Loading...
Electric Transmission Conductors - Suwannee-4880-Specifications/Pricing 4 - Sao pity _ of - - i Purchasing Department 901-B Texas ,St. Denton, TX 76209 (940) 349-7100 -wv w.dentonpurchasing.coin Bid # 4880 Annual Contract for the Purchase of-. Electric Transmission Conductor (ACSS/TW Suwannee) BIDS DUE: December 2, 2011 2:00 P.M. Bid submitted by: Company Name TABLE OF CONTENTS PROPOSAL FORMS ..........................................................................................................................1- 2 BID INSTRUCTIONS AND CONDITIONS 3-8 OPENING DATE, TIME, PROCEDURES, CONTACTS .............................................................3 GENERAL CONDITIONS 3-5 DELIVERY REQUIREMENTS ......................................................................................................5 EVALUATION CRITERIA ............................................................................................................6 SPECIAL TERMS AND CONDITIONS 7-8 DISADVANTAGED BUSINESS ENTERPRISES .................................................................................9 VENDOR REFERENCES ......................................................................................................................10 TECHNICAL SPECIFICATIONS ................................................................................................I1-15 CONFLICT OF INTEREST QUESTIONNAIRE ................................................................................16 ~I i i This Table of Contents is intended as an aid to bidders and not as a comprehensive listing of the bid package. Bidders are responsible for reading the entire bid package and complying with all specifications. Ili I CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR BID PROPOSAL Conductor Estimated Item Strength Description Quantity Unit Price's Total Cost Wire, 959.6 Bare Aluminum Conductor, Class ACSS/TW, 22 Strand, Overall diameter 1.108", D.C. resistance 0.0172 Ohm/l000 ft. @ I High Strength 20°C, Rated breaking strength 130,000 ft. 33,100 lbs. (Code name Suwannee" on 5,000 ft. minimum standard returnable steel reels). SOUTHWIRE BRAND ONLY 2 N/A Reel Deposit 26 RETURN ONE (1) COMPLETE ORIGINAL AND ONE (1) COPY OF EXECUTED BID PROPOSAL Prices shall be bid FOB Denton. * In case of calculation error, unit pricing shall prevail. ONLY SOUTEMIRE company conductor will be accepted by DME. Delivery can be made within weeks of receipt of order. Bidder is an authorized distributor, by the manufacturer, and is authorized to sell YES or.NO or N/A to the City of Denton? Date Signature of Authorized Representative Company Name PAGE I OF BID #1880 Bidder's Initials CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms he has familiarized himself with the local conditions under which the work is to be performed; satisfied himself of the conditions of delivery, handling and storage of equipment and all other matters that may be incidental to the work, before submitting a bid. The undersigned agrees, if this bid is accepted, to furnish any and all items/services upon which prices are offered, at the price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance of this Bid Proposal will be ninety (90) calendar days unless a different period is noted by the bidder. The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other Bidder, nor any employee of the City of Denton, and that the contents of this bid have not been communicated to any other bidder or to any employee of the City of Denton prior to the official opening of this bid. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et sets., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et secs. The undersigned affirms that they have read and do understand the specifications and any attachments contained in this bid package. NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE: Signature Date Name Title Tel. No. Fax No. Email. COMPANY IS: Business included in a Corporate Income Tax Return? YES NO Corporation organized & existing under the laws of the State of Partnership consisting of Individual trading as Principal offices are in the city of I PAGE 2 OF BID #880 Bidder's Initials CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR COMPLETE SET OF ORIGINAL AND ONE (1) COPY OF EXECUTED BID PROPOSAL MUST BE RECEIVED IN THE PURCHASING DEPARTMENT AT 901-B TEXAS ST, DENTON, TX 76209 ON OR BEFORE DECEMBER 2, 2011 AT 2:00 P.M. QUESTIONS REGARDING SPECIFICATIONS MUST BE SUBMITTED IN WRITING TO THE PURCHASING OFFICE FIVE (5) WORKING DAYS PRIOR TO THE BID OPENING. ALL QUESTIONS SUBMITTED AFFER THAT DATE WILL NOT BE CONSIDERED TO ENSURE ALL BIDDERS ARE GIVEN EQUAL ACCESS TO THE INFORMATION PROVIDED. All questions regarding the bid and purchasing process should be directed to: Karen Smith, A.P.P., Senior Utility Buyer E-Mail: Karen.Smith@cityofdenton.com Phone: (940) 349-7100 Fax: (940) 349-7302 Directions to the Purchasing Department can be accessed at wsvfv.dentonpurchasing.com (Click on "Directions to Our Office"). All bids, including a "NO BID", are due in the Purchasing Department by the due date, in sealed envelopes or boxes. All bids must be clearly marked with the name of the Company submitting the bid, the Bid Number and Date and Time of opening on the outside of the envelope/box. Original bid must be clearly marked "ORIGINAL" and contain all original signatures. All proposal pages must be initialed or signed where indicated. All bids will be publicly opened at the date and time listed above or as soon thereafter as practical. The City of Denton does not accept faxed bids. Any bid received after the date and/or hour set for bid opening will be returned unopened. If bids/proposals are sent by mail to the Purchasing Department, the bidder shall be responsible for actual delivery of the bid to the Purchasing Department before the advertised date and hour for opening of bids. If mail is delayed either in the postal service or in the internal mail system of the City of Denton beyond the date and hour set for the bid opening, bids thus delayed will not be considered and will be returned unopened. Bids may be withdrawn at any time prior to the official opening. Alterations made before opening time must be initialed by bidder guaranteeing authenticity. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives prior to award shall be grounds for disqualification. After the official opening, bids become the property of the City of Denton and may not be amended, altered or withdrawn without the recommendation of the Purchasing Agent. The approval of the City Council is required for public works projects. The City of Denton reserves the right to accept or reject in part or in whole any bids submitted, unless denied by the bidder, and to waive any technicalities for the best interest of the City. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying same, or it will not be considered. Submitted bids shall remain in force for a ninety (90) day period after opening or until award is made; whichever comes first. In case of default after bid acceptance, the City of Denton may at its option hold the accepted bidder or contractor liable for any and all resultant increased costs as a penalty for such default. The City of Denton will award the bid to the most responsible bidder while complying with all current state and local laws. The City of Denton is exempt ftom Federal Excise and State Sales Tax; therefore, tax must not be included in this bid. PAGE 3 OF BID #4880 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR The City of Denton is requesting bids for an ANNUAL CONTRACT TO PURCHASE ELECTRIC TRANSMISSION CONDUCTORS. The City will only accept new products and will reject proposals for used or remanufactured goods. All bids must be submitted on the attached Bid Proposal Form. Vendors may bid on any or all items, All bids shall specify terms and conditions of payment, which will be considered as part of, but not control, the award of bid. City review, inspection, and processing procedures ordinarily require thirty (30) days after receipt of invoice, materials, or service. Bids which call for payment before thinly (30) days from receipt of invoice, or cash discounts given on such payment, will be considered only if, in the opinion of the Purchasing Agent, the review, inspection, and processing procedures can be completed as specified. Invoices shall be sent directly to the City of Denton Accounts Payable Department, 215 E McKinney St, Denton, TX, 76201-4299. It is the intention of the City of Denton to make payment on completed orders within thirty days after receipt of invoice or items; whichever is later, unless unusual circumstances arise. Invoices must be fully documented as to labor, materials, and equipment provided, if applicable, and must reference the City of Denton Purchase Order Number and Bid Number in order to be processed. No payments shall be made on invoices not listing a Purchase Order Number. Continuing non-performance of the vendor in teens of Specifications shall be a basis for the termination of the contract by the City. The City shall not pay for work, equipment, or supplies that are unsatisfactory. Vendors will be given a reasonable opportunity before termination to correct the deficiencies. This, however, shall in no way be construed as negating the basis for non-performance termination. The City may terminate the contract with thirty (30) days written notice prior to cancellation. Bids will be considered irregular if they show any omissions, alteration of form, additions or conditions not called for, or irregularities of any kind. However, the City of Denton reserves the right to waive any irregularities. The City of Denton reserves the right to accept or reject in part or in whole any bids submitted, and to waive any technicalities for the best interest of the City. Bids may be rejected, among other reasons, for any of the following specific reasons: 1, Bids containing any irregularities. 2. Unbalanced value of any items. 3. Bid price cannot be determined based upon information provided, i.e. missing freight charges, or other fees. PAGE 4 OF BID 94880 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR Bidders may be disqualified and their bids not considered for any of the following reasons; 1. Collusion exists among the Bidders. 2. Reasonable grounds for believing that any Bidder is interested in more than one Bid for the work contemplated. 3. The Bidder being interested in any litigation against the City. 4. The Bidder being in arrears on any existing contract or having defaulted on a previous contract 5. Lack of competency as revealed by a financial statement, experience and equipment, questionnaires, etc. 6. Uncompleted work, which in the judgment of the City, will prevent or hinder the prompt completion of additional work, if awarded. 7. Any other unresolved issues with the City. Due care and diligence has been used in preparation of this information, and it is believed to be substantially correct. However, the responsibility for determining the full extent of the exposure and the verification of all information presented herein shall rest solely with the proposer. The City of Denton and its representatives will not be responsible for any ei7ors or omissions in these specifications, nor for the failure on the part of the proposer to determine the full extent of the exposures. The successful bidder may not assign their rights and duties under an award without the written consent of the Purchasing Agent. Such consent shall not relieve the assignor of liability in the event of default by the assignee. Prices shall include all charges for freight, F.O.B. inside to specified delivery location or: Central Receiving City of Denton Warehouse 901 B Texas Street Denton, Texas 76209 Hours of operation shall be between 8:00 a.m. and 4:00 p.m., Monday through Friday, excluding holidays. Delivery date is important to the City and may be required to be a part of each bid. The City of Denton considers delivery time to be that period elapsing from the time the individual order is placed until that order is received by the City at the specified delivery location. The delivery date indicates a guaranteed delivery to the City of Denton, Texas. Failure of the bidder to meet guaranteed delivery dates or service performance could affect future City orders. The City reserves the right to demand bond or penalty to guarantee delivery by the date indicated. If order is given and the Bidder fails to furnish the materials by the guaranteed date, the City reserves the right to cancel the order without liability on its part. i PAGE 5 OF BID 94880 i CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR Evaluation criteria shall include, but is not limited to the following: a. Lowest responsible bidder meeting specification b. Delivery C. Vendor's past performance record with the City of Denton d. City of Denton's evaluation of vendor's ability to perform e. City of Denton's experience with products bid f. Special needs and requirements of the City of Denton g. These bids may be reviewed by the QAG (Quality Assurance Group) to ensure that the bids meet the City of Denton and DME specifications and intent. The City reserves the right to award by line item, section or by entire bid; whichever is most advantageous to the City, unless denied by the bidder. Quantities indicated on the Bid Proposal Norms are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis. n Any catalog, rand name or manufacturer's reference used is considered to be descriptive not restrictive and is indicative of the type and quality the City desires to purchase. Bids on similar items of like quality may be considered if the bid is noted and fully descriptive brochures are enclosed and the noted similar item is approved by Denton's Quality Assurance Group. If notation of substitution is not made, it is assumed vendor is bidding exact item specified. Successful vendor will not be allowed to make unauthorized substitutions after award. A packing list shall accompany each shipment and shall show: City of Denton Purchase Order Number Name and address of Vendor Name and address of receiving department Description of material shipped, including item numbers, quantity, etc. Right to Audit: The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be bore by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1 % or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. PAGE 6 OF BID #4880 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be constutued to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. I SPECIAL TERMS AND CONDITIONS Contract Terms: Successful vendor(s) will be awarded a twelve (12) month contract, effective from date of award or notice to proceed as determined by the City of Denton Purchasing Department. At the City of Denton's option and approval by the vendor, the contract may be renewed for additional four, one (1) year periods. i Renewal Options: The City of Denton reserves the right to exercise an option to renew the contract of the vendor for up to four additional one (1) year periods, if agreed upon in writing by both parties. If the City exercises the right in writing, the Bidder shall update and submit any legal documents required during the initial solicitation by no later than thirty (30) calendar days prior to the commencement of the option period. These documents, if applicable, may include, but are not limited to, Insurance Certificates and Performance Bonds and must be in force for the frill period of the option. If the updated documents are not submitted by the Bidder in complete foam within the time specified, the City will rescind its option and seek a new bid solicitation. Price Escalation and De-escalation: The City of Denton will implement an escalation/de-escalation metals price adjustment at time of shipment using the prior month's metal average. The escalation/de-escalation will be based upon the following metal bases: Aluminum Base = LME with Midwest Adder Copper Base = COMEX The metal bases shown below were taken from Thursday, January 17th 2008 and will be used as the reference metal basis for the bid evaluation and award: AL base at $115.82 per CWT CU base at $322.46 per CWT The price of each product will be increased or decreased based upon the following metals adjustment formulas: AL Conductor or Cable priced per CWT: Unit price adjustment = (%Aluminum content) x (Amount of increase or decrease of the Aluminum Metal Base / CWT) CU Conductor or Cable priced per CWT: Unit price adjustment = of Copper Content) x (Amount of increase or decrease of the Copper Metal Base / CWT) PAGE 7 OF BID 94880 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR Should the change exceed or decrease a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the unit price change adjustment derived from the above formulas. It is the Vendor's or the City's responsibility to request a price adjustment at the time of each order in writing. If no request is made prior to shipment, then it will be assumed that the original bid price will be in effect. The vendor must submit or make available the manufacturer's pricing sheet used to calculate the bid proposal which includes the percent of each type of metal in all bid products, to participate in the escalation/de-escalation clause. Should any manufacturer utilize their own proprietary or alternate metals index, any unit price adjustments requested will be verified by the City of Denton and if found valid then the adjustments will be pro-rated against the LME and COMEX metal bases described above. Cooperative Purchasing: The City of Denton encourages Cooperative Purchasing efforts among the governmental entities; therefore it would be in the vendor's best interest to help the City of Denton facilitate this cooperative effort. Should other Governmental Entities decide to participate in this contract, would you, the Vendor, agree that all terms, conditions, specifications, and ricin would apply? Yes No If you, the Vendor, checked yes, the following will apply: Governmental Entities utilizing Inter-Governmental Contracts with the City of Denton will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by Governmental Entities other than the City of Denton will be billed directly to that Governmental Entity and paid by that Governmental Entity. The City of Denton will not be responsible for another Governmental Entity's debts. Each Governmental Entity will order its own material/services as needed. PAGE 8 OF BID #4880 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR FOR DISADVANTAGED BUSINESS ENTERPRISES ONLY Disadvantaged Business Enterprises BE are encouraged to participate in the City of Denton`s bid process. The Purchasing Department will provide additional clarification of specifications, assistance with Bid Proposal Forms, and further explanation of bidding procedures to those DBEs who request it. Representatives from DBE companies should identify themselves as such and submit a copy of the Certification. The City recognizes the certifications of the State of Texas Building and Procurement Commission HUB Program. All companies seeking information concerning DBE certification are urged to contact. State of Texas HUB Program Texas Building and Procurement Commission PO Box 13047 Austin, TX 78711-3047 (512) 463-5872 If your company is already certified, attach a copy of your certification to this form and return with bid. COMPANY NAME: REPRESENTATIVE: ADDRESS: CITY, STATE, ZIP: TELEPHONE NO. FAX NO. Indicate all that apply: Minority-Owned Business Enterprise Women-Owned Business Enterprise Disadvantaged Business Enterprise PAGI; 9 OF BID #4880 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR VENDOR REFERENCES Please list three (3) Government references, other than the City of Denton, who can verify the quality of service your company provides. The City prefers customers of similar size and scope of work to this bid. REFERENCE ONE GOVERNMENT/COMPANY NAME: LOCATION: CONTACT PERSON AND TITLE: TELEPHONE NUMBER: SCOPE OF WORK: CONTRACT PERIOD: REFERENCE TWO GOVERNMENT/COMPANY NAME: LOCATION: CONTACT PERSON AND TITLE: TELEPHONE NUMBER: SCOPE OF WORK: CONTRACT PERIOD: REFERENCE THREE I GOVERNMENT/COMPANY NAME: LOCATION: CONTACT PERSON AND TITLE: TELEPHONE NUMBER: SCOPE OF WORK: CONTRACT PERIOD: PAGE 10 OF BID #4880 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR TECHNICAL SPECIFICATIONS PURPOSE Denton Municipal Electric (DME), in Denton, Texas is providing information that will allow prospective suppliers to prepare bids to supply and deliver Electric Transmission Conductor to DME for a one-year period. DME will only accept Southwire's ACSS/TW conductor code name Suwannee that is designed for overhead transmission lines. It shall be designed to operate continuously at elevated temperatures yip to 250 degrees C without loss of strength while sagging less under emergency electrical loadings than other standard types of overhead transmission conductors. Any special fees or commissions, and all freight for delivery to the City of Denton Warehouse and unloading costs shall be included in the quoted price. PROPOSALS Proposals shall be provided using the attached bid proposal form. Additional information clarifying the supplier's product may be attached to the bid form. Pricing shall include all costs to deliver Electric Distribution Conductors as specified in this specification. Any special fees or commissions, and all freight for delivery to the City of Denton Warehouse and unloading costs must be included in the quoted price. Item pricing shall be mutually exclusive, thus the City of Denton reserves the right to chose the lowest quoted line item cost from different vendors. EVALUATION AND AWARD The City of Denton will award the purchase, if any, based solely on its evaluation of the bids. Subsequent to the initial evaluation, the owner at his option, may elect to conduct discussions with any of the prospective suppliers to resolve questions related to the substance of their proposals. Alternate proposals may be considered only at the owner's option. Owner reserves the right to accept any alternate proposal that it deems to be in the City's best interest. Questions concerning the technical aspects of this specification may be directed to Denton Municipal Electric's Engineering Services Manager, (940) 349-7180. All other bid and purchasing questions must go through the City of Denton's Materials Management Department, (940) 349.7100. DEVIATIONS TO SPECIFICATION Bidders quoting to this specification will indicate any areas where deviations are required by their design and will provide sufficient information to permit full evaluation of their product prior to bid opening. Unless specifically noted by bidder as indicated above, all quotations shall meet and include all items as detailed in this specification. SHIPMENT AND DELIVERY An estimated delivery schedule after placing an order is required with this bid. The delivery lead-time for the Electric Distribution Conductors will be a consideration in evaluating the bids. GENERAL REQUIREMENTS The supplier shall fuinish whatever drawings and instructions are necessary to completely and safely transport, install and maintain each specific conductor. Supplier shall provide a minimum of eight (8) hours on-site training related to their product(s) for the City of Denton personnel upon request. PAGE I I OF BID 1/4880 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR QUALITY CONTROL The manufacturer shall be responsible for the quality control of the manufacturing processes to assure that all requirements of these specifications are met. However, the purchaser reserves the right to observe, to inspect and to require additional quality control investigations, either by its personnel or an independently employed quality control investigator, at any or all stages of fabrication at the manufacturer's facilities, Failure to adequately maintain fabrication and quality of fabrication until completion shall be grounds for cancellation of the order or any part thereof. ~I Field failure or field repairs required due to quality control failures or manufacturing procedures shall be the responsibility of the manufacturer, WRITTEN WARRANTY and GUARANTEES Written guarantees shall include any limitations as to the nature of failure or time limitations. The guarantee shall begin upon receipt in Denton of the accepted material, not on the date of manufacture. Guarantees shall indicate whether or not it is made on a full replacement basis or a prorated basis and if prorated then the terms shall be clearly specified. A Manufacturer/supplier guarantee that the Electric Distribution Conductors furnished under this specification are of high quality and agrees to replace any Electric Distribution Conductors found to be defective during inspection, installation, or service for a minimum period of 12 months after delivered to Denton. All replacements by the manufacturer/supplier shall be free of charge F.O.B. at the same delivery point called for in the original order. Replacements shall be handled in a professional and timely manner and in no case shall replacement of any item tape longer than 60 days to arrive in Denton after first being submitted for replacement. i The bidder must be an approved distributor by the manufacturer of these products, and is authorized to sell the products to the City of Denton. The bidder also guarantees that the City will be represented by the Manufacturer, should an issue arise, and that all manufacturer warranties will be in effect for the life of the contract. SPECIFICATION FOR: ALUMINUM CONDUCTORS, STEEL SUPPORTED. TRAEZOIDAL SHAPED ALUMINUM STRANDS BARE {ACSS/TW): (Southwire Company ONLY): 959.6 (Suwannee) SCOPE: The specification covers the (Southwire Company) ACSS/TW Overhead Distribution Electric Conductor used by DME for overhead transmission lines, Where the design is to operate continuously at elevated temperatures up to 250° without loss of strength and the conductor final sag will be less under emergency loading than ACSR/TW. Designed for excellent self damping properties, and the final sags are not affected by long-term creep of aluminum. SPECIFICATION: The ACSS/TW bare conductor shall meet or exceed the following ASTM specifications: B -500 Metallic Coated Stranded Steel Core for Aluminum Conductors, Steel Reinforced B -609 Aluminum 1350 Round Wire, Annealed and Intermediate Tempers, for Electrical Purposes PAGE 12 OF BID #4880 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR B-803 High-Strength Zinc--5% Aluminum-Mischmetal Alloy-Coated Steel Core Wire for Aluminum and Aluminum-Allay Conductors, Steel Reinforce. B-Shaped Wire Compact Concentric -Lay-stranded Aluminum conductors, Coated-steel Supported (ACSS/TW). CONSTRUCTION: ACSS/TW is a composite concentric-lay-stranded conductor. Steel strands fonn the central core of the conductor with one or more layers of 63% minimum average conductivity aluminum 1350-0 wire stranded around it. The steel core carries most or all of the mechanical load of the conductor due to the "O" (fully annealed or soft) temper aluminum. Steel core wires shall be protected from corrosion by GalfanO, zinc-5% aluminum-mischmetal alloy coating. Galvanize steel core wires will not be accepted. AM AVV& OR& 'aft Aluminum Conductor, Steel Supported. Trapezoidal Shaped Aluminum Strands. Bare. APPLICATIONS Southwire's ACSSITW is designed for overhead distribution and transmission lines. It is designed to operate continuously at elevated temperatures up to 250°C without loss of strength, it sags less under emergency electrical loadings than ACSRITW, excellent self-damping properties, and its final sags are not affected by long-term creep of aluminum. Southwire's ACSS/TW is available in equal area and equal diameter design. The equal area design allows equal ampacity in a smaller diameter conductor when compared with a standard ACSS conductor. The equal diameter design allows more ampacity in an equal diameter conductor when compared with a standard ACSS conductor. ACSS/TW also provides many design opportunities PAGE 13 OF BID #4884 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR for new line construction. i.e., reduced tower cost, decreased sag, increased self-damping properties, increased operating temperature and improved corrosion resistance. SPECIFICATIONS Southwire's ACSSITW conductor meets or exceeds the following ASTM specifications: • B500 Metallic Coated Stranded Steel Core for Aluminum Conductors, Steel Reinforced. • 8609 Aluminum 1350 Round Wire, Annealed and Intermediate Tempers, for Electrical Purposes. • B802 Zinc-5% Aluminum-Mischmetal Alloy-Coated Steel Core Wire for Aluminum Conductors, Steel Reinforced. • 8803 High-Strength Zinc-5% Aluminum-Mischmeta l Alloy-Coated Steel Core Wire for Aluminum and Aluminum-Alloy Conductors, Steel Reinforced. • B867 Shaped Wire Compact Concentric-Lay-Stranded Aluminum Conductors, Coated-Steel Supported (ACSSITW). CONSTRUCTION ACSS is a composite concentric-lay-stranded conductor. Steel strands form the central core of the conductor with one or more layers of 63% minimum average conductivity aluminum 1350-0 wire stranded around it. The steel core carries most or all of the mechanical load of the conductor due to the "0" (fully annealed or soft) temper aluminum. Steel core wires are protected from corrosion by Galfan zinc-5% aluminum-mischmetal alloy coating. High strength steel core, aluminized, and aluminum clad steel core is also available. PAGE 14 OF BID #4880 CITY OF DENTON ANNUAL CONTRACT FOR ELECTRIC TRANSMISSION CONDUCTOR ACSSITW Shaped Ora, Concentric-lay CompactAluminum Conductors Steel Supported (ACSSM Diameter Equal to Standard ACSR Sizes Code Size Crass Type Stranding Diameter Weight per 1000 flat Rated Breaking Resistance Ampacity Word (cmilJ Sectional Are No, Strength Square Inche Alum. Total No. of No. of No, & Dla. Complete Steel Total Alum. Steel Standard High' DC @ AC @ @ @ ~ @ Layers Alum Individual Cable Core lb lb lb Strength Strength WO 7K 75'C 100'C 150'C 200°C of Wire Steelffive in in Ib lb Ohms! Ohmsl Amp Amps Amps Amp Atom. 1000 €000 K ft tI&WAC IRI 5711 0A4 1 0.6074 13 2 18 7 x 0.1030 0.846 0.3090 734.7 537.3 197-4 15,60 17,100 0.0289 0.0357 715 W 1121 12A Srp VACSSMI 5653 0.4439 0.5165 16 2 20 7 x 0.1146 0.860 0.3438 775.7 5312 244.5 16,40 20200 0.0292 0.030 725 890 1122 1295 ,IystWA001 9-6.6:0.52M 0214 13 2 20 7 x 0.1111 0.913 0.3330 856.3 626.6 229.7 18,20 19,900 0.0248 0.0307 793 9@ 1238 1434 ~e#ACS.MII 6N.8 0.5221 0.6072 16 2 20 7x0.1214 0.927 0.3732 913A 625.4 288.0 21,70 23,400 0.0248 0.0306 802 985 1244 1439 melACSS!l V 768.2 O.t 4 0.6819 13 2 20 701195 0.977 0.9 987.8 722.1 265.7 21,000 23,1300 0.0215 10266 871 1072 M 1569 w1a13asNACSM 762.8 0.5992 0.69614 16 2 20 7x0.1331 0. VA 0.3993 1047 717.0 330.0 24,501} 26,800 0.0246 0.0267 873 1074 1359 4573 ettlefACSSlW 957.2 0.7518 O.W8 7 3 32 7x0. 73 1.060 02919 1078 902.8 176.2 16,80fl 18,100 U175 0.0218 985 1213 M 1783 raser!AMNfR11 946.7 0.7436 0.816810 3 35 7x0.115 1.071 0.3462 1142 WO 248.0 21,100 22,N) 0.0176 0.0270 386 1215 1511 1786 umb~3'ACSS{1i"{ 9662 0.7589 01573 13 2 21 7 x 0.13,`33 1.092 0.4014 1241 908.0 333.0 26,40 28,300 0.0178 0.0213 1004 1238 1570 1021 uw3 e.+ACS."1 %9.6 01,537 0.8762 16 2 22 7x0.€493 1.108 0.4479 1318 M.0 415.0 30,700 33,40€1 0.0172 0.0213 1007 1242 1516 1827 aeyer WACSS 11168.4 0.9175 0.9646 5 2 30 7x0.0926 1.155 03718 1260 11M.4 159.6 17,200 18,300 0.0143 0.0161 IIO<S 1367 1738 2018 -emsee,'ACWRV 1158 0.9095 0.9733 7 3 33 7x0.1078 1.165 03234 1308 1092.0 216.0 20,0 22,100 0.4144 0.0182 1105 1367 1738 2018 ard591ACMN 1158A 0.9098 1.0281 13 3 26 7x0.1467 1.196 04401 140 10.0 4M.0 31,100 33,500 01143 0.0179 1123 1383 1765 20511 " lata?ACSS V 1272 001 I.M6 5 2 30 7 x O.OM7 1.2033 0.2W 1 1372 1198.0 174.0 18,700 20. 00 0.0432 0.0167 1164 1440 1834 2132 'e'wn{ACSSM 1257.1 0.9874 1.0557 7 3 355 7x0.1115 1.213 0-3345 1417 1185.7 2313 22,10} 23,800 0.0433 0.0168 1162 1438 ILI 2127 ukWACSSIVI 123.3.6 0.949 1.0925 13 3 38 19x0.9t0 1.245 0.4550 1586 1166-5 419.5 33X 36,3(30 0.0E 0.0169 IN 1443 1 37 2136 n,~ekee"ACS'T4`7 1372.5 i.O7~Y 1.1334 5 3 30 7x0.10(41 1.248 0.3012 1481 1293A 187.6 20,20 21,500 U12210.0155 1218 1509 1923 2238 PAGE 15 OF BID #4880