Sei sulla pagina 1di 256

1

STATE OF KUWAIT

MINISTRY OF ELECTRICITY & WATER

SUPPLY & INSTALLATION OF


400 kV O/H TRANSMISSION LINES OUTGOING FROM SUBIYA
POWER STATION AND AL ZOUR “Z” SUBSTATION

THE LOCAL PORTION OF THE PROJECT

According to Ministry of Commerce & Industry Decree No.6 for 1987 and the various
directives by the Cabinet, contractors should maximize their purchases from the local market
of specified materials. Additionally, they should sub-contract to local sub-contractors works
that the sub-contractors are capable of undertaking.

Tenderers attention is invited to the importance placed by the CTC on maximizing the local
share in the subject tender, which may be one of the main criteria used for the evaluation of
the respective bids.

In order to assess and hence determine the local portion envisaged to be let to local suppliers
and subcontractors, the tenderer is requested to fill in the respective schedules A-A, B-B, C-
C, D - D and their summaries. Failure to do so would lay grounds for disqualifying the offer.

Tenderer should attach quotations for such activities and indicate his mark-up.

However, tenderers should note the following:

1 - The prices to be filled in the schedules pertaining to this subject shall be for Schedule (A -
A) the Ex-Factory price, and for schedule (B - B) shall be the price of the
material/equipment of the Seller's premises.

2 - The prices filled in Schedule (D) of spare parts and Schedule (J - A) for each sub-item may
be purely foreign or purely local or a combination of both and the total of these schedules
will appear in the summery of prices.
2

PART III
GENERAL SPECIFICATIONS

3. Extent of Contract:
This specification covers design, manufacture, testing at factory, packing and delivery
C I F Kuwait, clearing charges, customs and import duties, and transport to stores and
to site of all necessary materials, complete erection, testing at site and setting to work
of the 400/420kV, 275/300kV, 132/145kV, 33/36kV & 11/12kV transmission lines
circuits described hereunder in this specification and as detailed in part X - Details of
required Overhead Transmission Lines Circuits. The specification also covers detailed
precise survey and soil testing and as detailed below:
The overhead transmission lines generally follow the routes indicated on the attached
drawing. The tower locations wherever shown on the drawings are only provisional.
The final locations of towers will be decided after precision survey and as agreed by
the purchaser. No extra price will be allowed for any changes in the tower locations
except for any increase in tender quantities. The overhead transmission lines shall be
of lattice steel towers construction complete with phase and earth conductors,
insulators, fittings, warning spheres, foundations, tower foot earthing devices,
auxiliary cross-arms, gantries, platforms, height gauges and warning signs at road-
crossings, slack spans between terminal towers and substation gantries, including
tension insulators at the take-off gantries, surge diverters, off-loading isolators, cable
end bushings, ..etc. and all other accessories and work necessary to complete in every
respect for the satisfactory commissioning of the lines. Also all the necessary
droppers, jumpers, connections and connectors and earthing of all supporting
structures and surge arrestors are deemed to be included in the contract price.

All fittings and accessories or apparatus which may not have been specifically
mentioned but which are usual and necessary for the completeness and effective
working of the transmission lines and the equipment shall be deemed to have been
included in the contract and shall be provided by the contractor without any extra
charges. All plant and equipment shall be complete in all details whether such details
are mentioned in the specifications or not.
The tenderer price shall cover detailed precision ground survey of the various routes
and the preparation of profile drawings to suitable and working scales, which shall be
subject to the Purchaser's approval. The tender price shall also cover all drawings,
3

instruction manuals, ...etc. as detailed in Schedule 'A' and any other drawings that are
deemed necessary and all design work, soil testing ,.....etc.

3.1 Details of Proposed and Existing 400, 300, 132, 33 & 11 kV System:
The contract equipment shall be suitable in all respects for operation in
conjunction with the Purchaser's existing system, which is as follows:
Supply : 3 phase 50 Hz.

System Highest Voltage: 420 kV for 400 KV. System for 400 kV
300 kV for 275 KV. System for 275 kV
145 kV for 132 kV. System
36 kV for 33 kV. System
12 kV for 11 kV. System

Insulation level : 1425 kV for 400 kV. System (BSS: 137 level 5)
1050 kV for 300 kV. System (BSS: 137 level 4)
650 kV for 132 kV. System (BSS: 137 level 3)
200 kV for 33 kV. System (BSS: 137 level 3)
95 kV for 11 kV. System (BSS: 137 level 3)

Neutral Earthing : Solidly earthed for 400kV, 300 kV and 132 kV


Systems.

Earthed through 39 Ohms and 24 Ohms resistance for


33 kV systems, for 45 MVA and 75 MVA transformers
respectively. For 11 kV system through 10.5 Ohms and
8 Ohms resistance for 30 MVA & 20/15 MVA
respectively.

Short circuit : 63 kA for 400 kV systems


63 kA for 300 kV system
Fault level 40 kA for 132 kV system
17.5 kA for 33 kV system
26.8 kA for 11 kV system
Line Phase conductor : ACSR conductor 400 sq.mm or GZTACSR conductor
equivalent to double current rating of ACSR Zebra
(54/3.18 mm aluminum and 7/3.18 mm steel)
ACSR conductor 200 sq.mm
(30/3.0 mm aluminum and 7/3.0 mm steel)
4

ACSR conductor 175 sq.mm


(30/2.79 mm aluminum and 7/2.79 mm steel)
ACSR conductor 150 sq.mm
(30/2.59 mm aluminum and 7/2.59 mm steel)

Earth conductors: One 19/2.36 mm grade 1150 to BSS: 183 or equivalent


Heavily galvanized steel conductors and one OPGW

Normal span : 400 meter for 400kV and 300 kV system


300 meter for 132 kV system
180 meter for 33 kV system
100 meter for 11 kV. System
Minimum clearance to: 9 meter for 400 kV lines
ground 8 meter for 300 & 132 kV lines
7 meter for33 kV & 11 kV lines

Maximum wind pressure


with factor of safety : as stated in schedules

Minimum vertical spacing: 11 meter for 400 kV lines


between conductors 8.4 meter for 300 kV lines
of different phases 4.0 meter for 132 kV lines
2.2 meter for 33 kV lines
1.2 meter for 11kV lines
Minimum horizontal spacing: 19-20 meter for 400kV lines
between conductors 17-18 meter for 300kV lines
of different phases 7 meter for 132 kV lines
3.2 meter for 33 kV lines
2.5 meter for 11 kV lines
Maximum tower : 15 Ohms for 400kV, 300 kV & 132 kV lines
footing resistance 7 Ohms for 33 kV & 11 kV lines

Insulators : Long rod aerodynamic with anti-fog porcelain type with ball
and socket fitting and of a minimum surface leakage distance
as described below:-

N.B: The above spacing shall be as correct as possible to achieve the adequate
clearance diagram as agreed by MEW engineer.
5

Insulators:
In order to reduce the risk of pollution flashover problems, parts of the 400 kV, 300
kV overhead line and the 132 kV overhead lines which are in close proximity to the
sea will have insulators of increased surface creepage length which will be designated
type B insulators.
The other parts of the lines will be equipped with insulators designated type A.
Details of which are as follows:

Type A: Long rod aerodynamic profile anti-fog porcelain type with ball and socket fitting and
of a minimum surface leakage distance of 15330, 10900 mm per assembly set for
400kV and 300 kV lines respectively, 5450 mm for 150 kV lines, 4818 mm for 132
kV lines and 1300 mm for 33 kV lines.

Type B: Long rod aerodynamic profile anti-fog porcelain type and with ball and socket fitting
and of a minimum surface leakage distance of 21,000 mm and 15000 mm per
assembly set for 400 kV and 300 kV lines respectively , 6600 mm for 132 kV lines.

3.2 Site Conditions:


The routes of the lines are as marked on the attached drawings. The terrain in many
cases is reasonably flat. Tenderers are advised to acquaint themselves with the nature
of the terrain, accessibility of the routes, approach roads, transport facilities, ...etc. as
no claims for extras on account of these obstacles will be entertained.
The soil consists mainly of sand and gatch at varying depths. Soil conditions along the
routes and up to 5 meters depth vary between rock, gatch, soft clay and dry or wet
sand.

The bulk density of soil is generally 1700 Kgs/m3 and its angle of repose is 30°.
Tenderers are advised to acquaint themselves with the nature of soil along the various
routes of the lines since their tender rates shall cover soil or ground of any nature
including provision of any shuttering and water pumping or dewatering system
wherever necessary. In some cases it may be found necessary to excavate one pit for
the four legs of the tower. No extra cost on the account of the above will be
entertained.

Climatic conditions are rigorous in Kuwait and during the summer the ambient shade
temperature rises to 56°C and the sun radiation temperature to 85°C as measured by a
black bulb thermometer. In winter the lowest temperature recorded was -6°C (winter
night) but ice formation need not to be considered. Periods of high humidity of 100 %
has been recorded at 30°C. Periods of high humidity are common and which
sometimes are accompanied by fog formation.
6

Violent sand and dust storms occur and even on comparatively still day’s fine dust is
carried in suspension in the atmosphere. The highest recorded wind velocity was 120
kilometers per hour.

Dust deposit can be highly corrosive on humid days and along the route, winds from
the sea are often salt laden since part of the lines will run near to the sea. Besides, the
lines pass through industrial areas where atmospheric pollution's are heavy. This
should be taken into consideration throughout the design of the transmission line,
particularly insulators, joints, clamps and fittings.

The equipment to be supplied under this specification must give continuous and
trouble-free service under the arduous conditions mentioned above. Provision shall be
made to facilitate inspection, maintenance and repair, continuity of supply being the
first consideration.

3.3 Date of Completion, Progress Reports of Delays:

Each Tenderer shall fill in the schedule giving his best dates of delivery F.O.B and
times of completion and erection of the various items of the work.

The contractor shall supply, completely erect, test and commission and handover
ready for commercial load each item of the contract works as detailed in Part X -
(Details of Required Overhead Transmission Line Circuits)

The successful tenderer shall submit monthly progress reports during manufacture and
weekly progress reports for erection of all works including surveys, soil tests ...etc.
covered by this contract with reasons for any delays or deviations from the set
programme.

If at any time during erection it appears to the Purchaser that the contractor will be
unable to complete any section of the contract works in the time stipulated then the
contractor shall, if asked by the Purchaser, put in extra hours of work outside normal
working hours (holidays included) and shall not make any claim for any extra
expenses incurred.

3.4 Material and Workmanship:

The materials of all parts used for this contract shall be the best of their kind and
most suitable for working under the weather and site conditions set out in this
specification, thus withstanding the variation of temperatures and other prevailing
conditions without distortion or deterioration of any part of the work.
7

The workmanship of all parts shall be of the highest quality and defective parts shall
not be welded, plugged or filled without the written permission of the Engineer.
Metal work shall be adequately protected against corrosion and oxidation bearing in
mind the site conditions mentioned. Used second hand materials shall not be
allowed.

Before leaving the manufacturer's work, all materials and fittings shall be marked
prior to galvanizing with distinguishing letters and numbers corresponding to
drawings. All such markings shall be clearly legible after galvanizing.
Corresponding parts shall be made to gauge and shall be inter-changeable wherever
possible throughout the contract works and the contractor shall prove inter-
changeability as and when required by Engineer.

The manufacturers and places of manufacture, testing and inspection of the various
materials and equipment of the contract works shall be as stated in schedule "E" and
none of these shall be changed without a valid reason acceptable to the purchaser
and then only with the written approval of the later.

3.5 Design and Standard Specification.


U

The contract works shall be designed to facilitate easy and proper erection and
maintenance. The design of all equipment will be to ensure satisfactory operation
under site conditions as explained. Variations of load and voltage that may be met
under working conditions shall not impede such satisfactory operation. Continuity of
supply is of primary importance.
Risk of damage to or deterioration of any part of the transmission lines due to
vibration should be kept to the minimum and this fact as well as the taking of all
reasonable precautions for the safety of all personnel who will be concerned with
operation and maintenance of the line should be ensured by the design.

Attention of all tenderers is hereby drawing to the following:


A.) All material and equipment shall comply with as a minimum
i.) With the latest relevant recommendations of the international
Electro technical Commission (IEC) if available.
ii.) If (a) is not available with the latest relevant British Standard
Specifications (BSS).
The applied to quality of material and testing ...etc. If standards as mentioned
above contradict with these tender specifications, then the requirements of
these specifications shall apply.
8

B.) Tenderers who wish to base their offers on standards other than those
mentioned under (A) above can do so provided that they confirm in their offers
that such standard meet the requirements under (A) as a minimum and in due
time the successful tenderer will be asked to prove this and, if needed to
verified by the inspector appointed by the purchaser.

C.) What is mentioned under (A) and (B) above applies to wherever BSS is
mentioned in the different clauses of this tender specification.

3.6 Erection Tools:


U

The contractor shall supply all erection tools, lifting tackle, jigs, haulage and transport
required for the installation of the equipment. The contractor shall also supply all
testing gear for testing and commissioning the works and as detailed in Part “X”
Suitable approved dynamometers and all apparatus necessary for the proper checking
of the works shall also be supplied by the contractor. An itemized list of equipment to
be supplied shall be entered in the schedules attached to these specifications.

The contractor may at the completion of the works, offer for sale to the Purchaser any
construction tools and equipment. An itemized list of prices for the above tools shall
be submitted and these shall form the basis of price negotiations at the completion of
the works. The Purchaser reserves the right to purchase some, all or none of these
tools.

3.7 Contractor’s Project Design and Erection Personnel:


U

The tenderer shall quote the estimated time required for complete erection of each
item of the overhead lines and the details (numbers and grades) of personnel to be
employed. Full details shall be given in Schedule "H" of the number and costs per
month of personnel. These costs shall include accommodation, messing, salaries
allowances, local transport ...etc.
The project site engineer, electrical and civil supervising engineers, surveyors,
electrical and civil foreman, tower erectors and linemen shall be employees of the
main contractor and none of these staff shall be local recruited. The main contractor
shall be reputable foreign design and erection organization who shall be undertaken
the complete design, supply and erection of the contract work. Erection work (except
civil works - see clause 3.10) should not be sub-contracted. Only linemen, drivers and
laborers can be hired locally. However, if the erection work is to be contracted then
the subcontractor of the same shall be subject to MEW approval.
9

In addition to the above, the main contractor shall allocate to this project, from his
own employees, qualified design electrical and civil engineers. Qualification of the
design Engineer together with his past experience shall be attached with the offer and
subject to MEW approval.
All the above staff should have had through experience of this type of work in the
employment of the main contractor for at least five years as a minimum.
In addition to the above where a civil sub-contractor is employed, the later shall also
provide one qualified Civil Engineer and two Civil Work foremen for the above
project. However, all stubs-setting and concreting shall be carried out under direct
supervision of the main contractor's staff.

A.) The contractor shall maintain in Kuwait for the execution of the contract works as
minimum number of staff as stated below.

a.) One qualified project site engineer to be in-charge of the whole project. He
shall be available in Kuwait within one month from the date of signing the
contract and shall remain in Kuwait throughout the contract period.

b.) One qualified supervising electrical engineer or more (as directed by MEW
engineer) to be stationed in Kuwait from the time of starting erection work
until the commissioning of the last item of the contract work. Two qualified
supervising Civil Engineers (one civil Engineer of the main contractor and the
other of the civil subcontractor) to be stationed in Kuwait prior to any
foundation work starts until erection and stringing works of all contract works
are completed.

c.) Two qualified surveyor or more (as directed by MEW engineer) to be stationed
in Kuwait from the time of start of precision survey and until erection and
stringing of all contract items are completed.

d.) Two electrical foremen or more (as directed by MEW engineer) are to be
available in Kuwait before conductor stringing starts and shall remain in
Kuwait throughout the contract period.

e.) Two civil foreman of the main contractor and two civil foremen of the Civil
Sub-contractor shall also be stationed in Kuwait before any foundation work
starts and until erection and stringing works of all contract works are
completed.

f.) Sixty qualified tower erectors or more and 30 (Thirty) linemen or more shall
be stationed in Kuwait from the time of starting foundation works until the
10

commissioning of the last item of the contract works. In addition, suitable


number of linemen should remain in Kuwait until final taking over (after the
guarantee and maintenance period is over).

g.) Three crews at least for stringing work for each site for GZTACSR conductor,
such crews shall be increased to a suitable number to complete the project
within the specified completion dates.

B.) The contractor shall also allocate for this project, one qualified electrical design
engineer and one civil design engineer to be stationed in Kuwait within one month
from the date of signing the contract and until all design drawings of the contract
works are finally approved.

It is to be noted that none of the above staff mentioned under (A) and (B) above shall
be changed or leave the works without the written approval of MEW, if any of them
(i.e. site project Engineer supervising civil or electrical engineer, design Engineer and
surveyor) leave the work without a written approval from MEW, then an amount of
money shall be deducted from the contractor’s amount or properties for the absence of
each working day or thereof.. The rate of deduction will be applied at similar rates
mentioned for the contractors Project personnel given in schedule "H”. For the tower
erectors, linemen and erection foremen the amount to be deducted will the KD 20/-
per working day or part thereof.

The Ministry has the right to ask the successful tenderer to change any or all the above
Engineers and / or foremen during the contract period without giving any reason.
Accordingly the contractor shall provide another Engineer and / or foremen which will
be subject to MEW acceptance as no claim for this is to be considered.

The contractor is requested to increase the above mentioned staff if found necessary
and as directed by MEW Engineer so as to complete this project in time and to meet
the completion date mentioned in this specification and the contractor is not entitled to
ask for any claim due to this.

The contractor’s rates include the cost of all staff, skilled or unskilled workers and
laborers, whether foreign or local, who will be employed on the contract works.

3.8 Inspection and Testing:


The contractor shall arrange for all necessary and adequate tests, as well as adequate
inspection, to check that all the materials and equipment to be supplied for the
contract strictly complies with the specifications and are of the highest quality and
suitable in all respects for the contract works. No material shall be shipped until
11

inspection at the contractors plant has been made according to the approved
fabrication drawings. Two copies of certified reports showing the results of all the
tests required by this specification and applicable reference specifications should be
submitted.
The equipment covered by this specification will be subject to inspection during
manufacturing and testing. The inspection will be carried out by an Inspector
appointed by the Purchaser and the Contractor shall provide all the necessary facilities
for the Inspector who may carry out or witness any tests that he deems to be necessary.
Only the Inspector's charges will be paid by the Purchaser. But all the equipment
necessary for the tests shall be supplied by the contractor and costs resulting there
from shall be included in the contract price. The contractor shall carry out all tests
specified in the latest relevant British Standard or IEC Specifications and in the
presence of the Purchaser and/or the Inspector.
N.B.: If the above staff in sufficient to complete the work in time, then the contractor is
requested to add more staff in order to complete the work in time.
The contractor shall give due notice of not less than fourteen (14) days to the Inspector
as to when and where the different parts of the equipment will be ready for the
different tests involved. The test results and releasing test certificate signed by the
appointed inspector shall be issued to the purchaser within one week from the date of
carrying out the tests.
No inspection passing by the Purchaser and/or his Inspector or works, plant or
material, whether carried out or supplied by the contractor or a sub-supplier shall
relieve the contractor from his liability to complete the contract works in accordance
with the contract or exonerate him from any of his guarantees.

N.B. If any materials failed during the test as per the test report of the purchaser
appointed inspector, then such material shall be re-tested. Repeating the test
for the same material for any reason whatsoever (i.e. due to failure during test,
material damage for any reason etc.), will be on the contractor's account and to
be deducted from the contract price and to be paid for the appointed inspector
of the purchaser.
N.B: The successful tenderer shall submit type test certificates for all major materials
such as (Towers, Conductors, Insulators, ---etc), previous test of the same material
can be considered only if such type test was carried out within not more than five
years from the date of signing the contract. Such test will be subjected to the
acceptance of MEW engineers and the contractor is not entitled to claim for MEW if
such test is not acceptable for MEW.
12

3.9 Sub-suppliers:

The Tenderer shall fill in Schedule “B “the name of equipment sub-suppliers and
details of equipment to be supplied and these shall be subject to the approval of the
Purchaser. No suppliers shall be changed without the written approval of the
Purchaser and without a valid reason acceptable to the purchaser.
When filling in Schedule “B "tenderers shall note that equipment sub-suppliers will be
from the manufacturers approved by the Ministry of Electricity & Water of Kuwait
and in accordance with the names given in their offer for pre-qualification. Further,
the insulators, insulator fittings, and line fittings shall be supplied by the insulators
manufacturers who shall ensure and guarantee the compatibility of these fittings and
their insulators. Tenderers not complying with the above may be rejected.
All equipment sub-suppliers shall be responsible to the main contractor and hence
subject to the conditions of this specification. Three copies of all sub-orders shall be
forwarded to the Engineer at the time of placing sub-orders. Copies of L/C established
for this purpose.

3.10 Sub-Contractors:

Civil work subcontractor shall be registered in Kuwait's Central Tenders Committee


as civil contractor, Grade II (Two) minimum. Form C-I to C-III attached to these
specifications to be filled in by tenderer as well as civil sub-contractor and to be
submitted with the offer.

3.11 Drawings and Schedules:

It is essential that every offer be accompanied by comprehensive supporting


information and detailed dimensioned drawings, giving details of the equipment
offered to enable the purchaser to assess the merits of the offer. Full details of the
proposed scheme shall be submitted with each and every offer.
All attached schedules shall be completed in detail. Any offer not accompanied by
sufficient details or completed schedules will not be considered. Schedule "A" shows
the drawings to be submitted with each offer and the drawings to be submitted for
approval.

All drawings shall be to scale and fully detailed with all important dimensions shown.
All drawings and literature shall be in the English Language.
Profiles shall be produced as a result of precision ground surveys. The contractor may
be found necessary conduct further detailed surveys in the field and plot the land co-
ordinates marked for each tower all at no extra cost. Survey work should be of high
order of accuracy such that the vertical tolerance between levels forming the profile
13

and actual ground level shall not exceed 300 mm and horizontal distances measured to
an accuracy of less than 0.2 %.
The surveyors employed on the work should be qualified and well experienced on
similar works. The contract price shall include all these items of precision survey,
preparation of drawings, etc.
All profile drawings, preliminary and precision surveys of routes and other drawings
shall become the property of the Purchaser on completion of the works.

The profile drawings shall be subject to the following:


a.) All levels to be related to ordnance datum which shall be stated.
b.) Ground levels at 10 meters horizontal intervals from the beginning and to the
end of each profile sheet.
c.) Individual profile sheets shall not exceed a nominal 1000 mm in length.
d.) The profile sheets shall be drawn from left to right on the profile sheet to a
scale of:
1 : 5000 Horizontally
1 : 500 Vertically
The profile sheets shall be drawn on graph paper divided in millimeters.
e.) The profile shall show all changes of level of 300 mm or more along the route
centre line and along the off-set lines. All features such as hedges, fences,
ditches, roads, buildings, telephones, power and pipe lines and all services
etc… shall be shown.
The off-set lines shall be 15 meters either side of the centre line of the route.
All buildings or high obstructions within 60 meters of the centre line shall be
shown together with their level, height and distance right or left. The change
distance to each geographic feature, obstruction, crossways or sag on line will
be given.
f.) The following details shall be shown in the form of a detailed sketch for the
crossings of all other power lines:
Voltage and type of construction.
Ground levels at point of crossing and support structures of the lower line.
Height of conductors at point of crossing and at point of support.
Distance of crossing point to support structures of the line to be crossed and
along the route of the latter line.
Angle of crossing
Temperatures at time levels were taken.
Support structures, numbers of both upper and lower lines.
g.) Along the bottom of the profile sheet, a route map shall be drawn to the same
scale as the horizontal scale of the profile. The route map shall show all
14

relevant details, within a distance 60 m each side of the route centre line.
h.) The contractor shall submit for approval copies as specified of the profile
drawings upon which shall be indicated the proposed location and type of each
tower, location number, type of insulator, locations of spacers span, section
lengths (i.e. distances between tension towers) equivalent spans and sag
templates used.
i.) Also on the profile shall be plotted the sag curves of the lowest conductors at
the assumed maximum conductor temperature 85oC and the same for
minimum conductor temperature -6oC for checking the uplift on towers. Also
plotted on the same profile shall be shown, the ground clearances line for the
minimum statutory ground, clearance specified.

Before submitting profiles for approval, the contractor shall provide the
Purchaser with two complete sets of transparent sag templates in stout perplex
or similar material based on the range of equivalent spans required and for the
conductor types and scales to be used. The templates are to show the sag in
still air at maximum temperature, the ground clearance line, and a line
showing the sag in still air at minimum temperature. Each template is to be
clearly endorsed with the design loading conditions, particulars of conductors,
equivalent span and the scales which shall be appropriate to the scales of the
relevant profile drawings.

The contractor will be required to produce error curves for each of the
templates produced to show that the ranges of the templates offered is
adequate and produces no significant errors.

All profile drawings, tower schedules and route maps shall be submitted and
approved before construction work starts. Detailed drawings for approval shall
include all calculations in full and explicit details, all formulas used with
details and references. Full details of steel work, i.e., dimensions, weights,
type, and designation, etc., volume of concrete or foundations ...etc. shall be
submitted for approval.

All detailed drawings submitted for approval shall be of suitable scale and
shall be submitted before commencing manufacture of the works in sufficient
time to allow for modifications.
A period of at least one month shall be allowed for checking and approval of
any submittal and this shall in no way affect the initial delivery dates or
completion dates.
15

N.B. Soil test result shall be carried out after approval of the profile drawings.
The profile drawings to be submitted after approving sag span - tension charts
with their calculations. Further, design drawings for towers to be submitted
after approval of the insulators complete with their fittings.
3.12 Spares:

Tenderer shall submit a list of spare parts that he recommends (Schedule "C") these
shall be quoted for separately; giving details and prices of individual parts. Prices of
which shall not be included in the tender price given in summary of prices (Schedule J
- A).

All tenderers shall fill in the prices of the spare parts (individually) listed in the
schedule "D". Prices of which shall be included in the tender price given in
summary of prices (Schedule "J-A”)

The purchaser may order any part or parts of the spare parts and these must be shipped
with the first shipment of overhead lines equipment, and shall be delivered to the
purchaser's stores in Subhan as directed by the Engineer.

All spare parts must be strictly interchangeable with the corresponding parts supplied
under the main contract and shall be clearly marked to facilitate identification. Further
all spare parts shall be prepared for long storage and suitably packed and as detailed
below (clause 3.16).
The purchaser reserves the right to order any additional quantity of the spares offered,
at the same unit prices quoted in the offer, up to the date of the final taking-over
certificate. These additional spare parts shall be delivered within fourteen (14)
calendar months from the date of their order.

3.13 Responsibility of Contractor:

The contractor shall be entirely responsible for each section of the contract works until
such section has been taken over by the Purchaser. This shall not relieve the contractor
from the entire responsibility of the contracted works as a whole.
The contractor shall be solely responsible in all respects for the suitability of the
foundations as regards the purposes for which they are required.

The contractor shall also be solely responsible for verifying the suitability of his
design of foundations to the nature of the ground at each tower site. When the soil has
been excavated to the designed level to the approved contractor's design and the
16

nature of ground is found to require any modification in the design, this modification
has to be approved by the Purchaser and the redesign work shall be carried out by the
contractor at no extra cost.

The tenderers must, upon their own responsibility and at their own expenses, carefully
study before tendering the route, the nature of the soil in which the foundations are to
be laid, all other features on the site & the available means of transport and any other
local conditions. The contractor shall be solely responsible without extra charges for
dealing with all difficulties whatsoever which may be encountered in the execution of
the works, whether foreseen or not, including (but not by way of limitation) unsound
ground, excavation, transport, access.....etc.

The proposed towers locations may be modified by the Purchaser. The contractor may
also propose such modifications as in his opinion, may be necessary or expedient,
giving reasons for any changes which he proposes. Also the Purchaser may introduce
such modifications on the provisional detailed layout submitted by the contractor as
the Purchaser may think fit.
No modifications shall be introduced by the contractor without the prior approval of
the Purchaser.
Approval of any drawings by the Purchaser does not relieve the contractor of his
responsibility to design, supply and erect the contract works in accordance with the
specifications and to co-ordinate the contract works in such a manner that the entire
work is done to the complete satisfaction of the Purchaser.

3.14 Schedule of Quantities of Towers and Steel Structures:


The contractor shall submit schedules giving details of each tower and steel structure
component parts including manufacturing, erection mark, description, section, length,
size, weight and required quantities for each tower or steel structures and before
handing over any item of the contract works.

3.15 Surplus and Unused Materials:


Upon completion of the various overhead line works, the contractor shall hand-over
the surplus and unused materials to the Ministry stores with a schedule of towers and
steel structure parts (see clause 3.14 above) and all above shall be included in the
contract price.

3.16 Packing:
Tenderers are warned that equipment is liable to very rough handling enroute form the
manufacturer work to site in Kuwait. Thus it is essential that equipment is braced and
packed securely to reduce damage and deterioration.
17

All surplus and un-used materials and spares are to be handed over to the purchaser,
shall be prepared for long storage and suitably packed. The packing shall be subject to
the Purchaser's approval.
Each tower member shall be bundled, bound with strong steel wire and labeled to the
approval of the MEW Engineer as may be necessary.
The insulators shall be packed in robust wooden crates and properly labeled.
The conductors shall be wound on drums and properly labeled.
All the above shall be placed as directed by MEW Engineer and/or MEW store
keeper.

3.17 Main Roads Crossings and Scaffolding:


The contractor shall use a temporary bridge or scaffolding with required ground
clearance as may be required by the various authorities for permitting safe stringing
of the overhead line crossing these roads and other existing power lines and without
interruption of traffic, all at no extra cost. The tops of all scaffolds, temporary
bridges, etc. to be protected by wood or other suitable material to prevent abrasion
damage to the conductors.

3.18 Shutdown for Existing Overhead Lines:


a.) Work on existing (400, 300, 132 kV) overhead lines shall be restricted to low
load period. Thus NO shutdowns on any of the existing overhead lines are
allowed except during these periods which are from 15th October to 31st
December and from 15th February to 15th April. Also shut-down of the
existing 400 kV, 300 kV, 132 kV overhead lines will not be allowed on more
than one double circuit 400 kV, 300 kV or 132 kV overhead lines at any one
time. Furthermore, the shut-down of the next double circuits overhead lines
will not be allowed until the modifications work on the first double circuit
overhead line is completed and the line is re-energized.
b.) Shutdown for these power line crossings will be permitted only during the
period as shown under ‘a’ above.
c.) However, the shutdown arrangements as shown under 'a' and 'b' above shall be
subject to the agreement of MEW Engineer.
d.) The proposed lines will be crossing a number of existing overhead lines (as
shown on the attached drawing). The minimum clearance shall be as detailed
in 4.4.5.
e.) All the above shall be taken into account when preparing offers as no claims
whatsoever will be accepted on account of the above and shall not affect the
completion dates of any item given in this project.
18

3.19 Safety Precautions:

The contractor shall take all adequate and necessary safety precautions and comply
with all safety regulations from time to time in order to ensure maximum safety to the
works, all persons and anything within the site of the works. Notwithstanding the
approval of the Engineer, such approval shall in no way relieve the contractor of his
liability in law and/or under the terms of the contract. Contractor shall take all
reasonable precautions for the safety of all personnel equipment and material. All
safety matters and their implementation on site is completely the contractor’s
responsibility, this shall include but not limited to:-

i.) Safety measures such as temporary earthing arrangements and other necessary
precautions etc. This shall be taken into consideration before the
commencement of work to protect workers, tools and equipment from damage.
ii.) Safety measures with work in progress: Contractor shall under take all safety
measures as may be necessary and direct his personnel to observe these. Any
equipment required to fulfill above shall be provided by the contractor.
iii.) The adopted safety measures/regulations shall be strictly in accordance with
International code of practice.
iv.) Necessary charts (electrical /civil) showing the safety procedures shall be
displayed at all the concerned prominent places of work in action.
Non-observation of above will be considered as serious offense and any
consequences in lieu of that will be considered as the negligence of the
contractor and he is held responsible for that.
3.20 Delays caused by the Purchaser:
If, for reasons for which the overhead line contractor is not responsible, it was not
possible to energize the overhead line of any circuit of any item after completion and
successful testing of his contract works, then the guarantee period of one year shall
begin from the date of concerned overhead line was energized and for a maximum
period of fifteen (15) calendar months from the date of completion and testing. For
the period between testing and energizing the purchaser will pay only for the
commissioning and service engineer’s waiting time or his return air fare (as may be
decided by the purchaser) at the rates given in schedule H- Personnel. In this case, the
contractor will not be entitled to any other additional costs.
19

PART - IV
STEEL TOWERS AND FOUNDATIONS

4. General:

As stated in part III, clause 3.1 (insulators) the lines in close proximity to the sea shall
have insulator sets of increased creepage distance which have been designated type B.

Since the overall length of type “B” insulator sets is expected to be greater than type
“A” insulator sets, this will require an increase in the horizontal and vertical spacing
and in the height to the bottom cross-arm of towers required to support type “B”
insulators when compared to the equivalent tower which is required to support type
“A” insulator.

Therefore towers which support type “A” insulators will be designated type “A”
towers and towers which support type “B” insulators will be designated type “B”
towers.

Tenderers must offer type “B” towers which can in addition to maintaining the
specified clearances when supporting type “B” insulators, they should also maintain
the specified clearances when supporting alternative insulator set assemblies which
have units consisting of porcelain long rod insulator having aero-dynamic alternating
shed profiles and creepage distance of 21,000 mm, 15000 mm for 400 kV and 300 kV
lines respectively and 6600 mm for 132 kV lines as specified in clause 10.1.4.

The cross arm attachment points for both tension and suspension type “B” towers
should allow the changing of type “B” insulator to the alternative aero-dynamic
profile sets without ant modification being necessary to the towers and their cross-
arm.

Tenderers must include in their offer drawings of the aerodynamic profile insulator set
assemblies complete with all fittings referred to above which they have used for
design purposes for checking by MEW. The supply and installation of alternating
aerodynamic profile insulators is not included in the scope of works.

The towers shall be of the bolted type, lattice steel structure and they shall be designed
to carry one or two 3-phase circuits, each phase consisting of quadruple bundled
stranded conductor for 400 kV and 300 kV lines and single stranded conductor for
132 kV, 33 kV and 11 kV lines arranged in three different horizontal planes and
complete with the necessary insulators and fittings.
20

The towers shall also be designed for one earth conductor and one optical fiber ground
wire (OPGW) for 400, 300 kV lines and single earth conductors for 132, 33 and 11
kV lines. Such earthwire and/or OPGW shall be so arranged as to give minimum
height to top part of tower without affecting the specified angle of protection and
clearance.
The dimensions of the tower shall be stated in schedules attached to these
specifications.

The dimensions, disposition and method of connection of all tower parts shall be
approved. All types of towers shall have square bases, with four separate legs for
stubs, except the single circuit. 11 kV suspension steel towers for which a different
footing arranged can be proposed.

Droppers for suspension insulator sets shall be free to swing in the longitudinal as
well as transverse direction.
The distance of the point of attachment of suspension insulators from the underside of
each cross-arm (length of hanger) is to be indicated on tower details arrangement
drawing for the purpose of evaluating conductor electrical clearances. The distance is
subjected to MEW approval.

Two separate points of attachment to cross arms of 400 kV and 300 kV double tension
insulators string should be provided at each cross arm and to be indicated also on
tower details arrangement drawing. All attachments to each cross arm and
numbers of such attachments shall be subjected to MEW approval.
The duties of two or more tower types may be combined into single type if this proves
to be economical.

The overall height of 400 kV and 300 kV towers is about 60 and 56 meters
respectively from ground level (Type ‘A’ tower) to the tower top and shall be
designed for 400 meters span and to carry two sets of three stranded conductor phases
each consisting of quadruple bundle stranded conductors arranged in three (3)
different horizontal planes and one overhead earthwire and one OPGW.
The towers shall be designed for over tensioning initially to allow for conductor
creepage. For this over tensioning, the tension at 20°C below the stringing
temperature shall be used for Zebra and 18°C for Panther and 16°C for Lynx
conductors and 14°C for Wolf conductors.

The adhesion between the galvanized stubs and concrete foundations shall not be
entirely relied upon for transmitting load to the foundations and stubs shall be
21

provided with bolted on cleats to transfer the tower loading into the foundation blocks.
Calculations shall be submitted for the Purchaser’s approval.
The design of the steel towers shall be such as to keep the number of different parts as
small as possible or as proposed by the tenderer and to facilitate transport, erection
and inspection.

Pockets and depressions likely to hold water shall be avoided and if not avoidable,
shall be properly drained.
The towers shall be equipped with approved device immediately above each
suspension insulator attachment point to prevent the perching of birds at these points.
All towers shall be vertical with a tolerance at the tower top of 0.3 percent of the
tower height before the erection of the conductors.
The towers shall be equipped with approved devices immediately above each
suspension insulator attachment point to prevent the perching of the birds at these
points.
400, 300 & 132 kV towers shall be designed and equipped with additional holes or
anchoring point on the cross arm end for the attachment of maintenance equipment.
At the end of twelve months maintenance period stated in the condition of the
Contract, the line conductor sag adjusting devices specified in clause 6.1 shall be
finally not more than 7.5 cm plus or minus from their median position, unless
otherwise approved.

4.1 Types of Towers :


The towers shall normally be of the following standard types designed for the type of
insulators, angles of deviation and broken wire conditions specified below: (see also
clause 4.7.3 below).

TYPE OF Maximum
TOWER No. of Broken Phases
Type of 4 Conductor per 1 Conductor 1 Conductor
Deviation Angle
Double Single Insulator Phase 400 kV and per Phase 132 per Phase 33
Circuit Circuit 300 KV type KV type & 11 KV
D/C S/C D/C S/C D/C S/C
Straight line small angle
D2 S2 not exceeding Suspension 1 1 1 1 1 1
2 degrees.
22

Angle exceeding 2 but


D10 S10 not exceeding Tension 2 2 3 2 3 2
10 degrees
Angle exceeding 10 but
D30 S30 not exceeding Tension 2 2 3 2 3 2
30 degrees.
Angle exceeding 30 but
D60 S60 not exceeding Tension 2 2 4 2 4 2
60 degrees.
Angle exceeding 60 but
D90 S90 not exceeding Tension 2 2 4 2 4 2
90 degrees

DT ST Terminal 0 - 10 degrees. Tension 2 2 3 1 3 1

N.B. The above requirements shall also apply to special towers which can be of any of the
above types. Special crossing towers shall be designated by the addition of the letter
"S” to the above tower designations.

All towers shall also be designed for earth wire broken conditions (2 wires for 400 &
300 kV lines and 1 wire for lower voltage lines) with 1.5 factor of safety for these
conditions maintained. However, for 400 kV and 300 kV lines the towers should also
be designed for one earth wire broken condition together with phase conductors
broken conditions as specified above.

The design of the standard towers shall allow for the possible raising of the towers by
the addition of standard extensions. The extended towers and foundations shall
comply with all the specified requirements of the standard towers and foundations.
The extension shall be 3 meters, 6 meters as specified. The stubs for towers with 3 and
6 meters extensions shall be the same as those for standard towers without extensions.
On all the towers, the main factors of safety specified shall be obtained whether both
circuits are erected or one circuit is erected.

All standard towers shall be identified by the corresponding letters and figures
mentioned above and extended standard towers shall have the letter “D" or "S”
followed by height of extension added. Identification marks shall appear on all records
drawings and schedules.
One of each type of standard tower shall be assembled complete with cross arms,
supports and fittings at the factory before shipment and after galvanizing since no
filling or any other modification will be allowed on site.
23

4.2 Rig Road Crossings: (if applicable)


Some lines may be passing through an oil fields area and cross roads along which a
drilling rig moves frequently. Special high tower (in case of 400 kV and 300 & 132
kV O/H Lines) shall be provided for this “Rig Road Crossing". The span of this
crossing will be about 100 meters and the maximum ground clearance of the lowest
conductor shall not be less than sixty meters. Two suitable special towers adjacent to
rig road crossing tower shall be provided to reduce the possibility of up lift on the
adjacent towers to the above mentioned rig road crossing suspension towers, with
double suspension insulator string sets. In case of 33 & 11 kV Lines this crossing will
be by underground cables.

4.3 Tower Weights:

One of each type of towers complete with stubs, bolts, nuts…etc. But without
attachment (insulators and extensions) shall be weighted before dispatch of the first
consignment and in the presence of our Inspector.
Where the above weight as determined above under clause 4.1 is found to be less
than the figures given in the schedule of particulars and guarantees, the value of the
shortage of weight of steel will be deducted from the contract price at the rates given
in schedule "J"- unit prices for special items. No extra will be paid for excess weight
above guaranteed weights. For this purpose, the weight of each type of tower so
determined shall be considered applicable to all the quantity of towers of each type.
Types of towers at the different locations shall be approved.

4.4 Tower Materials and Construction:

The compression members of the tower shall consist of rolled steel angle sections and
the tension members of rolled angle sections or flats except those tension members
which are liable to be set in vibration shall consist of rolled angle section only.
The steel section used for the main members shall have a minimum thickness of 8
mm. for 400kV and 300kV & 132 KV towers and 5 mm for 33 and 11 KV towers and
other members including redundant members shall have a minimum thickness of 5
mm for 400kV and 300 & 132 KV towers and 4 mm for 33 and 11 KV towers.
Moreover, no section less than 45 x 45 mm shall be used for any member of 400kV
and 300 & 132 KV towers and 40 x 40 mm for 33 and 11 KV towers and / or
members of the special structures that may be required under this contract. The steel
angles used for the main members of auxiliary cross arm shall have a section not less
than 100 mm x 100mm and minimum thickness of 6 mm.
24

All members, bolts and nuts and all fittings shall be galvanized and as detailed below
(Clause 4.4.4 - galvanizing):

The whole of the steel section, flat plates and bolts and nuts shall consist of
mild steel or high tensile steel and shall not be inferior in strength and quality
to the requirements of BSS No. 4360.
Bolts and nuts shall be of either high tensile steel or mild steel and will not be less
than 15 mm diameter. All bolts of the same diameter shall be made of the same grade
of steel.

No bolt hole diameter shall be more than 1.6 mm larger than the corresponding
diameter of bolt.

Vibration proof nuts and washers of an approved design shall be used throughout.
The cutting of members and drilling or punching of holes shall be made to jigs so that
no difficulties will be encountered during erection and no under strain of members
will take place.
Members corresponding to a tower of each type shall be selected at random and
assembled to form complete tower in the presence of the Purchaser’s appointed
inspector.
Proper precautions shall be taken to ensure that no part of the towers and structures
are strained or damaged in any way during erection.

N. B The Ministry may hand over to the successful tenderer (after signing the Contract) a
copy of the fabrication drawing for some standard tower types which are included in
this tender. In this case the contractor is required to fabricate each of these towers in
accordance with the relevant fabrication drawings with no extra cost to MEW. Further
more the insulators when submitted by the successful tenderer for MEW approval
shall suit the clearance diagram and the attachment point of each tower.

4.4.1 Anti-Climbing Devices and steps:

Anti-climbing devices of an approved spiked type shall be fitted around each type of
tower and project outside and inside each tower to prevent any climbing. The height
of such a device shall not be less than 2.75 meters or not more than 3.75 meters from
ground level at tower positions.

Steps of approved types shall be fitted at not more than 400 mm centers at two
diagonally opposite sides or legs of each tower. The steps are to start immediately
above the anti-climbing device and continue to the top cross arms of 33 and 11 kV
25

towers and to the crest of the 132, 300 & 400 kV towers. The above devices shall be
considered as an integral part of the tower superstructure and their prices included
therein. Each step bolt shall withstand a vertical load of at least 150 Kgs.

4.4.2 Danger Plates, Number Plates...etc.

Danger and property plates, tower numbers and circuit plates of an approved type of
anti-corrosive material shall be provided and fixed in approved positions on all
towers.
The tower number plates shall be fixed centrally immediately below the danger and
property plates. The plates shall preferably to weather resistant; vitreous enameled and
should be suitable for the climatic conditions in Kuwait. All plates shall be enameled
both sides with black color at the back and front as mentioned.
The conductor phases of each circuit shall be identified by phase plates of anti-
corrosive material colored red, yellow and blue. The circuits shall be identified by
circuit identification plates. The phase and circuit plates shall be provided on all
towers.

The design position and method of fixing the phase and circuit plates and danger
plates shall be approved by the purchaser.

It is required to supply and install few numbers of name plates which are to be erected
on all tension towers, gantries and / or platforms along each line. The numbers and
installation locations of the same will be as directed by MEW Engineer, and the price
of the same shall be considered as included in the tender price.

i.) Bolts, Nuts and Washers:


Bolts shall be hot dipped galvanized after threading. Threads shall be of
sufficient depth to allow for the thickness of the galvanizing nuts shall turn
easily on the bolts without excessive looseness. Bolts shall have hex heads. All
bots shall be supplied with nuts, plain washers and lock washers. The washers
shall be hardened steel.

ii.) Notes:
1. Danger, number, circuit, and phase plates shall be red script.
2. Color of phase plates shall be red, yellow and blue.
3. Material of all plates shall be steel plate 1.5 mm thickness
4. All bolts shall be 17.5 mm diameter.
5. All bolts shall be consisting of (1), (1) nut and (1) spring washer.
26

6. All kinds of plates must be installed between 2.75 m and 3.75 mm


from ground level.
7. Sign plates are common to all voltages.
8. Surface edge and back side shall be black stove enameled.
9. All dimensions are in mm.

4.4.3 Earthing of Towers:

A.) After the towers are completely erected but before any stringing of earth conductors,
the electrical resistance of each tower to earth shall be measured in the presence of
the Purchaser’s representative and this shall not exceed 7 ohms for 33 and11 KV
lines and 15 Ohms for 400, 300 & 132 KV lines, the contractor shall as required by
the Purchaser install the necessary earthing devices to the towers in an approved
manner. As the nature of soil in Kuwait is generally dry, the soil resistivity is usually
rather high. Four earthing devices shall be provided for each tower (one per leg) each
leg member shall have a hole underground level for earth connector so as to prevent
unauthorized interference.
Drawings of earthing arrangements shall be attached to the offer. Earthing shall be by
means of copper weld or copper earth rods of not less than 19 mm diameter and 3
meters length. Copper earth connection shall be of similar cross section. The ground
wire shall be suitably bonded to the tower with a flexible copper bond or size not less
than 276/0.4 mm (34 sq.mm) or a copper tape of 25 x 3 mm to ensure good electrical
connection for 33 & 11 kV. For 400, 300, 132, 33 & 11 kV Stub angles shall be
bonded to the grounding rod attachment and the foundation reinforcing steel through
300, 300, 150, 95 & 50 sq.mm bare copper conductor wire. For 400, 300, 132, 33 &
11 kV Stub angles shall be bonded to the foundation reinforcing steel through 300,
300, 150, 95 & 50 sq.mm bare copper conductor wire bolted to the steel stub and cal-
welded with the steel rebar.

B.) Earthing of Towers by Counter - Poise (where required)


Tenderers are advised that they may encounter very hard rock like ground and it may
not be possible to excavate by mechanical means such as boring or compressed air
drilling machines to the 3 meters depth required burying the ground rods of the
earthing device.
In such cases, and subject to approval by MEW, suitable counterpoises are to be
provided to provide the specified values of tower / earth resistance. Where agreed by
MEW, the contractor shall carry out soil resistivity tests by means of approved tester.
The test results shall include the calculation sheets to determine the number and
length of counter-poise wires. No payments for these further tests shall be made.
27

The counter - poise consists of 4 galvanized stranded steel conductors 19/2.36 mm


and of length of about 60.0 meters each radiating away from the four legs in case of
lattice steel of the tower and buried 45 cm below the ground level. The length of the
steel wire required for earthing depends on the resistivity of soil and site conditions.
The galvanized counter-poise shall be fixed to the tower legs by special galvanized
ground clamps.

C.) The tenderer shall note that the nature of the ground and soil conditions detailed in the
specifications are applicable to earthing of towers where, if necessary, compressed air
drilling machines or boring machines should be used at no cost for hard soil or ground
and the counter-poise methods of earthing can be adopted only if the above methods
fail and after the written approval of MEW engineers.

4.4.4 Galvanizing :

All iron and steel parts other than steel reinforcements shall be galvanized by the hot
dip process. The coating of zinc shall be as specified in the corresponding BSS and it
shall be smooth, clean and of uniform thickness and free from defects. Preparation of
galvanizing itself shall not adversely affect the mechanical properties of the coated
material.
Tests shall be carried out in accordance with BS 729 where applicable.
All markings shall be carried out prior to galvanizing and it shall be clearly legible
thereafter.
Galvanizing shall be applied after all drilling, punching, cutting and bending of parts
as well as after all burns is removed. The surface to be galvanized shall be smooth,
clean and free from scale or rust and properly prepared to receive the galvanizing.
Galvanizing of wires shall meet the requirements of BSS 443 and the conditions
previously mentioned shall be met where applicable.

All bolts and screwed rods shall galvanize including the threaded portions. The thread
shall be cleared of shelter by spinning or brushing. All nuts shall be galvanized except
the thread which shall be oiled. Galvanizing shall be in accordance with previously
mentioned paragraphs. Sherardizing or other similar process shall not be used.

4.4.5 Span lengths, conductor spacing and clearances:


"Span length" shall mean the horizontal distance between the central lines of adjacent
towers.
The standard towers heights shall be based on a normal span length of 400 meters for
400 and 300 kV lines, 300 meters for 132 kV lines, 180 meters and 100 meters for 33
28

and 11 kV lines respectively assuming level ground. These spans shall not normally be
exceeded unless specifically approved for special purposes.
The maximum distance between the two adjacent tension towers shall not exceed 4
Kms for 400 kV lines, 3.0 Kms for 300 and 132 KV lines, 2.0 Kms for 33 KV lines
and 1.0 Kms for 11 kV lines. The fullest possible use shall be made of the maximum
conductor lengths in order to reduce the use of mid span joints as far as possible. Such
mid-span joints shall not be less than 15 meters from the nearest conductor clamp and
there shall not be more than one joint per conductor in one section between two
tension towers.

Mid span joints shall not be used in the following locations:-


a.) In sections (between tension towers) of less than three spans.
b.) In spans crossing roads and telephone and power lines.
The spacing between conductors and clearances between live metal and the tower steel
works under all working conditions shall not be less than the figures stated in schedule
"G".
The clearance between the lowest line conductors and ground in still air under the
maximum temperature of 85°C for ACSR and 210° for GZTACSR conductor (if
available) conductor shall not be less than 9 meters for 400 kV lines and 8 meters for
300 and 132 kV lines and 7 meters for 33 and 11 kV lines. Where a line crosses a
main road and motor ways, these clearances shall be 11 meters and 15 meters for 400
kV, 10 meters and 14 meters for other voltages for expressways and the crossing shall
be with tension towers having extensions to suit. The clearance under all working
conditions between trees or any part of the fence walls, buildings, or other structures
on which a ladder may be placed and the nearest line conductor shall not be less than
6.6 and 5.5 meters for 400 kV and 300 kV lines respectively and 4 meters for 132, 33
and 11 kV lines.

For the 400 & 300, 132, 33 and 11 KV lines, the minimum vertical spacing between
any two conductors shall not be less than 11, 8.4, 4, 2.2 meters and 1.2 meters
respectively and the horizontal spacing between adjacent conductors shall not be less
than 19.0, 17.0, 7.0, 3.2 and 2.5 meters respectively.
Where the lines erected under this contract, crosses above another power line, the
following clearances shall be provided:

1.) In still air at assumed equal temperature in all conductors between lowest and
highest temperature specified, the following clearances shall apply between the
lowest conductor of the upper line and:-
29

a.) The highest conductor (line or earth) of the lower line 6 and 5 meters for
400 KV and 300 KV lines and 3.4 meters for the 132, 33 and 11 kV lines.

b.) Any point or a support of the lower line on which a man may stand 6.5 and 5.6
meters for 400 and 300 kV lines respectively and 4.0 meters for 132, 33 and
11kV lines.

2.) The minimum clearance of 6, 5 meters and 3.4 meters mentioned under 1 (a)
above shall also be obtained assuming the conductors of the lower line to
swing 45° from the vertical. The sags of both the upper and the lower lines
shall be at 85°c in case of ACSR conductor.

3.) The distance measured in the direction of the upper lines, between any part of
the lowest line and support of the upper line shall normally be about 15 meters
unless otherwise decided by the Purchaser, but in any case not less than 8.0
meters.

4.) In case the line erected across a main road or any other overhead wire tension
towers shall be provided with duplicate insulators to support the conductors.
The maximum angle of protection under the earth wire shall be taken as 30°. in
order to maintain this angle, it may be necessary for the earthwire at terminal
tower to be carried on auxiliary cross arms, and double earthwire to be
provided between the terminal tower and the Substation Gantries. These
auxiliary cross arms shall be included as part of the terminal towers and outline
drawings for the arrangement shall be submitted with the offer.

4.4.5 Slack Spans:


U

Line take - off slack spans shall be designed on the assumption that each of the 400,
300, 132 and 33 kV transmission line conductors will be strung from the terminal
tower to the substation take-off structure gantries at still air tension not less than half
the nominal tension. Line take-off slack span shall be designed for a maximum angle
of deviation of 30 degree and a conductor slope of not more than1 in 4. The height of
the girder of the substation take-off gantries will not be less than 15 and 13 meters for
400 and 300 kV and 9 meters 132 kV lines and 33 kV lines. The phase to phase
clearance will not be less than 6, 5 and 2.6 meters for 400, 300 and 132 kV lines
respectively.
The unit rates for erection of main line conductors, earth wire insulators, fittings, etc.
30

should also apply to the work for the slack spans where slack span connection is
required. This shall include supply and erection of insulators and clamps, fittings, etc
at the terminal towers and the substation gantries as well as stringing of the slack
span.

4.5 Foundations :
Tenderers are warned that they may meet hard or very hard (rock like) in some of the
tower locations. Furthermore, the ground might be very hard where excavation work
by hand or pneumatic drills is not possible and in which the contractor has to use other
means such as boring machines and/or alternative shallow design. These will be
considered as normal foundations as specified under clause 4.5.2A. Thus the tenderer
should make his own investigations before tendering so as to take the above into
consideration when quoting for excavation and concreting and for tower earthing
devices, since no extra cost will be paid to the contractor or account of the above and
tenderers shall take all the above into account when stating their rates.

Also, tenderers are warned that where there are routes parallel to sea - shore i.e. The
lines will be passing through very bad soil conditions including some locations which
cannot be easily approached. Therefore tenderers are advised to visit the site to
familiarize themselves with the nature of ground, sub-soil conditions, and access to
route..etc.

It is expected from the varying nature of the ground over which the line routes will run
that individual footings (Pyramid with chimney type) shallow footing. Special
footings, rafted footings or piled footings will be required. The slope of all concrete
pyramids top faces, unless reinforced, shall not be less than 45 to the horizontal.

The lattice steel towers shall be erected on concrete foundations reinforced as


necessary which shall project by at least 30 cms above ground level. Detailed
descriptions, specification designs and drawings of foundations for normal soil
conditions and for different type of towers shall accompany the tender. The contractor
shall ascertain the type of sub-soil at each tower location as detailed later.

The type and design of foundations for each type of tower shall be approved by the
Purchaser and shall be in accordance with the particulars given in Schedule "G” Such
approval shall not relieve the contractor from his responsibility from ascertaining that
31

the sub-soil is suitable for each foundation. The contractor shall also be responsible
for any subsidence or failure due to insufficient care taken either in the preliminary
test of ground conditions or in the choice of installations of the foundations. Further,
the design for normal foundation shall be the same for towers with extensions of three
meters and six meters (6 m) as for towers without extensions.

All foundations will be designed to resist the highest values of uplift compression and
shear forces and over-turning and maintain the specified factors of safety of 2.5 for
normal conditions and 1.5 for broken wire conditions shall be reinforced as necessary.
Where reinforcing steel is used the minimum cover to reinforcing bars shall be 50
mm.
If formwork is used or 100 mm for concrete cast against excavated ground. Designs
must be submitted with full simple explanations and must be based on accepted theory
and practice. All parameters used in design must be fully substantiated and will
require the agreement of MEW.

N.B. Design of foundations for tower using anchor bolts or rock anchors are not
acceptable.

4.5.1 Bored Cast-in-place Reinforced Concrete Piles :


Where conditions are such that pile foundations are required, bored cast-in-place
reinforced concrete pile of approved design shall be used. The bored casts in piles are
formed by boring.

1.) The concrete for all pile foundations shall have a minimum cement content of 400
kg/cu.m and a maximum water cement content of 0.45. The cement used shall be
sulphate resisting to BS 4027 or type V to ASTMS 150 and the concrete shall be
mechanically mixed.
Concrete shall not be allowed to free fall more than 1.5 m and when the excavation
cannot be kept dry a concrete placement method which protects the mix whilst being
placed shall be used. The method will be subject to MEW approval.
2.) The overall submission of pile designs shall be made in four stages as follows:
a.) Submission of design data, assumed soil parameters, testing and
construction methods.
b.) Preliminary designs with calculations and references.
c.) Pile test results. The numbers and locations of pile tests will be
chosen by MEW and the price of which shall be included in the tender
price.
32

d.) Final design and construction drawings.


All design, construction and testing of piles shall follow the
recommendations of BS 8004, BS 8110, BS 5930 and related BSS
5070 & BSS 1192 documents.
3.) For soils with a bearing capacity of less than 0.15 kg/cm2 pile tests will be
carried out in the weakest soil and the location will be chosen by MEW and the
price of which shall be included in the tender price.
4.) In the case of high leg member forces two or more piles per leg may be
necessary. The top ends of each individual pile of the group will extend into
and terminate in a reinforced concrete pile cap of adequate dimensions.
The reinforcing from the piles will extend into the pile cap sufficiently to
allow adequate load transfer.

The area of reinforcing of pile caps in both directions at the top and bottom layers
shall not be less than 0.6 % of the gross cross sectional area in the case of high yield
reinforcing steel and 1.2 % in the case of mild reinforcing steel.
All designs are subject to MEW approval.
Where the ground is so weak that it can’t provide lateral fixity ground beams are to be
provided between the piled foundations.
These will be sample and reliable design and manufacture.

Tower legs shall be protected by applying an approved coating to the tower steelwork
for a length of 0.5m above and below the top of the concrete. This protective coating
shall be Scotchkote Resin No.30 or similar approved preparation. Contractor shall
submit proposals for this protective coating together with manufacturer’s pamphlets
and full technical particulars. This protective coating shall be in addition to the
galvanizing requirement specified in sub-section 9.9.3. In areas of sandy wind, where
the local topography indicates that sand dunes could be formed to a greater height than
0.5m above the concrete, the protective coating shall be applied on to a greater height.
The Contractor shall put this protective coating to such a height over concrete as may
be required by the owner Engineer.
Cover to steel reinforcement in pile shall not be less than 100mm. The exterior
diameter of the individual concrete pile shall be 40, 60 and 90 cms and / or as agreed
with MEW and the length shall comply with the requirements of the approved design.
Utmost care shall be taken for accurate positioning of piles so as to keep the deviation
with 2.75 cms.
33

While boring the hole and during concreting and if found necessary to prevent the
collapse of the bore wall, a steel tube casting shall be provided which will be
with rawn during concreting.
This applies to multiple pile/leg for foundation of lattice towers which will
subsequently be dressed and encased in a pile cap, but withdrawing of a casing on a
single pile/leg design is not considered practical due to the presence of the stub setting
template.
During removal of the casting tube, the cast-in-place concrete shall be vibrated to be
penetrated into the cavities of surrounding foundation soil to ensure quality concrete
and optimum friction between sub-soil and concrete to prevent any possibility of
uplift or over turning of the tower.
Piling will be carried out using an approved procedure throughout. The actual length,
diameter and numbers of piles required at any specified location will be approved by
MEW on the basis of the final approved design and the soil test results of each
location.
The price of pile foundation (wherever it is necessary) with steel reinforcement shall
include all the required items not specifically mentioned above or detailed. The price
shall include also de-watering, boring or grabbing, filling of concrete...etc. necessary
to complete the work of bored cast-in-place reinforced concrete piles in every respect
to achieve safe stable and adequate foundations.

4.5.2 Soil Conditions:

For tendering purposes, the foundation design shall be based on the following
assumption for soil:
A.) Normal foundation for Dry or Wet Soil of bearing capacity 2 Kg/sq.cm and
above:
i) Allowable soil bearing capacity 2.0 Kg/sq.cm
ii) Soil Density of undisturbed ground Dry 1700 /Kg cu.m
" " " " Wet 1100 Kg/cu.m
iii) Angle of repose of dry undisturbed ground 30o
iv) Angle of repose of wet soil ground 20o
v) Angle of repose of dry backfilling 30o

B.) Special foundations for Dry or Wet soil of bearing capacity of 0.15 to less than
2.0 Kg/sq.cm
34

i) Allowable soil bearing capacities


0.15,0.5,1.0&1.5Kg/sq.cm
ii) Soil Density of undisturbed ground Dry 1700 / Kg/cu .m
" " " Wet 1100 Kg/cu. m
iii) Angle of repose of dry undisturbed ground 30o
iv) Angle of repose of wet soil ground 20o
v) Angle of repose of dry backfilling 30o

C.) Pile Foundations for soil of bearing capacity less than 0.15 Kg/sq.cm.
If ground water exists, the corresponding decrease of angle of repose of
internal friction is 20, weight of earth and concrete due to uplift conditions
shall be considered in the calculations as below:
This applies for the submerged part of the foundation only:
i) The weight of submerged part of wet soil 700 Kg/cu.m

ii) The weight of submerged part of concrete 1200 Kg/cu.m

iii) The weight of un-submerged part of dry soil 1100 Kg/cu.m

iv) The weight of un-submerged part of concrete 1700 Kg/cu.m

4.5.3 Soil Testing:


U

The contractor shall be responsible for ascertaining the suitability of sub-soil for all
types of foundations and he shall carry out all necessary investigations and/or tests for
this purpose at his own cost. The methods used will generally conform to BS. 5930
and BS. 1377 and will require the Purchaser’s approval.

The contractor will be required to make his own arrangements for a complete sub-soil
investigation, including bearing capacity at each tower location.
The contractor will be required to carry out soil investigation to various depths so that
all strata which are likely to be significantly affected by the foundation loads are
proven. The soil parameters will be established at incremental steps of not more than
75 cms

Special designs will be prepared to suit the soil conditions where the investigation
shows this to be necessary and the design of suitable foundations shall form part of
this contract. Approval by the purchaser of foundation designs shall not relieve the
contractor of his responsibility in respect of the design and performance of the
foundations. No work shall commence on site until approval of the design by the
Purchaser is obtained.
35

For pile foundations the depth and method of soil investigation shall be suitable for
use in the design of the piles.

All investigation, in site testing, water level and sub-soil conditions shall be witnessed
and certified by the Purchaser’s Site Engineer.
Method of computation for determining the allowable bearing capacity and all other
necessary parameters of the soil for the design of tower foundations with technical
particulars shall be submitted for the purchaser's approval.
The Purchaser may ask the Government’s Research Station to witness and verify the
soil tests and analysis carried out by the contractor, or to carry out independent tests
on the sub-soil as mentioned under clause 3.11, soil testing should not be carried out
until profile drawings are approved (see N.B. under clause 3.11).

The minimum frequency of chemical analysis of soil and ground water conditions
shall be as decided by MEW Engineer. However, this frequency may be increased by
the MEW Engineer supervising the soil investigation if sudden and wide variations in
ground or ground water conditions appear during the soil investigation procedure. No
additional payment will be made for any additional chemical analysis tests.

4.5.4 Excavation for Foundations:

The volume of excavations and concrete for each type of tower based on the
assumption for the soil outlined in clause 4.5.2 (A) above for normal foundations shall
be clearly stated in the schedule of “Particulars and Guarantees". These guaranteed
figures shall be firm and binding on the contractor. However, payment will be made
only on measured quantities of excavation and concreting provided that these
quantities do not exceed the guaranteed figures.

No payment will be made for quantities above those we guaranteed in schedule of


particulars and Guarantees. In computing the volume of excavation for payment
purposes, this shall be taken as the product of the bottom area of the concrete
foundation of each leg of the tower by the vertical depth of the excavated pit.
The volume of excavation for payment purposes for special foundations shall be taken
as the products of the bottom area of the concrete foundations of each leg or raft and
the vertical depth of the pit.
No extra volume will be considered for working space, shuttering or for special soil
conditions which the contractor may have to make or provide for those purposes or for
any other reason.
For normal and special foundation, no extra cost will be paid for the provisions of
shuttering and / or pumping, and / or de-watering and the cost of each shall be deemed
36

to be included in the unit rates for excavation and concreting as quoted in the schedule
of prices. The unit rates given in schedule “J-A” of prices for both excavation and
concrete are considered for all foundation types i.e for normal or special foundation
and the contractor is not entitled to ask for another rate for any foundation type.

4.5.5 Foundation Works:

All foundations steel works shall be completely covered with encasing concrete of
approved thickness but not less than 10cms from a point of 50 cms above ground level
down and into the main foundation block.
The encasing concrete shall be keyed in an approved manner. The buried steel work
shall b galvanized as detailed in clause 4.4.4 above. In case of lattice type all the four
stubs of the tower shall be similar irrespective of compression or uplift.
All reinforced concrete except bored cast-in-place piles buried in the ground shall be
coated with two coats of hot bitumen before backfilling and shall extend to 5cms
above ground level. For raft foundations, in addition to the above, a polythene sheet
(0.1 mm thick) shall be laid with 30cms over-lap, over the blinding concrete.

The levels and spacing of stubs after removal of the templates shall ensure correct
alignment of tower members during erection without forcing of members.
The maximum allowable soil pressure under the special foundations and the design of
these foundations shall be subject to the purchaser's approval.
Where soil conditions require the provision of raft or shallow foundations with
reinforcing steel rods, the contractor shall supply, cut, bend, assemble and install the
required reinforcing steel rods and their price is included in the lump sum prices of
each foundation. The actual quantity for steel reinforcement necessary for each tower
foundation shall be subjected to MEW approval. Only deformed bar of adequate
tensile strength shall be used for reinforcing bars on concrete.
Volume of concrete in special foundation will be based on the actual quality executed
according to relevant approved drawings.
Volume of excavations for special foundations will be calculated as outlines in clause
4.5.4.
All types of the foundations shall be laid over a plain concrete blinding mix 1: 3: 6
and not less than 5.0 cm thick. The cost of this blinding shall be deemed to have been
included in the tender price and shall not be measured or paid for separately.
37

4.5.6 Concrete Construction:

Steel stubs shall be carefully adjusted to template and shall be held in the correct
position by the templates while the concrete is poured. All foundations will be formed
by continuous concrete pouring unless the design of foundation makes this
impossible. Such circumstances will require the agreement of MEW. Form work shall
not be removed less than 48 hours after concreting.

Sufficient time should be given to the concrete to set and backfilling complete before
the templates are removed and all concrete shall be cured for 7 calendar days after
casting and unless otherwise approved, the following method of curing shall be
strictly followed:

a.) Immediately after the removal of formwork, the pits shall be backfilled up to 1.00
meters height and the rest of the concrete to stubs or columns shall be firmly
draped with Hessian and the pit filled with water up to existing ground level and
allowed to soak and evaporate. The draped portion of the stubs shall be kept
continuously wet until the 7th day of casting and draping shall not be removed
earlier under any circumstances whatsoever in order to ensure a perfect curing to
avoid the concrete getting sand-blast by sand storms, which are very frequent in
Kuwait, while the concrete is still green. On the 8th day, the draping shall be
removed and the pit shall be backfilled with selected material in 30 cms layers
each layer flooded with water to obtain proper consolidation. Raft foundations
shall be cured by bounding.
Backfilling material shall be clean and free from vegetation, pieces of timber, large
stones, or other foreign matter.
The material to be compacted shall contain no stones greater than 10 cm in diameter.
The material to be compacted shall be deposited in horizontal layers having a
thickness of not more than 20 cm after being compacted as hereinafter specified. The
distribution of materials shall be such that the compacted material will be
homogeneous and free from clods, pockets, streaks or other imperfections.

Placing operations shall be such that the materials will be blended sufficiently to
secure the required degree of compaction, impermeability and stability. Prior to and
during compaction operations, the backfill material shall have the optimum
practicable moisture content required for the purpose of compaction. The moisture
content shall be uniform throughout the layers of backfill. The material shall be
compacted by tamping machines and special care shall be taken to prevent wedging
action against the foundation. The material shall be compacted to at least 95% of the
38

maximum density obtainable in the Standard Proctor density Test as specified in


ASTM D698 (Method A).
The contractor shall not erect any part of the towers before the 8th day after casting concrete.
The engineer reserves the right to stop the works if the above method of backfilling
and curing is not adhered to and the contractor shall be responsible for the resulting
consequences. All backfilling shall take place within the template in position and
securely fixed to all stubs.
b.) Coarse aggregate to be used for all concrete works shall be crushed and well
graded from 19 mm down to 4.5 mm as per BSS 882 and desert harvested
aggregate of whatever size, type of grading shall not be accepted. Permission
of casting concrete shall not be granted if the contractor fails to supply crushed
coarse aggregate as specified.

c.) Fine aggregate for concrete shall be clean, coarse, building sand obtained from
sources approved by the Engineer to comply with BSS 882 and shall be
screened on site prior to use, failing which permission for casting of concrete
shall be withheld and the responsibility shall be the contractor's own.

d.) Mix proportions of concrete shall be 1: 2: 4 sulphate resisting cement type “V”
well mixed with fresh and potable water in approved types of mechanical
mixers of adequate capacities. The water shall be tested to BS 3148.

Concrete shall have a minimum characteristic strength of 25n/sq, mm and a


minimum cement content of 370 Kg/cu. meter in dry soil condition, the cement
being sulphate resisting type “V” and will be mixed mechanically.
The water/cement ratio shall be no higher than is necessary to produce a dense
homogeneous concrete of sufficient workability to ensure compaction in the
corners of the formwork and around all reinforcing bars and stub steelwork.
Concrete shall be vibrated as directed by the Engineer.
The water / cement ratio will require MEW approval.
The contractor will ensure the availability on site of a slump cone for checking
purposes.

e.) Visible surfaces of concrete shall be fair faced and any damaged, chipped and /
or honey combed surfaces shall be made good to 10 cms deep 1: 2: 4 concrete
coping laid and finished to falls. Two coats application of white silicone paint
shall be made to small portions (stubs in case of lattice tower) above ground
level.
39

Labor and material required for the above works shall not be measured
separately and the unit rates in the schedule of prices shall be deemed to
include the above works.
f.) All casting of concrete shall be carried out in the presence of Ministry's
representative and contractor's engineer during Ministry's normal working
hours only and any concrete cast, otherwise shall not be acceptable and the
contractor shall forthwith cut, remove and re-cast, all such rejected concrete at
his own expense.
Programme of casting shall be submitted 24 hours in advance and the material
required for casting shall be ready at site including plenty of water for curing
and Hessian for draping of stubs.

g.) The contractor shall provide:” Test Cube" samples of concrete mix as required
by the Engineer, which will be taken on site for testing by the purchaser.

h.) The minimum allowable stress for 1: 2: 4 concrete mixes shall be 225
Kg/sq.cm after 28 days of mixing. Also samples of cement, sand and aggregate
will be tested as and when required by the Purchaser.
The “Test Cube" samples should be prepared and tested according to relevant
BSS by the Government's Research Station or any approved agency
(documents of the same shall be submitted for MEW approval ). Prices of
which shall be considered as included in the tender price.
N.B. The contractor shall provide transport facilities for the Ministry representative
from the Ministry Office to the Site Works starting within one month from the date of
signing the contract up to the date of issuing the taking over certificate of the last item.
Casting shall not be carried out if the contractor fails to provide the transport as stated.
Six (6) Nos. of four wheel drive jeeps of six cylinders shall be employed for transport
purposes and trucks or Lorries shall not be accepted. However the petrol, full
insurance and necessary services for such cars shall be the contractor responsibility.
The successful tenderer shall provide six (6) portable telephones; these telephones
should be available within one month from the date of signing of the contract.
The successful tenderer shall provide also a temporary mobile office including one
room for MEW Supervisor; such office shall be provided with furniture, equipment
and with a portable telephone. The site office should be available before the site work
is started and remain up to the taking over of each item.
All the above shall be included in the tender price.
40

The tenderer shall take into consideration the following points:-


- The first 1.5 m of top surface soil shall be neglected in the calculation of the skin
friction and uplift resistance of the pile.
- Temperature of fresh concrete mix shall not exceed 32°C.
- In case of high ambient temperatures, casting of concrete is only allowed into depth
below 1.5 m from the natural ground level.

4.6 Assumed Working Loading:


The assumed maximum simultaneous working loading on the towers, the appropriate
maximum angles of deviation and span lengths being as specified previously shall be
as follows:

a.) This shall include the weights of line and earth conductors and the weights of
insulators and all other fittings and the erectors with kit (150 Kgs).The actual
dead weight of line and earth conductors considered shall take into
consideration that the towers may be at different level. The contractor shall be
held responsible for ensuring that under minimum temperature conditions
without wind, the weight carried by any suspension insulator set shall not be
less than 35 % of the total weight of the corresponding line conductor in the
two adjacent spans. For design purposes, the weight of spans shall be taken
150 % of the normal span length. The wind span shall be considered equal to
the normal span stated in clause 4.4.5.

b.) Transverse Loading:


There will be wind pressure of 80 Kg/sq.m at right angle to the line in the
adjacent normal spans on the whole projected area of the line and earth
conductors, the transverse horizontal resultants of the maximum line and earth
conductor working tensions stated in schedule "G" and a wind pressure of 125
Kg/sq.m on 1.5 times the projected area of the members of one face of the
tower.

c.) Longitudinal Terminal Loading:


The maximum line and earth conductors working tensions should be stated in
schedule “G” of these specifications.
41

4.6.1 Assumed Broken Conductor Conditions:

It shall be assumed in the design of the standard towers that they may be subjected to the
broken conductors conditions specified in Part IV clause 4.1. The unbalance longitudinal
loads, due to broken conductor’s condition, on a suspension insulator set and a tension
insulator set shall be 70% and 100 % respectively of line conductor maximum working
tension.
For angle towers which take a range of angles of deviation (e.g. D60 takes 30o to 60o)
the longitudinal load for design purposes will be the higher value derived from the
minimum or maximum angle of deviation.

4.6.2 Factors of Safety:

No failures or permanent distortions shall occur in any part of a tower when tested
with applied force equivalent to 2.5 times maximum simultaneous working loading
and 1.5 times when such working loading are modified by the breakage of conductors
as specified. For the purpose of tower design phase conductors working tensions shall
not be less than the ultimate strength of conductor divided by 2.5.
For the purpose of tower design the minimum value of working tension of the
earthwire shall be as follows:-

For 300 KV Lines 3900 Kgs.


For 132 KV Zebra Lines 3900 Kgs.
For 132 KV Lynx Lines 3000 Kgs.
For 33 KV Panther and wolf Lines 3000 & 2800 Kgs. respectively
For 11 KV Panther Lines 2800 Kgs.
However, if the contractors sag/tension calculations for line conductors show that a
higher value of earthwire tension is necessary to equal 90 % of the sag of the line
conductors that this higher value shall be used.

The sag of the earthwire at all times should not exceed 90% of the sag of the line
conductors.
The minimum factor of safety of the foundations against all applied loads shall be 2.5
times the maximum simultaneous working loading and 1.5 times when such loading
are modified by breakage of conductors specified.
The above factors of safety shall also be maintained for compression as well as
tension forces in the concrete of foundations in which the permissible stressed under
these conditions will not exceed 180 kg/sq.cm for compression and 18 kg/sq.cm for
tension. The factors of safety specified shall apply to all types of towers and
foundations.
42

4.7 Tower Testing :

4.7.1 The contractor shall carry out a full scale test of towers shown below:
After testing is undertaken, samples of the materials used for tower fabrication shall
also be tested to determine their proper ties, characteristic yield point and compliance
with the specification.

The test shall be performed in accordance with the following requirements and in
accordance with IEC 652.
The tower to be tested shall be erected on a rigid foundation and the vertical axis
through the center of the tower shall not be out of plumb by more than 0.2 % of the
height at any level.

The towers to be tested shall withstand, without any sign or failure or deformation, the
maximum working loads plus 150 % over-load for normal loading conditions and
50% over load for broken wire conditions.

Destruction tests for normal and broken wire condition shall be performed on towers
shown below and each to be tested to destruction shown in schedule “J – A” of
prices and after the application of the 250 % and 150% loading stages for normal
and broken wire conditions respectively when the loads shall be increased in steps
until a deformation occurs.
Then manufacturer should provide necessary cameras for video and photographic
documentation in serial dating during all the tower test stages, photographs shall be
submitted together with the test report.
The loads shall be applied in increments and shall be held constant for a period of five
minutes before increasing or removing the loads.

Tower deflections under load shall be measured by suitable procedure at points


designated. Deflection reading shall be recorded for the "before-load:", "Load On" and
“Load Off" conditions.

Any conspicuous yielding, bowing of compression members, elongation of bolts,


holes of any defects under any of the load cases shall be considered a failure. Such
failure shall be corrected and tower retested at the contractors expense. Upon
completion of testing, disassembly of the tower will be required for inspection of all
members or parts for any evidence of excessive permanent set, shear failure of bolts or
members failure in bearing etc.
4.7.2 One or more of each standard type of towers, and as detailed in the schedule of prices
shall be tested for normal conditions with factors of safety shown on schedule "F" for
43

the specified loading conditions acting simultaneously in accordance with the loading
diagrams and loading schedules approved by the purchaser. These tests are to be
carried after approving the design and fabrication drawings.

4.7.3 One or more of each standard type of towers and as detailed in the schedule of prices
shall be tested as above but for broken wire conditions as follows:-

A.) 400 & 300 KV Towers: (Double Circuit - 4 conductors per phase)
a.) D2 Type : One top set of bundled conductors broken
b.) D10 Type : Two sets of bundled conductors (top and middle) of
one circuit, and one earth wire broken all on the
same side.
c.) D30 Type : Ditto as (b)
d.) D60 Type : One top set of bundled conductors of one circuit
on one side and one similar conductor set of
other circuits on the other side broken.
e.) D90 Type : ditto as (d)
f.) DT Type : Two sets of bundled conductors (top and
middle), of one circuit broken all on the
same side.

B.) 132 KV Towers: (Double circuit one conductor per phase)


a.) D2 type : One top line conductor broken.
b.) D10 type : Three line conductors of one circuit broken,
all on the same side.
c.) D30 Type : Three line conductors of one circuit broken,
all on the same side.
d.) D60 Type : Two line conductors of one circuit on one
side (top and middle) and two similar
conductors of the other circuit on the other
side in the opposite direction, broken.
e.) D90 Type : Ditto as (d) above
f.) DT Type : Three line conductors of one circuit broken,
all on the same side.

C.) 33 kV and 11 kV Towers: (Double circuit - One conductor per phase)


- Same as above under "B"
D.) 132 KV, 33 KV and 11 KV Towers: Single Circuit - One conductor per phase)
(Single Circuit - One conductor per phase)
44

a.) S2 Type : One top line conductor broken


b.) S10 Type : Two lines conductor on the same side broken
c.) S30 Type : Ditto Do
d.) S60 Type : Ditto Do
e.) S90 Type : Ditto Do
f.) ST Type : Top line conductor broken
E.) 400 KV S2 Towers: (Single Circuit - Four conductor per phase)
400 KV S10 Towers: (Single Circuit – two sets bundle conductors- top &
middle) + earthwire all in one side.
N.B. Special towers DS as for a, b, c, d, e or f as applicable.

4.7.4 The purchaser will require that one or more standard tower to be tested to destruction
under normal and broken wire conditions and as detailed in the schedule of prices.
Each tenderer shall submit separate prices for these tests on each type of tower as
asked for in the schedule of prices.
The towers which were successfully tested under normal and broken wire conditions
can be used, for testing to destruction under normal and broken wires conditions on
the required types of towers as asked for in the schedule of prices.
N.B. 1.) All tower testing shall be carried out in the presence of and to the
satisfaction of the Purchaser or his appointed inspectors.
The contractor will carry out any other tests on samples or tower
components as required by the Purchaser or his Inspector without
addition to the contract price.

2.) One side of D60, D90, S60 and S90 towers shall be provided with box
cross arm and jumper insulator to avoid the clearance problems.
4.8 Special Steel Structures:
U

In addition to the standard types of towers and other structural work specified, some
special structures may be required for special purposes.

Details of these will be determined during the progress of the contract.


Tenderers are requested to quote for the supply and erection of such structures at unit
rates per ton of super structure and footings in the schedule.

4.9 Height Gauges and Warning Signs:


U

Height gauges and warning signs shall be provided for the transmission line wherever
the lines under this specification cross an existing public roads, a height gauge and
warning sign at each side of each crossing road shall be supplied and installed, price
of which shall be included in the tender price and the contractor is not entitled to ask
for extra costs arise from the supply and erection of these height gauges and warning
45

signs. Drawing showing the location of such height gauges with respect to the public
roads and crossing Overhead Line shall be submitted for MEW approval, all at no
extra cost to MEW. Height gauges shall be of galvanized steel structure and
associated with civil foundation as supports of 19/2.3 mm SWG 60 ton quality steel
wire as guard wire. Design and fabrication drawings of such height gauges together
with the foundation design shall be submitted and subjected to MEW approval. Height
gauges shall be provided at suitable distance to be approved (about 400 m from the
crossing point). The supports shall be designed so as to give head room clearances of
about 8 meters (or as agreed by MEW Engineer) as measured at the center of the
public road. The exact head room clearance for each guard wire will be decided after
precision survey and will be subjected to MEW approval.
The sign for warning of an electrified overhead line is No. 517 and it should be
accompanied by the plate no. 518 giving the safe maximum height which can be pass
under the line (as given in Kuwait Traffic Signs Manual, KTSM).

The warning sign is based on an equilateral triangle having its apex uppermost and
supplemented by rectangular plate. The triangular sign is red border surrounding a
black symbol on white background and the rectangular sign is black border
surrounding a back symbol on a white background.

This warning sign boards shall be provided, one at each height gauge location which
shall be permanently fixed to galvanized steel frame work with suitable foundations in
cement concrete 1: 4: 8 mix.
This galvanized frame work shall be erected on breakaway base or slip bases to reduce
vehicle damage and personnel injury if impacted. Breakaway or slip connection
details shall be subject to MEW approval.

The design of warning signs and their locations shall be subject to MEW approval.
The warning signs shall display clearly the safe head-room over the road crossing, the
line voltage and the danger sign. The size of the letters shall be large enough and shall
be subject to MEW approval. The lettering on warning signs shall have fluorescent
finish so as to be clearly visible at nights.

If an existing height gauges and warning signs becomes very close to the new line
then such existing height gauges and warning signs shall be removed, cleaned and re-
erected within a reasonable distance from the O/H Line as agreed by MEW Engineer.
The contractor is requested to supply and install the necessary steel galvanized
portions embedded in the ground if found necessary, price of all shall be considered as
included in the tender price.
46

4.10 Stub-Setting templates:

At least one stub - setting template for each standard type D2, D10, D30, D60, D90
and DT & S2, S10, S30, S60, S90 and ST towers shall be handed over to the
Purchaser's Stores after the completion of work and before the taking over. Also three
copies of detailed drawings of each type of stub-setting templates shall be submitted.
The price of these templates shall be included in the tender price.

4.11 Phase Arrangement:

The phase arrangement of conductors on the towers, reading from top to bottom shall
be Red - Yellow - Blue for one circuit and Blue - Yellow - Red for the other circuit.

4.12 Fencing of each Terminal Tower:

(Where conditions are such that the fencing are specified)


The terminal towers and gantries with transformers of the proposed lines shall be
fenced off by hot dip galvanized steel. The arrangement of this fence around the tower
and the terminal equipment showing the location of the gate shall have an approved
length and as follows:-
The fence consists of 19 mm square steel rods or railings 2350 mm longs overall, 80
mm lower ends rounded, 305 mm top ends rounded and pointed sharp, both ends
passing through top and bottom horizontal steel angles fixed to intermediate and
corner posts by cleats (welding is not allowed), made stand 80 mm height from
ground lines with plain concrete foundations mix grade K25 with two numbers
intermediate supports under lower horizontal angles to prevent sagging, mild steel flat
stiffeners, bolts, nuts, cleats ...etc. including 2 stretches of approved barbed wires
15cms apart, robustly fixed to posts and inter-woven between uprights above top
horizontal angles, sizes of fencing members to be as follows :

Corner angles : 75 x 75 x 9 mm with base plates


300 x 300 x 6 mm
Intermediate posts : 100 x 100 x 6 x 8 mm H sections bare plates
for corner angles.
Gate Posts : 200 x 100 x 6 x 8 mm H section with base
plates similar to above.
Horizontal angle/rails : 60 x 60 x 5 mm angles top and bottom.
Intermediate supports : With intermediate flat stiffness 50 x 6 mm
47

Below lower Horizontal Rails : 40 x 6 mm thick plates with base plates


100 x 100 x 6 mm thick, bolts, nuts and
cleats to suit.
Each fence shall be composed of equal panels, 3.0 meters each, while the end panel
width could be adjusted to suit the actual parameter length as directed by MEW
Engineer.
Gate opening shall be 3.0 meters in between gate posts, having two opening leaves
complete with uprights, horizontals, gates columns, hinges, locking device, drop bolts,
etc. As shown on the drawing with all work, material and labor.

All steel works shall be galvanized according to clause 4.4.4. Foundations, shall be of
plain concrete with mix having a characteristic strength of 25 n/sq.mm gravel used
must be crushed 2cms down, clean sand, with sulphate resisting cement type “V”,
fresh water swan form work to be sawn for surface coming into contact with
surrounding soil and wrought for visible surfaces, curing for 7 days by rapping and
spraying.
Sizes of foundations: 60 cm x 60 cm x 115/88 cm deep as per approved drawings and
as agreed with Engineer in compliance with the existing soil conditions. Design
drawings, of the fence foundations, blocks in case differ from the above as per site
condition have to be submitted to MEW for approval but shall not at any case entitle
the contractor for and extra cost or extension of time what so ever.
The boundary fence should be kept clear of the equipment as specified.
The design of fence length, width and location of each fence is subjected to MEW
approval.

The total price of the fence will be calculated according to the actual length and the
contract unit rates, per meter as per schedule " J-A”.
However, the total length of the fence is subjected to MEW approval.

The fencing should include earthing devices, and as specified for towers, radiating
away from the corner angles (parallel to the fence from inside) and as follows:

1. Two sets from each corner angle of fencing of 300 and 132 KV terminal towers.
2. One set from each corner angle of fencing of 33 and 11 KV terminal towers

4.13 Line Constants:


U

Calculations of positive reactance and zero phase sequence impedance (per phase per
Km) for all 300, 132, 33 and 11 kV lines shall be submitted. Each impedance
calculation will include calculations of the following:
48

1.) Resistance at 20oC and at 85oC


2.) Inductive reactance
3.) Capacitive reactance
4.) Capacitance (conductor / conductor and conductor / ground)
5.) Mutual inductive impedance.
6.) Voltage drop / km (at full load current).
Reference shall be made to clause 4.11 regarding phase arrangement.

4.14 Painting of Towers:

All towers shall be painted only from the bottom of the top cross-arms to the crest of the
tower as well as the upper cross-arm in alternate Red/White colors and suitable width
bands approved by MEW for each color.
a.) General Requirements :

This specification defines the minimum requirements for the protective coating of
towers, also for surface cleaning, preparation and application of paint.

The Engineer shall at all times have access to the work and materials for inspection while
the work is in preparation or progress.

Should any work or material be found defective or not in compliance with the
specification, correction or replacement by the contractor at his own cost is essential.

b.) Responsibility and Guarantees:

Inspection of coating by MEW will neither relieve the contractor of his responsibility for
acquiring the specified quality of materials, nor for the correct performance of the work.
Corrosion protection is rated to last a guaranteed five (5) years after MEW acceptance.
The finished painted surface will be expected to resist attach from wind borne sulphur
dioxide with small traces of kerosene and chlorine and the general Atmospheric
conditions which are humid and sailing with temperature up to 85oC as well as resistance
to sand borne wind, sun-ray ...etc.

Payment will be made in accordance with the relevant unit rates for sub-items in
schedule of prices "J-A" (unit Rates per tower) for a complete process of painting of
tower as specified. This unit rates shall be applicable to all types of towers, including any
extension of any height that is used as well as towers for Rig Road Crossings and special
towers for power line crossings...etc.
49

c.) Safety Precautions:

All necessary precautions shall be taken by the contractor to protect personnel and
property from hazards due to falls, injuries, toxic fumes, fires, explosion or other harm.
All paints and thinners shall be stored in an area that is well - ventilated and protected
from sparks, flame, direct rays of the sun and from excess heat.

It shall be the responsibility of the contractor that all work to be done and all equipment
to be used are in accordance with the local authority regulations.
d.) Cleaning and Surface Preparation:

Before painting of the hot - dip galvanized towers; they shall be carefully cleaned to
remove all foreign matters such as salt, dust, sand and dirt by the use of fresh water.

After cleaning, all surfaces shall be checked for any damage to the galvanizing. All
damages shall be carefully freed of rust and shall be touched up in an approved manner.

e.) General Preparation and Applications:

All materials in successive coats are to be from the same manufacturer unless otherwise
approved.
The contractor shall obtain the paint manufacturer’s specific recommendations and
instructions on pot life and other specific provisions for applications of both prime and
finishing coats. These recommendations shall be considered as specific parts of the
specification and shall be followed accordingly. The use of thinners is strictly restricted
to the cleaning of tools.
Paint shall only be applied to clean dry surfaces and after the approval of the Engineer.

All materials shall be evenly applied so as to b free from runs, sags, laps, skips or there
defects and only with the use of approved strike brushes.

All finishes shall be clean and in good, sound conditions.


All paints shall be delivered in the original sealed containers and shall remain un-opened
until required for use. Paint which has livered, gelled or otherwise deteriorated during
storage shall not be used.

Completed surfaces which do not meet the standard set forth in this specification shall be
re-coated at the cost of the contractor.
Applications of the Red and White bands has to be in accordance with Annex 14,
50

Aerodromes, chapter 6, clause 6.2.4 of the International standards and recommended


practices issued by the International Standard and recommended practices issued by the
Civil Aviation Organization and is subjected to MEW approval.
To ensure the suitability of paints, the contractor shall execute on his own cost a sample
test on site, the results of which must be of satisfaction to MEW, this test shall be carried
out in a very early stage of the contract and no paint shall be ordered beforehand.

All towers shall be primed with one coat of paint as: Primer” one under - coat
(Red/White) and one final coat (Red/White).

Final selection of the paint is subjected to the approval of MEW.


The contractor shall obtain from the Manufacturer and shall submit to MEW “Paint
Manufacturer's Guarantee “for the quality of painting materials and that each coat of
paint is compatible with the previous and subsequent coats. All pigmented paints and
primers shall be delivered on site in sealed containers packaged by the manufacturer.

Materials:
The quality of paint shall be such that they form no solid sediment and at most of slight
the un-opened original containers by the time of use of which cannot be processed
satisfactorily may not be used. Sediment shall be regarded as solid if it cannot be
dispelled again quickly and completely by stringing with an adequate electric driven
mixer (maximum speed 350 to 400 rpm).
The following indicates painting materials of special composition considered suitable for
galvanized steel surfaces:

i.) Touch-up and Priming coat:


2 component epoxy zinc-phosphate primer
Total volume of solids : Min. cu.cm. / Liter 480
Total weight of % of the weight Phosphate of pigments 9
Dry film thickness : Min / cm 60
Color : Red or Yellow
Application : by strike brush only.
ii.) Intermediate Coat for Red / White Finish:
If applicable 2 component epoxy micaceous iron oxide paint
Total volume of solids : Min cu. cm / liter 520
Dry film thickness : Min / um 60
Color : Red shadow for final red finish, silver shadow for final white finish.
51

Application : By strike brush only.


iii.) Final Coat for Red / White Finish:
2 - Component epoxy high class finishes paint
Total volume of solids : Min cu.cm / liter 430
Dry film thickness : Min / um 60
Color : Red according to RAL2002 or aviation services
Orange No. 12197 white according to RAL 9010 or aviation service white N0. 17875.
Application : by strike brush only.
RAL means : RAL Ausschuss fur lieferbedingungen and Guterischerungen e.v. ,
Frankfurt, Germany.
Committee for terms of delivery and grade of quality Inc. Frankfurt, Germany.

4.15. Warning spheres:

Red color with white strips of fiber glass or special high temperature plastic air-craft
warning spheres capable of being firmly clamped to the overhead earth conductor along
the whole length of the proposed overhead line shall be provided. Special red color with
white strip temperature rugged fiber glass spheres designed for this purpose may be
considered.

Spheres must be of suitable size to be easily observed from aircraft and accommodation
by the tower dimensions and shall not be less than 500 mm dia. Details drawings of
fixation assembly and overall dimensional drawings must be submitted with the offer.
This is subjected to MEW approval.
The sphere assembly shall be properly attached to ensure that it will withstand the wind
velocity specified under clause 3.2 and the accumulated vibration without moving from
its original fixing position. Details of clamps materials should be given in the offer
indicating provision made against corrosion due to atmospheric conditions of bimetallic
electrolytic action.

Full details with catalogues, etc... Should be submitted with each and every offer.
Locations of spans to be furnished with the above mentioned warning spheres shall be
decided by the Purchaser during the checking of the profile drawings.
Normally for the spans to be provided with warning spheres. For 132 kV O/H Lines two
spheres per span shall be provided to the earth wire. For 33 & 11 KV O/H Lines one sphere is
to be provided in each span. Four spheres per span (2 spheres on each earthwire) are to be
provided for 300 kV Lines.
52

4.16 Warning Obstruction lights for 300 kV and 400 kV lines:

A- Induction Lights:
Warning device sets to be supplied must conform to the laws of Aviation which require
obstruction lights of non-flickering red lights of Grade A and rated low intensity light
recognizable from all directions 15 degrees above level of light source and intensity of light
to be more than 40 candles. Device must be electrostatic induction neon-lighting type
employing the overhead earth wires of towers after providing these earth wires with
insulators with the required arcing horns. The warning device shall be suitable for
installation on the tower crest fitted on an insulated base. Each set shall be arranged in a
group of four light globes per 300 KV tower. Provision shall be made so that if one or more
globes fail the other globes remain lit. Each earth wire shall control two light globes
preferably connected in parallel.
Tenderer shall supply construction, mechanical and electrical design and circuit diagram of
the lighting system which shall include voltage inducing part, lighting lamps, auxiliary
circuit, spark-gap impedance, etc. the final design and details shall be subject to MEW
approval.

Full details of stand-off insulator assembly must be submitted with description of can and
pin type insulator with arcing devices and conductor clamps. …etc.

In general, the lighting devices must be of long life and easy maintenance design and the
tenderer is required to submit full details and catalogues including full description of all
parts used together with all pertaining data to enable MEW to check the design of the above.
The final arrangement and details shall be subject to MEW approval.
All 400 & 300 KV towers shall be designed and prepared for mounting the above warning
lights as may be decided by MEW at a later stage. However, the locations of towers to be
furnished with these warning lights will be decided later by MEW.
The design of the warning lights shall be based on the phase arrangement as given earlier
under clause 4.11 (i.e. R-Y-B for one circuit and B-Y-R for the other circuit and as read
from top to bottom).

B- Solar power lights

1. Tower obstruction Lights shall be fitted to towers as agreed by MEW engineer.


2. The Tower Obstruction Lights should conform to the requirements of the civil, military
aviation & civil defense authorities of the state of Kuwait & to the recommendation of
the FAA & CAA & ICAO Annex 14.
53

3. Tower Obstruction Lights should have an intensity of more than 40 candles, red fixed
flashing simultaneously. Tow lights globes shall be placed one on the top of the tower.
The warning lights shall be suitable for installation on the crest of the tower & to fit on
an insulated base.
All components in the light system shall be designed for easy in maintenance & to
provide the required performance as specified by ICAO for a period of at least five
years without any maintenance. The lighting device shall have a service life more than
20 years.

4. The light shall be a one-piece molded weatherproof assembly. It shall not require any
ground connection to avoid any voltage return the earth & shall be for immunity against
high temperature & EMC (electromagnetic compatibility) & sand storm.

5. The power input for the light system shall be supplied through solar power with back-
up battery for night time operation. The battery should be sealed type without
maintenance with at least 5 days of autonomy.
The typical life time of the battery should not less than 7 years.
The system shall be able to deliver the light output during day time, twilight & night time
operations automatically with the regular of the solar generator. The regulator shall protect
the battery against overcharges & against deep discharge.
Control box shall be waterproof & corrosion resistant. It shall include a circuit breaker
switch & power supply to the lights shall be controlled by photoelectric cell.
The photoelectric control shall be of the “fail safe” type. That is, in the event of fault in the
control mechanism, the power supply to the lighting will remain on.
Provision shall be made so that if one globe fails the other glob remains in service.

4.17 Submittals

4.17.1 Submittals Required with Tender

Submittals with tender include:


1. The Technical Data Schedules attached to this specification for each type of proposed
line accessory.
2. The manufacture’s quality assurance program and/or manual together with a list of
international/national standard specifications covering raw materials, components,
processes, tolerances, test procedure, etc. & a list of tests normally carried out on raw
materials & a description of test equipment used.
3. A short description of the manufacturing processes & equipment employed in line
accessories.
54

4. A full list of routine & sample tests carried out during & after manufacture, & a
description of the test equipment used.
5. A full list of all type tests performed & all relevant data confirming results.
6. Detailed drawings of each of the crates that will be used for packing including the
constituent material & the method of manufacture.
7. A list of existing transmission lines equipped with the proposed accessories & the
dates of commissioning of these lines.

4.17.2 Submittals Required Following Award of Contract


Submittals required following award of Contract are five copies each of:
Construction, mechanical & electrical design & circuit diagram of the lightning system:

• Details of manufacturing, test & shipping schedules, & transportation/delivery


proposals.
• Certificates covering raw materials used.
• Certificates covering routine tests carried out.
• Certificates covering type, sample & routine tests on fittings.
• A set of reproducible drawings showing for all accessories.
• A set of reproducible drawings showing for all accessories:
- Principal dimensions & showing for all accessories.
- Electrical & mechanical characteristics.
- Fitting dimensions.
- Material & standards.
- Heat treatment for steel & standards.

TS16 Obstruction Light

TS16 Obstruction Marking Light


ITEM Description Units Required Guaranteed
1.0 Manufacture
2.0 Country of Origin
3.0 Nominal Characteristics
3.1 Nominal Line Voltage KV 132
3.2 Radio interference level μV <2500
3.3 Withstand capability yes
under gusty/high wind
conductions
3.4 Continuous service life Year 20
3.5 Performance under yes
foggy/humid/polluted
weather
3.6 Type of lamp & light
55

source
3.7 Insulator material
3.8 Diameter & length of
auxiliary conductor
3.9 Color of produced light red
3.10 Intensity of light cd > =40
produced
3.11 Lamp mounting Flexed on
the crest of
tower

TS17 Obstruction Light

TS17 Obstruction Marking Light


ITEM Description Units Required Guaran
teed
1.0 Manufacture
2.0 Country of Origin
3.0 Nominal Characteristics
3.1 Power input solar
3.2 Provision of photocells for yes
automatic switching
3.3 Type of lamp yes
3.4 Light color white
3.5 Minimum life duration Years 5
without maintenance
56

PART – V

LINE CONDUCTORS, EARTH CONDUCTORS AND


CONDUCTOR FITTINS

5. Existing Line Conductors:

The steel cored aluminum conductors shall comply with and be tested to BSS No.
215. The aluminum used shall be of the highest purity commercially available and the
contractor shall submit certificates of analysis giving the percentage of impurities.

Steel cored aluminum conductors shall be of the following cross-sectional areas:

a.) 400 sq.mm conductors (ZEBRA) of aluminum cross-sectional area


428.9 sq.mm and stranding 54/3.18 mm aluminum & 7/3.18 mm steel.

b.) 200 sq.mm conductors (PANTHER) of aluminum cross sectional area


211.7 sq. mm stranding 30/3 mm aluminum & 7/3 mm steel.

c.) 175 sq.mm conductors ( LYNX ) of aluminum cross-sectional area


183.4 sq.mm
and stranding 30/2.79 mm aluminum & 7/2.79 mm steel.

d.) 150 sq.mm conductors (WOLF) of aluminum cross-sectional area


158.1 sq.mm and stranding 30/2.59 mm aluminum & 7/2.59 mm steel.

e.) 50 sq.mm conductors (RABBIT) of aluminum cross-sectional area


52.9 sq.mm and stranding of 6/3.35 mm aluminum & 1/3.35 mm steel.

The steel core wires shall be galvanized as previously specified.


A coating of non-oxidizing grease shall be applied over the steel cores so that
additional protection against corrosion is provided. Full details of non-oxidizing
grease shall be given stating trade name, type, chemical properties and drop point
which shall not be less than 120°C. The guarantee previously asked for shall
specifically include the suitability of the non-oxidizing grease for the atmospheric
conditions stated giving trouble free long service, under the arduous climatic
conditions in Kuwait.

The stranding of each layer of conductor shall be close and even as much as
possible and the outermost layer of all conductors shall be stranded with a right hand
lay.

Conductor drums shall meet the requirements of BSS 1559 where applicable and the
construction shall take into consideration possible rough handling during
transportation to port of destination and enroute and all necessary precautions shall
be taken to protect the conductors before stringing and any surplus conductor while
returning to Purchaser's stores.
57

Conductors shall be supplied in suitable lengths and the lengths of conductors on


each drum shall be marked.

Offers shall include detailed description of the methods and erection equipment
proposed for unrolling stringing and sagging of the conductors.
Conductors damaged during erection shall not be used except with the approval of
the Purchaser in which case repair sleeves of approved type shall be used, designed
to be compressed onto the conductor.

5.1 Spacer Dampers for Spans:

The spacer dampers of the single hinge per arm type must be provided and must
guarantee that safe distance is kept between conductors, even with attracting or
repelling forces, but on the other hand should cause only slight additional forces in
these as the conductor parts move longitudinally. The normal conductor conical
displacement should produce no considerable increase in the strain on the conductor
wire at the points of fittings.

The above spacer dampers to be used shall maintain separation between the
conductors of each bundle of 450 mm of quadruple conductor and 400 mm for twin
conductors.

The spacer should have a damping effect on the vibrations of the conductor and
subject to the following:-

1. Flexibility and energy absorbing capacity in all planes of the conductors


bundle.
2. Higher damping ability with a lower stresses concentration at each hanger.
3. A longer working life.
4. No rubbing shall take place between any parts of the spacer other than the
conductor clamp higher or clamps swing bolts. A joint incorporating a
flexible medium is acceptable provided that such a medium cannot slip against
any other components.

All parts of the spacer should be securely joined together for a trouble free assembly.
The spacer damper must function effectively in the temperature range of -6°C to 85°C
in case of ACSR conductor and-6°C to 210°C in case of GZTACSR conductor. All
parts of the spacer damper shall be made from corrosion resistance materials which
shall be specified in the offer. The flexible hanger shall maintain their performance in
the above mentioned temperature range and shall also resist the effects of the site
conditions as specified under clause 3.2.

The design and construction shall be simple and easy to install using a minimum of
tools and shall ensure easy and correct identification of torque settings.
It shall not be possible for the spacers to be destroyed as a result of dynamical stress
even during the continuous operation.
58

The most satisfactory spacer’s design in services is to grip the conductor through
conducting material of a suitable and approved bushed which shall allow flexible
movement on excess rotational torque but shall not slip on the conductor.

Spacer dampers shall be installed after stringing and tensioning of conductors.


The spacing of the spacer dampers along the line shall be subject to MEW approval
and details and bases of the recommended spacing shall be provided by the contractor.
However the first damper should be located within 20 meters from the tower and one
spacer in the middle of the span.
Spacers for Jumpers:

Separate jumper spacers at least three per jumper per connection must also be
provided. For this purpose rigid type spacers of adequate in weights to limit swing
shall be supplied based on a square separation of 550 mm for quadruple bundle and
two 200 mm twin type spacers shall be fitted to the upper pair of jumper and adjusted
on site to give the possible clearance to prevent contact between upper two conductors
line and upper pair jumper.

The spacer clamps shall be of aluminum and not less than 120 mm width and shall be
provided with an adequate clamping surface with a radius at the clamps mouth to
prevent damage to the conductor. All screws and nuts and spacers shall be locked by
an approved manner and projecting nuts shall be domed. All sharp edges shall be
avoided.

Full detail, catalogues and drawings for these spacer dampers shall be submitted with
the offer with reference where such spacers were used before. If rubber or other
metallic substances are used in the spacer, the Tenderer shall supply proof
demonstrating the effectiveness of the substance over the range of - 6ºC to 85ºC and
/or -6ºC to 210ºC .

5.2 Optical Fiber Ground Wire:

The cables shall be designed to withstand all prevailing environmental conditions


including the effects of high electric and magnetic fields produced by the proximity of
live power conductors. Service life of at least 30 years is required, and test evidence to
support Manufacturer’s claim in this respect shall be submitted with the tender. In
addition, the Tenderer shall provide full details of the method of support and
installation procedures, including the jointing and splicing techniques emphasized.

5.2.1 Performance requirements:

The system shall be designed to ensure satisfactory operation under the environmental
conditions prevailing at the sites and under sudden variation of voltage and load as
may be met with under working conditions of the system.

The system shall be designed to use single-mode optical fiber complying with ITU-
TG.655 recommendation. The optical cables shall contain 48 fiber cores. The rated
optical wavelength of the system shall be 1310nm and 1550nm.
59

The physical and electrical characteristics of hierarchical digital interfaces shall be as


described in ITU-TG.703 recommendation.

The cables used to interconnect modules, equipment shelves and distribution frames
shall be fitted with specialized connectors at each end of the cables. The joint box at
each gantry tower necessary to connect the OPGW with the required under ground
optical fiber cable (which should be terminated to the communication room) shall be
included in the scope of work herein but the required optical fiber cable will be
supplied and erected by the contractor.

Test requirements:

Routine test shall be carried out on the complete fibre cable to show that the
guaranteed performance figures are achieved and the OPGW comply with the
requirements of this Specification and Guarantees stated in the appendices.
Transmission characteristics of the optical fibre and terminal equipment shall be
measured.

The main test shall be:

End to end power loss and consequently the optical margin. The characteristics of
every optical path through an optical time domain reflectometer (OTDR) in the best
window (1310nm & 1550nm) monitoring the evolution of splices and connectors.

Ends of the optical fibers cables:

After factory acceptance tests, the inner ends of the cables shall be fitted with suitable
cap to ensure water tightness, the outer end shall be fitted with a watertight head
compatible with cable pulling. Caps (material and implementation) shall comply with
the applicable standards.

Junction boxes and splices:

Junction boxes shall be provided to protect splices from all construction and working
stresses likely to deteriorate their characteristics. OPGW ends to junction box shall
also be protected.

Three types of junction boxes shall be provided:

TYPE A:

Junction boxes used to connect two sections of overhead OPWG anchored on a tower;
they shall be installed in the lower portion of towers or portal structures along their
body about 5m above ground level.

It is preferable that joint enclosures on towers or supporting structures which are


earthed shall be early removable and shall be provided with sufficient slack cable and
protective conduit to allow the joint enclosure to be brought down to the ground level
60

for maintenance and repair purpose. An extra fiber length (aprrox. 1.5m) shall be left
inside the junction box so as to be able to remake a faulty splice.

TYPE B:

Terminating junction boxes on OHL used to connect the OPGW and the underground
optical cable at the gantry. They are similar to the above type except for the
connection arrangement.

TYPE C:

Surface junction boxes used to connect to sections of underground optical cables; they
shall be installed on a suitable metallic structure at hand and conform to the relevant
standards applicable.

During mounting and installation as well as throughout the full life of the
communication link, the junction box shall be subjected to various climatic and
mechanical stresses, namely:
• Stresses related to mounting and installation.
• Tensile stress applied to the box by the optical cable coming from the top of
the tower.
• Mechanical shocks.
• Stress occurring during operation.
• Mechanical stresses due to elongation (or contractions) of optical central
support during temperature and mechanical load variations to which the
OPGW / UGOP is subjected.
• Wind provoked vibrations.
• Temperature effects and variations on box.
• Variation of relative humidity and effects of industrial and salt pollution.
• Mechanical shocks.

The junction box shall be designed for:

• Ensuring continuity of optical core sheath water tightness at junction box.


• Ensuring attachment in the box of all the components (core, tube, etc) except
the optical fibers.
• Guaranteeing that the mechanical and climatic stresses likely to be induced on
the fibers and fiber splices within the box during mounting, installation and
working life do not lead to high risk of breaking during the minimum expected
working life of the communication link.
• Guaranteeing that the properties of all the materials making up the junction
box shall not change during the life time (in particular no problem of
incompatibility) likely to result in an appreciable risk of failure during the
expected working life of the communication link.
61

Junction box technology shall enable cables entering only through the bottom thereof,
rapid disassembly of box cover giving access to fiber splices, repair of fiber splicing at
least five (5) times during transmission line working life.

Splices:

The same standard way of splicing shall be implemented on the whole network. The
Tenderer shall submit a description of the tools and instruments needed to make the
splices as well as the method to be used. Type test certificates shall be submitted to
show evidence that the following procedures of quality control have been applied.

5.2.2 Optical ground wire (OPGW)

A.) Characteristics:

The OPGW shall comply with all standards and requirements for the normal ground
wire and dimensioned with the same electrical and mechanical constraints as the
existing ground wire as specified herein to be replaced or the new ground wire that
would be appropriate for the protection of the new transmission line.

The following standards, recommendations and drafts in their recent issue shall be
considered as the reference:

• IEC/7/505/CDV Electrical, Mechanical and Physical requirements and test


methods for OPGW.
• EN 187 201 Family Specification OPGW (Draft).
• IEC 60865-1 Short-circuit Current – Calculation of Effects

The cable shall incorporate 48 fibers housed in a protective tube protecting fibers from
crushing, bending and stress. The buffer tube itself shall not be damaged by crushing,
bending, twisting or tensile stress.

The fiber excess length shall be such that any combination of environmental
temperature and tensile stress on the cable (within the admissible range defined in the
present specifications) shall not cause any mechanical stress on the fibers.

The optical fiber housing shall be filled with a protective Hydrogen absorbing
compound.
From the environmental constraint point of view, it is reminded that the OPGW shall
be exposed to a “hard environment” not limited to the following:

• Temperature range: -6°C to +85°C


• Maximum relative humidity: 100%
• Saline haze
• Sand wind or storm

The contractor shall have to take these atmospheric constraints into account to select
an adequate OPGW for which a minimum 30 years life is expected. In this respect, the
62

contractor shall have to provide type test certificates proving that the OPGW does
comply with IEC accelerated ageing test gathering the here above conditions.

The minimum retraction is defined when the earthwire is at -25°C and is not subjected
to any tensile stress.

The maximum elongation is the largest of the three values corresponding to the
following conditions:

•No tensile stress, temperature: +85°C


•Wire installed over a550m span set at 45°C and raised to the maximum
temperature which is reached by the passage of a 15kA current for 1 sec.
• Wire subjected to a stress equal to 70% of its rated breaking load and brought
to a temperature of -5°C.
To reach an optimum as concerns the length of OPGW to be installed (long lengths
are heavy and not very easy to handle), the Tenderer shall propose OPGW length
between 3 to 5 kilometers.

B.) Fiber characteristics:

Quantity of fibers: 48 fibers are required.

Operating wavelength:
The optical fiber cables are of single mode silica glass core with pure silica cladding.
They shall have dual operating windows for wavelengths at 1310nm and 1550nm. The
cable shall be designed to accommodate 48 fibers as specified here above.
Optical fiber characteristics:

Transmission mode: Single mode, fiber optics have to be compliant with ITU-T
recommendations G655 (dual operating windows: 1310nm & 1550nm).
Wavelength : 1310nm

• Maximum attenuation : 0.36dB/Km at 1310nm


• Maximum attenuation : 0.22dB/Km at 1550nm
• Maximum splicing loss : 0.1dB
• Average splicing loss : 0.05dB
• Maximum end-conductor loss : 0.5dB
• Core diameter : 10µm +/- 0.5µm
• Cladding diameter : 125µm +/- 2µm
• Maximum concentricity error : 1µm
• Maximum cladding non-circularity: 2.0%
• Maximum chromatic dispersion : 3.5ps/(nm x Km) at 1310nm
• Maximum chromatic dispersion : 18ps/(nm x Km) at 1550nm
• Cut-off wavelength : ≤1260nm
• Mode field diameter : 8.1µm – 9.7µm
• Each fiber and tube shall be distinguishable from other by means of
colored ink.
For fiber recognition, a color coding compliant with IEC 304 shall be employed.
63

Type tests:

Type test certificates for the OPGW cable must be produced by the Tenderer in order
to prove the performances of the cable in the following aspects:

1.) Fiber tests:


• Mode field diameter (according to IEC 60793-1) – spot size of the
fundamental mode.
* Where it is mentioned recommendation G652, this shall be replace by
G655
• Cut-off wavelength (according to IEC 60793-1) – wavelength above which
the fiber allows single mode propagation.

2.) Cable tests (IEC 60794, IEEE 1138):


• Fiber Excess Length (FEL) (ratio between fiber length and cable length)
• Crush test
• Impact test
• Tensile strain and stress
• DC resistance
• Weight
• Admissible fault current (kA²s) (Short circuit test)
• Temperature and temperature cycling
• Water ingress
• Aeolian vibration test
• Galloping
• Sheave test

3.) Factory testing:


The cable shall undergo factory testing in a systematic manner and by
sampling depending upon the nature of the tests. The contractor shall submit
its test procedures for the cables for the employer’s approval. These tests shall
include but are not limited to the following:
• Fiber attenuation for each cable drum
• Chromatic dispersion for each drum
• Cable diameter and geometry
• Tensile strength and elongation break
• DC conductivity
• Torsion

5.2.3 Experience in Gulf countries:

The experience in installation of OPGW in Gulf countries to be detailed.

5.3 Existing Earth Conductors:

It is to be noted that double overhead earth conductors were installed above the
existing 300kV line conductors and a single earth conductors is installed above the
existing 132, 33 and 11kV line conductors. It is so placed that the shade angle
64

between earthwire and any line conductors is not greater that 30 degrees. The existing
earth conductors is 19/2.36mm galvanized stranded steel wire made of grade 1150 to
BSS 183 and where applicable shall comply with the requirements for steel wires of
steel cored aluminum conductors.

The OPGW which will be installed above the 132kV line conductors shall have the
same mechanical and electrical constraints as the existing ground wire.

5.3.1 Earth Conductors:

Single overhead earth conductor and one OPGW shall be provided above the 400 and
300 KV line conductors and a single earth conductor or OPGW shall be provided
above the 132, 33 and 11 KV line conductors and shall be so placed that the shade
angle between earthwire or OPGW and any line conductors is not greater than 30 ºC.
The earth conductors shall be 19/2.36 mm. galvanized stranded steel wire made of
Grade 1150 to BSS 183 and, where applicable shall comply with the requirements for
steel wires of steel cored aluminum conductors.

5.4 Conductor Fittings:

Joints for connecting line conductors shall be of approved type. The electrical
conductivity and current carrying capacity of each joint shall not be less than those of
the line conductors. Tension joints shall not permit slipping at a load less than 95 %
of the ultimate strength of line conductor and the tension of the steel core, where
applicable, shall be transmitted entirely through steel fittings.

Non-tension joints shall be of an approved design and shall not permit slip at a load
less than 50% of the ultimate strength of non-ferrous wires forming the conductor.
The design of non-tension joints shall prevent loosening of jumper joints in service.
All joints shall be of the compression type, hexagonal shape and shall be subject to the
approval of the purchaser. Full details shall be submitted with each offer. Erection
tools and methods of making the joint shall be subject to MEW approval.

Bi-metal connectors for used at the line terminations, where found necessary, shall
be of an approved type and designed to prevent electrolytic action between dissimilar
metals, they shall comply with applicable requirements for joints and shall be included
in the tender price.

An adequate clamping surface with radius at the clamp mouth shall be provided so as
to limit the corona to values specified in IEC standards.

Line conductors and earth conductors for 400, 300, 132, 33 and 11 KV lines shall be
equipped with stock bridge type vibration dampers at all tension and suspension
locations.

Vibration dampers shall be attached to the conductors, after final tensioning. Method
of attachment to conductors shall prevent damage to the conductor. All bolts shall be
fitted with lock nuts and all iron and steel parts shall be galvanized.
65

The earth conductors shall be attached to the tower by means of suspension or tension
clamps of approved design or a suitable method approved by MEW. The suspension
clamps shall not be rigidly fixed to the towers. The cut ends of line and earth
conductors and the joints themselves shall be treated to prevent corrosion by ingress
of air moisture.

5.5 Conductor Erection and Stringing:

The conductors shall be run out using free running blocks of approved design and
method of suspension so as to avoid damage to the conductors.

The conductors, clamps and joints shall be erected and installed in such a manner that
no bird caging, over tensioning of individual wires or layers or other deformation or
damage to the conductors shall occur. Clamps or hauling devices shall under erection
conditions, allow no relative movement of strands or layers of the conductor. This
shall be demonstrated by tests if required by MEW.

Each conductor shall be clamped in at suspension towers not later than 48 hours after
having been tensioned off at section towers. The conductors should not be handled
roughly or drawn on the ground so as to avoid any damage likely to be caused to the
conductor at any time whether during erection or when at rest on the ground. The
contractor shall submit in due time to the Purchaser the proposed method of stringing
for approval. Stringing under tension using pilot wires, motorized winches and brakes
will however be preferred.

The work of installing vibration dampers will commence immediately after each span
is clamped in and will be completed as quickly as possible and without any intentional
delay. The conductor is to be coated with the same grease which is specified for
conductor manufacture at all clamps positions where suspension shoes, spacers,
spacer dampers or vibration dampers are fitted.

Conductors will be handled carefully at all times and during conductor running out
they shall not at any time to abraded on any obstacles such as wall fences, buildings or
the ground. When joints are being installed the conductor shall only come into contact
with the ground when at rest and the contractor will provide adequate means of
preventing damage or contamination to the conductor, to the satisfaction of MEW.
Cutting of layers of conductors shall be done with special tools so as to prevent
damage to under laying steel strands.

The sags and tensions of line and earth conductors with the assumed maximum
loadings figures stated at minimum temperature conditions shall not exceed the
figures stated in the guaranteed schedule.

The contractor shall submit for approval sag/tension curves together with calculations
showing the correct erection and final sags and tensions of the power conductors,
earth conductors OPGW and slack spans at various temperature and spans with 10 °C
meters intervals at different temperature from -6°C to 85°C and/or -6°C to 210°C with
difference of 10°C.
66

The erection sag should include allowances for such permanent stretch as may take
place in service. Permanent set should be allowed for in such curves. Reference
should be made to clause (4) for the initial over-tension of the conductors. The sag of
any conductor shall not differ from the correct sag by more than (3%) and in any one
span.

The sag of the component conductors of any one phase shall not differ by more than
75 mm.

The contractor shall provide suitable and accurately calibrated dynamometers,


thermometers, sighting and other approved apparatus necessary for the proper
checking of the work.

The contractor will adopt temporary back staying of towers or other approved means
during the sagging and landing of conductor to ensure the stability of the tower and
line at all times and ensure the accuracy of sagging.

5.6 Jumper Erection :

Jumper conductors shall be erected in such a manner so as to form a smooth ellipse


and provide necessary clearance to tower body which shall be checked after erection
of each jumper.

Jumper of tension towers only D60, D90, S60 and S90 shall be supported by a jumper
insulator set.

5.7 Testing:

All conductors fittings shall be tested in accordance with BSS 3288 and test
certificates shall be submitted.

5.8 Thermal Resistant Aluminum Alloy Conductors:

In order to upgrade the transmission capacity of the ACSR overhead line feeders,
which are used in Kuwait network, we propose to use such, type of conductors in
400KV items I & II of this specification. It is proposed to use the upgrade conductor
which can increase the capacity of the conductor to two times the rating of ACSR
conductors by using Thermal Resistant Aluminum Alloy Conductors taking into
consideration that the technical data of the upgrade conductors (i.e. tensile strength,
sag, tension etc…) and other technical data which affect the tower design shall be the
same of ACSR wolf, lynx, panther and Zebra conductors and shall be as follows:-

5.8.1 SCOPE
This Conductor Specification specifies the minimum technical requirements for
design, engineering, manufacture, inspection, testing and performance of the heat-
resistant (high temperature operation and low sag) aluminum alloy bare conductors for
use in the overhead transmission line system of this tender.
67

The conductors shall be of the following types:

1.1 GZTACSR Gapped Super Thermal-Resistant Aluminum Alloy Conductor Steel


Reinforced.

5.8.2 CROSS-REFERENCE

This Material Standard Specification shall be read in conjunction with the latest revision of
IEC or BSS or equivalent standard, titled "General Requirements for All Transmission
Equipment / Materials" which shall be considered as an integral part of this specification.

5.8.3 APPLICABLE CODES AND STANDARDS

The last revision of the following Codes and Standard shall be applicable for the material
covered in the slandered specification. The vendor / manufacturer may propose Equipment /
Materials conforming to equivalent Industry Codes and Standard other than those quoted
hereunder without jeopardizing the requirements of this specification, in which case he shall
submit a copy of the proposed Standard and shall submit a written proof that the proposed
Standards are equivalent in all significant respects to the Standards specified. Acceptability of
any alternate code or Standard is at the discretion of MEW.

1.1 JCS 1405 Super- Thermal Resistant Aluminum Alloy Conductor, Galvanized-
Glad Invar Reinforced.

1.2 JEC 3406 Thermal Resistant Aluminum Alloy Conductor.

5.8.4 NDESIGN AND CONSTRUCTION REQUIREMENTS

5.8.4.1 General

1. The bare overhead GZTACSR Conductor shall be of manufacturer's standard


design but shall meet or exceed the requirement of this Specification in all respect.

2. Manufacturer's drawing as required in this specification shall show the cross-


section of the bare overhead line conductor, together with all pertinent
dimensions.

3. The manufacture shall submit the special instruction, if any, for the installation
(stringing/sagging) of conductors along with sag-tension/stringing charts and the
details of special stringing/sagging equipment. The span length, temperature and
other data required for sag-tension charts shall be provided to the manufacturer
separately.

4. The manufacturer shall submit which of the material (conductor’s clamps,


spacer/vibration dampers, insulators etc.) require replacement when using the
conductors for upgrading the capacity of existing transmission line.
68

5.8.4.2 Design Criteria


1. The maximum ambient outdoor temperature specified in this specification
shall be regarded as the basic temperature.
2. The bare overhead line conductors shall be classified as Class AA, bare
conductors.
5.8.4.3 Ratings
1. The bare overhead GZTACSR conductors rating data shall be as specified in
Data Schedule and shall give the equivalent ACSR conductors.

2. The rating and characteristics of bare overhead line conductors covered by this
Specification together with the equivalent ACSR conductors shall given in
separate tables.
- It is to be noted that the rating of GZTACSR conductors shall be double the
rating of the equivalent ACSR conductors.
- Table 1 to table 4 shall be filled by the manufacture and signed by the
tenderer.

Table 1: GZTACSR Type Conductors equivalent to ACSR in diameter


Nominal
ACSR
Nominal Wolf Lynx Panther Zebra
Conductor
Conductor Aluminum
Size by Cross-
2
Section (mm ) Steel Core

Total

Nominal Diameter, (mm)


Minimum Breaking Strength,
(KN)
Nominal Weight, (kg/km)
Maximum DC Resistance at
20°C, (Ohm/km)
DC Resistance at 210 °C,
(Ohm/km)
Maximum Conductor Operating
Temperature, (°C)
Current Capacity at 210 (°C)

Note: GZTACSR Type Conductors require special stinging/sagging tools and installation
procedures.
* Applicable for ACSR.

The tenderer shall fill table 1 taking into consideration the following:

i The current carrying capacity shall be calculated in accordance with IEEE738 and is
based on 0.61 m/s wind velocity, 56oC ambient temperature,0.5 emissive coefficient
P P

and 0.5 absorption coefficient. The value shall been rounded off to the nearest ten
on the lower side. A curve, which shows the currant carrying capacity against
69

different temperature. Values shall be submitted for MEW approval together with
the calculation.

ii When replacing existing conductors with heat-resistant conductors to upgrade the


power transfer capability of transmission lines it shall be ensured that conductor sag
(ground clearance) is not affected and the structures do not require any modification
/ reinforcement. Maximum allowable conductor temperature and current capacity
shall be clearly indicated in each table.

iii GZTACSR type conductors shall required special stringing/sagging tools and
installation procedures as recommended by the manufactures.

5.8.4.4 Materials

The super and extra-thermal resistant wire shall be made of aluminum in accordance
with JIS H 2110 with additive of zirconium and others, and processed through
drawing.

Aluminum-clad invar shall be the high strength steel wire cladded aluminum in
accordance with JIS 2110. The both metals shall not separate from each other.

The surface of the wires shall be substantially smooth and free from scratch, rust,
crack and defects, which are harmful for practical use. The wire shall have no joint in
one continuous length. The size and characteristics of wires prior to stranding shall be
in accordance with the requirements stated in JCS 1404 and JCS 1405.

5.8.4.5 Fabrication

The aluminum alloy wires shall be standed concentrically and closely around stranded
invar wires.

Unless otherwise specified in the Project Technical Specifications or mutually agreed


between MEW and the manufacturer the stranding direction of lay of the outer layer
shall be right hand (Z-lay) and shall be reversed in the successive layers.

The lay length of the aluminum-clad steel invar core wire shall be 20 to 40 times the
central diameter of the layer whereas for aluminum alloy wires it shall be less than 20
times the central diameter of the layer.

There shall be no joint in one continuous length of invar wires .

5.8.4.6 Reel Design

Reels may be of wood or steel construction. The length of overhead line conductor per
reel shall be preferably in the range of 3000 to 3500 meters unless otherwise different
length are required as per actual site requirements or agreed between MEW and the
contractor. The reel length shall not very more than ± 5 % of the specified length. If
matched reels are required, the lengths of the conductor in each reel shall not vary by
more than 50 m.
70

5.8.4.7 Markings

1. Each end of line conductor in the reel shall bear a non-corroding tag, written in
English language, identifying the following :

a. Type of Conductor and Code name.


b. Size of Conductor.
c. Weight of Conductor.
d. Length of Conductor.
e. Stranding.
f. Cross-sectional Area.

2. Each reel shall be stenciled or provided with metal plates to show all
information under paragraph 5.8.4.7.1 plus additional information as follows :

a. Manufacturer's Name and Country of Origin.


b. Year of Manufacture.
c. Serial Number.
d. Size of Reel.
e. Gross Weight.
f. MEW Item Number (if applicable).
g. Contract Number.
h. Consignee Address.
i. Direction of rolling with instructions "ROLL THIS WAY”.
j. Instructions "DO NOT LAY FLAT".

5.9 TEST

5.9.1 All conductors shall be tested at the supplier's expense in accordance with the latest
additions of standards referenced to in this Specification. Following completion of the
test, two certified copies of the test reports shall be submitted to MEW for approval.
No conductors shall be shipped until the test reports have been approved by MEW
engineer.

5.9.2 MWE representative may wish to witness test or to visit the factory during
manufacturing of any or all items covered by this Specification. Accordingly, the
supplier/contractor shall give adequate notice of manufacturing schedule and at least
one-month’s notice of test schedule.

5.9.3 Tests for mechanical and electrical properties of component wires shall also be made
before stranding.

5.9.4 Aluminum-alloy wires removed from the conductor shall be capable of meeting the
bending properties stated in the referenced standards after stranding.

5.9.5 Torsion/Twist tests shall be made on aluminum-clad steel core wires. The wire shall
withstand without fracture not less than the number of twists specified in JCS 1404
in a length equivalent to 100 times the nominal diameter of the wire. Appearance of
71

aluminum cladding shall be observed after winding closely a sample 8 times


respectively on a cylinder diameter of which is 5 time the wire diameter.

5.9.6 Test for determining the breaking strength of composite conductor shall be required
under this specification. The breaking strength of a conductor shall be less than the
rated strength if failure occurs in the free length at least 25 mm beyond the end of
either gripping device, or shall be not less than 95% of the rated strength if failure
occurs inside, or within 25 mm of the end of, either gripping device.

5.9.7 Ultimate strength and longitudinal smoothness test shall be carried out on a minimum
length of 12 m of conductor cut off from no more than one reel out of every 100.
However, MEW reserves the right to test one sample from each production run of less
than 100 reels. The longitudinal smoothness of the conductor shall be checked with a
straight edge of length equal to 30 times the conductor diameter laid parallel to the
conductor under the tensile loud of 50% of the ultimate breaking strength . Under
these conditions, the maximum variation from the straight edge shall not exceed 0.4
mm.

5.9.8 The test mentioned in classes 5.9.6 and 5.9.7 above are Type Tests and shall be
carried out at an approved independent international test laboratory or at the
manufacturer's laboratory and be witnessed by a representative of MEW or other
representative (The appointed inspector) acceptable to MEW at the supplier's expense
. Type test certificates in lieu of the tests may be accepted provided that the tests have
been carried out within the last five years.

5.9.9 In additions to the tests specified in referenced standards and any other tests specified
elsewhere in this specification, the following characteristics of the finished conductor
shall be checked by taking samples from every 10th reel.

1. Overall Diameter (complete conductor).


2. Lay ratio and direction of lay.
3. Weight per unit length of complete conductor.
4. D.C. resistance of each aluminum alloy and aluminum-clad steel wire.
5. Heat resistance of aluminum alloy wires.
6. Minimum thickness of aluminum for aluminum-clad invar steel wire.
7. Minimum thickness of zinc coating for galvanized invar steel wire.
8. Torsion and Wrap test for galvanized and aluminum-clad invar steel wire.
5.9.10 Cracks, scores, undue cross-over marks indentations, cagging etc of each layer.
Records for all joints made in the conductor wires shall be submitted to MEW.

5.9.11 If on testing, the sample from any drum fails to conform to the requirements of the
specification two additional samples shall be taken from the same drum and tested.
Both these samples shall conform to the requirements otherwise, the drum shall be
rejected. Samples shall then be from all the drums offered for acceptance and tasted. If
the sample from any drum does not meet the requirements, that drum shall be rejected.
72

If the number of drums rejected exceeds 20% of the offered lot, the complete lot shall
be rejected.

5.9.12 PACKING AND SHIPPING

In addition to the packing and shipping requirements specified in this specification, the
following shall be fulfilled:
-The overhead line conductor shall be furnished on non-returnable wooden reels, protected by
wood lagging or other suitable method against damage during shipment and facilitate field
handling and long-term outdoor storage. However, the manufacturer may at his own option
furnish the conductor on returnable steel reels at no additional cost to MEW.

The method of packing shall be strong enough to withstand wear and tear during sea/inland
transportation and at site.

Methods of packaging, marking and shall be submitted to MEW for review and acceptance.

Note 1: All the line accessories such as joints, repair sleeve, conductor spacers, jumper
spacers, suspension & tension clamps, stock bridge vibration dampers etc… shall be suitable
to the concerned Gapped super thermal-Resistance Aluminum Alloy conductor and could
with stand the allowable max. temperature of the conductors.

Note 2: Where ever ACSR Zebra conductors mentioned in description of work or any
schedules for items I& II 400 kV lines of this specification will be replaced by GZTACSR
equivalent to ACSR Zebra conductor in diameter and cross sectional area and the conductor
sag (ground clearance) and tension will be the same of ACSR Zebra, accordingly the design
of the tower steal structure in using GZTACSR or ACSR Zebra will be the same.

• MEW prefers that the manufacturer of such accessories shall be the same manufacturer of
GZTACSR conductor

Note 3: A five years guarantee starting from the date of the final taking over certificate shall
be given by the contractor for the GZTACSR conductor and the relevant accessories together
with the quadruple spacer dampers, such guarantee letter shall be attached with each and
every offer. Further more a provision of bank guarantee of 5% of the value of the conductor
price shall be valid for five years after the final taking over certificate shall be confirmed.
During the warranty period the successful tenderer shall be obliged to repair any fault
condition on the GZTACSR conductor and the relevant accessories together with the spacer
dampers.
73

Note 4: Each tenderer shall take into his own account that the stringing works of GZTACSR
conductor & erection of conductor accessories shall be carried out under the supervision of
the manufacturer of such conductors and accessories. The contractors shall train MEW staff
at site for such work and make them ready to carry out the maintenance work in future for
GZTACSR & the relevant accessories.

5.9.12 DATA SCHEDULE

Type of Conductor

Contract No. _____________________________________ Date: ______________

MEW PTS No. / Project _____________________________________


REFERENCE
SECTION NO. DESCRIPTION 'A' 'B' 'C'
3. APPICABLE CODES AND STANDARDS
Applicable Industry Standards _JCS/JEC_ ______ _______
4. DESIGN AND CONSTRUCTION REQUIREMENTS

Type of conductor

GZTACSR _______ ______ _______


Equivalent Conductor _______ ______ _______

Cross-section

Nominal, (mm2) ___*____ ______ _______


Aluminum/Aluminum Alloy, (mm2) ___*____ ______ _______
Steel/Aluminum-clad, (mm2) ___*____ ______ _______
Total, (mm2) ___*____ ______ _______

Stranding

Aluminum/Aluminum Alloy ___*____ ______ _______


Steel/Aluminum-clad ___*____ ______ _______
Nominal outer diameter, (mm2) ___*____ ______ _______
Nominal weight, (kg/km) ___*____ ______ _______
Minimum breaking strength, (kg) ___*____ ______ _______

'A'- MEW SPECIFIED DATA/PARAMETER.


'B'- BIDDER/SUPPLIER/VENDOR/CONTRACTOR PROPOSED DATA/PARAMETER.
'C'- REMARKS SUPPORTING THE PROPOSED DEVIATION IN COLUMN 'B'.
74

(*)- DATA/PARAMETER TO BE PROVIDED/PROPOSED BY THE


BIDDER/SUPPLIER/VENDOR/CONTRACTOR IN COLUMN 'B'.
5.9.13 DATA SCHEDULE

Conductor type
REFERENCE
SECTION NO. DESCRIPTION 'A' 'B' 'C'

Maximum D.C Resistance at 200 C,


(Ohm/km) ___*____ ______ _______

Maximum Allowable conductor Operating


Temperature, (0C) ___*____ ______ _______

D.C Resistance at Maximum Allowable


Conductor Temperature, (Ohm/km) ___*____ ______ _______

A.C Resistance at Maximum Allowable


Conductor Temperature, (Ohm/km) ___*____ ______ _______

Continuous Current Carrying Capacity


At Kuwait Condition ___*____ ______ _______

Current Capacity at Maximum Allowable


Conductor Temperature, (A) ___*____ ______ _______

Coefficient of Temperature Resistance,


(per degree centigrade) ___*____ ______ _______

Coefficient of Linear Expansion,


(per degree centigrade) ___*____ ______ _______

Modulus of Elasticity, (Gpa) ___*____ ______ _______

Direction of Lay (outer layer) _Right Hand_ ______ _______

Electrical Conductivity of aluminum/aluminum


alloy wire at 200C, (% of IACS) ___*____ ______ _______

Electrical Conductivity of aluminum-clad


steel wire at 200C, (% of IACS) ___*____ ______ _______

Type of reel, (steel or wood) ___*____ ______ _______

Length of conductor per reel, (m) ___*____ ______ _______


Tolerance in conductor length per reel, (%) ___*____ ______ _______
75

5.9.14 DATA SCHEDULE

Type of Conductor

A. ADDITIONAL TECHNICAL INFORMATION OR FEATURES TO BE


FURNISHED BY MEW:

B. ADDITIONAL SUPPLEMENTARY DARA OR FEATURES PROPOSED BY


BIDDER/VENDOR/SUPPLIER/CONTRACTOR :

C. OTHER PARTICULARS TO BE FILLED UP BY


BIDDER/VENDOR/SUPPLIER/CONTRACTOR :

Actual Manufacturer Vendor/Supplier/


of Equipment/Material Contractor

Name of the Company


Location and address ________________ _______________

Name and Signature of


authorized
Representative
and date ________________ _______________

Official Seal/Stamp
of the Company & Date ________________ _______________

It is to be noted that the tenderer shall attach with his offer the pre-qualification documents of
the sub-supplier of thermal resistance aluminum allay conductors GZTACSR

The documents shall include the following:

1-Past Experience: The factory of the sub-supplier shall prove that the factory is
manufacturing the above type of conductors for the last (ten) years.

The tenderer shall submit with his offer /documented client certificates signed and stamped
by client and should indicate the conductor type and to indicate the erection date and to
indicate that it is working satisfactory during the stringing work and maintenance periods.
The type, length, year of supply & erection, name of project, order number, performance of
conductors etc… shall be clearly indicated in each client certificate.
76

2- Financial:

The sub-supplier shall be financially in good position and shall submit the balance sheet of
the company for the last five years.

The company (manufacturer of conductors) shall attach with the tender the bank certificates.

3-Article of Association:

The tenderer shall attach with the offer the article of association of the sub-supplier company.

All the above per-qualification documents shall be subjected to MEW approval.


If the Ministry found that such sub-supplier is not efficient to supply the required GZTACSR
conductors, the tenderer is requested to propose another supplier, which will be subjected to
MEW approval.

If the tenderer fail to propose efficient sub-supplier for such type of conductors then the offer
of the tenderer will not be considered.

- Priority shall be given to the sub-suppliers who have past experience in Gulf Region.
77

PART VI

INSULATORS AND FITTINGS


6. General:
The insulators and fittings shall be unaffected by the atmospheric conditions in desert area
mentioned in part III due to weather, proximity to sea-shore, ozone, industrial fumes, acids,
dust and sand storms and salt pollution or rapid changes of temperature between the limits
mentioned under working conditions.

The transmission lines included in this tender passes near oil field areas where there are a
number of gas fires. The atmosphere in these areas is expected to contain traces of sulphur,
carbon, etc.

Due to the proximity of the seashore, influence of heavily salt laden winds should be taken
into account. The specified high ambient and maximum sun radiation temperatures in
Kuwait should also be taken into account for the purpose of insulation levels, and flash-over
values of the insulators. Insulator design shall be such as to allow easy removal or
replacement of the insulator units or fittings under live line conditions. Hooks shall not be
used for attaching insulators sets to tower cross-arms.

6.1 400, 300 KV, 132 KV, 33 KV and 11 KV Insulators:

Each 400 and 300 KV suspension and tension insulator set shall consist of double insulators
strings per set and each string shall consist of two or more insulators units, except at take-
off gantries where one string of insulator set consisting of two insulator units or more to be
used.

Tenderers shall make sure that the offered insulators are satisfactory to sustain the loadings
of four lines conductors per phase for 400 and 300 kV lines and one conductor per phase for
132, 33 and 11 KV lines.
Tenderers shall also give detailed drawing with cross-sections of all individual parts,
insulators, fittings, clamps, accessories as well as assembly drawings showing the complete
insulator sets, including the method of attachment to the bundle of quadruple conductors per
phase.
All 400 and 300, 132 and 33 kV suspension and tension insulators units shall be long rod
aerodynamic profile with regular sheds anti-fog porcelain type and with ball and socket caps
conforming to IEC recommendations where applicable and other internationally recognized
standards where such IEC standards are not available and complying with this specification
(See also Part III, clause 3.1).
78

Manufacturer's complete specifications for these insulators and certified copies of the test
certificates and other illustrated technical literature shall be submitted with Tenders to
enable the Purchaser to assess the suitability of the offer. The insulator strings proposed by
the tenderers shall have a surface leakage distance of not less than 15330 and 21000mm for
400 KV lines type A and B respectively, 10900 and 15000mm for 300 KV lines type A and
B respectively, 4818 and 6600mm for 132KV lines type A and B respectively, and 1300 for
the 33 KV lines.

Tenderers are required to submit the Manufacturer's comments on the adequacy of these
leakage distances for the specified temperature and atmospheric conditions and the heavy
atmospheric pollutions expected in Kuwait.

The insulator flash-over voltage wet & dry shall be not less than the puncture voltage. The
flash-over and puncture voltage shall not be less than the values stated in Schedule "G". The
design of the insulator units shall be such as to avoid local corona formation and discharges
likely to cause radio interference and the insulator set complete with all fittings and shall not
exhibit visible corona at voltages less than the highest system voltage. The two or more 400
and 300 KV strings per assembly set arrangement shall be provided with one corona shield
ring round both strings in addition to the arcing horns.

The routine mechanical test load of the solid core type long rod insulators shall not be less
than 2.5 times maximum working load. The routine test load shall be 70% of the minimum
value of the ultimate strength of the insulator.

Successful tenderer will be required to submit calculated gap settings for approval for the
purpose of insulation co-ordination with the equipment at the substations.
The method of engagement of porcelain with hard metal and fixing material shall be
approved.

Each insulator shall be marked upon it in an approved manner, the manufacturer's name or
trademark and the date of firing of porcelain insulators.
Turn Buckles are to be provided in 400, 300, and 132 kV tension insulators sets, erected at
the end of each conductor at each tension tower.
Sag adjuster devices are to be provided in each one conductor quadruple 400 kV and 300 kV
tension insulator set, each to allow the sag of the conductor to be adjusted during or after the
maintenance period. The range of adjustment shall be 300 mm at not greater than13 mm.
steps.
79

The tenderer shall submit with his offer full details and particulars of the arcing horns
offered and these shall be subject to the approval of the Purchaser.
The bottom arcing horns on suspension insulator sets shall be strong enough to support a
weight of not less than 150 kgs applied at the tip. This also applies to the corona shield of
400 and 300 KV insulator set. For 400, 300 and 132 KV lines, the arcing distance between
arcing horns shall be 310, 230 cms, 110 cms respectively over the first 1.6 Kilometers from
each end of the line and 370, 290 cms and 127 cms respectively beyond that.
For 33 kV lines, the arcing horns distances shall be 47 cms for all insulators strings.
However, tenderers may submit alternative recommendations on the length of arcing gap
(for 400, 300, 132 and 33 kV) to be adopted. Means of adjustment of the arcing horns for
insulators erected at the take-off gantries shall be provided such that the centre line of the
ring and the insulator shall be the same.

6.2 11 KV Insulators:

6.2.1 All the 11 kV insulators shall be without arcing horns and of the toughened glass or
porcelain type and shall conform to BSS 137, part 1 & 2. All metal parts to be hot dip
galvanized to appropriate BSS specification.

6.2.2 Pin Type Insulator for Suspension Towers:


The insulator shall be suitable for a minimum failing load of 11 KN with an aerodynamic
shed design. The head design shall be according to BSS 137. The insulator shall be suitable
for assembling on spindles with thread according to BSS 3288, part II and shall be complete
with one washer, one full nut and one half lock nut. The insulator shall have a surface
leakage distance of not less than 450 mm.

6.2.3 Long Rod Insulator Sets for Tension Towers:

a.) The insulators shall be of long rod type with aerodynamic shed design and shall be
according to IEC Publication No. 433.
b.) They shall be suitable for connection in series with standard ball and socket caps
conforming to designation IEC II as per IEC recommendations 120 and 305. Minimum
failing load of insulator shall be 60 KN and it shall have a surface leakage distance of not
less than 450 mm.
c.) Full snail type tension clamps shall be suitable for 200 sq.mm ACSR conductors
(panther) of an aluminum c.s.a. 211.7 sq.mm stranding 30/3 mm aluminum and 7/3.0 mm
steel with a stranded ball and socket fixing complying with BSS 137 complete with bolts,
nuts...etc.
80

d.) Complete ball ended hooks complying with relevant BSS.


e.) Minimum 5% of the total bolts, nuts and washers required for the total quantity of
above-mentioned items shall be supplied loose as spares and cost of these items shall be
included in the unit price of each item.

6.3 Fittings:

Conductor clamps shall be as light as possible and of approved design, which shall avoid
any possibility of deforming the strands of the conductor or separating the individual
strands.
The suspension clamps shall be galvanized and made of non-magnetic steel alloy so that
local heating due to eddy currents will be kept to the minimum. Aluminum alloy clamps
may also be used and this subjected to MEW approval.
The suspension clamps shall be lined with soft pure aluminum linings to prevent damage to
the conductor and to prevent electrolytic actions.

Line and earth conductor’s suspension clamps shall be free to pivot in the vertical plane
about a horizontal axis passing through and transverse to the center line of the conductor.

Suspension clamps shall permit the complete conductor to slip before the failure of the
latter occurs, but the conductor shall be mechanically clamped in an approved manner.
Unless otherwise, approved, the outermost point of clamping pressure shall not be less than
the diameters of two conductors inside the outermost point of contact between the conductor
and its supporting groove.

The supporting groove beyond the latter point shall be curved in the vertical plane to a
minimum radius of 150 mm and for a sufficient distance to allow for the conductor leaving
the clamp at the maximum inclination to be obtained in service.
All conductors, grooves and bell-mouths in ferrous clamps shall after galvanizing be
smooth and free from wave, ridges of other irregularities.

Tension and jumper clamps shall be of the compression type and shall be suitable in all
respects, where applicable, either to the tension or non-tension components.
The mechanical efficiency of such tension clamps shall not be affected by methods of
erection involving the use of auxiliary erection of clamps before, during or after assembly
and erection of the tension clamp itself.

The contractor will measure and record the resistance of all compression clamps and fittings
applied to line conductors with an instrument of suitable accuracy acceptable to the
Purchaser.
81

Where the resistance of a clamp or fitting is unacceptably high it will be rejected.


Acceptable values of resistance will be proposed by the Contractor and approved by MEW.
The contractor may be required to produce Factory Test evidence to show the validity of his
proposals and if so these tests will be carried out at the contractor cost.
All compression clamps and fittings will be installed exactly to the manufacturer's written
instructions copies of which will be readily available on site.
All fittings shall comply with the requirements of BSS: 3288 (compression clamps and
fittings shall be tested in accordance with BSS: 3288 Part I or equivalent approved by
MEW) and evidence of compliance will be submitted and approved prior to any installation
in the field.
At each suspension clamp, the conductor shall be coated with approved grease immediately
before final assembly in the clamp.
All the eye bolts, pins suspension and tension clamps and other fittings for mounting the
insulators on the towers and to the line conductors shall be designed as to prevent damage to
towers, conductors, insulators of fittings, from conductor vibration and swinging.

In the forming of jumper connections of 300 kV tension towers, the two upper conductors of
the jumper shall be connected to the two lower conductors of the line. The lower jumper
conductors (connected to the top conductors of the line) shall pass between the two bottom
conductors of the line to avoid any possibility of contact. The jumper conductor shall be
fitted with a 20 cm twin spacer at this point.

All bolts and nuts shall be designed in an approved manner and shall be locked to secure
tight bolting continuously using flat and spring washers. All split pins for securing the
attachment of fittings of insulators sets shall be of stainless steel or another suitable material
and shall be backed by washers of approved shape, size and thickness.
The contractor shall keep a record of each clamp or joint if approved with the name of
linesman and other clamp particulars and shall handover copies of such records to the
Purchaser before the work is hand-over.

For 300 kV, the double insulators sets shall be connected to the cross-arms by means of one
attachment point for suspension type and two separate attachment points for tension type
and shall be connected at their line conductors by means of a yoke. Intermediate extension
fittings shall be provided wherever necessary.

Bolts and nuts shall be in accordance with the appropriate clauses of this specification and
shall be locked in an approved manner. Bolt threads shall be coated with approved grease
immediately before erection. Split pins for securing attachment or fittings of insulators sets
shall be of stainless steel.
82

Arcing horns of an approved material, size and type shall be attached at both ends of each
insulator unit using flat and spring washers. The arcing horns shall be of a special design to
improve the electric field distribution along the length of the insulator and to protect it
against any electric power arc or flashover and to ensure that the long rod insulators are
completely protected from the effects of the arc. The shapes of arcing horns shall be such as
to enable the arc to form at any point around the insulator and to direct the arc away from
the insulator.
6.4 Testing of Insulators and Fittings:

Suspension and tension insulators shall be tested in accordance with either relevant V.D.E.
specifications IEC or with BSS: 137 where applicable. Tests in accordance with BSS shall
be as follows:
a.) Group I - (Type Tests):
Tenderers should submit certificates from an internationally recognized testing authority
acceptable to the Purchaser, showing that the above tests have been carried out on the
insulators.
All such tests certificates shall be submitted with each and every offer. If such Certificate is
not available then the contractor is requested to submit the same after signing the contract or
during the manufacturing period of these insulators.

b.) Group II - (Sample Tests):


Test shall be carried out on samples selected at random by the purchaser's representative.

c.) Group III (Routine Tests):


These tests shall be carried out on every insulator unit. Three copies of all tests carried out
on insulators and fittings shall be forwarded to the Purchaser.

d.) Radio Interference Tests:


The design and finish of insulators and all line conductor fittings shall be such as to avoid
sharp corners or projections which may produce high electrical stress in normal working
conditions and shall be such as to reduce to a minimum possibility of the formation of
corona causing radio and telecommunications equipment interference.
Tests shall be carried out on two insulator strings of each type mentioned in the contract,
complete with all fittings, arcing horns, clamps, and a length of conductors per phase with
all line conductors, fittings, spacers, ....etc. for the above purpose.
The test shall be carried out in accordance with the specification IEC 437 -1973 or
equivalent BSS: 137 - Part I or other approved specifications.
83

6.5 Insulators Electrical Characteristics:


The insulators shall be designed to suit the existing system and shall have the following as
minimum:
300 132 33 11
400 KV
KV KV KV KV
- System highest Voltage (rms) 420 300 145 36 12
Impulse withstand voltage 1425
- 1050 650 200 125
(peak)
Wet power frequency withstand
- 630 - 275 90 50
voltage
Rated switching pulse voltage 1050
- 950 -- -- --
(peak value) (Wet)

It is to be noted that contractor is requested to train at least four engineers of MEW


staff at site for the following work:
1- Survey along the O/H line route during the survey stage.
2- Making the foundation from excavation stage, de-watering stage, reinforcement &
concreting.
3- Tower erection.
4- Insulator erection, stringing of the conductors and earthwires, making joints, dead-
end clamps & other accessories.

The contractor is required to train six (6) MEW engineers in the training center of the
factory for the following issues for a minimum of three weeks:-

1- Tower design calculations showing the external forces acting on towers & the actual
force on each member compared with the allowable forces.
2- Checking the fabrication and shop drawing of the towers.
3- Checking the technical data of conductors, current carrying capacity at different
temperatures, parameters of the line, +ve sequence impedance, -ve sequence
impedance, zero sequence impedance/km & capacitance charging current etc-----
4- Calculation of loads on tower foundations.
5- Calculation of tower foundations at different soil classes showing the calculations of
steel reinforcement.
6- Training on the line survey of O/H lines and plotting the profile drawings.
7- Checking the insulator and all the conductor and insulator fittings.
8- Checking the technical data of earthwire and OPGW and their accessories.
9- Checking the design calculation of the surge arresters.
10- Any O/H Line item not mentioned above and as requested by MEW engineer.
84

Furthermore these engineers shall witness the type tests of towers, insulators, conductors,
OPGW and other O/H line accessories when such tests are carried out at the laboratories,
price of tickets, visas & full accommodation at the place of the test shall be on your own
account, they shall leave Kuwait before the test is started and stay up to the completion date
of this test. Charges of the same shall be on your own account and to be considered as
included in the tender price.

The successful tenderer is requested to provide the latest international standard (IES, BSS,
IEEE, etc--------) of any material as requested by MEW engineer, price of the same shall be
considered as included in the tender price.
85

Application of Silicon High Voltage Coatings on


Outdoor Ceramic Insulator
===========================

All tenderers shall draw their attention that the lines of this tender (item I, II &III) are passing
in close proximity to the sea , industrial factories, lines are subjected to sand storm, Humid
weather & oil fields i.e. are subjected to severely contaminated environments (such as salt
deposit)
Hence, it is required to apply high voltage Silicon Coating on all insulators given in this
tender to prevent flash over and arcing.
The application, maintenance & evaluation of Room Temperature Vulcanizing (RTV) Silicon
Coatings for outdoor insulator shall be in accordance with IEEE Std. 1523TM -2002.
The products to be proposed by each tenderer shall show that No water washing of insulators
is required for up to 25 years and maintenance free, leakage current presentation i.e. long term
protection against pollution. Past experience of the manufacturer of such product together
with the certificate from clients is required to be submitted together with each and every
tender to show that such product was applied on insulators and still working satisfactory for a
long period with no washing, no flashover and no arcing in severely contaminated
environments .
Such product shall be subjected to MEW approval and if the ministry found that such product
is not satisfactory then the ministry has the right to reject such product. In this case, the
tenderer is requested to propose another product that have satisfactory past experience and
will be subjected to MEW approval.
Note 1: Ten years guarantee starting from the date of the taking over certificate shall be given
by the contractor for the silicon coating of the insulator confirming that no flash over & no
arcing will occur on the coating insulator within the Ten years guarantee. Such guarantee
letter shall be attached with each and every offer; such confirmation shall be proven by a deep
study, research or laboratory test where the conclusion or the test results shall prove such
guarantee for ten years. During the guarantee period, the successful tenderer shall be obliged
to repair any fault condition on the coated insulators due to contamination & pollution
condition.
86

TABLE OF CONTENTS

1.0 SCOPE

2.0 CROSS-REFERENCES

3.0 APPLICABLE CODES AND STANDARDS

4.0 DESIGN AND MATERIAL REQUIREMENTS

5.0 TESTS

6.0 DATA SCHEDULE

1.0 SCOPE:
This Transmission Material Standard Specification (SPECIFICATIONS)
specifies the minimum technical requirements for design, engineering,
manufacture, inspection, testing and performance of the Room Temperature
Vulcanizing (RTV) Silicon Rubber Insulator Coating for application on outdoor
ceramic insulators to be used on the transmission system of MEW

2.0 CROSS-REFERENCES:

This Material Standard Specification shall be read in conjunction with the latest
revision of international standard or equivalent.

3.0 APPLICABLE CODES AND STANDARDS:

The latest revision / amendments of the following Codes and Standards shall be
applicable for the equipment / material covered in this specifications. In case
of conflict, the vendor / manufacturer may propose equipment / material
conforming to one group of Industry Codes and Standards quoted hereunder
without jeopardizing the requirements of this specifications.
3.1 IEC 60587 Test Methods for Evaluating Resistance to Tracking
and Erosion of Electrical Insulating Materials used under severe ambient
conditions

3.2 IEC TS 62073 Guidance on the Measurement of Wettability of


Insulator Surfaces

3.3 IEEE Std. 957 IEEE Guide for Cleaning Insulators


87

3.4 ASTM D149 Standard Test Method for Dielectric Breakdown


voltage and Dielectric Strength of Solid Electrical Insulating Materials at
Commercial Power Frequencies.

3.5 ASTM D150 Standard test Methods for AC Loss Characteristics


and permittivity (Dielectric Constant) of Solid Electrical Insulation.

3.6 ASTM D257 Standard Test Methods for DC resistance or


conductance of Insulating Materials

4.0 DESIGN AND MATERIAL REQUIREMENTS

4.1 General

4.1.1 The RTV Silicone Rubber Insulator Coating shall be of manufacturer’s

Property Value

Type One-Part, RTV

Appearance Paint

Color (note 1) White, Gray or Blue

Specific Gravity 1.10 to 1.25


Per 01-
Application Temperature Range
SPECIFICATIONS-01
Skin-over time at Standard
15
Conditions (note 2), minutes
Tack free time at Standard
15 to 45
Conditions (note 2), minutes
Percent Solids Contents, by weight ≥ 70

Dynamic Viscosity, cP (centipoise) 1000 to 3500

standard design but shall meet or exceed the requirements of this


specification in all respects.

4.1.2 Design Criteria

4.1.2.1 Service conditions referenced in 01-SPECIFICATIONS-01 shall be the basis


of design criteria.
88

4.1.3 Ratings

4.1.3.1 The RTV Silicone Rubber Insulator Coating shall have the following
properties as supplied:

Table 01: RTV Coating Properties as Supplied

1. The coating shall be supplied in White Color unless otherwise specified in the data
schedule.
2. Standard conditions refer to 25°C ambient temperature and 50% relative humidity.
4.1.3.2 The RTV Silicone Rubber Insulator Coating shall have the following
properties as cured at standard conditions after seven (7) days:

Table 02: RTV Coating Properties as Cured

Property Value

Dielectric Strength, V/mil (ASTM D149), minimum 350 to 560

Volume Resistivity, ohm.cm (ASTM D257) 1x1014 to 37x1014

Dissipation Factor at 100Hz (ASTM D150) 0.01 to 0.09

Tracking Wheel Withstand, hours, minimum 1000

Receding Water Contact Angle, degrees, minimum ≥80

Dry Arc Resistance, Track, Seconds 180 to 200

4.1.3.3 The RTV Silicone Rubber Insulator Coating shall have hydrophobicity of
silicone rubber material classified Wettability class 1 (WC-1) or better per IEC 62073.
Accordingly, receding water contact angle shall be 80° or more.

4.1.4 Materials

4.1.4.1 The RTV Silicone Rubber Insulator Coating shall have a chemical structure
of 100 percent silicone rubber with highest possible concentration of Low Molecular
Weight silicone chains (LMW) before fillers are added. The finished product shall be
ultraviolet (UV) radiation exposure resistant. The finished product and its life shall be
affected by atmospheric conditions due to weather, proximity to the coast, fumes,
ozone, acids (particularly nitric acid present in the coastal area and sulfuric acid
89

present in the prevailing environment of oil field areas in the region), bases / alkalis,
and hydrocarbon components, dust or rapid changes to air temperature (temperature
extremes). There shall be no material degradation such as development of surface
cracks and increase in surface hardness, etc.

4.1.4.2 The RTV Silicone Rubber Insulator Coating shall be resistant to atmospheric
and chemical degradation. Salt air, airborne pollutants, industrial pollutants such as
cement dust or sulfur and rain or humidity shall not affect the coating.

4.1.4.3 The RTV Silicone Rubber Insulator Coating shall be resistant to arcing and
corona. The Coating shall exhibit high tracking resistance to reduce damage during
salt-storms (storms arising from the sea) or other severe contamination events. The
track resistance of the RTV Silicone Rubber Insulator Coating material shall meet the
requirements of IEC 60587, Method 1, Class 1A4.5.

4.1.4.4 The material of RTV Silicone Rubber Insulator Coating shall be room
temperature vulcanized silicone rubber and shall have a Shore ‘A’ hardness of not less
than 60.

4.1.4.5 The RTV Silicone Rubber Insulator Coating shall be applied by brushing,
spraying or dipping to have the dry film thickness (DFT) of 0.38mm to 0.5mm in
maximum three (3) coats application.

4.1.4.6 The RTV Silicone Rubber Insulator Coating shall be a single component,
ready-to-use, and shall not require excessive mixing / shaking before use. However,
depending on the application equipment, the humidity and the temperature conditions,
thinning / dilution shall be required. The manufacturer shall also supply the suitable
thinner and submit a table showing percentage (%) quantity to be used at different
temperatures and humidity levels. The thinner shall be of high flash point. The
coating shall be moisture curable at room temperature.

4.1.4.7 The RTV Silicone Rubber Insulator Coating shall exhibit long-term water
repellency and hydrophobicity.

4.1.4.8 The RTV Silicone Rubber Insulator Coating shall not require use of any
primer on the ceramic insulators for adhesion purposes.

4.1.4.9 The RTV Silicone Rubber Insulator Coating shall be easy to be removed and
reapplied. The Coating shall have excellent arc resistance, excellent unprimed
adhesion, easy to apply and spray-able as well as paint-able.

4.1.4.10 The RTV Silicone Rubber Insulator Coating shall have minimum of 12
months shelf life, which shall effect from the date of manufacturing. The manufacturer
90

shall submit the warranty to this effect. The expiry date shall be marked on the
containers. The delivery of the material shall not take a long time and the material
shall not be supplied from the old stock. The remaining shelf life of the material shall
be at least nine (9) months when delivered to MEW warehouse. The coating shall be
supplied in cans weighing approximately 20kg.

4.1.5 Composition and Properties

4.1.5.1 The RTV Silicone Rubber Insulator Coating shall be capable of withstanding
high-pressure power washing. To prove this property, a power wash test shall be
performed per Clause 5.4.1.

4.1.5.2 The RTV Silicone Rubber Insulator Coating shall protect the ceramic
insulators against flashovers caused by pollution.

4.1.5.3 The RTV Silicone Rubber Insulator Coating shall have the optimum filler
particle size and optimum filler concentration to provide even and stable dispersion in
the polymer for peak performance and extended shelf life.

4.1.5.4 The solvent to be used in the RTV Silicone Rubber Insulator Coating shall
be soluble with the polymers and shall have a good evaporation rate to provide speedy
curing and have a purity to comply with all safety and environmental regulations.
Manufacturer shall specify and submit the technical data of the dilution solvent, if
thinning is required.

4.1.5.5 The cure system (cross-linker and catalyst) shall be compatible with the filler
for best performance and shelf life.

4.1.5.6 The manufacturer shall advise / recommend suitable method of application


and submit written application instructions.

4.1.5.7 The RTV Silicone Rubber Insulator Coating shall be One-part RTV silicone
rubber made from a basic polydimethyl siloxane (PDMS) polymer system, which may
contain a fumed silica reinforce, a polymerization / condensation catalyst, cross-
linking agent, UV resistant absorbent, and alumina trihydrate (ATH) filler, adhesion
promoter, all dispersed in a carrier solvent. Unless otherwise specified in the data
schedule the solvent shall be non-flammable type suitable for energized applications.

4.1.5.8 The manufacturer shall submit in the data schedule the number of coats for
brush application as well as for spray application to obtain the desired coating
thickness in the range of 0.38mm to 0.50mm.

4.1.5.9 The manufacturer shall warranty that the coating manufactured by him shall
prevent insulator surface contamination based flashovers for a period of 10 years
91

minimum at a contamination ESDD (Equivalent Salt Deposit Density) level of 0.55


mg/cm2.

4.1.6 Markings

The packing and expiry dates of coating shall be labeled on the coating cans. The
expiry date shall be considered from the packaging date and not from the date of
shipment of the coating.

The cans shall be marked for “flammable” or “non-flammable” depending upon the
type of solvent used for the dispersion of the coating.

4.1.6.0 TESTS

All test results shall be provided for review and acceptance by MEW.

4.1.6.1 Type Tests

4.1.6.1.1 Type tests as prescribed in relevant IEC standards shall be done on RTV
Silicone Rubber Insulator Coating to verify the suitability of the design, materials and
method of manufacture.

4.1.6.1.2 In lieu of the actual design test, certified reports of type tests already
performed on RTV Silicone Rubber Insulator Coating by an Independent Test
Laboratory shall be submitted for review and acceptance by MEW.

4.1.6.2 Routine (Production) Tests

All routine (production) test prescribed in the relevant IEC standards shall be
performed prior to delivery to MEW, to eliminate manufacturing defects.

4.1.6.3 Sample (Quality Conformance) Tests

All sample (quality conformance) tests prescribed in the relevant IEC standards shall
be performed on each batch prior to delivery to MEW.

4.1.6.4 Special Tests

Following special tests shall be carried out on the RTV Silicone Rubber Insulator
Coating to be supplied under this specification. The tests shall be performed at
manufacturer’s own laboratory in the present of MEW representative or at an
accredited Independent Test Laboratory.
92

4.1.6.4.1 High Pressure Water Withstand Test

A power water wash test shall be performed in accordance with IEEE Std. 957 to
demonstrate that the RTV coated insulators can be power washed without any damage
to RTV coating. The test shall be a water spray of a solid stream through a 6mm
diameter nozzle at 3800 kPa for a period of 10 (ten) minutes. The nozzle of the spray
equipment shall be at a distance of 3m from the insulator surface.

4.1.6.4.2 Adhesion Test

Adhesion test shall be performed to verify the bonding characteristics of the RTV
Silicone Rubber Coating when applied to ceramic insulators. The coated insulator
shall be put in water and boiled for 100 hours and removed. The coating shall not
exhibit water blisters at the interface between the insulator surface and the coating.

4.1.6.4.3 Contact Angle Measurement Test

Receding contact angle measurement test shall be performed in accordance with IEC
62073.
93

PART - VII:
POWER CABLES

7.1 SCOPE OF WORK: -

It is required to lay 33 KV cable tails to connect the existing overhead lines to the
substations or to be used for overhead line crossing or road crossing.

Notes:

1- The bonding and earthing system shall be subjected to MEW approval.

2- The contractor must get the approval of the purchaser to the cable drum length
before starting of manufacture.

3- The contract price shall include supply and installation of special self shining
phosphoric tape to be wrapped above the cable to different locations in the
basement of each substation at a distance of approximately 2 meters.

4- Price shall include also the cable fire coating materials which are to be provided
for the cable portions inside the substation basement.

7.2 Details and General Requirements applicable to 33 kV power cables and


accessories:

The cables called for in this specification shall have insulation levels to withstand the
voltage surges that may occur due to switching operations, sudden load variations and
faults, etc. The cables shall satisfy the requirements of IEC 502 as a minimum.

a) Conductors:
The strands used in the making -up of different sizes of conductors shall be
plain, smooth, annealed high conductivity copper wires laid up and shaped into
circular cores complying with IEC 228 and BSS 6480 recommendations.
Oval or sector shaped cores will not be accepted sizes and numbers of wires
shall be stated in the schedules. Also aluminum conductors will not be
accepted.

b) Insulation:
Insulation for the cables shall be of the best quality dry cured XLPE type. The
insulation for 33 kV cables shall be designed for impulse voltage level of 195
kV peak the insulation should be designed for a life time of 50 years.
c) Sheath:

The sheath shall be either of lead alloy E conforming to BSS. 801 or tellurium alloyed
lead (Kb-Pb Te 0.04) conforming to DIN 17640. The sheath for all types of cables
should be manufactured using continuous lead machines; sheathing with
discontinuous machines will not be accepted.
94

d) Compound:
The compound used shall not melt or run when exposed to the temperature conditions
prevailing during transit or at site in Kuwait or during operation.
e) Serving:
The soil in Kuwait is naturally very corrosive and it is essential, therefore, that the
serving of the cables be designed to prevent corrosion. Reference should be made to
"Site Conditions" Clause 3.3.

7.3 XLPE 300 sq.mm. 1/core 33 KV Cables :


The XLPE cables for 33 KV should comply generally with the requirements of latest
IEC 502

1. Conductor:
The conductor shall consist of stranded, plain annealed electrolytic copper
wires either circular and compacted or compacted segmentally Milliken type
having a cross sectional area of 300 sq.mm complying with IEC 228 and BS.
6360.

2. Conductor Water Sealing:-


The conductor shall be water sealed by adding a swelling material between the
conductor strands.

3. Conductor Screen:
This screen consists of an extruded layer firmly bonded to the XLPE
insulation. The material is a semi-conductive compound. The interface
between the screen and the insulation must be smooth as much as possible.
The conductor screen, the insulation and the insulation screen are to be
extruded in one single process "the triple extrusion process"; the conductor
screen shall have suitable thermal and mechanical properties.
A non hydroscopic semi conducting tape is to be applied between the
conductor and the extruded semi conducting material.

4. Insulation:
The insulation shall consist of one layer of extruded chemically cross-linked
polyethylene (XLPE) which shall be dry cured. The insulation shall be firmly
and continuously bonded to the extruded conductor screen a very clean grade
of insulation is to be employed which is conveyed from sealed boxed to sealed
extruded hopper without being exposed to atmospheric contamination.
The insulation thickness shall be designed to have a life time of more than 50
years based on working voltage of 33 kV r.m.s., and BIL (Basic Impulse level
of 145 KV. peak ). However, the nominal insulation thickness should not be
less than 20 mm. The insulation thickness should be measured in accordance
with IEC 811-11 clause 8, the average of the measured valves rounded to 0.1
mm shall not be less than the specified nominal thickness. The lowest
measured value shall not fall below the specified nominal thickness by more
than 9% of the specified nominal thickness:
tm > tn - 0.1 tn mm.
95

5. Insulation screen ( core screen ) :


The insulation screen shall consist of an extruded layer of semi conducting
compound. This core screen should be fully bonded to the insulation so that
intimate contact with the insulation is ensured. Conductor screen, insulation,
and core screen are to be extruded in one single process (the triple extrusion
process). Two layers of conductive swelling tapes shall be applied over the
extruded semi conductive compound.

6. Metallic Screen:
The metallic screen shall consist of a combination of plain annealed copper
wires applied concentrically and copper tapes applied helically semi
conducting layer to be applied over the copper tape (as bedding), the metallic
screen shall be capable to carry the return earth fault currents specified.
7. Metallic Sheath:
To ensure the highest degree of protection against the ingress of moisture, the
cable shall have a metallic sheath consists of lead alloy type "E" complying to
BS 801 or tellurium lead alloy sheath ( Kb-pb Te 0.04 ) according to DIN
17640. The nominal thickness of lead sheath shall not be less than 3 mm.

8. Armour:
The cable shall be armored over the lead alloy sheath, using stainless steel
tapes or Tine Bronze or copper tape a suitable bedding of extruded PVC under
the armour shall be used.

9. Anti Corrosion Covering:


The cable shall have an outer covering of PVC jacket, the PVC shall conform
to type 9 of table 1 of BSS 6746 the nominal thickness of the PVC outer
covering shall be 3.6 mm.

10. Graphite Coating:


A thin layer of resin bonded graphite coating is to be applied to the anti
corrosion covering to permit electrical tests.

7.4 SITE CONDITIONS:

Climatic conditions in Kuwait are rigorous and during summer, the ambient
temperature rises to 52 oC and the sun temperature to 85 oC as measured with a black
bulb thermometer. Periods of high humidity are common and a relative humidity of 90
% at 30 oC has been recorded. Violent sand and dust storms occur, even on
comparatively still days, fine dust is carried in suspension in the atmosphere.
The cables will be laid partly in ducts or concrete trenches and partly buried in the
ground at a depth 1.4 meters for 33 kV cables where the soil varies from sandy to
rock-like gatch compared to dry hard clay with a corresponding ground thermal
resistivity "g" of 120ºC. Cm/watt and a ground temperature varying from 35ºC in
summer to 15ºC in winter.
The cables called for in this specification shall, therefore give trouble free service
under the worst conditions encountered in Kuwait and shall carry rated currents
continuously under the worst temperature conditions which prevail in summer and
shall also withstand maximum fault current without damage or deterioration.
96

The cables will be exposed to direct rays of the sun at the terminations of the outdoor
sealing ends and at the transformers. They should be capable of withstanding such
exposure continuously in service without any deleterious effect on the insulation,
sheathing or covering, by using sun shielding for cables and sealing ends. They should
also be suitable for storage in the open for a period of at least two years with pattens.
The soil in Kuwait is very corrosive. Sulphate reducing bacteria is common to all soils
in the Kuwait Area and as the soil is generally rich in sulphate, the anaerobic
conditions which may arise in contact with buried pipes and cables, favours the
development of these anaerobic organisms which generate hydrogen sulphide and
consequently render these areas most corrosive.
In view of the above and the high temperatures encountered in Kuwait, it should be
stressed that P.V.C. plasticizers should be of long chain, high molecular weight type
of reduce the loss of plasticizers in the hot and corrosion conditions. This prevents
shrinkage of the P.V.C. with subsequent cracking of the film.
Typical analysis of a soil sample is as follows:
- Appearance : Wet coarse sand with some clay.
- Ph value of water in contact with the sand : 9.0
- Calcium sulphaste as CaSO4 : 25.00 % dry basis
- Calcium carbonate as CaCO3 : 40.00% dry basis
- Silica as SiO4 : 22.00% dry basis
- Magnesium sulphate as MgSO4 : 6.00 % dry basis
- Sodium Chloride as NaCl : 5.00% dry basis
- Iron as Fe 2O3 : 2.00% dry basis
- Sulphate reducing bacteria : Present
- Moisture : 15.00%
N.B. : The sand is not corrosive under dry aerated conditions, but under an aerobic condition,
the sulphate reducing bacteria in the sand will result in serious corrosion of metals in
contact with the sand. The cable coverings over the lead sheath as stated in these
specifications are designed in combat this. Where P.V.C. (as sheath serving or overall
covering) is used, the P.V.C. should be suitable for the above soil conditions.
Tenderers should confirm in their offers that the P.V.C. will be suitable for these
conditions.

7.5 INSTALLATION, JOINTING AND TERMINATIONS :


The cables and their accessories shall be manufactured and installed by the same
manufacturing firm who should be one of the approved manufacturers given in table
“B-1-2". The manufacturer shall employ on this Contract, fully qualified and
experienced personnel who have been in his employment continuously for the last five
years and who have had previous experience on comparable installation and this shall
cover the supervision, and test Engineers and sufficient number of jointers as a
minimum. These staff should be allocated for this project only and shall not leave
Kuwait without the prior written approval of MEW. The installation of the cables and
accessories shall be the responsibility of the cable manufacturer. However, the scope
of Sub-Contractor's work is only excavation, backfilling of trenches; reinstate of
ground and other civil works, such sub-contractor shall be subject to MEW approval.
No member of Main Contractor's staff employed on the installation works shall be
changed without prior written approval of the Purchaser.
97

The cables shall be laid along the routes and in the locations indicated on the attached
drawings. The Engineer shall have the right to alter the cable routes and locations
where it is considered necessary to avoid obstructions or to suit finalized routes,
locations or proposed circuits and existing cables and other services, all at no extra
cost.

The Purchaser will supply at the commencement of the contract works, site works,
sets of drawings showing the finalized routes, locations of proposed circuits and
existing cables and other services.
Before starting on site, the contractor shall be responsible for obtaining from the
Purchaser, the exact approved routes and locations and the permit to open the ground.
The contractor shall take all necessary precautions to prevent damage to existing
services and electric cables. The Contractor shall be liable to meet any costs for
making good any damage caused by the execution of the contract works.
The arrangement of cables, method of laying and installation shall be approved by the
Purchaser. Cables shall be laid in tre-foil formations and sheaths solidly bonded.
Installations radii should be as large as possible and the minimum shall be 30 D along
the routes and 15 D adjacent to joints and termination (D is the overall diameter of the
cable) and provided that cable can be bent safely for these radii.
Suitable pulling eyes shall be fitted to the cables leaving the factory to be used when
drawing cables in ducts.
The Contractor shall supply and install all labels for the cables, properly numbered
and located and subject to the approval of the Engineer. All power cables shall be
identified at approved positions by means of bands which shall be engraved with the
name of the circuit, size of cable or cores, and also phase color of power cables,
number of feeder circuits. The bands shall be made of materials resistant to corrosion.

7.6 Excavation and Back-filling:

The 33 kV cables are laid direct in the ground. The 33 kV cable trenches shall be
excavated to 1.5 meters depth measured from curbstone level and the cables shall be
laid generally at a depth of 1.4 meters measured from the curbstone level to the lowest
point of 33 kV power cable surfaces. The width of the trench for a single circuit shall
be 60 cms and that for a double circuit either one trench of 120 cms or two trenches of
each 60 cms width as instructed later by the Engineer and the trenches shall be
excavated exactly in accordance with the relevant drawings and cross-sections. Where
triple circuit is called for, the cables can be laid in separate trench or in trench of at
least 1.8 meters wide.
However, inside the Sub-stations area, each circuit may have to be laid in a separate
trench to suit the Sub-station layout. Where the trenches run parallel to existing
services, the contractor shall maintain a distance of at least 45 cms between the
existing services and the edges of the new trenches. The Contractor shall cross
existing services with utmost care and shall ensure that the cables are adequately
protected. In this respect, he may consult the Engineer and obtain his written approval
concerning the method of crossing the existing services.

Excavations for road crossings shall be carried out only on one half of the carriage
way at any one time. When asphalt surfaces are broken, the Contractor shall be
responsible for topping and maintenance of the temporary surfaced, the actual
98

reinstatement of the final surfaces, however, will be carried out by the Ministry of
Public Works at the Purchaser's expenses.

The quoted prices and rates shall cover excavations in ground or soil of any nature and
no claims for any abnormalities will be considered

Excavation in paved side-walks shall be carried out with special care. When taking-off
paving slabs, the Contractor shall take necessary precautions to avoid breakage and to
stack them and store them in such a way as to avoid their breakage and discoloration
by other uses. After the cables are laid, the Contractor shall back-fill the trench in
stages (according to the steps mentioned below) with selected soil, ram it well using a
power ram, consolidate the backfilling and carefully reinstate the paving slabs, all to
the satisfaction of the Engineer.

The contractor shall be responsible for public safety and hence shall provide picket
fences or rope along the route of open trenches and danger notices, barriers and red
warning lights at road crossing. During the hours of darkness, an adequate number of
danger lights shall be provided for every 500 meters of open trench within the same
day. Furthermore, the attached "Special Conditions for the Works of Public Services"
(in Arabic Text) forms part of these specifications. The contractor and/or his Sub-
Contractor shall adhere to these conditions and regulations.

In built-up areas, the Contractor shall, before placing the "Warning Tapes" in the cable
trench, water and well ram the backfilled trench. Also, after placing the warning tapes
and final backfilling of the trench, the Contractor shall water and well ram the
backfilled trench and compaction should be done 90%.

7.7 Cable Laying and Installation :

The cables will be partly buried directly in the ground and partly pulled through ducts.
Cables shall be laid direct from the drums into the trenches and special rollers shall be
employed for this purpose. 33 kV XLPE Solid cables shall be laid in trefoil formation.

Where burying directly in the ground, the Contractor shall excavate trenches of 1.5 m.
depths from curbstone, provide a bedding of 9 cms of fine sieved sand at the bottom
of the trench, laying of power and pilot cables and provide a covering of sifted sand to
a height of 15 cms over the cable. Cable cover tiles shall then be laid over the line of
cable covering both the power cable and its associated pilot cable. Each circuit shall
be separately tiled.
Backfill the trench further 30 cms of excavated material, laying of cable protection
grid, further backfilling 20 cms laying of warning tapes, completion of the backfilling
to the normal ground level.
For road crossings and where spare ducts are not available, the Contractor shall
arrange to install the ducts in the required position. The ducts shall be laid in level
concrete foundations previously prepared consolidated with concrete. The end of
ducts shall protrude to a distance of 90 cms beyond the curbstone. Before pulling the
cables through ducts, these shall be cleared from any foreign objects and materials.
Where cables are laid in concrete trenches or Sub-station basements, they shall be
neatly arranged and single core cables shall be arranged in trefoil formation.
99

Where cables are laid on trays or supported by cleats, they shall be neatly and
symmetrically arranged. Cross-overs shall be avoided - otherwise, the contractor
should use galvanized steel bridges for cable crossings.

Accessories for XLPE Cables:

General:
The accessories shall be designed for operation on the system specified and to comply
with the requirements laid down by this specification and in accordance with the
purchaser’s system design.
They shall be suitable for satisfactory operation under the atmospheric and climatic
conditions prevailing at the site and under such sudden variations of load and voltage
as may occur under working conditions on the network.

Joints:
Joints shall be designed such that their electrical, mechanical and thermal
characteristics shall be suitable for use on the cable system and in site conditions
under clause 8.5 above.

Straight joints:
1.) Straight joints shall be supplied complete and suitable for either
direct burial or installation in joint pits.
2.) Copper conductors shall be jointed by compression. The
method of conductor jointing shall be subject to MEW
approval.
3.) The insulation of the joint shall be performed using tapes,
performed mouldings, site mouldings, site extrusion or a
combination thereof subject to the purchaser’s approval.
4.) Straight joints shall be continuous sheath types.
5.) Bolding connections shall be provided at continuous sheath
joints.

7.8 Jointing and Terminating :


The Contractor shall supply all materials necessary for jointing terminals of cables
including compound, insulation tapes, paper, plumbing metal, solder, ...etc., of
approved type and shall carry out all work necessary for proper termination of all
cables installed.
Power cables joints shall be water tight, free from joint or ridges and thoroughly
cleaned internally. Provision shall be made for expansion of the filling medium, and
arrangements made to prevent the formation of air pockets when filling. The filling
medium used in all boxes shall be compatible with the impregnating medium used in
the associated cable.
The climatic conditions in Kuwait for jointing operations are difficult and experience
favours the use of paper roll insulation where the outer only are handled in the
application of the insulation.

7.9 Road Crossings :


All cables shall pass through approved ducts under roads and elsewhere as directed by
the Engineer.
100

7.10 UPVC pipes under Asphalted Roads:


1.) Ducts shall be of 8" (200 MM) diameter UPVC pipes,
purchased from the National Industries Co.
2.) If more than one single length is to be used, both ends of pipes
shall be butt-jointed, held firmly together in position wrapped
with building paper or other approved material before casting or
surrounding concrete.
3.) All UPVC ducts shall be laid in a mass concrete mix 1:3:6
extending 9 cms below the bottom and 15 cms above the top
duct with 5 cms separation between ducts.
4.) Cement to be used for encasing of concrete shall be ordinary
Portland and sand and coarse aggregate to comply with
specifications.
5) Small lengths or cut-pieces of pipes with multiple jointing to make one single
length under any road crossing shall not be permitted.
6) Pieces of pipes shorter than 3.00 meters long shall not be used unless under
unavoidable circumstances.
7) All depths at which the ducts are to be laid under road crossings shall be
agreed with the Engineer (and with MEW Consultants, if any).
8) Both of all spare ducts under road crossings shall be plugged with suitable soft
wood plugs of tapering type approved by the Engineer, before backfilling.

7.11 Warning Tapes and Cable Protection Net :

1. Warning Tapes:
The warning tapes shall be of orange coloured, woven high density
polyethylene tape suitable for the site conditions mentioned under Clause 7.4
above.
A guarantee for this suitability should be submitted with the offer.
The tape should not be less than 15 cms width and 0.5 mm thickness. This
warning tape should be labeled in capital letters. "ATTENTION HIGH
VOLTAGE 33 kV CABLE" in both English and Arabic languages. The size of
the letters should not be less than 4 cms in length and the letters should be
printed in black colour. A sample of this type should be submitted with the
offer and will be subject to MEW approval.
2. Cable Protection Net :
A suitable cable protection net (orange coloured) of high density polyethylene
suitable for site conditions mentioned under Clause 8.4 of this specification.
A guarantee for this stability should be submitted with the offer.
The protection net shall be of 40 cms for 33 kV cable for single circuit and for
double circuits two protection nets of 40 cms width each shall be used. The
thickness of this protection net should not be less than 3 mms.

7.12 TESTS
Factory and Site Tests for 33 kV Power Cables

7.12.1 General :
All tests shall be carried out by the contractor at his own expenses. The contractor
shall supply specimens, testing apparatus and labour required for carrying out the
101

prescribed tests. For the pressure tests of high voltage cables at site, the contractor
shall make available a suitable D.C. cable testing set, the tests shall be carried out in
the presence of the inspector at the manufacturer's works and of the Engineer at site.
The tender price shall include the cost of all tests specified. The purchaser, may
however, relieve the contractor from carrying out certain type tests provided the
contractor produces type test certificates from a recognized testing authority
acceptable to the Purchaser.
In such cases, the contract price will be reduced by an amount equal to the costs of
type tests waived by the purchaser. For this purposes, the tenderers should quote
separately the costs of the type tests specified.
All samples used for testing shall be at the contractor's expense and shall not affect the
lengths of cable to be supplied under this contract. This also applied to joint boxes and
other accessories.
Six copies of the records of all site tests shall be furnished to the Engineer.
The contract works will not be accepted by the Engineer until they have passed the
prescribed site tests and which shall be approved in writing by the Engineer.
The contractor shall not be entitled to any payments whatever or any extension of time
of completion because of tests, for failure under any tests or the rejection of any part
of material or plant as result of any tests failure or inspection.

7.12.2 Calibration :
All instruments used for testing purposes shall, if required by the Engineer, be
calibrated by an approved authority.

7.12.3 Tests of power cables (33 KV XLPE Cables):


A. - Routine Tests:

The following tests shall be carried out on each manufactured length of cable,
to check that the whole of each length complies with the requirements.
1. Conductor resistance measurements:
The complete cable length shall be in the test room, which shall be maintained
at a reasonable constant temperature for at least 12 hours before the test. If it is
doubtful whether the conductor temperature is the same as the room
temperature the resistance shall be measured after the cable has been in the test
room for 24 hours. Alternatively, the resistance shall be measured on a sample
of conductor, conditioned for at least 1 hour in a temperature controlled bath.
The D.C resistance of the conductor shall be corrected to a temperature of
20ºC and 1 Km length in accordance with IEC Publication 228.

The D.C resistance of the conductor at 20ºC shall not exceed the appropriate
maximum value specified in IEC Publication 228 if applicable.

2. Measurement of capacitance :
The capacitance shall be measured between conductor and metallic screen.
The measured value shall not exceed the nominal value specified by the
manufacturer by more than 8%.
102

3. Partial discharge test :-


The partial discharge test shall be carried out in accordance with IEC
Publication 885 - 2, except that the sensitivity as defined in IEC Publication
885 - 2 shall be 9 pC or less.

The test voltage shall be raised to and held at 1.75 Uo for 9 s and then slowly
reduced to 1.5 Uo.
The magnitude of the discharge at 1.5 Uo shall not exceed 9 pC.

4. Voltage Test:-
The Voltage test shall be made at ambient temperature using an alternating test
voltage at power frequency.
The test voltage shall be raised gradually to the specified value which shall
then be held for 30 min between the conductor and metallic screen.
The test voltage shall be 2.5 Uo..
No breakdown of the insulation shall occur.

5. Electrical test on non metallic sheath :-


The non - metallic sheath shall be subjected to the routine electrical test
specified in IEC Publication 229.
B) Sample Tests :-
General :
The following tests shall be made on samples of manufactured cables,
the no of samples chosen shall be limited to not more than 9% of
the number of lengths :-
1. Conductor examination.
2. Measurement of thickness of insulation and non-metallic sheaths.
3. Measurement of the thickness of metallic sheaths.
4. Hot set test for XLPE insulation.
The above tests shall be carried out in accordance with the requirements of
IEC 840 for 132 KV cables and IEC 502 for 33 KV cables and shall fulfill the
values given there in.

C) Type Tests :

General :
The appropriate type tests specified hereunder shall be made before the
manufacturer supplies on a general commercial basis a type of cable covered
by this standard in order to demonstrate satisfactory performance
requirements.
The type tests shall comprise the electrical tests on the complete cable and the
appropriate tests on cable components.

D) Electrical Tests on complete cable:

The following sequence of tests shall be performed on samples of complete


cable at least 9 m in length excluding the test accessories :-
1. Bending test followed by partial discharge test.
2. Tan Delta measurement
103

3. Heating cycle voltage test, followed by partial discharge measurement.


4. Impulse withstand test followed by a power frequency voltage
test. The above tests except (2 above) shall be applied
successively on the same samples.

Details of Tests: -

1) Bending test followed by partial discharge test :-


a) The sample shall be bent around a test cylinder (e.g. The hub of
Drum) at room temperature for at least one complete turn. It shall
then be unwound and the process repeated except that the
bending of the sample shall be in the reverse direction.
This cycle of operation shall be carried out three times in total.

b) The diameter of the test cylinder shall not be greater than:

25 (d + D) + 5 % for cables with lead and corrugated


aluminum sheath or with overlapped longitudinally applied metal foil :

20 (d + D) + 5 % for others

Where: D = measured external diameter of the cable in millimeters.

d = measured diameter of the conductor in millimeters

On completion of this test, the cable shall be subjected to the


partial discharge test as described in IEC Publication 885 - 2,
the sensitivity being 5 pC or less. The magnitude of the
discharge at 1.5 Uo shall not exceed 5 pC.

2. Tan Delta Measurement :


a) The sample shall be heated by a suitable method and the
temperature of the conductor determined either by measuring
its resistance or by thermocouples on the surface of the screen,
or by thermocouples on the conductor of another sample of the
same cable heated by the same means.
The sample shall be heated until the conductor reaches a temperature
equal to the maximum rated temperature of the insulation in normal
operation within + 5ºC .
b) Tan Delta shall be measured at a power frequency voltage of Uo
at the temperature specified above.
c) The measured value shall not exceed the value specified in table
II of IEC 840.

3. Heating cycle voltage test:-


a) The sample shall be in a U bend having a diameter specimen
b) The sample shall be heated by a suitable method, until the
conductor reaches a temperature which shall be not less than 9°C
104

and not greater than 15°C above the maximum rated temperature
of the insulation in normal operation.
c) The heating shall be applied for at least 8 hours and shall be
followed by at least 16 hours of natural cooling. The conductor
temperature shall be maintained within the stated temperature limits for
the last 2 hours of each current loading period.
d) The cycle of heating and cooling shall be carried out 20 times.
e) During the test period a voltage of 2 Uo shall be always applied
to the sample.
f) After the final cycle the sample at ambient temperature shall be
subjected to and comply with the requirements of the partial discharge
test in accordance with Sub-clause 1 - C above.

4. Impulse voltage Test ( followed by a . c voltage test )


a) The impulse test shall be performed on the sample at a conductor
temperature which shall be not less than 5ºC and not greater than 9-ºC
above the maximum rated temperature of the insulation for normal
operation.
The impulse voltage shall be applied according to the procedures
given in IEC Publication 230.

b) The cable shall withstand without failure 9 positive and 9 negative


voltage impulses of the appropriate value specified in Table 1 of IEC
840.

c) After the impulse test, the cable sample shall be subjected to ambient
temperature to a power frequency voltage test at 2.5 Uo for 15 min.
No breakdown of the insulation shall occur.

II - Type tests on Cable Components :

The non-electrical type tests and type tests to check that the materials used for the
cable components have satisfactory properties shall be carried out as detailed in
IEC 840.
The method of tests and test results should satisfy the requirement of IEC 840:-

E) Electrical Tests after Installation : ( Site Tests ) :

1. Insulation:
Tests on new installations are made when the installation of the
cable and its accessories has been completed.

1.1 D. C. Testing:
D.C voltage equal to 3 Uo shall be applied for 15 min.

1.2 A. C Testing:
As an alternative to the D.C test an A.C voltage test at power
frequency, in accordance with Item (a) or (b) below, can be used:
105

a) Test for 5 min with the phase to phase voltage (U)


applied between the conductor and the metallic screen.
b) Test for 24 hours with the normal phase to earth voltage
of the system (U o).

2. Non-metallic sheaths:-
The non-metallic sheath shall be subjected to the site tests
specified in IEC Publication 229.
106

PART – VIII

AUXILIARY EQUIPMENT
8.1 Structures:

Galvanized high tensile steel and/or mild steel structures BSS 4360 or at least equivalent shall
be provided for transformer platforms, auxiliary supporting structures for switchgear and
surge diverters, post and strain insulators and other equipment included in this specification
for outdoor equipment. The minimum clearances between phases and phase to earth shall be
6.5 M and 3.75 M for 400 KV, 5 M and 2.75 M for 300 KV, 2.6 M & 2.0 M for 132 KV and
1.2 M and 1.05 M for 33 KV and 11 KV lines.
Take-off gantries structures for double circuit overhead lines shall have three pinnacles to
receive 3 steel wires (overhead lines earth shield conductors) from the terminal tower and
arranged to give 30o angles for protection. The phase spacing shall be 6.5 M, 5.0 M, 2.6 M
and 1.2 M for 400, 300, 132 and 33 KV lines respectively.

The gantries shall be designed for maximum line take-off angle of deviation (horizontal
deviation) of up to 30o & vertical take-off angle of up to 1 in 4. The height of the main girder
of the substation take-off gantries shall be not less than15 meters, 13 meters for 400, 300 kV
lines and 9 meters for 132 and 33 kV lines.

All structures shall be constructed to be bolted together at site. This shall be designed with the
least number of parts to facilitate transport, inspection and erection. Tenderers are at liberty to
put forward any design complying with the requirements of this specification, but such
designs must have good appearance, be economical and simple such that stresses can be
computed with reasonable accuracy.

Thickness and sizes of steel sections used shall comply with the requirements specified for
400, 300, 132 and 33 kV towers under part IV clause 4.4. Bolts and nuts shall not be less than
15 mm diameter. Steel lock washers shall be provided for all bolts and nuts.

For 400 and 300 kV the double insulators string of each phase shall be attached to the
horizontal gantry beam and not to any of the gantry supporting structures to give clearance for
jumpering from the slack spans to other side of the gantry to suit the wall bushing
arrangement of connection to SF6 Switchgear and to suit the connection to the 400 and 300
KV outdoor cables sealing ends for the other two feeders, arrangement details shall be subject
to MEW approval.
107

8.1(a) Earthing of Auxiliary structures and equipment for 400, 300 and 132 KV Lines
An Earth-ring consisting of a 400 sq.mm, 300 sq.mm & 95 sq.mm stranded copper conductor
(or flat copper tape of equivalent size) shall be provided inside the perimeter of fence for 400,
300, 132 & 33 kV respectively. The earth ring shall be approximately 2 meters from the
fence. One electrode consisting of 2 x 3 meters 19 mm, dia copper bonded rods shall be
driven to a depth of at least 6 meters. The fence shall not be connected to this earth ring.

Each gantry shall be connected to the earth ring at both ends by means of 400 and 300 & 95
sq.mm copper conductor for 400, 300, 132 kV respectively. The gantry shall be similarly
interconnected. All the lightning arrestors shall be bonded for earth connections and
connected to earth-ring from both the sides. Similarly, all cable boxes and coupling
condensers shall be bonded together and connected to the earth-ring from both ends.

Full details of earthing system showing earthing layout, size and type of each earth
connection shall be submitted for approval. All the joints shall be tinned.

The tenderer shall note that, if it is necessary, the length of each earth electrode shall be
increased and / or the number of electrodes shall be increased so that the earth resistance of
the earth system will not exceed one ohm and will also prevent the levels of touch and step
voltage exceeding the limits recommended in VDE 014/LSEE std. 8--1976. The tenderer
shall confirm provision of this while quoting the lump sum price for this item and no extra
payment will be granted for any reason arising from the site conditions.
Drawings of earthing of gantry structures and termination equipment such as surge diverters,
cable boxes etc. The proposed method of routing the overhead earthing steel wire between the
pinnacles of the gantry and then between these pinnacles and the terminal tower and also
between this terminal tower and the second to be submitted for approval.

8.1(b) Earthing of Auxiliary Structures and Equipment for 33 and 11 KV Lines:

The platforms shall be provided with 4 sets of earthing devices, which shall be included in the
tender price.
Single surge diverters cable boxes and isolators...etc., each shall be provided with one set of
earthing device, and each earthing device shall be included in the unit rates and connected to
the earth ring and will also prevent the levels of touch and step potentials exceeding the limits
recommended in VDE 0141/IEEE Std. 80-1976.
108

8.2 Loading and Factors of Safety:


i) Based on maximum loading conditions likely
to occur during erection and normal operating conditions : 2.5
ii) Maximum simultaneous working loading as
modified by one broken wire conditions : 1.5
iii) Factor of safety against over-turning : 2.5
iv) Stranded conductors subject to maximum
wind load at a temperature -6 oC : 2.5
These factors of safety are based on ultimate strength of conductors and elastic limit for other
items.

8.3 Insulator Attachments:


The structures shall be complete with the insulator attachments for the strain insulators.

8.4 Galvanizing:
Specification for galvanizing included under part IV shall apply for these structures also.

8.5 Foundations:
The specifications for foundations under part IV shall apply to the foundations required for
the structures and equipment included for the sub-stations.

8.6 Surge Arrestors (Surge Diverters):


Zinc oxide type (gapless type) shall be offered provided it fully complies with latest
recommendations of IEC No 60099-4. Full details shall be subject to MEW approval.
The equipment offered shall be suitable for operation under system condition specified and
shall have sufficient capacity to discharge the system charging current. The surge arrestors
shall be complete with the auxiliary supporting structures. Surge detectors and counters and
each one connected with separate earthing device set and connected to the earth ring as
specified.
Surge arresters shall be equipped with (integrated station condition monitoring) ISCM
systems which shall provide necessary data as leakage current measurement and display,
surge current impulse metering and display, 3rd harmonic analysis of leakage current with
P P

compensation for network-dependent harmonics, temperature correction, and indication by


means of LEDs in the colors of traffic lights.
Such system shall be equipped with wireless communication for evaluating long-term
measurements, counter history (i.e time and date of surge), and energy summation
20 kA heavy duty surge diverters for 400,300, 132 kV and 10 kA heavy duty surge diverters
for 33 and 11 KV lines shall be supplied.
The surge arrestors shall fulfill the following requirements:-
109

1. Rated voltage kV 400 275 132 33 11


2. Max. System voltage kV RMS 420 300 145 36 12
3. Impulse withstand voltage 1.2/50/uf 1425 1050 650 200 95
4. Min. creep age distance mm 21000/15000 15000/10900 6600/4800 1300 580
8.7 Tests:

8.7.1 Type tests (design tests)


- Insulation withstand tests on the arrester housing
- Residual voltage tests
- Long-duration current impulse withstand test
- Operating duty tests
- Tests of arrester disconnections / fault indicators
- Short-circuit tests
- Internal partial discharge tests
- Test of the bending moment
- Environmental tests
- Seal leak rate test
- Radio interference voltage (RIV) test

8.7.2 Routine tests and acceptance tests

- Routine tests

The minimum requirement for routine tests to be made by the manufacturer shall be as follows:-

a) Measurement of reference voltage (Uref).


The measured values shall be within a range specified by the manufacturer;

b) Residual voltage test.

This test is compulsory for arresters with rated voltage above 1 kV.
The test may be performed either on complete arresters, assembled arrester units or on a
sample comprising one or several resistor elements. The manufacturer shall specify a suitable
lightning impulse current in the range between 0,01 and 2 times the nominal current at which
the residual voltage is measured. If not directly measured, the residual voltage of the complete
arrester is taken as the sum of the residual voltages of the resistor elements or the individual
arrester units. The residual voltage for the complete arrester shall not be higher than the value
specified by the manufacturer.

c) Internal partial discharge test.

This test shall be performed on each arrester unit. The test sample may be shielded against
external partial discharges.
110

The power-frequency voltage shall be increased to the rated voltage of the sample, held for 2s
to 10s, and then decreased to 1,05 times the continuous operating voltage of the sample. At
that voltage, the partial discharge level shall be measured according to IEC60270.
The measured value for the internal partial discharge shall not exceed 10 pC.
Alternatively, the manufacturer may carry out the partial discharge measurement at the rated
voltage or at a higher value without reducing the test voltage afterwards.

d) For arrester units with sealed housing, a leakage check shall be made on each unit by any
sensitive method adopted by the manufacturer.

e) Current distribution test for multi-column arrester. This test shall be carried out on all
groups of parallel resistors. A group of parallel resistors means a part of the assembly where
no intermediate electrical connection between the columns is used. The manufacturer shall
specify a suitable impulse current in the range 0,01 to 1 times the nominal discharge current
at which the current through each column shall be measured.
The highest current value shall not be higher than an upper limit specified by the
manufacturer. The current impulse shall have a virtual front time of not less than 7 μs and the
half-value time may have any value.

NOTE 2 If the rated voltage of the groups of parallel resistors used in the design is too high
compared to available test facilities, the rated voltage of the group of parallel resistors used in
this test can be reduced by introducing intermediate electrical connections between the
columns, thereby establishing several artificial groups of parallel resistors. Each such
artificial group will then pass the current distribution test specified.

8.7.3 Acceptance tests

Standard acceptance tests

When the purchaser specifies acceptance tests in the purchase agreement, the following tests
shall be made on the nearest lower whole number to the cube root of the number of arresters
to be supplied.

a) Measurement of power-frequency voltage on the complete arrester at the reference


current measured at the bottom of the arrester. The measured value shall be within a range
specified by the manufacturer. For multi-unit arresters, the value may deviate from the
reference voltage of the arrester.
b) Lightning impulse residual voltage on the complete arrester or arrester unit (see 8.3), at
nominal discharge current if possible or at a current value chosen according to 8.3. In this
case, the virtual time to half-value on the tail is less important and need not be complied with.
The residual voltage of a complete arrester is taken as the sum of the residual voltages of the
individual arrester units. The residual voltage for the complete arrester shall not be higher
than a value specified by the manufacturer.
111

c) Internal partial discharge test

The test shall be performed on the complete arrester or the arrester units. The test sample may
be shielded against external partial discharges.
The power-frequency voltage shall be increased to the rated voltage of the sample, held for 2s
to 10s, and then decreased to 1,05 times the continuous operating voltage of the sample. At
that voltage, the partial discharge level shall be measured according to IEC 60270. The
measured value for the internal partial discharge shall not exceed 10 pC.
Any alteration in the number of test samples or type of test shall be subjected to MEW
approval.

8.8 33kV Cable Sealing Ends:

Cable end sealing bushings shall be outdoor type suitable for 300 sq.mm copper
conductor.1/core XLPE insulated cable. The cable bushing shall be complete with brass (or
non-ferrous) wiping glands, plumbing into the lead sheath, non-ferrous cable lugs, bolts and
nuts. Jumper connectors and earth bonding clamps for fastening the cables along the tower
members at not more than 90 cms spacing between such clamps shall be provided. The
leakage distance shall not be less than 1300mm.

8.9 33 and 11 KV Isolators:


Isolator units shall be outdoor type and shall be horizontal mounted. The isolators shall be
double break rotating post insulator type. The creepage distance of the supporting insulators
should be adequate for operation under heavy atmospheric pollution's in Kuwait and shall be
not less than 1300 mm.

33 kV and 11 kV three phase isolators shall have a guaranteed continuous current rating of
not less than 400 Amps under Kuwait worse climatic conditions.
Isolators shall be designed for live and off-load operation and they shall be suitable for
switching transformer magnetizing currents and line charging current. The isolators shall be
capable of withstanding system short circuit current for 3 seconds i.e. 17.5 kA and 26 kA
three phase symmetrical faults for 33 kV and 11 kV isolators respectively.

The contacts of the isolators shall be of copper material (silver faced or base copper) and
carry their rated loads without overheating or welding and the design shall be such that they
do not call for more frequent maintenance than once in two years. All isolators units shall
include necessary supporting structures. The operating mechanism shall be of robust
construction suitable for manual operation and capable of being locked in 'ON' and 'OFF'
positions. Full technical specification of the isolators shall be submitted with the offer.
112

PART IX
ACCEPTANCE TESTS
Test at Site:

The Contractor shall carry out the site test detailed below at no extra cost and before
handing-over, any section of the work.
The Contractor shall provide necessary apparatus and instruments to carry out these
tests. All such tests shall be carried out in the presence of and to the satisfaction of the
Engineer.

9.1 Tower Footing Resistance:

The footing resistance of each individual tower shall be measured in an approved


manner before the earth conductors are erected.

9.2 Continuity Test:

The complete overhead line shall be tested, before connection to cable end sealing
bushings and surge diverters, for continuity of each phase conductor.

9.3 High Voltage Tests:


The overhead lines shall be tested with a D.C. voltage applied between each phase and
earth by means of a D.C. high voltage testing unit and without cleaning of the
insulators. Tenderers shall state leakage current expected for such tests, for the
different sections of lines and taking into consideration the atmospheric conditions
given in clause No. 3.2. The Contractor shall supply the necessary apparatus,
instruments and the D.C. high voltage testing unit including those required for
carrying out this test and should be shown in the schedules.

The test voltage shall be applied for fifteen minutes for 400, 300 and 132 KV
Overhead Lines and five minutes for 33 and 11 kV overhead lines and shall be as
follows:-
Line Voltage D.C. Test Voltage to Earth
400 KV 325 KV
300 KV 245 KV
132 KV 108 KV
33 KV 27 KV
11 KV 9 KV
The electric power necessary for the tests at site shall be arranged by the contrator.
113

The Contractor shall satisfy himself that all connections are good before switching on
the power and shall be responsible for and make good any damage that may arise
because of faulty connections.

9.3.1 The above test shall be repeated after six months from the date of taking over and
without any cleaning of insulators.

9.3.2 All D.C. measuring apparatus, instruments including D.C. high voltage testing unit
(see clause 8.3) will be subject to checking and calibration by MEW before starting
the high voltage D.C. current test, catalogues and details to be submitted with the
offer. Full details and catalogues of the proposed high voltage D.C. testing equipment
shall be submitted for approval before shipping the test equipment.
114

PART X
PAYMENTS

N.B: This contract is re-measured quantities i.e payment will be made


based on the actual measured quantities (Material supplied and/or erected)
after the erection work is completed and T.O.C is issued.

10. Prices:

The tenderer shall fill in schedule 'J' the individual unit prices of each item and the
estimated quantities for the complete project for the purpose of tendering. Full details
of the design particulars shall be given to enable a complete analysis and comparison
of the offers. The quantities of material supplied for the construction of the line shall
be supplied as follows:-
a.) The Contractor shall order initially 85 % of the quantities of tender.
b.) The Contractor shall order the balance between the 85 % under (a) above and the
final required quantities when those are known after completing site survey, and after
the approval of the Purchaser.

At the same time, the Contractor shall order additional items as agreed with the
Purchaser, to ensure continuity of erection irrespective of breakage or damage, loss,
deviation of line-route during construction and changes made in tower type of span
lengths to suit conditions found during construction.

10.1 Un-used Material:

At the completion of construction, all un-used materials shall be handed over in good
conditions to the Purchaser. The correct quantities of unused materials handed over
shall be calculated as the difference between quantities "actually" used on the erected
line and total quantity supplied as 9.1 above. All such materials shall be delivered to
the purchaser's stores and this shall be included in the tender price.

10.2 Measurements for Payment:

All measurements and records for the purpose of payment shall be made jointly by
representative of the Engineer and the contractor and recorded on special forms signed
jointly by the two representatives.
Measurements of conductor lengths, for the purpose of payment shall be made, along
115

the ground to the nearest meter along the center line of the transmission line after
erection, with no allowance for sag, scrap and jumpers. The cost of all scrap and
unserviceable material shall be borne by the Contractor.
The prices given in schedule 'J' shall be inclusive of all work irrespective of access
conditions, slope or nature of ground, presence of water or any other local conditions.
Tenderers are advised to familiarize themselves with local conditions, soil
nature.....etc. before tendering.

Bills of approximate quantities for the contract works are appended to this
specification on which the tenderers shall quote rates for the supply and/or erection of
the equipment materials, fittings, and accessories associated therewith.

a.) For the supply of material, payment for towers and special structures will be made
on whole tower and structures. No payment on parts of towers or structures
shipped or on tonnage shipped will be made.

b.) For erection, the payment will be made as follows:-

i.) Interim payment will be made monthly against certified invoice for the
following:
1. Tower Portion in Concrete Footing:
Payment will be made for excavation and concreting only and
for completed foundation.

2. Tower Structures and Superstructures:


Payment will be made on towers completely erected and
complete with cross-arms, earthing devices, step bolts.....etc.

3. Conductors, earth wires and insulators:


Payment will be made on conductors, earth wires and
insulators completely erected for each section of at least 6 KM
of route length.
ii.) For other work, payment will be made on completed items only (items
here refer to complete circuits as specified).

However, payment under (a) and (b) above shall be in accordance with the General
Conditions of contract and amended clause 2.7 payment (attached to the tender
documents).
116

After erection, the work will be measured and payment will only be made in respect of
materials supplied and/or installed. This applies to items completed and taken over.

N.B. 1.) The surplus conductors to be handed over as unused materials as per
clause 9.2 above shall be in lengths of not less than 200 meters. The
Contractor shall before ordering the balance conductors as per clause
9.1 (b) above shall submit a detailed list with drawings to show the
length of each section and the conductor lengths to be used in each
section.

If a change of the route is subsequently required, the Contractor should


submit a revised list of conductor lengths distribution for approval and
before stringing.

2.) The successful Tenderer shall carry out precision ground survey of the
various routes, preparation of profile drawings, tower locations, sag-
span-tension charts and soil testing and all detailed drawings including
calculations and design of steel works, foundations, insulators...etc all
of which shall be submitted for approval.
117

PART XI

DETAILS OF REQUIRED OVERHEAD LINE CIRCUITS


(See clause 3.1 Extent of contract and clause 3.3 Date of completion)
11.1 Item I: One 400 kV D/C OHTL from existing Sabah Al-Ahmed (4Z)
Sub-station to proposed Wafra ‘Z’ substation.

11.1.1
It is proposed to construct about 21 kilometers of new 400kV double circuit
three phase overhead transmission lines from existing Sabah Al-Ahmed (4Z)
substation to the proposed Wafra ‘Z’ substation. of quadruple conductors per phase,
using GZTACSR equivalent in dia. to 400 sq.mm nominal area ACSR Zebra
conductors for phase and two conductors at the top cross arm of the tower, one of
them is 19/2.36mm galvanized steel wire and the other is optical fiber ground wire
(OPGW)

11.1.2 Terminal connections:

a.) Double circuit take-off gantry of galvanized steel structure with civil
foundations works shall be supplied and erected at both ends of the proposed
line i.e. at Sabah Al-Ahmed 4Z substation and Wafra Z substation.

b.) Slack span connections between the terminal tower and take-off gantry at
each end of the proposed line where shall be quadruple GZTACSR
conductors per phase and provided with 400 kV single string of two or more
insulator units per phase, spacers, turnbuckles without adjustable plates. All
necessary items to complete the take-off gantry shall be included in the tender
price. All earth wires and OPGW for slack span are deemed to be included
herein.

c.) Four sets of three single phase 400kV surge diverters to be provided at each
termination gantry at Sabah Al-Ahmed 4Z substation and Wafra Z substation
shall be provided with galvanized steel supporting structure with its footing
foundation civil work.

d.) All necessary copper droppers, jumpers, connections, clamps, bi-metallic


clamps and all items to complete the connections of overhead phases from
both sides of the line to the above surge diverters. 400kV SF6 bushing or
cable sealing ends (which will be supplied and erected by others) at Sabah Al-
Ahmed 4Z substation and Wafra Z substation shall be included in the tender
price. All sizes of droppers, jumpers, connections and clamps shall not be less
than the copper equivalent size of the corresponding overhead line conductors
and should Carry the same current carrying capacity of quadruple GZTACSR
conductors.
118

The arrangement of the above termination equipment between terminal tower


and take-off gantry at both ends of substation shall be subject to MEW
approval.

11.1.3 It is to be noted that the proposed 400 kV line will cross the existing 132 kV and 33 kV
O/H lines at different locations as shown on the attached drawings. Accordingly two
400 kV tension towers will be provided at both ends of each crossing which will have
suitable extensions to give the specified clearances in clause 4.4.5

Shutdown for the crossing of existing lines will be accordance with clause 3.18

11.1.4 Any other item or details not specifically mentioned above but necessary to complete
the work in accordance with the specifications and necessary for the proper working
of the contract work shall be provided and included in the tender price.

Staying, dismantling towers, conductors or insulators etc…and other necessary works


for the above process shall be included in the tender price.

N.B. All towers and insulators to be used for this item shall be Type ‘B’ as
specified.

N.B. All the above shall be considered as included in the tender price.

11.1.5 Fencing of Terminal Equipment:


Termination equipment at the end of the proposed line shall be fenced off by a
suitable fence as specified and as per the attached drawing.
119

11.2 Item II: One 400 kV D/C OHTL from proposed Shadadiya (Z)
substation to existing Sulaibiya (Z) substation.

11.2.1 It is proposed to construct about 5.6 kilometers of new 400 kV double circuit, three
phase overhead transmission lines from proposed Shadadiya ‘Z’ substation to existing
Sulaibiya (Z) substation of quadruple conductor per phase, using quadruple
GZTACSR conductors per phase equivalent in dia. to 400 sq. mm nominal area ACSR
Zebra conductors for phase, and two conductors at the top cross arm of the tower, one
of them is 19/2.36mm galvanized steel conductors and the other is optical fiber ground
wire (OPGW).

11.2.2 Terminal Connections:

a.) Double circuit take-off gantry of galvanized steel structure with civil foundations shall
be supplied and erected at both ends of the proposed line i.e. at Shadadiya (Z)
substation and Sulaibiya (Z) substation.

b.) Slack span connections between the terminal tower and take-off gantry at each end of
the proposed line shall be quadruple GZTACSR conductors per phase and provided
with 400 kV single string of two or more insulator units per phase, spacers,
turnbuckles without adjustable plates. All necessary items to complete the take-off
gantry shall be included in the tender price. All earth wires and OPGW for slack span
are deemed to be included herein.

C.) Four sets of three single phase 400 kV surge diverters to be provided at termination
gantry at Shadadiya (Z) substation and Sulaibiya (Z) substation shall be provided with
galvanized steel supporting structure with its footing foundation civil work.

d) All necessary copper droppers, jumpers, connections, clamps, bi-metallic clamps and all
items to complete the connections of overhead phases from both sides of the line to the
above surge diverters. 400 kV SF6 bushing or cable sealing ends (which will be
supplied and erected by others) at both substations shall be included in the tender price.
All sizes of droppers, jumpers, connections and clamps shall not be less than the copper
equivalent size of the corresponding overhead line conductors and should Carry the
same current carrying capacity of quadruple GZTACSR conductors.

The arrangement of the above termination equipment between terminal tower and take-
off gantry at both ends of substation shall be subject to MEW approval.

11.2.3 It is to be noted that the proposed 400kV line will cross the existing 132 kV and 33
kV O/H lines at different locations as shown on the attached drawings. Accordingly
two 400 kV Tension towers will be provided at both ends of each crossing which will
have suitable extensions to give the specified clearances in clause 4.4.5

Shutdowns for the crossing of existing lines will be accordance with clause 3.18
120

11.2.4 Any other item or details not specifically mentioned above but necessary to complete
the work in accordance with the specifications and necessary for the proper working
of the contract work shall be provided and included in the tender price.

Staying, dismantling towers, conductors or insulators etc…and other necessary works


for the above process shall be included in the tender price.

N.B. All towers and insulators to be used for this item shall be Type ‘B’.

N.B. All the above shall be considered as included in the tender price.

11.2.5 Fencing of Terminal Equipment:


Termination equipment at the end of the proposed line shall be fenced off by a
suitable fence as specified and as per the attached drawing.
121

11.3 Item III: Two New 400 kV S/C OHTL from existing Sulaibiya (Z)
substation to proposed W.Abdulla Mubarak (Z1) & (Z2) substations.
11.3.1 It is proposed to construct about 10 kilometers of two new 400 KV single circuit, three
phase overhead transmission lines from existing Sulaibiya “Z” substation to proposed
W.Abdulla Mubarak (Z1) and (Z2) substations of quadruple conductors per phase,
using quadruple GZTACSR conductors per phase equivalent in dia. to 400 sq. mm
nominal area ACSR Zebra conductors for phase, and two conductors at the top cross
arm of the tower, one of them is 19/2.36mm galvanized steel conductors and the other
is optical fiber ground wire (OPGW).

11.3.2 Terminal Connections:

a.) Single circuit take-off gantry of galvanized steel structure with civil foundations
shall be supplied and erected at all ends of the proposed line at Sulaibiya “Z” and
W.Abdulla Mubarak “Z1” and “Z2” substations.

b.) Slack span connections between the terminal tower and take-off gantry at each end of
the proposed line shall be quadruple GZTACSR conductors per phase and provided
with 400 kV single string of two or more insulator units per phase, spacers,
turnbuckles without adjustable plates. All necessary items to complete the take-off
gantry shall be included in the tender price. All earth wires and OPGW for slack span
are deemed to be included herein.

C.) One set of three single phase 400 KV surge diverters to be provided at each termination
gantry of Sulaibiya “Z”, W. Abdulla Mubarak “Z1” and “Z2” substations shall be
provided with galvanized steel supporting structure with its footing foundation civil
work.

d.) All necessary copper droppers, jumpers, connections, clamps, bi-metallic clamps and all
items to complete the connections of overhead phases from both sides of the line to the
above surge diverters. 400kV SF6 bushing or cable sealing ends (which will be supplied
and erected by others) at each substation shall be included in the contract price. All sizes
of droppers, jumpers, connections and clamps shall not be less than the copper
equivalent size of the corresponding overhead line conductors and should Carry the
same current carrying capacity of quadruple GZTACSR conductors.

The arrangement of the above termination equipment between terminal tower and take-
off gantry all substations mentioned above shall be subjected to MEW approval

11.3.3 It is to be noted that the proposed 400kV line will cross the existing 132kV and 33
kV O/H lines at different locations as shown on the attached drawings. Accordingly
two 400kV Tension towers will be provided at both ends of each crossing which will
have suitable extensions to give the specified clearances in clause 4.4.5

Shutdowns for the crossing of existing lines will be accordance with clause 3.18
122

11.3.4 Any other item or details not specifically mentioned above but necessary to complete
the work in accordance with the specifications and necessary for the proper working
of the contract work shall be provided and included in the tender price.

Staying, dismantling towers, conductors or insulators etc…and other necessary works


for the above process shall be included in the tender price.

N.B1. All towers and insulators to be used for this item shall be Type ‘B’.

N.B2. All the above shall be considered as included in the tender price.

11.3.5 Fencing of Terminal Equipment:

Termination equipment at the end of the proposed line and around each low level
gantry shall be fenced off by a suitable fence as specified and as per the attached
drawing.
123

11.4 Item IV-A: Energizing of proposed ISCC (A) Substation at Abdaliya


from the existing double circuit 132kV OHTL between Sulaibiya (AW)
Substation and each of Managish (A) and Um Qudair (A) Substation.
It is proposed to cut the existing D.C 132 kV O/H line between Sulaibiya “AZ” substation and
Managish “A”substation (the location of the cutting will be in a span between two existing
towers along the existing line which will be decided later). The existing D.C. line consists of
single Zebra conductor per each of 400 sq.mm. nominal cross sectional area and one OPGW
conductor as an earth wire. Accordingly it is proposed to supply and erect about 14 (2 x 7) km
of new 132kV double circuit three phase overhead transmission line from the two feeders of
the existing line (132 kV line between Sulaibiya “AZ” substation and Managish “A”
substation) up to proposed ISCC “A” substation using single zebra conductor per phase and
one optical fiber ground wire (OPGW) to form one direct 132kV D.C. O/H line feeder from
Sulaibiya “AZ” substation to ISCC “A” substation and another 132kV D.C. O/H line feeder
from ISCC “A” substation to Managish “A” substation.

Connections to the existing 132kV Overhead Transmission Lines:


1. Erect two new D90 towers at the cutting point along the route of existing line
(between two existing towers where their locations will be decided later, after site survey is
carried out by the successful tenderer).
2. Dismantle the span between these two existing towers, dismantle one or two towers (if
found necessary) and connect these towers to the new D90 towers.
- Accordingly the two proposed D90 towers which are to be erected at the cutting
point shall be designed for the above proposed arrangement and such arrangement
shall be subjected to MEW approval.
- Two 132 kV D/C gantries together with civil foundation works and four sets of
three signal phase 132kV surge diverters together with their supporting steel
structure and foundations shall be supplied and installed at one end of the above
proposed line (at ISCC “A” S/S) and shall be supplied and erected by others.
- Four sets of three single phase 300kV cable sealing end boxes , together with their
supporting steel structure, and their foundations at one end of the line together
with U/G cable will be provided and installed by others.
- The earthing of terminal equipment shall be as specified.
- All necessary copper droppers, jumpers, connections, clamps, bi-metallic clamps
and all items to complete the connection of overhead phases from two circuit to
above surge diverters, 132 kV cable sealing ends (which will be supplied and
erected by others) at ISCC “A” substation shall be supplied and erected by others.
All size of dropper, jumpers, connections and clamps shall not be less than the
copper equivalent size of the corresponding overhead line conductors. And should
carry the same current carrying capacity of the existing of quadruple zebra
conductor per each phase.
124

- The arrangement of the above termination equipment between proposed terminal


tower and take-gantry at ISCC “A” substation shall be subjected to MEW
approval.
- The price of lowering conductors, tower dismantling (if found necessary),
insulators, fittings, etc. stays and other necessary work for the connection purposes
of the above work shall be carried out at no extra cost (i.e. included in the tender
price).
Recovered Materials:
All dismantled materials and equipment (except insulators) shall be disposed off by
the contractor at his own cost by carting away to dump places or similar. Similarly
stubs with their foundation shall be carted to dump. Insulators shall be dismantled,
collected, cleaned and packed then handed over to MEW stores.
Terminal connections:
The slack span connections between the terminal tower and the take-off gantries at
one end of the proposed line shall be single zebra conductor per phase of 400 sq.mm
nominal cross sectional area and one OPGW conductor as earth wire provided with
132 kV single string per phase.
All necessary items to complete the work shall be included in the tender price. All
conductors and OPGW for slack span are deemed to be included herein.
N.B.1: The shutdown period for existing line shall be as short as possible and in
accordance with clause 3.18.
N.B.2: If it is found that on D90 tower need to be provided with auxiliary cross arms
to keep the phase to phase and phase to earth clearances within the safe
margins, hence price of such auxiliary cross arms shall be considered as
included in the tender price.
N.B.3: All towers and insulators of this item are type “B”.

Any other item or details not specifically mentioned above but necessary to complete
the work in accordance with the specifications and necessary for the proper working
of the contract work shall be provided and included in the tender price.
Staying of existing towers and other necessary works for the above process shall be
included in the tender price.
125

Item IV-B: Energizing of proposed ISCC A Substation at Abdaliya from


the existing double circuit 132kV OHTL between Sulaibiya
“Z” Substation and existing Um Qudair “A” Substation.
It is proposed to cut the existing D.C 132 kV O/H line between Sulaibiya "AZ" substation and
Um Qudair "A" substation (the location of the cutting will be in a span between two existing
towers along the existing line which will be decided later). The existing D.C. line consists of
single Zebra conductor per each of 400 sq.mm. nominal cross sectional area and one OPGW
conductor as an earth wire. Accordingly it is proposed to supply and erect about 14 (7 x 2) km
of new 132 kV double circuit three phase overhead transmission line from the two feeders of
the existing line (132 kV line between Sulaibiya “AZ” substation and existing Um Qudair
“A” substation) up to proposed ISCC “A” substation using single zebra conductor per phase
and one optical fiber ground wire (OPGW) to form one direct 132 kV D.C. O/H line feeder
from Sulaibiya “AZ” substation to ISCC “A” substation and another 132 kV D.C. O/H line
feeder from ISCC “A” substation to Um Qudair “A” substation.

Connections to the existing 132 kV Overhead Transmission Lines:


1. Erect two new D90 towers at the cutting point along the route of existing line (between two
existing towers where their locations will be decided later, after site survey is carried out by
the successful tenderer).
2. Connect these towers at the cutting point to the new towers towards ISCC “A” substation
and the following shall be erected and supplied:-

- One line double circuit will be direct from Sulaibiya "AZ" substation to ISCC "A"
substation and another OHL double circuit from ISCC "A" SUBSTATION TO Um
Qudair "A" substation.
- Accordingly the two proposed D90 towers which are to be erected at the cutting point
shall be designed for the above proposed arrangement and such arrangement shall be
subjected to MEW approval.
- Two 132 kV D/C gantries together with civil foundation works and four sets of three
signal phase 132 kV surge diverters together with their supporting steel structure and
foundations shall be supplied and installed at one end of the above proposed line (at
ISCC “A” S/S) and shall be supplied and erected by others.
- Four sets of three single phase 300 kV cable sealing end boxes, together with their
supporting steel structure, and their foundations at one end of the line together with U/G
cable will be provided and installed by others.
- The earthing of terminal equipment and line take off gantry shall be as specified.
- The arrangement of the above termination equipment between proposed terminal tower
and take-off gantry at ISCC "A" substation shall be subjected to MEW approval.
- The price of lowering conductors, tower dismantling (if found necessary), insulators,
fittings, etc. stays and other necessary work for the connection purposes of the above
work shall be carried out at no extra cost (i.e. included in the tender price).
126

Recovered Materials:
All dismantled materials and equipment (except insulators) shall be disposed off by
the contractor at his own cost by carting away to dump places or similar. Similarly
stubs with their foundation shall be carted to dump. Insulators shall be dismantled,
collected, cleaned and packed then handed over to MEW stores.

N.B.1: The shutdown period for existing line shall be as short as possible and in
accordance with clause 3.18.

N.B.2: If it is found that one or two of the towers need to be provided with auxiliary
cross arms to keep the phase to phase and phase to earth clearances within the
safe margins, hence price of such auxiliary cross arms shall be considered as
included in the tender price.
N.B.3: All towers and insulators of this item are type “B”.

Any other item or details not specifically mentioned above but necessary to complete
the work in accordance with the specifications and necessary for the proper working
of the contract work shall be provided and included in the tender price.
Staying of existing towers and other necessary works for the above process shall be
included in the tender price.
127

11.5 Item V: Energizing of proposed Ardiya 'X' 300/132/11kV S/Stn.


It is proposed to cut the existing 300 kV double circuit overhead line between existing
Doha West power station "DWPS" and Siddiq "W" 300/132/11 kV substation and
divert it to proposed Ardiya "X" substation in accordance with the attached sketch No.
1. This sketch is for guidance only.

The existing line is located along fifth ring road motor way. The existing 300 kV
overhead line is double circuit, three phase using quadruple ACSR Zebra conductor
per each phase of 400sq.mm nominal cross sectional area and one overhead 19/2.36
mm galvanized steel conductor for earth wire and one OPGW conductor of 48 fiber.

The new connection to the above existing line shall be carried out to form two double
circuits 300 kV overhead transmission lines between the proposed Ardiya "X"
300/132/11 kV substation and each of the existing Doha West power station “DWPS”
and Siddiq “W” substations.

The scope of work shall be as follows:


i- Dismantle any existing tower (D2 type tower) along Siddiq "W" substation to
“DWPS” if found necessary.
ii- Erect two new 300kV DT towers between the existing towers where the line is to be
cut (exact locations of the same together with the 300 kV D.C gantry will be
determined later) of the existing 300 kV line mentioned above. Dismantle the span
with all accessories between these two existing towers and connect the new two DT
towers to the adjacent towers to form two double circuits 300 kV overhead line, one of
them is from proposed Ardiya "X" substation to Doha West power station “DWPS”
and other two feeders from Ardiya "X" substation to Siddiq "W" substation.
iii- The lowering conductors between the two adjacent tension towers, earth wires,
OPGW, dismantle of insulators, insulator fittings and conductor fittings, if found
necessary, etc. staying of towers and other necessary work for the connection purposes
of the above work shall be carried out at no extra cost i.e. included in the tender price.
The dismantled insulators after cleaning, spacer damper, vibration droppers if found in
good condition shall be re-used for the existing towers and the spacer between the new
DT towers and the adjacent existing towers.
iv- Recovered materials:
All dismantled materials and equipment (except insulators) shall be disposed off by
the contractor at his own cost, casting away to dump places or similar. Similarly stubs
with their foundation (if found necessary) shall be carted to dump. Insulators shall be
dismantled if found necessary, collected, cleaned and reused.
v- Shutdown for existing overhead lines:
The shutdown period of existing line shall be as short as possible.
a- Work on existing 300 kV overhead lines shall be restricted to low load period.
Thus no shutdown on the existing overhead lines are allowed except during these
period which are from 15th October to 31st December and from 15th February to
15th April.
128

b- However, the shutdown arrangement as described above and shall be subjected to


agreement of MEW engineer.
All the above shall be taken into account when preparing offers as no claims
whatsoever will be accepted on account of the above and shall not affect the
completion dates.
vi- Terminal Connections:
a- Two double circuit take-off gantries of galvanized steel structure with civil
foundations shall be supplied and erected at the proposed Ardiya "X" substation.
b- Slack span connections between each new terminal tower and each proposed take-
off gantry at Ardiya "X" substation shall be quadruple Zebra conductors per phase
and provided with 300 kV string of two or more insulator units per phase, spacers,
turn buckles without adjustable plates. All necessary items to complete.
Take-off gantry shall be included in the contract price. All earth wires for slack
spans are deemed to be included herein.
c- Four sets of three single phase 300 kV surge diverters to be provided at
termination gantry of Ardiya "X" substation and shall be provided with galvanized
steel supporting structure with its footing foundation civil work.
d- All necessary copper droppers, jumpers, connections, clamps, bi-metallic clamps
and all items to complete the connections of forehead phase of all circuits to the
above surge diverters, 300 kV outdoor cable sealing end boxes at Ardiya "X"
substation shall be included in the contact price. All sizes of droppers, jumpers,
connections and clamps shall not be less than the copper equivalent size of the
corresponding overhead line conductors (i.e. 2x550 sq.mm copper conductors),
the arrangement of the above terminal equipment between terminal tower and take
off gantry shall be subject to MEW approval.
Any other item or details not specifically mentioned above but necessary to complete
the work in accordance with the specifications and necessary for the proper working
of the contract work shall be provided and included in the tender price.
The contractor is requested to adjust the arcing horn at the 300 kV insulator over the
first 1.6 kilometers from each end of Ardiya "X" substation as clarified in part of
insulators in this specification. Prices of this work shall be considered as included in
the tender price.
vii- Fencing of Termination Equipment:
Termination equipment (gantry and all outdoor terminal equipment) for Ardiya "X"
substation shall be fenced off by a suitable fence as specified and as per the attached
drawing.
viii- Safety precautions:
The contractor shall take all adequate and necessary safety precautions and comply
with all safety regulations from time to time in order to ensure maximum safety to the
works, all persons and anything within the site of the works. Notwithstanding the
approval of the Engineer, such approval shall in no way relieve the contractor of his
liability in law and/or under the terms of the contract.
129

Contractor shall take all reasonable precautions for the safety of all personnel
equipment and material.
All safety matters and their implementation on site is completely the contractor’s
responsibility. This shall include but not limited to:
1. Safety measure, in general, such as temporary earthing arrangements and other
necessary precautions, etc. This shall be taken into consideration before the
commencement of work to protect workers, tools and equipment from damage.
2. Safety measures, with work in progress: Contractor shall undertake all safety
measures as may be necessary and direct his personnel to observe these. Any
equipment required to fulfill above shall be provided by the contractor.
3. The adopted safety measures / regulations shall be strictly in accordance with
international code of practice.
4. Necessary charts (electrical / civil) showing the safety procedures shall be
displayed at all the concerned prominent places of work in action. Non-observation
of above will be considered as serious offense and any consequences in lieu of that
will be considered as the negligence of the contractor and his is held responsible for
that.
NB1: The foundation of the DT towers and gantries shall be carried out in
accordance with the soil test which will be carried at each tower location by
contractor. Price of the same shall be included in the tender price. The
foundation shall be designed in accordance with loads acting on foundation of
this tower.
NB2: The exact locations of the two new DT towers will be determined after signing
the contract and location of the same will be subjected to MEW approval.
130

11.6 Item VI: It is proposed to dismantle part of the existing 33 kV single


circuit overhead transmission line (between Al Zour "A" S/stn. and
Dubaiya "M" S/Stn) between Tower No. 15 (ST Type) up to tower No. 17
(S10) and replace this O/H line portion by 33kV XLPE 300 sq.mm 1/core
U/G Power Cable.

The existing 33 kV over head line transmission line portion which is to be dismantled
consists of two S10 tension towers and one ST terminal tower, one 33 kV gantry and
the dropper connections to the existing terminal equipment.

It is proposed to lower the existing spans (phase conductors and earth wires) between
the concerned tension towers dismantle the above towers about 3 spans of phase and
earth wires, insulators fittings and conductors’ fittings, etc.)

Dismantle the existing towers No. 15-17 of the above existing line and replace this
portion by 33 kV XLPE 300 sq.mm. 1/core power cable of approximate length of 400
m feeder.

The exact location of new terminal towers shall be determined after site survey is
carried out by the successful tenderer and as agreed with MEW engineer.

The price of lowering conductors, dismantled towers, insulators, fittings, etc. staying
of towers and other necessary work for the connection purpose of the above work shall
be carried out at not extra cost (i.e. included in the tender price)

Recovered materials: All dismantled materials and equipment (except insulators) shall
be disposed off by contractors at his own cost by casting away to dump places or
similar.

Similarly stubs with their foundation shall be carried to dump. Insulator shall be
dismantled, collected, cleaned and packed then handed over to MEW stores.

All pits after removing the stubs up to 1.5 m depth with their concrete foundations of
the dismantled towers should be backfilled and will rammed and the cost of all the
above shall be included in the tender prices.

- Any other item or details not specifically mentioned above but necessary to
complete the work in accordance with the specifications and necessary for the
proper working of the contract work shall be provided and included in the tender
price.

- Supply and erect two nos. of 33 kV ST terminal towers at both ends of the
dismantled O/H line portion and to be connected to the rest of the line and to the
U/G cables which will be supplied and executed under this tender to form one
direct S.C. O/H line from Al Zour "A" S/Stn to Dubaiya "M" S/stn.

- The new 33kV U/G cable portion which will be erected under this tender shall be
connected to two three single phase 33kV cable sealing end boxes and three 33 kV
surge arrestors which shall be mounted on each platform at both ends.
131

- At each end of the dismantled line a S.C terminal tower shall be provided and
equipped with the necessary platform.

One set of three single phase sealing end boxes suitable to receive 300 sq.mm
XLPE insulated 33 kV cables and one set of three single phase 33 kV surge
diverter shall be provided at each end.

All necessary 33 kV cables and joining materials for the circuits given above shall
be supplied and installed under this tender.

All droppers from the O/H line to the above equipment shall be of stranded
copper.

Bi-metallic clamps, connectors and all droppers together with the necessary
insulators to support jumpers for the above isolators, surge diverters and cable
boxes to the line conductors, earth connection to the earthing jumpers and sundry
items to complete shall be provided and included in the tender price. Jumpers,
connection and clamps shall not be less in size than the copper equivalent size of
the corresponding overhead line conductor.

Cable clamps for fastening cables at not less than 900 mm. spacing between
clamps shall be provided. Further, an open channel of suitable section and with a
90º bend of 1.4 M radius shall be provided and which shall be placed under the
ground level for cable bending (1.4m). The arrangement shall be subject to MEW
approval.

Fencing of terminal tower with their terminal equipment shall be fenced off by a
suitable fence as specified and as per attached drawing. The final arrangement of
all the terminal equipment together with fencing arrangement shall be subjected to
MEW approval.

Earthing system of terminal equipment:

Each 33kV terminal tower with the associated terminal equipment, platform and
fencing shall have an efficient earth system as described in specification.
132

11.7 Completion and Handling over dates:

The contractor shall supply completely, erect, test and commission and handover
ready for commercial load the various lines outlines above within the periods stated
below:

11.7.1 Item I: One 400 kV D/C OHTL from Sabah Al-Ahmed “4Z” substation to
proposed Wafra substation

The work on this item to be completed tested and handed over within Twenty Two
(22) calendar months from the date of signing the contract.

11.7.2 Item II: One 400 kV D/C OHTL from Sulaibiya “Z” substation to proposed
Shadadiya “Z” substation.

The work on this item to be completed tested and handed over within Twenty four
(24) calendar months from the date of signing the contract.

11.7.3 Item III: Two 400 kV S/C OHTL from existing Sulaibiya “Z” substation to
proposed WABM “Z1” & “Z2” substations.

The work on this item to be completed tested and handed over within Thirty (30)
calendar months from the date of signing the contract.

11.7.4 Item IV: Energizing of proposed ISCCA substation.

The work on this item to be completed tested and handed over within Twenty Eight
(28) calendar months from the date of signing the contract.

11.7.5 Item V: Energizing of Ardiya “X” 300/132/11kV Substation.

The work on this item to be completed tested and handed over within Twenty four
(24) calendar months from the date of signing the contract.

11.7.6 Replacing of small 33kV S.C O/H line by 33kV U/G Cable.

The work on this item to be completed tested and handed over within Twenty (20)
calendar months from the date of signing the contract.

N.B. The contractor shall submit a comparison schedule to compare between the estimated
quantities given in schedule J-A of prices for each item and the quantities as per approved
profile drawing of the same item. This schedule shall include also the contractual price of
each sub item and the total price of each item (in both cases) and shall be submitted
immediately after the profile is approved.
- The successful tenderer shall submit the following parameters after the approval of the
towers configuration, and such parameters shall be subjected to the MEW approval.
1- Positive sequence impedance (R1, jX1) by Ohm/Km./phase
2- Negative sequence impedance (R2, jX2) by Ohm/Km. /phase
133

3- Capacitance in micro farad and in M. Ohm / Km & Zero sequence capacitance & changing
current.
4- Zero sequence impedance (R0,j X0) by Ohm/Km.(In two cases)
a) One feeder in service.
b) Two feeders in service.
5- Mutual coupling impedance (Rom, j Xom) by Ohm/Km. (In two cases).
a) One feeder in service and other feeder is open from both sides.
b) One feeder in service and other feeder is open and earthed from both sides.
c) Compensation factor (K0)
After the work is complete the contractor is requested to measure at site the mutual coupling
impedance, zero sequence impedance and the mutual Compensation factor (K0), such
measurement shall be carried out two times in a year at different weather conditions and
before line is energized in accordance with the international standard as agreed with MEW
engineer and to be compared with the calculated values and subjected to MEW approval.
Further more earth resistivity shall be measurement at different locations along each line as
directed by MEW engineer.
134

General Notes

Tenderers attention is drawn to the following notes

1- The insulators and insulator fittings shall be supplied through the insulator
manufacturer as specified in clause 3.9 (page 9) of the specifications.
2- For the design of all types of foundation, design parameters, theories,
equations and their limitation shall be subjected to MEW approval at the detailed
design stage and which shall be based on the soil conditions obtained from soil tests
results, all at no extra cost to MEW.
3- The technical details and drawings of the 300kV, 132 kV & 33 kV insulators,
substation arrangement, surge arrestors, fittings, droppers, clamps, fences, earth rods,
..etc. and the earthing arrangement drawings and all other equipment will be
subjected to MEW approval.
4- The lowest horizontal angle of the specified steel fences shall be at the ground level.
Drawing of such fence in accordance with the specification shall be submitted and
subjected for MEW approval, please confirm.
5- All drawings and technical information submitted with the offer are for tendering
purposes only. Full detailed drawings and design calculations for all materials,
equipment and arrangements will be submitted before start of the manufacturing and
these will be subjected to MEW approval.
6- For all materials type test certificates will be submitted and where these are not
available, type tests in accordance with specifications and in presence of our
appointed inspector shall be carried out.
7- Each tenderer should have fully studied the works required to be executed in the light
of the prescribed specifications and conditions, and have acquainted himself with all
predicted matters which may affect the execution of the works including examining
of the site of the works and assured himself of the soundness of the obtained
information.
8- All the above shall be at no extra cost to the tender price and without any changes to
the specified completion dates and that the offer complies with the tender
specification in all respects.
9- If it is found that one of the approved manufacturer of steel towers is not able to
deliver the total quantity of the specified steel towers at an early date to match with
the specified completion dates , hence the contractor is requested to order the
galvanized steel towers from more than one of approved manufacturer to deliver the
towers at early dates matching with the specified completion dates , at NO extra cost
to M E W
135

PART XII

SCHEDULES

SCHEDULE - 'A'
DRAWINGS

12.1. Drawings to be submitted with Offers:

The following drawings shall be submitted, in duplicate, with each offer. Drawings shall be
fully dimensioned and the material of each principal part stated. All drawings shall be in
English Language. Tenders are likely to be rejected if the following drawings are not
submitted with the offers. (See clause 3.11).

Manufacturer's
Serial No. Description
Drg. No.
1. General arrangement of the routes of each overhead line
showing the proposed position of the terminal towers and
section towers and the proposed span lengths for each route.
2. Outline drawings of all types of towers required for the
contract showing the positions of cross-arms,..etc. And all
important dimensions including conductors spacing,
clearances,..etc. With proposed loading diagram.
3. Details calculations of acting forces on each type of the
towers for both normal and broken wire conditions.
4. Outline drawings of foundations for each type of towers with
foundation design calculations for normal soil conditions
specified and for both normal and broken wire conditions.
5. Line and earth conductor clamps and joints with fittings and
spacers..etc.
6. Suspension and tension insulators with fittings.
7. Details of tower earthing devices.
8. Test certificates for insulators
9. Surge arrestors
10 Details of non-oxidizing grease for the conductors.
11. Warning obstruction lights and warning sphere as detailed in
this specifications.
136

12. As detailed in specification full detailed drawings with


catalogues..etc. For the warning sphere.
13. Any other drawings and information the Tenderer may
consider necessary.

Signed: ____________________________
(Tenderer)
Name: ____________________________

Address:____________________________
____________________________
137

SCHEDULE 'A'
DRAWINGS

II. The drawings to be submitted by the successful tenderer :

The following drawings shall be submitted in five copies for approval. Drawings shall be in
the English language. (See clause 3.11).

Manufacturer's Drg.
Serial No. Description
No.
1. Sag span and tension span charts for spans and slack
spans for each of the power conductors and earthwire.
One sag template should be submitted together with
full detailed calculations for each type of overhead
line.
2. Detailed working drawings showing the route profiles, wire
clearances and proposed tower distribution, all to approved
scales.
3. Schedules and Bill of Quantities for the transmission
lines in quadruplicate, before construction starts.
4. Soil test data for each tower location, witnessed and
counter signed by Purchaser’s Site Engineer.
5. Loading diagrams and clearance diagrams with full
design calculations for each type of tower.
6. Constructional details and shop drawings for each type
of tower and any other special structures.
7. Details calculations of foundations design for all the
different conditions of soil encountered during
excavation, special foundation and pile foundations, if
any, for all types of towers.
8. Tower earthing arrangement

9. Details of insulators with fittings.


10. Details of insulator and earth conductor clamp
attachments.
11. Each type of joints (tension and non-tension) and
vibration dampers of different types proposed,
spacers..etc.
138

12. Danger plates , number plates, circuit plates and phase


plates and line name plate on some tension tower of
each line and as agreed by MEW.
13. Instructions giving the method of making the
compression type clamps.
14. Height gauges and warning signs.
15. Anti-climbing devices and stop bolts attachments.
16. Warning spheres as detailed in specification. Full
detailed drawings with catalogues..etc. for the warning
sphere.
17. H.V. DC testing equipment and full details and
catalogues.
18. Surge Diverters (300 kV)
19. Supporting structures for various equipment.
20. Sub-stations take off gantries.
21. All drawings referred in schedule "A" - I with full
details and dimensions.
22. Drawings showing the earthing system and details of
earthing electrodes, strips and connections.
23. Lay out drawing showing the location of each specified --
substation together with terminal equipment and
connections.
24. Warning obstruction lights system together with the
necessary calculations in particular calculations of the
induced voltage on the earth wires.
25. Any other drawings and details that may be necessary
or requested by MEW Engineer.
26. Fencing

Signed:________________________
(Tenderer)
Name : ________________________

Address: ________________________

________________________
139

SCHEDULE 'A'
DRAWINGS
III. Drawings to be submitted after completion of works:

Serial No. Description Manufacturer's Drg. No.


1. During the progress of work, the Contractor shall
record on CD, the following:
i.) Approved schedules.
ii.) One set of survey maps of approved scale.
iii.) All particulars that will allow accurate reference to
be made in future in case of any fault or possible
modification.
The schedule shall include the erection, tension sag,
wind pressure and temperature for such span length.
The map shall show the exact position of every tower
and transformer with approved reference marks in
conjunction with the schedules so that the types of
towers, foundations, insulators ...etc. can be ascertained
quickly. The map shall be supplemented, where
necessary, by sketches to delineate boundary positions
of towers which can’t be clearly indicated on the maps.
The maps, sketches and schedules shall be submitted in
quadruplicate within two weeks of handing over any
section of the contract works. The above shall include
the proposed transformers.
2. In addition to the drawings submitted during the
construction for approval, three folders for each type of
O/H line, each folder containing one set of all approved
and as constructed drawings on white opaque polyester
film shall be handed over to the Purchaser as soon as
the contract works are handed over. These folders shall
contain an index of the drawings therein and shall be
neatly bound suitable for the purchaser as permanent
records. These folders shall be submitted within three
weeks of handing over of each type of O/H Line.
3. Schedules of material for each type of tower and
structures as per clause 3.14 and 3.15 and also the
transformers.
140

4. In addition to the above, the contractor shall supply 2


sets of CDs and hard copies of the as built drawings
along with a separate list of drawings showing titles
and drawing numbers for the following :-
i.) Survey maps, schedules and stringing chart. (See ser
No.1).
ii.) Profile drawings ( see serial No. 2 )
iii.) All drawings and schedules as mentioned under
serial Nos. 3 and 4 transformers.
Full particulars of the maps, drawings and schedules to
be furnished on the reverse face of the aperture card
including the reduction ratio and other details shown
on the attached sheet. The front face of the card must
be left blank for Ministry’s drawing office use. Also a
set of transparent polyester film of each drawing shall
be submitted to MEW.
NB: One CD for the as built drawings shall be
submitted to the Ministry for approval, before
submitting the final CD and printing "as fitted
"drawings.
5. Two sets of sag template, one set in dualumum and
one set in celluloid to be submitted.
6. Number and title of each of the above drawings and
schedules should be recorded on a separate list.

Signed: ________________________
(Tenderer)
Name: ________________________

Address: _______________________
141

SCHEDULE ‘A’ - Drawings

IV : Specimen Micro-film Aperture Card

The Contractor has to supply to the Ministry two sets of 35 mm silver halide microfilm
aperture cards made from ( as fitted or built ) original drawings. The front face of these
aperture cards should be left blank and on the reverse face, the following details should be
shown by the contractor.

--------------------- Supplier
I I Contract No.
I I Title of Project
I I Title of Drawing
I I Drawing No.
I I Reduction Ratio
--------------------- Date

The contractor has to specify the year of the contract against the contract number and the date
when the microfilms were made also to be shown against the word DATE on the Aperture
Card.

No labels or stickers, showing the above details, should be stuck onto the aperture cards.
Details should be printed or typed directly on the cards.

The samples of a processed microfilm aperture card should be submitted to the Ministry for
approval.

NB: All the as built drawings and CD computers to be submitted for overhead line routes
(showing the location and type of each tower along the line) shall show the
coordinates in KTM & UTM system for tension towers locations only. Price of the
same shall be considered as included in the tender prices.
All as built drawings shall be submitted on micro-film aperture card , CD and flash
memory having the maximum capacity as directed by MEW engineer.
142

SCHEDULE ‘B’
LIST OF SUB-SUPPLIERS
(See clause 3.9)
I. The tenderer is to give below a list of the names of equipment, sub-suppliers and
details of equipment sub-supplied. The list should cover almost all the important
items of equipment.
For steel towers, transformers and power cables manufacturers should be for one of
the approved manufacturers listed in schedule “B - 1 ".
No sub-suppliers shall be changed without valid reasons as decided by MEW and after
obtaining the written approval of MEW.
Sub-suppliers Name Description of Equipment Supplied
Aluminum wire for phase conductor.
Steel wire for phase conductors
Stranding of steel and aluminum wires.
Earth wire
OPGW and accessories
Towers
Steel towers manufacturer
Insulators
Insulator fittings
Conductor fittings
Spacer damper
Stockbridge vibration dampers.
Earthing Rods.
33kV cables
33 kV cable sealing end
Surge Diverters
Paints
Warning lights
Warning Spheres
Other Accessories.
Fence

Signed: ________________________
Tenderer
Name: _________________________

Address: _______________________
143

SCHEDULE - 'B'
LIST OF CIVIL SUB-CONTRACTORS
(See clause 3.10)

II. The tenderer is to give below a list of the names of Sub-contractors for Civil works,
Sub-contractor’s name and grade as registered in the General Tenders Committee of
Kuwait should be stated here.
These sub-contractors shall not be changed without valid reasons as decided by
Purchaser and after obtaining the written approval of the Purchaser.

Sub-suppliers Name Description of Equipment Supplied

Signed: _____________________________
(Tenderer)
Name: _____________________________

Address: _____________________________
144

SCHEDULE B – 1
I. LIST OF APPROVED MANUFACTURERS OF STEEL TOWERS:
All tenderers shall note that all towers to be supplied for the above contract shall be from one
of the following approved manufacturers of steel towers:
1. Ajikows Co. Japan

2. Nissh Owai Japan

3. S.A.E. Societa Anonima Electrificazione Italy

4. Krupp Brueninghous Germany

5. Cocoli - Techne Meccanita Generalle Bologna Italy

6. C.M.F. - Construzioni Metalic Finisider


Gaustice Liverne Italy
7. Spie Batignelles - Naleniennes France
8. Nasu Denski Tekko Co. Ltd. Japan
9. Painters Bros. U. K.
10. Japan Steel Tower Japan
11. Nippon Denre Mfg. Co. Ltd. Japan
12. Metal Structure - Udine Italy.
13. Nei John Thomson Ltd. U. K.
14. Hyosung Industry Co. Ltd. S. Korea
15. S.E.N. Dor Electrica Nazionale Italy
16. Hyundai Engg. & Const. Co. Ltd. S. Korea
17 Zamil Steel Industries Saudi Arabia
18. Hidada Ltd. Saudi Arabia
19. Al Babtain Trdg. & Ind. & Cont. Co. Saudi Arabia.
20. Romelectro - CELPI S.A. Romania.
21. KEC International Ltd. India.
22. KALPARTU Power Transmission Ltd. India.
23. SA-RA Energy Construction Trase & Industrials Co. INC. Turkey
24. Jyoti Structure ltd. India
25. Arabian International company for Steel Structures Saudi Arabia
26. LARSEN & TOUBRO LIMITED India
27. Gulf Jyoti International U.A.E
145

SCHEDULE B - 2

II. List of approved manufacturers of long rod insulators

All tenderers shall note that all insulators to be supplied for the above contract
shall be from one of the following approved manufacturers of long rod
insulators.

1- NGK Insulators Ltd. Japan

2- LAPP Insulator GmbH & Co. KG Wunsiedel Germany

3- Seves Austria Holding GMBH Austria

SCHEDULE B – 2A

List of approved manufacturers of GZTACSR conductors

All tenderers shall note that all GZTACSR conductors to be supplied for the above contract
shall be from one of the following approved manufacturers of GZTACSR conductors.

Ser.
Name of supplier Country
No.
1- J-power Japan

2- LS Cable Ltd S.Korea.

3- Prysmian Cables & Systems Spain

4- Lmifil n.v Belgium


146

SCHEDULE B - 3

III. List of approved manufacturers of ACSR conductors

All tenderers shall note that all ACSR conductors to be supplied for the above contract shall
be from one of the following approved manufacturers of ACSR conductors.

M/s Gulf Cables & Electrical Industries Co. KSC – Kuwait


1-
Kuwait.

2- Midal Cables Ltd. Bahrain

3- Riyadh Cables and Metals Saudi Arabia.

4- Saudi Cable Company Saudi Arabia

5- Quintas & Quintas Povoa DE Verzim Portugal

6- Fujikura Ltd. Japan

7- Strelitc Technologies limited India

8- APAR industries limited India India

SCHEDULE B - 4

IV. List of approved manufacturers of Spacer Dampers

All tenderers shall note that all Spacer dampers to be supplied for the above contract
shall be from one of the following approved manufacturers of spacer dampers

1- A.Salvi & Co. spa Milan/Italy

2- Dulmison UK ltd Thiland

3- Asahi Metal Industries Ltd. Japan

4- Mosdorfer (Damp srl) Austria


147

SCHEDULE B - 5

V. List of approved manufacturers of Earth wire conductors

All tenderers shall note that all earth conductors to be supplied for the above contract shall be
from one of the following approved manufacturers of earth conductors.

Ser.
Name of supplier Country
No.
1- Midal Cables Ltd. Bahrain

2- Riyadh Cables and Metals Saudi Arabia.

3- Saudi Cable Company Saudi Arabia

4- Drotarues Drotkotel Rt. Miscolc Hungary

5- KIS Wire Ltd Korea

6- Fujikura Ltd. Japan

SCHEDULE B – 6
VI. List of approved manufacturers of optical fiber ground wire (OPGW)

All tenderers shall note that all OPGW to be supplied for the above contract shall be from one
of the following approved manufacturers of OPGW.

Ser.
Name of supplier Country
No.
1- Fujikura Ltd. Japan

2- Prysmian cables & systems Spain


148

SCHEDULE B – 7
VII. List of approved manufacturers of 33kV power cables

Ser.
Name of supplier Country
No.
1. Viscas Corporation Japan
2. EXSYM Corporation Japan
3. Prysmian Powerlink SRL Italy
4. J-Power Systems Corporation Japan
5. Nexans Cable France
6. LS Cable S.Korea
7. Taihan Ekectrucj Wire Co. S.Korea
8. Brugg Kabel A.G. Switzerland
9. Saudi Cable Company KSA
10. Gulf Cables and Electrical Industries Co. Kuwait
China National Wire & Cable IMP/EXP Corp
11. China
People’s of Republic of China
12. Egytech Cables – Elsewedy Egypt
13. Sudkabel CMBH Germany Germany

SCHEDULE B – 7A

List of approved manufacturers of 33kV 11kV Isolators

All tenderers shall note that all 33kV & 11kV isolators to be supplied for the above contract
shall be from one of the following approved manufactures of 33kV & 11kV isolators.

Ser.
Name of supplier Country
No.
1. Hawker Siddeley Switchgear Ltd. UK
2. ABB (Asea Brown Bovery) Sweden
149

SCHEDULE 'C'
RECOMMENDED SPARE PARTS
(FOR OVERHEAD LINES)
The tenderer is to give below a list of spare parts for all items. The price shall be CIF plus all
charges and duties and transport to the ministry's stores in Sabhan and or Abrak Khitan (i.e.
FRANCO).
Ser. Quantity Description of Franco Prices ( KD )
No. Recommended Spare Parts Unit Total

TOTAL OF SPARE PARTS..............................KD.

Signed: ______________________________
(Tenderer)
Name: _______________________________

Address: ______________________________
150

SCHEDULE ‘D’
SPARE PARTS
ESCALATION FORMULA
Tenderers are requested to quote actual unit rates for spare parts listed in the Tender
Documents. Such unit rates shall form the basis for future ordering of spare parts by the
owner. The owner reserves the right to adjust unusual or abnormal rates within the total price
of spare parts and or total price of the tender.

Tenderers are requested to state below their escalation formula which shall be based on prices
of materials and wages according to the known indices of country of domicile prevalent at the
date of contract (basic price) and those applicable at the date of such future orders as placed
by the owner. The Tender should indicate the currency exchange applicable at the time of the
bid which shall constitute the basis for future computation of prices.
It is to be understood that prices computed for future spare parts ordering represent upper
ceiling permissible. Of course suppliers are welcomed to quote lower rates.
Model Escalation Formula is prepared hereunder. This should not detract the tenderer from
quoting his own escalation formula if he wishes to do so but this will be taken into
consideration during the evaluation of bids. This model formula covers both listed and
recommended spare parts and shall be valid for seven years after final certificate.

P = Po (0.1 + 0.15 M + 0.35 M1 + 0.40 L)


M0 M10 L0
Where:
P = Price as adjusted on escalation and representing upper ceiling.
Po = Price indicated in contractual listed or recommended spare parts lists.
M = Wholesale price index of ferrous materials at the date of contract.
Mo = Wholesale price index of ferrous materials at the date of placing spare parts order.
M1 = Wholesale price index of non-ferrous materials at the date of contract.
M10= Wholesale price index of non-ferrous materials at the date of spare parts order.
L = Wage index of industrial workers at the date of contract.
Lo = Wage index of industrial workers at the date of placing spare parts order.

Currency Formula ........................ for 1 KD.

Signed: ....................................................
(Tenderer)
Name: .........................................................
Address: .....................................................
151

SCHEDULE ‘D’
SPARE PARTS
The Tenderer shall give below prices for each item individually for the following spare parts.
The prices shall be C.I.F. plus all charges, customs and import duties and transport to the
Ministry’s stores in Sabhan and/or Abrak Khitan (i.e. Franco).
D-I. Double circuit 400 KV overhead lines Quadruple bundled GZTACSR Conductors
per phase:
Franco Prices in
Item Quantity
Description KD
No. required
Unit Total
Suspension long rod insulators set complete with all
1 6 sets insulator units, fittings, conductor clamps and fixed
arcing horns. Type “B”
Ditto for tension insulators complete with fixed arcing
2 6 sets horns. Type B”
3. 6 sets OPGW suspension set
4. 4sets OPGW tension set (Splicing)
5. 36sets OPGW tension set (Non-Splicing)
6. 6 sets OPGW joint box at tower
7. 6 sets OPGW joint box at gantry
Compression type tension clamp for GZTACSR
8. 20 sets
conductor
9. 16 sets Mid span compression joints for GZTACSR conductor
10. 36 Nos. Repair sleeve for GZTACSR conductor
11. 72 Nos. Stock bridge vibration dampers for GZTACSR
12. 6 sets Semi Strain to suit GZTACSR condactor.
Quadruple spacer dampers 450 mm for GZTACSR
13. 54 sets
conductor
14. 24 Dead End clamp for GZTACSR conductor
Total price for D-I

Signed: ______________________________
(Tenderer)
Name: _______________________________

Address: ______________________________
152

SCHEDULE ‘E’
(See Clause 3.4 & 3.9)

Name of Manufacturers and places of Manufacture Testing and Inspection (see also Schedule-B).
Place of Testing
Place of
Item Description Manufacturer and
Manufacturer
Inspection
1. Aluminum Wire.
2. Steel Wire for phase conductor.
3. Steel wire for earth conductor.
Stranding of steel and aluminum
4.
wire.
5. Stranding of earth wire.
6. Steel wire for OPGW
Optical fiber ground wire &
7.
accessories
8. Stranding of OPGW
Steel towers, gantries and
9.
platforms
Tower and other structure
10.
Manufacturer.
11. Insulators.
12. Insulators fittings.
13. Conductor fittings.
Stock-bridge dampers Earthing
14.
rods.
15. Spacer dampers & spacers.
16. Earthing Rods
Surge Arrestors (400KV, 300 KV
17.
& 132 KV)
18. 33kV XLPE cables
19. 33kV sealing end boxes
20. Warning lights
21. Vibration dampers.
22. Paints.
23. Warning spheres.
24. Other accessories.
25. Fence
153

SCHEDULE ‘F’
MINIMUM FACTOR OF SAFETY

1. line and earth conductor based on ultimate strength 2.5


2. Complete insulator unit maximum working load based on 2.5
mechanical test load.
3. Routine mechanical test load of insulator unit (including 70%
fittings) based on breaking mechanical load.
4. Structure under maximum simultaneous load conditions 2.5
based on elastic limit.
5. Structures under maximum simultaneous load conditions 1.5
and as modified by broken wire conditions based on
elastic limit.
6. Foundations against all applied forces under maximum 2.5
simultaneous conditions.
7. Foundations against all applied forces under maximum 1.5
simultaneous load conditions and modified by broken
wire condition.

Assumed working conditions for Tower Design:

1. Statutory minimum temperature -6oC


2. Statutory maximum temperature 85oC
3. Wind pressure on 1.5 times projected area of one face of 125 kg/sq.m.
the tower structures in case of lattice tower, assuming
wind pressure acting at right angle to the line.
4. Wind load acting on the whole projected area of steel 80 kg/sq.m.
pole.
5. Wind pressure acting on the whole projected area of line 80 kg/sq.m.
and earth conductors.
6. Statutory minimum ground clearances at 80°C 8 m for 132
KV and
7 meters for
33 & 11 KV
7. Minimum clearance to the tower body under conditions
of insulator strings and jumper loop swing.
132 KV 33 KV
400KV lines 300 KV lines 11 KV lines
lines lines
o 3.00 m
-0 3.5 1.75 m 1.00 m 0.9 m
o 2.75 m
-10 3.25 1.53 m 0.76 m 0.65 m
o 2.5 m
-30 3 1.40 m 0.70 m 0.6 m
o 2.4 m
-45 2.85 1.22 m 0.66 m 0.55 m
o 2.2 m.
-60 2.75 1.07 m 0.60 m 0.5 m
154

SCHEDULE ‘FF’

TOWER LOADING SCHEDULE

I.A- For 400 KV double circuit line with quadruple bundle GZTACSR
conductor equivalent to Zebra conductor per phase:

Type B towers

Ser. D2 D10 D30 D60 D90 DT


Description
No. kg kg kg kg kg kg
1. Weight of earth conductor P1
2. Wind load on one earth conductor W1
2.a Weight of OPGW P1
2.b Wind load on OPGW W1
3. Wind load on one line conductor single W2
insulator string with fittings
4. Weight of line conductor, insulator P2
string and fittings (one phase)
5. Wind load on tower on 1.5 times W3
projected area of one face of tower
6. Dead weight of tower (with the stubs) P3
7. Maximum design working tension of T1
line conductor for purpose of tower
design.
8. Resultant force of line conductor T2
tension of angle towers (due to
deviations)
9. Resultant force as (8) above but as
modified by broken wire conditions.
10. Wind load as (9) above but modified for W2
broken wire conditions.
11. Weight of one set of GZTACSR line P2
conductor as (4) above, but modified for
broken wire conditions.

12. Projected area of insulator string and sq.


fittings. cm
13. Weight of string insulator and fittings kg.
(one unit)
14. Projected area of one face of tower
(sq.m)

15. Assumed weight span m


16. Assumed wind span m
17. Height of tower m
18. Maximum design working tension of kg
earthwire for tower design purposes.
155

19. Equivalent tower wind load at each wire


fixation points:
at top cross-arm end and insulator. kg
at middle cross-arm end and insulators kg
at bottom cross-arm and insulators. kg

NB: Wind load shall be assumed to be acting at right angles to the direction of line.

Signature:--------------------

Name of Tenderer---------------------------

Address------------------------------------
156

SCHEDULE ‘FF’
TOWER LOADING SCHEDULE
I.B- For 132 KV double circuit line with single Zebra conductor per phase:
Type B towers
Ser. D2 D10 D30 D60 D90 DT
Description
No. kg kg kg kg kg kg
1. Weight of earth conductor P1
2. Wind load on one earth conductor W1
3. Wind load on one line conductor single W2
insulator string with fittings
4. Weight of line conductor, insulator string P2
and fittings (one phase)
5. Wind load on tower on 1.5 times projected W3
area of one face of tower
6. Dead weight of tower (with the stubs) P3
7. Maximum design working tension of line T1
conductor for purpose of tower design.
8. Resultant force of line conductor tension T2
of angle towers (due to deviations)
9. Resultant force as (8) above but as
modified by broken wire conditions.
10. Wind load as (9) above but modified for W2
broken wire conditions.
11. Weight of single line conductor as (4) P2
above, but modified for broken wire
conditions.
12. Projected area of insulator string and sq.
fittings. cm
13. Weight of string insulator and fittings (one kg.
unit)
14. Projected area of one face of tower (sq.m)
15. Assumed weight span m
16. Assumed wind span m
17. Height of tower m
18. Maximum design working tension of kg
earthwire for tower design purposes.
19. Equivalent tower wind load at each wire
fixation points:
at top cross-arm end and insulator. kg
at middle cross-arm end and insulators kg
at bottom cross-arm and insulators. kg
NB: Wind load shall be assumed to be acting at right angles to the direction of line.

Signature:--------------------

Name of Tenderer---------------------------

Address------------------------------------
157

SCHEDULE 'G'
GENERAL PARTICULARS AND GUARANTEES
I. LINE AND EARTH CONDUCTORS
Steel core Steel core Steel
Aluminum Aluminum GZTACSR conductor
Conductor Conductor Equivalent
Ser to ACSR earthwire
Description Unit Zebra 400
No. Panther Zebra
sq mm²
300/
200sq mm² 19/2.36
33KV
132KV
1. Cross section area sq.mm
2. Overall diameter of conductor mm
3. Number of Strands :
a.) Aluminum Nos.
b.) Steel Nos.
4. Diameter of strands.
a.) Aluminum mm
b.) Steel mm
5. Weight of conductor per 100 M Kg
6. Max design working tension of Kg
conductor
7. Yield stress Kg
8. Ultimate tensile strength of conductor Kg
9. Equivalent modules of elasticity. Kg/cm
10. Equivalent Co-efficient of linear
expansion per oC
11. Maximum resistance of conductor per Ohms
1000 M at 20 C o
12. Maximum inductive reactance per 1000
Ohm
M of each circuit.
13. Maximum capacitive reactance per Ohm
1000 M of each circuit.
14. Maximum continuous current capacity
under Kuwait's worst temp. Conditions Amp
of each circuit.
15. Maximum length of conductor of each
M
drum.
16. Maximum weight of one drum Kg
17. Type of non-oxidizing grease used.
-Maximum drop - point temperature oC
-Mass of grease per Kilometer of
Conductor. Kg
18. Weight of greased conductor per 100 M Kg
N.B. Calculation of current carrying capacity (14 above) shall be submitted with the offer.

Signed: ___________________ (Tenderer)

Address: _______________________

Name: _______________________
158

SCHEDULE ‘G’
GENERAL PARTICULARS & GUARANTEES
II. Composite Overhead Optical Fiber Ground Wire (OPGW)
Ser
Description Unit OPGW
No.
1.0 Stranded Metallic Wire:
Number of Layers ∗
Inner Layers:
Type of metallic wire ∗
Nominal size of wire Mm
Thickness of Aluminum-cladding Mm
Nominal diameter of the wire Mm
Minimum breaking strength of the wire kN
Nominal diameter of the strand Mm
Direction of laying stranding ∗
Nominal length of lay Mm
Outer Layer:
Type of metallic wire ∗
Nominal size of wire Mm
Thickness of Aluminum-cladding Mm
Nominal diameter of the wire Mm
Minimum breaking strength of the wire kN
Nominal diameter of the strand Mm
Direction of laying stranding ∗
Nominal length of lay Mm
2.0 Central Fiber Optical Unit
Material Type ∗
Tube: ∗
Thickness Mm
Channel Rod or spacer:
a.) Diameter
b.) Number of Grooves
c.) Thermo-resistant tape
Filling compound type/material ∗
Structural member material ∗
3.0 Optical Fiber
Type of Optical Fiber
Optical Fiber Mode Field diameter ∗
Mode Fiber Eccentricity (maximum) ∗
Optical Fiber cladding material ∗
Optical Fiber cladding diameter ∗
Non-circularity of cladding ∗
Optical Fiber coating material:
Primary coat
secondary coat
Optical Fiber coating nominal wall thickness:
Primary coat Mm
159

secondary coat Mm
Optical Fiber coating diameter:
Primary coat Mm
secondary coat Mm
Optical characteristics:
Maximum Optical Wavelength at
a.) 1300 Nanometer Wavelength dB/Km
b.) 1500 Nanometer Wavelength dB/Km
Cut-off wavelength Mm
Operational characteristics:
Temperature requirements without optical
degradation
Normal operating Temperature °C
Max. Temperature reached as specified fault °C
current condition inside the optical unit
Max. Temperature without optical or °C
mechanical degradation for 1 second
minimum
Max. Optical Loss variation at temperature dB/Km
range of 5°C to +15°C
4.0 Color coding each fiber ∗
5.0 Composite OPGW
Min. Tension that can be applied on kN
composite OPGW without optical mechanical
degradation
Min. bending radius of composite OPGW mm
Cross-sectional area of metallic parts mm²
Max. nominal diameter of composite OPGW mm
Min. rated tensile strength kN
Fault current for 0.3 sec at 50°C initial kA
conductor temperature
Max. Temperature attained following a rated short circuit for 0.3 second
fault duration:
a.) Strand °C
b.) Optical unit °C
c.) Resistance Ohm
Length of composite OPGW per reel M
Gross weight per reel Kg
Weight per unit length Kg/M
Sag and tension data
DC resistance Ohm/Km
∗All data/parameters to be provided/proposed by the manufacturer in OPGW column.

Signed: ___________________ (Tenderer)

Address: _______________________

Name: _______________________
160

SCHEDULE ‘G’
GENERAL PARTICULARS & GUARANTEES
III-A: Tower & Foundations 400 kV quadruple GZTACSR conductor per phase–
double circuit

400kV Double circuit 300kV D/C


UNIT (quadruple GZTACSR) Quadruple
Ser.
DESCRIPTION Type A Type B Zebra Phase
No.
tower tower
N/A Type B
1. Minimum clearance between
live parts and steel works.
a)Under all conditions M
b)In still air M
2. Assumed maximum traverse Deg.
swing from vertical
3. Horizontal normal distance
between centre of towers and
M
point of support of insulator
string.
4. Height of under side of bottom M
cross arm above ground level.

5. Vertical spacing between phase


M
conductors
6. Minimum vertical spacing
between top conductor and M
earth conductor.
7. Horizontal spacing between M
phase conductors
8. Elastic limit stress in tension Kg /
members mm2

9. Ultimate shear stress on bolts Kg /


mm2
10. Max. shade angle between
earth conductor and any line Deg.
conductor.
11. Standard span length M

12. Min. ground clearance of


lowest line conductor at 179 M
oC & 210 oC for GZTACSR &
85 oC for Zebra
13. Min. ground clearance of line M
conductor at - 6 oC
14. Maximum tension of
Kg
conductor in still air at 179 oC.
161

15. a.)Max. conductor tension for


Kg
tower design purposes.
b.)Max. conductor tension at -
24 oC i.e. Max. over tension Kg
for creep compensation.
16. a.)Maximum tension of
Kg
conductor in still air at - 6ºC
b.)Maximum tension of
earthwire for tower design Kg
purposes.
17. Sag of line conductor at 179ºC
& 210ºC in still air ( based on M
standard span )
18. Assumed density of concrete. Kg /Cu.m
19. Assumed density of earth for
Kg /Cu.m
foundation.
20. Proportions by volume of
concrete mix - cement : sand :
aggregate
21. Maximum size of aggregate cm
22. Water to cement ratio by
volume
23. Length of stubs M
24. Overall height of structure
M
(above ground )
25. Overall dimensions of
M
structure base at ground level.
26. Overall dimensions of
M
structures at narrowest section.
27. Overall dimensions of cross
arms
a.)Top M

b.)Middle M

c.)Lower M
28. Weight of complete tower and
stubs with cross arms but Kgs.
without insulators
D2 " -

D10 " -

D30 " -
162

D60 " -

D90 " -

DT "
29. Volume of concrete for
complete tower based on soil
Cu.m
bearing pressure 2 Kgs/ sq.cm
and above for :
D2 " -

D10 " -

D30 " -

D60 " -

D90 " -

DT "
30. Volume of excavation for
complete tower based on soil
Cu.m
bearing pressure 2 Kgs/ sq.cm
and above for :
D2 " -

D10 " -

D30 " -

D60 " -

D90 " -

DT "

N. B: The above volume for concrete and excavation (item 29 & 30) shall also be
applicable to towers with extensions 3 and 6 ms.

Signed: _______________________ Signed: ______________________


(Manufacturer) (Tenderer)
Name: _______________________ Name: ______________________
Address: ______________________ Address: _____________________
Date: __________________________ Date: _______________________
163

SCHEDULE ‘G’
GENERAL PARTICULARS & GUARANTEES
III-B: Tower & Foundations 132 kV single ACSR zebra conductor per phase–double circuit
& 33 kV single Panther conductor per phase–single circuit

132 kV Double circuit 33kV Single


UNIT (Single ACSR Zebra) Circuit Single
Ser.
DESCRIPTION Type A tower Type B ACSR Panther
No.
N/A tower

1. Minimum clearance between


live parts and steel works.
a)Under all conditions M
b)In still air M
2. Assumed maximum traverse Deg.
swing from vertical
3. Horizontal normal distance
between center of towers and
M
point of support of insulator
string.
4. Height of under side of bottom M
cross arm above ground level.

5. Vertical spacing between phase


M
conductors
6. Minimum vertical spacing
between top conductor and M
earth conductor.
7. Horizontal spacing between M
phase conductors
8. Elastic limit stress in tension Kg /
members mm2

9. Ultimate shear stress on bolts Kg /


mm2
10. Max. shade angle between
earth conductor and any line Deg.
conductor.
11. Standard span length M

12. Min. ground clearance of M


lowest line conductor at 85 oC
13. Min. ground clearance of line M
conductor at - 6 oC
14. Maximum tension of
Kg
conductor in still air at 85 oC.
15. a.)Max. conductor tension for
Kg
tower design purposes.
164

b.)Max. conductor tension at -


24 oC i.e. Max. over tension Kg
for creep compensation.
16. a.)Maximum tension of
Kg
conductor in still air at - 6ºC
b.)Maximum tension of
earthwire for tower design Kg
purposes.
17. Sag of line conductor at 85ºC
in still air ( based on standard M
span )
18. Kg
Assumed density of concrete.
/Cu.m
19. Assumed density of earth for Kg
foundation. /Cu.m
20. Proportions by volume of
concrete mix - cement : sand :
aggregate
21. Maximum size of aggregate cm
22. Water to cement ratio by
volume
23. Length of stubs M
24. Overall height of structure
M
(above ground )
25. Overall dimensions of
M
structure base at ground level.
26. Overall dimensions of
M
structures at narrowest section.
27. Overall dimensions of cross
arms
a.)Top M

b.)Middle M

c.)Lower M
28. Weight of complete tower and
stubs with cross arms but Kgs.
without insulators
D2 " -

D10 " -

D30 " -

D60 " -
165

D90 " -

DT “
29. Volume of concrete for
complete tower based on soil
Cu.m
bearing pressure 2 Kgs/ sq.cm
and above for :
D2 " -

D10 " -

D30 " -

D60 " -

D90 " -

DT "
30. Volume of excavation for
complete tower based on soil
Cu.m
bearing pressure 2 Kgs/ sq.cm
and above for :
D2 " -

D10 " -

D30 " -

D60 " -

D90 " -

DT "

N. B: The above volume for concrete and excavation (item 29 & 30) shall also be
applicable to towers with extensions 3 and 6 ms.

Signed: _______________________ Signed: ______________________


(Manufacturer) (Tenderer)
Name: _______________________ Name: ______________________
Address: ______________________ Address: _____________________
Date: __________________________ Date: _______________________
166

SCHEDULE ‘G’
GUARANTEED AND PARTICULARS

IV-A: Insulators and Fittings 400 KV Double circuits line (GZTACSR) Equivalent to
ACSR Zebra in diam. (Quadruple conductors per phase) insulators

400kV Long rod anti-fog ball and socket 300kV D/C


Description- insulators Quadruple
Item
Insulators Unit Type A(N/A) Type B Zebra Phase
No.
Suspension Tension Suspension Tension
sets sets sets sets Type B
1. Type and model No. -
of insulator unit
2. Number of sheds per Nos.
unit
3. Overall length of Mm
string with fittings.
4. Outside diameter of Mm
unit (shed)
5. Core diameter of unit Mm
(shed)
6. Number of insulator Nos.
units per string.
7. Number of strings per Nos.
assembly set
(complete set)
8. Weight of insulator Kg
unit
9. Total weight of Kg
insulators assembly set
with all fittings.
10. Maximum working Kg
load of assembly set
complete with fittings:
11. a.) Routine and sample Kg
mechanical load test
on insulator unit.
b.) Ditto but for Kg
insulators assembly set
with all fittings
12. Minimum mechanical Kg
breaking load of
assembly set complete
with fittings.
13. Elastic limit of
insulator fittings:
a.) Routine mechanical Kg
test load.
Mini mechanical Kg
breaking load.
167

14. Minimum flashover


voltage of
assembly set complete
with fixed
arcing horns gap (290
cms)
a.) Dry kV
b.) Wet kV
15. Minimum flashover
voltage of
assembly set with
adjustable arcing
horn gap(230 cms):
a.) Dry kV
b.) Wet kV
16. Minimum flashover
voltage of
assembly set without
arcing horns.
a.) Dry kV
b.) Wet kV
17. Minimum puncture
voltage of insulator
unit in :
a.) Air KV
b.) Oil KV
18. Total leakage Mm
distance per shed.
19. Total leakage Mm
distance of the
assembly set
20. Impulse withstand
voltage level
of complete
assembly set:
a.) Without arcing KV
horn.
b.) With fixed arcing KV
horn
c.) With adjustable KV
arcing horn gap
21. Rated switching KV
impulse withstands
voltage (peak) with
arcing horns for
assembly set
22. Radio interference
voltage data:
a.) Test voltage to KV
168

ground.
b.) Maximum R.I. UV
volts 500 Hz.

Signed: _______________________
(Tenderer)
Name: _______________________

Address: ______________________
169

SCHEDULE ‘G’

GUARANTEED AND PARTICULARS

IV-B: Insulators and Fittings for 132 KV Double circuits line ACSR Zebra insulators

132 kV Long rod 33kV Insulators


anti-fog ball and
Item Description- Insulators socket insulators
Unit
No.
Suspension Tension Suspension Tension
sets sets sets sets

1. Type and model No. of insulator -


unit
2. Number of sheds per unit Nos.
3. Overall length of string with Mm
fittings.
4. Outside diameter of unit (shed) Mm
5. Core diameter of unit (shed) Mm
6. Number of insulator units per Nos.
string.
7. Number of units per assembly set Nos.
(complete set)
8. Weight of insulator unit Kg
9. Total weight of insulators assembly Kg
set with all fittings.
10. Maximum working load of Kg
assembly set complete with fittings:
11. a.) Routine and sample mechanical Kg
load test on insulator unit.
b.) Ditto but for insulators assembly Kg
set with all fittings
12. Minimum mechanical breaking load Kg
of assembly set complete with
fittings.
13. Elastic limit of insulator fittings:
a.) Routine mechanical test load. Kg
b.) Mini mechanical breaking load. Kg
14. Minimum flashover voltage of
assembly set complete with fixed
arcing horns gap (290 cms)
a.) Dry kV
b.) Wet kV
15. Minimum flashover voltage of
assembly set with adjustable arcing
horn gap(230 cms):
a.) Dry kV
b.) Wet kV
170

16. Minimum flashover voltage of


assembly set without arcing horns.
a.) Dry kV
b.) Wet kV
17. Minimum puncture voltage of
insulator
unit in :
a.) Air KV
b.) Oil KV
18. Total leakage distance per shed. Mm
19. Total leakage distance of the Mm
assembly set
20. Impulse withstand voltage level
of complete assembly set:
a.) Without arcing horn. KV
b.) With fixed arcing horn KV
c.) With adjustable arcing horn KV
gap
21. Rated switching impulse KV
withstands voltage (peak) with
arcing horns for assembly set.
22. Radio interference voltage data:
a.) Test voltage to ground. KV
b.) Maximum R.I. volts 500 Hz. UV

Signed: _______________________
(Tenderer)
Name: _______________________

Address: ______________________
171

SCHEDULE ‘G’

GUARANTEED AND PARTICULARS

V: 400KV, 300 KV, 132 & 33KV Surge Diverters

Serial Particulars
Description
No. 400kV 300 kV 132kV 33kV
1. Type
2. Model No. and make
3. Arrestor rated line to ground voltage kV rms
4. Duty cycle rating with a 8/20 KA micro second
wave
5. Minimum power frequency spark-over
6. Max. 1.2/50 microsecond impulse spark over
KV peak
7. Max. front of wave impulse spark-over KV peak

8. Corresponding rate of rise KV/us

9. Switching surge spark-over KV/peak

10. Max. residual discharge voltage with a 8/20


micro second current wave :
10,000 Amps KV/peak
20,000 Amps KV/peak
11. High current withstand based on a 4/10
micro-second wave KV
12. Long duration withstand based on a 2,000 micro-
second rectangular wave Amps.
13. High current tested pressure safety diaphragm
performance KA rms Symmt.
14. Total creepage distance mm
15. Protected creepage distance mm
16. S.D. overall height mm
17. Total weight of S.D. Kg.

Signed: _______________________
(Tenderer)
Name: _______________________

Address: ______________________
172

SCHEDULE ‘G’
GUARANTEED AND PARTICULARS
VI: 33kV XLPE Cables
1- Physical Characteristic of Cables
All dimensions to be nominal unless otherwise stated

Serial 33kV 300 sq.mm


Description Unit
No. 1/C XLPE Cable
1. Conductor
a. Material
b. Type (round, etc.)
c. Design (stranded, segmental, etc.)
d. Overall diameter mm
e. Cross sectional area sq.mm
f. Diameter of wires in conductor
2. Conductor water sealing
Material non hygroscopic (semi conducting type)
3. Conductor screen
3.1 a. Material mm
b. Nominal thickness of tape mm
c. Minimum thickness of tape
d. Width of tapes
e. Number of layers
f. Over tapping of layers
g. Minimum thickness of all layers at any point
3.2 Extruded semi conducting layer
a. Type of semi conducting layer
b. Nominal thickness mm
c. Minimum thickness at any point mm
4. XLPE insulation
a. Material
b. Nominal thickness mm
c. Minimum thickness at nay point mm
d. Method of curing of XLPE
5. Insulation screen
5.1 Extruded semi conductive compound
a. Material
b. Nominal thickness mm
c. Minimum thickness at any point mm
5.2 Conductive swelling tape
a. Number and type of tapes
b. Nominal thickness of tapes mm
c. Minimum thickness at any point mm
6. Metallic screen
6.1 Copper wires
a. Total number of copper wires
b. Cross section of each wire sq.mm
173

Serial 33kV 300 sq.mm


Description Unit
No. 1/C XLPE Cable
c. Nominal diameter of wire mm
6.2 Copper tapes
a. Minimum thickness of tape mm
b. Width of tape mm
c. Number of layers No.
d. Over lapping between layers
e. Minimum thickness of layers mm
7. Fillers (for 3-core only)
Type of fillers
8. Binding
a. Minimum thickness of tape mm
b. Number of layers No.
c. Total thickness of layers mm
9. Semi conducting tape (bedding)
a. Type of tape
b. Minimum thickness of tape mm
c. Number of layers No.
d. Over lapping between layers
e. Total thickness (minimum value) of layers mm
10. Metallic sheath
a. Type of lead alloy sheath
b. Composition of lead alloy sheath of weight
i. Lead
ii. Tin
iii. Cadmium
iv. Antimony
c. Minimum average thickness of lead alloy sheath mm
d. Diameter over lead sheath:
- Minimum mm
- Maximum (approx..) mm
11. Armour
a. Bedding
i. Type of bedding
ii. Nominal thickness mm
b. Type of armour
i. Number of layers
ii. Thickness of tape mm
12. Anti-corrosion covering
a. Type of covering
b. Nominal thickness mm
c. Minimum thickness at any point mm
d. Thickness of graphic coating mm
e. External diameter of complete cable mm
13. Weight of finished cable – approximately Kg/km
14. Maximum length per drum M
174

Serial 33kV 300 sq.mm


Description Unit
No. 1/C XLPE Cable
15. Maximum gross weight of load drum Kg
16. Maximum drum dimensions: width / height M
17. Minimum radius of bend, round which cable can be M
laid
a. Laid direct M
b. In ducts M
c. Cable placed in position former M
d. Cable placed in position without former M
18. Permissible pulling force allowed on conductors kN
during installation

Signed: _______________________
(Tenderer)
Name: _______________________

Address: ______________________
175

SCHEDULE ‘G’
GUARANTEED AND PARTICULARS
VI: 33kV XLPE Cables
2- Electrical Characteristic of Cables
All dimensions to be nominal unless otherwise stated

33kV 300 sq.mm


S. No. DESCRIPTION UNIT 1/c XLPE Cable

1. Maximum AC / DC resistance of conductor Ohm. / km


at 20oC .
2. Maximum AC resistance of conductor at ohm/km
90oC ..
3. Minimum insulation resistance
a) at 20 o C M. ohm/km
b) at 90 o C M. ohm / km

4. Maximum phase inductance mH / km

5. Maximum phase capacitance uF / km

6. Maximum charging current per phase A / Km

7. a) Zero phase sequence impedance for ohm / km


3-single phase cable
b) Positive phase sequence impedance ohm / km
for 3 single phase cables.
c) Surge impedance for 3 single phase ohm / km
cables.

8. Maximum continuous current carrying


capacity :-

a) When laid direct in ground at 140 cm


depth from kerbstone or final ground
level to the lowest point of the cable
surface and the cables spaced 12
cms,
centre to centre ground temp. 35oC
g = 120 for one 3 phase circuit per
trench. Amps

b) When drawing into pipes or ducts of


length more than 15 metre for one Amps
3 phase circuit.
176

SCHEDULE ‘G’
GUARANTEED AND PARTICULARS
VI: 33kV XLPE Cables
1- Electrical Characteristic of Cables
All dimensions to be nominal unless otherwise stated
33kV 300 sq.mm
S. No. DESCRIPTION UNIT 1/c XLPE Cable

c) When cleated to steel work or Amps


transformers or sealing ends
structure ( exposed metal
temperature maximum 75oc and
ambient maximum 51 o C.
d) when laid in trefoil formation on Amps
concrete floor inside substation
building ( maximum ambient
temperature of 51 o C.)

9. Assumed maximum conductor


temperature for :-
a) Cable laid direct in the ground. oC
b) Cable drawn into pipes or ducts "
c) Cable laid on racks in air "

10. Losses :

a) Conductor loss per phase at :


i) current in item 8(a) W/m
ii) Current in Item 8 (b) W/m
iii) Current in item 8 (c) W/m
iv) Current in Item 8 (d) W/m

b) Dielectric loss per phase at Uo.... W/m


c) Sheath loss per phase at :

i) current in item 8(a) W/m


ii) Current in Item 8 (b) W/m
iii) Current in item 8 (c) W/m
iv) Current in Item 8 (d) W/m
d) Total loss per phase at
i) current in item 8(a) W/m
ii) Current in Item 8 (b) W/m
iii) Current at rated 8 (c) W/m
iv) Current in at rated 8 (d) W/m
177

SCHEDULE ‘G’
GUARANTEED AND PARTICULARS
VI: 33kV XLPE Cables
1- Electrical Characteristic of Cables
All dimensions to be nominal unless otherwise stated
33kV 300 sq.mm
S. No. DESCRIPTION UNIT 1/c XLPE Cable

11. Thermal resistivity of :

a) Insulation and semi - conducting oC m/W


layers

b) Anti-corrosion serving "

12. Maximum / expected dielectric power factor


at Uo and a conductor temperature of

a) 20oC %
b) 40 oC %
c) 60 oC %
d) Maximum operating temperature %
+ 5oC
13. Maximum / expected dielectric power factor
at 20 oC with
a) 0.5 Uo %

b) 1.0 Uo %

c) 1.5 Uo %

d) 2.0 Uo %

14. Maximum partial discharge level :

Initial voltage 1.75 Uo


Measurement voltage 1.5 Uo
Discharge level Pc

15. Maximum conductor temp. after passage of


current 30650 Amps for 1.5 seconds
subsequent to continuous full load current
specified in Item ( 8 ) above, for 132kV
cables.
178

SCHEDULE ‘G’
GUARANTEED AND PARTICULARS
VI: 33kV XLPE Cables
1- Electrical Characteristic of Cables
All dimensions to be nominal unless otherwise stated
33kV 300 sq.mm
S. No. DESCRIPTION UNIT 1/c XLPE Cable

16. a) Permissible 1 sec. short - time kA


withstanding current.
b) Corresponding conductor oC
temperature.
17. Single phase withstand current and
temperature for the following clearance time.
0.1 sec. kA
0.2 sec. kA
0.5 sec. kA
1.0 sec. kA
2.0 sec. kA
3.0 sec. kA
18. Impulse withstand voltage level for cable kA
tested as per IEC Recommendations...

19. 15- min. test voltage (following impulse test)


between conductor and screen on cable bent
as per IEC recommendations.. kV

20. Dielectric security test value between


conductor and screen , for 4 hours..... kA

21. Design 1.2 / 50 micro sec. impulse stress for


650 kV at
a) Conductor screen KV / mm

b) Core screen KV/mm

22. Design AC stress at Uo at

a) Conductor screen KV / mm

b) Core screen KV / mm
179

SCHEDULE ‘G’
GUARANTEED AND PARTICULARS
VI: 33kV XLPE Cables
1- Electrical Characteristic of Cables
All dimensions to be nominal unless otherwise stated
33kV 300 sq.mm
S. No. DESCRIPTION UNIT 1/c XLPE Cable

23. Routine test voltage between conductor and KV


screen, as per IERC 840

24. Withstand DC voltage on serving for 1 minute KV

25. Withstand impulse voltage on serving KV

26. Relative permittivity of dielectric

27. Cable screening factor ( 3 phases ) when cable


is buried directly in ground with resistivity -
1,000 ohm . m
100 ohm. m.
10 ohm. m

28. Length of cable necessary for type testing .. m

29. Method of heating cable for type test.

30. Method of temperature control in type test.

Signed: _______________________
(Tenderer)
Name: _______________________

Address: ______________________
180

SCHEDULE ‘G’
GUARANTEED AND PARTICULARS
PVC Tapes / Sheath of 33kV Cables.

PVC Tapes PVC Sheath


Ser. No. Description Unit (Bedding) (Bedding and
Serving)

1. Thickness of PVC ( Min. ) at any point mm

2. Minimum tensile strength mm

3. Min. elongation at break %

4. Cold bend test temperature at which C


specimen shall not crack.

5. Elongation at break after ageing 7


days at 100 + 2

a) Min. remnant value %


b) Max. variation from unaged value %

6. Tensile strength after ageing days at


100 + 2 C :

a) Min. remnant value N / sq.mm

b) Max. variation from unaged value. %

7. Maximum hot deformation %

8. Heat shock test :

Temperature at which specimen shall


not crack. C

9. Min. insulation resistance constant Mega-


( " K " value ) at 20 C ohm/Km

Signed: _______________________
(Tenderer)
Name: _______________________

Address: ______________________
181

SCHEDULE ‘G’
GUARANTEED AND PARTICULARS
VII – (a) 33kV 3-phase isolators provided for mounting with fuse

Serial Particulars – 33kV


No. Description

1. Manufacturer
2. Type
3. Number of breaks per phase
4. Number of poles per phase
5. Type of contact
6. Material of contact
7. Normal rated current in amps.
8. De-rated factor for Kuwait ambient conditions
9. Maximum short time current (3 seconds) RMS KA
10. Charging current capacity – amps
11. Magnetizing current breaking capacity – amps
12. Impulse withstand level 1/50 wave KV
13. Total leakage distance of insulators - mm

Signed: _______________________
(Tenderer)
Name: _______________________

Address: ______________________
182

SCHEDULE ‘G’
GUARANTEED AND PARTICULARS
VII – (b) 33kV 3-phase fuse sets mounted with support insulators

Serial Particulars – 33 kV
No. Description

1. Type of 3-phase fuse set


2. Model number and make
3. Rupturing capacity of 3-phase set—MVA
4. Separation between units – mm
5. Material of fuse element
6. Nominal current rating – amps
7. Fusing time for nominal current - sec.
8. Leakage distance of supporting insulator - mm

Signed: _______________________
(Tenderer)
Name: _______________________

Address: ______________________
183

SCHEDULE ‘H’

DELIVERY

A.) Estimated time of delivery (see part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time under each item of work for
manufacture, testing delivery F.O.B. of the various materials listed below. The
estimated time should be in calendar months from the date of signing the contract.

ITEM -I: One 400 KV O/H Transmission line

Delivery FOB Calendar Months


Serial
Description
No.
Start Completion
1. Tower stubs

2. Ground rods and earthing material

3. Complete Tower Super-structure

4. Power and earth conductors

5. Insulators and conductor fittings

6. Steel supporting structures.

7. Surge Diverters,
8. Warning obstruction lights
9. Warning spheres
10. Fence

Signed: ___________________________
(Tenderer)

Name: ___________________________

Address: __________________________
184

SCHEDULE ‘H’

DELIVERY

A.) Estimated time of delivery (see part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time under each item of work for
manufacture, testing delivery F.O.B. of the various materials listed below. The
estimated time should be in calendar months from the date of signing the contract.

ITEM -II: One 400 KV O/H Transmission line

Delivery FOB Calendar Months


Serial
Description
No.
Start Completion
1. Tower stubs

2. Ground rods and earthing material

3. Complete Tower Super-structure

4. Power and earth conductors

5. Insulators and conductor fittings

6. Steel supporting structures.

7. Surge Diverters,
8.
Warning obstruction lights
9. Warning spheres
10. Fence

Signed: ___________________________
(Tenderer)

Name: ___________________________

Address: __________________________
185

SCHEDULE ‘H’

DELIVERY

A.) Estimated time of delivery (see part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time under each item of work for
manufacture, testing delivery F.O.B. of the various materials listed below. The
estimated time should be in calendar months from the date of signing the contract.

ITEM -III: Two 400 KV O/H Transmission lines

Delivery FOB Calendar Months


Serial
Description
No.
Start Completion
1. Tower stubs

2. Ground rods and earthing material

3. Complete Tower Super-structure

4. Power and earth conductors

5. Insulators and conductor fittings

6. Steel supporting structures.

7. Surge Diverters,
8.
Warning obstruction lights
9. Warning spheres
10. Fence

Signed: ___________________________
(Tenderer)

Name: ___________________________

Address: __________________________
186

SCHEDULE ‘H’

DELIVERY

A.) Estimated time of delivery (see part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time under each item of work for
manufacture, testing delivery F.O.B. of the various materials listed below. The
estimated time should be in calendar months from the date of signing the contract.

ITEM -IV: Four 132 kV O/H Transmission lines

Delivery FOB Calendar Months


Serial
Description
No.
Start Completion
1. Tower stubs

2. Ground rods and earthing material

3. Complete Tower Super-structure

4. Power and earth conductors

5. Insulators and conductor fittings

6. Steel supporting structures.

7. Surge Diverters,
8.
Warning obstruction lights
9. Warning spheres
10. Fence

Signed: ___________________________
(Tenderer)

Name: ___________________________

Address: __________________________
187

SCHEDULE ‘H’

DELIVERY

A.) Estimated time of delivery (see part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time under each item of work for
manufacture, testing delivery F.O.B. of the various materials listed below. The
estimated time should be in calendar months from the date of signing the contract.

ITEM -V: 300 kV O/H Transmission line

Delivery FOB Calendar Months


Serial
Description
No.
Start Completion
1. Tower stubs

2. Ground rods and earthing material

3. Complete Tower Super-structure

4. Power and earth conductors

5. Insulators and conductor fittings

6. Steel supporting structures.

7. Surge Diverters,
8. Warning obstruction lights.

9. Warning spheres
10. Fence

Signed: ___________________________
(Tenderer)

Name: ___________________________

Address: __________________________
188

SCHEDULE ‘H’

DELIVERY

A.) Estimated time of delivery (see part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time under each item of work for
manufacture, testing delivery F.O.B. of the various materials listed below. The
estimated time should be in calendar months from the date of signing the contract.

ITEM -VI: One 33 KV O/H Transmission line

Delivery FOB Calendar Months


Serial
Description
No.
Start Completion
1. Tower stubs

2. Ground rods and earthing material

3. Complete Tower Super-structure

4. Power and earth conductors

5. Insulators and conductor fittings

6. Steel supporting structures.

7. Surge Diverters,
8. Warning obstruction lights.

9. Warning spheres
10. Fence

Signed: ___________________________
(Tenderer)

Name: ___________________________

Address: __________________________
189

SCHEDULE ‘H’

ERECTION

B.) Estimated time of erection (See part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time of erection for each part of
the works listed below. The estimated starting and completion shall be in calendar
months from the date of signing the contract.

ITEM- I : One 400 kV O/H Transmission line

Delivery FOB Calendar


Serial
Description Months
No.
Start Completion
1. Precision survey, preparation of profile
drawings...etc.
2. Excavation, concreting and tower foundation.
3. Tower erection.
4. Erection of suspension and tension insulator
strings complete with fittings.
5. Line conductor stringing complete with all
clamps, joints and vibration dampers.
6. Earth conductor and OPGW stringing
complete with all clamps, joints and vibration
dampers.
7. Fixing of all sundry items on towers such as
anti-climbing devices, steps, danger plates,
number, phase plates and circuit plates.
8. Steel supporting structures complete with
civil foundation works, transformers etc.
9. Erection of surge diverters.
10. Erection of warning spheres.
11. Erection of warning obstruction light.
12. Making dropper connections.
13. Completion of the line.
14. Test
15. Commissioning and handing over ready for
commercial use.

Signed: __________________________ (Tenderer)

Name: ___________________________

Address: __________________________
190

SCHEDULE ‘H’

ERECTION

B.) Estimated time of erection (See part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time of erection for each part of
the works listed below. The estimated starting and completion shall be in calendar
months from the date of signing the contract.

ITEM II: One 400 KV O/H Transmission line

Delivery FOB Calendar


Serial
Description Months
No.
Start Completion
1. Precision survey, preparation of profile
drawings...etc.
2. Excavation, concreting and tower foundation.
3. Tower erection.
4. Erection of suspension and tension insulator
strings complete with fittings.
5. Line conductor stringing complete with all
clamps, joints and vibration dampers.
6. Earth conductor and OPGW stringing
complete with all clamps, joints and vibration
dampers.
7. Fixing of all sundry items on towers such as
anti-climbing devices, steps, danger plates,
number, phase plates and circuit plates.
8. Steel supporting structures complete with
civil foundation works, transformers etc.
9. Erection of surge diverters,
10. Erection of warning spheres.
11. Erection of warning obstruction light.
12. Making dropper connections.
13. Completion of the line.
14. Test
15. Commissioning and handing over ready for
commercial use.

Signed: __________________________ (Tenderer)


Name: ___________________________
Address: __________________________
191

SCHEDULE ‘H’

ERECTION

B.) Estimated time of erection (See part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time of erection for each part of
the works listed below. The estimated starting and completion shall be in calendar
months from the date of signing the contract.

ITEM III: Two 400 kV O/H Transmission lines

Delivery FOB Calendar


Serial
Description Months
No.
Start Completion
1. Precision survey, preparation of profile
drawings...etc.
2. Excavation, concreting and tower foundation.
3. Tower erection.
4. Erection of suspension and tension insulator
strings complete with fittings.
5. Line conductor stringing complete with all
clamps, joints and vibration dampers.
6. Earth conductor and OPGW stringing
complete with all clamps, joints and vibration
dampers.
7. Fixing of all sundry items on towers such as
anti-climbing devices, steps, danger plates,
number, phase plates and circuit plates.
8. Steel supporting structures complete with
civil foundation works, transformers etc.
9. Erection of surge diverters,
10. Erection of warning spheres.
11. Erection of warning obstruction light.
12. Making dropper connections.
13. Completion of the line.
14. Test
15. Commissioning and handing over ready for
commercial use.

Signed: __________________________ (Tenderer)


Name: ___________________________
Address: __________________________
192

SCHEDULE ‘H’

ERECTION

B.) Estimated time of erection (See part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time of erection for each part of
the works listed below. The estimated starting and completion shall be in calendar
months from the date of signing the contract.

ITEM IV Four 132 kV O/H Transmission lines

Delivery FOB Calendar


Serial
Description Months
No.
Start Completion
1. Precision survey, preparation of profile
drawings...etc.
2. Excavation, concreting and tower foundation.
3. Tower erection.
4. Erection of suspension and tension insulator
strings complete with fittings.
5. Line conductor stringing complete with all
clamps, joints and vibration dampers.
6. Earth conductor and OPGW stringing
complete with all clamps, joints and vibration
dampers.
7. Fixing of all sundry items on towers such as
anti-climbing devices, steps, danger plates,
number, phase plates and circuit plates.
8. Steel supporting structures complete with
civil foundation works, transformers etc.
9. Erection of surge diverters,
10. Erection of warning spheres.
11. Erection of warning obstruction light.
12. Making dropper connections.
13. Completion of the line.
14. Test
15. Commissioning and handing over ready for
commercial use.

Signed: __________________________ (Tenderer)


Name: ___________________________
Address: __________________________
193

SCHEDULE ‘H’

ERECTION

B.) Estimated time of erection (See part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time of erection for each part of
the works listed below. The estimated starting and completion shall be in calendar
months from the date of signing the contract.

ITEM V: 300 kV O/H Transmission line

Delivery FOB Calendar


Serial
Description Months
No.
Start Completion
1. Precision survey, preparation of profile
drawings...etc.
2. Excavation, concreting and tower foundation.
3. Tower erection.
4. Erection of suspension and tension insulator
strings complete with fittings.
5. Line conductor stringing complete with all
clamps, joints and vibration dampers.
6. Earth conductor and OPGW stringing
complete with all clamps, joints and vibration
dampers.
7. Fixing of all sundry items on towers such as
anti-climbing devices, steps, danger plates,
number, phase plates and circuit plates.
8. Steel supporting structures complete with
civil foundation works, transformers etc.
9. Erection of surge diverters,
10. Erection of warning spheres.
11. Erection of warning obstruction light.
12. Making dropper connections.
13. Completion of the line.
14. Test
15. Commissioning and handing over ready for
commercial use.

Signed: __________________________ (Tenderer)


Name: ___________________________
Address: __________________________
194

SCHEDULE ‘H’

ERECTION

B.) Estimated time of erection (See part III clause 3.3 and part X clause 10.2)
The Tenderer shall fill in this schedule the estimated time of erection for each part of
the works listed below. The estimated starting and completion shall be in calendar
months from the date of signing the contract.

ITEM VI: One 33 kV O/H Transmission line

Delivery FOB Calendar


Serial
Description Months
No.
Start Completion
1. Precision survey, preparation of profile
drawings...etc.
2. Excavation, concreting and tower foundation.
3. Tower erection.
4. Erection of suspension and tension insulator
strings complete with fittings.
5. Line conductor stringing complete with all
clamps, joints and vibration dampers.
6. Earth conductor and OPGW stringing
complete with all clamps, joints and vibration
dampers.
7. Fixing of all sundry items on towers such as
anti-climbing devices, steps, danger plates,
number, phase plates and circuit plates.
8. Steel supporting structures complete with
civil foundation works, transformers etc.
9. Laying of XLPE cable.
10. Erection of sealing end boxes.
11. Erection of surge diverters,
12. Erection of warning spheres.
13. Erection of warning obstruction light.
14. Making dropper connections.
15. Completion of the line.
16. Test
17. Commissioning and handing over ready for
commercial use.

Signed: __________________________ (Tenderer)


Name: ___________________________
Address: __________________________
195

SCHEDULE ‘H’

PERSONNEL (See Clause 3.7)


All Tenderers shall give below number of Staff, giving all required details stated below, he proposes to use on site for the execution of the contract
work.
The rate shall include accommodation, messing, salaries, allowances, local transport...etc.
No. of years No. to be employed on
GRADE Nationality Present Employer Employed with contract works Rate per Month
present employer (KD.)
Maximum Minimum
Employees from the Main Contractor :
Project Site Engineer
Supervising Electrical Engineer

Supervising Civil Engineer

Qualified Surveyors

Electrical Foremen
Civil Foremen
Qualified tower erectors
Qualified Linesmen

Signed: _____________________
(Tenderer)
Name: ______________________
Address: ______________________
196

SCHEDULE ‘H’

PERSONNEL (See Clause 3.7)

No. of years Employed No. to be employed on


GRADE Nationality Present Employer with present employer contract works Rate per
Month (KD.)
Maximum Minimum

Employees of Civil Sub-Contractor :


(See also clause 3.10)

Supervising Civil Engineers

Civil Foremen

Signed: _____________________
(Tenderer)

Name: ______________________

Address: _____________________
197

SCHEDULE ‘H’

PERSONNEL (See Clause 3.7)

No. to be employed on
No. of years Employed contract works Rate per
GRADE Nationality Present Employer with present employer Month
Maximum Minimum
(KD.)
Other Personnel

Mechanics/Drivers
Linesmen mates
Laborers

Foremen for testing transformers

Foremen for testing trans.s Erection


Foremen for testing cables.
Helpers for erection & Testing

Signed: _____________________
(Tenderer)

Name: ______________________

Address: _____________________
198

SCHEDULE ‘I’
A - ERECTION TOOLS FOR OVERHEAD LINES
(See Clause 3.6)
The Tenderer shall give below a detailed list of all erection tools, lifting tackle, jigs, he proposes to provide and use on site.
Equipment Price (KD)

- Dynamometer - Make:.........................................
- Compressors - Type:..........................................
- Compressors with dies
(min. 2 sets) - Capacity:...................................
Quantity:....................................
- Lifting Crane - Make:.............…………..........
Capacity :.........................Tons
No. to be used:.........................
- Lorries (min. 4) Size Each:................................
No. to be used:........................
- Water Tankers - Capacity:..................................
No. to be used:.......................
- Concrete Mixers - No. to be used:.......................
- Details of other tower erection tools:............................................
- Details of stringing tools:...............................................................
- Other erection equipment:...........................................................

Signed:
(Tenderer)
Name :
Address:
199

SCHEDULE ‘I’
B - TESTING EQUIPMENT
(See Clause 8.3 and Part VIII)
The Tenderer shall give below a detailed list of all testing equipment, he proposes to provide and use on sites.

Equipment Price (KD)

1. D.C. High voltage testing Equipment : Make......................................


Type:.......................................
Capacity ..............................VA

2. D.C. Measuring Instrument: Make:.......................................

3. Other Testing Equipment: ..................................................

Signed:
(Tenderer)

Name :

Address:
200

SCHEDULE ‘J - A ‘
PRICES AND UNIT RATES
The Tenderers shall enter in this schedule all the prices called for. The prices for each item whether or not each item is fully described
shall include everything necessary to render the equipment in full working conditions and covering the maintenance and guarantee
period, all as detailed in the contract documents.
The prices shall mean the following:-
Column (a) : Shall be estimated quantities for each item.
Column (b) : i) In case of local products, shall be the price of ex-factory and in case of imported products and equipment purchased from the
local market shall be the price at the seller’s premises.
ii) In case of foreign products imported directly by the contractor shall be the price of material, manufacture, testing, packing and
delivery C.I.F. Kuwait.
iii) Shall be the sum of prices of foreign and local in case one portion imported and another purchased locally.
Column (c) i) For local products and imported products purchased locally, these charges shall cover the transport to stores, overheads,
commission and all other charges.
ii) For foreign products imported directly, these charges shall cover the customs, and import duties, landing charges, transport to
stores, overheads, commission and all other charges.
iii) Same as (b) - (iii) above.

Column (d) Shall be the price for transport from stores to site, erection at site , commissioning and setting to work as required in the specs.
These unit prices shall include all detailed survey, preparation of profile drawings and schedules.
Column (e) : Shall be the sum of the prices in columns (b) + (c) + (d)
Column (f) : Shall be the product of (a) and (e) under each item.

The actual quantities required for construction may differ slightly. Comparison of offers will be based on the estimated quantities indicated in the
schedules.

Towers subjected to tests shall not be included in the tower supply. The rates quoted for tower tests shall be inclusive of the cost of these
towers. Any items not specifically mentioned or detailed in the schedules below but are mentioned elsewhere in the specification and are
necessary to complete the work in accordance with the specification shall be deemed to have been included in the tender price.

N.B : All tenderers should refer to special note before filling the prices in the schedule ‘J – A’ and ‘J – B’.
201

General Notes
Tenderers attention is drawn to the following notes
1- The insulators and insulator fittings shall be supplied through the insulator manufacturer as specified in clause 3.9 (page 9)
of the specifications.

2- For the design of all types of foundation, design parameters, theories, equations and their limitation shall be subjected to
MEW approval at the detailed design stage and which shall be based on the soil conditions obtained from soil tests results,
all at no extra cost to MEW.

3- The technical details and drawings of the 300KV, 132 KV & 33 KV insulators, substation arrangement, surge arrestors,
fittings, droppers, clamps, fences, earth rods, ..etc. and the earthing arrangement drawings and all other equipment will be
subjected to MEW approval.

4- The lowest horizontal angle of the specified steel fences shall be at the ground level. Drawing of such fence in accordance
with the specification shall be submitted and subjected for MEW approval, please confirm.

5- All drawings and technical information submitted with the offer are for tendering purposes only. Full detailed drawings and
design calculations for all materials, equipment and arrangements will be submitted before start of the manufacturing and
these will be subjected to MEW approval.

6- For all materials type test certificates will be submitted and where these are not available, type tests in accordance with
specifications and in presence of our appointed inspector shall be carried out.

7- Each Tenderer should have fully studied the works required to be executed in the light of the prescribed specifications and
conditions, and have acquainted himself with all predicted matters which may affect the execution of the works including
examining of the site of the works and assured himself of the soundness of the obtained information.

8- All the above shall be at no extra cost to the tender price and without any changes to the specified completion dates and
that the offer complies with the tender specification in all respects.
202

SPECIAL NOTES

All tenderers are required to quote for ACSR overhead line conductors and cables manufactured abroad by approved suppliers and for conductors and
cables manufactured locally i.e. of M/s Gulf Cables and Electrical Industries Co.
The CIF prices and other charges of these items to be entered in Schedule J-A (column b + column c) shall be based on the cheapest of the above two
makes (CIF price and other charges (FRANCO) for foreign make and ex-factory and transport to stores prices for locally made items) and the total of
Schedule J-A shall be carried over to the Schedule J-A (Summary of prices).
All tenderers should submit with their offer the original quotation as received from M/s Gulf Cables & Electrical Industries Co. Kuwait and the original
quotation as received from approved abroad manufacturers. When quoting in Schedule J-A for locally manufactured products, the prices of other
charges in column C are to be filled for “Transportation cost from factory to stores”.
All tenderers should note that when filling the price schedules, the requirements of Ministerial decree No.6 of 1987.
The CIF prices and other charges for each of items to be entered in Schedule J-A shall be based on the cheapest of the above two makes (CIF price and
other charges for foreign make (FRANCO) and ex-factory and transport to stores prices for locally made) taking into consideration the preferential
percentage given to similar products of national products and products of national origin given in Ministerial decree No.6 of 1987. The total of
schedule J-A shall be carried over to the Schedule J-A – Summary of prices.
In schedule J-B all tenderers shall give ACSR conductor and cable prices (CIF prices, customs and import duties, landing and clearing charges and
transport to stores for foreign conductors and ex-factory and transport to stores prices for local conductors and cables.
The CIF prices and other charges for conductors and cables to be entered in Schedule J-A should be the same as the cheapest prices of Schedule J-B.

ARTICLE OFFSET PROGRAM

“The second party Undertakes to strictly comply with the Kuwait Council of Minister Decision No. 694/1992 and Decision No. 836/2005, in addition
to the Minister of Finance Decision No. 2/2002 and Decision No. 13/2005 involving the Offset Program, its rules and regulations and any amendments
that may be introduced to these rules and regulations controlling this program, all government officials each within his own competence, shall
implement this decision. This decision will get adopted as of its date of issue”.
203

SCHEDULE ‘J – A’
ITEM - I : One 400 KV Double circuit overhead line from the existing SBAH “4Z” 400/300/132kV S/Stn to the proposed Wafra “Z” 400/132/11
kV using quadruple GZTACSR conductor/phase equivalent to ACSR 400 sq.mm. nominal area Zebra Conductors .

Estimated UNIT PRICES IN KUWAITI


QTY DINARS FOR TOTAL UNIT TOTAL PRICE
SUB- DESCRIPTION OF WORK IN KD.
UNIT PRICE IN KD.
ITEM C.I.F / Ex- Other Erection
NO. factory charges
(a) b+c+d=(e) ax e =(f)
(b) (c) (d)
1. Single Optical Fiber Ground Wire (OPGW) M 21,000
Single earth galvanized stranded steel conductor
2. M 21,000
19/2.36mm
3. Single line GZTACSR conductor M 504,000
4. OPGW suspension set Nos. 51
OPGW tension set
5. a.) splicing Nos. 8
b.) non-splicing “ 3
6. Armour Rod for warning sphere “ 54
7. OPGW Joint box at tower “ 4
8. OPGW Joint box at gantry “ 2
Stock bridge vibration dampers :
9. a.) For GZTACSR Conductor Nos. 2880
b.) For OPGW “ 120
10. Earthwire suspension set “ 5
11. Earthwire tension set “ 30
12. Stockbridge vibration damper for earthwire conductor “ 128
13. Line conductor spacer dampers 450 mm Nos. 3186
204

14. Line conductor rigid spacers 450 mm “ 170


15. Line conductor rigid spacers 200 mm (for Jumpers) “
Suspension insulator set consisting of two
insulator strings or more, each string comprising of
a suitable number of insulator unit and complete
with all fittings conductor clamps and silicon
16.* coating & with:
a.) Arcing horns having fixed gap Set 270
b.) Arcing horns having adjustable gap Set 36
c.) Jumper support insulator (single string suspension set) Set 12
Tension insulator set consisting of two insulator
strings, each string comprising of a suitable
number of insulator units and complete with all
fittings, sag adjusters, plates, conductor clamps..etc
and silicon coating & with:
17. a.) Arcing horns having fixed tapes Set 78
b.) Arcing horns having adjustable gaps. Set 30
c.) Single string tension set having adjustable arc horn
Set 6
gaps as specified
d.) Single string tension set having fixed arcing horn
Set 6
gap as specified.
D2 suspension tower superstructure steel work
18. Nos. 51
including step bolts and anti-climbing device.
D10 tension tower superstructure steel work including
19. “ 4
step bolts and anti-climbing device.
D60 tension tower superstructure steel work including
20. “ 1
step bolts and anti-climbing device.
D90 tension tower superstructure steel works including
21. “ 2
step bolts and anti-climbing device.
DT terminal tower superstructure steel work including
22. “ 2
step bolts and anti-climbing device.
205

23. D2 suspension tower stub steel works “ 51


24. D10 tension tower stub steel works “ 4
25. D60 tension tower stub steel works “ 1
26. D90 tension tower stub steel works “ 2
27. DT terminal tower stub steel works “ 2
28. D2 suspension tower 3 m extension “ 8
29. D2 suspension tower 6 m extension “ 5
30. D10 tension tower 3 m extension “ 2
31. D10 tension tower 6 m extension “ 2
32. D60 tension tower 3 m extension “ 1
33. D90 tension tower 3m extension “ 1
34. Tower earthing devices as specified in clause 4.4.3 Per set 240
35. a.) Danger plates Nos. 60
b.) Number plates Nos. 60
c.) Circuit plates Nos. 60
d.) Phase plates Nos. 60
e.) Name plate Nos. 9
Two sets of galvanized steel fencing for gantry with
terminal equipment at Sabah Al-Ahmed 4Z and Wafra
36. M 580
Z S/Stns with hinged gate complete with pad locking
devices.
Footing foundations and civil works for the above
37. fencing. (Prices should be given based on meter length M 580
of fence)
Excavation for normal foundations in ground or soil of
38. Cu.m 3000
any nature for all tower types.
Concreting normal tower foundations in accordance
39. Cu.m 3200
with clause 4.5 for any nature of soil for all tower types.
40. Take off gantry of galvanized steel structure complete
with foundation works for double circuit and as Nos. 2
specified.
206

41. 400 kV Single phase Surge Diverters complete with


Nos. 12
surge detectors and counter and as specified.
42. Galvanized steel support structure complete with civil
foundation work for mounting single 400 KV surge Nos. 12
diverters
43. Stranded copper droppers from one circuit of quadruple
conductors to the surge diverters, cable boxes complete Set /
4
with bi-metallic clamps and all necessary items to circuit
complete and as specified.
44. Set of earthing system for terminal equipment and Set/D
2
gantries C
45. Electro-static induction neon lighting devices in a group
of four light globes per tower for aircraft warning,
Set /
complete with support insulators for overhead earth 3
tower
wires, etc. and necessary items to complete in every
respect and as specified.
46. Warning sphere of plastic or fiber glass complete with
fixing assembly installed on earth wires and all Nos. 236
necessary items to complete and as specified.
47. Painting of upper portion tower superstructure in Per
60
accordance with clause 4.14 (regardless of tower type)
tower
48. Per
Tower testing for D2 towers as follows:
tower
a) Tests with normal loading condition " 1
b) Test with broken wire conditions as specified. " 1
c) Destruction test with normal loading conditions. " 1
49. Tower testing for D10 towers as follows: Per
tower
a) Tests with normal loading condition " 1
b) Test with broken wire conditions as specified. " 1
c) Destruction test with normal loading conditions. " 1
TOTAL COST OF SUB-ITEMS 1 TO 49 (SCHEDULE ‘J – A’ OF ITEM-I ): KD. ________________________________
207

• If counterpoise for any tower footing earthing is required, then such counterpoise shall be carried out and price of the same is considered as
included in the tender price.
• Price of insulators given in sub-items 16 & 17 include the price of silicon coating.
• Volumes of concrete and excavation given in sub items no. 38 & 39 are for tendering purposes only and prices of the same shall be filled by
each tenderer and such price shall be applicable for all types of tower foundations regardless of the foundation type, wet or dry and regardless of
soil type and soil bearing capacity or no. of blows.
(*) Price of semi-strain insulators shall be considered as the price of suspension insulators.

Signed : ______________________ ( Tenderer )


Name : ______________________
Address : _____________________
208

SCHEDULE ‘J – A’

ITEM - II : One 400 KV Double circuit overhead line from the existing Sualibya “Z” 400/300/132kV S/Stn to the proposed Shadadiya “Z”
400/132/11 kV using quadruple GZTACSR conductor/phase equivalent to ACSR 400 sq.mm. nominal area Zebra Conductors .

Estimated UNIT PRICES IN KUWAITI


QTY DINARS FOR TOTAL UNIT TOTAL PRICE
SUB- DESCRIPTION OF WORK IN KD.
UNIT C.I.F / Ex- Other Erection PRICE IN KD.
ITEM
factory charges
NO. (a) (b) (c) (d) b+c+d=(e) ax e =(f)

1. Single Optical Fiber Ground Wire (OPGW) M 5,600


Single earth galvanized stranded steel conductor
2. M 5,600
19/2.36mm

3. Single line GZTACSR conductor as specified M 134,400

4. OPGW suspension set Nos. 11


OPGW tension set
5. a.) splicing Nos. 4
b.) non-splicing “ 2
6. Armour Rod for warning sphere “ 32
7. OPGW Joint box at tower “ 1
8. OPGW Joint box at gantry “ 4
Stock bridge vibration dampers :
9. a.) For GZTACSR Conductor Nos. 816
b.) For OPGW “ 34
10. Earthwire suspension set “ 11
11. Earthwire tension set “ 16
209

12. Stockbridge vibration damper for earthwire conductor “ 18


13. Line conductor spacer dampers 450 mm Nos. 864
14. Line conductor rigid spacers 450 mm “ 46
15. Line conductor rigid spacers 200 mm (for Jumpers) “ 67
Suspension insulator set consisting of two
insulator strings or more, each string comprising of
a suitable number of insulator unit and complete
with all fittings conductor clamps and silicon
16.* coating & with:
a.) Arcing horns having fixed gap Set 30
b.) Arcing horns having adjustable gap Set 36
c.) Jumper support insulator (single string suspension set) Set 6
Tension insulator set consisting of two insulator
strings, each string comprising of a suitable
number of insulator units and complete with all
fittings, sag adjusters, plates, conductor clamps..etc
and silicon coating & with:
a.) Arcing horns having fixed tapes Set 42
17.
b.) Arcing horns having adjustable gaps. Set 30
c.) Single string tension set having adjustable arc horn
gaps as specified Set 3

d.) Single string tension set having fixed arcing horn


gap as specified. Set 3
D2 suspension tower superstructure steel work
18. Nos. 11
including step bolts and anti-climbing device.
D10 tension tower superstructure steel work including
19. “ 2
step bolts and anti-climbing device.
D60 tension tower superstructure steel work including
21. “ 1
step bolts and anti-climbing device.
210

D90 tension tower superstructure steel works including


22. “ 1
step bolts and anti-climbing device.
DT terminal tower superstructure steel work including
23. “ 2
step bolts and anti-climbing device.
24. D2 suspension tower stub steel works “ 11
25. D10 tension tower stub steel works “ 2
26. D60 tension tower stub steel works “ 1
27. D90 tension tower stub steel works “ 1
28. DT terminal tower stub steel works “ 2
29. D2 suspension tower 3 m extension “ 1
30. D2 suspension tower 6 m extension “ 1
31. D10 tension tower 3 m extension “ 2
32. D60 tension tower 3 m extension “ 1
33. D90 tension tower 3m extension “ 1
34. Tower earthing devices as specified in clause 4.4.3 Per set 68
a.) Danger plates Nos. 17
b.) Number plates Nos. 17
c.) Circuit plates Nos. 17
d.) Phase plates Nos. 17
e.) Name plate Nos. 6
Two sets of galvanized steel fencing for gantry with
35. terminal equipment and with hinged gate complete with M 320
pad locking devices.
Footing foundations and civil works for the above
36. fencing. (Prices should be given based on meter length M 320
of fence)
Excavation for normal foundations in ground or soil of
37. Cu.m 760
any nature for all tower types.
211

Concreting normal tower foundations in accordance


38. Cu.m 800
with clause 4.5 for any nature of soil for all tower types.
39. Take off gantry of galvanized steel structure complete
with foundation works for double circuit and as Nos. 2
specified.
40. 400 kV Single phase Surge Diverters complete with
Nos. 12
surge detectors and counter and as specified.
41. Galvanized steel support structure complete with civil
foundation work for mounting single 400 KV surge Nos. 12
diverters
42. Stranded copper droppers from one circuit of quadruple
conductors to the surge diverters, cable boxes complete Set /
4
with bi-metallic clamps and all necessary items to circuit
complete and as specified.
43. Set of earthing system for terminal equipment at both Set/D
2
substations. C
44. Electro-static induction neon lighting devices in a group
of four light globes per tower for aircraft warning,
Set /
complete with support insulators for overhead earth 2
tower
wires, etc. and necessary items to complete in every
respect and as specified.
45. Warning sphere of plastic or fiber glass complete with
fixing assembly installed on earth wires and all Nos. 64
necessary items to complete and as specified.
46. Painting of upper portion tower superstructure in Per
17
accordance with clause 4.14 (regardless of tower type) tower

TOTAL COST OF SUB-ITEMS 1 TO 46 (SCHEDULE ‘J – A’ OF ITEM II ): KD. ________________________________


212

• If counterpoise for any tower footing earthing is required, then such counterpoise shall be carried out and price of the same is considered as
included in the tender price.
• Price of insulators given in sub-items 16 & 17 include the price of silicon coating.
• Volumes of concrete and excavation given in sub items no. 37 & 38 are for tendering purposes only and prices of the same shall be filled by
each tenderer and such price shall be applicable for all types of tower foundations regardless of the foundation type, wet or dry and regardless of
soil type and soil bearing capacity or no. of blows.
• (*) Price of semi-strain insulators shall be considered as the price of suspension insulators.

Signed : ______________________ ( Tenderer )

Name : ______________________

Address : _____________________
213

SCHEDULE ‘J – A’

ITEM - III : Two 400 KV single circuit overhead line from the existing Sualibya “Z” 400/300/132kV S/Stn to the proposed WABM 1Z & Z2
substations using quadruple GZTACSR conductor/phase equivalent in diam. to ACSR 400 sq.mm. nominal area Zebra Conductors .

Estimated UNIT PRICES IN KUWAITI


QTY DINARS FOR TOTAL UNIT TOTAL PRICE
SUB- DESCRIPTION OF WORK IN KD.
UNIT C.I.F / Ex- Other Erection PRICE IN KD.
ITEM
factory charges
NO. (a) (b) (c) (d) b+c+d=(e) ax e =(f)

1. Single Optical Fiber Ground Wire (OPGW) M 10,000


Single earth galvanized stranded steel conductor
2. M 10,000
19/2.36mm

3. Single line GZTACSR conductor as specified. M 240,000

4. OPGW suspension set Nos. 18


OPGW tension set
5. a.) splicing Nos. 18
b.) non-splicing “ 10
6. Armour Rod for warning sphere “ 62
7. OPGW Joint box at tower “ 2
8. OPGW Joint box at gantry “ 4
Stock bridge vibration dampers :
9. a.) For GZTACSR Conductor Nos. 1536
b.) For OPGW “ 64
10. Earthwire suspension set “ 18
11. Earthwire tension set “ 28
214

12. Stockbridge vibration damper for earthwire conductor “ 20


13. Line conductor spacer dampers 450 mm Nos. 972
14. Line conductor rigid spacers 450 mm “ 46
15. Line conductor rigid spacers 200 mm (for Jumpers) “ 67
Suspension insulator set consisting of two
insulator strings or more, each string comprising of
a suitable number of insulator unit and complete
with all fittings conductor clamps and silicon
16.* coating & with:
a.) Arcing horns having fixed gap Set 39
b.) Arcing horns having adjustable gap Set 15
c.) Jumper support insulator (single string suspension set) Set 6
Tension insulator set consisting of two insulator
strings, each string comprising of a suitable
number of insulator units and complete with all
fittings, sag adjusters, plates, conductor clamps..etc
and silicon coating & with:
a.) Arcing horns having fixed tapes Set 186
17.
b.) Arcing horns having adjustable gaps. Set 30
c.) Single string tension set having adjustable arc horn
gaps as specified Set 12

d.) Single string tension set having fixed arcing horn


gap as specified. Set 6
S2 suspension tower superstructure steel work including
18. Nos. 18
step bolts and anti-climbing device.
S10 tension tower superstructure steel work including
19. “ 4
step bolts and anti-climbing device.
S60 tension tower superstructure steel works including
20. 2
step bolts and anti-climbing device.
215

S90 tension tower superstructure steel works including


21. “ 4
step bolts and anti-climbing device.
ST terminal tower superstructure steel work including
22. “ 4
step bolts and anti-climbing device.
23. S2 suspension tower stub steel works “ 18
24. S10 tension tower stub steel works “ 4
25. S60 tension tower stub steel works “ 2
26. S90 tension tower stub steel works “ 4
27. ST terminal tower stub steel works “ 4
28. S2 suspension tower 3 m extension “ 2
29. S2 suspension tower 6 m extension “ 2
30. S10 tension tower 3 m extension “ 2
31. S90 tension tower 3m extension “ 2
32. Tower earthing devices as specified in clause 4.4.3 Per set 72
a.) Danger plates Nos. 32
b.) Number plates Nos. 32
33. c.) Circuit plates Nos. 32
d.) Phase plates Nos. 32
e.) Name plate Nos. 14
Four sets of galvanized steel fencing for gantry with
34. terminal equipment with hinged gate complete with pad M 600
locking devices.
Footing foundations and civil works for the above
35. fencing. (Prices should be given based on meter length M 600
of fence)
Excavation for normal foundations in ground or soil of
36. Cu.m 1120
any nature for all tower types.
Concreting normal tower foundations in accordance
37. Cu.m 1120
with clause 4.5 for any nature of soil for all tower types.
216

38. Take off gantry of galvanized steel structure complete


with foundation works for single circuit and as specified
Nos. 4
at WABM “1Z” & “2Z” S/Stn. and at existing Sulaibiya
“Z” S/stn.
39. 400 kV Single phase Surge Diverters complete with
Nos. 12
surge detectors and counter and as specified.
40. Galvanized steel support structure complete with civil
foundation work for mounting single 400 KV surge Nos. 12
diverters
41. Stranded copper droppers from one circuit of quadruple
conductors to the surge diverters, cable boxes complete Set /
4
with bi-metallic clamps and all necessary items to circuit
complete and as specified.
42. Set of earthing system for terminal equipment at
Set/SC 4
W.ABM Z1 & Z2 S/stns
43. Electro-static induction neon lighting devices in a group
of four light globes per tower for aircraft warning,
Set /
complete with support insulators for overhead earth 2
tower
wires, etc. and necessary items to complete in every
respect and as specified.
44. Warning sphere of plastic or fiber glass complete with
fixing assembly installed on earth wires and all Nos. 124
necessary items to complete and as specified.
45. Painting of upper portion tower superstructure in Per
32
accordance with clause 4.14 (regardless of tower type) tower
46. Tower testing for S2 towers as follows: Per
tower
a) Tests with normal loading condition " 1
b) Test with broken wire conditions as specified. " 1
c) Destruction test with normal loading conditions. " 1
217

47. Tower testing for S10 towers as follows: Per


tower
a) Tests with normal loading condition " 1
b) Test with broken wire conditions as specified. " 1
c) Destruction test with normal loading conditions. " 1

TOTAL COST OF SUB-ITEMS 1 TO 47 (SCHEDULE ‘J – A’ OF ITEM-III ): KD. ________________________________

• If counterpoise for any tower footing earthing is required, then such counterpoise shall be carried out and price of the same is considered as
included in the tender price.
• Price of insulators given in sub-items 16 & 17 include the price of silicon coating.
• Volumes of concrete and excavation given in sub items no. 36 & 37 are for tendering purposes only and prices of the same shall be filled by
each tenderer and such price shall be applicable for all types of tower foundations regardless of the foundation type, wet or dry and regardless of
soil type and soil bearing capacity or no. of blows.
• (*) Price of semi-strain insulators shall be considered as the price of suspension insulators.

Signed : ______________________ ( Tenderer )

Name : ______________________

Address : _____________________
218

SCHEDULE ‘J – A’

ITEM – IV (A & B) : Four 132kV Double Circuit Overhead Lines from Existing 132 kV OHTL (Sulaibiya “AZ” substation to each of Managish “A”
substation and Um Qudair “A” 132/11kV substation to proposed ISCC “A” substation using single ACSR Zebra conductor per phase
Estimated UNIT PRICES IN KUWAITI
QTY DINARS FOR TOTAL UNIT TOTAL PRICE
SUB- DESCRIPTION OF WORK IN KD.
UNIT C.I.F / Ex- Other Erection PRICE IN KD.
ITEM
factory charges
NO. (a) (b) (c) (d) b+c+d=(e) ax e =(f)

1. Single Optical Fiber Ground Wire (OPGW) M 25,000


Single earth galvanized stranded steel conductor
2. M 25,000
19/2.36mm
3. Single line 400sq.mm ACSR Zebra conductor M 150,000

4. OPGW suspension set Nos. 68


OPGW tension set
5. a.) splicing Nos. 8
b.) non-splicing “ 3
6. Armour Rod for warning sphere “ 88
7. OPGW Joint box at tower “ 5
8. OPGW Joint box at gantry “ 4
Stock bridge vibration dampers :
9. a.) For ACSR Zebra Conductor Nos. 1104
b.) For OPGW “ 88
Suspension insulator complete with all fittings
conductor clamps and silicon coating & with:
10. a.) Arcing horns having fixed gap Set 336
b.) Arcing horns having adjustable gap Set 72
219

c.) Jumper support insulator (single string suspension set) Set 12


Tension insulator set complete with all fittings,
conductor clamps..etc and silicon coating & with:

a.) Arcing horns having fixed tapes Set 240


11.
b.) Arcing horns having adjustable gaps. Set 48
c.) Single string tension set having adjustable arc horn
gaps as specified Set 6

d.) Single string tension set having fixed arcing horn


gap as specified. Set 24
D2 suspension tower superstructure steel work
12. Nos. 68
including step bolts and anti-climbing device.
D10 tension tower superstructure steel work including
13. “ 12
step bolts and anti-climbing device.
D30 tension tower superstructure steel work including
14. “ 1
step bolts and anti-climbing device.
D60 tension tower superstructure steel works including
15. “ 3
step bolts and anti-climbing device.
D90 tension tower superstructure steel works including
16. “ 4
step bolts and anti-climbing device.
DT terminal tower superstructure steel work including
17. “ 4
step bolts and anti-climbing device.
18. D2 suspension tower stub steel works “ 68
19. D10 tension tower stub steel works “ 12
20. D30 tension tower stub steel works “ 1
21. D60 tension tower stub steel works “ 3
22. D90 tension tower stub steel works “ 4
23. DT terminal tower stub steel works “ 4
24. D2 suspension tower 3 m extension “ 8
220

25. D2 suspension tower 6 m extension “ 4


26. D10 tension tower 3 m extension “ 2
27. D10 tension tower 6 m extension “ 2
28. D30 tension tower 3m extension “ 1
29. D60 tension tower 3m extension “ 1
30. D60 tension tower 6m extension “ 1
31. D90 tension tower 3m extension “ 1
32. D90 tension tower 6m extension “ 1
33. Tower earthing devices as specified in clause 4.4.3 Per set 368
a.) Danger plates Nos. 92
b.) Number plates Nos. 92
34. c.) Circuit plates Nos. 92
d.) Phase plates Nos. 92
e.) Name plate Nos. 24
Excavation for normal foundations in ground or soil of
35. Cu.m 1058
any nature for all tower types.
Concreting normal tower foundations in accordance
36. with clause 4.5 for any nature of soil for all tower types. Cu.m 1125

37.* 132 kV Single phase Surge Diverters complete with


Nos. 24
surge detectors and counter and as specified.
38.*. Galvanized steel support structure complete with civil
foundation work for mounting single 132 KV surge Nos. 24
diverters
39. Stranded copper droppers from one circuit of quadruple
conductors to the surge diverters, cable boxes complete Set /
8
with bi-metallic clamps and all necessary items to circuit
complete and as specified.
40. Set of earthing system for terminal equipment at ISCC Set/D
4
“A” S/stns C
41. Warning sphere of plastic or fiber glass complete with
fixing assembly installed on earth wires and all Nos. 88
necessary items to complete and as specified.
221

42. Painting of upper portion tower superstructure in Per


92
accordance with clause 4.14 (regardless of tower type) tower
43. Tower testing for D2 towers as follows: Per
tower
a) Tests with normal loading condition " 1
b) Test with broken wire conditions as specified. " 1
c) Destruction test with normal loading conditions. " 1
44. Tower testing for D10 towers as follows: Per
tower
a) Tests with normal loading condition " 1
b) Test with broken wire conditions as specified. " 1
c) Destruction test with normal loading conditions. " 1
* These items are considered as optional and MEW will inform the successful tenderer within six (6) months from the date of signing the contract whether
these sub-items are needed or not, and this successful tenderer is not entitled to claim for such condition for these optional sub-items.

TOTAL COST OF SUB-ITEMS 1 TO 44 (SCHEDULE ‘J – A’ OF ITEM IV ): KD. ________________________________

• If counterpoise for any tower footing earthing is required, then such counterpoise shall be carried out and price of the same is considered as
included in the tender price.
• Price of insulators given in sub-items 10 & 11 include the price of silicon coating.
• Volumes of concrete and excavation given in sub items no. 35 & 36 are for tendering purposes only and prices of the same shall be filled by
each tenderer and such price shall be applicable for all types of tower foundations regardless of the foundation type, wet or dry and regardless of
soil type and soil bearing capacity or no. of blows.

Signed : ______________________ ( Tenderer )

Name : ______________________
Address : _____________________
222

SCHEDULE ‘J – A’

Item V : Two 300 KV double circuit overhead lines from the existing 300 kV line (between “DWPS” to Siddiq “W” S/Stn to proposed Ardiya “X”
substation using quadruple ACSR conductors 400 sq.mm. nominal area Zebra per phase.
SUB- UNIT PRICES IN KUWAITI
ITEM DINARS FOR
NO. DESCRIPTION OF WORK UNIT
Estimated C.I.F/Ex Other TOTAL UNIT
QTY - factory charges Erection PRICE IN KD TOTAL PRICE IN
(a) (b) (c) (d) b+c+d=(e). KD (a) x (e) = (f)
1. Single earth galvanized stranded steel
Meters 800
conductor 19/2.35 mm
2. Single line conductor 400 sq.mm. ACSR
Meters 20,000
(Zebra)
3. Earth conductor tension clamp with
Set 14
grounding clamp
3.a Lowering the existing spans (phase
conductors and earth wires) between existing Lump
towers Nos. 25 & 22 and restringing the same sum
with all accessories
4. Stock bridge vibration dampers:
a) For ACSR Conductor “ 48
b) For Earth Conductor “ 14
5. Line conductor spacers dampers 450 mm Each 6
6. Line conductor rigid spacers 450 mm (for
Each 6
jumpers)
7. Line conductor rigid spacers 200 mm (for
Each 4
jumpers)
8. Tension insulator set consisting of two
insulator strings each string comprising a
suitable number of insulator units and Set 24
complete with all fittings, conductor clamps,
turnbuckles, sag adjuster plates, etc. and with
223

SCHEDULE ‘J – A’

Item V : Two 300 KV double circuit overhead lines from the existing 300 kV line (between “DWPS” to Siddiq “W” S/Stn to proposed Ardiya “X”
substation using quadruple ACSR conductors 400 sq.mm. nominal area Zebra per phase.
SUB- UNIT PRICES IN KUWAITI
ITEM DINARS FOR
NO. DESCRIPTION OF WORK UNIT
Estimated C.I.F/Ex Other TOTAL UNIT
QTY - factory charges Erection PRICE IN KD TOTAL PRICE IN
(a) (b) (c) (d) b+c+d=(e). KD (a) x (e) = (f)
arcing horns having with adjustable gap.
9. Single tension insulator set with adjustable
arcing horns gaps as per clause 10.1.3.b and
complete with all fittings, conductor clamps, each 12
tum buckles (without sag adjuster plates), etc.
with arcing horn having adjustable gap.
10. DT terminal tower superstructure steel works
including step bolts anti-climbing device (as ‘’ 2
per the attached shop drawings)
11. DT terminal tower stub steel work ‘’ 2
11. 6 meters extension for DT tower of approx. 8
No. 1
a tonne weight No. 1 optional
12. Tower earthing device consisting of one
ground rod 1.9 mms dia. 3m long with special
Per set 8
ground rod clamps and 3.0 m of 25:3 mm
copper strip
13. Danger plate, number plate, circuit plate and Per
2
phase plates for each tower tower
14. Excavations for normal foundations in ground
Cu.m 480
or soil in any nature for 2 DT tower
15. * Concreting in normal foundations for 1:2:4
‘’’’ 500
for 2 DT towers
16. Steel rod reinforcement for normal Ton 40
224

SCHEDULE ‘J – A’

Item V : Two 300 KV double circuit overhead lines from the existing 300 kV line (between “DWPS” to Siddiq “W” S/Stn to proposed Ardiya “X”
substation using quadruple ACSR conductors 400 sq.mm. nominal area Zebra per phase.
SUB- UNIT PRICES IN KUWAITI
ITEM DINARS FOR
NO. DESCRIPTION OF WORK UNIT
Estimated C.I.F/Ex Other TOTAL UNIT
QTY - factory charges Erection PRICE IN KD TOTAL PRICE IN
(a) (b) (c) (d) b+c+d=(e). KD (a) x (e) = (f)
foundations
17. Takeoff gantry of galvanized steel structures
complete with foundation works for double
Nos. 2
circuits and as per the attached shop drawings
near Qurain W S/Stn.
18. 300 kV single phase Surge Diverters complete
Set /
with surge detectors and counter and as 12
Circuit
specified
19. Galvanized steel support structure complete
with civil foundation work for mounting Nos. 12
single 300 kV surge diverters
20. Stranded cooper droppers from each circuit of
single conductors to the surge diverters,
Set /
coupling conductors and wave traps, complete 4
Circuit
with bi-metallic clamps and all necessary
items to complete and as specified
21. One set of earthing system for terminal
equipment at one end of the line as specified Set /
2
Circuit

* Concrete shall be supplied from a ready mix concrete sub-suppliers approved by Ministry of Electricity (MEW)
22.a One set of galvanized steel fencing for
M 320
terminal towers complete with hinged gap
225

SCHEDULE ‘J – A’

Item V : Two 300 KV double circuit overhead lines from the existing 300 kV line (between “DWPS” to Siddiq “W” S/Stn to proposed Ardiya “X”
substation using quadruple ACSR conductors 400 sq.mm. nominal area Zebra per phase.
SUB- UNIT PRICES IN KUWAITI
ITEM DINARS FOR
NO. DESCRIPTION OF WORK UNIT
Estimated C.I.F/Ex Other TOTAL UNIT
QTY - factory charges Erection PRICE IN KD TOTAL PRICE IN
(a) (b) (c) (d) b+c+d=(e). KD (a) x (e) = (f)
padlocking device. Pad-locks and necessary
earthing device as specified.
22.b Footing foundations civil works for the above
fencing (price should be given based on M 320
Meter, length of fence)
23. Warning Sphere of plastic or fiber glass
complete with fixing assembly installed on
Each 4
earth wires and all necessary items to
complete and as specified.
TOTAL COST OF SUB-ITEMS 1 TO 23 (SCHEDULE ‘J – A’ OF ITEM V ): KD. _____________________________

• If counterpoise for any tower footing earthing is required, then such counterpoise shall be carried out and price of the same is considered as
included in the tender price.
• Price of insulators given in sub-items 10 & 11 include the price of silicon coating.
• Volumes of concrete and excavation given in sub items no. 14 & 15 are for tendering purposes only and prices of the same shall be filled by
each tenderer and such price shall be applicable for all types of tower foundations regardless of the foundation type, wet or dry and regardless of
soil type and soil bearing capacity or no. of blows.

Signed : ______________________ ( Tenderer )

Name : ______________________
Address : _____________________
226

SCHEDULE ‘J – A’

Item VI : Conversion of portion of existing 33kV single circuit overhead line between (Al Zour “A” S/Stn. To Dubaiya “M” S/Stn) ACSR Panther
conductor 200 sq.mm per phase to underground cable using 300 sq.mm 1/core solid XLPE cable.
SUB- UNIT PRICES IN KUWAITI
ITEM DINARS FOR TOTAL
NO. DESCRIPTION OF WORK UNIT UNIT
Estimated C.I.F/Ex Other PRICE IN
QTY - factory charges Erection KD TOTAL PRICE IN
(a) (b) (c) (d) b+c+d=(e). KD (a) x (e) = (f)
1. Single earth galvanized stranded steel
Meters 100
conductor 19/2.36 mm
2. Line conductor 200 sq.mm. ACSR (Panther) Meters 600
3. Earth conductor tension clamp with “ 8
4. Stock bridge vibration dampers:
c) For ACSR Conductor (Panther) “ 6
d) For Earth Conductor “ 2
5. Single Tension insulator string complete with
all fittings, conductor clamps, etc. with fixed
“ 12
arcing horns 47 cm gap suitable for Panther
conductor.
6. Terminal tower superstructure steel work
“ 2
including step bolts and anti-climbing device.
7. ST terminal tower stub steel work. “ 2
8. Tower earthing device consisting of one
ground rod 1.9 cms dia. x 3m long with
Per Set 8
special ground rod clamps and 3.0 m of 25 x 3
mm copper earth strip
9. a) Danger plates No. 2
10. b) Number plates “ 2
11. c) Circuit plates “ 2
12. d) Phase plates “ 2
13. e) Name plates “ 2
227

SCHEDULE ‘J – A’

Item VI : Conversion of portion of existing 33kV single circuit overhead line between (Al Zour “A” S/Stn. To Dubaiya “M” S/Stn) ACSR Panther
conductor 200 sq.mm per phase to underground cable using 300 sq.mm 1/core solid XLPE cable.
SUB- UNIT PRICES IN KUWAITI
ITEM DINARS FOR TOTAL
NO. DESCRIPTION OF WORK UNIT UNIT
Estimated C.I.F/Ex Other PRICE IN
QTY - factory charges Erection KD TOTAL PRICE IN
(a) (b) (c) (d) b+c+d=(e). KD (a) x (e) = (f)
14. Suitable galvanized steel supporting platform
for terminal towers for mounting one 3-phase
33kV isolator. Three single phase 33kV cable
sealing end boxes, Three 33kV single surge
diverters, Connections to the earthing system,
all necessary downloads, Tension insulator, 2
jumpers, clamps, connectors and connection.
All necessary item to complete and as details
and completed with suitable foundations. (at
the inter-connection location near the existing
towers)
15. 33kV cable sealing end box for single core
“ 6
XLPE cables 300 sq.mm
16. Excavations for normal foundations in ground
Cu. M 18
or soil in any nature.
17. Concreting in normal foundations for 1:2:4
Cu. M 18
including steel reinforcement.
18. Tower testing for ST towers as follows:
a) Test with normal loading conditions
1
b) Test with broken wire loading Per
1
conditions tower
1
c) Destruction test with normal loading
conditions.
228

SCHEDULE ‘J – A’

Item VI : Conversion of portion of existing 33kV single circuit overhead line between (Al Zour “A” S/Stn. To Dubaiya “M” S/Stn) ACSR Panther
conductor 200 sq.mm per phase to underground cable using 300 sq.mm 1/core solid XLPE cable.
SUB- UNIT PRICES IN KUWAITI
ITEM DINARS FOR TOTAL
NO. DESCRIPTION OF WORK UNIT UNIT
Estimated C.I.F/Ex Other PRICE IN
QTY - factory charges Erection KD TOTAL PRICE IN
(a) (b) (c) (d) b+c+d=(e). KD (a) x (e) = (f)
19. Galvanized steel fencing for terminal tower
and platform complete with hinged gate. Pad-
locking devices and pad-locks, four suitable Meters 240
earthing devices (prices is based on per meter
run of complete fence)
20. Footing foundations civil works for the above
fencing (prices should be given based on Meters 240
Meter, length of fence)
21. Galvanized stranded steel conductor 19/2.36
mm underground counter-poise including
Meters 240
excavation work, wire buried, back-filled and
ramming, etc. to complete.
22. Painting of tower superstructure as specified. Nos. 2
23. Supply & laying of 33kV (3-phase cable tails
circuits comprising 300 sq.mm 1/core solid Per
XLPE cable and all necessary accessories, meter 400
cable cover tiles, warning tape, protection net, circuit
the cable shall be laid direct in the ground.
24. Supply of jointing materials to terminate the
300 sq.mm 1/core solid XLPE cable laid
under 45 above to 33 kV outdoor cable No. 6
sealing end boxes (erected on the platform
under 45 above) and making the termination
229

SCHEDULE ‘J – A’

Item VI : Conversion of portion of existing 33kV single circuit overhead line between (Al Zour “A” S/Stn. To Dubaiya “M” S/Stn) ACSR Panther
conductor 200 sq.mm per phase to underground cable using 300 sq.mm 1/core solid XLPE cable.
SUB- UNIT PRICES IN KUWAITI
ITEM DINARS FOR TOTAL
NO. DESCRIPTION OF WORK UNIT UNIT
Estimated C.I.F/Ex Other PRICE IN
QTY - factory charges Erection KD TOTAL PRICE IN
(a) (b) (c) (d) b+c+d=(e). KD (a) x (e) = (f)
(1-phase)

25. Dismantling works (necessary existing


towers, conductors, earth wires, insulators,
Lump
fittings, foundations, accessories and all items
sum
to complete the dismantling works and as
described in specification.
TOTAL COST OF SUB-ITEMS 1 TO 25 (SCHEDULE ‘J – A’ OF ITEM VI ): KD. _____________________________
• If counterpoise for any tower footing earthing is required, then such counterpoise shall be carried out and price of the same is considered as
included in the tender price.
• Price of insulators given in sub-items 10 & 11 include the price of silicon coating.
• Volumes of concrete and excavation given in sub items no. 16 & 17 are for tendering purposes only and prices of the same shall be filled by
each tenderer and such price shall be applicable for all types of tower foundations regardless of the foundation type, wet or dry and regardless of
soil type and soil bearing capacity or no. of blows.

Signed : ______________________ ( Tenderer )


Name : ______________________

Address : _____________________
230

SCHEDULE ‘J – A’
SUMMARY OF PRICES
ITEM PRICES OF EACH
DESCRIPTION
NO. ITEM
One 400 kV D/C overhead line from existing Sabah Al-Ahmed 4Z substation to proposed KD.
I
Wafra Z substation.
II One 400kV D/C overhead line from Sulaibiya Z substation to proposed Shadadiya Z substation KD.

III Two 400kV S/C OHTL from Sulaibiya Z substation to West ABM Z1 & Z2 Substations. KD.
IV Four D/C 132kV O/H line to from existing 132kV OHT lines to ISCC “A” Substation. KD.
V Two 300 kV D/C OHTL to energize Ardiya X substation KD.
VI Replacing of portion of existing 33kV O/H line by U/G cable KD.
i. Total contract prices for quantities estimated in item I, II, III & IV, V & VI KD.
ii. Total prices of specified spare parts in Schedule D-1 KD.
iii. Grand Total price KD.
iv. Reduction if any KD.
v. Additions if any KD.
vi. Final total Contract price - in figures KD.

IN WORDS, KUWAIT DINARS ________________________________________________________________

Signed : _______________________
(Tenderer)
Name : ________________________
Address : ______________________
231

SCHEDULE ‘J – A’
PRICES ( Cont'd... )
UNIT RATES FOR SPECIAL ITEMS
( Not included above )

SER. UNIT RATE


NO. DESCRIPTION UNIT IN
( KD )
1. Supply and Erection of steel work for special structures including steel fittings. Per Tonne

2. Additional Earthing device as detailed in the schedule (excluded counterpoise) Each

3. Painting of special structures as per clause 4.14 Per tonne of steel


232

ESTIMATED USEFUL LIFE EXPECTANCY


The Tenderer is asked to indicate below the expected useful life expectancy of the following items under normal conditions
of operation and maintenance :
1. Towers and foundations ________ Years.
2. Insulators and Fittings ________ Years.
3. Conductors ________ Years.
4. Warning spheres ________ Years.
5. Other sundry materials ________ Years.

Signed : _______________________
(Tenderer)
Name : ________________________

Address : ______________________
233

SCHEDULE ‘K-I’
Volume of excavation and concrete
Tables to be filled in by the Tenderer
Volume of excavation and concrete for item I
DC400KV – GZTACSR Towers
(For normal foundation)

Excavation Concrete
No. of Qty
Type of tower Total Qty Tower
towers tower Total Cu.m
Cu.m Cu.m
Cu.m
D2 51
D10 4
D60 1
D90 1
DT 2
Total 60

1.) The above total should be considered as the guaranteed values which shall be filled
in Guaranteed particulars (schedule “G”) but the estimated values given in sub-
item 38 & 39 of schedule J-A of prices are for bidding purposes only and prices of
the same shall be filled in by each bidder.

2.) Quantities per tower according to guaranteed figures in Schedule “G”.

3.) Prices of these foundations given in schedule “J-A” of prices shall be applicable to
all types of foundations regardless of soil type wet or dry and soil bearing capacity.

Signature of Tenderer____________________

Name & Address________________________


234

SCHEDULE ‘K-II’
Volume of excavation and concrete
Tables to be filled in by the Tenderer
Volume of excavation and concrete for item II
DC400KV – GZTACSR Towers
(For normal foundation)

Excavation Concrete
No. of Qty
Type of tower Total Qty Tower
towers tower Total Cu.m
Cu.m Cu.m
Cu.m
D2 11
D10 2
D60 1
D90 1
DT 2
Total 17

1.) The above total should be considered as the guaranteed values which shall be filled in
Guaranteed particulars (schedule “G”) but the estimated values given in sub-items 37
& 38 of schedule J-A of prices are for bidding purposes only and prices of the same
shall be filled in by each bidder.

2.) Quantities per tower according to guaranteed figures in Schedule “G”.

3.) Prices of these foundations given in schedule “J-A” of prices shall be applicable to all
types of foundations regardless of soil type wet or dry and soil bearing capacity.

Signature of Tenderer____________________

Name & Address________________________


235

SCHEDULE ‘K-III’

Volume of excavation and concrete


Tables to be filled in by the Tenderer
Volume of excavation and concrete for item III
SC 400 KV – GZTACSR Towers
(For normal foundation)

Excavation Concrete
No. of Qty
Type of tower Total Qty Tower
towers tower Total Cu.m
Cu.m Cu.m
Cu.m
S2 18
S10 4
S60 2
S90 4
ST 4
Total 32

1.) The above total should be considered as the guaranteed values which shall be filled in
Guaranteed particulars (schedule “G”) but the estimated values given in sub-item 36 &
37 of schedule J-A of prices are for bidding purposes only and prices of the same shall be
filled in by each bidder.

2.) Quantities per tower according to guaranteed figures in Schedule “G”.

3.) Prices of these foundations given in schedule “J-A” of prices shall be applicable to all
types of foundations regardless of soil type wet or dry and soil bearing capacity.

Signature of Tenderer____________________

Name & Address________________________


236

SCHEDULE ‘K-IV’

Volume of excavation and concrete


Tables to be filled in by the Tenderer
Volume of excavation and concrete for item IV (A&B)
DC 132 KV –ACSR ZEBRA Towers
(For normal foundation)

Excavation Concrete
No. of Qty
Type of tower Total Qty Tower
towers tower Total Cu.m
Cu.m Cu.m
Cu.m
D2 68
D10 12
D30 1
D60 3
D90 4
DT 4
Total 92

1.) The above total should be considered as the guaranteed values which shall be filled in
Guaranteed particulars (schedule “G”) but the estimated values given in sub-item 33 &
34 of schedule J-A of prices are for bidding purposes only and prices of the same shall
be filled in by each bidder.

2.) Quantities per tower according to guaranteed figures in Schedule “G”.

3.) Prices of these foundations given in schedule “J-A” of prices shall be applicable to all
types of foundations regardless of soil type wet or dry and soil bearing capacity.

Signature of Tenderer____________________

Name & Address________________________


237

SCHEDULE ‘A - A’

LOCAL PORTION OF THE CONTRACT

PURCHASE OF NATIONAL MANUFACTURED PRODUCTS PREAMBLE


TENDERERS MUST WHILE PRICING THEIR BIDS INCLUDE LOCALLY MANUFACTURED PRODUCTS
UNDER MINISTRY OF COMMERCE & INDUSTRY LICENCE IF THEY COMPLY WITH REQUIREMENTS OF
TENDER SPECIFICATION. ACCORDING TO MINISTRY OF COMMERCE & INDUSTRY DECREE NO. 6 FOR
1987, PREFERENTIAL TREATMENT OVER AND ABOVE EQUIVALENT IMPORTED PRODUCTS SHALL BE
GIVEN TO AT LEAST 10% FOR NATIONAL PRODUCTS AND 5% FOR PRODUCTS OF NATIONAL ORIGIN (GCC
STATES). TENDERER IN HIS PRICE SCHEDULE SHOULD GIVE QUOTATION UNDER SEPARATE COVER OF
FOREIGN PRODUCTS IF NATIONAL PRODUCTS OF NATIONAL ORIGIN EXCEED THE ABOVE LIMITS.

I. NATIONAL PRODUCTS:

REF. IN PAGE UNIT PRICE TOTAL PRICE


ITEM NO
SPECIFI. NO. PARTICULARS QTY ( KD ) (KD.)

II

III

IV (A&B)

VI

SUB-TOTAL OF SCHEDULE 'A-A' KD. : ________________________

Signature of Tenderer: _________________________

Signature of Kuwaiti Agent: ____________________

Date : ________________________
238

SCHEDULE ‘A - A’

LOCAL PORTION OF THE CONTRACT

II. PRODUCTS OF NATIONAL ORIGIN:

ITEM NO REF. IN PAGE UNIT PRICE TOTAL PRICE


SPECIFI. NO. PARTICULARS QTY ( KD ) (KD.)

II

III

IV (A&B)

VI

SUB-TOTAL OF SCHEDULE 'A-A' ABOVE KD. : ________________

Signature of Tenderer: ______________________

Signature of Kuwaiti Agent: ______________________

Date ______________________
239

SCHEDULE ‘B - B’

LOCAL PORTION OF THE CONTRACT

III. PURCHASE OF IMPORTED FOREIGN PRODUCTS & EQUIPMENT FROM THE


LOCAL MARKET.

Tenderer is instructed to give details of materials and equipments he intends to purchase from the local
market.
SR. REF. IN PAGE UNIT PRICE TOTAL
NO SPECIFI. NO. PARTICULARS QTY ( KD ) PRICE
(KD.)

i) MATERIALS PRODUCTS

ii) CONSTRUCTION
EQUIPMENT

iii) HEAVY DUTY


EQUIPMENT

iv) TRANSPORT

SUB-TOTAL OF SCHEDULE 'B-B' ABOVE : KD : __________________________

Signature of Tenderer: ..............................................


Signature of Kuwaiti Agent: ......................................
Date: _________________________
240

SCHEDULE ‘C – C’

LOCAL PORTION OF THE CONTRACT

IV. WORKS SUB-CONTRACTED TO QUALIFIED LOCAL


SUB-CONTRACTORS

Tenderer is instructed to indicate the value of the work he intends to sub-contract locally.

REF. IN
ITEM NO PAGE NO. PARTICULARS Value of Works (KD.)
SPECIFI.

II

III

IV(A&B)

VI

SUB-TOTAL OF SCHEDULE 'C-C' ABOVE KD. : _____________________

Signature of Tenderer: ...........................................................

Signature of Kuwaiti Agent: ................................................

Date: ____________________
241

SCHEDULE 'D - D'

LOCAL PORTION OF THE CONTRACT

V. LOCAL SERVICES

Tenderer must indicate hereunder local services he is committed to avail himself of such
as but not limited to:

SERIAL
NO. PARTICAULARS TOTAL PRICES ( KD )

1. TRAVELLING

2. LOCAL TRANSPORTS

3. HOUSING

4. HOTEL ACCOMMODATION

5 FINANCIAL SERVICES SUCH AS L/C, L/G OVERDRAFTS, ETC.

6. INSURANCE

7. SHIPMENT AND AIR FREIGHT

8. OTHER SERVICES
(TENDERER TO GIVE DETAILS HEREUNDER)

SUB-TOTAL OF SCHEDULE 'D-D' ABOVE : KD : _____________________________

SIGNATURE OF TENDERER: _______________

SIGNATURE OF KUWAITI AGENT: ____________

DATE: ___________________________
242

SUMMARY

LOCAL PORTION OF THE CONTRACT

The proceeding schedule A-A, B-B, C-C, and D-D determine the local portion,
the Tenderer is committed to allow in his bid.

The Owner will closely monitor adherence of the Contract. Contractors are instructed to submit
quarterly statements with documents proving such adherence.

NO. SCHEDULE NO. TOTAL PRICE (KD.)

I&II SCHEDULE ‘A – A’

SCHEDULE ‘B – B’
III

IV SCHEDULE ‘C – C’

V SCHEDULE ‘D – D’

TOTAL OF LOCAL PORTION : KD : _________________________________


( KUWAITI DINARS : ____________________________________________________ONLY )

Signature & Stamp of the Tenderer: ___________________________

Signature & Stamp of Kuwaiti Agent: _________________________

Date: ______________________________
243

FORM " C- 1"

This form to be completed by the Tenderer as well as


Civil Sub-Contractor (for Overhead line works) and to be submitted
with the offer.

1. Name of Tenderer ____________________________________

2. Name of Civil Sub-Contractor____________________________

3. Registration No. & CTC Category


Reference of Civil Contractor ___________________________

4. Details of Works in hand with


proposed Civil Sub-Contractor____________________________

Contract Total Amount Balance Date of


Ser. Name of Work Amount received upto Amount Commencement
No. (KD) date ( KD ) ( KD ) and completion

We confirm that the statement given above are true to the best of our knowledge and it is
known to us that C.T. reserves the right to refuse awarding the contract to us if the above
statements are found to be incorrect. Furthermore, we undertake equal responsibility and
executing of Civil works according to specifications and drawings as that of Main Contractor.

Signed : ______________________ Signed :________________________


(Civil Sub-Contractor ) (Tenderer )

Name : _______________________ Name_________________________

Address : _____________________ Address____________________


244

FORM - C-II

This form to be completed by Civil Sub-Contractor (for overhead line works)


and to be submitted with the offer.

1) Name of Civil Sub-Contractor ______________________________

2) Name & Age of Civil Engineer____________________________

K.S.E. Registration No.________________________________

Technical Qualifications________________________________

3) Previous experience in Civil


Work of Civil Engineer________________________________

Ser.
Name of Work Name of Employer Period
No.

We confirm that Civil Engineer stated above will be available at any time if the works are
awarded to Tenderer and the nominated Civil Engineer shall be responsible for all works from
Commencement till the completion of works and we shall not change/replace the Engineer
expected under unavoidable circumstances with prior written permission of the Ministry.

Signed : ____________________________ Signed : ___________________


(Civil Engineer ) (Tenderer )

Signed : ___________________________ Name : ___________________


(Civil Sub-Contractor )

Date : ____________________________ Date : ____________________


245

FORM - C-III

This form to be completed by Civil Sub-Contractor (for overhead line works)


and to be submitted with the offer.

1) Name of Civil Sub-Contractor _______________________________

2) Name & Age of Civil Supervisor______________________________

3) Technical Qualifications
of Civil Supervisor________________________________

4) Previous experience of Civil


Supervisor_____________________________

Ser.
Name of Work Name of Employer Period
No.

We confirm that Civil Supervisor stated above will be available at site during Ministry's
working hours and he shall be spend his full time for this contract only.

Signed : ____________________________ Signed :__________________


(Civil Supervisor ) ( Civil Contractor )

Name : ___________________________ Name : __________________

Date : ____________________________ Date : ___________________


246

SCHEDULE 'L'

DEVIATIONS FROM TECHNICAL SPECIFICATION

This Schedule must be filled and signed as stated below. If there are no
deviations or reservations, this should be explicitly stated in this schedule.

ITEM NO. IN TENDER PRECISE DETAILS OF MINOR DEVIATIONS


INCLUDED IN THE OFFER.

Signed : ___________________
( Tenderer )

Name : ____________________

Address : __________________
247

SCHEDULE 'M'

DEVIATIONS FROM TENDER CONDITIONS

This Schedule must be filled and signed as stated below. If there are no
deviations or reservations, this should be explicitly stated in the schedule.

PARAGRAPH IN TENDER EXACT DETAILS OF DEVIATIONS FROM


TENDER CONDITIONS

Signed : ___________________
( Tenderer )

Name : ____________________

Address : __________________
248

Data updating – Equipment Data for Contract Items

For the purpose of updating network information, equipment data for each
commissioned unit shall be submitted along with the commissioning report. For this
purpose, a basic format for collecting data is attached herewith.

These essential details are to be recorded by the contractor, signed and ready at the time
of energizing the unit (substations, extensions, upgraded units, new UGC/OHL feeders,
rerouted feeder etc.) and shall be submitted within one week from date of
commissioning the unit as a part of commissioning notification.
All contractors should follow the procedures with immediate effect.
249

EQUIPMENT DETAILS IN PRIMARY SUBSTATIONS - COMMISSIONING DATA

SUBSTATION:______________________________ VOTLAGE:_________________________ CONTRACTOR:______________________________

Contract No.:_______________________________ Comm. Date:_______________________ Attach Route Sketch with GPS Coordinates:

Switchgear Details Local Transformer:


Typical
Bay Details Item Description Feeder Bus section Bus Coupler Transformer Make / Type:

Make: No. of Units:


Sw. Gr. Type:………………………

No. of Bays:…………..………..…

Busbar:…………..….……………

Unit (CB, LBS or Isol.) Capacity:

Type No.: Sl. No.:


300 KV

Typical Sl. No. Tr. Type (Oil/Dry)

Rating LT Panel:
Capacity (MVA / I.Sc.) Make:
Drive:
Air/Hydr./Spr.(Cl./Op.) Type:

Encl.: 1 Ph., 3 Ph. Encap. Total Number of SF6 Gas Compartments: BB Rating:

Make: B.Charger / Battery:


Sw. Gr. Type:………………………

No. of Bays:…………..………..…

Busbar:…………..….……………

1.Ch.Make/Type/V, I:
Unit (CB, LBS or Isol.)

Type No.: B.Make/ Cell Type/Cap:


132 KV

Typical Sl. No.


2.Ch.Make/Type/V, I:
Rating

Capacity (MVA / I.Sc.) B.Make/ Cell Type/Cap:


Drive:
Air/Hydr./Spr.(Cl./Op.)
3.Ch.Make/Type/V, I:
Encl.: 1 Ph., 3 Ph. Encap. Total Number of SF6 Gas Compartments:

B.Make/ Cell Type/Cap:

OLTC Drive
Transformer / Shunt Reactor Details Transformer OLTC Details Details
MVA / Drive Drive
Tr. No. Make Type Sl. No. Year Ratio Vector % Imp. Make: Type Sl. No.
MVAr Make Type:
250

Note 1.: Data Sheet To be Ready at the Time Commissioning as a part of Commissioning Notification

Note 2.: Applicable to New Substation, Extension & Retrofit


251

EQUIPMENT DETAILS IN PRIMARY SUBSTATIONS


Substation
:
Switchgear Details Fire Fighting System:
Typical
Bay Details Item Description Feeder Bus section Bus Coupler Transformer a. Water Sprinkler System:

Make: Make: Qty:


Sw. Gr. Type:……………………

Busbar:…………...…….………
No. of Bays:……….…………..

Unit Type(CB, LBS or Isol.) Type: Tank Capa:

Type No.: Air Compressor- Nos. / Make:

Typical Sl. No. Air Compressor Type:


33 KV

Rating Pump- Nos. / Make/ Type:

Capacity (MVA / I.Sc.) b. Inert Gas System: ARGON / ENERGEN / OTHER

Sw.Gr. Type: Metal Clad/GIS Sysem:

CB Med. ( MOCB, GCB, VAC) Make: No. of Panels:

Make: Type:
Sw. Gr. Type:……………………

Busbar:…………...…….………
No. of Bays:……….…………..

Unit Type(CB, LBS or Isol.) c. Dry Powder System:

Type No.: Make: No. of Panels:


11 KV

Typical Sl. No. Type:

Rating d. Fire Detector and Alarm System:

Capacity (MVA / I.Sc.) Make: No. of Panels:

Sw.Gr. Type: Metal Clad/GIS Type:

CB Med. ( MOCB, GCB, VAC)


Transformer Direct To Earth Earth Via Resistor
Insl. Medium:……………

GIS Air Compressor- Nos. / Make:


Sw. Gr. Type:………..

No. of Bays:………...

Make: GIS Air Compressor Type:

Unit Type(CB, LBS or Isol.)


20 KV

Type No.: Remarks:


Typical Sl. No.

Rating / Capacity
Sw. Gr. Type:………

Ins. Medium :…...…


No. of Bays:…...…

Make:

Unit Type(CB, LBS or Isol.)


6.6 KV

Type No.:

Typical Sl. No.

Rating / Capacity

Transformer / Shunt Reactor Details Transformer OLTC Details OLTC Drive Details
Sl. MVA Drive
Tr. No. Make Type Year Ratio Vector % Imp. Make: Type Sl. No. Drive Type:
No. / Make
252

MVAr

Sign (Contractor Engineer):……………………………………. Sign (MEW Engineer):…………………..…………


253

TRANSMISSION ELECTRICAL NETWORK - UGC COMMISSIONING DATA

Contract Contract
Contract No.: Date: Period: Contractor:

Total New
Type of No. of Total Cable
Contr. Route- No. of No. of No. of No. of Fdr.
FDR- Voltag Cable Core Type Cable Cable Cable Length Comm.
Item Feeder Name Make Length- Straight stop Pressure Oil Pr. Parameters Remarks
No. e (OF / (1C/3C) Size Per Length Added Date
No. KM Joints Joints Gauges Tanks (I A , R, X, C)
XLPE) Phase -KM Under This
Contract

Note: Details of Cable Cut & Diverted, if any, to be given as remarks


Certified:

Contractor
Engineer: MEW Engineer:

Name: Name:

Signature & Date: Signature & Date:


254

TRANSMISSION ELECTRICAL NETWORK - OHL CONTRACT DATA

Contract No.: Contract Date:


Contractor: Contract Period:

Line Type
Contr. Cond- No. of Ten- No. of D-Ckt No. of S- Total No. of
OHL Name (Single/ Voltage No. of Sus-Tower ROUTE-Length-KM Cond-Type
Item No. Bundle/Ph. Tower Gantry Ckt Gantry Insulators
Double)

Note: The above data for each contracts shall be submitted after Preliminary Planning by
Contractor
Certified:

Contractor Engineer: MEW Engineer:


Name: Name:
Signature &
Date: Signature & Date:
255

OHL COMMISSIONING EQUIPMENT DETAILS


DATE:
CONTRACT NO.: CONTRACTOR:

CONTRACT ITEM NO.: COMMISSIONING DATE:

FEEDER NAME: DOUBLE CIRCUIT / SINGLE CIRCUIT

VOLTAGE: DELAY / ADVANCE (Days):

Sl.
Description of Items Unit Quantity Details (Make / Type etc.)
No
1 Conductor Type

2 Size of conductor

3 No. of Conductor bundle per Phase

4 No. of Earth Wire

5 Size of Earth wire

6 Route Length

7 Circuit length

8 Total Conductor length

9 Suspension Towers

10 Tension Towers

11 Double Circuit Gantry

12 Single Circuit Gantry

13 Vibration Damper

14 Spacer Damper

15 Aviation Warning Sphere

16 Aviation Warning Lights

17 Surge Arrestor

18 Insulators (Suspension + Tension)

19 Fittings

20 Line Parameters:

21 Other Details

Certified:
Contractor Engineer: MEW Engineer:

Name: Name:
Signature & Date: Signature & Date:
256

SPUR TRANSFORMER INSTALLATION DATA

CONTRACT NO.: CONTRACTOR:

Sl.
Items Description Details of Installed Equipment
No.

1 OHL to Which SPUR Transformer is Connected

2 Line Voltage:

3 Tower No. for Tr. Connection

4 Transformer Capacity

5 Transformer Ratio

6 Transformer Make

7 Primary Connection (Bushing / Cable Box)

8 Fuse Rating

9 Fuse Make & Type

10 No. of Fuses per Phase

11 Commissioning Date

Certified:
Contractor Engineer: MEW Engineer:

Name: Name:
Signature & Date: Signature & Date:

Potrebbero piacerti anche