29
GRDA Finance Form 005 (10-2006) BIDDING INSTRUCTIONS FOR SEALED BIDS Sealed bids will be accepted at the Grand River Dam Authority Administrative Headquarters located at 226 West Dwain Willis Avenue, Vinita, Oklahoma. Bids received after the bid opening time and date will not be opened or considered. RFQ or RFP Number: 16358 Bid Opening Time & Date: 11/20/2013 2:00 PM CT Description: Optical Ground Wire (OPGW) & Associated Hardware For Ketchum Substation Contracting & Acquisitions Agent: Gai Hunter Bids must be enclosed in a sealed envelope or package and addressed as follows: PURCHASING UNIT SEALED BID # 16358 DUE DATE: 11/20/2013 2:00PM CT GRAND RIVER DAM AUTHORITY 226 WEST DWAIN WILLIS AVE VINITA OK 74301 Express Mail/Overnight packages must also be addressed as above. Bids not addressed as instructed above negate the confidentiality of the sealed bid and, therefore, will be rejected and returned to the bidder without being considered. All bids responses shall be typewritten or handwritten in ink, and any corrections to bids shall be initialed in ink. Bids and proposals submitted in pencil will not be accepted. All bids and proposals shall include an original signature of the bidder and shall be accompanied by a properly executed non-collusion affidavit with original signatures and notary seal. Bid responses are to include payment terms and delivery information. Bids and proposals shall be quoted FOB: Destination/Freight Allowed unless stated otherwise within the Request for Quote. All packaging, handling, shipping and delivery charges shall be included in the unit price quoted for each line item. No exceptions will be granted unless approved by the guidelines of the Chief Financial Officer or designee. Fax or e-mail Bids will not be accepted. Bidders opting to decline the bid offering are requested to submit a response with a brief explanation. Grand River Dam Authority is an agency of the State of Oklahoma, fully supported by customer revenues instead of taxes. Administrative Headquarters • 226 West Dwain Willis Avenue • Vinita, Oklahoma 74301 • Phone: 918-256-5545 • Fax: 918-256-1051

BIDDING INSTRUCTIONS FOR SEALED BIDS RFQ or … INSTRUCTIONS FOR SEALED BIDS . ... 8 OPGW Suspension Unit with Inner/Outer Reinforced Rods, Fits OPGW0.559", -PLP#4300110, TAG:

  • Upload
    vukiet

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

GRDA Finance Form 005 (10-2006)

BIDDING INSTRUCTIONS FOR SEALED BIDS

Sealed bids will be accepted at the Grand River Dam Authority Administrative Headquarters located at 226 West Dwain Willis Avenue, Vinita, Oklahoma. Bids received after the bid opening time and date will not be opened or considered.

RFQ or RFP Number: 16358 Bid Opening Time & Date: 11/20/2013 2:00 PM CT Description: Optical Ground Wire (OPGW) & Associated Hardware For Ketchum Substation Contracting & Acquisitions Agent: Gai Hunter

Bids must be enclosed in a sealed envelope or package and addressed as follows:

PURCHASING UNIT SEALED BID # 16358 DUE DATE: 11/20/2013 2:00PM CT GRAND RIVER DAM AUTHORITY 226 WEST DWAIN WILLIS AVE VINITA OK 74301

Express Mail/Overnight packages must also be addressed as above.

Bids not addressed as instructed above negate the confidentiality of the sealed bid and, therefore, will be rejected and returned to the bidder without being considered. All bids responses shall be typewritten or handwritten in ink, and any corrections to bids shall be initialed in ink. Bids and proposals submitted in pencil will not be accepted. All bids and proposals shall include an original signature of the bidder and shall be accompanied by a properly executed non-collusion affidavit with original signatures and notary seal. Bid responses are to include payment terms and delivery information. Bids and proposals shall be quoted FOB: Destination/Freight Allowed unless stated otherwise within the Request for Quote. All packaging, handling, shipping and delivery charges shall be included in the unit price quoted for each line item. No exceptions will be granted unless approved by the guidelines of the Chief Financial Officer or designee.

Fax or e-mail Bids will not be accepted.

Bidders opting to decline the bid offering are requested to submit a response with a brief explanation.

Grand River Dam Authority is an agency of the State of Oklahoma, fully supported by customer revenues instead of taxes. Administrative Headquarters • 226 West Dwain Willis Avenue • Vinita, Oklahoma 74301 • Phone: 918-256-5545 • Fax: 918-256-1051

REQUEST FOR QUOTE # 16358RFQ # 16358

Quotation Due By:

Bid Due Time:11/20/20132:00:00 PM

REPLY TO:

Gai HunterPURCHASING DEPARTMENTGrand River Dam Authority226 W DWAIN WILLIS AVEPO BOX 409VINITA OK 74301

PHONE:FAX:EMAIL:

405-297-9963 ext [email protected]

VENDOR INFO: VENDOR #: 99999.00

NAME:

CONTACT:

ADDRESS 1:

ADDRESS 2:

CITY: STATE: ZIP:

EMAIL:

PHONE: FAX:

NOTE: 1.The bid opening date and time for this RFQ is 11/20/2013. Each bid response must be received by 2:00PM CT so it can be recorded as received prior to the bid opening time. Questions pertaining to this RFQ must be submitted in writing to Gai Hunter via email at [email protected].

2.The outside envelope for each bid must be marked as (Sealed Bid 16358). See instructions on the Sealed Bid cover sheet.

3.A completed non-collusion affidavit is required and must be submitted with your bid.

4.This form must be signed by an authorized representative of your company in the space provided in the lower right hand corner of this form.

5.The award to the successful bidder will be based on the lowest and best bid received that meets the specifications listed below and the requirements herein. Preference may be given to E-pay vendors if analysis estimates that such appears to result in a lower cost to GRDA.

6.Only the brand name, model, and part number(s) will be accepted for any items listed below that include the designation �sole brand� or �no sub.�

7.Any other items listed below that contain a brand name, model and part number are for comparable quality and identification purposes only and equivalent bids may be submitted.

****** Read the General Bidding Instructions attached to this RFQ for further instructions.******

GRDA Visa PaymentGRDA provides a Visa payment program which invoices payment by a secure Visa account number assigned to the supplier after award of contract. Notification of payments and required invoice information are issued to your designated Accounts Receivable contact by e-mail remittance payment.

Preference may be shown during the evaluation process to bidders that agree to accept the Visa payment of invoices. To learn more about the benefits of the Visa payment program, and to obtain answers to FAQ, click or copy and paste the following URL into your browser: www.bankofamerica.com/epayablesvendors.

Will accept payment by Visa: Yes ____ No ____ (check one)

Visa acceptance signature: _________________________

Designated Accounts Receivable Contact for Visa remittance advices:

Name: __________________________

Phone: __________________________

Email: __________________________

LINE DESCRIPTION NUMBER OF UNIT OF UNIT LINE LEAD TIME

REQUEST FOR QUOTE # 16358ITEM UNITS MEASURE PRICE COST

1 Wire/Cable: Fiber Optic, OPGW, DNO 4668, 48 Single-Mode Fibers, Approx. .0465" O.D.

Per Attached Specifications (Order As Needed)

8000.0 FEET BID AS INDICATED IN PRICE SHEET

GRDA Item # 046-0869-000-000

2 Wire/Cable: Fiber Optic, OPGW, DNO 4668, 48 Single-Mode Fibers, Approx. .0465" O.D.

Per Attached Specifications (Order As Needed)

11500.0 FEET BID AS INDICATED IN PRICE SHEET

GRDA Item # 046-0869-000-000

3 Wire/Cable: Fiber ADSS, Mini -Span 424, AFL *DNA-28538*FT*48F SM ADSS (2000FT Reels)

1000.0 FEET BID AS INDICATED IN PRICE SHEET

GRDA Item # 046-0869-001-000

4 Connector: Kit For OPT-GW Cable, To Fit DNO 4668 Fiber Optic Wire, Approx. .0465" Dia.

Alcoa # APCKB460/474 (Order As Needed)

6.0 EACH BID AS INDICATED IN PRICE SHEET

GRDA Item # 030-0157-010-003

5 Connector Kit for OPT-GW Cable, Fits OPGW 0.559", AFL Part #APCK551/630, TAG: KAMO

4.0 BID AS INIDICATED IN PRICE SHEET

6 Connector Kit for ADSS Fiber, AFL Part #BCK491/506 4.0 BID AS INDICATED IN PRICE SHEET

7 Suspension: Unit For OPGW, With Inner/Outer Reinforced Rods, 0.450"-0.475" OPGW Clamping Range

AFL PN SUME450/475

26.0 EACH BID AS INDICATED IN PRICE SHEET

GRDA Item # 030-0157-010-004

8 OPGW Suspension Unit with Inner/Outer Reinforced Rods, Fits OPGW0.559", -PLP#4300110, TAG: KAMO

6.0 BID AS INIDICATED IN PRICE SHEET

9 Clamp: Deadend , For OPGW, Range = 0.461" - 0.477" Dia.

4.0 EACH BID AS INDICATED IN PRICE SHEET

GRDA Item # 030-0157-010-005

10 Clamp: Downlead, For OPGW

40.0 EACH BID AS INDICATED IN PRICE SHEET

GRDA Item # 030-0157-010-006

REQUEST FOR QUOTE # 16358LINE ITEM DESCRIPTION

NUMBER OF UNITS

UNIT OF MEASURE

UNIT PRICE

LINE COST LEAD TIME

11 Enclosure: Fiber Splice Box, Including One Splice Tray For 72 Single Fused Capacity, Outdoor Use

NO SUB

4.0 EACH BID AS INDICATED IN PRICE SHEET

GRDA Item # 030-0157-010-001

12 Bracket: Coil, Use For Fiber Optic Splice Box Enclosure

NO SUB

4.0 EACH BID AS INDICATED IN PRICE SHEET

GRDA Item # 030-0157-010-002

13 Damper:Vibration For OPGW DNO-4668, 0.465" Dia.

AFL OVD461/570

31.0 EACH BID AS INDICATED IN PRICE SHEET

GRDA Item # 030-0157-010-000

NOTE: All prices must be quoted FOB: Destination. All freight charges to delivery point must be included in the unit price quoted for each line item. All packaging, handling, delivery and any other surcharges must also be included in the price quoted for each line item.

SHIP TO: Grand River Dam AuthorityTRANSMISSION & ENGINEERING HDQTRS635 HWY 69APO Box 1128PRYOR OK 74362

PAYMENT TERMS:

QUOTE EXPIRATION DATE:

QUOTATION NUMBER:

QUOTED BY (please print):

COMPANY NAME:

SIGNATURE:

DATE OF QUOTE:

THIS IS NOT AN ORDER. We would be pleased to receive your quotation for furnishing the above. This form must be completed in full (including signature) and returned by the due date above. You may attach additional pages if necessary. If attached, the Non-Collusion form must be completed and returned with your quotation. NO PARTIAL SHIPMENTS OR PARTIAL PAYMENTS WILL BE ALLOWED WITHOUT PRIOR APPROVAL.

All articles purchased hereunder shall be in accordance with the Bidding Procedures and General Terms & Conditions contained on the attached sheets.

__________

RFQ / RFP #

A. For purposes of competitive bid or contract, being of lawful age and first duly sworn on oath, I certify:

1. I am the duly authorized agent of ,

2.

3.

a.

b.

c.

B.

C.

Subscribed and sworn to me this day of , 20

Notary Seal:Notary Public Signature

NON-COLLUSION AFFIDAVIT

GRAND RIVER DAM AUTHORITY

A Non-Collusion Affidavit shall be included with any competitive bid or contract submitted for goods or servicesexceeding $50,000.00, or for any competitive bid or contract submitted for the purpose of repairs andimprovements to GRDA facilities exceeding $5,000.00.

(Company Name)

the bidder submitting the competitive bid which is attached to this statement, for the purpose of certifying thefacts pertaining to the existence of collusion among bidders and between bidders and state officials oremployees, as well as facts pertaining to the giving or offering of things of value to government personnel inreturn for special consideration in the letting of any contract pursuant to said bid;

I am fully aware of the facts and circumstances surrounding the making of the bid to which this statement isattached and have been personally and directly involved in the proceedings leading to the submission of suchbid; and

Neither the bidder, nor contractor, nor anyone subject to the bidder’s or contractor’s direction or control, hasbeen a party:

to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price orto refrain from bidding,to any collusion with any state official or employee as to quantity, quality or price in the prospective contract,or as to any other terms of such prospective contract, norin any discussions between bidders and any state official concerning exchange of money or other thing ofvalue for special consideration in the letting of a contract, nor, whether competitively bid or not, has paid,given or donated or agreed to pay, give or donate to any officer or employee of the State of Oklahoma anymoney or other thing of value, either directly or indirectly, in procuring this contract herein.

The contractor further certifies that no person who has been involved in any manner in the development of saidcontract while employed by the State of Oklahoma shall be employed to fulfill any of the services provided for undersaid contract.

If any contract pursuant to this bid is for professional services as defined in 74 O.S. § 85.2.25, and if the final productis a written proposal, report or study, the contractor further certifies that (s)he has not previously provided the stateagency or any other state agency with a final product that is a substantial duplication of the final product of theproposed contract.

Authorized Signature Certified this Date

Grand River Dam Authority is an agency of the State of Oklahoma.

Printed Name Title

My commission number:

Administrative Headquarters • 226 West Dwain Willis Avenue • Vinita, Oklahoma 74301 • 918-256-5545

GRDA Finance Form 002A (Revised 07-08-2010)

State of County of

My commission expires:

8

GENERAL BIDDING INSTRUCTIONS FOR SEALED BIDS 1. Bids shall be opened by the Purchasing Unit at the Grand River Dam Authority (hereinafter referred to as “GRDA” or

“the Authority”) Administrative Headquarters, 226 West Dwain Willis Avenue, Vinita, Oklahoma 74301 on the date (and time, if applicable) shown on the attached RFQ or RFP form. Bids shall be in conformity with these and any additional instructions to bidders and shall be submitted on GRDA’s form. The RFQ (Request for Quote) or RFP (Request for Proposal) form must be completed in full and signed by the bidder. If your bid response necessitates additional space, you may attach additional pages; however, the RFQ or RFP form shall be completed, signed and reference the additional pages. All bid responses shall be typewritten or handwritten in ink, and any corrections to bids shall be initialed in ink. Quotations or proposals submitted in pencil shall not be accepted.

2. Sealed bids shall be submitted to the GRDA Purchasing Unit in a properly marked envelope or package, and shall be

sealed. The name and address of the bidder shall be printed on the exterior of the envelope or package. The RFQ or RFP number and bid opening date shall be referenced on the face of the sealed envelope or package. Unmarked bids shall be rejected and returned to the bidder. Neither fax nor e-mail submissions shall be accepted for sealed bid requirements, as they negate the confidentiality of the bid. Any bid received via fax or e-mail for a sealed bid requirement shall be rejected and returned to the bidder. Bid opening time extensions shall not be granted. Bids received after the opening time and date shall not be considered. This is a formal bidding procedure with all bid packets recorded upon receipt and held unopened under lock until the bid opening at the time, date and location listed on the RFQ or RFP. At public bid openings, a short description of the item and the bid price will be read. The information shall be recorded on a bid tabulation to be used during the subsequent bid evaluation. Interested bidders may make an appointment to review quotations after an evaluation, recommendation and bid award has been made.

3. Non-Collusion Affidavit: RFQs or RFPs anticipated to exceed a total amount of $5,000 shall be accompanied by a

Non-Collusion Affidavit. This affidavit shall be completed by the bidder and include an original signature in ink of an authorized company representative (preferably the bidder) with full knowledge and acceptance of the bid proposal. The Non-Collusion Affidavit with original signature shall be mailed with the bid response to the attention of the Contracting & Acquisitions Agent listed on the RFQ or RFP. Purchase orders in excess of $5,000 will not be released to the successful bidder without receipt of a properly signed affidavit for the bid.

4. In the event the unit price and line total extension do not agree, the unit price shall be considered the quoted price

accepted for evaluation.

5. Freight Terms: All prices shall be quoted FOB: Destination/Freight Allowed. All packaging, handling, shipping and delivery charges shall be included in the unit price quoted for each line item. No exceptions shall be granted unless approved by the guidelines of the GRDA Chief Financial Officer or designee.

6. Other Surcharges: Any additional surcharges (such as HazMat charges, fuel surcharges, set-up fees, etc.) shall be

included in the unit price quoted for each line item. All additional charges are considered a part of the cost of the goods, and bids shall be evaluated to include these additional charges.

7. Tax-Exempt Status: GRDA is an agency of the state of Oklahoma and is specifically exempt from the payment of

sales tax by Oklahoma state statute, Title 68 O.S.A. § 1356 (10). An excerpt from the statute shall be furnished upon request.

8. Questions arising during the bidding process should be submitted in writing to the Contracting & Acquisitions

Agent named on the RFQ or RFP. The GRDA Contracting & Acquisitions Agent shall coordinate a reply from the end user to ensure that all potential bidders are provided the same information. Under no circumstances shall a bidder discuss pricing with any GRDA employee prior to the bid opening.

9. All bids submitted shall be subject to GRDA’s Purchasing Policy and Procedures, General Terms and Conditions, the

bidding instructions and specifications, the Oklahoma Open Records Act, other statutory regulations as applicable, and any other terms and conditions listed or attached herein – all of which are made part of this Request for Quote or Request for Proposal.

10. GRDA reserves the right to reject any and all bids, and to contract as the best interests of the Authority may require.

GRDA reserves the right to reject any bids that do not comply with the requirements and specifications of the Request for Quote or Request for Proposal. All bid responses become the property of GRDA and are subject to the Oklahoma Open Records Act. GRDA shall endeavor to protect technical information designated by the bidder as proprietary information; however, only technical information (i.e., “trade secrets”) may be considered proprietary – pricing and other non-technical aspects of the quote shall be considered non-proprietary.

11. “Sole Brand” or “No Sub” Items: Items with a “Sole Brand” or “No Sub” designation in the description shall be

furnished as the specified manufacturer and model/part number. No exception may be taken to the specification, and no alternate shall be accepted. In those cases where a manufacturer has discontinued the specified model/part

GRAND RIVER DAM AUTHORITY

9

number, the bidder shall indicate so on the RFQ. If a replacement item is available, the new model/part number shall be indicated on the RFQ form and the price quoted. It shall also be noted whether the replacement item is a direct replacement for the obsolete part number originally requested. If not, or if the specifications differ in any way, the bidder shall explain in detail, and corresponding drawings or descriptive literature shall be included with the quote.

12. Approved Equivalents: Unless an item is designated as a “Sole Brand” or “No Sub” item, any manufacturer’s name,

brand name, information and/or catalog number listed in a specification is for informational or cross-reference purposes and is not intended to limit competition. Bidders may offer any brand/manufacturer for which they are an authorized representative, provided it meets or exceeds the specification of the listed item. However, if quoting an equivalent product, bidders shall indicate on the RFQ form the manufacturer’s name and part number. Bidder shall also submit any drawings, descriptive literature and specifications for evaluation purposes. Reference to literature submitted with a previous bid shall not satisfy this provision. The bidder shall also provide written confirmation that the proposed equivalent will meet the requested specifications and is not considered an exception. Bids which do not comply with these requirements may be rejected. GRDA warehouses are not permitted to accept any item with a part number differing from that quoted by the bidder. Bids lacking any written indication of intent to furnish an alternate brand, model or part number shall be considered to be in complete compliance with the specifications as listed on the RFQ.

13. Insurance Certificates: Any service to be performed that requires the vendor’s employee, vehicle or equipment to be on any GRDA property must be covered by minimum insurance requirements. The workscope to be performed for the Authority shall be evaluated and the minimum insurance requirements shall be provided to prospective bidders with the RFQ or RFP. Evidence of insurance coverage shall be furnished in the form of a Certificate of Insurance, and shall be submitted with the bid response. Bidders shall disclose any subcontractors to be used, and the Authority shall consider the supplier as the single point of contact. The supplier shall assume responsibility for the performance of the subcontractor. Policies shall remain current for the duration of the requested service period, and GRDA shall be notified of any cancellation or revision to policies. Purchase Orders shall not be released to the successful bidder without a current Certificate of Insurance naming GRDA as certificate holder on file. A Memorandum of Insurance shall not be acceptable for this requirement.

14. MSDS: Material Safety Data Sheets shall be furnished to GRDA’s Safety Department at the address noted on the PO

prior to delivery of items.

15. Purchase Orders shall be awarded to the “lowest and best” or “best value” bidder. Line items may be split into multiple orders, taking low items from each respective bidder, or orders may be awarded on an “all or none” basis, whichever is in the best interests of the Authority. Award decisions are further subject to consideration of any additional terms and conditions contained in the bid proposal. Vendor protests must be submitted in writing to the Central Purchasing Unit of GRDA within thirty-six (36) hours of award of Contract or Purchase Order.

16. Successful vendor shall deliver the merchandise or perform the service as quoted. Substitutions or changes without

prior approval of the GRDA Contracting & Acquisitions Agent shall be rejected and returned at the vendor’s expense.

17. Bidder Responsibilities: Bidders are to transact all phases of the purchasing function directly with the GRDA Contracting & Acquisitions Agent. Bidders are to conduct all written and verbal communication with the Authority through the GRDA Contracting & Acquisitions Agent. Bidders are to conduct negotiations ethically, without attempts to influence through offers of valuable personal gifts or entertainment. Bidders are to make available as requested any technical information which might be of benefit in the bid evaluation.

18. Supplier List: The Finance Department maintains a current listing of suppliers with a cross-reference as to products

and services offered. Suppliers may have their names added to the list by submitting a completed Vendor Registration/Payee Application, and shall notify the Authority of any update information. If a supplier fails to respond to bid requests after four appropriate solicitations, that supplier may be removed from the active list. Suppliers who do not meet quoted shipping dates or lead times, supply products or services of poor quality, substitute items of unequal quality, continually over-ship or under-ship items, or do not invoice properly may be placed under suspension or disqualified from the active supplier list. Suppliers may voluntarily request to be removed from the supplier database.

19. Service Contracts: By submitting a bid for services, the bidder certifies that they, and any proposed subcontractors,

are in compliance with 25 O.S. §1313 and participate in the Status Verification System. The Status Verification System is defined in 25 O.S. §1312 and includes, but is not limited to, the free Employment Verification Program (E-Verify) available at www.dhs.gov/E-Verify. This shall remain in effect through the entire term, including all renewal periods, of the contract. The State may request verification of compliance for any contractor or subcontractor. Should the State suspect or find the contractor or any of its subcontractors are not in compliance, the State may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the contract for default, and suspension or debarment of the contractor. All costs necessary to verify compliance are the responsibility of the contractor.

20. Timeliness of Delivery: The date quoted by the Bidder for delivery of the line material will be considered in the

analysis of this bid due to the need for this material for the construction of a major transmission line. As such, time is of

10

the essence in the delivery of this material. Should the Bidder neglect or fail to deliver the quoted items to the destination in the time frame defined by the Bidder in his proposal, the contractor agrees to pay to GRDA, One Thousand Dollars ($1,000) per calendar day with a cap of 10% of the bid price, not as a penalty, but as liquidated damages for each and every calendar day by which the actual delivery exceeds the quoted delivery. The liquidated damages described are fixed and agreed upon by the parties because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages GRDA would sustain in such event. The said amount is agreed by the parties to this contract to be the amount of damages which GRDA would sustain.

21. Best Value Award: The award of this contract will be based on a “best value” criteria analysis, to include but not be

limited to the following items in no order of preference: a. Compliance with the technical specifications b. Price c. Loss cost evaluation d. Quoted delivery time e. Locations of production and maintenance facilities f. Previous history of products with GRDA, if applicable

- End of Page -

GRDA Finance Form 001 (Revised 04-29-2010)

Grand River Dam Authority is an agency of the State of Oklahoma. Administrative Headquarters • 226 West Dwain Willis Avenue • Vinita, Oklahoma 74301 • Phone: 918-256-5545 • Fax: 918-256-1051

GENERAL TERMS AND CONDITIONS Any contract or order issued by the Grand River Dam Authority (hereinafter referred to as GRDA) is expressly conditioned upon Seller’s assent to these terms and conditions, unless otherwise agreed in writing. Any order issued or filled by Seller shall be deemed to constitute Seller’s assent to these terms and conditions. Any additional or different terms submitted by the Seller are hereby expressly objected to by GRDA unless expressly agreed to in writing by GRDA. 1. Mail or deliver all invoices or correspondence pertaining to the payment of this Purchase Order to: Accounts Payable Department,

Grand River Dam Authority, P.O. Box 409, 226 West Dwain Willis Avenue, Vinita, Oklahoma 74301. Seller shall submit invoices, with one copy detailing each item with unit prices, with the top copy being distinguishable as an original, accompanied by one copy of complete shipping papers. If shipment is not made by routing instructions as specified on the face of this Purchase Order, GRDA reserves the right to deduct any excess transportation charges resulting therefrom. Copy of original freight bill must be supplied for payment. Time, in connection with any discount offered, will be computed from date of delivery of items, or from date the correct invoice is received in Vinita, Oklahoma, whichever period of time is the later date. No Oklahoma State Sales or Use Tax shall be included in payment of this Purchase Order.

2. All articles, materials, equipment and supplies (hereinafter referred to as “items”) covered by this Purchase Order, unless otherwise

specified, are purchased subject to inspection before and during manufacture and upon arrival at destination. GRDA reserves the right to return for full credit and/or refund, at Seller’s sole risks and expense, including all transportation and storage charges, all items found defective or furnished contrary to instructions and/or specifications contained herein.

3. In case of default by Seller, GRDA may procure the items or services from other sources and hold Seller responsible for any excess

cost occasioned thereby; provided, that if necessity requires the use of items not conforming to specifications, they may be accepted, and payment made at a proper reduction in price. Notwithstanding anything herein to the contrary, GRDA reserves the right to terminate this Purchase Order for its convenience. In the event of such termination, GRDA shall pay and Seller shall accept the reasonable value of all work performed and items delivered by Seller up through the effective date of such termination.

4. Seller warrants that all items covered by this Purchase Order will conform to the specifications, drawings, samples or other description

furnished by GRDA, or any revisions thereof, and any items purchased pursuant to this Purchase Order shall be subject to all warranties expressed or implied by law, and will be merchantable of good material and fit and sufficient for the purpose intended, and shall satisfy any performance guarantee requirements as specified herein by GRDA. In the event the items and/or services purchased hereunder do not meet the warranty specified hereinabove, Seller shall promptly repair or replace any defective item at its expense, or re-perform any necessary services, and shall hold GRDA harmless from any and all costs and expenses incurred due to said defective item or performance of services, including the cost for removing any part or product to be repaired or replaced, as well as transportation and installation charges in connection with the repair, replacement or servicing of any parts or equipment. Seller further agrees that the manufacturer’s warranties and guaranties of the items purchased hereunder extended to Seller shall extend to GRDA.

5. Seller shall indemnify and hold GRDA harmless from and against any and all loss, costs or expenses arising out of any liens or claims

in any way related to the items or services furnished hereunder. Seller shall likewise indemnify and hold GRDA harmless from any patent, trademark or copyright infringement, except items supplied in accordance with design originating with GRDA. Seller shall be an independent contractor. Seller shall protect, defend, indemnify and hold GRDA harmless from any damage or injury to any persons, including Seller’s employees or property, and from any claim, demand, action, cost or expense arising out of the activities hereunder as a result of Seller’s negligent or intentional wrongful acts. In no event shall Seller’s liability be limited under this Purchase Order for the negligent or intentional wrongful acts of the Seller.

6. Seller shall, before any items are shipped and/or any services are commenced, provide GRDA with certificates evidencing that the

following minimum insurance will remain in force until Seller’s obligations are completed: (a) Workmen’s Compensation Insurance, including Employer’s Liability Insurance, in accordance with the laws of the state in which Seller may be required to pay compensation; and (b) Public Liability Insurance with an individual limit of not less than $100,000 and a total for any one accident of not less than $300,000, unless otherwise specified herein.

7. This Purchase Order (including Seller’s right to receive payments hereunder) shall not be assigned or subcontracted in whole or in part

without GRDA’s prior written consent. No assignment hereof shall relieve this assignor of its obligations hereunder. 8. Service Contracts: By submitting a bid for services, the Bidder certifies that they, and any proposed Subcontractors, are in compliance

with 25 O.S. §1313 and participate in the Status Verification System. The Supplier/Contractor/Consultant/Construction Manager/etc. certifies that it and all proposed Subcontractors, whether known or unknown at the time a contract is executed or awarded, are in compliance with 25 O.S. §1313 and participate in the Status Verification System. The Status Verification System is defined in 25 O.S. §1312 and includes, but is not limited to, the free Employment Verification Program (E-Verify) available at www.dhs.gov/E-Verify. This shall remain in effect through the entire term, including all renewal periods, of the Contract. The State may request verification of compliance for any Contractor or Subcontractor. Should the State suspect or find the Contractor or any of its Subcontractors are not in compliance, the State may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor.

9. All Items shipped pursuant to this Purchase Order will conform with all municipal, state and federal laws, ordinances and regulations,

and Seller will defend and save harmless GRDA from loss, costs or damage by reason of any actual or alleged violation thereof. 10. GRDA hereby notifies Seller that Seller must comply, and by acceptance of this Purchase Order, Seller represents that it has complied

with, and will continue to comply with, all applicable federal, state and local laws, regulations or orders. 11. This Purchase Order shall be construed as being performed by both parties in Craig County, Oklahoma, and shall be governed in

accordance with the laws of the State of Oklahoma.

PROPOSAL TO THE GRAND RIVER DAM AUTHORITY

FOR PURCHASE OF TRANSMISSION LINE MATERIAL – OPGW & ASSOCIATED HARDWARE

RFQ # 16358 Bidder:

Business Address: Street No.

City State Zip Code

Telephone Number _______________________ Fax Number ___________________________

Contact Name ___________________________________________

E-Mail _________________________________________

Date:

The Bidder named above hereby tenders his bid and declares that the only person or persons interested in this proposal is or are named above; that the bid is made without collusion with any other Bidder and is in all respects without collusion or fraud. The Bidder further declares he has examined the specifications and has read the attached INSTRUCTIONS TO BIDDERS for the

TRANSMISSION LINE MATERIAL – OPGW & ASSOCIATED HARDWARE and agrees to furnish all the materials necessary or proper on the terms, and under the conditions set forth therein and in the specifications, and to accept in full payment the firm lump sum bid listed below for the material:

OPGW & Associated Hardware, per specifications: $ ____________________

Total in writing__________________________________________________________ Dollars.

Delivery: A liquidated damages clause applies to this purchase (see Item #20 of the General Bidding Instructions). If awarded the contract, the bidder shall deliver all requested material to the F.O.B. destination: Ketchum Substation, 33760 S 4470 Rd, in southern Craig County, Oklahoma as follows:

Completed by February 15, 2013 (NOTE: Partial shipments are acceptable but all shipments must be completed by February 15, 2013)

It is expected the purchase order will be issued no later than December 13, 2013.

5

BIDDER REFERENCE INFORMATION – RFQ 16358

Bidder states that he has produced similar material for the following companies within the last two years. Include companies, contact names, and phone numbers for references:

ALL HARDWARE AND ACCESSORIES MUST BE COMPATIBLE AND APPROVED FOR USE BY THE OPGW MANUFACTURER. Bids shall be based on the following unit pricing for material and specified quantities. RFQ 16358 - PRICE SHEET

LIST OF OPGW MATERIALS

NO MATERIAL DESCRIPTION MANUFACT

URER OR EQUAL

CATALOG OR EQUAL QTY QUOTED BRAND

AND PART # UNIT PRICE

US $ ITEM TOTAL

US $

1

Fiber Optic OPGW (Ft) : Single reel, DNO 4668, 48 single-mode fibers, Approx. 0.465" O.D., per attached specifications. GRDA Stock Code # 046-0869-000-000.

AFL DNO-4668, CC-57/465 8000

2

Fiber Optic OPGW (Ft) : Single reel, DNO 4668, 48 single-mode fibers, Approx. 0.465" O.D., per attached specifications. GRDA Stock Code # 046-0869-000-000.

AFL DNO-4668, CC-57/465 11500

3 Fiber Optic ADSS (Ft) : Single reel, SM ADSS: MINI SPAN 424, GRDA Stock Code # 046-0869-001-000.

AFL AE0489C520AA4 1000

4 Connector Kit for OPT-GW Cable, Fits OPGW DNO 4668, 0.465", GRDA Stock Code # 030-0157-010-003.

AFL APCKB460/474 6

5 Connector Kit for OPT-GW Cable, Fits OPGW 0.559", TAG: KAMO

AFL APCK551/630 4

6 Connector Kit for ADSS Fiber. AFL BCK491/506 4

7 OPGW Suspension Unit with Inner/Outer Reinforced Rods - 0.450"-0.475" OPGW Clamping Range, GRDA Stock Code # 030-0157-010-004.

AFL SUME450/475 26

8 OPGW Suspension Unit with Inner/Outer Reinforced Rods, Fits OPGW0.559", TAG: KAMO

PREFORMED 4300110 6

9 Deadend for OPGW, Diameter Range - 0.461"-0.477", GRDA Stock Code # 030-0157-010-005. PREFORMED 2801305 4

10 Downlead Clamp For OPGW, Diameter 0.465". GRDA Stock Code # 030-0157-010-006. AFL FDOA-B4B4 40

11 Splice Enclosure including trays for up to 72 fibers, AFL Part #SB01-72. GRDA Stock Code # 030-0157-010-001.

AFL Sole Brand SB01-72 4 AFL SB01-72

12 Coil Bracket for SB-01 and OPTI-Guard, GRDA Stock Code # 030-0157-010-002.

AFL Sole Brand CB-44 4 AFL CB-44

13 Damper for OPGW DNO-4668, GRDA Stock Code # 030-0157-010-000. AFL OVD461/570 31

TOTAL

EXCEPTION STATEMENT – RFQ 16358

This part of the proposal must be completed even if no exceptions are stated. State only the EXCEPTIONS. Do not include comments and/or clarifications, which may be shown by attachments to the Proposal. EXCEPTIONS (If no exceptions, state “NONE”; provide additional pages if needed). ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

Transmission Line Material Purchase Specifications

OPGW and Associated Hardware Section Number Section Title Pages

0100 OPGW Hardware 1 - 4 0200 Optical Groundwire (OPGW) 5 - 13

  p. 1 

SECTION 0100 -OPGW HARDWARE

PART 1 - GENERAL

1.01 DESCRIPTION: This Section includes fabrication, testing, packaging, shipping and delivery of hardware for optical ground wire (OPGW), including suspension and dead-end assemblies and fiber optic splice boxes.

1.02 QUALITY ASSURANCE:

A. Codes and Standards:

1. American National Standards Institute (ANSI):

a. B1.1 -Unified Screw Threads.

b. Y14.5 -Drafting Practices -Dimensioning and Tolerancing for Engineering Drawings.

2. American Society for Testing and Materials (ASTM):

a. A153 -Zinc Coating (Hot-Dip) on Iron and Steel Hardware. b. A370 -Mechanical Testing of Steel Products. c. A435 -Straight-Beam Ultrasonic Examination of Steel Plates for Pressure Vessels. d. A441 -High-Strength Low-Alloy Structural Manganese Vanadium Steel. e. A572 -High-Strength Low-Alloy Columbium-Vanadium Steels of Structural Quality.

3. American Iron and Steel Institute (AISI):

a. Steel Products Manual -Stainless and Heat Resisting Steels.

4. American Welding Society (AWS):

a. AWS D1.1 -Structural Welding Code.

5. Federal Specifications:

a. QQ-A-596 -Aluminum Alloy Permanent and Semi-Permanent Mold Castings. b. QQ-A-601 -Aluminum Alloy Sand Castings.

1.03 SUBMITTALS:

A. Data submitted with the Proposal:

1. Outline drawing of each assembly fully dimensioned, conforming to ANSI Y14.5, with each component clearly shown.

B. Compliance Submittals:

1. Includes, but not limited to the following:

a. Detail and assembly drawings of each item and assembly to be furnished. Drawings

  p. 2 

shall include the following information:

(1) Dimensions, conform to ANSI Y14.5.

(2) Materials, weights, and fabrication details.

(3) Manufacturers' catalog numbers.

(4) Marking information.

C. Test reports.

1.04 PACKAGING, SHIPPING AND DELIVERY:

A. Materials shall be packaged as complete assemblies in weather-resistant cartons or crates suitable for outdoor storage.

B. Each package shall be clearly marked or tagged with assembly and quantity of the assemblies enclosed.

PART 2 -PRODUCTS

2.01 MANUFACTURERS:

A. Fiber Optic Ground Wire Assemblies:

1. Alcoa Conductor Accessories, Inc. 2. Preformed Line Products

2.02 MATERIALS:

A. Assemblies and hardware items shall be designed to be used with the OPGW and be of the size, type and style as recommended by the optical ground wire (OPGW) manufacturer, except where otherwise restricted by this Specification or the Contract Drawings. OPGW, assemblies and hardware shall include but not necessarily be limited to suspension and dead-end assemblies, tower and pole guide clamps, OPGW ground clamps, bonding wire assemblies and splice boxes.

B. OPGW suspension assemblies as indicated on the Purchase Requisition.

C. OPGW dead-end assemblies as indicated on the Purchase Requisition.

D. Splice Closures:

1. Furnish Alcoa splice closures as indicated. 2. Furnish all necessary tools, grommets, kits or other materials necessary for complete field

assembly of the closure. 3. The closure shall contain at least four single-mode fusion splice trays and holder plus any

additional trays as required to splice all fibers in each respective cable.

E. Assemblies shall be articulating so that undue binding or overstressing will not occur during large conductor movements.

  p. 3 

F. Materials and methods used in the fabrication of suspension and dead-end assemblies shall be selected to provide durability and ductility with a minimum loss of impact strength at low temperatures. Ductility at room temperature shall be sufficient to provide a minimum elongation in a 2-inch gauge length, including the fracture, of 8 percent for castings made from malleable, ductile, or modular iron; 15 percent for steel castings; and 16 percent for forgings, bars, and plates. Aluminum alloy castings shall have a minimum elongation of 3 percent in a 2-inch gauge length.

G. Yoke plates shall be made of steel plate meeting the requirements of ASTM A441 or A572, Grade 50 or 60 and shall be tested to conform to ASTM A370 and A435, or shall be cast steel, drop forged steel, malleable iron, nodular iron or aluminum alloy. Aluminum alloy castings shall conform to Federal Specification QQ-A-596 or QQ-A-601. If connecting hardware uses bent or curved bolts, the holes in the yokes shall be rounded or chamfered.

H. Oval ball eyes, y-ball clevises, shackles and chain links shall be made of drop forged steel. All die flashing on the shank and on the bearing surface of the ball shall be removed before galvanizing.

I. Other clevises shall be made of cast steel, malleable iron, ductile iron, or drop forged steel. Bolts and nuts shall be made of a grade of steel commensurate with the ultimate assembly strength required for the specified assembly. If bolts with heads are used, provisions shall be made to prevent the bolt from turning when nut is being tightened or loosened. Bolt ends shall be rounded to uniform radius and shall be free from points or sharp edges. Nuts shall be hexagonal and of corona-free design.

J. Y-clevises shall be furnished with a bolt, nut and cotter pin. Straight clevises may be furnished with either bolt, nut and cotter, or bolt and cotter only, except on dead-end assemblies, where all clevis bolts shall be furnished with nuts and cotter keys.

K. Bolts may have either rolled or cut threads, and shall be full sized in the shanks. Threads, before galvanizing, shall be the coarse thread series having a Class 2A tolerance in accordance with ANSI B1.1. Nut threads shall be tapped oversize to closely fit those of the galvanized bolt with no unnecessary looseness, but free enough to permit the nut to be turned on freely with the fingers over the entire thread length.

L. For shackle and clevis fittings the thread length of the bolt and the position of the cotter pin, with the bolt bearing as under applied load and the bolt head in contact with one side of the fitting, shall be such that:

1. The nut will not contact the adjacent side of the fitting when run down to the end of the threads.

2. When the nut is backed up against the cotter pin there shall be not more than 1/4-inch between the nut and adjacent side of the fitting.

3 The cotter pin can be freely installed.

M. Cotter keys for socket fittings shall be humped and shall be made from cold-drawn wire of approximately half-round section having the following properties:

1. Bronze shall have a copper content of not less than 88 percent or greater than 98 percent. Brass shall contain a minimum of 70 percent copper. Stainless steel shall be AISI Type 301, 302, or 304.

2. Bronze or brass shall have a minimum tensile strength of 80,000 pounds per square inch and a minimum elongation of 8 percent in a 1-inch gauge length. Stainless steel shall have a hardness of Rockwell B88 to C30 or equivalent and a minimum elongation of 20 percent in a 2-inch gauge

  p. 4 

length. Physical properties apply to the material in its final state, excluding forming.

N. Cotter pins shall be straight or humped and made of brass, bronze or stainless steel.

1. For bolts where nuts are not used, the nominal diameter of cotter pins shall not be less than 1/4 the diameter of the pins or bolts in which they are to be installed, but in no case greater than 1/4- inch for bolts less than or equal to 1-inch nominal diameter. Cotter pins shall have a nominal diameter of 1/4-inch for bolts greater than 1-inch in diameter.

2. Cotter pins for the sole purpose of securing nuts shall be no smaller than 1/8-inch for bolts up to and including 3/4-inch, 3/16-inch for bolts up to and including 1-1/8-inch, or 1/4-inch for bolts larger than 1-1/8-inch.

3. Holes for straight cotter pins shall be 1/64-inch to 1/32-inch larger than the nominal diameter of the cotter pin. For humped back cotter pins the hole shall be such that the cotter pin is securely locked in place but capable of being removed by use of hand tool. Holes for cotter pins shall be free of burrs and excessive galvanizing.

4. For button or round head pins, the center of the cotter pin hole with the head of the button head pin in contact with one side of the fitting shall be located 1/4-inch plus or minus 1/16-inch from the adjacent side of the fitting.

O. During fabrication, shearing and cutting of plates shall be neatly and accurately done. Cuts shall be clean, without drawn or ragged edges. Holes shall be cylindrical, clean cut, and perpendicular to the plane of the material.

1. Castings shall be uniform, without sharp edges or corners, free of cracks, flaws, and roughness, and shall not contain defects such as blow-holes, shrinkage defects, localized porosity and hard spots.

2. Forgings shall be uniform in quality and condition, without sharp edges or corners, shall not contain welds, and shall be free of pipe and flakes or heat checks, or other defects such as seams, laps, cracks, slag, hard spots, porosity, slivers, scabs, rolled-in-scale, fissures, gas cavities, sponginess, excessive nonmetallic inclusions, or undue segregation.

P. Welding procedures shall conform to AWS D1.1. While being welded, parts shall be held by clamps or other suitable means to keep them in correct alignment and in close contact. All welds shall completely seal; there shall be no voids or seams between adjoining surfaces into which pickling acid or other fluids may enter. All welds shall be smooth, uniform, and without overlaps or excessive undercutting. Rough surfaces, scale, slag, spatter from welding shall be removed before galvanizing by grinding, sand blasting, shot blasting, or chipping. If chipping is used, it shall be followed by one or more of the other named methods.

1. Distortion and stresses due to welding shall be corrected before galvanizing by methods that will not damage the material.

Q. All ferrous material except stainless steel shall be hot dip galvanized to conform to ASTM A153. No material shall be galvanized until all shop operations have been completed, except that nuts may be threaded after galvanizing.

R. Shackle bolts for dead-end assemblies shall be furnished with nuts and cotter pins.

  p. 5 

2.03 IDENTIFICATION:

A. Each article of hardware shall be marked for identification with the manufacturer's name or trademark and part or catalog number.

B. All identification marks shall be stamped, cast, or forged in the metal. All letters, numerals and other markings on the finished product shall be distinct and legible.

PART 3 –EXECUTION:

A. Payment will be made at the unit prices set forth in the Proposal.

END OF SECTION 0100

  p. 6 

SECTION 0200 -OPTICAL GROUND WIRE (OPGW)

PART 1 -GENERAL

1.01 SUMMARY:

A. This Section covers the general construction, mechanical and electrical performance, acceptance criteria, packaging, shipping, and test requirements for a composite overhead ground wire with optical fibers (OPGW). The dual purpose of the OPGW is to provide electrical and physical characteristics of conventional overhead ground wire while providing optical transmission properties of optical fiber.

1.02 REFERENCES:

A. Unless otherwise specified in this Section, all requirements for individual wires and completed OPGW shall be in accordance with the latest revision of the following standard specifications:

1. American Society for Testing Materials (ASTM):

a. B398 – Aluminum-Alloy 6201-T81 Wire for Electrical Purposes.

b. B415 – Hard-Drawn Aluminum-Clad Steel Wire.

c. B416 – Concentric-Lay-Stranded Aluminum-Clad Steel Conductors.

d. B483 – Aluminum and Aluminum-Alloy Drawn Tubes and Pipe for General Purpose Applications.

2. Institute of Electrical and Electronic Engineering (IEEE):

a. Standard 524 – Guide to Installation of Overhead Transmission Line Conductors.

b. Standard 1138 – Standard Construction of Composite Fiber Optic Overhead Ground Wire (OPGW) for Use on Electric Utility Power Lines.

3. Electronic Industries Association:

a. EIA/TIA 455-61 – Measurement of Fiber or Cable Attenuation Using an OTDR.

b. EIA/TIA 598 – Color Coding for Fiber Optic Cable.

4. Bell Communications Research Standard (Bellcore/Telcordia):

a. GR-20-CORE – Generic Requirements for Optical Fiber and Optical Fiber Cable (Optical Fiber only).

5. National Electrical Manufacturers Association (NEMA):

a. WC 26 – Binational Wire and Cable Packaging Standard.

6. International Telecommunication Union:

  p. 7 

a. ITU-T G.652 (Category D) General Requirements for Optical Fiber and Optical Fiber Cable (Optical Fiber only).

b. ITU-T G.655 (Category C) General Requirements for Optical Fiber and Optical Fiber Cable (Optical Fiber only).

1.03 SUBMITTALS:

A. Submittals include, but are not limited to, the following:

1. Submit as specified by Owner.

2. Data sheets for the cable specified including but not limited to manufacturer's installation requirements such as maximum pulling tensions, deadend torque values, sidewall pressures, minimum bending radius, cable reel dimensions, and related items. Values to be clearly documented shall include maximum span length, recommended direction of pull, and maximum string tension with zero or acceptable fiber strain.

3. Test reports.

4. Sag-tension charts and polynomial coeffecients for use in PLS-CADD or ALCOA SAG10 software.

1.04 QUALITY ASSURANCE:

A. OPGW cable shall follow the construction performance acceptance criteria and test requirements of the latest edition of IEEE 1138.

B. The individual fibers shall follow the construction performance criteria and test requirements of the latest edition of Telcordia and ITU-T standards.

C. Warranty: Fiber optic cable furnished under this Specification shall be free of any defects. The Supplier shall pay for all expenses, damages and losses that Owner or installing contractor incurs due to any failures of OPGW cable. The Supplier shall replace f.o.b. point of delivery any cable found to be defective within the warranty period stated in the Bid Form.

D. Information to be Submitted with Bid: Each Bid shall be accompanied by the following documentation:

1. Lump sum bid price and unit prices (dollars per linear foot) for each cable configuration and unit pricing for Field Services.

2. Catalog data sheets.

3. Statement of compliance with Specifications clearly describing any exceptions or variances.

1.05 SERVICES:

A. Owner shall have the option at any time up to 365 calendar days after complete delivery of this Contract to require the Supplier to furnish, at the price quoted in the Proposal, a competent service engineer employed by the cable manufacturer, for one (1) trip at a total of five (5)

  p. 8 

working days.

B. Owner will give the Supplier a minimum of 30 calendar days’ written notice prior to the exact date when the service engineer will be required. Service engineer shall direct the disassembly, assembly, installation, checking, and testing of the cable supplied under this Contract. Service engineer shall not assume executive charge of such work, but shall provide technical direction to Owner, to the extent that the work follows the recommendations of the manufacturer.

1.06 DELIVERY, STORAGE AND HANDLING:

A. Supplier shall assume full responsibility for any damage which occurs during shipment.

B. Materials shall be packed in a manner to prevent damage during shipment, to facilitate unloading, and to allow for long term outdoor storage.

C. Cables shall be shipped on standard returnable steel reels or non-returnable wood reels, meeting the requirements of NEMA.

D. The length tolerance shall be +2 percent and -0 percent of nominal, and only one length shall be placed on each reel.

E. Each reel shall be protected against physical damage such as nicks, scars, or abrasions to the conductor during handling and movement.

F. OPGW shall be tightly and uniformly spooled on the reel.

G. Any portion of the reel that comes in contact with the OPGW’s surface shall be suitably covered.

H. The OPGW shall be layer wound on reel to prevent excessive conductor movement.

I. The OPGW ends shall be suitably secured to the reel flange.

J. The outer OPGW layer shall be suitably cushioned and covered.

K. Each reel shall be stenciled and/or labeled clearly on the outside of one of the reel flanges to indicate the following information:

1. Manufacturer.

2. Date of manufacture.

3. Manufacturer's part number.

4. Cable length.

5. Destination.

6. Cable configuration/fiber count.

7. Shipping date.

  p. 9 

8. Factory reel number.

9. Gross, tare, and net weights.

10. Direction to unreel.

11. Name of Owner.

12. This Contract Number.

L. Reels shall be shipped upright on flange edges, and not on flange sides, to facilitate unloading. All cables delivered shall be capable of being unloaded from three (3) sides of the truck bed with a forklift or from above with an overhead crane.

M. A seal shall be applied to each end of the OPGW to prevent the entrance of moisture into the optical fibers or the escape of filling compound during shipment and storage. Two (2) extra seals shall be shipped with each reel and should be accessible without removing lagging.

N. Unloading will be by others.

O. Notify Owner 7 days in advance of the date of delivery, and 24 hours in advance of the actual time of delivery.

P. Location of delivery and notification name/telephone numbers will be provided by Owner at the time of order.

PART 2 -PRODUCTS

2.01 MANUFACTURERS:

A. Alcoa Conductor Accessories, Inc.

2.02 DESIGN REQUIREMENTS:

A. Cable shall have a circular cross section so that installation is done with standard sheaves and tensioning equipment.

B. Cable manufacturer shall recommend installation guides and procedures, minimum bending radius, minimum sheave sizes, and related items.

C. Cable shall be designed per the requirements of AFL: DNO-4668 48-count OPGW (CC57/465)

D. Fiber Strain: Cable shall be designed such that no fibers will break or be damaged when cable is subjected to its maximum rated loads. When the cable is subjected to the sag-tensions as specified, fiber strain shall be less than the acceptable value as necessary to ensure the cable’s design lifetime.

E. Cable shall be of a proven design with a minimum of five years of successful operation in the field.

F. Each reel shall be accompanied with bi-directional OTDR average test data and a certified record of

  p. 10 

final quality control measured values for each fiber. Copies of these test results shall be submitted as specified by Owner.

G. Prior to acceptance, the installing contractor or Owner will perform a bi-directional OTDR average test on each fiber of each reel of cable to ensure that the cable meets the specification requirements and that the cable has not been damaged during shipment. The test shall indicate the following:

1. Attenuation.

2. Fiber continuity.

3. Fiber length.

2.03 GENERAL CONSTRUCTION:

Composite fiber optic overhead ground wire shall be made up of forty-eight (48) loose-tube flexible glass optical telecommunications fibers contained in a protective central fiber optic unit surrounded by concentric-lay stranded metallic wires in single or multiple layers.

A. Stranded Metallic Wires:

1. The basic construction shall have bare concentric-lay-stranded metallic wires with the outer layer having left hand lay:

a. Aluminum Clad Steel Wire used in the manufacture of OPGW shall be in general accordance with ASTM B415.

b. Wires shall be stranded in general accordance with the latest revision of ASTM B416.

2. The stranded wires may be of multiple layers with a combination of various metallic wires within each layer. The direction of lay shall be reversed in successive layers.

3. The wires shall be stranded so that when the complete OPGW is cut, the individual wires can be readily regrouped and then held in place by one hand.

4. The preferred length of lay of the various layers of wires is 13-1/2 times the outside diameter of that layer, but the length of lay shall not be less than 10 nor more than 16 times this diameter.

5. The rated breaking strength of the completed OPGW shall be taken as 90-percent of the sum of the rated breaking strengths of the individual wires, calculated from their nominal diameter and the appropriate specified minimum tensile strength.

6. At the manufacturer's option, the rated breaking strength may include the strength of the optical unit. In this case, the manufacturer shall notify Owner if the fiber optic unit is considered a load- bearing tension member when determining the total rated breaking strength of the composite conductor.

B. Central Fiber Optic Unit:

1. The central fiber optic unit shall be designed to house and protect the optical fibers from damage

  p. 11 

due to forces such as crushing, bending, twisting, tensile stress, and moisture. The fiber optic unit and the outer stranded metallic conductors shall serve together as an integral unit to protect the optical fibers from degradation due to vibration and galloping, wind and ice loadings, wide temperature variations, lightning and fault current, as well as environmental effects which may produce hydrogen. The fiber optic unit shall be an aluminum tube or channeled aluminum rod.

a. Aluminum Tube: If the fiber optic unit is an aluminum tube to house the fibers, the aluminum tube shall be fabricated as a seamless extruded tube, seam welded, or a tube without a welded seam. The aluminum tube shall be manufactured in accordance with ASTM B483.

b. Filling Compound: The interstices of the fiber optic unit shall be filled with a suitable compound to prohibit any moisture ingress from outside or any water migration along the fiber optic unit. The filling compound used shall be compatible with all components with which it may come in contact, and shall absorb and/or inhibit generation of hydrogen within the cable.

c. Central Structural Member(s): (Tight buffered or tight structure design only.) Structural member(s) shall be used to limit the stress on the fiber inside the central fiber optical unit and provide antibuckling for the unit.

C. Optical Fibers:

1. The fiber optic cable supplied shall consist of a single OPGW design, with forty-eight (48) single-mode fibers manufactured by Alcoa. Specify fiber optic manufacturer with the bid.

2. Core and cladding shall consist of all glass which is predominantly silica (SiO2). The coating, usually made from one or more plastic materials or compositions, shall be provided to protect the fiber during manufacture, handling, and use.

3. Optical fibers from different manufacturers shall not be placed in the same cable or mixed in any order.

4. The entire fiber length per reel shall be unspliced and subjected to a tensile proof stress test equivalent to 100 kpsi for 1.0 second dwell time (100% testing).

5. Color coding shall identify individual optical fibers and groups of optical fibers. The colors and tolerances shall be in accordance with EIA/TIA 598. Any variances to the color coding standard shall be identified by the manufacturer and approved by Owner. Standard color codes include:

Fiber No. Color

1 Blue 2 Orange 3 Green 4 Brown 5 Slate 6 White 7 Red 8 Black 9 Yellow 10 Violet

  p. 12 

11 Rose 12 Aqua

6. Color Performance: The original fiber and buffer tube color coding system shall be discernible throughout the design life of the cable.

D. Buffer Construction:

1. Individually coated optical fiber(s) may be surrounded by a buffer for protection from physical damage during fabrication, installation, and performance of the cable. The fiber coating and buffer shall be strippable for splicing and termination.

2. Fibers shall be placed loose inside stainless steel tube with each tube housing not more than 48 fibers. Tubes may be stranded around a central metallic wire. The tubes shall be filled with water/moisture resistant gel.

a. The layer having the stainless steel tubes shall be covered by a second layer of metallic wires. The interstices inside and outside the tube shall be filled with a gel with anti-oxidant additives to prevent water intrusion and migration. The gel shall be chemically and mechanically compatible with all cable components, non-nutritive to fungus, non-toxic, nonhydroscopic, and electrically non-conductive.

b. Tight Buffer or Tight Structure: Tight buffer or tight structure construction shall consist of a suitable material that comes in contact with the coated fiber.

E. Optical Fiber Parameters:

1. Single-Mode Optical Fibers:

a. Concentricity Error -Offset between the center of the core and the center of the cladding shall be ≤ 0.5 micron.

b. Cladding Diameter -Cladding outside diameter shall be 125.0 microns ± 1.0 microns.

c. Cladding Noncircularity -Cladding noncircularity shall be ≤ 1 %.

d. Coating Diameter -Nominal coating diameter should be 250 microns for standard protective coating.

2. Attenuation Coeffecients:

a. The attenuation coefficient for non-dispersion-shifted fiber (ITU-T G.652.D) and nonzero dispersion-shifted fiber (ITU-T G.655.C) shall be specified at 1310 nm and at 1550 nm. The attenuation coefficient shall be specified on the basis of the maximum individual fiber attenuation coefficient in the cable.

b. For ITU-T G.652.D single-mode fiber the maximum attenuation is as follows:

(1) ≤ 0.35 dB/km @ 1310 nm (2) ≤ 0.25 dB/km @ 1550 nm

  p. 13 

c. For ITU-T G.655.C single-mode fiber the maximum attenuation is as follows: (1) ≤ 0.40 dB/km @ 1310 nm (2) ≤ 0.25 dB/km @ 1550 nm

3. Attenuation Uniformity:

a. The attenuation of the fiber shall be distributed uniformly throughout its length such that there are no point discontinuities in excess of 0.10 dB for single-mode fiber at either 1310 nm or 1550 nm. The fiber shall be continuous throughout its length with no splices.

4. Attenuation Variation with Wavelength:

a. For ITU-T G.652.D and ITU-T G.655.C fibers, the attenuation coefficient for wavelengths between 1285 nm and 1330 nm shall not exceed the attenuation coefficient at 1310 nm by more than 0.05 dB/km. The attenuation coefficient for wavelengths between 1525 nm and 1575 nm shall not exceed the attenuation coefficient at 1550 nm by more than 0.05 dB/km.

5. Cable Cutoff Wavelength (Single-Mode Fiber):

a. The cutoff wavelength of the cabled fiber, λcc, shall be less than 1260 nm.

6. Mode Field Diameter:

a. Nominal mode field diameter (MFD) for ITU-T G.652.D single-mode fibers at 1310 nm shall be no less than 8.8 microns and no greater than 9.6 microns. For ITU-T G.655.C single-mode fiber at 1550 nm, the nominal shall be between 9.2 and 10.0 microns. A range about the specified nominal shall be less than ±8% for both the ITU-T G.652.D and ITU-T G.655.C single-mode fibers.

7. Chromatic Dispersion:

a. For ITU-T G.652.D single-mode fibers, the zero dispersion wavelength, λo, shall be between 1300 nm and 1324 nm. The nominal zero-dispersion wavelength should be 1310 nm. In the context of this objective, the nominal zero-dispersion wavelength is defined as the median of the measured distribution of λo. The maximum value of the dispersion slope So max at λo shall be no greater than 0.093 ps/(km.nm

2

).

(1) Maximum Dispersion @ 1310nm ≤ 3.2 ps/km.nm (2) Maximum Dispersion @ 1550nm ≤ 18 ps/km.nm

b. For ITU-T G.655.C single-mode fibers, the nominal zero-dispersion wavelength should be 1550 nm. In the context of this objective, the nominal zero-dispersion wavelength is defined as the median of the measured distribution of λ. The maximum value of the dispersion slope So max at λo shall be no greater than 0.070 ps/(km.nm

2

).

(1) Maximum Dispersion @ 1530nm–1560nm ≤ 6 ps/km.nm

  p. 14 

8. Temperature Cycling:

a. Optical fibers shall maintain mechanical and optical integrity when exposed to the operational temperature extremes of -60 °C to +85 °C.

b. The change in attenuation between extreme operational temperatures for single-mode fibers shall not be greater than 0.05 dB/km. For ITU-T G.652.D single-mode fibers, the attenuation change measurements shall be made at 1310 nm and 1550 nm. For ITU-T G.655.C single-mode fibers, the measurements shall be at 1550 nm.

2.04 FACTORY TESTING:

A. General:

Factory testing to include Design Tests and Routine Tests shall be performed on the complete cable and the individual fibers.

1. The complete OPGW cable shall be tested to the requirements of and to the test method described IEEE 1138.

2. Individual fibers shall be tested to the requirements of and to the test procedures described in Telcordia Standard GR-20.

3. All single-mode fibers shall be tested by the cable manufacturer at time of shipment. Documentation of loss measurements at 1310 nm and 1550 nm shall be provided in hardcopy and on CD or USB memory stick. CD is the preferred method of storage. Optionally, the cable manufacturer may supply OTDR traces for each optical fiber for additional information.

B. Definitions:

Design Test: Design tests are performed to assure conformance to the design performance requirements not normally tested in routine quality control efforts. Design tests may be waived if an OPGW cable of identical design has been previously tested to demonstrate the capability of the manufacturer to furnish cable with the desired performance characteristics.

1. Routine Test: Routine tests shall include all tests performed during the manufacturing process on a periodic basis to access the product's ability to meet the qualification requirements of the applicable standards.

2. Failure: Any test completed shall constitute a failure if any of the following occurs:

a. Permanent or temporary attenuation loss exceeding 0.1 dB for single mode fibers.

b. Breakage, melting, discoloration, or any other visible indicating of damage to any metallic or non-metallic component.

C. Cable Design Tests:

1. Water ingress test.

2. Seepage of flooding compound.

  p. 15 

3. Short circuit test.

4. Aeolian vibration test.

5. Galloping test.

6. Sheave test.

7. Crush and impact test.

8. Creep test.

9. Fiber strain test.

10. Strain margin test.

11. Stress strain test.

12. Cable cutoff wavelength.

13. Temperature cycling.

D. Cable Routine Tests:

1. Mechanical and Electrical Test (wire before stranding).

2. Mechanical and Electrical Tests on Aluminum Pipe and Spacers.

3. Tests on Complete OPGW.

4. Optical Acceptance Tests.

E. Fiber Tests:

1. Provide certification of compliance to Telcordia Standards.

2. Provide attenuation and length measurements for each fiber.

3. Provide sample OTDR plots.

PART 3 -EXECUTION

A. Payment will be made at the unit prices set forth in the Proposal.

END OF SECTION 0200