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