Loading...
HomeMy WebLinkAboutAgenda Report - November 16, 1983 (30)CITY COUNCIL MEETING U � ( NOVEMBER 16, 1983 AU14I" COUNCIL APPRM'F.D THE SPECIFICATIONS FOR THE PURCHASE OF CONCDI-IrRIC 28,000 FEET OF #2 AND 25,000 FEET OF #210 15 KV XLP NEITTRAL, SPECS ALLMINUM CONCENTRIC NEUTRAL CABLE AND AUT1 TORI ZED THE FOR CABLE APPRVD ADVERTISING FOR SIDS TFiERDCt. 17. a .a t:� r•w_ _- 13 z• -tl - as t t u r rL oefi r_t 4 1 < t,d ... 1� re ., , +• �+k'WP��� n.[x'd n.a. ''':rst-✓rs,'-tL�L"if.1�iiv'`.a� ro.'iry; rwi7 e:`d=. d.�c�i: `.ki�OT?�•.`6b`.TGi.",t�•s-r4• .',�'f:f.. .�-.1��k�e'.'i..�.��„�'e.1,&1�'"'3. �.,a�. �t......"'�.'rS{, .. `UNCIL COA1n1[TNICATI010 TO: THE CITY COUNCIL DATE NO. FROM: THE CITY MANAGER'S OFFICS November 8, 1983 SUBJECT: SPECIFICATIONS FOR THE PURCHASE OF 15 -KV XLP CABLE (UD -E83-9) i Specifications for the purchase of 28,000 feet of #2 and 25,000 feet of #2/0 15-kv XLP aluminum concentric neutral cable are presented for Council's approval and permission to advertise for bids is requested. The bid opening date has been set for Wednesday, December 7, 1983. The cable will be used in Parkside Villa and Arbor Condominium projects; Park West #2, Adobe Court, Noma Ranch and Lakeshore Village Subdivisions; and to maintain an inventory for other cable needs as they develop. The estimated cost of this purchase is $43,000 with delivery expected in six to eight months. David K. Cu ry Utility Director Attach. Y y « �R • v MAW a r R Wy we VA Maio t A A ^' •-' y r. i �-' f* � 7 4 f . Thy, � 7 Acan oil, •tet ,. ♦ � I • :4i / w 1' R r - s' , Won is :. '.. .r � • ,•-: ,. jpj- s •, -sur l 1 t NOTICE TO SUPPLIERS INVITING BIDS TO FURNISH AND DELIVER 15 -KV XLP CABLE Ott] CITY OF LODI, CALIFORNIA The City of Lodi hereby invites sealed proposals for furnishing and delivering 15-kv XLP Cable. Each bid shall be in accordance with specifications on file in the office of the Utility Director, City Hall, City of Lodi, California, where copies of said specifications may be inspected or obtained. No bid will be considered unless it is submitted on a proposal form furnished by the City of Lodi. Said sealed proposals shall be delivered to the Purchasing Agent at the City Hall, 221 West Pine Street, Lodi., California (P. 0. Box 320, Lodi, California 95241-0320) at or before 11:00 A.M., WEDNESDAY, DECEMBER 7, 1983 and will be publicly opened on said day and hour in the Council Chambers in the City Hall, Lodi, California. The City of Lodi reserves the right to accept all or part of any bid, reject an; or all bids, waive any informality or irregularity in any bid, and to accept other than the lowest bid. Reference i.s hereby made to said specifications for further details. CITY OF LODI James W. Pruss Purchasing Agent INFORMATION TO BIDDERS BID OPENING A. The Purchasing Agent will receive sealed bids in his office, City Hall, 221 West Pine Street, Lodi, California 95240, until the time for opening bids as noted in the "Notice Inviting Bids." Bidders or their authorized agents are invited to be present. P. The proposal shall be submitted as directed in the "Notice Inviting Bids" under sealed cover plainly marked as a proposal, and identifying the equipment to which the proposal relates and the date of the bid opening. Proposals which are not properly marked may be disregarded. PROPOSAL FORM A. Prospective bidders are furnished with one proposal form included with the specifications. B. The proposal must be signed with the full name and address of the bidder, if a co -partnership, by a :member of the firm; if a corporation, by an officer in the corporate name. REJECTION OF BIDS Bids may be rejected if they show any alterations of proposal form, additions not called for, or alternative bids not properly documented. Bids proposing equipment with which the City has no prior in-service experience may be rejected. Erasures or irregularities of any kind may also be cause for rejection. AWARD OF BID A. The award of the bid, if it be awarded, will be to the lowest responsible bidder whose bid proposal complies with all the requirements described. B. Where alternate bids are received, the City Council reserves the right to select the bid most advantageous to the City. The award, if made, will be made within thirty (30) days after the opening of the bids. IB -1 i3ELIVERY Delivery time will be part of the bid evaluation, and delivery shall be clearly indicated on the proposal. Truck delivery shall be made only during normal working hours. PRICES All quoted prices shall be current* and firm for at least thirty (30) days after date of bid opening. Escalation clause(s) and base indices shall be clearly specified. Maximum escalation shall also be indicated. Prices to be F.O.B. Lodi, California. SALES AND USE TAXES All quotations submitted shall include California state sales or use taxes. PAYMENTS A. Invoices shall indicate sales or use taxes as separate items apart from the cost F.O.B. point of delivery. Purchaser's specifications and order number shall appear on all invoices. All invoices shall be rendered in triplicate. B. Full payment by purchaser shall not release supplier of his responsibility to fully carry out his bid obligations nor be construed by supplier as acceptance of the work hereunder by purchaser. A. In addition to any or all guarantees mentioned elsewhere herein, the supplier shall replace entirely at his own expense, including freight, any faulty material, within a period of at least one year after the equipment has been accepted by the purchaser. B. This transaction will be covered by City of Lodi purchase order and all terms included in Information to Bidders, Propcsal and Detailed Specifications will be binding. * December, 1983. IB -2 .70 FURNISH EQUIPMENT AS SPECIFIED IN THESE. SPECIFICATIONS FOR THE'Cm Or, LORI, CAT..IFORNIA. Name of Bidder Addraisf,�of Bidder To, the, Lodi: City. Council Lodi' d,aliforaiA the .uadersigmi, as bidder, declares thit he eras v t carefully ex Inviting Bid f6' ion to Bidder3 And. Specifftattons.fi rmat and Aiiiver:L"tt'g.tb:L-6':equipmerit, ihdagrees that 6,.'Ai :ally i V t�p.t k, atf, �!4thet�"editions affecting,the-mater am,, to "be';`_ furnished' IM.'�.f a4, of the stork, ati8 that is.. information on wdasecured b 7, ,h arty estimate of and hart he F1 3 frreach and om 0 C, a On 0 *at )� X �g ul. 4� rl6as mr= n8W 6' f "I'dii-agAt 'N't. g� aificer or agent pf 'the City,, a _ he proposes'. aagree & 'hirnish'the' ire, All City of the VL Aitpqg,� 'aMN't. idaterials'<Spcfiedinb .9 MATt has Seen note�t :the City of Lodi reserves t accept ell v pt bid tAd fid: 30cir-1. 11 bid" 'TO-�au=pc others ;* . 7, Or -a , %; ow - ars to be,,.uC#qca;rAn_ Fq M Aatoo oAke.w.....c.o"zth"q *e(spec, r-, t . ... sucaI 'Will' 66"i the bfader%, pzopoat _710 ma W, 'f LtAtfofi6i,_,iit"all''re,40edt If S Xf 'Amakato ers ficat orksd an tliat e-, total prices, to -rift: VL, P-1 PIMIOSA UD -E83_9 15 -XV nP GABLE .70 FURNISH EQUIPMENT AS SPECIFIED IN THESE. SPECIFICATIONS FOR THE'Cm Or, LORI, CAT..IFORNIA. Name of Bidder Addraisf,�of Bidder To, the, Lodi: City. Council Lodi' d,aliforaiA the .uadersigmi, as bidder, declares thit he eras v t carefully ex Inviting Bid f6' ion to Bidder3 And. Specifftattons.fi rmat and Aiiiver:L"tt'g.tb:L-6':equipmerit, ihdagrees that 6,.'Ai :ally i V t�p.t k, atf, �!4thet�"editions affecting,the-mater am,, to "be';`_ furnished' IM.'�.f a4, of the stork, ati8 that is.. information on wdasecured b 7, ,h arty estimate of and hart he F1 3 frreach and om 0 C, a On 0 *at )� X �g ul. 4� rl6as mr= n8W 6' f "I'dii-agAt 'N't. g� aificer or agent pf 'the City,, a _ he proposes'. aagree & 'hirnish'the' ire, All City of the VL Aitpqg,� 'aMN't. idaterials'<Spcfiedinb .9 MATt has Seen note�t :the City of Lodi reserves t accept ell v pt bid tAd fid: 30cir-1. 11 bid" 'TO-�au=pc others ;* . 7, Or -a , %; ow - ars to be,,.uC#qca;rAn_ Fq M Aatoo oAke.w.....c.o"zth"q *e(spec, r-, t . ... sucaI 'Will' 66"i the bfader%, pzopoat _710 ma W, 'f LtAtfofi6i,_,iit"all''re,40edt If S Xf 'Amakato ers ficat orksd an tliat e-, total prices, to -rift: VL, P-1 �k 4 ya Y i1 � z '.,.lid �`•q����� ��A� � l.Li �p � .. _ t rJ �4F ���rr-�P{' w''�t>i � <4�` y f,rrt t111'SI�I ITEh YMIR .UN?T PRIM no Im WRITTEN Z - WORDS UNiT TRIC �CTP,�QD�sD PYtYCI s 2$'yb00 #t.2'Ax� 7CLP-kv iasu2ated t�aamioalj, coacentri`c neutral cable,` z per attached specificatioa3 • p ': � i'% YjYf T$xes: h - t 'F' sSabtntal: r 4 i� 1gt: e7 . um. RT,P 1:J-kv iasulated ST' ° '•� ' , J �, ; 25 C� :#t. t%0 Al iaa1) coaceatric neutral cable, per atkacheu specific$tioas.�- c xMa } T i C �� r � � a' - i���i r - , "� e" d qs r✓ .Y r ' yat „�-. � i Y r �itL1►Ot$� avy� Syyv�"`y?yw •u z�r f a4 yt.y 3 ..� d Sta TOtil (ba8eOli award Ofittutt8j� ^�F a' ` �,ttYCludin$ tS7c�:lt. Fns '£-44� Z' t C ..0 t-1llpy R K i�.� F.� f�✓>y' a 5y. ° r rS �.:' S'"''�'`b"y"��� r �y. r 1 �1��.`? a y. 55 ..+ ✓ � i - (`c ilei#''9'@r*f tiig8 �$. ' } �� i�8• s ., � ��' �`f r+,-+, yam/ h, 7• �. j� r �Gab14 a'w fa 6?. -u i e r. .1 r. I -�, t I ° \ k t1 t tll tea j,, t r' .tt Sys i L a, < e 1./s 1,�Y S life VS , 1 it '� J� l ; S ri {.' .-+' . � 11 .rte rr. I .M G Y r,,,�is F i� :. _ -t .r,+ t x r' #gtscu'-' �'Y; 71 t 3 �11 ;_ ---s' ,¢y-1 r t' 9s c, if -r v r 'K' h , t o- U f n. 0. k t h '4�`x L bt-, L i x 9r _ , ' !° r2 �%. �' t - c s}: F �.r ,b ' H �, : 4 F .;tr r �"'ak"}'� n"+ -fir I'Y't~ .�} RyY`c ' x 5 .° ,t 'Y>rsq s .a ; `h.'Z; - t3-� �. '/" 'r, ss � x?'� +x _.��., a ^c '. 4 t*- 14',�s �y i y� 'y y.'y l `'r' S `y� '7.SP < �t Y `x f°efX s�'y.'-; , ' Y'a'ri, ",94 a - : ►Q 4iht � eab e c lhf_! � 1►� � � / >s fir' } 3 y a} 3i1 /t i 2 - �t x r n ,�¢ .' , t -'.. . Jy:rt t Yr4''K �f t -4 t t.. F rT } 7 6 t�,"r c�'^`�r A y'i"a ice' trs S '„ (.� }��'� 1 t. sa�,5� " }11, i i ! c ,y ' ,{. f4"k �,, q '.SSS I t'- spry �,wp Y: Y' F _`'r Ir"-./I/�� „, 1. I 1, + •.i ? i4"h F . , ; 'z f t [ - _ 3 ''V- '� a t t v v r r I r�g�hy/ `, ri{,f r `' r h... 'ft t . - E� -_ _.. .� ' - K ( 0.-t . _ _ 4 , - - . 11 I ! 1 1 T k Aefws e r mss,, Ttxe `iaaii Brice -of aliml ' m, 99.5' una loyod ;ingot, , X'or �. I3' ba 4 1s ."UP Y r: ._y /q . 3i 7t r} �_�L r Iia bin a p�rice� 4 con -par, � lectrolytic vire. b�ir, for thia-.b�4 is �,{, ` , .: t�({f. y s r '* -. x per Ib .% �, y � .. V `i !.. i.Y,r. j �Y - L }ky r r T a r 1.%v s +.}�-'`x� itt 1.1 tr ins v zF y ri - i �k. q .-xr �, 2}.r N l ..% { /7:^�n h Y'rikY+u }+H _y k i.7s�re„ k} _ t ! •" ` - ,d t,. f '' �r {l\,,'n'�rdy'�t. �j: et y"s`5:.` - 1..,-,.% filer- _ r 7,11 r fS a � S 'L'`' -, tc m Y7 ,It --2i r "d �, si.•��j ' r rf .. AtI.9 Y. },,J,-J� '� f ..Z./ G A f - ;' alai :M'." °`S'/ _•T 'S H 1 • a x� 1 r t. t S 4 sof f7.vwYi a, ," . I F,xY�! �amo,: y ' l _ S /� 5 rr YA _4RI I" vi ��_ > 1 •`+'°� �4''' , yew i. >• ''r �'� a, ..� .. _ . .. ;.r: > _ '.'W1 ,. •rr it :z _ - 1.. .. s. mqc -I- -. ad.. �:: .•�� t �) ti i}^' . - • :7. 1 -i' t }� 'J .y S,.'�L\i� l tY y'y1'Y t IJl-: yy f. T q .,.. v ♦" III fs....e.. ° .. -. , ^,jy ..'f. M'+ r . 2 v rr. r t:_ ' r r `� •. i r r t ^ p� -' •� .c >F.% r:. .t Lcza,iC iv, a �� } s. ,h,: J :� Z Y ll meq. M 2 Y! ,ms s �-�...•A is vr_ k. ``- ti ^,. A-, .�«s �a-r+-w^•qr ^h m' .. ._:{ h r l ,tf�",t�'.[.�' '•cs-ur.?'A �'r~ t �s' - !, 'Xi' � }et W Iv' .,y% fid:_ , t -3 N mx�i,� b+�a-z)� f, ;7 . ey d 9 , - �*'¢..P6 1...3'`s t i J., A vel yp YYS rr b _ a �. `� irr _ v,: HG se it is understood avid agreed that if this Proposal is accepted,`the price f ` uot*d shove xp +ro 5LVV of sales or use tax, or similar tax now imposed b3r t `" $federal, : St's to9, ,.or other governmental agency up- -n the material.'specified Sbiluaent will be made by (trucks, or railroad cars and' trucks)" *rA will be consolidated into about shi*enCo.' (number of) s The undersigned st. -mits with this Proposal complete manufacturer's speaifica• ` tions, covering all material bid. Failure to provide adequate' informations -mitt' cause rejection of bid. In any case where discrepancy in extensions may occur, the" Bic'der agrees that: the unit price shall be taken as the correct figure. F`Y The undersigned has checked carefully all the above figures and understands{. that the City.and its officers ani employees will not be responsible.. 6i any errors or omi6akc;:.e on the part of the 'undersigned in making up this bid.",:=S" if The undetsigned, as bidder, hereby declares that the only. persons or firms ='K. interested in the proposal as principal -or principals is or are named herein and.° �+ { that, nootherpersons or firms than herein mentioned have any, fnterest :in this proposal, .that, his proposal is made without connection with any other person, company or parties making a bid or proposal; and that it is', in`. respects end `in good Faith, without collusion or fraud.`',`. The undexsi&ned hereby designates as his office to which such notice ole acceptance may be mailed, telegraphed or delivered; This bid: may be .withdrawn ata time prior to the. scheduled:'tisee `for opening of bids or any authorized postponement thereof._�3� SIGNATURE OF BIDDER F,�sz� Y N F h,yyy^yr �-`k { s ... -X. NY- sic}r'N�5,F,r�..�F• - i f JCS? gi'4 as. s r :.Title + w�( ��„�.� r F DatsKii Address The ft 11 names and residences o Z persons and farms intex esEed} in l;he fQxo"- t » got bid` as . rinti als, are as follows: .. . F - P ,r r •�, r r x r.4 P-4 EQUIPMENT SPECIFICATIONS 15 -KV, XLP INSULATED CONCENTRIC NEUTRAL CABLE GENERAL: Cable furnished under these specifications shall be lin,ited to cross- linked thermosetting polyethylene insulated cable rated 15,000 volts and suitable for installation in ducts or for direct burial in earth, in wet or dry loca(_ons, with normal conductor temperatures up to 90*C. Cables furnished shall meet the requirements of the applicable IPCEA, AEIC and ASTM Standards, modifications and additions. SHIPPING: Cable ends shall be adequately sealed to prevent the p:netration of moisture. There shall be no water in the stranded conductor of the cable when the reel is shipped. Each cable reel shall have adequate protective covering across the flanges, so that cable will be protected from injury during ship- ment. Each end of the cable shall be firmly secured to the reel. All shipments shall be prepaid, F.O.B. Lodi, California. MARKING ON REELS: Each reel shall be marked with a durable label securely attached to a flange of the reel and plainly marked staring the destination, the purchaser's order. number, shipping length of cable on reel, type and size of conductors, insulation type and thickness, voltage rating and manufacturer's Identifica- tion number. TESTING AND GUARANTEE: Testing of cable shall be performed according to procedures set forth by tl•e IPCEA, AEIC and A.STht. Certified copies of pass fail test results shall be supplied. Any cable found defective either upon inspection, testing or installation shall be returned at the manufacturer's expense. S-1 The insulation shall be cross-linked, thermosetting polyethylene and shall be free from any conta,ninants larger than 10 mils in its largest dimension or porosities or voids larger than 5 mils. The maximum number of voids between 2 and 5 mils allowed shall be 30 voids per cubic inch of insulation. The insulation shali comply with the following requirements: (1) Physical requirements: Tensile strength 1,800 psi (min.) Elongation at rupture 2507 (min.) (2) Aging: After air oven test at 121 plus or minus 1° C for 168 hours: Tensile strength. Elongation (3) Heat distortion: 4/O AWG and smaller Larger than 4/0 AWG (4) Solvent extraction: 757 of original value (min.) 75% of original value (min.) Filled 207. (max.) 107 (max.) Filled Unfilled 25% (max.) 157 (max.) Unfilled Extractables after 20 -hour drying 3vi. (max.) 30% (max.) The a%,erage insulation thickness shall not be less than 220 mil, and the mini,num thickness shall be not less than 907 of this value. INSULATION RATING: 15 kv - 11.0 kv 8il. SHIELDING: The Conductor (strand) shielding shall be extruded and shall consist of virgin black semi -conducting cross-linked, thermosetting polyethylene. The extruded shield shall have an average thickness of not less than 15 mils S 2 SHIELDING: (continued) when measured over the top of the strands and a minimum thickness of not less than 12 mils. The outer surface of the conductor shield shall be cylindrical and shall be firmly bonded to the overlaying insulation. The insulation shielding shall be extruded and shall consist of one layer of virgin black semi -conducting polyethylene or semi -conducting cross-linked polyethylene, compatible with and boned to the insulation. It shall maintain its shielding properties after exposure to normal operating temperatures and environs. The thickness of the insulation shield shall be in accordance with the following table: Diameter of Core (inches) Thickness of Extruded Insulation Shield in Mils Average Minimum 0 - 1.000 30 24 1. ,101 - 1.500 50 40 1.501 - 2.000 70 56 SPECIFIC REQUIREMENTS: Cable shall be furnished as follows: ITEM 1 (1) Size/type: #2 AWC aluminum, 7 strand, single conductor. (2) Conductor: Aluminum, EC grade, 1/2 to 3/4 hard, concentric stranding. (3) Cable neutral: Neutral. conductor shall consist of concentric X14 AWG coated soft -drawn copper wires, applied spirally over the insulation shielding with uniform spacing between wires. The conductivity of the concentric neutral shall be equal to that of the insulated power conductor. (4) Total footage: 28,000 feet (nominal). S-3 SPECIFIC REQUIREMENTS: (continued) ITEM 2 (1) Size/type: 2/0 AWG aluminum, 19 str&nd, single conductor. (2) Conductor: Aluminum, EC grade, 1/2 to 3/4 hard, concentric stranding. (3) Cable neutral: Neutral conductor shall consist of concentric #12 AWG or #14 AWG coated soft -drawn copper wires, applied spirally over the insulation shielding with uniform spacing between wires. The conductivity of the concentric neutral shall be one-third (1/3) that of the insulated power conductor. (4) Total footage: 25,000 feet (nominal). Reel Makeup and Lengths: Cable shall be nonreturnable wood cable reels meeting Western Underground Committee Guide 1.4. The #2 Alum. and 2/0 Alum. cable shall be supplied on NEMA standard code reel #5832 (58" flange diameter, 32" traverse width). Cable Type #2 Aluminum 2/0 Aluminum Reel Quantity 7 10 S-4 Cable Length (feet) 4,000 2,500