Invitation to Bid - BidNet

Post on 23-Mar-2023

0 views 0 download

Transcript of Invitation to Bid - BidNet

ONE ORIGINAL AND 2 COPIES OF THIS BID MUST BE SUBMITTED

Bidder submitting this Bid should check the appropriate box.

This is: The Original

This is: One of the Copies

Invitation to Bid

City of Columbus, Ohio Purchasing Office 77 N Front Street

Columbus, Ohio 43215 614/645-8315

SA005767/POLE LINE HARDWARE UTC (Solicitation No.) / (Item)

PUBLIC UTILITIES

(Department)

DIVISION OF POWER (Division)

Bid Opening Date and Time Thursday, MARCH 19, 2015

at 11:00 a.m. local time

Sealed proposals will be received by the Purchasing Office at 77 N. Front Street, 5th Floor, Columbus, Ohio 43215, until this date and time and then will be publicly opened and read. Proposals received after the opening time will be

returned to the bidder unopened. The City will not be responsible for late mail or other deliveries.

NOTE: FAILURE TO RETURN THIS BID PROPOSAL INTACT MAY BE CAUSE FOR REJECTION.

Bid Proposal Submitted By:

Company Name

Street Address

City State Zip

YES / NO (circle one)Federal I.D. No. Contract Compliance No. E-Mail Address

Contact Person Phone No. Fax No.

.

-2-

CONTACTS FOR INFORMATION CONCERNING THIS BID PROPOSAL

Solicitation No.: SA005765

Title:

POLE LINE HARDWARE UTC

Department/Division or Agency:

DEPARMENT OF PUBLIC UTILITIES/DIV. OF POWER

CITY OF COLUMBUS PURCHASING OFFICE

Contact the following individuals on questions regarding specifications:

NAME

E-MAIL.

Senior Procurement Specialist:

Gail Messineo, C.P.M.,

C.P.P.B., C.P.P.O.

glmessineo@columbus.gov

Secondary Contact:

Sue McQuirt, C.P.P.B.

samcquirt@columbus.gov

EQUAL BUSINESS OPPORTUNITY COMMISSION OFFICE Contract Compliance Applications are available online by registering at the City of Columbus Vendor Services website: http://vendorservices.columbus.gov/e-proc/ For assistance with questions regarding Contract Compliance, telephone (614) 645-4764. Contact (614) 645-4764 for assistance from an Equal Business Opportunity Specialist.

-2A-

EQUAL OPPORTUNITY CLAUSE

(1) The contractor will not discriminate against any employee or applicant because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment upgrading, demotion, or termination; rates of pay or other forms of compensation; and selection for training. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices summarizing the provisions of this Equal Opportunity Clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that the contractor is an equal opportunity employer. (3) It is the policy of the City of Columbus that business concerns owned and operated by minority and female persons shall have the maximum practical opportunity to participate in the performance of contracts awarded by the city. (4) The contractor shall permit access to any relevant and pertinent reports and documents by the Executive Director for the sole purpose of verifying compliance with this article, and with the regulations of the Equal Business Opportunity Commission Office. All such materials provided to the Executive Director by the contractor shall be considered confidential. (5) The contractor will not obstruct or hinder the Executive Director or her deputies, staff, and assistants in the fulfillment of their duties and responsibilities imposed by Article I, Title 39. (6) The contractor and each subcontractor will include a summary of this Equal Opportunity Clause in every subcontract. The contractor will take such action with respect to any subcontract as is necessary as a means of enforcing the provisions of the Equal Opportunity Clause. (7) The contractor agrees to refrain from subcontracting any part of this contract or contract modification thereto to a contractor not holding a valid contract compliance number as provided for in Article I, Title 39. (8) Failure or refusal of a contractor or subcontractor to comply with the provisions of Article I, Title 39, may result in the cancellation of this contract.

ALL CONTRACTORS MUST HOLD A VALID CONTRACT COMPLIANCE

CERTIFICATION NUMBER ISSUED BY THE EBOCO EXECUTIVE DIRECTOR. For information regarding contract compliance, please contact the Equal Business Opportunity Commission Office at 614.645.4764 or online: http://eboco.ci.columbus.oh.us/ Contract Compliance Applications are available online by registering at the City of Columbus Vendor Services website: http://vendorservices.columbus.gov/e-proc/

City of Columbus Home Page: http://www. columbus.gov

INFORMATION FOR BIDDERS

-3- (INFORMATION FOR BIDDERS continued)

SPECIAL CONDITIONS Special conditions included in the specifications, if inconsistent with provisions included in "Information for Bidders", shall take precedence over any provisions in "Information for Bidders" to the extent inconsistent. SUBMISSION OF PROPOSAL Bids must be submitted on this proposal form and enclosed in a sealed envelope clearly marked with the bid name and solicitation number. Blank spaces in the proposal must be completed and phraseology of the proposal must not be changed. This document must be returned in its entirety and all pages must be in proper sequence. Additions must not be made to the items listed in the proposal and any unauthorized conditions, limitations, or provisions attached to the proposal may render the bid nonresponsive and result in its rejection. Bidders are invited to be present at the opening of the proposals. ACCEPTANCE AND REJECTION This proposal submitted by the bidder to the City of Columbus will be accepted or rejected within a period of 180 days from bid opening date. The City reserves the right to waive technicalities, and to request a rebid on the required material. If more than one item, prices shall be quoted on the units requested. However, each item shall be considered a separate bid and the City reserves the right to award a contract on each item separately or on all items as a whole or any combination thereof. Bidders whose proposal is made on an "All or None" basis must clearly state such fact in the proposals. Each Invitation for Bids, Request for Statements of Qualifications, and Request for Proposals issued by the City shall state that the Bid or Request may be cancelled and that any bid or proposal may be rejected in whole or in part when it is for good cause and in the best interests of the City. WITHDRAWAL OF PROPOSALS Bidders may withdraw their bids at any time prior to the time specified in the advertisement as the closing time for the receipt of bids. However, no bidder shall withdraw or cancel his proposal for a period of 180 calendar days after said advertised closing time for the receipt of proposals. DEFAULT PROVISION In case of default by the bidder or the contractor, the City of Columbus may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess costs occasioned or incurred thereby. SIGNATURE REQUIRED The proposal page must be signed in ink. If the bidder is a firm or corporation, insert the corporate name followed by the signature of a person authorized to sign said bid; if a partnership, indicated partnership name followed by the signature of one of the partners; if a sole proprietorship the signature of the owner is required. Where the person signing for a corporation is NOT an officer or Member of the Company, an affidavit or a resolution of the Board of Directors showing the authority of that person to bind the corporation must be furnished. APPLICABLE LAWS The Revised Code of the State of Ohio, the Charter of the City of Columbus, and all City ordinances insofar as they apply to the laws of competitive bidding, contracts, and purchases, are made a part hereof. PRICING Bidders are to quote firm or fixed prices for the duration of any contract which may be a result of this proposal unless otherwise noted in the specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. In the event of a conflict between the price in numbers and the price in words, the price in words will control. Quotations are requested F.O.B. destination. If quoted F.O.B. Shipping Point include freight estimate and full value insurance cost. CONTRACT AND BOND The bidder to whom an award is made will be required to execute a written contract with the City of Columbus, Ohio within ten days after receiving such contract for execution, and if specified in the legal notice, furnish a good and approved bond conditioned upon the faithful performance of the same. The proposal, contract, proposal bond, (if

applicable), and performance bond (if applicable) shall be in the form herein specified. If, at any time during the continuance of the Contract, any surety shall, in the opinion of the Finance & Management Director, become irresponsible, then said Director shall have the right to require additional and sufficient surety or sureties. The Contractor shall furnish the surety or sureties to the satisfaction of the said Director, within ten (10) days after notice. In default thereof the default provision herein shall apply. LIABILITY, INSURANCE, LICENSES AND PERMITS Where bidders are required to enter or go onto City of Columbus property to deliver materials or perform work or services as a result of bid award, the bidder will assume full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance when required. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or his agent) or any person the bidder has designated in the completion of his contract as a result of his bid. Particular attention is directed to the statutory requirements of the State of Ohio relative to the licensing of corporation organized under the Laws of any other State. TAXES Federal and/or State Taxes are not to be included in prices quoted. The successful bidder will be furnished an exemption certificate if needed. SAMPLES Samples, when requested, must be furnished free of expense to the City and if not destroyed, will upon request be returned at the bidder's expense. DELIVERY Time will be of the essence for any orders placed as a result of this bid. Purchaser reserves the right to cancel such orders or any part thereof, without obligations if delivery is not made within the time(s) specified. Delivery shall be made during normal working hours and to the destination shown on the proposal. QUALITY Unless otherwise stated by the bidder, the proposal will be considered as being in strict accordance with the specifications outlined in the Bid Document. References to a particular trade, manufacturer's catalog or model number are made for descriptive purposes to guide the bidder in interpreting the requirements of the City. They should not be construed as excluding proposals on other types of materials, equipment and supplies. However, the bidder, if awarded the contract, will be required to furnish the particular item referred to in the specifications or description unless a departure or substitution is clearly noted and described in the proposal. CHANGES AND ADDENDA TO BID DOCUMENTS Each change or addenda issued in relation to this bid document will be published on the City’s Vendor Services website no less than five (5) working days prior to the scheduled bid opening date. In addition, to the extent possible, notice will be e-mailed to each person registered as having interest in the commodities selected for this bid. Total bid inquiry or specific item cancellations may be issued later than that time specified above. WITHHOLDING OF INCOME TAX All bidders are advised that in order for a contract to bind the City, each contract must contain the provisions found in Section 361.34 C.C.C. with regard to income taxes due or payable to the City of Columbus for wages, salaries and commissions paid to the contractor's employees as well as requiring those contractors to ensure that subcontractors withhold in a like manner. CAMPAIGN CONTRIBUTIONS Contractor hereby certifies the following: that it is familiar with Ohio Revised Code (“O.R.C.”) Section 3517.13; that all applicable parties listed in Division (I)(3) or (J)(3) of O.R.C. Section 3517.13 are in full compliance with Divisions (I)(1) and (J)(1) of that Section; that it is eligible for this contract under the law and will remain in compliance with O.R.C. Section 3517.13 for the duration of this contract and for one year thereafter.

INFORMATION FOR BIDDERS (Continued)

-3A- Revised 7-23-2010

IN THE EVENT OF A CONTRACT 1. Where applicable according to the specifications successful seller

shall transfer and deliver to City goods which conform to the specifications.

2. The City shall accept from seller goods that conform to the specifications, and shall pay for the goods in accordance with the terms of an agreement, which may result from this proposal.

3. The risk of loss from any causality to the goods regardless of the cause of the casualty shall be on seller until the goods have been delivered at the address designated in the order and are approved after inspection by the City.

4. Seller warrants and represents that seller has absolute and good title to and full right to dispose of the goods, and that there are no liens, claims, or encumbrances of any kind against the goods, and at the time of delivery shall be free from any security interests or other lien or encumbrance.

5. If there is a breach by seller of the warranty against encumbrances granted by seller in an agreement, which may result from this proposal, the City shall have the option to cancel an agreement, which may result from this proposal.

6. Seller shall defend any action brought against the City so far as the action is based on a claim that the goods, or any part of the goods, furnished under an agreement which may result from this proposal constitutes an infringement of any patent of the United States or a trademark. Seller shall be notified promptly in writing of the action and be given authority, information, and assistance, at the expense of seller, for the defense of the action. Seller shall pay all damages and costs awarded in the action. In case the goods or a part thereof are held to constitute infringement and the use of the goods or part thereof is enjoined, seller shall, at the expense of the seller, either procure for the City the rights to continue using the goods, replace the goods or a part hereof with non-infringing goods of equal or better quality, modify the goods so that the goods become non-infringing while continuing to meet or exceed the original specifications, or retake the goods and refund the purchase prices and the transportation and installation costs of the goods at the option of the City.

7. Seller warrants that (1) the goods to be supplied pursuant to an agreement which result from this proposal are fit and sufficient for the purpose intended, (2) the goods are merchantable, of a good quality, and free from defects, whether patent or latent, in material or workmanship and (3) the goods sold to the City pursuant to an agreement which may result from this proposal conform to the specifications. The particular purpose of which the goods are required may be set forth in the specifications.

8. The benefit of any warranty made in an agreement which may result from this proposal by seller shall extend to the City and to the employees of the City, any employee of the City may bring an action directly against seller for damages or injuries sustained by the employee resulting from any breach of warranty by seller.

9. All goods ordered shall be subject to final inspection and approval at the facility of the City designated for delivery. Any goods, which do not conform to the order of the City, may be rejected by the City. The City may hold any goods rejected pending instructions from the seller or the City may return goods to seller at seller's expense.

10. If any tender or delivery by seller is rejected by the City for nonconformity, no notice of intention to cure can be effective unless it is received by the City agency within five (5) days after notice of rejection is sent to seller.

11. The liability of the City for either non-acceptance of conforming goods or repudiation of the agreement which might result from this proposal shall be limited to the difference between the market price at the time and place for tender of the goods and the unpaid sales price together with any incidental damages, but less expenses paid in consequence of the breach by the City.

12. An agreement which may result from this proposal shall not be modified or altered by any subsequent course of performance

between parties or by additional terms contained in any subsequent documents unless said additional or differing terms are incorporated by contract modification authorized to be entered into by ordinance.

13 Contractor shall protect, indemnify and save the City harmless from and against any damage, cost, or liability, including reasonable attorneys’ fees, resulting from claims for any or all injuries to persons or damage to property arising from intentional, willful or negligent acts or omissions of Contractor, its officers, employees, agents, or Subcontractors.

14 This Contract may not be assigned or otherwise transferred to others by the Contractor without the prior written consent of the City. If this Contract is so assigned, it shall inure to the benefit of and be binding upon any respective successors and assigns (including successive, as well as immediate, successors and assignees) of the Contractor.

15 The signatories to this Contract represent that they have the authority to bind themselves and their respective organizations to this Contract.

LOCAL CREDIT Pursuant to City of Columbus Ordinance # 2607-2012, in determining the lowest bid for a contract the local bidder credit will not be applied. ENVIRONMENTALLY PREFERABLE PURCHASING In evaluating bids or offers for materials, supplies, equipment, construction and services, preference will be given to an environmentally preferable bidder who offers a product or service equal to or superior to that of a non-environmentally preferable bidder or offeror and that the environmentally preferable bid or offer does not exceed by more than 5% (up to a maximum of $20,000) the lowest responsive and responsible and best bid from any non-environmentally preferable bid or offer. The environmentally preferable bidder will be required to demonstrate to the city agency procuring the product or service how their bid is equal to or superior to that of a non-environmentally preferable bidder. Where the bidder or offeror is local, the applicable credit for a local bidder or offeror shall be calculated first. CERTIFICATE OF TITLE ON EQUIPMENT If applicable to this purchase, all documents required to obtain a State of Ohio Certificate of Title must be delivered to: Fleet Management Administrator City of Columbus/Fleet Management Div. 4211 Groves Road Columbus, Ohio 43232 After signature by the Fleet Management Administrator, an original title is to be delivered to the above address within three (3) days. No payment for vehicles requiring a title will be authorized by the Fleet Management Administrator until a valid title is received. REMEDIES All claims, counterclaims, disputes and other matters in question between the City, its agents and employees, and the Contractor arising out of or relating to this agreement or its breach will be decided in a court of competent jurisdiction within the County of Franklin, State of Ohio. OFFERORS TERMS AND CONDITIONS Terms and conditions, submitted with this proposal, which are contrary to City Code or Charter shall be disregarded for the purpose of any subsequent contract. The successful bidder shall be notified as to which terms and conditions, if any, have been deleted.

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER POLE LINE HARDWARE

4

SCOPE AND CLASSIFICATION 1.1. Scope. It is the intent of this bid proposal to provide the City of Columbus Department of Public Utilities, Division of Power a “firm” offer for sale” blanket type option contract that will allow the purchase of Pole Line Hardware items that will be used for new installations and maintenance for day-to-day operation. The proposed contract will be through March 31, 2016. The annual estimated expenditure for these items is $100,000.00. 1.2. Classification. The successful bidder(s) will supply various Pole Line Hardware items. The Division intends to purchase Bolts, Hooks, Nuts, Screws, Washers, Braces, Brackets, Clevis, Pins, Racks, Adapters, Anchors, Grips, Connectors, Sleeves, Terminators, Clamps, Spacers, Insulators, Links, Braids, Staples, Arresters, Cutouts, Switches, Fuses, Elbows, Grounding Devices, Junctions, Inserts, Splice Kits, Tape, Conduit, Couplings, Duct, Elbows, Pull Boxes, Lids and Caps. These items will be purchased throughout the term of the contract. 2.0. APPLICABLE PUBLICATIONS AND STANDARDS. All materials shall be in strict compliance with the following applicable standards: 2.1. Where NEC, NESC, NEMA, ANSI/IEEE standards describe an item, these standards must be met. 2.2. All applicable local state and federal laws. 3.0. REQUIREMENTS 3.1. General Requirements 3.1.1. Term: The proposed contract shall be in effect from the date of execution up to and including March 31, 2016. 3.1.1.1. Annual Extension: Subject to mutual agreement, the period covered by the ensuing contract, under the same terms and conditions stated therein can be extended for two additional one-year periods, on a year by year basis, or portion thereof, at the same pricing and subject to the same escalator/de-escalator clause stated herein. 3.1.2. Pricing: The bidder shall state a unit price for items using the estimated quantities indicated in the Proposal Section (page 5’s).

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-A

3.1.2.1. Escalator Clause: No price adjustments shall be granted during the first nine (9) months of an awarded contract. No more than two increases may occur within any year of the contract. In the event the supplier receives a general price increase in the cost of the finished product contracted for, due to increase in the cost of raw materials, labor, freight, etc., upon giving thirty (30) days prior notice and by including proper documentation as proof, said increase in addition to the unit price quoted herein, may be permitted, subject to the sole discretion of the City of Columbus Finance and Management Director. In the event any such increase is granted, no price adjustment shall be permitted on orders received by supplier, which are in process or filled but awaiting shipment prior to the increase. All price decreases inure to the benefit of the City of Columbus. The written notice and following documentation shall be sent to: City of Columbus, Purchasing Office, 5st Floor, 77 North Front Street, Columbus, Ohio 43215. The supplier shall reference the contract number and submit the following documentation with each request for a price increase: 1) Copies of the old and the current price lists or similar documents which indicate the original base cost of the product to the supplier and the corresponding increase; and 2) Copies of correspondence sent by the supplier’s supplier explaining the source of the increase in such areas of raw materials, freight, fuel or labor, etc.; and 3) Copies of excerpts from business publications, market quotations or trade journals recognized as being representative of their particular trade or industry, that indicate a trend toward an increase in the current market for the commodities under the awarded contract. 3.1.2.2. De-Escalator Clause: Should there be any decrease in the cost of the finished product due to a general decline in the market or some other factor, the City of Columbus, Purchasing Office shall be notified immediately and the resulting adjustment will be incorporated into the awarded contract and made a part thereof. 3.1.2.3. Right of Cancellation: If at any time during the term of the contract the supplier’s total request(s) for a price increase(s) are greater than fifteen percent (15%), the City of Columbus may cancel this agreement with thirty (30) days written notification. 3.2. Product Quality 3.2.1. Bidders are requested to bid on the items as specified in the Product Requirements Section (3.3.). All items must conform in shape, size, strength and type of material, construction and craftsmanship as specified. Where the manufacturer names and part numbers are identified, the products have been tested and approved by the City of Columbus, Division of Power. Bidders are to provide the manufacturer and part number on page 5’s of their bid response. Bidders are to provide with their bid item specifications and descriptions when bidding “equal” items.

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-B

3.2.2. The Division, at their discretion, may request a sample of any “equal” item to be supplied at the bidder’s expense to be received in a reasonable amount of time to keep the awarding process moving in a timely fashion. Whether or not a product will meet the needs of the city will rest solely with the City of Columbus. 3.2.3. City of Columbus ID/DOP NUMBER: The City’s ID/DOP number is the Division of Power inventory number. 3.3. Product Requirements 3.3.1. ITEM #1: Bolt, Carriage, 3/8” X 4-1/2”, Galvanized, (DOP #19091) 3.3.1.1. Mfg’s: Hubbell/Chance #8634-1/2 Maclean #J8634-1/2 Cooper #DF1C450 3.3.2. ITEM #2: Bolt, Double Arming, 5/8” X 18”, Galvanized, (DOP #19095) 3.3.2.1. Mfg’s: Hubbell/Chance #8868 Maclean #J8868 Cooper #DF2D18 3.3.3. ITEM #3: Bolt, Double Arming, 5/8” X 20”, Galvanized, (DOP #19096) 3.3.3.1. Mfg’s: Hubbell/Chance #8870 Maclean #J8870 Cooper #DF2D20 3.3.4. ITEM #4: Bolt, Double Arming, 5/8” X 22”, Galvanized, (DOP #19097) 3.3.4.1. Mfg’s: Hubbell/Chance #8872 Maclean #J8872 Cooper #DF2D22 3.3.5. ITEM #5: Bolt, Double Arming, 5/8” X 24”, Galvanized, (DOP # 19098) 3.3.5.1. Mfg’s: Hubbell/Chance #8874 Maclean #J8874 Cooper # DF2D24 3.3.6. ITEM #6: Bolt, Double Arming, 5/8” X 30”, Galvanized, (DOP #19099) 3.3.6.1. Mfg’s: Hubbell/Chance #8878 Maclean #J8878 Cooper #DF2D30 3.3.7. ITEM #7: Bolt, Machine, ½” x 6”, Galvanized, (DOP #18934) 3.3.7.1. Mfg’s: Hubbell/Chance #8706 Maclean #J8706 Cooper #DF2B6

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-C

3.3.8. ITEM #8: Bolt, Machine, ½” x 12”, Galvanized, (DOP #61564) 3.3.8.1. Mfg’s: Hubbell/Chance #8712 Maclean #J8712 3.3.9. ITEM #9: Bolt, Machine, ½” x 14”, Galvanized, (DOP #61565) 3.3.9.1. Mfg: Hubbell/Chance #8714 3.3.10. ITEM #10: Bolt, Machine, 5/8” x 10” Galvanized, (DOP #18937) 3.3.10.1. Mfg’s: Hubbell/Chance #8810 Maclean #J8810 Cooper #DF3B10 3.3.11. ITEM #11: Bolt, Machine, 5/8” x 12”, Galvanized, (DOP #18938) 3.3.11.1. Mfg’s: Hubbell/Chance #8812 Maclean # J8812 Cooper #DF3B12 3.3.12. ITEM #12: Bolt, Machine, 5/8 x 14”, Galvanized, (DOP #18939) 3.3.12.1. Mfg’s: Hubbell/Chance #8814 Maclean #J8814 Cooper #DF3B14 3.3.13. ITEM #13: Bolt, Machine, 5/8” x 16”, Galvanized, (DOP #18940) 3.3.13.1. Mfg’s: Hubbell/Chance #8816 Maclean #J8816 Cooper #DF3B16 3.3.14. ITEM #14: Bolt, Machine, ¾” x 12”, Galvanized, (DOP #18947) 3.3.14.1. Mfg’s: Hubbell/Chance # 8912 Maclean #J8912 Cooper #DF4B12 3.3.15. ITEM #15: Bolt, Machine, ¾” x 14” Galvanized, (DOP #18948) 3.3.15.1. Mfg’s: Hubbell/Chance #8914 Maclean #J8914 Cooper #DF4B14 3.3.16. ITEM #16: Bolt, Oval Eye, 5/8” x 10”, Shank Galvanized, (DOP #18955) 3.3.16.1. Mfg’s: Hubbell/Chance #29960 Joslyn #J941 Cooper #DF2E10 3.3.17. ITEM #17: Bolt, Oval Eye, 5/8” x 12”, Shank Galvanized, (DOP # 18956) 3.3.17.1. Mfg’s: Hubbell/Chance # 29962 Maclean # J9412; Cooper # DF2E12

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-D

3.3.18. ITEM #18: Hook, “J”, Fetter Drive – 7/16” x 4-3/4”, Galv., (DOP #18968) 3.3.18.1. Mfg’s: Hubbell/Chance #C205-0190 Joslyn #J3316P Cooper #DC14H1 3.3.19. ITEM #19: Nut, Oval Eye, 5/8” – 11UNC, Galvanized, (DOP #18977) 3.3.19.1. Mfg: Maclean #J1092 3.3.20. ITEM #20: Nut, Oval Eye, ¾” – 10UNC, Galvanized, (DOP #18978) 3.3.20.1. Mfg: Maclean # J1093 3.3.21. ITEM #21: Nut, Thimble Eye, 5/8” – 11UNC, Galvanized, (DOP #18980) 3.3.21.1. Mfg’s: Hubbell/Chance #6510 Maclean #J6510 Cooper #DG1E1 3.3.22. ITEM #22: Screw, Lag, ¼” x 2”, Sharp Point, Zinc, (DOP # 18982) 3.3.22.1. Mfg’s: Joslyn # J8722 Maclean #J8722 Cooper # DF1L2 3.3.23. ITEM #23: Screw, Lag, 3/8” x 4”, Drive Point, Sq. Head Galv. (DOP #18983) 3.3.23.1. Mfg’s: Hubbell/Chance #508744 Joslyn #J8744P 3.3.24. ITEM #24: Screw, Lag, ½” x 5”, Drive Point, Fetter Drive, Sq. Head Galv. (DOP #18985) 3.3.24.1. Mfg’s: Hubbell/Chance #508755 Joslyn #J8755P 3.3.25. ITEM #25: Washer, Spring Lock, Single Coil, Zinc Plated, 9/16” Hole Dia. (DOP #18892) 3.3.25.1. Mfg’s: Hubbell/Chance #4035 Joslyn #J138 Maclean #J138 3.3.26. ITEM #26: Washer, Spring Lock, Double Coil, Galv., 11/16” Hole Dia. (DOP #18893) 3.3.26.1 Mfg’s: Hubbell/Chance #C205-0186 Joslyn #J177 Maclean #J177 3.3.27. ITEM #27: Washer, Double Coil, Galv., 13/16” Hole Dia. (DOP #18894) 3.3.27.1. Mfg’s: Hubbell/Chance #C205-0187 Joslyn #J178; Maclean #J178

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-E

3.3.28 ITEM #28: Washer, Sq. Curved, 2-1/4” x 2-1/4” x 3/16”, Galv., 11/16” Hole Dia. (DOP #18897) 3.3.28.1. Mfg’s: Hubbell/Chance #6810-1/2; Joslyn #J6821 Cooper #DF4W1 Maclean #J6821 3.3.29. ITEM #29: Washer, Sq. Curved, 4” x 4” x ¼”, Galv., 13/16” Hole Dia. (DOP #50046) 3.3.29.1. Mfg’s: Hubbell/Chance #6818-1/2 3.3.30. ITEM #30: Washer, Sq. Curved, 4” x 4” x ¼”, Galv., 15/16” Hole Dia. (DOP #18900) 3.3.30.1. Mfg’s: Hubbell/Chance # 6809-1/2 Cooper # DF4W17 Maclean # J6829 3.3.31. ITEM #31: Washer, Sq. Flat, 2-1/4” x 2-1/4” x 3/16”, Galv., 11/16” Hole Dia. (DOP #18901) 3.3.31.1. Mfg’s: Hubbell/Chance # 6813; Joslyn # J1075 Cooper # DF2W4 Maclean # J1075 3.3.32. ITEM #32: Brace, Cross Arm, Alley, 7’ – 0” for Sidearm Construction, 3/16” x 1-3/4” Angle, 11/16” Dia. Arm Attaching Holes, Galvanized (DOP #19186) 3.3.32.1. Mfg: Hubbell/Chance # 6984 3.3.33. ITEM #33: Brace, Cross Arm, Steel – Flat, ¼” x 1-1/4” x 32”, with 1-9/16” Dia. Hole and 1- 7/16: Dia. Hole, Galvanized, (DOP #19189) 3.3.33.1. Mfg’s: Hubbell/Chance #7132 Joslyn # J7132 3.3.34. ITEM #34: Brace, Cross Arm Double-Span, 60” Span, 18” Drop, 1-3/4” x 1-3/4” x 3/16” Angle Galvanized, (DOP #19191) 3.3.34.1. Mfg’s: Hubbell/Chance #6953 Joslyn #J1510 Cooper # DB2L1 3.3.35. ITEM #35: Bracket, Cluster Mount for Pole Dia. Range 7-3/4” to 12-3/4”, Mounts Three Transformers range 3 KVA thru 167 KVA, 9” Distance from Pole, 24”, EEI-NEMA Type A&B Lugs, Load Capacity 5000 lbs. per Transformer, Aluminum Double Band. (DOP # 19269) 3.3.35.1. Mfg’s: Hubbell/Chance #C15M39 w/DF3B250 including 2-1/2” Transformer Mounting Bolts Aluma-Form # 15M3-9

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-F

3.3.36. ITEM #36: Bracket, Cluster Mount for Pole Dia. Range 9-1/2” to 19”, Transformer KVA Range of 3 KVA to 500 KVA, complete with Extension Plates as required, for Larger Pole Dia. and Six (6) Adapter Plates for Type C Lugs, 8000 lbs. Load Capacity per Transformer, 9” Distance from Pole, Aluminum, (DOP # 19270) 3.3.36.1. Mfg’s: Aluma-Form/Chance # 15M3-9-14-36 Hubbell #C15M391436 3.3.37. ITEM #37: Bracket, Clevis, Extension, 14”, for 3” Spool Insulator, Aluminum with 5/8” Dia. Pin & Cotter Key, (DOP # 19278) 3.3.37.1. Mfg: Maclean #ANCB-14 3.3.38. ITEM #38: Bracket, Extension, 9”, Galvanized, Secondary Rack, (DOP # 19280) 3.3.38.1 Mfg’s: Maclean #J2357 Hubbell #2357 3.3.39. ITEM #39: Bracket, Anti Sway, 14” L, (DOP # 19645) 3.3.39.1. Mfg: Hendrix # BAS-14F 3.3.40. ITEM #40: Clevis, Secondary, 3/16” x 3”, Pressed Steel, Galv., 11/16” x 7/8” Min. Slot Hole, 4” Min. from Back of Clevis to Cotter Bolt, for 3” Single Spool Insulator, (DOP # 19285) 3.3.40.1. Mfg’s: Hubbell/Chance # 0337 Joslyn # J1399 3.3.41. ITEM #41: Extension, Pole Top, to be mounted at top of existing Pole, Fiberglass reinforced plastic to accommodate 6” – 12” Diameter Pole, Approximately 54” Extension Height, Color Dark Brown, to include all necessary mounting brackets (predrilled), nuts and bolts, Hardware to be Galvanized, (DOP # 19301) 3.3.41.1. Mfg’s: Highline Prod #HL-44 (Extension) w/#HL-44B (Bracket) 3.3.42. ITEM #42: Pin, Cross arm, 5/8” x 7”, Shank min with ¾”-10UNC Thread Head for Post Insulator (DOP # 19307) 3.3.42.1. Mfg’s: Hubbell/Chance # C903-9514 Cooper # DF19M2 Maclean #J25248.1 3.3.43. ITEM #43: Pin, Cross arm, 5/8” x 5-3/4” Shank, 1” Lead Thread, 10-3/4” Overall Length, Galvanized, (DOP # 19312) 3.3.43.1. Mfg’s: Hubbell/Chance # 881 Joslyn # J203 Cooper # DP2S1 3.3.44. ITEM #44: Plate, Guy, 6” Bolt Hole Spacing for ¾” to 7/8” Bolt, for use with guy strain insulator, 7/8” Pin, Material Ductile Iron Finish Galvanized (DOP # 19194) 3.3.44.1. Mfg: Maclean # EPR-66S-7

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-G

3.3.45. ITEM #45: Rack, Secondary, 16”, End Hole Mtg, 12 Gauge, Galvanized, 2-Spool, Extended Back, (DOP # 19198) 3.3.45.1. Mfg’s: Hubbell/Chance #C207-0049 Joslyn # J767 Cooper # DR1F1 3.3.46. ITEM #46: Rack, Secondary, 24”, End Hole Mtg, 12 Gauge, Galvanized, 3-Spool, Extended Back, (DOP # 19199) 3.3.46.1. Mfg’s: Hubbell/Chance #C207-0047 Joslyn # J768 Cooper # DR1F2 3.3.47. ITEM #47: Adapter, Screw Anchor, Double Eye for 1-1/2” Sq. Shaft, Galvanized Steel (DOP # 19207) 3.3.47.1. Mfg’s: Hubbell/Chance #C102-0024 Joslyn # J23365 3.3.48. ITEM #48: Anchor, Screw, Section 1-1/2” Sq. Shaft, 5’ Length w/1-10” and 1-12” Helix, Galvanized Steel, 24,000 lb. Pullout, (DOP # 19215) 3.3.48.1. Mfg’s: Hubbell/Chance #01264-EJ Maclean #D6634 3.3.49. ITEM #49: Extension, Screw Anchor, 1-1/2” Sq. Shaft x 3-1/2’ Length Galvanized Steel, (DOP # 19222) 3.3.49.1. Mfg’s: Hubbell/Chance #12655 Maclean # D6616U 3.3.50. ITEM #50: Extension, Screw Anchor, 1-1/2” Sq. Shaft x 7’ Length, Galvanized Steel, (DOP # 19223) 3.3.50.1. Mfg’s: Hubbell/Chance #1265 Maclean # D6625U 3.3.51. ITEM #51: Grip, Preformed Guy for 4M, 3 #10 Alumweld, Color Code: Green (DOP # 19224) 3.3.51.1. Mfg’s: Hubbell/Chance # 4M-AWSBG Preformed # AWDE-4108 3.3.52. ITEM #52: Grip, Preformed Guy for 16M, 3/8”-7 #8 Alumweld, Color Code: Orange, (DOP # 19225) 3.3.52.1. Mfg’s: Hubbell/Chance #16M-AWSBG Preformed # AWDE-4122 3.3.53. ITEM #53: Grip, Preformed Guy for 20M, ½”-7 #6 Alumweld, ½” Messenger, Color Code: Blue, (DOP # 19226) 3.3.53.1. Mfg’s: Hubbell/Chance # ½-AWSBG Preformed # AWDE-4128

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-H

3.3.54. ITEM #54: Guard, Guy Plastic, 1-1/2” x 2” x 8’, Yellow, for use on 3/16” – ½” Guy Wire, (DOP # 19232) 3.3.54.1. Mfg’s: Hubbell/Chance # 96-FRPM-YEL Preformed # PG-5718 Joslyn # J1487Y 3.3.55. ITEM #55: Hook, Guy, Malleable Iron, Hot Dip Galvanized, Integral Spur, 11/16” Dia. Bolt Hole, 7/16” Max. Guy Wire Dia. (DOP # 19235) 3.3.55.1. Mfg’s: Hubbell/Cooper # GHILS Joslyn #J6555 3.3.56. ITEM #56: Key, Pole, Anchor, Expanding Type, 270 Sq. In. Expanded Area Min. (DOP # 19238) 3.3.56.1. Mfg’s: Hubbell/Chance # P4817 Joslyn # J4817 Maclean # J4817 3.3.57. ITEM #57: Connector, Compression, Copper only, #8 Solid or Str. To 10 Solid 8 Str. (DOP # 20211) 3.3.57.1. Mfg: Burndy # YC8C8 3.3.58. ITEM #58: Connector, Compression, Copper only, #6 Solid - #4 Str. To #8 Solid or Str. (DOP # 20212) 3.3.58.1. Mfg: Burndy # YC4C8 (note: Penn Union CST301 is not approved as equal) 3.3.59. ITEM #59: Connector, Compression, Copper only, #6 Solid - #4 Str. To #6 Solid or Str. (DOP # 20213) 3.3.59.1. Mfg: Burndy # YC4C6 Blackburn # BC46-BB 3.3.60. ITEM #60: Connector, Compression, Copper only, #6 Solid - #4 Str. To #4 Solid or Str. (DOP # 20214) 3.3.60.1. Mfg: Burndy # YC4C4 Blackburn # BC44 3.3.61. ITEM #61: Connector, Split Bolt, #4 Sol Copperweld Tap & Run (DOP # 19784) 3.3.61.1. Mfg’s: Burndy # KS20 Blackburn # 4H Anderson # SBN4 3.3.62. ITEM #62: Connector, Split Bolt, #6, Copperweld Tap & Run (DOP # 50051) 3.3.62.1. Mfg’s: Burndy # KS17 Penn Union S6

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-I

3.3.63. ITEM #63: Connector, Compression for Copper or Aluminum #2, #6 Run to #14 Solid Thru #8 Str. Tap, (DOP # 19622) 3.3.63.1. Mfg: Burndy # YPC2A8U 3.3.64. ITEM #64: Connector, Compression, Copper only #2 Solid or Str. To #8 Solid - #4 Str. (DOP # 19624) 3.3.64.1. Mfg’s: Burndy # YC2C4 Anderson # CP24 3.3.65. ITEM #65: Connector, Compression, Copper only, #2 Solid or Str. To #2 Solid or Str. (DOP # 19625) 3.3.65.1. Mfg’s: Burndy # YC2C2 Anderson # CP22 3.3.66. ITEM #66: Connector, Compression, for Copper or Aluminum, #6-1/0 Str. To #6-#1 Str. (DOP # 19628) 3.3.66.1. Mfg: Burndy # YHO125 3.3.67. ITEM #67: Connector, Compression, Box # 2, H-Tap, for Copper, Aluminum or ACSR, Ranges Solid: #1-2/0 to #6-1/0, Str.: #3.3 Str. – 2/0 to #6-#19 Str., ACSR: #3-1/0 to #6-#2 (DOP # 19629) 3.3.67.1. Mfg’s: Burndy # YHO150 Blackburn # WR189 Penn Union # KO-R08 3.3.68. ITEM #68: Connector, Compression, Box # 3, H-Tap, for Copper or Aluminum, 1/0, 2/0 Str., to #2, 4 Str. & 1/0 Solid, (DOP# 19633) 3.3.68.1. Mfg’s: Burndy # YHD200 Penn Union # KD-R0 Blackburn # WR289 3.3.69. ITEM #69: Connector, Compression, Copper only, 1/0-2/0 Str. To #8 Solid-2 Str. (DOP # 19634) 3.3.69.1 Mfg: Burndy # YC26C2 3.3.70. ITEM #70: Connector, Compression, Box # 4, H-Tap, for Copper or Aluminum, 3/0 Str. To 1/0-2/0 Str. (DOP # 20101) 3.3.70.1. Mfg’s: Burndy # YHD300 Blackburn # WR279 Penn Union # KD-R04 3.3.71. ITEM #71: Connector. Compression, Box # 7, H-Tap, for Copper, Aluminum or ACSR, Ranges Sol 250-200 to 250-300, STR. 3/0-4/0 TO 3/0-4/0, ACSR 3/0-4/0 to 3/0-4/0 (DOP # 20102) 3.3.71.1. Mfg’s: Burndy # YHD400

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-J

Blackburn # WR419 Penn Union # KD-R28 3.3.72. ITEM #72: Connector, Compression, for Copper, Box # 6 H-Tap, Aluminum or ACSR, Ranges Sol 250-300 to 2/0-3/0, Str. 3/0-4/0 to #1 #Str-2/0, ACSR 3/0-4/0 to #1-2/0, (DOP # 20103) 3.3.72.1. Mfg’s: Burndy # YHD350 Blackburn # WR399 Penn Union # KD-R05 3.3.73. ITEM #73: Connector, Compression, for Copper or Aluminum, 3/0, 4/0 Str., to #6, #4 Str. Or #6, #4, #2 Solid, (DOP # 20104) 3.3.73.1. Mfg: Burndy # YPC2804 3.3.74. ITEM #74: Connector, Compression, for Copper or Aluminum, 4/0 Groove to #2 or #4 Str. Groove, (DOP # 20106) 3.3.74.1. Mfg: Burndy # YP28U2 3.3.75. ITEM #75: Connector, Compression, Copper only, 3/0-4/0 to #6 Solid-2Str. (DOP # 20107) 3.3.75.1. Mfg’s: Burndy # YC28C2 Anderson #CP402 3.3.76. ITEM #76: Connector, Compression for Copper, 3/0 to 4/0 (DOP # 20109) 3.3.76.1. Mfg: Burndy # YC28C28, no substitute 3.3.77. ITEM #77: Connector, Split Bolt, 1/0 to 4/0 Copperweld Tap & Run, (Two-Bolt Heavy Duty), (DOP # 20110) 3.3.77.1. Mfg’s: Burndy # KVS28 Anderson # K3 Penn Union # VT2 3.3.78. ITEM #78: Connector, Compression, for Copper or Aluminum, 250-477 Run to 2/0, 4/0 Str. Tap, (DOP # 20111) 3.3.78.1. Mfg’s: Burndy # YPC33R28R Penn Union # KNR2 3.3.79. ITEM #79: Connector, Split Bolt, 250-350, CU Run, 350 MCM Tap, (Two-Bolt Heavy Duty), (DOP # 20112) 3.3.79.1. Mfg’s: Burndy # KVS31 Blackburn # 2B350 Anderson # K4

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-K

3.3.80. ITEM #80: Connector, Compression, (H-Type) for 336 MCM ACSR to 336 MCM ACSR, (DOP # 20113) 3.3.80.1. Mfg’s: Burndy # YHN450 Blackburn # WR779 3.3.81. ITEM #81: Connector, Compression, for Copper or Aluminum 250, 336 MCM Run to #6, 4, 2, 1/0 Tap, (DOP # 20114) 3.3.81.1. Mfg’s: Burndy # YHN500 Homac # NB50040 3.3.82. ITEM #82: Connector, Split Bolt, 400-500 MCM CU Run, 500 MCM Tap, (Two-Bolt Heavy Duty), (DOP # 20167) 3.3.82.1. Mfg’s: Burndy # KVS34 Blackburn # 2B500 Penn Union # VT4 3.3.83. ITEM #83: Connector, Compression, 556 to #6, for Cu or Alum (DOP # 50041) 3.3.83.1. Mfg: Burndy # YPC38R26U 3.3.84. ITEM #84: Connector, Compression 4/0-4/0 Wide Range, ASCR, (DOP # 54724) 3.3.84.1. Mfg: Burndy # YHN-525 3.3.85. ITEM #85: Connector, Insulated In-Line Splicer/Reducer for Two Wires, Dual Rated for both Copper and/or Aluminum, 600 Volts, Wire Range 1/0-14, (DOP # 20179) 3.3.85.1. Mfg: Burndy # BISR1/0 3.3.86. ITEM #86: Sleeve, Full Tension for # 8 Solid Copper, (DOP # 20183) 3.3.86.1. Mfg: Burndy # YDS8W 3.3.87. ITEM #87: Sleeve, Full Tension for # 6 Solid Copper, (DOP # 20185) 3.3.87.1. Mfg’s: Burndy # YDS6W Blackburn # CTS6 3.3.88. ITEM #88: Sleeve, Full Tension for #6 Str. Aluminum, (DOP # 20186) 3.3.88.1. Mfg: Burndy # YDS6CA 3.3.89. ITEM #89: Sleeve, #6 ACSR, 6-1 STR. Aluminum, (DOP # 20187) 3.3.89.1. Mfg: Burndy # YSS6RG2 3.3.90. ITEM #90: Sleeve, Full Tension for # 4 Solid Copper, (DOP # 20188) 3.3.90.1. Mfg: Burndy # YDS4W 3.3.91. ITEM #91: Sleeve, Full Tension for # 2 Solid Copper, (DOP # 20189) 3.3.91.1. Mfg: Burndy # YDS2W

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-L

3.3.92. ITEM #92: Sleeve, Full Tension for #2/7 Str. Copper, (DOP # 20190) 3.3.92.1. Mfg’s: Burndy # YDS2C Homac # Q2C7 3.3.93. ITEM #93: Sleeve, Full Tension for #2-7 Str. All-Alum & Compressed All-Alum. (DOP # 20194) 3.3.93.1. Mfg’s: Burndy # YDS2CA Homac # Q2A7 3.3.94. ITEM #94: Sleeve, Full Tension Auto ACSR, #2/#4, (DOP # 20195) 3.3.94.1. Mfg: FARGO # GL-4042A Maclean # 7652AP 3.3.95. ITEM #95: Sleeve, Full Tension for # 2 ACSR, AAAC, (DOP # 20196) 3.3.95.1. Mfg: Burndy # YDS2RLY 3.3.96. ITEM #96: Sleeve, Full Tension for 2/0-7, 12, 19 Str. Copper, (DOP # 20120) 3.3.96.1. Mfg: Burndy # YDS26 3.3.97. ITEM #97: Sleeve, Service Entrance, Non-Tension, Splice for 2/0 Str. Al or CU to 2/0 Str. Al pr Cu, (DOP # 20122) 3.3.97.1. Mfg: Burndy #YSD26R26R Anderson #VAUS2/01/0 3.3.98. ITEM #98: Sleeve, Full Tension for 336.4 Hendrix All- Alum, (DOP # 20137) 3.3.98.1. Mfg: Burndy # YDS301AT, no substitute 3.3.99. ITEM #99: Sleeve, Full Tension for 4/0 Copper, (DOP # 20126) 3.3.99.1. Mfg: Burndy # YDS28 3.3.100. ITEM #100: Sleeve, Tinned for 350 MCM Copper, (DOP # 20143) 3.3.100.1. Mfg: Burndy # YS31-T

Penn-Union #BCU035T 3.3.101. ITEM #101: Sleeve, Tinned for 500 MCM Copper, (DOP # 20148) 3.3.101.1. Mfg: Burndy # YS34-T Penn-Union #BCU050T Hubbell #VHS500 3.3.102. ITEM #102: Splice, Hylink, for 500 MCM Copper, (DOP # 20165) 3.3.102.1. Mfg: Burndy # YS34; (note: 3M 102 not approved as equal) 3.3.103. ITEM #103: Reducing Adapter for 500 MCM to 2/0 CU, (DOP # 20262) 3.3.103.1. Mfg: Burndy # Y3426R

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-M

3.3.104. ITEM #104: Reducing Adapter for 500 MCM to 4/0 CU, (DOP # 20263) 3.3.104.1. Mfg: Burndy # Y3428R 3.3.105. ITEM #105: Reducing Adapter for 500 to 250 MCM Copper, (DOP # 20264) 3.3.105.1. Mfg: Burndy # Y3429R 3.3.106. ITEM #106: Reducing Adapter for 500 to 300 MCM Copper, (DOP # 20265) 3.3.106.1. Mfg: Burndy # Y3430R 3.3.107. ITEM #107: Reducing Adapter for 500 to 350 MCM Copper, (DOP # 20266) 3.3.107.1. Mfg: Burndy # Y3431R 3.3.108. ITEM #108: Reducing Adapter for 500 to 400 MCM Copper, (DOP # 20267) 3.3.108.1. Mfg: Burndy # Y3432R 3.3.109. ITEM #109: Reducing Adapter for 750 to 350 MCM Copper, (DOP # 20268) 3.3.109.1. Mfg: Burndy # Y3931R 3.3.110. ITEM #110: Reducing Adapter for 750 to 500 MCM Copper, (DOP # 20269) 3.3.110.1. Mfg: Burndy # Y3934R 3.3.111. ITEM #111: Sleeve, Jumper for 336 MCM ACSR & 336 Hendrix (DOP # 20139) 3.3.111.1. Mfg: Burndy # YCS321RL 3.3.112. ITEM #112: Sleeve, Non-Tension for 350 MCM CU, (DOP # 20141) 3.3.112.1. Mfg: Burndy # YS31L 3.3.113. ITEM #113: Sleeve, Non-Tension Splice for 500 MCM CU, (DOP # 20147) 3.3.113.1. Mfg: Burndy # YS34L 3.3.114. ITEM #114: Sleeve, Compression Splice for 750 MCM CU, (DOP # 20160) 3.3.114.1. Mfg: Burndy # YS39T; (note: 3M 114 not approved as equal) 3.3.115. ITEM #115: Spacer, Hystack Spacer used in Underground Padmounts for Stacking Cable, (DOP # 20271) 3.3.115.1. Mfg: NSI #SA500-1000 Burndy #ASA1000U 3.3.116. ITEM #116: Terminal, Compression, #2 Str, Copper, 1-Hole Pad, ½” Dia. Stud Size, Straight (Long Barrel), (DOP # 20283) 3.3.116.1. Mfg: Homac #L2-48 Burndy #YA2CN

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-N

3.3.117. ITEM #117: Terminal, Compression, #1 Str, Copper, 1-Hole Pad, ½” Dia. Stud Size, Straight, (DOP # 20284) 3.3.117.1. Mfg’s: Burndy # YA1C-L6 (Hylug) 3.3.118. ITEM #118: Terminal, Compression Lug, #1, Long Barrel, 1-Hole, (DOP # 54897) 3.3.118.1. Mfg: Burndy # YA1CN 3.3.119. ITEM #119: Terminal, Compression Lug, #2/0, 1-Hole, (DOP # 54898) 3.3.119.1. Mfg: Burndy # YA26N 3.3.120. ITEM #120: Terminal, Compression, 2/0 Str Copper, 1-Hole Pad, ½” Dia. Stud Size, Straight, (DOP # 20286) 3.3.120.1. Mfg’s: Burndy # YA26L6 (Hylug) Homac # VHCS2-012

Penn Union BLU2/0S4 3.3.121. ITEM #121: Terminal, Compression, 350 MCM, Copper, 1-Hole Pad, ½” Dia. Stud Size, Short Barrel, Color Code: Red, (DOP # 20295) 3.3.121.1. Mfg’s: Burndy # YA31L (Hylug) 3M # 31056 Anderson # VHCS35012 3.3.122. ITEM #122: Terminal, Compression, 500 MCM, Copper, 1-Hole Pad, 5/8” Dia. Stud Size, Straight, (DOP # 20298) 3.3.122.1. Mfg’s: Burndy # YA34-L (Hylug) Anderson # VHCS-500-58 3.3.123. ITEM #123: Terminal, Compression, 600 MCM, Copper, 2-Hole Pad, ½” Dia. Stud Size, Straight, Long Barrel, (DOP # 20303) 3.3.123.1. Mfg: Burndy # YA362N (Hylug) Hubbell # CHL600BN 3.3.124. ITEM #124: Terminal, Compression, 750 MCM, Copper, 1-Hole Pad, 5/8” Dia. Stud Size, Straight, Long Barrel, (DOP # 20304) 3.3.124.1. Mfg’s: Burndy # YA39 (Hylug) Anderson # VHCL75058 3.3.125. ITEM #125: Terminal, Compression, 750 MCM, Copper, 2-Hole Pad, ½” Dia. Stud Size, Straight, Long Barrel, (DOP # 20305) 3.3.125.1. Mfg: Burndy # YA392N (Hylug) 3.3.126. ITEM # 126: Terminal, Eye-Bolt, Bronze, #8 Sol-2/0 Copper, (DOP # 53692) 3.3.126.1. Mfg: Penn Union # LS/LSN

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-O

3.3.127. ITEM #127: Terminal, Eye-Bolt, Bronze, Clamp Bolt, Single Eye, Copper only, for #2 thru 500 MCM Conductor to 2-Hole Pads, (DOP # 20311) 3.3.127.1. Mfg’s: Hubbell/Chance # TLS62L Penn Union # LSN-050-NE 3.3.128. ITEM #128: Terminal, Eye-Bolt, Bronze, Clamp Bolt, Double Eye, Copper only, for 1/0 thru 500 MCM Conductor to 2-Hole Pads, (DOP # 20312) 3.3.128. Mfg’s: Hubbell/Chance # TLD62L Penn Union # LDN-050-NE 3.3.129. ITEM #129: Bracket, Tangent Messenger-14” with Messenger Clamp for ½” to 9/16” Dia. Messenger, (DOP # 19649) 3.3.129.1. Mfg: Hendrix #BM-14 3.3.130. ITEM #130: Bracket, Tangent Messenger-24” with Messenger Clamp for ½” to 9/16” Dia. Messenger, (DOP # 19650) 3.3.130.1. Mfg: Hendrix #BM-24 3.3.131. ITEM #131: Clamp, Messenger Angle (Shoe), (DOP # 20313) 3.3.131.1. Mfg: Hendrix # CMA-2 3.3.132. ITEM #132: Spacer, Secondary, 600V, Open-Diamond Design, 5-7”, use with Secondary Triplex or Quadraplex, Provision for Four Conductors, (DOP # 20320) 3.3.132.1. Mfg: Hendrix # S-604GR 3.3.133. ITEM #133: Spacer, 15KV, Open-Diamond Design, to include 4 each 3” Ring Ties securing Messenger or Insulated Conductor or to Spacer, (DOP # 20321) 3.3.133.1. Mfg: Hendrix # RT-15 3.3.134. ITEM #134: Spacer, up to 46KV, Open-Diamond, (DOP # 20322) 3.3.134.1 Mfg: Hendrix # H46D 3.3.135. ITEM #135: Plate, Pole Eye, Galvanized, for use with Hendrix wire. (DOP # 20318) 3.3.135.1. Mfg’s: Maclean # PEP6645 3.3.136. ITEM #136: Tie, Wire, #4 Insulated, Alum. Soft Drawn, Solid, (25 LB. Coil – 500 Ft.), Spec #MS-4I, (DOP # 20327) 3.3.136.1. Mfg: Hendrix # TIE04ALSOL-00 3.3.137. ITEM #137: Shoe, Deadend Strain, (Baby Shoe), Ductile or Malleable Iron, Galvanized, w/o Socket Connector, 8,000# Mechanical Strength for #6 thru #2 Str Copper, (DOP # 20333) 3.3.137.1. Mfg: Maclean # FQD-52-1 OB # 80500

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-P

3.3.138. ITEM #138: Clamp, Straight Line Dead End, Aluminum, Spring Loaded-Side Opening Strain to be used with All Aluminum, ACSR or Aluminum Alloy Conductor, ACSR Range: 336.4 (18/1) to 954 (36/1), Alum Range: 350 (37) to 1000 (61), (DOP # 20217) 3.3.138.1. Mfg: Anderson # ADEZ-116-N Hubbell #ADEZ116N 3.3.139. ITEM #139: Clamp, Hotline, General Purpose, Bronze Body, #8 Solid CU to 2/0 Str CU Main Line, # 8 Solid CU to 1/0 Str Cu Tap Line, (DOP # 20218) 3.3.139.1. Mfg’s: Hubbell/Chance # S1520GP Anderson # BC2/OFTP Maclean # C1520P 3.3.140. ITEM #140: Clamp, Hotline, General Purpose, Bronze Body, #6 Solid CU to 400 MCM Str CU Main Line, #6 Sol CU to 4/0 Str CU Tap Line, (DOP # 20219) 3.3.140.1. Mfg’s: Hubbell/Chance # S1530GP; Joslyn # J1530GP Blackburn # BGC-6; Penn Union HLC040TN Maclean # C1530P 3.3.141. ITEM #141: Clamp, Wedge, Service, #2 thru #6 ACSR, #1 thru #4 Str Copper, #1 thru #4 Solid Copper, (DOP # 20224) 3.3.141.1. Mfg’s: Blackburn #W-62-1 Maclean # 7195 Burndy # CW2R-1 3.3.142. ITEM #142: Clamp, Wedge, Service, 4/0 thru 1/0 ACSR, 4/0 thru 2/0 Str Copper, #1 thru #2 Solid Copper, (DOP # 20225) 3.3.142.1. Mfg’s: Blackburn # W40-1 Maclean # 7197 3.3.143. ITEM #143: Clevis, Thimble, Pressed Steel or Malleable Iron, Galvanized, (DOP # 20228) 3.3.143.1. Mfg: Joslyn # J555 Hubbell # PSC2070147 3.3.144. ITEM #144: Clevis, Thimble, Pressed Steel or Malleable Iron, Galvanized, 5/8” Cotter Bolt Diam., (DOP# 20229) 3.3.144.1. Mfg’s: Joslyn # J575 Hubbell/Chance # 573 Cooper # DG4T1 3.3.145. ITEM #145: Grip, Preformed, Coated Conductor, for #2 Str 6/1 ACSR, Covered, Neoprene Dipped Legs, Color Code: Green, (DOP # 20230) 3.3.145.1. Mfg: Preformed # ND0107

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-Q

3.3.146. ITEM #146: Grip, Preformed, Coated Conductor, for 250, 336, or 300 MCM, Covered, Color Code: Yellow, (DOP # 20233) 3.3.146.1. Mfg’s: Preformed # ND0120 Hubbell/Chance # 120PCGG 3.3.147. ITEM #147: Grip, Preformed, Coated Conductor, for 350 or 500 MCM, Covered, Color Code: Blue, (DOP # 20234) 3.3.147.1. Mfg’s: Preformed # ND0123 Hubbell/Chance # 140PCGG 3.3.148. ITEM #148: Holder, Wire, (House Knob), Reinforced, 3-1/8” High, 7/8”x1” Hole, No. 22x2-1/4” Screw Size, Sky Gray Color, (DOP # 20235) 3.3.148.1. Mfg’s: Hubbell/Chance # 3-11-44; Joslyn # J089Z Cooper # DW9R2; Porcelain Prod # 1986 Maclean # J089Z 3.3.149. ITEM #149: Holder, Wire, (Service Mast), Reinforced, 1-1/4” to 2-1/2” Mast Dia., Galvanized Bracket, (DOP # 20236) 3.3.149.1. Mfg’s: Hubbell/Chance # C2070075 Joslyn # J0588 Cooper # DW2C5 3.3.150. ITEM #150: Holder, Wire, (Service Mast), Reinforced, 3” to 4” Mast Dia., Galvanized Bracket, (DOP # 20237) 3.3.150.1. Mfg’s: Hubbell/Chance # C2070076 Cooper # DW3C2 Porcelain Prod # 6913 3.3.151. ITEM #151: Insulator, Strain, Fiberglass, 7/8” x 96”, Min Strength 30,000 lbs., Clevis-Clevis End Fittings, One Sheave Wheel, (DOP # 20241) 3.3.151.1. Mfg’s: Joslyn # 300-96 Anderson # APF396R Kearney # 322030-96 3.3.152. ITEM #152: Insulator, Spool, Porcelain, Sky Gray, 3”, with 11/16” Dia. Hole, (DOP # 20242) 3.3.152.1. Mfg’s: Hubbell/Chance # C909-1032; Joslyn # J151 Cooper # DE455; Gamma 8442-70 Porcelain Prod # 5101; Lapp #8442-71 3.3.153. ITEM #153: Insulator, Epoxilator II, 15KV, 10,000# Min, Ultimate Tensile, 16” Leakage Distance, Seamless Weathershed Skirts, 5/8” Galvanized Steel Pin and Aluminum Cotter Key with each Unit, Can be Applied at any Angle, (DOP # 20243) 3.3.153.1. Mfg’s: Hubbell/Chance # 10150215 Lapp #1515-00; Ohio Brass # 401015-0215;

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-R

3.3.154. ITEM #154: Insulator, Vertical, Post, Flat Base, 15KV, 10.5” Min Leakage Distance, Tie Top Type F Neck, Gray, ¾” – 10 UNC Thread, (DOP # 20245) 3.3.154.1. Mfg’s: Hubbell/Chance # C903-1911 Lapp # 4320PX-70-S 3.3.155. ITEM #155: Insulator, Bracket only for Vertical Post Insulator, (DOP # 20247) 3.3.155.1. Mfg: Lapp # 93359 3.3.156. ITEM #156: Insulator, Horizontal. Line Post, with Gain Base (138KV System), Fiberglass Rod with Extruded “EDPM” Rubber Sheathing Directly onto the Rod and Assembly (Vulcanized) of Skirt, End Fittings shall be Malleable Iron, Bi-Conical in Shape and Crimping to bond the Rod to the Fittings, Mounting: Gain base with 12 Inch Bolt Centers, Net Weight in Lbs.: 62.5, Ultimate Strength in Lbs.: Cantilever – 1475; Tension – 7500, (DOP # 20253) 3.3.156.1. Mfg: Lapp # 152207-C 3.3.157. ITEM #157: Insulator, Pin Type, 14.4KV, 12” Leakage Distance, Gray, 1” Porcelain Thread, Type F Neck, (DOP # 20256) 3.3.157.1. Mfg’s: Hubbell/Chance # C905-1305 Cooper # NP22D8 Ohio Brass # 38151 3.3.158. ITEM #158: Link, Extension, Clevis Type, 14”, 2-11/16” Dia. Holes, 12,000# Mechanical Strength, Aluminum Alloy, (DOP # 20257) 3.3.158.1. Mfg’s: Hubbell/Chance # C207-0112 Joslyn # J6658 3.3.159. ITEM #159: Shackle, Anchor with Clevis Pin and Cotter Key, ½” Size, 5/8” Pin Dia. (DOP # 20261) 3.3.159.1. Mfg’s: Hubbell/Chance # 5801 Joslyn # J2742 Ohio Brass # 70709 Anderson # AS25L 3.3.160. ITEM #160: Clamp, Spring Loaded-Side Opening Strain Clamp, To Be Used With All Aluminum, ACSR or, Aluminum Alloy Conductor, ACSR Range 2/0 (6/1) to 556 (8/1), Alum Range 3/6 (7) to 556 (37), (DOP #20337) 3.3.160.1 Mfg’s: Anderson #ADEZ-88-N Maclean # HDSO-88 3.3.161. ITEM #161: Clamp, Ground Rod, ½”, Copper Alloy, Hex or Square Head Screw with ½”-13UNC Threads, (DOP # 20431) 3.3.161.1. Mfg’s: Joslyn # J8591 Blackburn # JAB 1/2H Penn Union # CAB-1; Eritech # CO-12

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-S

3.3.162. ITEM #162: Clamp, Ground Rod. 5/8”, Copper Alloy, Sq. Head Screw with ½”-13UNC Threads, #8 Solid to #10 Str. Copper, (DOP # 20432) 3.3.162.1. Mfg’s: Blackburn # JAB 5/8 H Penn Union # CAB-2 Eritech # CP58 3.3.163. ITEM #163: Clamp, Ground Rod, ¾”, Copper Alloy, Sq. Head Screw with ½”-13UNC Threads, #8 Solid to #10 Str Copper, (DOP # 20433) 3.3.163.1. Mfg’s: Blackburn # JAB 3/4H Burndy #GRC34 3.3.164. ITEM #164: Clamp, Transformer Tank Grounding, ½” –13UNC, #6 Solid Copper to #1 Str Copper, Bronze (DOP # 20434) 3.3.164.1. Mfg’s: Blackburn #TTGC-2 Burndy #EQC632C Kearney #17546 Penn Union #GSEC1 3.3.165. ITEM #165: Molding, Ground Wire, Polyethylene, ½” x 8’ Piece, Embrittling Temperature minus 70 Degree F. Resistant to Ultraviolet Rays. Light Grey Color (DOP # 20442) 3.3.165.1. Mfg’s: EMCO #PECM1/2 3.3.166. ITEM #166: Rod, Ground, ½” x 8’ Copperweld (DOP # 20340) 3.3.166.1. Mfg’s: Eritech #611285

Blackburn #5008 Joslyn # J8328 Porcelain Prod #8428 Hubbell/Chance #8428

Cooper #WDN2C8 3.3.167. ITEM #167: Rod, Ground, ½” x 10’, Copperweld, (DOP # 20341) 3.3.167.1. Mfg: Joslyn #J8330 3.3.168. ITEM #168: Staple, Rolled (Diamond) Point 3” x 1-1/16” x ¼” Min, for ½” Wood Molding Copper Coated (DOP # 20342) 3.3.168.1. Mfg’s: Joslyn #J6497 Blackburn #CUS22 Hubbell/Chance #9161 3.3.169. ITEM #169: Staple, Rolled (Diamond) Point 1-3/4” x 3/8” x .144” Copper Coated for Ground Wire (DOP # 20343) 3.3.169.1. Mfg’s: Joslyn #J6495 Blackburn #CUS8 Hubbell/Chance #9153

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-T

3.3.170. ITEM #170: Arrester, 9KV Surge, Dist. Riser Pole Heavy Duty Class, Metal-Oxide Varistor Element in Balanced Series with Gapped Silicon Carbide Element Construction, Polymer Housing, Ground Lead Isolator, Maximum Continuous Operating Voltage 7.7 KV RMS, Equivalent Front-Of-Wave Crest at 10 KA in 0.5 Microsecond 24.0 KV Maximum, Furnished Complete with Crossarm Mounting Bracket and High Voltage Terminal Cover, Meets ANSI/IEEE Standard C62.11-1987 (DOP # 20367) 3.3.170.1. Mfg’s: Cooper #AZRP501B9 old Cooper #URT09050A1A1B1A UPDATE Ohio Brass #221608-7324 3.3.171. ITEM #171: Arrester, 9KV Surge, Distribution Heavy Duty Class, Metal-Oxide Varistor Element in Balanced Series with Gapped Silicon Carbide Element Construction, Polymer Housing, Ground Lead Isolator, Maximum Continuous Operating Voltage 7.7 KV RMS, Equivalent Front-of-Wave Crest at 10 KA in 0.5 Microsecond 26.0 KV Maximum, Furnished Complete with Crossarm Mounting Bracket and High Voltage Terminal Cover, Meets ANSI/IEEE Standard C 62.11-1987. (DOP # 20369) 3.3.171.1. Mfg’s: Cooper Old #AZLP501B9 Cooper #URT10050A1A1B1A UPDATE Ohio Brass #217608-7324 3.3.172. ITEM # 172: Arrester, 12KV Surge, Distribution Heavy Duty Class, Metal-Oxide Varistor Element in Balanced Series with Gapped Silicon Carbide Element Construction, Polymer Housing, Ground Lead Isolator, Maximum Continuous Operating Voltage 10.2 KV RMS Equivalent Front-Of-Wave Crest at 10 KA in 0.5 Microsecond 38.0 KV Maximum, furnished Complete with Crossarm Mounting Bracket and High Voltage Terminal Cover, Meets ANSI/IEEE Standard C 62.11-1987. (DOP # 20371) 3.3.172.1. Mfg’s: Ohio Brass #213510-7324

Cooper #AZLP501B12 Cooper #URT12070A1A1B1A UPDATE

3.3.173. ITEM #173: Arrester, 12KV Surge, Distribution Riser Pole Heavy Duty Class, Metal-Oxide Varistor Element in Balanced Series with Gapped Silicon Carbide Element Construction, Polymer Housing, Ground Lead Isolator Maximum Continuous Operating Voltage 10.2 KV RMS, Equivalent Front-of-Wave Crest at 10 KA in 0.5 Microsecond 35.0 KV Maximum, Furnished Complete with Crossarm Mounting Bracket and High Voltage Terminal Cover, Meets ANSI/IEEE Standard C 62.11-1987. (DOP # 20374) 3.3.173.1 Mfg’s: Ohio Brass #221610-7324 Cooper #AZRP501B12; Cooper #URS12060A1A1B1A update 3.3.174. ITEM #174: Cutout, 15KV 100 Amp Loadbreak, Polymer, Type C, 95 KV BIL, (DOP # 67690) 3.3.174.1. Mfg’s: Hubbell/Chance #CP730114PB

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-U

3.3.175. ITEM #175: Cutout, 15KV, 100 Amp POLYMER, 110 KV BIL, with Fuse Holder, Parallel-Groove Connector and NEMA B Crossarm Bracket. (DOP # 64593) 3.3.175.1 Mfg: Hubbell Chance #CP710112PB TYPE C 3.3.176. ITEM #176: Cutout, 15KV 200 Amp Loadbreak, Porcelain, 95KV BIL, Capable of Interrupting 12,000 Asymmetrical Amps, w/Crossarm Mounting Bracket. (DOP # 20383) 3.3.176.1. Mfg’s: ABB #279C790A13 Kearney #148664-003 Hubbell/Chance #C730-143PB 3.3.177. ITEM # 177: Switch, Bypass, 15KV, 400 Amp, 95KV BIL, for Crossarm Mounting for Regulator Bypass (DOP # 20389) 3.3.177.1. Mfg’s: Cooper #FW 3B1

Kearney #12583020 3.3.178. ITEM #178: Switch, Disconnect, 15 KV, 600 Amp, 110KV BIL, Station Type for Crossarm Underhang or Base Vertical Mtg, Single Pole, Single Throw, Sky Gray Porcelain Insulators, Hook Stick Operator, 9/16” Dia. Pad Holes Galvanized Steel Channel Base Solid Blade (Requires Multiple Crossarm Mounting) (DOP # 20495) 3.3.178.1. Mfg’s: Cooper #FW1D84 Hubbell #M3D62B Kearney #125701 3.3.179. ITEM #179: Switch, Disconnect, 15KV, 600 Amp, 110KV BIL, Station Type for Single Crossarm Mtg or Base Vertical Mtg, Single Pole, Single Throw, Sky Gray Porcelain Insulators, Hook Stick Operator, 9/16” Dia. Pad Holes Galvanized Steel Channel Base Solid Blade (Not Double or Underhang Mounting) (DOP # 20496) 3.3.179.1. Mfg: ABB #D1RTAL600A Kearney/Cooper #127740L Note: Switch must be able to be mounted on Single Crossarm; Other Switches Require Multiple Crossarms for Mounting. Any alternate bid must be approved by Division manager. 3.3.180. ITEM #180: Switch, Disconnect, 15KV, 600 Amp, 125KV BIL, 3-Phase, Gang Operated Air Break, for Horizontal Pole Mounting, Complete w/Interphase Rods, Group Rod Control, & Vertical Control Pipe, Loadbreak SLB3 to Include Operating Handle, NEC. Pipe Couplings, Pipe Guides, Grnd Strap, Prov. Grnd Frame, Prov. Pad Lock, and Std. 2-H Pad Terminals. (DOP # 20498) 3.3.180.1. Mfg’s: Hubbell/Chance #AR114SSP UPDATE ABB #9854A51A01 w/Re-designed Hinge Chance #XSCA2HSS02 Kearney #SW2H11HS

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-V

3.3.181. ITEM #181: Switch, Disconnect 25KV, 900 Amp, Continuous, 600 Load Break, 150 KV BIL, 3 Phase, Ganged, Hookstick Operated, Internal Push/Pull Rod Mechanism, Positive latching in both the Open and Closed Positions, High Pressure Silver Button Jaw Contacts and Silver Washers at Hinge Contacts, Extended Arrestor Bracket, Balance Single Point Lifting Bracket, to be Completely Assembled and Adjusted from the Factory. (DOP # 20500) 3.3.181.1. Mfg: Siemens (Bridges) Model # COL973X-ADH 3.3.182. ITEM #182: Fuse, Cartridge, 1.0 Amp, 600 Volt (DOP # 20532) 3.3.182.1. Mfg: Cooper Bussman #KTK1 3.3.183. ITEM #183: Fuse, Cartridge, 2.0 Amp, 600 Volt (DOP # 20533) 3.3.183.1. Mfg: Bussman #KTK2 3.3.184. ITEM #184: Fuse, Cartridge, 3.0 Amp, 600 Volt (DOP # 50395) 3.3.184.1. Mfg: Bussman # KTK3 3.3.185. ITEM #185: Fuse, Cartridge, 6.0 Amp, 600 Volt (DOP # 20534) 3.3.185.1. Mfg’s: Bussman #KTK6 Shawmut #ATM-6 3.3.186. ITEM #186: Fuse, Cartridge, 10.0 Amp, 600 Volt (DOP # 20535) 3.3.186.1. Mfg’s: Economy #MCL10 Bussman #KTK10 Shawmut #ATM-10 3.3.187. ITEM #187: Fuse, Cartridge, 20.0 Amp, 600 Volt (DOP # 20537) 3.3.187.1. Mfg’s: Bussman #KTK20 Economy #MCL20 3.3.188. ITEM #188: Fuse, Cartridge, 30.0 Amp, 600 Volt (DOP # 20539) 3.3.188.1. Mfg’s: Bussman #KTK30 3.3.189. ITEM #189: Fuse, Link, Transformer 0.7 Amp, Type SFA Removable Button Head, (DOP # 20553) 3.3.189.1. Mfg: Hubbell/Chance #M0D7SFA 3.3.190. ITEM #190: Fuse, Link, Transformer 1.0 Amp, Type SFA Removable Button Head, (DOP # 50052) 3.3.190.1. Mfg: Hubbell/Chance #M1D0SFA 3.3.191. ITEM #191: Fuse, Link Transformer 2.1 Amp, Type: SFA Removable Button Head (DOP # 20554) 3.3.191.1. Mfg’s: Hubbell/Chance #M2D1SFA23

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-W

3.3.192. ITEM #192: Fuse, Link Transformer 3.5 Amp, Type: SFA Removable Button Head (DOP #20555) 3.3.192.1. Mfg’s: Hubbell/Chance #M3D5SFA23 3.3.193. ITEM #193: Fuse, Link Transformer 5.2 Amp, Type: SFA Removable Button Head (DOP #20556) 3.3.193.1. Mfg’s: Hubbell/Chance #M5D2SFA23 3.3.194. ITEM #194: Fuse, Link Transformer 7.0 Amp, Type: SFA Removable Button Head (DOP #20557) 3.3.194.1. Mfg’s: Hubbell/Chance #M7D0SFA23 3.3.195. ITEM #195: Fuse, Link Transformer 10.4 Amp, Type: SFA Removable Button Head (DOP #20558) 3.3.195.1. Mfg’s: Hubbell/Chance #M10D4SFA 3.3.196. ITEM #196: Fuse, Link Transformer 14.0 Amp, Type: SFA Removable Button Head (DOP #20559) 3.3.196.1. Mfg’s: Hubbell/Chance #M14SFA23 3.3.197. ITEM #197: Fuse, Link, Super-Lag, 15 Amp, 600V, (DOP # 20470) 3.3.197.1. Mfg: Bussman LKS15 3.3.198. ITEM #198: Fuse, Link, Super-Lag, 30 Amp, 600V, (DOP # 20471) 3.3.198.1. Mfg: Bussman LKS30 3.3.199. ITEM #199: Fuse, Link Transformer 21.0 Amp, Type: SFA Removable Button Head (DOP # 20560) 3.3.199.1. Mfg’s: Hubbell/Chance #M21SFA23 3.3.200. ITEM #200: Fuse, Link Transformer 32.0 Amp, Type: SFA Removable Button Head (DOP # 20561) 3.3.200.1. Mfg’s: Hubbell/Chance #M32SFA23 3.3.201. ITEM #201: Fuse, Link Primary 20.0 Amp, Type: T, Removable Button Head (DOP # 20565) 3.3.201.1. Mfg’s: Hubbell/Chance #M20TA Indel Bauru #EF20TCCIR 3.3.202. ITEM #202: Fuse, Link Primary 25.0 Amp, Type: T, Removable Button Head (DOP # 20566) 3.3.202.1. Mfg’s: Hubbell/Chance #M25TA Indel Bauru #EF25TCCIR

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-X

3.3.203. ITEM #203: Fuse, Link Primary 40.0 Amp, Type: T, Removable Button Head (DOP # 20567) 3.3.203.1. Mfg’s: Hubbell/Chance #M40TA Kearney #51040 Indel Bauru #EF40TCCIR 3.3.204. ITEM #204: Fuse, Link Primary 50.0 Amp, Type: T, Removable Button Head (DOP # 20568) 3.3.204.1. Mfg’s: Kearney #51050

Hubbell/Chance #M50TA Indel Bauru #EF50TCCIR 3.3.205. ITEM #205: Fuse, Link Primary 65.0 Amp, Type: T, Removable Button Head (DOP # 20569) 3.3.205.1. Mfg’s: Hubbell/Chance #M65TA

Kearney #51065 ABB #632A060A01

Indel Bauru #EF65TCCIR 3.3.206. ITEM #206: Fuse, Link Primary 80.0 Amp, Type: T, Removable Button Head (DOP # 20570) 3.3.206.1. Mfg’s: Hubbell/Chance #M80TA

Kearney #51080 ABB #632A061A01 Bussman #FL3T80

Indel Bauru #EF80TCCIR 3.3.207. ITEM #207: Fuse, Link Primary 100.0 Amp, Type: T, Removable Button Head (DOP # 20571) 3.3.207.1. Mfg’s: Hubbell/Chance #M100TA

Kearney #51100 ABB #632A062A01 Indel Bauru #EF100TCCIR 3.3.208. ITEM #208: Fuse, Link Primary 140.0 Amp, Type: T, Removable Head (DOP # 20572) 3.3.208.1. Mfg’s: Cooper #FL3T140

3.3.209. ITEM #209: Fuse, Link Primary 60.0 Amp, Type: H, Removable Head (DOP # 20444) 3.3.209.1. Mfg’s: Hubbell/Chance #M65KA23

Cooper #FL3K65 Indel Bauru #EF60HNCCIR

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-Y

3.3.210. ITEM #210: Fuse, Link Primary 30.0 Amp, Type: K, Removable Button Head (DOP # 20448) 3.3.210.1. Mfg’s: Hubbell/Chance #M30KA

Cooper #FL3K30 Indel Bauru #EF30KCCIR 3.3.211. ITEM #211: Fuse, Link Primary 40.0 Amp, Type: K, Removable Button Head (DOP # 20449) 3.3.211.1. Mfg’s: Hubbell/Chance #M40KA

Cooper #FL3K40 GE #9F51BBK04

3.3.212. ITEM #212: Fuse, 15 Amp, Type FRN, (DOP # 50054) 3.3.212.1. Mfg: Cooper Bussman #FRN-R-15 3.3.213. ITEM #213: Fuse Reducer, 60/15 FRN, (DOP # 50053) 3.3.213.1. Mfg: Cooper Bussman #FRN- 263R 3.3.214. ITEM #214: Fuse Cartridge Link for Bay-0-Net, 8 Amp, (DOP # 20546) 3.3.214.1. Mfg: Cooper #4000358C05B 3.3.215. ITEM #215: Fuse Cartridge Link for Bay-0-Net, 15 Amp, (DOP # 20547) 3.3.215.1. Mfg: Cooper #4000353C08B 3.3.216. ITEM #216: Fuse Cartridge Link for Bay-0-Net, 25 Amp, (DOP # 20548) 3.3.216.1. Mfg: Cooper #4000353C10B 3.3.217. ITEM #217: Fuse Cartridge Link for Bay-0-Net, 40 Amp, (DOP # 20549) 3.3.217.1. Mfg: Cooper #4000353C12B 3.3.218. ITEM #218: Fuse Cartridge Link for Bay-0-Net, 65 Amp, (DOP # 61668) 3.3.218.1. Mfg: RTE #358 C14 3.3.219. ITEM #219: Fuse Cartridge Link for Bay-0-Net, 100 Amp, (DOP # 20550) 3.3.219.1. Mfg: Cooper #4000353C16B 3.3.220. ITEM #220: Adapter, Tape Shield Adapter for 600A Elbows 350 15 KV Cable (DOP # 20930) 3.3.220.1. Mfg’s: Cooper #2625133B13M or Approved Equal 3.3.221. ITEM #221: Bracket, Mounting Bracket (DOP # 20934) 3.3.221.1. Mfg’s: 3M #MB-5 3.3.222. ITEM #222: Bracket, Mounting Bracket (DOP # 20935) 3.3.222.1. Mfg’s: 3M #MB-3

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-Z

3.3.223. ITEM #223: Bracket, Mounting Bracket (DOP # 20936) 3.3.223.1. Mfg’s: 3M #MB-6 3.3.224. ITEM #224: Cap, Protective Cap for 200A Elbows #2/0 15KV Triplex Cable (DOP # 20939) 3.3.224.1. Mfg’s: Cooper #LPC215 or Approved Equal 3.3.225. ITEM #225: Cap, Dead End for 600 Amp, 15 KV, (DOP # 21049) 3.3.225.1. Mfg’s: Cooper #2625041A01M Elastimold #K656DR (w/test point) 3.3.226. ITEM #226: Plug, Elbow Tap, 600/200 Amp, 15 KV Loadbreak, (DOP # 20917) 3.3.226.1. Mfg’s: Elastimold #650ETP Cooper #BLRTP615

Hubbell 615ETP 3.3.227. ITEM #227: Plug, Connecting, From 1/0 – 1000MCM, 600A, 15 KV (DOP # 20916) 3.3.227.1. Mfg: Elastimold #K650CP 3.3.228. ITEM #228: Elbow, 15KV, 200 Amp, Loadbreak for #1 CU, (DOP # 20960) 3.3.228.1. Mfg’s: Elastimold #166LR-GA-230 Cooper #LE215B05T 3.3.229. ITEM #229: Elbow, 15KV, 200 Amp, Non-Loadbreak for 2/0 Copper or Aluminum stranded, 0.825 to 0.935 In. Insulation Range (DOP # 20961) 3.3.229.1. Mfg’s: Elastimold #156LR-G-5250 Cooper #DE225FA07T 3.3.230. ITEM #230: Elbow, 15KV, 200 Amp, Loadbreak for 2/0 Stranded Copper or Aluminum, 0.825 to 0.935 In. Insulation Range, with Test Point (DOP # 20962) 3.3.230.1. Mfg’s: Cooper #LE215CC07T Hubbell #9U01AAD646 Elastimold #166LR-C-5250 3.3.231. ITEM #231: Elbow, Elbow Terminator 15KV 600A Non-Loadbreak Kit w/Stud & Test Point, T Type (for 600A Elbows 350 15KV Triplex Cable) (DOP # 20963) 3.3.231.1. Mfg’s: Cooper #2638513B13U

Elastimold #K656LR-KO300

3.3.232. ITEM #232: Elbow, 15KV, 600 Amp, Deadbreak, 500 MCM, T-Body w/test point. (DOP # 20965) 3.3.232.1. Mfg’s: Elastimold #K656LR-L0330

Hubbell #625BTL33T

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-AA

3.3.233. ITEM #233: Elbow, 15KV, 750 MCM with Test Point (DOP # 61658) 3.3.233.1 Mfg: Elastimold #K656LR-M380 Hubbell #625BTM38T 3.3.234. ITEM #234: Extension, Bushing, 15KV, 600 Amp, (DOP # 20966) 3.3.234.1. Mfg: Elastimold #K655BE Hubbell #625BES 3.3.235. ITEM #235: Grounding Device Shield Adapter Kit for Tape Shield Cable for #1 to 2/0 Cable, (DOP # 20882) 3.3.235.1. Mfg’s: Cooper #SA-2 3M #8460 3.3.236. ITEM #236: Grounding Device Shield Adapter Kit for Tape Shield Cable for 350 to 750 MCM Cable (DOP # 20883) 3.3.236.1 Mfg’s: Cooper #SA3 3M #8461 3.3.237. ITEM #237: Guard, Plastic Leader – Cable Sheath Protector (DOP # 20885) 3.3.237.1. Mfg’s: Virginia Plastic #LG345 Elect Mat #271G/27-11 3.3.238. ITEM #238: Insert, Feed thru Bushing Insert for use with Loop Feed Transformer “Y” Loadbreak Bushing Plug 200 Amp 15KV (DOP # 20887) 3.3.238.1. Mfg’s: Cooper #2637345A01M

Elastimold #1602A3R Hubbell #215FTI

3.3.239. ITEM #239: Insert, Loadbreak Bushing Plug, 15KV, 200 Amp, for use with Elastimold #166 LR Elbow Connector (DOP # 20888) 3.3.239.1. Mfg’s: Elastimold #1601A4 Cooper New #LBI215 3.3.240. ITEM #240: Junction, Loadbreak Junction, 200A, 15KV Class, Junction Only, 4 Interfaces, U-straps (DOP # 20892) 3.3.248.1. Mfg’s: Cooper #LJ215C4U 3.3.241. ITEM #241: Junction, Three Point Loadbreak, 15KV, 200 Amp, Stainless Steel (DOP # 20894) 3.3.241.1. Mfg’s: Elastimold #164J3 Cooper #2637172B02BS Hubbell #9U07ALF300

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-BB

3.3.242. ITEM #242: Kit, In-Line Fused, #4/6 Copper, 600 Volt, 30 Amp, 13/32” x 1 ½” Fuse, 0.120” to 0.430” Cable Insulation Dia, for 600 Volt Cable (DOP # 20897) 3.3.242.1. Mfg’s: Elastimold #65U Homac #SLK-M 3.3.243. ITEM #243: Kit, Splice Kit Molded Rubber 2/0 15KV (DOP # 20903) 3.3.243.1. Mfg’s: 3M #5502 CI-2/0 3.3.244. ITEM #244: Kit, Streetlight Y-Tap, for Copper and Aluminum Conductors (DOP # 20898) 3.3.244.1. Mfg: Buchanan #82S-EAFB1-C 3.3.245. ITEM #245: Mount, Three Phase Terminator-Arrester Mount High Strength Corrosion Resistant Aluminum Alloy, 15 ¾ x 35 x 11 x 3 9/16. For mounting Potheads and Arresters. (DOP # 20912) 3.3.245.1. Mfg’s: Aluma-Form #TB-3MB-1-6PA-35 or Approved Equal 3.3.246. ITEM #246: Splice, Cold Shrink Splice for 15KV, 220 Mil Cable Ranging from 350-750 KCM, Solid Dielectric or 1/C Paper Insulated Lead Covered Cables. Splice to be designed to latest IEEE 404 Standards for Transition Joints. In addition, unit to withstand moisture ingress at an external pressure of 45 PSI. Unit to have a dielectric breakdown in excess of 120 KV. Splice to have the same bending radius as the cable and have a core constructed from EPR insulation. This splice is able to go from Lead to Vulcan or Vulcan to Vulcan cable. (DOP # 21059) 3.3.246.1. Mfg’s: Pirelli Catalog #15TFIC-GB42

Prysmian #57802 or Approved Equal 3.3.247. ITEM #247: Splice, 350-750 MCM Cold Shrink Splice for 15KV 220 Mil Cable Ranging 350-750 KCM, Solid Dielectric Insulation. Splice to be designed to latest IEEE 404 Standards. In addition, unit to withstand moisture ingress at an external pressure of 45 PSI . Unit to have dielectric breakdown in excess of 120 KV. Splice to have the same bending radius as the cable and have a core constructed from EPR insulation. No substitute without previous approval due to range of cable size that this item handles as it takes the place of three splices. (DOP # 21060) 3.3.247.1. Mfg’s: 3M #5515A Pirelli Catalog #15SIPJC-GB42 3.3.248. ITEM #248: Splice, #1 – 2/0, Cold Shrink for 15KV 220 Mil Cable, Solid Dielectric Insulation, Splice to be designed to latest IEEE 404 standards, In addition unit to withstand moisture ingress at an external pressure of 45PSI, Unit to have dielectric breakdown in excess of 129 KV, Splice to have the same bending radius as the cable and have a core constructed from EPR insulation, no substitute without previous approval due to range of cable size that this item handles as it takes the place of three splices. (DOP # 21061) 3.3.248.1. Mfg’s: Pirelli #15SDJB-GB42; 3M #5513A

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-CC

3.3.249. ITEM #249: Splice, Cable for 1000 MCM 15KV 220 Mil Cable Tape Shield, Complete with 1000 MCM Connector and Ground Braid (DOP # 21055) 3.3.249.1. Mfg’s: Pirelli #15SIJCE-V2-1-G424 3M #5516A-1000-CU 3.3.250. ITEM #250: Terminator, 2-1/0, Termination Kit, 15KV, 133%, 1/C, 110KV Bil, meet all 15KV requirements for Class l Termination as given in IEEE Standards 48-1990, Indoor/Outdoor Applications, One Piece Molded Silicone Rubber, with Stress Relief, Cold Shrink. Kit contains 3 terminations. (DOP # 21062) 3.3.250.1. Mfg: 3M #5633K 3.3.251. ITEM #251: Terminator, 2/0-350MCM Termination Kit, 15KV, 133%, 1/C, 110KV Bil, Meet all 15KV requirements for Class 1 Termination as given in IEEE Standards 48-1990, Indoor/Outdoor Applications, One Piece Molded Silicon Rubber, with Stress Relief, Cold Shrink. Kit contains 3 terminations. (DOP # 21063) 3.3.251.1. Mfg: 3M #5635K 3.3.252. ITEM #252: Terminator, 500-750MCM, Termination Kit, 15KV, 133%, 1/C, 110KV Bil, Meet all 15KV requirements for Class 1 Termination as given in IEEE Standards 48-1975, Indoor/Outdoor Applications, One Piece Molded Silicon Rubber, with Stress Relief, Cold Shrink. Kit contains 3 terminations. (DOP # 21064) 3.3.252.1. Mfg: 3M #5636K 3.3.253. ITEM #253: Termination Kit, Silicone Rubber, for PILC Cable 15KV Conductor, Kit contains. (DOP # 56452) 3.3.253.1. Mfg: 3M #5803-PB 3.3.254. ITEM #254: Pad, Sealing-Small (3-1/4” x 4 ½” x 0.125”) Self-Fusing, Rubber Based, Dielectric Strength – 226 Volts/Mil, to insulate and moisture seal connections up to 600 Volts (Packaged 10 Pads/Box) (DOP # 21071) 3.3.254.1. Mfg: 3M #2200 3.3.255. ITEM #255: Resin, Electrical Insulating, Insulator and Sealer for Cable Splicing, use to splice solid dielectric and oil-filled cables up to 8KV or to Jacket High Voltage Splices up to 69KV, 14.7 OZ, Size C Package (DOP # 21074) 3.3.255.1. Mfg: 3M #4C Scotchcast 3.3.256. ITEM #256: Tape, Coding Red, Vinyl Plastic, (1/2” x 20’ Per Roll) (DOP # 21077) 3.3.264.1. Mfg: 3M #35 Red 3.3.257. ITEM #257: Tape, Coding White, Vinyl Plastic, (1/2” x 20’ Per Roll) (DOP # 21078) 3.3.257.1. Mfg: 3M #35 White

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-DD

3.3.258. ITEM #258: Tape, Coding Blue, Vinyl Plastic, (1/2” x 20’ Per Roll) (DOP # 21079) 3.3.258.1. Mfg: 3M #35 Blue 3.3.259. ITEM #259: Tape, Electrical Shielding (1” x 100’ x .016”) Open Weave of #36 AWG Tinned Copper Conductor, Capable of Operating at Cable Emergency Temperature of 130 Degrees Centigrade, Non-flammable, Electrical Resistance – 0.092 OHMS/FT (DOP # 21081) 3.3.259.1. Mfg’s: 3M #24 PLM #TSB-100 3.3.260. ITEM #260: Tape, Elec. Grounding Braid (1/2” x 15’ x 3/32”) Woven Construction of 240 Strand-#30AWG Tinned Copper Wires, Equivalent to #6AWG Copper Conductor Current Capability (DOP # 21085) 3.3.260.1. Mfg’s: 3M #25 PLM #TGB1550 3.3.261. ITEM #261: Tape, Electrical Insulating, Vinyl Plastic, (3/4” x 66’ x 0.007”), Rubber Based Pressure Sensitive Adhesive, Flexible and Adhesive at 0 Degree Fahrenheit, Meeting 220 Degrees Fahrenheit Continuous Temp Environment, Dielectric Strength after Standard Conditions – 10,000 Volts, Packaged in Reusable Container to Seal from Dirt and Moisture CSA Temperature Rating 105 Degree C. Ultimate Elongation 150% at –18 Deg. C. (DOP # 21086) 3.3.261.1. Mfg: 3M #33+ (No Substitute) 3.3.262. ITEM #262: Tape, Electrical Insulating, Vinyl Plastic, 1-1/2” x 44’, (DOP # 64522) 3.3.262.1. Mfg: 3M #Super 88 (No Substitute) 3.3.263. ITEM #263: Tape, Electrical Insulating, Self-Bonding 30 Mil. EPR Based, Corona-Resistant for use in Splicing All Solid Dielectric Cables Through 69KV, ¾” x 30” (DOP # 21087) 3.3.263.1. Mfg: 3M #130C ¾” x 30” (No Substitute) 3.3.264. ITEM #264: Tape, Electrical Insulating, Self-Bonding 30 Mil. EPR Based, Corona-Resistant for use in Splicing All Solid Dielectric Cables Through 69KV, 1½” x 30’, (DOP # 21088) 3.3.264.1. Mfg: 3M #130C 1½” x 30” (No Substitute) 3.3.265. ITEM #265: Tape, Electric Arc and Fire-Proofing, Flexible (3” x 20’ x 0.055”), Flame Resistant, Self-Extinguishing, Tensile Strength – 50 Lbs. /In (DOP # 21090) 3.3.265.1. Mfg’s: 3M #77 Plymouth 53

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-EE

3.3.266. ITEM #266: Tape, Friction, Slipknot (3/4” x 60’) 19MM x 18.3M, Cello Pak (DOP #21091) 3.3.266.1. Mfg’s: Plymouth #1002 3M #1755 3.3.267. ITEM #267: Tape, Electrical, Silicone Rubber, Self-Fusing (1” x 30’ x 0.012”), Sky-Blue Gray, w/Easy Stripping Polyester Liner, Capable of Operating Continuously at 180 Degrees Centigrade, Dielectric Strength – 875 Volts/Mil (DOP # 21094) 3.3.267.1. Mfg: 3M #70 3.3.268. ITEM #268: Tape, Caution – for Underground Use, Standard Legend: Caution Buried Electric Line Below, Tough Poly Plastic, Color: Red, Printing in Black, Jumbo Roll: 6” x 1000’, (DOP # 21095) 3.3.268.1. Mfg’s: Sheridan Sfty #JMT-6, #91296 Stranco #PUWT604 Panduit #HTU6RE Blackburn #RT6 3.3.269. ITEM #269: Kit, Cable Preparation, Includes-Cleaning Material, Three (3) Pads, One (1) Strip of Nonconductive 120 Grit and Aluminum Oxide (DOP # 21101) 3.3.269.1. Mfg’s: 3M #CC-2

Plymouth #2684 (Kit)

3.3.270. ITEM #270: Kit, Split Sleeve, Repair, 1-1/2” PVC Schedule 40 for Electrical Conduit 10’ Sections (DOP # 50385) 3.3.270.1. Mfg: Conduit Repair Systems #K1-1/2F 3.3.271. ITEM #271: Kit, Split Sleeve, Repair, 2” PVC Schedule 40 for Electrical Conduit 10’ Sections (DOP # 50063) 3.3.271.1. Mfg: Conduit Repair Systems #K2F 3.3.272. ITEM #272: Kit, Split Sleeve, Repair, 4” PVC Schedule 40 for Electrical Conduit 10’ Sections (DOP # 50386) 3.3.272.1. Mfg: Condit Repair Systems #K4F 3.3.273. ITEM # 273: Kit, Split Sleeve, Repair, 5” PVC Schedule 40 for Electrical Conduit 10’ Sections (DOP # 50387) 3.3.273.1. Mfg: Conduit Repair Systems #K5F 3.3.274. ITEM #274: Lubricant, Cable Pulling, 5 Gallon Pails (DOP # 21102) 3.3.274.1. Mfg’s: Ideal Aqua Gel #31375 3M #WL

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-FF

3.3.275. ITEM #275: Cement, PVC Cement for All Types and Grades up through 6” Diameter, Regular Grade, Grey Solvent with Dauber Lid (DOP # 21004) 3.3.275.1. Mfg: T & B #VC9922 (color must be grey) 3.3.276. ITEM #276: Coupling, 1 ½” Coupling, PVC Schedule 40 (DOP # 21016) 3.3.276.1. Mfg: T & B #E94OH or equal 3.3.277. ITEM #277: Coupling, 2” Coupling, PVC Schedule 40 (DOP # 21017) 3.3.277.1. Mfg: T & B #E94OJ 3.3.278. ITEM #278: Coupling, 2” Repair Sleeve, PVC Schedule 40 (DOP # 21029) 3.3.278.1. Mfg: Am Pipe or Approved Equal 3.3.279. ITEM #279: Coupling, 4” Coupling, PVC Schedule 40 (DOP # 21019) 3.3.279.1. Mfg: T & B #E940N 3.3.280. ITEM #280: Coupling, 4” – 5 Degree Angle Coupling, B x B (Female to Female), PVC Schedule 40 (DOP # 21021) 3.3.280.1. Mfg: T & B #E2440NF 3.3.281. ITEM #281: Coupling, 5” Coupling, PVC Schedule 40 (DOP # 21022) 3.3.281.1. Mfg: T & B #E940P 3.3.282. ITEM #282: Coupling, 5” – 5 Degree Angle Coupling, B x S (Male to Female) PVC Schedule 40 (DOP # 21023) 3.3.282.1. Mfg: T & B #E244PF 3.3.283. ITEM #283: Duct, PVC Schedule 40, ½” x 10’ w/Collar UL Listed, Heavy Wall, Rated 90 Deg C. For bidding purposes, unit of measure equals one (1) foot. (DOP # 21047) 3.3.283.1. Mfg: Carlon #49005-010 or Equal 3.3.284. ITEM #284: Duct, PVC Schedule 40, 1” x 10’ w/Collar, UL Listed, Heavy Wall, rated 90 Deg C. For bidding purposes, unit of measure equals one (1) foot. (DOP # 21524) 3.3.284.1. Mfg: Carlon #490008-010 or Equal 3.3.285. ITEM #285: Duct, PVC Schedule 40, 1-1/2” x 10’ w/Collar, UL Listed, Heavy Wall, rated 90 Deg C. For bidding purposes, unit of measure equals one (1) foot. (DOP # 21525) 3.3.285.1. Mfg: Carlon #49010-010

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-GG

3.3.286. ITEM #286: Duct, PVC Schedule 40, 2” x 10’, with Collar O.D. 2.375”, I.D. 2.067”, Wall .154”, Rated for 90 Degree C Conductors or Cable with Collar. For bidding purposes, unit of measure equals one (1) foot. (DOP # 21526) 3.3.286.1. Mfg’s: Carlon #49011-010 3.3.287. ITEM #287: Duct, PVC Schedule 40, 4” x 10’, O.D. 4.50”, I.D. 4.026”, Wall .237”, Rated for 90 Degree C Conductors or Cable with Collar. For bidding purposes, unit of measure equals one (1) foot. (DOP # 21528) 3.3.287.1. Mfg’s: Carlon #49015-010 3.3.288. ITEM #288: Duct, PVC Schedule 40, 5” x 10’ with Collar, O.D. 5.563”, I.D. 5.047”, Wall .258”, Rated for 90 Degree C conductors or Cable, with Collar. For bidding purposes, unit of measure equals one (1) foot. (DOP # 21529) 3.3.288.1. Mfg’s: Carlon #19019-010 or Equal 3.3.289. ITEM 289: Duct, 2”x10”, Schedule 80 PVC, with Collar (DOP #68827) 3.3.289.1 Mfg’s: 3.3.290. ITEM #290: Elbow, PVC Schedule 40, 90 Degree x 1 ½” Dia. (DOP # 20843) 3.3.290.1. Mfg’s: T & B #UA9AH 3.3.291 ITEM #291: Elbow, PVC Schedule 40, 45 Degree x 2” Dia, Standard Radius, (DOP # 20845) 3.3.291.1. Mfg’s: Queen City #2502017 Kraloy #40STD2045 3.3.292. ITEM #292: Elbow, PVC Schedule 40, 90 Degree x 2” Dia, 18” Radius (DOP # 20846) 3.3.292.1. Mfg’s: Cantex 5133844;

T & B #UA9CJ 3.3.293. ITEM #293: Elbow, PVC Schedule 40, 90 Degree x 2” Dia, Standard Radius, (DOP # 20847) 3.3.293.1. Mfg’s: T & B #UA9AJ;

Kraloy #40STD2090 3.3.294. ITEM #294: Elbow, PVC Schedule 40, 45 Degree x 4” Dia, Standard 16” Radius, (DOP # 21535) 3.3.294.1. Mfg’s: T & B #UA7AN Kraloy #40STD4045 3.3.295. ITEM #295: Elbow, PVC Schedule 40, 90 Degree x 4” Dia., 16” Radius, (DOP # 21536) 3.3.295.1. Mfg’s: Cantex #5133832

T & B #UA9AN

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-HH

3.3.296. ITEM #296: Elbow, PVC Schedule 40, 45 Degree x 5” Dia., Standard 24” Radius, (DOP # 21539) 3.3.296.1. Mfg’s: T & B #UA9AP Queen City #2505017 3.3.297. ITEM #297: Elbow, PVC Schedule 40, 90 Degree x 5” Dia., 24” Radius (DOP # 21541) 3.3.297.1. Mfg’s: T & B #UA9AP

Queen City #2405017 3.3.298. ITEM #298: Elbow, PVC Schedule 40, 90 Degree x 5” Dia., 36” Radius (DOP # 21542) 3.3.298.1. Mfg’s: T & B #UA9FP 3.3.299. ITEM #299: Riser, Pole Riser, 2”, U-Guard, Flanged, EMC Polyethylene, 10’ Section = 1 Each, Belled, Non-Conductive, Non-Corrode, Ribbed (DOP # 21609) 3.3.299.1. Mfg: EMC #PE-2UG10 3.3.300. ITEM #300: Riser, Pole Riser, 4”, U-Guard, Flanged, EMC Polyethylene 10’ Section = 1 Each, Belled, Non-Conductive, Non-Corrode, Ribbed (DOP # 21656) 3.3.300.1. Mfg’s: EMC #PE-4UG10 3.3.301. ITEM #301: Riser, Pole Riser, 5”, U-Guard, Fanged, EMC Polyethylene, 10’ Section = 1 Each, Belled, Non-Conductive, Non Corrode, Ribbed, (DOP # 21657) 3.3.301.1. Mfg’s: EMC #PE-5UG10 3.3.302. ITEM #302: Spacer, PVC Schedule 40, 5” Base (DOP # 21662) 3.3.302.1. Mfg’s: T & B #S288PJN 3.3.303. ITEM #303: Spacer, PVC Schedule 40, 5” Intermediate (DOP # 21663) 3.3.303.1. Mfg’s: T & B #S289PJN 3.3.304. ITEM #304: Pull Box, Splice, High Density Polyethylene, with bolt Style Locking Lid, top 11 3/4” x 17”, Bottom 15 ¼” x 20 ¼”, 12” Deep, Marked “ELECTRIC”, Color Gray (DOP # 21730) 3.3.304.1. Mfg’s: Carson #1419 1016 3.3.305. ITEM #305: Pull Box, Splice, Tapered Cylinder, 18” Deep, High Strength Fiberglass, ID 12 x 15, Expendable Equipment Lock, Embossed “ELECTRIC’, Load Rating H-10, Dark Green Color, Spec MIS-108. Nordic Fiberglass #P-65 Pull Box with Nordic #P-65-LID-MG. No Substitute Matches Existing Equipment. (DOP # 21734) 3.3.305.1. Mfg’s: Nordic Fiberglass # P-65

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-II

3.3.306. ITEM #306: Pull Box, Medium Duty Pull Box 13” x 24”, 18” Depth with Cover, to be made of LPC (Light Polymer Concrete) and FRP (Fiberglass Reinforced Polyester), sides tapered inwards towards top, bottom flange at least 1 ¼” wide, top configured to provide “Keying In”, lid interchangeable skid resistant fastened with stainless steel pentahead bolts, knockouts easily removable leaving smooth edges cover and box rating of A-8 incidental traffic as determined by ASTM 857, cover 2” thick, identification “ELECTRIC” molded on top surface cover, Manufacturer, Part #, and Year of Mfg. Included. (DOP # 21784) 3.3.306.1. Mfg’s: CDR System Corporation PA10-1324-1 Old Castle/Carson #1324 1032 CDR System Corporation PA10-1015-18 Highline #CHA132418SE1 3.3.307. ITEM #307: Hook, Cable Rack (Feet) – 10 1/8” Length, Steel, Galvanized, Upturned on End, T-Shaped and to Fit T-Slot (DOP # 21927) 3.3.307.1. Mfg’s: Hubbell #DU5S3 USC #625 3.3.308. ITEM #308: Lid, CDR Splice box Lid Only, (To Fit Box PA10-1324-18) (DOP # 21992) 3.3.308.1. Mfg’s: Pencell #CDR PC10-1324-02 Hubbell #C10132402A017 3.3.309. ITEM #309: Lid, Fiberglass Lid Only for Nordic P-65 Box (DOP # 21994) 3.3.309.1. Mfg’s: Nordic #P-65-LID-MG 3.3.310. ITEM #310: Lid, Pull box lid (to fit Pencell PE20U Pull box), w/1/2” – 13UNC nut secured to underside of lid, placed in center, 15” from bolt hole location. (DOP # 21988) 3.3.310.1. Mfg: Pencell #PE30PL lid only (no substitute matches existing pull box) 3.3.311. ITEM #311: Rack, Cable – 30” Length, 28 ½” Mounting Spacing (DOP # 21133) 3.3.311.1. Mfg’s: Hubbell/Chance #C203-1126 Joslyn #J5126; Cooper #DU17B4 3.3.312. ITEM #312: Cap, Shorting Cap, 3-Prong, Twist-Lock, UV-Resistant, High-Impact Polypropylene, Grey, Temp. Range –40 Deg to +70 Deg C, -40 Deg to +158 Deg F, Dimen. 3.078” Dia, 2.219” H, meets ANSI C136.10 1998, Line Voltage Up to 480V (DOP # 22006) 3.3.312.1. Mfg’s: Fisher Pierce #N1038-1 TE/ALR #SC-10A 3.3.313. ITEM #313: Protector, Wildlife for Transformers (DOP # 50044) 3.3.313.1. Mfg: EMC #WLP-1

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-JJ

4.0. SAMPLING, INSPECTION AND TEST PROCEDURES 4.1. The City will inspect all items at the time of delivery. In the event items are packaged in such a manner that initial inspection is impractical, units will be inspected at the time of installation. 4.2. Any damaged, defective, or substandard items shall be returned to the supplier and replaced at no cost to the City of Columbus. 5.0. DELIVERY INFORMATION 5.1. Delivery Location: All deliveries shall be delivered to the City of Columbus, Division of Power, Distribution Storeroom, 3500 Indianola Avenue, Columbus, Ohio 43214. 5.2. Delivery Times: Deliveries will be accepted between the hours of 7 a.m. to 3:30 p.m., Monday through Friday. Deliveries will not be accepted during weekends and holidays. 5.3. Delivery Days After Order: Deliveries are not to exceed sixty (60) days after receipt of order unless notice given due to unforeseen circumstances. 6.0. NOTES  

6.1 Universal Term Contract: This proposal is bidder’s offer to sell the item(s) set forth on the bid proposal sheet at the price(s) quoted by bidder thereon, under the terms and conditions of these bid documents. An estimate quantity is set forth on the bid quotation sheet. Bidder is to take notice that the city makes no warranties or representations that the estimated quantity, or any quantity at all, will be ordered by the city even though bidder’s proposal is accepted by the city and a firm offer for sale executed.

If bidder’s proposal is accepted by the city and the firm offer for sale is executed, the bidder is to employee or agent of the city shall constitute an order or contractually bind the city without the proper certificate by the City Auditor that funds sufficient for full payment due on any order are available. Each order placed under the firm offer for sale shall require execution of a purchase order. Therefore, in consideration of $1.00 (one dollar) received by the awarded bidder, said bidder shall offer to sell buyer, the City of Columbus, who shall have the Contract Term to exercise this option to purchase, at the price and on the terms set forth in this bid proposal.

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-KK

6.1.1 Written Purchase Order: Written Purchase Orders may be established for

various city agencies, signed by the Director of Finance and Management, referencing the terms and conditions of this contract and specifying delivery locations. Written Purchase Order(s) will represent a maximum obligation for the City of Columbus over a particular time period. The City may spend all, part of none of the funding noted on the Purchase Order. This Purchase Order shall not be construed as an actual order to manufacture, ship or provide any items or services. Rather, written Purchase Order(s) enable properly authorized City agency Personnel to make purchases on an “as needed” basis per this contract. Any number of written purchase orders may be issued at the discretion of the City to increase or decrease available funds during the term of the agreement. At no time shall the maximum obligation of the City agency exceed the cumulative dollar amount of associated purchase orders. Any available funds balance not obligated by the city for accounts payable on items/work ordered on or prior to that date shall be cancelled after that date.

6.1.2 Ordering Procedure: In the event of a Contract (firm offer for sale), Written

Purchase Orders may be issued by the City of Columbus. Said Written Purchase Orders shall be considered as “Blanket” type authorizations for a total not-to-exceed expenditure for the awarded bid items. It shall be the successful bidder’s responsibility to monitor the total expenditure of materials released, and to advise the City in the event that the funds authorized by the Written Purchase Order would be exceeded by any current or subsequent release of materials.

The successful bidder shall not in any event deliver any quantity of items in which the funds authorized by the written purchase order would be exceeded, or would do so at its own expense. Further, the written purchase order shall not be considered as an actual order to ship or manufacturer any of the awarded items. Any number of Written Purchase Orders may be issued at the discretion of the City to increase or decrease available funds during the Term of the Contract.

The City shall not be precluded from buying similar items from other vendors, or the same items. In the event of an overlap in the annual term of subsequent Universal Term Contracts (UTC’s), the City may purchase the desired item from either awarded contract at the City's sole discretion.

6.2. INVOICING: “Bill To” addresses will be present on purchase orders issued by the City of Columbus for each respective division. Each invoice shall show the City’s purchase order number, the item number, the quantity, a brief description of the item, the unit price and the total amount. 6.3. QUANTITY ESTIMATES. All quantities shown on this proposal are estimates of the annual needs of the city and are for bidding purposes only. These quantity estimates are not to be construed as representing an actual order for the amount or guarantee that any minimum amount will actually be ordered. The city will endeavor to order the

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-LL

manufacturer’s package quantity whenever possible considering budget restraints. The city reserves the right to buy up to twice the estimated annual expenditure. 6.4. PRICING. Bidders are requested to bid firm or fixed prices. Price increases may be allowable and will be subject to the terms and conditions stated on page 4-A of this bid. 6.6. PROPOSAL DESCRIPTION: Bidders are to state the manufacturing name and part number of every item on the proposal page(s) 5’s in the section Manufacturer and Part Number. 6. 8. COOPERATIVE PURCHASING: The successful bidder may also make available item(s) under the terms, conditions and pricing of the proposed contract to agencies sanctioned by the City in its cooperative purchasing efforts. Any agency, which is not subject to a City of Columbus purchase order, must be invoiced directly by the vendor. Sanctioned agencies' participation is subject to a credit approval by the vendor, as the City of Columbus is in no way obligated by those agencies' financial commitments. Sanctioned agencies include members of the Central Ohio Organization of Public Purchasers (COOPP). 6.9. E-Catalog Requirements: Not withstanding any price list, catalog, website, etc. that must be submitted to comply with the bidding requirements within this document, the City has implemented an “E-Catalog” system that will require all awarded vendors to provide additional product information that is required by the City to identify and create Purchase Orders for any product (or service) that is included in the proposal submitted by the vendor. 6.9.1 Product Data: The information required for each product includes, but is not limited to:

Agreement Number (from City) Agreement expiration date (from City) Product Description Awardee Part Number (if applicable) Manufacturer Name Manufacturer Product Number Product UNSPSC Product Lead Time Product Price Product UOM

6.9.2 Implementation Methods: Any contract awardee must work with the City prior to final execution of the contract for this solicitation to implement a catalog/price list in the City’s “E-Catalog” system. This may be fulfilled by offering a “punch out” to the vendor’s web catalog, electronic price list or Excel spreadsheet. 6.9.2.1 Awardees offering a “punch out” option must be able to limit offered catalog based items based on categories awarded in the contract or other approved method. 6.9.2.2 Awardees offering a price list of specific items must work with the City prior to final execution of the contract in order to implement a price list in the City’s

SPECIFICATIONS FOR THE CITY OF COLUMBUS DIVISION OF POWER

POLE LINE HARDWARE

4-MM

“E-Catalog” system. This can be fulfilled by offering an Excel spreadsheet with the required information requested by the City. 6.6.2.3 Awardees will be responsible for notifying and supplying the City with any subsequent price increases to the price list or excel spreadsheets in a timely manner to allow for updating the E-Catalog.

PLEASE COMPLETE AND SIGN PAGE 6

5

PROPOSAL

To the Finance and Management Director of the City of Columbus, Ohio: We (I) propose to furnish the following article(s) and/or service(s) at the price(s) and terms stated subject to all instructions, conditions, specifications and all attachments hereto. We (I) have read all attachments including the specifications and fully understand what is required. BIDDERS CHECKLIST A complete bid packet will consist of the items listed below. Complete this checklist to confirm the items required in your bid. Place a checkmark or “X” next to each item that you are submitting to the City of Columbus. Failure to submit the listed documents may be cause for rejection of your bid. This checklist should be returned with your proposal. _____ Cover sheet _____ Contacts / EOC (pages 2, 2A) _____ Active Contact Compliance Number or on-line application submitted _____ Information For Bidders (Page 3, 3A) _____ Specifications (Page 4 through 4MM ) _____ Checklist / Proposal Page(s) (Page 5 through 5W) _____ Signature Page (Page 6) _____ Signature Affidavit (Page 7)

COST PROPOSAL FOR POLE LINE HARDWARE

5A

To the Finance & Management Director of the City of Columbus, Ohio: We (I) propose to furnish the following article(s) and/or service(s) at the price(s) and terms stated subject to all instructions, conditions, specifications and all attachments hereto. We (I) have read all attachments including the specifications and fully understand what is required. Prices are to be quoted F.O.B. Prepaid and Allowed to : 3500 Indianola Ave., Columbus OH 43214

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER NAME

AND NUMBER

1 500 EA BOLT, CARRIAGE, 3/8” X 4-1/2”, GALV. (ITEM 3.3.1)

2 25 EA BOLT, DBL ARMING, 5/8” X 18”, GALV. (ITEM 3.3.2)

3 200 EA BOLT, DBL ARMING 5/8” X 20”, GALV. (ITEM 3.3.3)

4 150 EA BOLT, DBL ARMING 5/8” X 22”, GALV. (ITEM 3.3.4)

5 25 EA BOLT, DBL ARMING, 5/8” X 24”, GALV. (ITEM 3.3.5)

6 20 EA BOLT, DBL ARMING 5/8” X 30”, GALV. (ITEM 3.3.6)

7 300 EA BOLT, MACHINE, ½” X 6”, GALV (ITEM 3.3.7)

8 50 EA BOLT, MACHINE, ½” X 12”, GALV (ITEM 3.3.8)

9 50 EA BOLT, MACHINE, ½” X 14”, GALV (ITEM 3.3.9)

10 250 EA BOLT, MACHINE, 5/8” X 10”, GALV. (ITEM 3.3.10)

11 350 EA BOLT, MACHINE, 5/8” X 12” GALV. (ITEM 3.3.11)

12 400 EA BOLT, MACHINE, 5/8” X 14” GALV. (ITEM 3.3.12)

13 100 EA BOLT, MACHINE, 5/8” X 16”, GALV. (ITEM 3.3.13)

COST PROPOSAL FOR POLE LINE HARDWARE

5B

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER NAME

AND NUMBER

14 25 EA BOLT, MACHINE, ¾” X 12”, GALV. (ITEM 3.3.14)

15 50 EA BOLT, MACHINE, ¾” X 14”, GALV. (ITEM 3.3.15)

16 25 EA BOLT, OVAL EYE, 5/8” X 10”, GALV. (ITEM 3.3.16)

17 50 EA BOLT, OVAL EYE, 5/8” X 12”, GALV. (ITEM 3.3.17)

18 100 EA HOOK, DRIVE-“J”, 7/16” X 4-3/4” (ITEM 3.3.18)

19 50 EA NUT, OVAL EYE, 5/8”-11UNC (ITEM 3.3.19)

20 50 EA NUT, OVAL EYE, ¾”-10UNC (ITEM 3.3.20)

21 50 EA NUT, THIMBLE EYE, 5/8” –11UNC (ITEM 3.3.21)

22 2000 EA SCREW, LAG, ¼” X 2” ZINC, SHARP (ITEM 3.3.22)

23 500 EA SCREW, LAG, 3/8” X 4”, GALV. (ITEM 3.3.23)

24 1000 EA SCREW, LAG, ½” X 5”, GALV. (ITEM 3.3.24)

25 500 EA WASHER, SPRING LOCK, 9/16” (ITEM 3.3.25)

26 1500 EA WASHER, SPRING LOCK, 11/16” (ITEM 3.3.26)

27 500 EA WASHER, SPRING LOCK, DOUBLE COIL, 13/16” (ITEM 3.3.27)

28 400 EA 2-1/4”X3/16”, GALV., 11/16” HOLE (ITEM 3.3.28)

29 50 EA

WASHER, SQ CURVED, 4”X4”X1/4” GALV, 13/16” HOLE (ITEM 3.3.29)

COST PROPOSAL FOR POLE LINE HARDWARE

5C

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

30 50 EA

WASHER, SQ CURVED, 4” X 4” X ¼”, GALV., 15/16” HOLE (ITEM 3.3.30)

31 2000 EA

WASHER, SQ FLAT, 2-1/4” X 2-1/4” X 3/16”, GALV., 11/16” HOLE (ITEM 3.3.31)

32 10 EA

BRACE, CROSSARM, ALLEY, 7’-0” FOR SIDEARM CONSTRUCTION (ITEM 3.3.32)

33 700 EA

BRACE, CROSSARM STEEL, FLAT, ¼” X 1-1/4” X 32” (ITEM 3.3.33)

34 10 EA

BRACE, CROSSARM DOUBLE-SPAN, 60” SPAN, 18” DROP (ITEM 3.3.34)

35 25 EA

BRACKET, CLUSTER MOUNT, POLE DIA 7-3/4” – 12-3/4” (ITEM 3.3.35)

36 10 EA

BRACKET, CLUSTER MOUNT, POLE DIA 9-1/2” TO 19” (ITEM 3.3.36)

37 50 EA

BRACKET, CLEVIS – EXTENSION 14”, FOR 3” SPOOL INSULATOR (ITEM 3.3.37)

38 50 EA

BRACKET, EXTENSION, 9”, GALVANIZED, SEC RACK (ITEM 3.3.38)

39 50 EA BRACKET, ANTI SWAY, 14”L (ITEM 3.3.39)

40 200 EA

CLEVIS, SECONDARY 3/16”X3”, PRESSED STEEL, GALV. (ITEM 3.3.40)

41 2 EA

EXTENSION, POLE TOP EXT., FIBERGLASS REINFORCED (ITEM 3.3.41)

COST PROPOSAL FOR POLE LINE HARDWARE

5D

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER NAME

AND NUMBER

42 2 EA

PIN, CROSSARM 5/8” X 7” SHANK MIN 2/3/4”-10UNC THREAD HEAD (ITEM 3.3.42)

43 350 EA

PIN, CROSSARM 5/8” X 5-3/4” SHANK, 1: LEAD THREAD (ITEM 3.3.43)

44 10 EA

PLATE, GUY PLATE 6” BOLT HOLE SPACING FOR ¾” TO 7/8” BOLT (ITEM 3.3.44)

45 150 EA

RACK, SECONDARY, 16” END HOLE MTG, 12 GAUGE GALV. (ITEM 3.3.45)

46 25 EA

RACK, SECONDARY, 24” END HOLE MTG, 12 GAUGE GALV. (ITEM 3.3.46)

47 50 EA

ADAPTER, SCREW ANCHOR, DOUBLE EYE FOR 1-1/2” SQ SHAFT (ITEM 3.3.47)

48 50 EA

ANCHOR, SCREW, SECTION 1-1/2” SQ SHAFT, 5’ LENGTH (ITEM 3.3.48)

49 75 EA

EXTENSION, SCREW ANCHOR, 1-1/2” SQ SHAFT X 3-1/2’ LENGTH (ITEM 3.3.49)

50 10 EA

EXTENSION, SCREW ANCHOR 1-1/2” SQ SHAFT X 7’ LENGTH (ITEM 3.3.50)

51 50 EA

GRIP, PREFORMED GUY FOR 4M, 3 #10 ALUMWELD (ITEM 3.3.51)

52 300 EA

GRIP, PREFORMED GUY FOR 16M 3/8”-7 #8 (ITEM 3.3.52)

53 50 EA

GRIP, PREFORMED GUY FOR 20M ½”-7 #6 (ITEM 3.3.53)

COST PROPOSAL FOR POLE LINE HARDWARE

5E

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

54 100 EA GUARD, GUY PLASTIC 1-1/2” X 2” X 8’ YELLOW (ITEM 3.3.54)

55 25 EA HOOK, GUY, MALLEABLE IRON, HOT DIP GALV. (ITEM 3.3.55)

56 25 EA KEY, POLE-ANCHOR, EXPANDING TYPE (ITEM 3.3.56)

57 350 EA

CONNECTOR, COMPRESSION COPPER #8 SOLID OR STR. (ITEM 3.3.57)

58 1200 EA

CONNECTOR, COMPRESSION COPPER #6 SOLID - #4 STR. TO #8 (ITEM 3.3.58)

59 4000 EA

CONNECTOR, COMPRESSION COPPER #6 SOLID - #4 STR TO #6 (ITEM 3.3.59)

60 5000 EA

CONNECTOR, COMPRESSION COPPER #6 SOLID -#4 STR TO #4 (ITEM 3.3.60)

61 100 EA

CONNECTOR, SPLIT BOLT #4 SOL COPPERWELD TAP & RUN (ITEM 3.3.61)

62 100 EA

CONNECTOR, SPLIT BOLT #6 SOL COPPERWELD TAP & RUN (ITEM 3.3.62)

63 600 EA

CONNECTOR, COMPRESSION FOR COPPER OR ALUM. #2 (ITEM 3.3.63)

64 350 EA

CONNECTOR, COMPRESSION COPPER #2 SOLID OR STR. TO #8 (ITEM 3.3.64)

65 200 EA

CONNECTOR, COMPRESSION COPPER #2 SOLID OR STR. TO #2 (ITEM 3.3.65)

66 750 EA

CONNECTOR, COMPRESSION FOR COPPER OR ALUM #6-1/0 STR (ITEM 3.3.66)

COST PROPOSAL FOR POLE LINE HARDWARE

5F

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

67 50 EA

CONNECTOR, COMPRESSION FOR COPPER, ALUM OR ASCR (ITEM 3.3.67)

68 50 EA

CONNECTOR, COMPRESSION FOR COPPER OR ALUM 1/0, 2/0 STR (ITEM 3.3.68)

69 50 EA

CONNECTOR, COMPRESSION COPPER 1/0-2/0 STR TO #8 SOLID (ITEM 3.3.69)

70 200 EA

CONNECTOR, COMPRESSION FOR COPPER OR ALUM 3/0 STR (ITEM 3.3.70)

71 175 EA

CONNECTOR, COMPRESSION FOR COPPER, ALUM OR ACSR (ITEM 3.3.71)

72 100 EA

CONNECTOR, COMPRESSION FOR COPPER, ALUM OR ACSR (ITEM 3.3.72)

73 100 EA

CONNECTOR, COMPRESSION FOR COPPER, ALUM 3/0, 4/0 STR (ITEM 3.3.73)

74 100 EA

CONNECTOR, COMPRESSION FOR COPPER OR ALUM 4/0 GROOVE (ITEM 3.3.74)

75 25 EA

CONNECTOR, COMPERSSION COPPER ONLY 3/0-4/0 TO #6 (ITEM 3.3.75)

76 25 EA

CONNECTOR. COMPRESSION FOR COPPER 3/0 TO 4/0 (ITEM 3.3.76)

77 75 EA

CONNECTOR, SPLIT BOLT 1/0 TO 4/0 COPPERWELD (ITEM 3.3.77)

78 50 EA

CONNECTOR, COMPRESSION FOR COPPER OR ALUM 250-477 RUN (ITEM 3.3.78)

COST PROPOSAL FOR POLE LINE HARDWARE

5G

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE

(INFIGURES) UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

79 100 EA

CONNECTOR, SPLIT BOLT 250-350 MCM CU RUN, 350 MCM TAP (ITEM 3.3.79)

80 100 EA

CONNECTOR, COMPRESSION (H-TYPE) FOR 336 MCM ACSR (ITEM 3.3.80)

81 150 EA

CONNECTOR, COMPRESSION FOR COPPER OR ALUM 250, 336 MCM (ITEM 3.3.81)

82 50 EA

CONNECTOR SPLIT BOLT 400-500 MCM CU RUN, 500 MCM TAP (ITEM 3.3.82)

83 50 EA CONNECTOR, COMPRESSION 556 TO #6 CU OR AL (ITEM 3.3.83)

84 50 EA CONNECTOR, COMPRESSION 4/0 – 4/0 WIDE RANGE ACSR (ITEM 3.3.84)

85 50 EA CONNECTOR IN-LINE 1/0-14 (ITEM 3.3.85)

86 200 EA SLEEVE, FULL TENSION FOR #8 SOLID COPPER (ITEM 3.3.86)

87 150 EA SLEEVE, FULL TENSION FOR #6 SOLID COPPIER (ITEM 3.3.87)

88 75 EA SLEEVE, FULL TENSION FOR #6 STR ALUMINUM (ITEM 3.3.88)

89 150 EA SLEEVE, #6 ACSR, 6-1 STR ALUM (ITEM 3.3.89)

90 100 EA SLEEVE, FULL TENSION FOR #4 SOLID COPPER (ITEM 3.3.90)

91 50 EA SLEEVE, FULL TENSION FOR #2 SOLID COPPER (ITEM 3.3.91)

92 150 EA SLEEVE, FULL TENSION FOR #2/7 STR COPPER (ITEM 3.3.92)

93 200 EA SLEEVE, FULL TENSION FOR #2-7 STR ALL ALUM. (ITEM 3.3.93)

COST PROPOSAL FOR POLE LINE HARDWARE

5H

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN F IGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

93 200 EA

SLEEVE, FULL TENSION FOR #2-7 STR ALL ALUM. (ITEM 3.3.93)

94 200 EA SLEEVE, FULL TENSION AUTO ACSR, #2/#4 (ITEM 3.3.94)

95 300 EA SLEEVE, FULL TENSION FOR # ACSR, AAAC (ITEM 3.3.95)

96 25 EA

SLEEVE, FULL TENSION FOR 2/0-7,12, 19 STR COPPER (ITEM 3.3.96)

97 10 EA

SLEEVE, SERVICE ENTRANCE (NON-TENSION) SPLICE (ITEM 3.3.97)

98 10 EA

SLEEVE, FULL TENSION FOR 336.4 HENDRIX ALL-ALUM. (ITEM 3.3.98)

99 50 EA SLEEVE, FULL TENSION FOR 4/0 COPPER (ITEM 3.3.99)

100 50 EA SLEEVE, TINNED FOR 350 MCM COPPER (ITEM 3.3.100)

101 50 EA SLEEVE, TINNED FOR 500 MCM COPPER (ITEM 3.3.101)

102 50 EA SPLICE, HYLINK FOR 500 MCM COPPER (ITEM 3.3.102)

103 50 EA REDUCING ADAPTER FOR 500 MCM TO 2/0 CU (ITEM 3.3.103)

104 50 EA REDUCING ADAPTER FOR 500 MCM TO 4/0 CU (ITEM 3.3.104)

105 50 EA REDUCING ADAPTER 500-250 MCM COPPER (ITEM 3.3.105)

106 50 EA REDUCING ADAPTER 500 TO 300 MCM COPPER (ITEM 3.3.106)

107 50 EA REDUCING ADAPTER 500-350 MCM COPPER (ITEM 3.3.107)

108 50 EA REDUCING ADAPTER 500 TO 400 MCM COPPER (ITEM 3.3.108)

COST PROPOSAL FOR POLE LINE HARDWARE

5I

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

109 50 EA REDUCING ADAPTER 750 TO 350 MCM COPPER (ITEM 3.3.109)

110 50 EA REDUCING ADAPTER 750 TO 500 MCM COPPER (ITEM 3.3.110)

111 50 EA

SLEEVE, JUMPER FOR 336 MCM ACSR & 336 HENDRIX 336 MCM (ITEM 3.3.111)

112 25 EA

SLEEVE, NON-TENSION SPLICE FOR 350 MCM CU CABLE (ITEM 3.3.112)

113 10 EA

SLEEVE, NON-TENSION SPLICE FOR 500 MCM CU CABLE (ITEM 3.3.113)

114 50 EA

SLEEVE, COMPRESSION SPLICE FOR 750 MCM CU (ITEM 3.3.114)

115 50 EA

SPACER, HYSTACK, FOR USE IN UNDERGROUND PADMOUNTS (ITEM 3.3.115)

116 200 EA

TERMINAL, COMPRESSION #2 STR COPPER 1-HOLE PAD (ITEM 3.3.116)

117 25 EA

TERMINAL, COMPRESSION #1 STR COPPER 1-HOLE PAD (ITEM 3.3.117)

118 50 EA

TERMINAL, COMPRESSION LUG #1 LONG BARREL 1 HOLE (ITEM 3.3.118)

119 50 EA

TERMINAL, COMPRESSION 2/0 STR CU 1 HOLE ½” DIA (ITEM 3.3.119)

120 25 EA TERMINAL, COMPRESSION 2/0 STR COPPER (ITEM 3.3.120)

121 30 EA TERMINAL, COMPRESSION 350 MCM COPPER (ITEM 3.3.121)

COST PROPOSAL FOR POLE LINE HARDWARE

5J

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN

FIGURES) UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

122 75 EA TERMINAL, COMPRESSION 500 MCM COPPER (ITEM 3.3.122)

123 25 EA TERMINAL, COMPRESSION 600 MCM COPPER (ITEM 3.3.123)

124 25 EA TERMINAL, COMPRESSION 750 MCM COPPER (ITEM 3.3.124)

125 50 EA TERMINAL, COMPRESSION 750 MCM COPPER (ITEM 3.3.125)

126 50 EA TERMINAL, EYE BOLT BRONZE 8 SOL – 2/0 CU (ITEM 3.3.126)

127 50 EA

TERMINAL, EYE-BOLT, BRONZE, CLAM BOLT, SINGLE EYE (ITEM 3.3.127)

128 150 EA

TERMINAL, EYE-BOLT, BRONZE, CLAMP BOLT, DOUBLE EYE (ITEM 3.3.128)

129 100 EA

BRACKET, TANGENT MESSENGER 14” W/MESSENGER CLAMP (ITEM 3.3.129)

130 50 EA

BRACKET, TANGETN MESSENGER 24” W/MESSENGER CLAMP (ITEM 3.3.130)

131 75 EA CLAMP, MESSENGER ANGLE (ITEM 3.3.131)

132 20 EA

SPACER, SECONDARY SPACER, 600V, OPEN-DIAMOND DESIGN (ITEM 3.3.132)

133 1000 EA

SPACER, 15KV OPEN-DIAMOND DESIGN TO INCL. RING TIES (ITEM 3.3.133)

134 100 EA

SPACER, 46KV OPEN-DIAMOND DESIGN TO INCL RING TIES (ITEM 3.3.134)

135 25 EA POLE EYE PLATE FOR HENDRIX (ITEM 3.3.135)

COST PROPOSAL FOR POLE LINE HARDWARE

5K

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

136 500 EA

TIE, WIRE #4 INSULATED, ALUM., SOFT DRAWN SOLID (ITEM 3.3.136)

137 150 EA

SHOE, DEADEND STRAIN, (BABY SHOE), DUCTILE OR MALLEABLE (ITEM 3.3.137)

138 20 EA CLAMP, ALUM SPRING LOADED (ITEM 3.3.138)

139 100 EA

CLAMP, HOTLINE, GEN. PURPOSE, BRONZE BODY #8 SOLID CU (ITEM 3.3.139)

140 10 EA

CLAMP, HOTLINE, GEN PURPOSE, BRONZE BODY #6 SOLID CU (ITEM 3.3.140)

141 450 EA

CLAMP, WEDGE, SERVICE #2 THRU #6 ACSR, #1 THRU #4 STR COPPER (ITEM 3.3.141)

142 200 EA CLAMP, WEDGE, SERVICE 4/0 THRU 1/0 ACSR (ITEM 3.3.142)

143 100 EA

CLEVIS, THIMBLE-PRESSED STEEL OR MALLEABLE IRON, GALV. (ITEM 3.3.143)

144 50 EA

CLEVIS, THIMBLE-PRESSED STEEL OR MALLEABLE IRON, GALV., (ITEM 3.3.144)

145 250 EA

GRIP, PREFORMED COATED CONDUCTOR FOR #2 STR 6/1 (ITEM 3.3.145)

146 150 EA

GRIP, PREFORMED COATED CONDUCTOR, 250/336 OR 300 MCM (ITEM 3.3.146)

147 25 EA

GRIP, PREFORMED COATED CONDUCTOR, 350 OR 500 MCM (ITEM 3.3.147)

148 25 EA

HOLDER, WIRE (HOUSE KNOB) REINFORCED, 3-1/8” HIGH (ITEM 3.3.148)

COST PROPOSAL FOR POLE LINE HARDWARE

5L

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE

(INFIGURES) UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

149 10 EA

HOLDER, WIRE (SERVICE MAST) REINFORCED, 1-1/4” TO 2-1/2” (ITEM 3.3.149)

150 25 EA

HOLDER, WIRE (SERVICE MAST) REINFORCED, 3” – 4” MAST DIA (ITEM 3.3.150)

151 75 EA INSULATOR, STRAIN, FIBERLASS 7/8” X 96” (ITEM 3.3.151)

152 600 EA

INSULATOR, SPOOL PORCELAIN, SKY GRAY, 3” W/ 11/16” DIA HOLE (ITEM 3.3.152)

153 400 EA

INSULATOR, EPOXILATOR II, 15KV, 10,000# MINIMUM ULT. TENSILE (ITEM 3.3.153)

154 10 EA

INSULATOR, VERTICAL POST FLAT BASE, 15KV, 10.5” MIN LEAKAGE (ITEM 3.3.154)

155 10 EA

INSULATOR, BRACKET FOR THE VERTICAL POST INSULATOR (ITEM 3.3.155)

156 15 EA

INSULATOR, HORIZONTAL, LINE POST W/GAIN BASE (ITEM 3.3.156)

157 400 EA

INSULATOR, PIN TYPE, 14.4KV 12” LEAKAGE DISTANCE (ITEM 3.3.157)

158 50 EA

LINK, EXTENSION, CLEVIS TYPE, 14”, 2-11/16” DIA HOLES (ITEM 3.3.158)

159 50 EA

SHACKLE, ANCHOR W/CLEVIS PIN AND COPPER KEY (ITEM 3.3.159)

160 40 EA

CLAMP, SPRING LOADED-SIDE OPENING STRAIN CLAMP (ITEM 3.3.160)

COST PROPOSAL FOR POLE LINE HARDWARE

5M

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

161 150 EA

CLAMP, GROUND ROD ½”, COPPER ALLOY, HEX OR SQ HEAD SCREW (ITEM 3.3.161)

162 15 EA

CLAMP, GROUND ROD 5/8” COPPER ALLOY, SQ HEAD SCREW (ITEM 3.3.162)

163 50 EA

CLAMP, GROUND ROD ¾” COPPER ALLOY, SQ HEAD SCREW (ITEM 3.3.163)

164 200 EA

CLAMP, TRANSFORMER TANK GROUNDING, ½”-13 UNC (ITEM 3.3.164)

165 200 PC MOLDING, GROUND WIRE, POLY., ½” X 8’ PIECE (ITEM 3.3.165)

166 150 EA ROD, GROUND ½” X 8’, COPPERWELD (ITEM 3.3.166)

167 100 EA ROD, GROUND, ½” X 10’ COPPERWELD (ITEM 3.3.167)

168 1500 EA

STAPLE, ROLLED (DIAMOND) POINT 3” X 1-1/16” X ¼” (ITEM 3.3.168)

169 5000 EA

STAPLE, ROLLED, (DIAMOND) POINT 1-3/4” X 3/8” X .144” (ITEM 3.3.169)

170 15 EA

ARRESTER, 9KV SURGE, DIST. RISER POLE HEAVY DUTY CLASS (ITEM 3.3.170)

171 50 EA

ARRESTER, 9KV SURGE, DIST. HEAVY DUTY CLASS (ITEM 3.3.171)

172 200 EA

ARRESTER, 12KV SURGE, DIST. HEAVY DUTY CLASS (ITEM 3.3.172)

173 75 EA

ARRESTER, 12KV SURGE, DIST. RISER POLE, HEAVY DUTY CLASS (ITEM 3.3.173)

COST PROPOSAL FOR POLE LINE HARDWARE

5N

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE

(INFIGURES) UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

174 150 EA

CUTOUT, 15KV 100 AMP LOADBREAK, POLYMER, TYPE C, 95 KV BIL (ITEM 3.3.174)

175 50 EA CUTOUT POLYMER 100 AMP (ITEM 3.3.175)

176 25 EA CUTOUT, 15KV 200 AMP LOADBREAK, 95KV BIL (ITEM 3.3.176)

177 5 EA

SWITCH, BYPASS, 15KV, 400 AMP, 95KV BIL FOR CROSSARM MOUNT (ITEM 3.3.177)

178 10 EA

SWITCH, DISCONNECT, 15KV, 600 AMP, 110 KV BIL, STATION TYPE (ITEM 3.3.178)

179 50 EA

SWITCH, DISCONNECT, 15KV, 600 AMP, 110 KV BIL, STATION TYPE (ITEM 3.3.179)

180 5 EA

SWITCH, DISCONNECT, 15KV, 600 AMP, 125KV BIL, 3-PHASE (ITEM 3.3.180)

181 10 EA

SWITCH, DISCONNECT, 25KV, 900 AMP 150KV BIL, 3-PHASE (ITEM 3.3.181)

182 100 EA FUSE. CARTRIDGE, 1.0 AMP, 600 VOLT (ITEM 3.3.182)

183 100 EA FUSE, CARTRIDGE, 2.0 AMP, 600 VOLT (ITEM 3.3.183)

184 500 EA FUSE, CARTRIDGE, 3.0 AMP, 600 VOLT (ITEM 3.3.184)

185 5000 EA FUSE, CARTRIDGE, 6.0 AMP, 600 VOLT (ITEM 3.3.185)

186 500 EA FUSE, CARTRIDGE, 10.0 AMP, 600 VOLT (ITEM 3.3.186)

187 200 EA FUSE, CARTRIDGE, 20.0 AMP,600 VOLT (ITEM 3.3.187)

COST PROPOSAL FOR POLE LINE HARDWARE

5O

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

188 200 EA FUSE, CARTRIDGE, 30.0 AMP 600 VOLT (ITEM 3.3.188)

189 50 EA FUSE, LINK TRANSFORMER 0.7 AMP TYPE:SFA (ITEM 3.3.189)

190 50 EA FUSE, LINK TRANSFORMER 1.0 AMP TYPE: SFA (ITEM 3.3.190)

191 50 EA FUSE, LINK TRANSFORMER 2.1 AMP TYPE: SFA (ITEM 3.3.191)

192 50 EA FUSE, LINK TRANSFORMER 3.5 AMP, TYPE: SFA (ITEM 3.3.192

193 20 EA FUSE, LINK TRANSFORMER 5.2 AMP, TYPE: SFA (ITEM 3.3.193)

194 50 EA FUSE, LINK TRANSFORMER 7.0 AMP, TYPE: SFA (ITEM 3.3.194)

195 50 EA

FUSE, LINK, TRANSFORMER 10.4 AMP, TYPE: SFA (ITEM 3.3.195)

196 50 EA

FUSE, LINK TRANSFORMER 14.0 AMP, TYPE: SFA (ITEM 3.3.196)

197 100 EA FUSE, LINK, SUPER-LAG, 15 AMP, 600 VOLT (ITEM 3.3.197)

198 100 EA FUSE, LINK, SUPER-LAG, 30 AMP, 600 VOLT (ITEM 3.3.198)

199 100 EA

FUSE, LINK, TRANSFORMER 21.0 AMP, TYPE: SFA (ITEM 3.3.199)

200 50 EA

FUSE, LINK TRANSFORMER 32.0 AMP, TYPE: SFA (ITEM 3.3.200)

201 50 EA FUSE, LINK PRIMARY 20.0 AMP, TYPE: T (ITEM 3.3.201)

202 50 EA FUSE, LINK PRIMARY 25.0 AMP, TYPE T (ITEM 3.3.202)

203 50 EA FUSE, LINK PRIMARY 40.0 AMP, TYPE: T (ITEM 3.3.203)

COST PROPOSAL FOR POLE LINE HARDWARE

5P

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN

FIGURES) UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

204 50 EA FUSE, LINK PRIMARY 50.0 AMP, TYPE: T (ITEM 3.3.204)

205 50 EA FUSE, LINK PRIMARY, 65.0 AMP TYPE: T (ITEM 3.3.205)

206 50 EA FUSE, LINK PRIMARY, 80.0 AMP, TYPE: T (ITEM 3.3.206)

207 50 EA FUSE, LINK PRIMARY, 100.0 AMP, TYPE: T (ITEM 3.3.207)

208 50 EA FUSE, LINK PRIMARY, 100.0 AMP, TYPE: T (ITEM 3.3.208)

209 50 EA FUSE, LINK PRIMARY, 60.0 AMP, TYPE: H (ITEM 3.3.209)

210 50 EA FUSE, LINK PRIMARY 30.0 AMP, TYPE: K (ITEM 3.3.210)

211 50 EA FUSE, LINK PRIMARY 40.0 AMP, TYPE: K (ITEM 3.3.211)

212 50 EA FUSE, 15 AMP, TYPE FRN (ITEM 3.3.212)

213 50 EA FUSE REDUCER, 60/15 FRN (ITEM 3.3.213)

214 50 EA FUSE CARTRIDGE LINK 8 AMP FOR BAY O NET (ITEM 3.3.214)

215 50 EA FUSE CARTRIDGE LINK 15 AMP FOR BAY O NET (ITEM 3.3.215)

216 50 EA FUSE CARTRIDGE LINK 25 AMP FOR BAY O NET (ITEM 3.3.216)

217 50 EA FUSE CARTRIDGE LINK 40 AMP FOR BAY O NET (ITEM 3.3.217)

218 50 EA FUSE CARTRIDGE LINK 65 AMP FOR BAY O NET (ITEM 3.3.218)

219 50 EA

FUSE CARTRIDGE LINK 100 AMP FOR BAY O NET (ITEM 3.3.219)

220 20 EA

ADAPTER, TAPE SHIELD ADAPTER , 600 AMP ELBOWS 350, 15 KV CABLE (ITEM 3.3.220)

COST PROPOSAL FOR POLE LINE HARDWARE

5Q

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

221 50 EA BRACKET, MOUNTING BRACKET #MB-5 (ITEM 3.3.221)

222 50 EA BRACKET, MOUNTING BRACKET #MB-3 (ITEM 3.3.222)

223 20 EA BRACKET, MOUNTING BRACKET MB-6 (ITEM 3.3.223)

224 50 EA

CAP, PROTECTIVE CAP FOR 200A ELBOWS #2/0 15KV TRIPLEX (ITEM 3.3.224)

225 50 EA CAP, DEAD END FOR 600A 15KV (ITEM 3.3.225)

226 50 EA PLUG, ELBOW TAP 600/200A 15KV LOADBREAK (ITEM 3.3.226)

227 50 EA PLUG, CONNECTING, 1/0-1000MCM 600A, 15KV (ITEM 3.3.227)

228 10 EA

ELBOW, 15KV, 200 AMP NON-LOADBREAK FOR #1 COPPER (ITEM 3.3.228)

229 20 EA

ELBOW, 15KV, 200 AMP, NON-LOADBREAK FOR 2/0 COPPER (ITEM 3.3.229)

230 50 EA

ELBOW, 15KV, 200 AMP, LOADBREAK FOR 2/0 STR COPPER (ITEM 3.3.230)

231 25 EA

ELBOW, TERMINATOR, 15KV 600A NON-LOADBREAK KIT W/STUD (ITEM 3.3.231)

232 25 EA ELBOW, 15KV, 600A, 500 MCM DEADBREAK (ITEM 3.3.232)

233 25 EA ELBOW, 15KV, 750 MCM W/TEST POINT (ITEM 3.3.232)

234 25 EA EXTENSION, BUSHING, 15KV, 600A (ITEM 3.3.234)

235 100 EA

GROUNDING DEVICE SHIELD ADAPTER KIT FOR #1-2/0 CABLE (ITEM 3.3.235)

COST PROPOSAL FOR POLE LINE HARDWARE

5R

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE

(INFIGURES) UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

236 100 EA

GROUNDING DEVICE SHIELD ADAPTER KIT FOR 350-750 MCM (ITEM 3.3.26)

237 300 EA

GUARD, PLASTIC LEADER- CABLE SHEATH PROTECTOR (ITEM 3.3.237)

238 5 EA INSERT, FEED THRU BUSHING INSERT (ITEM 3.3.238)

239 75 EA

INSERT, LOADBREAK BUSHING PLUG, 15KV, 200 AMP (ITEM 3.3.239)

240 10 EA

JUNCTION, LOADBREAK JUNCTION, 200A, 15KV CLASS (ITEM 3.3.20)

241 10 EA

JUNCTION, THREE POINT LOADBREAK, 15KV, 200 AMP (ITEM 3.3.241)

242 500 EA

KIT, IN-LINE FUSED, #4/6 COPPER, 600 VOLT, 30 AMP (ITEM 3.3.242)

243 25 EA KIT, SPLICE KIT MOLDED RUBBER 2/0 15KV (ITEM 3.3.243)

244 25 EA

KIT, STREETLIGHT Y-TAP FOR CU AND AL CONDUCTORS (ITEM 3.3.245

245 25 RA MOUNT, THREE PHASE TERMINATOR-ARRESTER (ITEM 3.3.245)

246 25 EA

SPLICE, COLD SHRINK SPLICE FOR 15KV, 220 MIL CABLE 350-750 (ITEM 3.3.246)

247 50 EA

SPLICE, COLD SHRINK , 350-750MCM AWG, 15 KV 220 MIL (ITEM 3.3.247)

248 25 EA

SPLICE #1-2/0, COLD SHRINK FOR 15 KV 220 MIL CABLE (ITEM 3.3.248)

COST PROPOSAL FOR POLE LINE HARDWARE

5S

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN

FIGURES) UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

249 25 EA

SPLICE CABLE FOR 1000MCM 15KV 220 MIL TAPE SHIELD CABLE (ITEM 3.3.249)

250 15 EA

TERMINATOR, 2-1/0, TERMINATION KIT, 15KV, 133%, 1/C, 110KV BIL (ITEM 3.250)

251 20 EA

TERMINATOR, 2/0-350MCM TERMINATION KIT, 15KV, 133% (ITEM 3.3.251)

252 20 EA

TERMINATOR, 500-750MCM, TERMINATION KIT, 15KV, 133% (ITEM 3.3.252)

253 20 EA

TERMINATION KIT, SILICONE RUBBER FOR PILC 15KV (ITEM 3.3.253)

254 10 BX

PAD, SEALING-SMALL (3-1/4” X 4-1/2 X 0.125”) 10 PADS PER BOX (ITEM 3.3.254)

255 10 EA

RESIN, ELECTRICAL INSULATING INSULATOR AND SEALER (ITEM 3.3.255)

256 200 RL

TAPE, CODING, RED, VINYL PLASTIC (1/2” X 20’ PER ROLL) (ITEM 3.3.256)

257 200 RL

TAPE, CODING, WHITE, VINYL PLASTIC (1/2” X 20’ PER ROLL) (ITEM 3.3.257)

258 200 RL

TAPE, CODING, BLUE, VINYL PLASTIC (1/2” X 20’ PER ROLL) ITEM 3.3.258)

259 20 RL

TAPE, ELECTRICAL SHIELDING (1” X 100’ X .016”) OPEN WEAVE (ITEM 3.3.259)

260 20 RL

TAPE, ELEC GROUNDING BRAID (1/2” X 15’ X 3/32”) (ITEM 3.3.260)

COST PROPOSAL FOR POLE LINE HARDWARE

5T

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN FIGURES)

UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

261 2500 RL

TAPE, ELECTRICAL INSULATING, VINYL PLASTIC (3/4” X 66’ X 0.007”) (ITEM 3.3.261)

262 1000 RL TAPE, SUPER EE, ½” X 44’ (ITEM 3.3.262)

263 750 RL

TAPE, ELECTRICAL INSULATING, SELF BONDING 30MIL. EPR BASED (ITEM 3.3.263)

264 200 RL

TAPE, ELECTRICAL INSULATING, SELF BONDING 30 MIL. EPR (ITEM 3.3.264)

265 500 RL

TAPE, ELECTRIC ARC AND FIRE-PROOFING (3” X 20’ X 0.055”) (ITEM 3.3.265)

266 100 RL

TAPE, FRICTION, SLIPKNOT (3/4” X 60’) 19MM X 18.3M, CELLO PAK (ITEM 3.3.266)

267 50 RL

TAPE, ELECTRICAL, SILICONE RUBBER, SELF-FUSING (ITEM 3.3.267)

268 150 RL

TAPE, CAUTION BURIED ELECTRIC LINE BELOW, TOUGH POLY (ITEM 3.3.268)

269 500 EA

KIT, CABLE PREPARATION, INCLUDING CLEANING MATERIAL (ITEM 3.3.269)

270 25 EA

KIT, SPLIT SLEEVE REPAIR 1-1/2” PVC SCH 40 10’ ELECT CONDUIT (ITEM 3.3.270)

271 25 EA

KIT, SPLIT SLEEVE REPAIR 2” PVC SCH 40 10’ ELECT CONDUIT (ITEM 3.3.271)

272 25 EA

KIT, SPLIT SLEEVE REPAIR 4” PVC SCH 40 10’ ELECT CONDUIT (ITEM 3.3.272)

COST PROPOSAL FOR POLE LINE HARDWARE

5U

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN

FIGURES) UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

273 25 EA

KIT, SPLIT SLEEVE REPAIR 5” PVC SCH 40 10’ ELECT CONDUIT (ITEM 3.3.273)

274 75 EA

LUBRICANT, CABLE PULLING, 5 GALLON PAIL = 1 EACH (ITEM 3.3.274)

275 50 QT

CEMENT, PVC CEMENT GREY FOR GRADES UP TO 6” DIAMETER (ITEM 3.3.275)

276 25 EA COUPLING, 1-1/2” COUPLING, PVC SCH 40 (ITEM 3.3.276)

277 100 EA COUPLING, 2” COUPLING, PVC SCH 40 (ITEM 3.3.277)

278 25 EA COUPLING, 2” REPAIR SLEEVE PVC SCH 40 (ITEM 3.3.278)

279 25 EA COUPLING, 4” COUPLING, PVC SCH 40 (ITEM 3.3.279)

280 25 EA

COUPLING, 4” – 5 DEGREE ANGLE COUPLING, B X B, PVC SCH 40 (ITEM 3.3.280)

281 75 EA COUPLING, 5” COUPLING, PVC SCH 40 (ITEM 3.3.281)

282 50 EA

COUPLING, 5” – 5 DEGREE ANGLE COUPLING, B X S, PVC SCH 40 (ITEM 3.3.282)

283 20 FT

DUCT, PVC SCH 40, ½” X 10’ W/COLLAR, UL LISTED (ITEM 3.3.283)

284 2000 FT

DUCT, PVC SCH 40, 1” X 10” W/COLLAR, UL LISTED (ITEM 3.3.284)

285 2000 FT DUCT, PVC SCH 40, 1-1/2” X 10’ W/COLLAR, UL LISTED (ITEM 3.3.285)

286 7000 FT

DUCT, PVC SCH 40, 2” X 10’ W/COLLAR O.D. 2.375” (ITEM 3.3.286)

COST PROPOSAL FOR POLE LINE HARDWARE

5V

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE (IN

FIGURES) UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

287 1000 FT DUCT, PVC SCH 40, 4” X 10’, O.D. 4.50”, I.D. 4.026 (ITEM 3.3.287)

288 7000 FT

DUCT, PVC SCH 40, 5” X 10’ W/COLLAR, O.D. 5.563”, I.D. 5.047” (ITEM 3.3.288)

289 1000 FT DUCT, 2”x10”, SCHEDULE 80 PVC, WITH COLLAR (ITEM 3.3.289)

290 25 EA ELBOW, PVC SCH 40, 90 DGR X 1 -1/2” DIA (ITEM 3.3.290)

291 25 EA

ELBOW, PVC SCHEDULE 40, 45 DGR x 2” DIA, STANDARD RADIUS (ITEM 3.3.291)

292 50 EA

ELBOW, PVC SCH 40, 90 DGR X 2” DIA., 18” RADIUS (ITEM 3.3.292)

293 25 EA

ELBOW, PVC SCH 40, 90 DGR X 2” DIA, STD RADIUS (ITEM 3.3.293)

294 25 EA

ELBOW, PVC SCH 40, 45 DGR X 4” DIA, STANDARD 16” RADIUS (ITEM 3.3.294)

295 25 EA

ELBOW, PVC SCH 40, 90 DEGR X 4” DIA, 16” RADIUS (ITEM 3.3.295)

296 25 EA

ELBOW, PVC SCH 40, 45 DGR X 5” DIA, STANDARD 24” RADIUS (ITEM 3.3.296)

297 25 EA

ELBOW, PVC SCH 40, 90 DGR X 5” DIA, 24” RADIUS (ITEM 3.3.297)

298 25 EA

ELBOW, PVC SCH 40, 90 DGR X 5” DIA., 36” RADIUS (ITEM 3.3.298)

299 150 EA

RISER, POLE RISER 2 INCH U-GUARD FLANGED, 10’ SECTION (ITEM 3.3.299)

COST PROPOSAL FOR POLE LINE HARDWARE

5W

ITEM NO.

EST. QTY UNIT DESCRIPTION

UNIT PRICE

(INFIGURES) UNIT PRICE (IN WORDS)

MANUFACTURER

NAME AND NUMBER

300 300 EA

RISER, POLE RISER, 4 INCH U-GUARD, FLANGED, 10’ SECTION (ITEM 3.3.300)

301 300 EA

RISER, POLE RISER, 5 INCH, U-GUARD, FLANGED, 10’ SECTION (ITEM 3.3.301)

302 600 EA SPACER, PVC SCH 40, 5” BASE (ITEM 3.3.302)

303 600 EA PVC SCH 40, 5” INTERMEDIATE (ITEM 3.3.303)

304 25 EA

PULL BOX, SPLICE, HIGH DENSITY POLY, BOLT STYLE LOCKING LID (ITEM 3.3.304)

305 10 EA PULL BOX, SPLICE, TAPERED CYLINDER, 18” DEEP (ITEM 3.3.305)

306 10 EA PULL BOX, MEDIUM DUTY PULL BOX, 13” X 24” (ITEM 3.3.306)

307 50 EA

HOOK, CABLE RACK (FEET) – 10-1/8” LENGTH, STEEL, GALV. (ITEM 3.3.307)

308 10 EA

LID, CDR SPLICEBOX LID ONLY TO FIT BOX PA10-1324-18 (ITEM 3.3.308)

309 50 EA LID, FIBERGLASS LID ONLY FOR NORDIC P-65 BOX (ITEM 3.3.309)

310 50 EA LID FOR PENCELL PE20U BOX (ITEM 3.3.310)

311 50 EA

RACK, CABLE – 30” LENGTH, 28-1/2” MOUNTING SPACING (ITEM 3.3.311)

312 50 EA

CAP, SHORTING CAP, 3-PRONG, TWIST-LOCK, UV-RESISTANT (ITEM 3.3.312)

313 50 EA

WILDLIFE PROTECTOR FOR ELECTRICAL TRANSFORMERS (ITEM 3.3.313)

-6-

PROPOSAL

To the Finance & Management Director of the City of Columbus, Ohio: We (I) propose to furnish the following article(s) and/or service(s) at the price(s) and terms stated subject to all instructions, conditions, specifications and all attachments hereto. We (I) have read all attachments including the specifications and fully understand what is required. Delivery: ______________________________________ - calendar day(s) after receipt of order. Terms: ________________________________________________________________________________ Company Name or Bidder's Name: ________________________________________________________________________________ Business Address of Bidder: ________________________________________________________________________________ REQUIRED Company Employee Information:

Total number of company employees = ____________ Total number of company employees working in Columbus = ___________________

Additional number of employees that will be working in Columbus in the event this contract is awarded to your company = _____________________________________

The full name and residence of all persons and parties interested in the foregoing bid are: (If a corporation, give the name and address of the president and secretary; if firm or partnership, the names and address of the Members or partners.)

Name Address

Authorized Signature X ________________________________ Title: ________________________________ (SIGNATURE MUST IN WRITING IN OTHER THAN BLACK INK) (TITLE MUST BE GIVEN) REVISED 10-5-05

7

SIGNATURE AFFIDAVIT

(Must be completed when the individual signing the contract is NOT an officer or Member of the Company.) STATE OF: COUNTY OF: , being duly sworn, deposes and says that he/she is of , a Corporation, LLC, or LLP organized and existing under (Title) (Company Name) and by virtue of the laws of the State of , and having its principal office at

City, State, Zip Code Affiant further says that he/she is familiar with the records, minute books and by-laws of (Company Name) Affiant further says that _____________________________is (Name of Person Signing Contract) (Title) Of the Company and is duly authorized to sign the Contract for : For said Company by virtue of (State whether the provision of by-laws or a resolution of the Board of Directors. If resolution, give date of adoption.) Signature of Affiant**

** AFFIANT MUST BE SOMEONE OTHER THAN THE INDIVIDUAL SIGNING THE CONTRACT.**

Sworn to before me and subscribed in my presence this day of 20 Notary Public

My Commission Expires: