions within eactl parti-.:ipCltif1g state. A customer can purchase aile itcm~ several items to replace equipment or purchase an entirely new system for fnteroperability purposes. Category 1 n Radio analog and digital (two-way communication systems) portable, mobile, desk-top, base and repeater stations. VHF 136-174 r-1Hz, UHf 450-470 MHz, UHF 805-870 MHz Frequencies, Infrastructure Equipment and Consoles Cutegory 2 Aircraft AM fM band radios Category 3 -- In-band rTIobHejportable radio repeater, analog and digital Category 4 -- Gateway devices, audto switch unit/radio router JPS ACU-lOOO, audio switch ICRI unit. Category 5 -- digital microwave radios, 6GHz, llGHz, 18GHz and 23Ghz X. Category 6 -- Communication towers, guyed and three~legged triangular Category 7 -- Microwave antennClli, waveguide and associated tlardware Cate\]OIY 8 -- Test equipment, analog and digital Qlrrent Term start Date: 10-30-2009 Award Date: 10-30-2003 Est. Annual Worth: $83,000,000 Current Term Stop Date: 10-29-2011 Final Term End On: 10-29.2013 COmmodity COde(s): 5820 Diversity: 0% WBE 0% MBE # of Bids Received: /8 Who can use this contract? Washington State agencies Qualified Cooperative Members (Political SubdivisionS/Non-Profit Organizations) Partidpating Colleges, Universities, Community & Technical Colleges Orf!gon Coop Members Imps ://fortress. wa. gov/ ga/apps/ContractSearch/PrintContractSummary .aspx ?c=02 7 02 1/17/2011 Depal1mcnt of General Administration - Contract 02702 Summary Page 2 of2 Contract Documents & Resources View Current Contract Information (CCl) Original Solicjta~jo[] Document Contract Activity SlJbmit Contractor Feedback Best-buy Notification Contractors(s): AEROFLEX WICHITA, INC. AlCATEL CALAMP DATACOM, INC. CERAGON NETWORKS COMMUNICATIONS-APPlIED TECHNOLOGY DANIELS ELECTRONICS LTD EF JOHNSON COMPANY ELTEK ENERGY, LLC GE MDS, LLC GENERAL DYNAMICS DECISION SYSTEMS HARRIS MCD ICOM AMERICA, INC. --.------" KENWOOD USA CORPORATION MOTOROLA INC NORTlIERN AIRBORNE TECHNOLOGY LTD. RADIO FREQUENCY SYSTEMS INC RAYTHEON JPS COMMUNICATIONS RELM WIRELESS CORPORATION SINCLAIR TECHNOLOGIES INC. TAIT NORTH A~lERICA, INC. X V ALMONTINDUSTRIES, INC. VERTEX STANDARD USA, INC. Information about the number of bids received is included to show: Vendors which contracts would benefit :'rom more competition. Assure our customers that we sought the best overall value through as many competitive bids as possible. WSCA The Western States Contracting Alliance (WSCA) creates multi-State contracts in order to achieve cost-effective and effident acquisition ot quality products and servic.es. WSCA contracts maximi712 cost avoidancel reduce individual state administrative costs, and encourage market competition and product availability throUg~l !:>i.andard specifications and consolidated requirements. WSCA tontracts are aWlilable for use by publiC agencies when approved by the State Purchasing Director. https:l/fortress.wa.gov/ gal apps/CorrtractSearch/PrintContractS ummary .aspx?c=02 7 02 1/17/2011 Current Cooperative Contracts Page 1 of 3 NASPO Public Safety Commuuicatiou Equipment - Radios (WSCA- W A) w9-2003 ------~---- __'U'___,_.___"_ Affiliation: WSCA Lead State: Washington Lead State 02702 Contract Number: Contact Robert Paulson, Jr. .,,,r.~ person: . '0 Phone: (360) 902-7436 Fax: (360) 586-2426 Email: j~ttc S :,/.: L)rLn:s:..;. \\4..gl) \-j ua/app SiC (, mractS.:;drc~ l.i~Q) jltr(tcrSl~ HI m ar'ij .3'3DX '.1::.-:=02 7 OJ. Award Date: October 30,2003 Current Expiratiou Ilate: October 29, 2011 Extensions Available: Extensions available until October 30, 2013. http://www.aboutwsca.org/ con lrac l. c tIn/ contract/w9-2003 Phase 1: Public safety communicalion equipment and support services for currently installed systems 1/17/2011 Current Cooperative Contracts Page 2 on Purchases for an installed base of equipment that only one vendor can replace; sole source justifieation needed for purchases; not competitively bid; negotiated pricing; cannot purchase entire turnkey systems. Customers must che<::k with local laws governing sole source, special market conditions before using the Phase I contract. Por Phase I, the contract pricing will be the percentage discount off the manufacturer's most current price list used to establish a selling price for parts and equipment. The manufacturer shall provide a fixed price for associated support services. Phase 2: New Communication Systems and Equipment: Category I -- Radio analog and digital (two-way communication systems) portable, mobile, dcsk-top, base and repeater stations. VHF 136-174 MHz, UHF 450-470 MHz, UHF 806-870 V1Hz f'requcncies, lnfmstruclure Equipment and Consoles Category 2 -- Aircraft AM FM band radios Category 3 -- In-band mobile/portable radio repeater, analog and digital Category 4 -- Gateway devices, audio switch unit/radio router JPS ACU-IOOO, audio switch ICRI unit. Category 5 -- digital microwave radios, 60Hz, II GIIz, 18GHz and 23Ghz Category 6 -- Communication towers. guyed and three-legged triangular Category 7 -- Microwave antell1las, waveguide and associated hardware Category g -- Test equipment, analog and digital . Kenwood USA Corporation . 'Jorthern Airborne Tcchnology Ltd. . T AIT North America. Inc. . ICOM America, Inc. . Motorola . Vertex Standard USA, Inc. . AerofIux Wichita, Inc. . Communications-Applied Tcchnology . Harris MCD )( . Valmontlndustries, Inc. . Rclm Wireless Corporation . Akatcl . EF Johnson . General Dynamics Decision Systems http://www.aboutwsca.org/contract.cfin! contractiw9- 2003 1/17/2011