You are on page 1of 90

SECTION C

PART 2
PROJECT SPECIFICATION
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/Contents December 2011
Street Lighting Works Doha South
CONTENTS
PART 2 PAGE
CONTENTS C2/Contents
SECTION 1 GENERAL C2/1
SECTION 2 Q-TEL WORKS C2/2
SECTION 3 QGEWC - ELECTRICITY DEPARTMENT WORKS C2/2-9
SECTION 4 QATAR PETROLEUM C2/9-10
SECTION 5 STREET LIGHTING WORKS
PART I GENERAL C2/11-20
PART II INSTALLATION & MAINTENANCE
PART III - MATERIAL SPECIFICATION
C2/21-43
C2/44-88
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/1 December 2011
Street Lighting Works Doha South
SECTION 1 - GENERAL
1.01 A Description of the Site
The site: primarily in Doha South and anywhere throughout the State of Qatar as directed
by the Engineer. The exact sites location shall be determined by the Road Operation and
Maintenance Department of Asset Management Affairs during the tenure of the contract
according to the works programme.
1.01 B Description of the Works:
The works consist of Supply, Installation and maintenance of Street Lighting System and
Decorative Type Columns. Exact works shall be given to the Contractor through Work
Order as contained herein (page B3/7). The quantity may be installation of single (column,
luminaire, lamp, cut-out, cable joint and small span of cable, applicable for high mast,
conventional or decorative column) and extension of M.V. /L.V Networks to energise the
street lighting feeder pillar including removal of column and feeder pillar.
1.02 General Responsibilities for Utility Works
The Contractor shall be responsible for liaison with Public Utility Departments with regards
to the overall co-ordination and programming of utility works including street lighting cable
network.
No trench or chamber excavation will be permitted until: -
i. The locations and depth of all existing services including street lighting cable network
have been established by trial holes to the satisfaction of the Engineer.
ii. The Contractor has provided the Engineer with accurate setting out information for
the line and level of the proposed utility installation.
iii. The Engineer has confirmed the accurate setting out information for the line and
levels of the proposed utility installation.
The Contractor shall include for the requirements of this clause in his Programme of
Works and his Bill of Quantities Rates.
The Contractor shall be responsible for arranging, providing and maintaining all road
closures and traffic diversions required by the Works with the Traffic Police Department
and the Engineer.
1.03 Terms and Definitions: ESD
This definition/term shall be deleted and substituted by the following: -
Within this Specification each and every reference to ESD -The Engineering Services
Department of the Ministry of Public Works and MD - defined as the Roads Operation and
Maintenance Department of Public Works Authority.
Each and every reference to QGEWC Qatar General Electricity & Water Corporation
and its Divisions and Sections is substituted by the respective Divisions and Sections of its
present KAHRAMAA Qatar General Electricity & Water Corporation.
1.04 Terms and Definitions: The Engineer
This definition/term shall be amended to read: Director of the Asset Management Affairs
of Public Works Authority is the Engineer as described in the Section B Part II Condition
of Particular Application.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/2 December 2011
Street Lighting Works Doha South
SECTION 2 Q-TEL WORKS
This section specifies the requirements for all Q-Tel Works.
2.01 Special Requirements
1. All notices to be given by the Contractor shall be in writing and delivered by hand.
2. The Contractor shall consult the Qatar Public Telecommunications Corp. (hereafter
call Q-Tel) not less than one month before it is proposed to commence work to
ascertain whether any underground installations will be affected by the proposed
works, in which event the Contractor shall make all necessary arrangements with Q-
Tel to safeguard the installations.
3. The Contractor shall give at least one week's notice in writing to Q-Tel of the dates
upon which it is intended to operate plant or equipment or carry out any work for which
permission has been given in writing by Q-Tel; such operations of work shall only be
carried out in the presence of Q-Tel unless notice shall be obtained in writing from Q-
Tel that they do not require to be present.
4. Q-Tel may require work to be executed on their installations during the period of the
Contract; the Contractor shall afford all facilities to Q-Tel's contractors or workmen
until their diversion work is complete. The Contractor shall co-ordinate the work of Q-
Tel and his own activities and when necessary shall amend his programme of working
to suit all requirements of Q-Tel in connection with their diversion work and shall keep
the Engineer informed in writing of all arrangements made.
5. The Contractor shall locate and mark with suitable posts all Q-Tel underground
installations that are within the area of the Works and shall ensure that such markers
are maintained in their correct positions at all times.
SECTION 3 QGEWC - ELECTRICITY DEPARTMENT WORKS
This section specifies the requirements for all Electrical Works.
3.01 General
All of the works associated with electricity supply shall be carried out in accordance with
the latest Specifications for Materials, Excavation and Backfill, Cable Laying and Jointing,
as issued by the Qatar General Electricity & Water Corporation, Electricity Department
(QGEWC [EN]). Contractors are deemed to be in possession of the latest Specifications.
3.02 Approved Contractor
All QGEWC (EN) M.V, H.V and E.H.V. works shall be carried out by a Contractor or Sub-
Contractor prequalified and approved by the Qatar General Electricity & Water
Corporation (Electricity Networks Dept.). Proof of such approval shall be required in
writing prior to the Works commencing on site and the name of any Sub-Contractor to be
used shall be entered in Appendix D to Section D Tender Technical Deliverables when the
Tender is submitted. All cable jointers to be used on the Contract shall be required to
undertake and pass a trade test conducted by QGEWC (EN) at the Contractors expense.
3.03 Protection of Excavation
1. The Contractor shall comply with all requirements of the Traffic Police Department for
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/3 December 2011
Street Lighting Works Doha South
marking, lighting and protecting excavation. It is the responsibility of the Contractor
to ascertain the requirements of the Traffic Police Department and to comply fully
with these requirements. No additional payments will be authorised under any
circumstances for marking, lighting or protecting excavations.
2. Where carriageway works and road crossings are performed the Contractor shall
provide steel plates of sufficient size and quality to permit the safe passage of traffic
and the plates shall be so placed (and if necessary fixed) to permit reasonable traffic
flow.
3. All doorways, gates and entrances shall be kept clear with full access. Where
excavations impede pedestrian access crossing boards shall be provided. Crossing
boards shall be 1250 mm wide with a hand rail on both sides 1 metre height and
guard rails on both sides at vehicular access to premises etc. Ducts will not be
installed at entrances to premises except on the express instruction of the Engineer.
4. Materials excavated shall be placed so as to prevent nuisance or damage. Where
this is not possible, the material shall be removed from site and returned for
backfilling on completion of cable laying at the Contractor's expense. In cases where
the excavated material is not to be used for backfilling trenches it must be removed
from site on the same day as it is excavated. Surplus material shall only be disposed
of at Government approved sites. At the time of contract award the Contractor shall
contact the Ministry of Municipality & Urban Planning to ascertain the approved sites
and routes to them.
3.04 Inspection of Excavation and Cable Installation Works
1. QGEWC (EN) will require to carry out inspections at the following stages:-
a) Completion of excavations.
b) Completion of bedding of trench prior to cable installation.
c) Cable installation.
d) Completion of surround over cables and installation of cable tiles etc.
e) Upon completion of reinstatement.
2. The Contractor must not progress from one stage to the next of the above without the
approval of QGEWC (EN) and the Engineer. The Contractors shall be responsible for
arranging inspections by QGEWC (EN) to suit his programme of works.
3.05 Supply of Materials
1. Where materials are to be supplied by the Contractor, the following shall apply:-
a) Materials shall be ordered in accordance with the Specifications issued by
QGEWC (EN)
b) Specifications and the details of the proposed supplier shall be submitted to
QGEWC (EN) for approval prior to a firm order being placed.
c) On delivery of materials to Qatar, QGEWC (EN) inspectors shall be given the
opportunity to inspect the materials prior to their use.
3.06 Record Drawings
1. The Contractor shall keep accurate record drawings of the arrangement, positions
and details of all works constructed by him. These drawings will be of forms and to
scales approved by the Engineer's Representative, and shall be prepared as the work
proceeds in ink on transparent linen, or plastic film, or as modifications to QGEWC
(EN) existing records as decided by QGEWC (EN) and the Engineer.
2. As soon as each drawing has been completed, two dye-line prints shall be submitted
to the Engineer's Representative for approval.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/4 December 2011
Street Lighting Works Doha South
3. If the drawings or documents are not approved, one copy shall be returned to the
Contractor with marked indications of the alterations required. Upon final approval
one copy of the drawing or document shall be stamped "Approved" by the Engineer's
Representative and returned to the Contractor forthwith.
4. After such approval is given, the Contractor shall supply to the Engineer's
Representative two dye-line prints, the original drawing and two negatives of each,
one for the use of the Engineer and one for QGEWC (EN).
5. All record drawings shall be completed within 30 days of the commencement of the
Maintenance Period.
6. Record Drawings will show accurately:-
a) The positions and depth of all cables with measurements from kerb lines or
permanent structures and finished levels.
b) Section for multi-cable trenches with each cable identified.
c) Joint positions with measurements from kerb lines or permanent structures.
7. Diary sheets for work completed shall not be authorised until such records have been
presented to the Engineer and accepted.
8. The quality of these drawings shall be consistent with the current standard of
QGEWC (EN).
3.07 Programme of Work
1. The Contractor is responsible for all liaisons with QGEWC (EN) in respect of
programming the installation and commissioning of the complete electrical system.
He shall ensure that QGEWC (EN) are at all times kept informed of the current
progress of the Civil Works on site and that his approved electricity supply Sub-
Contractor programs the cable laying works in the specified sequence in accordance
with the approved programme.
3.08 11 KV Cables
1. The cables shall be paper insulated cables suitable for use on the QGEWC (EN)
11 KV system and shall be of the following type:-
3 core copper, standard, and sector shaped conductors. Paper insulated, of
the Mass Impregnated non-draining oil type.
Belted Insulation, without core screening.
Lead sheathed.
Steel Wire Armoured.
PVC Outer Serving.
2. Conductor sizes shall be as shown on the drawings and shall be plain, annealed
shaped standard copper. They shall comply with BS 6360: 1981.
3. Conductor screening shall be in accordance with BS 6480: 1969.
3.09 Medium & Low Voltage Cables
1. The cables shall be 4 core, 2 cores or single core paper insulated suitable for use
on the QGEWC (EN) M.V & L.V. System. 4 core and 2 core copper cables shall
be stranded, sector shaped conductors. Single core copper cables shall be
stranded, compacted circular conductors.
2. The general construction of all cable shall be of the following type:-
Paper Insulated of the Mass Impregnated Non-draining oil type.
Belted Insulation.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/5 December 2011
Street Lighting Works Doha South
Lead Insulation
Double Steel tape armoured (for 4 core and 2 core cables), PVC Outer
Serving.
3. Conductor size shall be as shown on the drawings and shall be plain, annealed
shaped stranded copper complying with BS 6360: 1981
3.10 General Requirements for 11 KV, M.V and L.V. Cables
1. Insulation shall be in accordance with BS 6480: 1969. It shall, in addition be
capable of sustaining a constant temperature in the adjoining conductors of 80C,
and short excursions under fault conditions to a maximum of 250C. These
temperature values shall apply to the insulation. This shall apply to both the core
and the belt papers. Core cables shall not be of the screened type. Laying up of
the cores shall be in accordance with BS 6480: 1969. The insulation shall be of
paper and impregnation shall be of the Mass Impregnated Non- Draining oil type.
2. The sheath shall be of lead alloy E to BS 801: 1953. Minimum thickness in
accordance with BS 6480: 1969.
3. Bedding over the sheath shall be of either extruded PVC, or compounded paper
and fibrous tapes. It shall be in compliance with BS 6480: 1969.
4. The armour shall comprise a single layer of galvanised steel wire which shall
comply with the requirements of BS 6480 and BS 1442.
5. The over sheath shall be of extruded black PVC. It shall have a performance at
least equivalent to Type TM 1, of BS 6746, Table 1.
3.11 Pilot Cables
1. Pilot cables shall be PVC insulated multi core cables to be used for:
a) Standard pilot wires protection schemes.
b) Telecommunication purposes.
2. Conductors shall be stranded copper, plain, annealed and in accordance with
BS 6360.
3. Core insulation shall be PVC complying with the requirements of BS 6746. It shall
be applied by and extrusion process and shall form a compact, homogeneous
body of uniform thickness. Insulation thickness shall be in compliance with BS
6346.
4. Core identification shall be by one of the following:-
a) Numbers printed on the core insulation.
b) Colour, 4 mm cores having colours Red, Yellow, Blue and Black.
5. Bedding shall be in compliance with BS 6346.
6. The cables shall have a single layer of galvanised steel wire armour of diameter
1.6 mm in accordance with BS 6346.
7. The over-sheath shall be of black PVC in compliance with BS 6746, Type 1
compound. It shall have minimum thickness of 1.7 mm and shall be in general
compliance with BS 6346.
3.12 Jointing 11 KV, M.V, L.V. and Pilot Cables
1. General
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/6 December 2011
Street Lighting Works Doha South
All jointing shall be carried out to the instructions of QGEWC (EN) and the
Engineer and only by approved jointers. All jointing shall be carried out in
accordance with the QGEWC (EN) Safety Rules.
All connections to lead sheaths shall be plumbed.
2. 11kV Terminations: These shall generally be of the heat shrinkable type using
compression connectors although occasionally compound filled terminations shall
be required. Generally crossed cores shall be avoided.
Straight Joints: Intermediate joints shall be joined in the easiest way
avoiding crossed cores.
Phasing Joints: Shall be made in accordance with the instructions of
QGEWC (EN) and the Engineer to obtain correct phasing. The joints shall be of
the bituminous filled type using sweated ferrules.
3. Pilot Cables:
These shall be jointed in accordance with the instructions of QGEWC (EN) and the
Engineer. The joints shall be resin filled type using compression connectors for
straight joints and mechanical glands for terminations.
4. 600/1000 Volt Cables
All jointing shall be on a colour to colour basis such that:
Core 1 - red phase Core 3 - blue phase
Core 2 - yellow phase Core 4 - neutral
For terminations Heat Shrinkable techniques and compression connectors shall be
used.
For straight joints Heat Shrinkable techniques of joints using bituminous compound
or resin shall be used at the discretion of QGEWC (EN) and the Engineer.
For tee or branch joints bituminous compound or resin shall be used at the
discretion of QGEWC (EN) and the Engineer. Mechanical or sweated connectors
shall be used as decided by QGEWC (EN) and the Engineer.
3.13 Spacing Between Cables
1. High Voltage
11,000 volt cables shall be laid with a horizontal spacing of 0.75 metre between
centres and a minimum distance of 0.15 metre from the trench wall.
Pilot cables shall be laid with a horizontal spacing of 0.14 metre from the
associated main cable. In the case of multiple cable trenches pilot cables will be
laid between the power cables.
2. Medium & Low Voltage
1000 volt main cables shall be laid with a horizontal spacing of 0.6 metre between
centres and with a minimum distance of 0.15 metre from the trench wall.
1000 volt service cable shall be laid with a horizontal spacing of 0.3 metre between
centres and minimum distance of 0.15 metre from the trench wall.
3. High Voltage and Medium Voltage Cables in Same Trench
Where 11,000 volt and 1,000 volt cables are laid in the same trench the spacing
between the 11,000 volt and 1,000 volt cables shall be .75 metre.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/7 December 2011
Street Lighting Works Doha South
4. Reduction of Spacing
Any reduction from the above spacing can only be permissible for lengths of 10
metres or less.
3.14 Trench Depth
1. High Voltage
For 11,000 volt cables the trench shall be 0.95 metre deep.
2. Medium Voltage
For 1,000V main cables the trench shall be 0.85 deep.
For 1,000V services cables the trench shall be 0.65 metre deep.
3. Arrangements for Trenches with High Voltage and Medium Voltage Cable
Where 11,000 volt and 1,000 volt cables are to be laid along the same route a
stepped trench shall be dug with the 1,000 volt cables laid inside i.e. away from the
road, the 11,000 volt cables.
3.15 Cable Tiles
1. The Contractor shall provide and install:
a) Concrete cable tiles over all 66 KV cables. The cable tiles shall be of the size and
form shown in the drawings.
Samples must be provided for approval by QGEWC (EN) and the Engineer, and
satisfy a test of impact strength in accordance with B.S/ 2484: 1985.
b) Cable tiles over all 11,000 volt cables manufactured from recycled polyethylene or
similar complying with the following requirements:-
Minimum thickness : 12 mm
Length : 1 metre
Width (minimum) : 24 mm
Tensile strength : 8.40 N/mm2
(B.S. 2782: 1976
Method 320 C)
c) The tiles shall be marked as specified. The cable tiles must be supplied complete
with any pins, pegs or other devices for jointing tiles together. Samples must be
supplied to QGEWC (EN) and the Engineer for approval prior to use.
3.16 Removal of Existing Cables
1. The Contractor shall liaise directly with QGEWC (EN) regarding the removal of
existing cables and shall not, under any circumstance, commence removal of
cables until QGEWC (EN) have verified such apparatus as being redundant.
Removal of cable shall only be carried out in the presence of a QGEWC (EN)
engineer.
2. The Contractor shall arrange uplift of empty cable drums from QGEWC (EN)
Stores and shall return all recovered cables neatly coiled on the drums provided.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/8 December 2011
Street Lighting Works Doha South
3.17 Ducts
1. Ducts are to be supplied by the Contractor. They shall be of the following type:
Material - High impact resistant PVC
Internal Diameter - 150 mm or 100mm as specified
Minimum wall thickness - 3.6 (for 150mm) or 2.4mm (for 100mm)
Samples must be provided for approval by the Engineer prior to use.
3.18 Quarry Scalping
1. It shall comprise of quarried limestone materials having particle sizes varying from
5 mm down to dust. There being a homogeneous mixture of all particle sizes.
2. The materials shall have specific mechanical and thermal resistive qualities as are
defined below:-
a) Thermal Resistivity
The material shall be subject to 90% compaction, using the optimum
amount of water. After subsequent drying, such that the water content does
not exceed 2% of the weight of the sample the thermal resistivity of the
material shall not exceed 2.0C M/Watt.
b) Mechanical Qualities
The material shall have mechanical qualities that meet the requirements of
the QCS2007 Roadworks Section.
3.19 Special Requirements
1. All notices to be given by the Contractor shall be in writing and delivered by hand.
2. The Contractor shall consult the Department's Engineer not less than one month
before it is proposed to commence work to ascertain whether any underground
installations will be affected by the proposed work, in which event the Contractor
shall make all necessary arrangements with the Department to safeguard the
installation.
3. The Contractor shall give at least one week's notice in writing to the Department's
Engineer of the dates upon which it is intended to operate plant or equipment or
carry out any work for which permission has been given in writing by the
Department's Engineer; such operations of work shall only be carried out in the
presence of the Department's Engineer unless notice shall have been obtained in
writing from the Department's Engineer that they do not require to be present.
4. The Department may require work to be executed on their installation during the
period of the Contract; the Contractor shall afford all facilities to the Department's
contractors or workmen until their diversion work is complete. The Contractor shall
co-ordinate the work of the Department and his own activities and when necessary
shall amend his programme of working to suit all requirements of the Department
in connection with their diversion work and shall keep the Engineer informed in
writing of all arrangements made.
5. The Contractor shall locate and mark with suitable posts all the Department's
underground installations that are within the area of the Works and shall ensure
that such markers are maintained in their correct positions at all times; the
Contractor shall advise the Department's Agent of any installation not found where
shown on the Drawings, or found but not shown or found damaged or
subsequently damaged.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/9 December 2011
Street Lighting Works Doha South
SECTION 4 - QATAR PETROLEUM
This section specifies the requirements for all QGPC Works.
4.01 QP Special Requirements
1. When working near existing QP Gas/Oil facilities the following conditions shall be
adhered to.
All notices to be given to the Contractor shall be in writing and delivered by hand.
2. A permit to work must be obtained for all work within fifteen (15) meters distance
from all boundaries of existing facilities. These permits can be obtained through
Engineering (Mesaieed) and twenty four (24) hour notice should be given to prevent
delays.
3. Mechanical/hydraulic rock breakers shall not be used within two (2) meters of QP
(Oil & Gas Operations) live gas/Oil/NGL pipelines.
4. Should jack hammers be required within two (2) meters of any buried pipelines and
between any pipelines running in the same easement all round pipe protection must
be provided before commencement.
5. Pilot holes to locate existing lines shall be dug by hand tools only before allowing
mechanical equipment to operate within five (5) meters of QP (Oil & Gas
Operations) live gas/oil/NGL pipelines
6. Prior to exposure of any live pipeline the Contractor shall erect a suitable and
substantial barrier to prevent any damage to QP (Oil & Gas Operations) pipelines.
This is particularly important where there are heavy vehicles in the vicinity and the
possibility that removal of the bund for trenching operations opens up an illegal
vehicle crossing.
When backfilling an exposed section of pipeline, naturally occurring soft dune sand
shall be used and the pipeline shall be covered and re-bedded all round with
150mm minimum of sand. The remaining height of the bund will be made up of
selected desert fill with particle size not exceeding 150mm free organic material.
QP (Oil & Gas Operations) Engineer shall witness the backfill work, particularly the
soft sand bedding operation.
7. When trenching between pipelines in the same easement, vehicle access between
the pipelines must be maintained.
8. The maximum length of exposed unsupported pipeline must not exceed seven (7)
metres. When it exceeds five (5) meters, a central substantial wooden support shall
be installed with a minimum 10 mm thick rubber shoe contacting the pipe.
9. When the bund is removed from any existing line its buried route shall be clearly
indicated by pegs and warning signs.
10. Any damage to the pipe external protecting wrapping caused by the Contractor will
be repaired in strict accordance with QP (Oil & Gas Operations) procedure at the
Contractors cost.
11. Provision of a permit-to-work by QP (Oil & Gas Operations) does not release the
Contractor from obligation of obtaining relevant permits to expose or work near
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/10 December 2011
Street Lighting Works Doha South
utilities/facilities not under QP (Oil & Gas Operations) area of responsibility.
Examples - QGEWC, Q-Tel etc.
12. CONTACT LIST TEL. NO. BLEEP NO.
CONTROL
Head of Maint. (Oil & Gas Export) 92042 (436669)
Head of Gas Distribution 774243 92057 (343232)
Gas Distribution Supervision (Doha) 774389
Gas Distribution Supervision (Mesaieed)774356
Gas Distribution Control Room-Normal 774274
Emergency 774888
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/11 December 2011
Street Lighting Works Doha South
SECTION 5 - STREET LIGHTING WORKS
PART I
GENERAL
5.1 Introduction
All of the works associated with the street lighting installation shall be carried out in
accordance with the QCS 2007, CIE, latest BSEN, IEC specifications and "Regulations for
the Lighting of Roads for Motorised Traffic" and the latest specifications issued by the
Roads operation and Maintenance Department Street Lighting Division. Contractors are
deemed to be in possession of these regulations and the latest specifications.
5.2 Foreword
The above Installation Specifications are a broad outline of the nature the various
installations to be constructed. They do not provide detailed information on every aspect
of the works. Tenderers not already acquainted with the Engineers System may if they
wish, request in writing for on-site visit to familiarize themselves with any specific details.
No variations will be permitted on the nature of any part of the works, arising out of the
Contractor's misunderstanding of it. For installation works, Contractor should follow
standard procedure recommended by the manufacturer & agreed by the Engineers
Engineer.
5.3 Scope
All the works to be carried out under this Contract shall comply with the following
Installation and Maintenance specification, attached hereto:
a) The Specification for Installation of Cables, Joints and Terminations of Street Lighting
Systems.
b) The Specification for the Installation of Street Lighting Columns.
c) The specification for the installation of Street Lighting Feeder Pillar.
d) The specification for Maintenance of existing street lighting system
5.4 Scope of Work
Works related to the Street Lighting provided for in this specification shall include the
supply, installation, testing, commissioning of street lighting system, putting into
satisfactory operation any or all of the following system as required by the project
drawings and maintenance of the existing street lighting system. The works are to be
carried out throughout Qatar.
5.4.1 Installation, testing, commissioning of street lighting system
a) Street Lighting (L.V./M.V) Cables, cable joints and road crossing ducts
b) Street Lighting Feeder Pillar and components
c) Lighting Installations Conventional type, high mast and decorative
d) Columns & components, luminaires and lamps
e) Earthing
f) Installation Testing
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/12 December 2011
Street Lighting Works Doha South
g) Equipment data
5.4.2 Maintenance of existing street lighting system
i. Emergency Maintenance
ii. Removal/ shifting /Replacement of columns, decorative columns & high mast
including components or only luminaries and lamps.
iii. Removal/ shifting /Replacement feeder pillar and/ or its components
iv. Testing, detection and rectification of underground cable faults
5.4.3 Periodic Maintenance
i. Mass replacement of lamps
ii. Mass cleaning of Luminaires
5.4.4 Special Maintenance
i. Shifting of columns, decorative columns & high mast including components
ii. Shifting of Feeder Pillar and components
The detailed information of various works involved is as illustrated in the Section G - Bill of
Quantities. The equipment supplied shall include all necessary items for a complete
installation, which will give satisfactory operation not withstanding errors and omission.
The equipment listed in the documents is, therefore, indicative and not limitative.
5.5 Technical Requirements
All works carried out shall be in accordance with the requirements of these specifications
so that their true meaning and intent are fulfilled. Minor deviations from the drawings may
be made to accomplish this but no change shall be made without written approval of the
Roads Operation and Maintenance Department - Street Lighting Division.
Regulations and Standards: All electrical works shall comply with the Qatar wiring
regulation, QGWEC/ KAHRAMAA regulations & standards, Qatar Construction
Specification, relevant standards and specification issued by the appropriate authorities in
the State of Qatar and the requirements of Roads Operation & Maintenance Department -
Street Lighting Division.
All equipment and materials supplied for the project shall be manufactured in compliance
with the latest standard of BSEN, IEC or equivalent and here in after referred to as
Standards. Acceptance tests shall conform to the above-mentioned Regulations and
Standards.
5.6 Approved Contractors
All Street Lighting works shall be carried out by a Contractor or Sub-Contractor approved
by Roads Operation and Maintenance Department, Street Lighting Division, Proof of such
approval shall be required in writing prior to the works commencing on site and the name
of any Sub-Contractor to be used shall be entered in Appendix D of Section D Tender
Technical Deliverables when the Tender is submitted.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/13 December 2011
Street Lighting Works Doha South
5.7 PLANT AND STAFF
5.7.1 PROJECT MANAGEMENT STAFF
Tenderers must, at the time of Tender present details of Senior Project Management and
Site Supervisory Staff so that their competence can be assessed. It is accepted that the
staff actually employed may not be those originally proposed but the actual staff must be
of at least the same level of competency. All the staff mentioned in the tender will be
physically examined. Tenders will be rejected where the quality and/or quantity of
Supervisory Staff do not meet the requirements of the Engineer.
5.7.2 TECHNICAL STAFF
All Technical staff shall be adequately skilled and experienced in the specific trades for
which they will be employed in the contract. All such staff that would be required to receive
Safety Documentation from the Engineer must have adequate knowledge of spoken and
written English.
5.7.3 APPROVAL OF STAFF
5.7.3.1APPROVAL OF PROJECT MANAGEMENT
All Project Managers and Site Supervisor Staff directly associated with construction
activities will have to be present for interview with the Engineer after the award of Contract
but before any activities commence. The Engineer reserves the right to insist upon
replacement of any staff not considered competent.
The approval of the Engineer to the Contractors staff does not release the contractor from
its responsibilities in accordance with the contract.
5.7.3.2APPROVAL OF STREET LIGHTING TECHNICIANS
All Street Lighting Technicians to be used on the contract will be checked physically
before the award of the contract and required to undertake and pass a trade test
conducted by PWA/Ashghal at no cost to the Engineer.
5.7.4 AVAILABILITY OF PLANT AND STAFF
Tenderers must complete the attached Schedule of plant in Appendix B of Section D
Tender Technical Deliverables indicating the plant which will be made available for the
Contract. Tenderers must appreciate that some of the excavation will have to be carried
out by hand with the assistance of compressors and jackhammers and adequate numbers
must be available for the contract.
The tenderers must display the ownership and/or access to the minimum plant
requirements for the exclusive use of this contract.
a) S/L Column delivery vehicles with 8 metre long trailer = 4
b) Wheel Loaders or Sand Shovels = 2
c) Compressors each equipped with 2 Jackhammers = 4
d) Cable Winches = 2
e) Cable Drum Trailers = 2
f) Sand Delivery Lorries with a Capacity to carry
15 Cubic Meters of sand/Quarry Scalping = 2
g) 40 Ton Crane with 35 metre extension = 1
h) Lorry with 5 Ton Lift Arm = 2
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/14 December 2011
Street Lighting Works Doha South
i) Tower Wagon reachable up to 16 metre high column = 2
Tenderers must also display minimum staff availability as follows:-
j) Excavation and Cable Laying Labourers = 15
k) Electrical Technicians including cable jointers = 35
l) Street Lighting Column Erection Staff = 20
Tenderers will realize that other items of plant, equipment, transport and supervisors will
obviously be required and full listing should be made in the appropriate appendices.
In addition to the above, contractor should have sufficient number of vehicles for
transportation of labourers/patrolling etc. Details of the same should be provided by
contractor. The quantity mentioned above is the minimum requirement, which may have to
be increased in the event of requirement, as per the recommendation of Engineer.
5.8 SUPPLY OF MATERIALS
5.8.1 By the Contractor
Materials can only be disposed as scrap on the written authority of the Engineer. The
Contractor shall be responsible for the safe keeping of all materials acquired by him. The
Engineer will not consider any claim for the time in the event of non-availability of any item
of material. All materials supplied by the Contractor must be in strict accordance with the
Specification of the Engineer.
A list of the Specifications for all items is included with the Contract. It is the responsibility
of the Contractor to ensure that the list of Specifications is sufficiently complete for the
materials required for the works. The absence of a Specification for a particular item of
material may not permit the Contractor to purchase such materials, unless this has been
agreed with the Engineer. The Contractor may not place orders for materials until the
items concerned, and the quantities have been agreed with the Engineer.
The Contractor is also required to supply: -
a) All PVC ducts.
b) All tools, dies, instruments and equipment for his own use.
c) All sub-grade and sub-base material that the Contractor shall collect from
approved sites.
d) All consumable materials i.e. bonded rag, PVC tape etc.
e) All reinstatement materials i.e. tarmac, deserts fill.
f) All Marker Tape
g) All concrete as required by relevant Specifications.
5.8.2 MATERIAL SUPPLIERS
Certain materials may be purchased only from manufacturers who have pre-qualified by
the Engineer for the supply of such materials, having been tried for reliability in the
system.
Certain manufacturers may be excluded from providing materials for use in Qatar either to
the Engineer, or in respect of any Contractor employed by the Engineer, or any other
organization installing equipment which may be inherited by the Engineer, or connected to
the Employees system, during the tenure of the contract.
The issue of Pre-qualification is on-going. At any time new pre-qualifications may be
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/15 December 2011
Street Lighting Works Doha South
issued for materials not previously subject, or manufacturers added to, or deleted from
existing lists. The current lists of pre-qualified items and the lists of pre-qualified
manufacturers are included with this Contract.
The Engineer reserves the right to amend the lists, or include new lists up to the time of
award of Contract.
The Engineer reserves the right to exclude any particular manufacturer or to refuse to
accept materials from any manufacturer throughout the period of the Contract, provided
that there is a clear case of mal-practice by the said manufacturer.
5.8.3 APPROVAL TO PURCHASE MATERIALS
No materials shall be purchased without the written agreement of the Engineer.
The Contractor shall refer to the Engineer the manufacturers technical submission and
the schedule of delivery. This shall apply, in the first instance in respect of the
manufacturer whose submission is preferred by the Contractor.
In the event that the Engineer refuses to approve this submission, further submissions
may be made.
The Engineer reserves the right to refuse approval if not satisfied with the technical
submission.
The Engineer may also refuse approval if, in his opinion the manufacturers delivery
schedule is such that it may appreciably delay the Contract.
5.8.3.1 Approval Procedure
The Contractor shall not order any equipment before the approval of the Engineer in
writing. Approval procedure shall be as follows: -
a) Contractor submits his proposal to the Engineer in triplicate. This submission shall be
comprehensive and clearly state any manufacturers deviations from the specification.
Manufacturers literature with the submission shall be original and not photocopies.
b) The submission shall be reviewed by the Engineer.
c) After addressing the Engineer comments, the submission shall be submitted to Roads
Operation and Maintenance Department - PWA/Ashghal to obtain the approval.
Approval shall be transmitted to Contractor in writing.
All submissions shall give clear, detailed characteristics of the equipment proposed,
together with calculations where necessary including catalogue identification reference.
Documents shall be in English and Arabic languages.
Public Works Authority approving authority reserve the right to direct the contractor to
provide equipment of a make and type which is essential to achieve the designed criteria.
The Contractor shall at his own expense, present the samples to the Roads Operation
and Maintenance Department of Asset Management Affairs each type of equipment to be
used, complete with its auxiliaries which shall exactly conform to the specification.
Column with auxiliaries will get inspected on the project sites. The samples should only
be submitted after approval of their technical characteristics.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/16 December 2011
Street Lighting Works Doha South
Approval of samples by PWA/Ashghal, does not in any way relieve the Contractor of his
contractual obligation in respect of the suitability of the equipment or its final performance
once installed, and the co-ordination of the elements into a fully operational installation.
After receiving the equipment, the Contractor shall arrange to get examined and approved
all the equipment by PWA/Ashghal before installation.
5.8.4 INSPECTION OF MATERIALS
Materials, including capital plant, purchased by the Contractor remain his property until
they are handed over to the ownership of the Engineer. The Contractor is responsible for
collecting imported material and delivering it to his Stores. This responsibility shall include
the preparation of all documentation and payment of all dues required releasing the
material into his possession.
The received material shall be jointly inspected by the Contractor and the Engineer before
being released from the Contractors Stores, and handed over to the Engineer. The
Engineer shall direct the Contractor to make delivery of the approved materials either to
the Govt. Stores or to the site as required in each instance.
The Contractor shall render all reasonable assistance to the Engineer concerning the
inspection of the materials.
The Engineer reserves the right to refuse approval of the materials in the event that:
a) It originates from a manufacturer not previously approved.
b) It originates from a country not previously approved
c) It does not comply with the Engineers Specification.
d) It is defective.
Approval by the Engineer following inspection does not relieve the Contractor of his
obligations in this Contract to ensure that all materials are satisfactory, are in compliance
with the Engineers Specification, and are free from defects.
5.8.5 STORAGE OF MATERIALS
All materials acquired by the Contractor for the works shall be kept in suitable Stores
belonging to him. These shall be defined as:
5.8.5.1 For Cable drums, a level area free from materials such as stones, this could abrade and
damage the materials. The whole area shall be surrounded by an adequate security
fence with restricted personnel access.
5.8.5.2 For all other materials, such as 3c Flexible cable, Luminaires, control gear components,
lamps, Anchor Bolts, Distribution Boards, Feeder Pillars, Joints consumables, Marker
Tape, Cable Glands and street lighting Cut-outs, a building with suitable storage facilities
comprising racks, shelves and bins, where the materials can be protected from direct
sunlight, wind blown debris and rain shall be provided. The building shall be secure, with
restricted personnel access. Resin materials for joints and other sensitive materials shall
be stored at a humidity and temperature not higher than that recommended by the
manufacturer and not such that it may significantly affect the life of the material.
5.8.5.3 Street Lighting Columns may be stored outside, but in the secure area, by means of
suitable wooden supports, in such a manner that the column is not in contact with the
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/17 December 2011
Street Lighting Works Doha South
ground such that no damage occurs. The columns should be covered with plastic or other
material.
5.8.5.4 Cement shall be stored clear of the ground and shall be kept dry at all times during
storage.
5.8.5.5 The Contractor shall employ a Storekeeper who will, at all times maintain an up to date
inventory of all materials belonging to the Engineer and the Contractor, and record details
of usage.
The Engineer shall have access to the Stores at all times within normal working hours and
reserves the right to reject materials which have been stores in manner likely to result in
damage or deterioration of the materials.
The Contractor shall be wholly liable for replacement of damaged or deteriorated material
and no claims in respect of loss of time due to non-availability of such materials will be
considered.
5.8.6 DISPOSAL OF SURPLUS MATERIALS
All surplus materials shall be cleared from site and disposed of, by and at the expense of
the Contractor. All formal procedures lay down by the Municipality, Roads Operation and
Maintenance Department, Engineer and such other parties as may be involved shall be
complied with in full.
All surplus materials and spoil shall be removed from the site within seven days of the
backfilling except where spoil impedes vehicular or pedestrian thoroughfares in which
case surplus spoil shall be removed from site as soon as possible but in no circumstances
in a period longer than 48 hours.
All surplus materials and spoil from site shall be cleaned from site and used to backfill a
designated area in Abu Hamour, or other sites nominated, by the Public Works Authority.
In case where ground water is encountered the Contractor shall be wholly responsible for
the removal and disposal of the water including the provision of pumps, tankers and any
other equipment necessary. Water shall not be disposed of into any drains, sewers or
onto any land or property without the approval of the owners.
In the event of Contractors non-compliance with this Clause a penalty of QR. 200/- per
day will be imposed. The Engineer is entitled to have such clearance carried out by others
and to deduct such costs from any monies due or which may become due to the
Contractor. All usable surplus materials to be handed over to MD Store immediately
after completion of works or can be transferred to contractors stores as per Engineers
instruction after proper records.
5.8.7 PROGRAMME OF WORKS
The Tenderer shall submit his proposed program of works based on the total quantities
mentioned in the tender .The programme of work should be done through existing project
planner like PRIMAVERA or equivalent showing successor and predecessor the cost of
such provision should be inclusive and part of street lighting works as described in Section
E Part 3 Programme Requirements.
After the successful award of the contract the contractor has to submit programme of
work for each Work Order issued specifying clearly start and finish date within three
working days. The contractor should complete the works as specified in the programme
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/18 December 2011
Street Lighting Works Doha South
approved by the Engineer. For each Work Order, a penalty will be imposed according to
contract clause 47(1) as per the amount displayed on Appendix A of Form of Tender, if
the contractor fails to complete the works on time.
5.8.8 REMOVAL OF EXISTING HIGHMASTS, COLUMNS, LUMINAIRES & COMPONENTS
5.8.8.1 Existing high masts, columns, luminaire, feeder pillar and components shall be removed
under supervision of Street Lighting. Existing cables shall be disconnected and insulated
and covered to the satisfaction of Street Lighting prior to removal of the columns.
5.8.8.2 All lamps, luminaries and fittings shall be removed before excavating around the column.
The columns shall be supported by tie ropes at all times.
5.8.8.3 The Contractor shall carefully excavate existing material from around the column base,
including concrete.
5.8.8.4 The columns shall be lifted from the foundation by means of a crane approved by Street
Lighting. The foundation shall be removed/ broken as required and backfilled with suitable
approved material.
5.8.8.5 All columns, cables, lamps and luminaries to be removed under the Contract shall remain
the property of Street Lighting. Such items are to be delivered to PWA/Ashghal Stores.
Proof of delivery should be obtained by a signed receipt from PWA/Ashghal Stores
witnessed by the Engineer. The contractor is responsible to remove and transfer to
PWA/Ashghal stores the materials in good condition. The contractor should pay the cost
for each item if any damage caused to street lighting materials during removal or
transportation.
5.9 AS-BUILT DRAWINGS
5.9.1 Within thirty days from the date of completion of the whole works or within one week for
the each Work Order consist of new installation, maintenance and modification works.
The Contractor shall provide fully detailed "as-built" Drawings in respect of all sections of
work completed together with relevant operating and maintenance instructions. The
Drawings shall:-
a. Fully indicate with accurate dimensions the sizes, types and position of equipment,
cables, ducts, joints, feeder pillars etc., with particular regard for the need to
accurately locate buried cables after completion.
b. Show the circuit arrangements for the Street Lighting.
c. Show full details, ratings and duty of each item of equipment.
d. Include any other relevant information.
5.9.2 The Contractor shall submit, within the time stated above, two copies of the Record
Drawings for the approval of the Engineer. Upon and after receipt of such approval the
Contractor shall provide one set of reproducible transparent negative Drawings, and two
sets of prints on paper along with soft copy to the Engineer for his retention.
5.9.3 In addition to the foregoing, the Contractor shall provide in each distribution unit (Street
Lighting Feeder Pillar (SLFP)) a good quality print on paper showing the street lighting
distribution line diagram and street lighting Layout plan for the particular SLFP. These
prints shall be mounted on the inside of the door of each distribution unit (SLFP) and shall
be laminated to prevent undue deterioration.
5.9.4 In order to achieve accurate Record Drawings all relevant information relating to the
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/19 December 2011
Street Lighting Works Doha South
works shall be entered on to Drawings kept for the purpose immediately the work has
been carried out. The marked prints shall be available for inspection at the Contractor's
site office at any reasonable time during the progress of the Works.
5.9.5 The Contractor shall submit an Asset list showing list of assets added into the system
(including removal and replacement) in standard format agreed upon and approved by
the Engineer and PWA/Ashghal.
5.9.6 The contractor shall update the drawings in soft copy of the existing street lighting system
available with the PWA/Ashghal incorporating new installation and modifications
(including removal) carried out by the contractor.
5.10 TESTING AND COMMISSIONING ON SITE
5.10.1 In addition to the requirements of the Conditions of Contract all testing and commissioning
shall be carried out according to the requirements of the relevant BS., CP., IEE., IEC,CIE
Regulations, or other standards and regulations as may be stated or implied in this
Specification.
5.10.2 Each completed system with the installation shall be tested as a whole under operating
conditions to ensure that each component functions correctly in conjunction with the rest
of the installation.
5.10.3 The Contractor shall afford access at all times to the Ashghal and Electricity Networks
Department to enable them to inspect work during and after erection and to be present at
all tests.
5.10.4 Lighting measurements shall be carried out at site as per CIE standards and regulations
to conform with the lighting level requirement for Expressways, Main roads, service roads
etc. as specified herein of this specification.
5.11 STORAGE OF PLANT AND EQUIPMENT
5.11.1 All plant and equipment shall be stored off the ground under weatherproof cover ready for
incorporation in the works. All electrical apparatus shall be examined and cleaned before
installation. All open conduit ends shall be fitted with plastic caps or suitable protective
covering to prevent the ingress of foreign matter. All drums with cables shall be protected
from direct sunlight.
5.12 SPECIAL REQUIREMENTS
5.12.1 All notices to be given by the Contractor shall be in writing and delivered by hand.
5.12.2 The Contractor shall consult the Department's Engineer not less than one month before it
is proposed to commence work to ascertain whether any underground installations will be
affected by the proposed work, in which event the Contractor shall make all necessary
arrangements with the Department to safeguard the installation.
5.12.3 The Contractor shall give at least one week's notice in writing to the Department's
Engineer of the dates upon which it is intended to operate plant or equipment or carry out
any work for which permission has been given in writing by the Department's Engineer;
such operations of work shall only be carried out in the presence of the Department's
Engineer unless notice shall have been in writing from the Department's Engineer that
they do not require to be present.

TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/20 December 2011
Street Lighting Works Doha South
5.12.4 The Department may require work to be executed on their installation during the period of
the Contract; the Contractor shall afford all facilities to the Department's contractors or
workmen until their diversion work is complete. The Contractor shall co-ordinate the work
of the Department and his own activities and when necessary shall amend his programme
of working to suit all requirements of the Department in connection with their diversion
work and shall keep the Engineer informed of all arrangements made.
5.12.5 The Contractor shall locate and mark with suitable posts all the Department's
underground installations that are within the area of the Works and shall ensure that such
markers are maintained in their correct positions at all times; the Contractor shall advise
the Department's Agent of any installation not found where shown on the Drawings, or
found but not shown or found damaged or subsequently damaged.
Note; The contractor should execute and complete cable faults and other street lighting
works anywhere in the state of Qatar, as per instruction from the Engineer. The
cable fault may be single and require 1 meter of cable. PWA/Ashghal have a limited
number of as built drawing and will be provided in case the fault occurs within the
area of drawings available and the contractor should make their own copy for their
reference. In case where the fault has occurred and PWA/Ashghal have no AS
BUILT drawings, then the contractor has to trace the cable by using cable tracing /
testing equipment / make trail holes if required and locate the cable fault. The
contractor should include all the above in his rate in the Bill Of Quantities.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/21 December 2011
Street Lighting Works Doha South
PUBLIC WORKS AUTHORITY- ASSETAFFAIRS
ROADS OPERATION AND MAINTENANCE DEPARTMENT
STATE OF QATAR
Installation of Street Lighting System & Decorative Type Columns
PART II
INSTALLATION AND MAINTENANCE SPECIFICATIONS
LIST OF CONTENTS
1.
THE SPECIFICATION FOR INSTALLATION OF CABLES, JOINTS AND
TERMINATIONS OF STREET LIGHTING SYSTEMS
2.
THE SPECIFICATION FOR THE INSTALLATION OF STREET LIGHTING
COLUMNS
3.
THE SPECIFICATION FOR THE INSTALLATION OF STREET LIGHTING FEEDER
PILLAR
4.
THE SPECIFICATION FOR MAINTENANCE OF EXISTING STREET LIGHTING
SYSTEM
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/22 December 2011
Street Lighting Works Doha South
PUBLIC WORKS AUTHORITY- ASSETAFFAIRS
ROADS OPERATION AND MAINTENANCE DEPARTMENT
STATE OF QATAR
1. SPECIFICATION FOR THE INSTALLATION OF CABLES, JOINTS AND TERMINATIONS
OF STREET LIGHTING SYSTEMS
SCOPE
The scope of this Specification covers the Code of Practice for the Installation of Street
Lighting Underground Cables and Associated Joints and Terminations.
1.1 CABLE INSTALLATION
The Trench shall be excavated 60 cm deep x 50 cm wide as shown in the Street Lighting
Drawings enclosed. For street lighting cables hand pulling may be used except in cases of
long lengths where the Engineer may decide a Winch shall be used. Where a Winch is
used then a swivel shackle and cable stocking must be used. The winch shall have a
maximum pulling tension of 2.0 ton. Cable Rollers, Corner Rollers and Skid Plates of
types approved by the Engineer shall be used and placed at a maximum spacing of 1.5
metre and at more frequent intervals if so directed by the Engineer. When installing the
main cable the cable drum shall be mounted vertically on a suitable drum trailer or on
drum jacks and spindle. Attendance at the drum to prevent slackening of the turns during
the pulling of the cable is absolutely essential. A ramp shall be placed in front of the
drum for cable pulling. The ramp shall have a minimum height of 1500 mm and a
minimum width of 1000 mm. A slope not greater than 30 degrees to the horizontal is
required as the cable is paid off the drum on to the ramp. Cable shall be pulled from the
top of the drum. Where Cable Trailers are fitted with a ramp detail shall be supplied to
the Engineer for his approval prior to use.
1.1.1 Cutting and capping of Cables
Where part of a drum of cable is installed the cable shall be cut and both cut ends
capped with an approved cap (usually Heat Shrinkable).
1.1.2 Covering of Cables
All cables shall be covered with quarried limestone or dune sand on the same day
they are laid, similarly for joints on the day they are completed. In addition to cable
bedding, the quarried limestone scalping or dune sand may be used as sub grade
and or sub base.

The Contractor may also be required to supply and install cementation material as
a duct surround, sub grade and or sub base. The cementation material shall be
an all in aggregate complying with QCS 2007 with an all in aggregate to cement
ratio of 10:1 and this shall be installed in semi dry manner.
The engineer will instruct the Contractor in the selection of materials to be used
on each specific project.
Where quarried limestone is used it must comply with the following specification:
a) This material is to be used for providing bedding and blinding (Over-cover)
for Street Lighting cables in trenches excavated in the natural ground. It is
to be used in substitution for dune sand as it appears in other Specifications
for Cable Installation.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/23 December 2011
Street Lighting Works Doha South
b) It shall comprise of quarried limestone materials having particle sizes that
vary from 5 mm down to dust. There being a homogeneous mixture of all
particle sizes.
c) The materials shall have specific mechanical and thermal resistive qualities
are as defined below: -
i. Thermal Resistivity
The material shall be subject to 90% compaction, using the optimum
amount of water. After subsequent drying, such that the water content
does not exceed 2% of the weight of the sample the thermal resistivity of
the material shall not exceed 2.0 C M/Watt
ii. Mechanical Qualities
The material shall have mechanical qualities that meet the
requirements of the Qatar National Construction Standards QCS 2007,
Road Works Section, current edition as published by the QGOSM.
iii. Tests:
Tests will be made by the Material Testing Laboratory of the Public
Works Authority, situated at Abu Hamour or a RD. approved Laboratory.
The tests will be made on samples submitted during the course of the
contract, the samples being supplied by the Contractor at the
contractor's expense.
1.1.3 SPACING BETWEEN CABLES
Street Lighting cables shall be laid with a horizontal spacing of 0.3 metre between
centres and with a minimum distance of 0.15 metre from the trench wall.
a) High Voltage and Medium Voltage/ Low voltage Cables in same Trench
Where Street lighting cables are to be laid adjacent to 11000 volt and 1000 volt
cables the spacing between the Street lighting cables and 11000 volt and 1000
volt cables shall be 0.75 metre.
b) Reduction of Spacing
Any reduction from the above spacing can only be permissible for lengths of 10
metres or less.

1.1.4 PROTECTION OF UNDER GROUND CABLES

Before the street lighting cable is installed a bed of 150 mm depth after compaction of
dune sand or quarried limestone is placed in the trench.
After the cable is installed 150 mm depth after compaction of dune sand quarried
limestone is placed in the trench, over which the Marker Tape will be installed.
1.1.5 BACKFILLING AND REINSTATEMENT
All trenches shall be back-filled, compacted and reinstated in accordance with the
requirements of the Roads Department. This is illustrated in the enclosed drawings.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/24 December 2011
Street Lighting Works Doha South
Typical case illustrations are shown with the tender documents. Tenderers must be
aware that excavated material may only be used as desert fill, backfill where stones
and rocks larger than 50 mm across have been removed from the proposed backfill
material.
Where the engineer condemns the excavated material as being unsuitable for backfill
then the contractor shall import desert fill from a Roads Department approved
location, and install as required.

All reinstatement shall be carried out in accordance with the appropriate S. L drawings.
In the case of marble floor tiles the contractor shall proceed as follows:
a) Excavate any back-filled material and remove from site to tip.
b) Trim, water and compact formation of sub-base to finished profile of sub grade
already installed.
c) Prepare and lay 100 mm thick layer of blinding concrete i.e. 1:5:3 of sulphate
resisting concrete 350 Kg/m3, washed sand and 12 mm aggregates.
d) Prepare and lay 20 mm screed i.e. 1:3 of sulphate resistant cement and washed
sand.
e) Lay approved quality CARRARA marble floor tiles 20mm thick in size and
colour as found on site.
f) Point edges with white cement in line and level to the existing.
1.1.6 COMPACTION
Where the trench is to be completed with reinstatement of either tarmac or paving
slabs then no excavated spoil may be used as part of the sub-grade or sub base.
Where the trench is excavated within a highway reservation, which includes the
central reservation and also the unmade verge, then the full requirements for
compaction and material quality as specified in the Code of Practice and
Specification for Road Openings issued in January 2011 shall apply.
This states a compaction requirement of 95% maximum dry density at the top of the
cable bedding and surround through to the top of sub-grade. Through the sub base,
a 100% maximum dry density is necessary.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/25 December 2011
Street Lighting Works Doha South
1.1.8 PROTECTION OF EXCAVATIONS
The Contractor shall comply with all requirements of the "Traffic Control at Roadwork"
as issued by the Roads Department for marking, lighting and protection of
excavations.
It is the responsibility of the Contractor to ascertain the requirements of the Traffic
Police Department and to comply fully with these requirements. No additional
payments will be authorized under any circumstances for the marking, lighting or
protecting of excavations.
Where carriageway works and road crossings are performed the Contractor shall
provide steel plates of sufficient size and quality to permit the safe passage of Traffic
and the plates shall be so placed (and if necessary fixed) to permit reasonable traffic
flow.
All doorways, gates and entrances shall be kept clear with full access. Where
excavations impede pedestrian access crossing boards shall be provided. Crossing
boards shall be 1250 mm wide with a handrail on both sides at 1 metre height and
guard rails on both sides at 0.5 metre height. Steel plates shall be used to allow
vehicular access to premises etc. Ducts will not be installed at entrances to premises
except on the express instructions of the Engineer.
Materials excavated shall be placed so as to prevent nuisance or damage. Where
this is not possible, the material shall be removed from site and returned for backfilling
on completion of cable laying at the Contractor's expense. In cases where the
excavated material is not to be used for backfilling trenches it must be removed from
site on the same day as it is excavated. Surplus materials shall only be disposed of at
Government approved sites e.g. Ministry Of Municipality & Urban Planning site at Abu
Hamour. At the time of contract award the Contractor shall contact the Ministry of
Municipality & Urban Planning and the Public Works Authority to ascertain other
approved sites from them.
1.1.9 SITE CLEANLINESS
a. Empty cable drums shall be either
i) Scrapped by the Contractor, or
ii) Returned to the Contractors stores. In either case all drums shall be
removed from site immediately on completion of cable laying.
b. On completion of jointing works all surplus materials shall be removed from
site by the Contractor and either
i) In the case of Capital equipment is returned to the Contractors Stores.
ii) In the case of insulation, armouring, compound tins etc., be scrapped
by the Contractor.
1.1.10 ROAD CROSSING
Road crossings shall be installed as per street lighting divisions requirement except
where specific instructions are given by the Engineer.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/26 December 2011
Street Lighting Works Doha South
1.1.11 SPECIFICATION OF STREET LIGHTING CABLES
a) 10/16/25/35 sq.mm x 4 core XLPE/SWA/PVC Cable of stranded copper conductor
600/1000V A.C.
Cable must be low-tension 600/1000V multi core stranded copper conductors. Insulated
with XLPE, core laid-up, extruded PVC bedded, steel wire armoured and PVC sheathed
overall - underground cable to BS 5467:2008 or equivalent.
The cable must be able to withstand vigorous climatic conditions of ambient temperature
up to 50
o
C. (The temperature can be accompanied by a relative humidity of up to 100% at
30
o
C).
The cable will buried in sand and laid partly in duct at a depth of 600mm. Ground
temperature varies from 35/40
o
C in summer to 8/12
o
C in winter. Cable drums may be
stored in the open for up to 1 year and will be exposed to direct sunlight. Therefore,
cables must be so designed as to withstand these conditions without deterioration of the
electrical and mechanical properties.
Conductors: High conductivity stranded copper - shaped conductors complying with BS:
6360:1981 (or equivalent) with XLPE Insulation.
Bedding: Extruded layer of PVC compound.
Colour of core identification: Red, Yellow, Blue & Black
Armouring: Single layer of galvanized steel wire
Finish (over sheath): Extruded black PVC over sheath which conform to BS: 6746 (type
9). The external surface to be embossed with the voltage designation, cable type & size,
year of manufacture, manufacturers name and property of PWA/Ashghal
Packing:
Sealed wooden cable drums with name plate stating Manufacturers name, country of
origin, Manufactures serial number, Cable type and size and Length of cable per drum.
b) Specification for 6sq.mm x 3 core XLPE SWA PVC Cable of stranded copper
conductor 600/1000V A.C.
Cable must be low-tension 600/1000V multi core stranded copper conductors. Insulated
with XLPE, core laid-up, extruded PVC bedded, steel wire armoured and PVC sheathed
overall - underground cable to BS 5467:1977 or equivalent.
The cable must be able to withstand vigorous climatic conditions of ambient temperature
up to 50
o
C. (The temperature can be accompanied by a relative humidity of up to 100% at
30
o
C).
The cable will buried in sand and laid partly in duct at a depth of 600mm. Ground
temperature varies from 35/40
o
C in summer to 8/12
o
C in winter. Cable drums may be
stored in the open for up to 1 year and will be exposed to direct sunlight. Therefore,
cables must be so designed as to withstand these conditions without deterioration of the
electrical and mechanical properties.
Conductors: High conductivity stranded copper - shaped conductors complying with BS:
6360:1981 (or equivalent) with XLPE Insulation.
Bedding: Extruded layer of PVC compound.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/27 December 2011
Street Lighting Works Doha South
Colour of core identification: Red, Yellow, and Blue
Armouring: Single layer of galvanized steel wire
Finish (over sheath): Extruded black PVC over sheath which conform to BS: 6746 (type
9).The external surface to be embossed with the voltage designation, cable size and
manufacturers name.

Packing:
Sealed wooden cable drums with name plate stating Manufacturers name, and country of
origin, Cable type and size and Length of cable per drum.
c) Specification for PVC Insulated PVC Sheathed Circular flexible Cable of Copper
Conductor 2.5 sq.mm x 3 core 300/500V a.c. Heat Resistant type 85C
Cable should be of conductors of high conductivity copper stranded wires, insulated with
PVC compound, three cores, green/yellow, blue and brown, twisted together filled and
sheathed with PVC compound, heat resistant type according to BS 6141:1991 Table 15,
300/500V a.c.

Packing:
Sealed wooden cable drums with name plate stating Manufacturers name, country of
origin, Manufactures serial number, Cable type and size and Length of cable per drum.
1.1.12 JOINTING
All jointing shall be carried out to the Jointing Manual and/or to the instructions of the
Engineer and only by approved Jointers. All jointing shall be carried out in accordance
with the Dept. of Electricity Networks Safety Rules.
1.1.13 INSPECTION OF EXCAVATION & CABLE INSTALLATION WORKS
The Engineer requires carrying out inspections at the following stages:
i) Completion of Excavations.
ii) Completion of bedding with quarried limestone prior to cable installation.
iii) Cable Installation.
iv) Completion of over bedding with dune sand or quarried limestone over cables and
tape etc.
The Contractor must not progress from one stage to the next of the above without the
approval of the Engineer. It shall be the responsibility of the Contractor to arrange for the
inspections with the Street Lighting Engineers.
1.1.14 RECORDS
The Contractor shall at his own expense supply to the Engineer, as built records of all
cables shown accurately on 1:500 or 1:1000 scale drawings, as decided by the Engineer.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/28 December 2011
Street Lighting Works Doha South
i) The position and depth of all cables with measurements from kerb lines or permanent
structures and finished level.
ii) Section for multi-cable trenches with each cable identified.
iii) Joint positions with measurements from kerb lines or permanent structures.
The records shall take the form of either permanent transparent sheets or modifications to
the Engineers existing records as decided by the Engineer. Also, the records in soft
copies either in the form of separate compact disc shall be submitted or Engineers
existing soft copy records are to be updated as decided by the Engineer.
Diary Sheets for work completed will not be authorized until such records have been
presented to the Engineer and accepted.
The quality and format of these drawings will be consistent with the current standards of
the Engineer.
The Surveyors and Draughtsmen to work on the contract shall have a minimum of 8 years
general working experience with at least 4 years experience in plotting, surveying and
recording of urban and rural Electricity Distribution Networks or similar works.
Tenderers shall submit Curriculum Vitae and authenticated copies of qualifications and
experience certificates for the Surveyors and Draughtsmen they propose to use.
1.1.15 CABLE MARKER TAPE
Marker Tapes shall be used where required for compliance with standard drawings.
The type shall comply with Specification ED/03-160, and shall be purchased only from
pre-qualified manufacturers.
Samples must be supplied to the Engineer for approval prior to use.
1.1.16 NON-WOVEN FILTER MEMBRANE
Where the existing water table is apparent in the completed trench a non-woven filter
membrane is to be installed in a manner that completely encloses the installed cable and
the surrounding sand.
This filter membrane shall be produced entirely from circular section, continuous filament
synthetic fibres and shall be thermally bonded and non-woven, complying with the
following requirements: -
Grab Strength 9ASTM 1682 MOD) -- Min. 700N
Trapezoidal Tear Strength (ASTM D 1117) -- Min. 300N
Puncture Resistance (CBR Test) -- Min 1600N
1M Plate Strain Tensile Test:
Maximum Load -- 8.0 Kn/M
Extension at Maximum Load -- 25%
Extension at Break -- 30%
Water Flow (1000mm head) -- 501 m
2
SEC
Mean Pre Size (i.e. 50%) -- 70 microns
Nominal Weight -- 140 g/m
2
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/29 December 2011
Street Lighting Works Doha South
The filter membrane shall be supplied in 5.3M or 4.5M wide rolls and laid with 0.5M
overlaps. This overlap shall be held together by a thin gauge wire approved by the
engineer, so that there is no displacement of the membrane, during the backfill operation.
Samples of the membrane must be supplied for the approval of the Engineer prior to use.
Tenderers must supply test certificates, not less than 6 months old, from an independent
test laboratory.
1.1.17 DUCTS
Where ducts are to be supplied they shall be of the following type, and in accordance with
BS 3505 / 3506 or DIN 8062/63Specification.
Material -- High Impact Resistance PVC
Internal Diameter -- 150 mm
Minimum Wall Thickness -- 3.6 mm
Samples must be provided for approval by the Engineer prior to use.
1.1.18 ACCEPTANCE TESTS
Before the Engineer accepts responsibilities for the cable system the Engineer shall carry
out the following tests: -
Street Lighting Cables
Continuity test and Insulation test by 1000 Volt Megger test for 1 minute.
In the case of equipment, which fails the tests all costs for location of the fault, repair
and/or replacement shall be borne by the Contractor.
1.1.19 OIL AND GAS PIPE LINE CROSSINGS
Where the proposed excavation and cable laying are to cross oil or gas pipe certain
precautions as stipulated by QGPC will be undertaken by the Contractor.
The cables will always be made to pass under the pipelines such that there is at least 600
mm between the cable and the pipe. The cable will be installed in standard DEN
approved duct such that the cable may be removed or changed at a later date without
further excavation adjacent to the pipe. Spare ducts shall be installed for future use.
The Contractor will co-ordinate with QGPC staff and arrange to receive the QGPC
excavation permit. The Contractor will be obliged to hand dig in the area of the pipe to
carefully expose it. The pipe will then be wrapped by the Contractor with 12" thick
polyurethane foam sheeting, which shall be enclosed by the Contractor with wooden
crating. The QGPC Engineer shall be invited to approve the foam and crating protection
before further excavation may continue.
1.1.20 EXCAVATION REQUIREMENTS
1.1.20.1 General
Excavation items whether in the open or in trench have been billed so that all such items
shall cover excavation in any material including rock.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/30 December 2011
Street Lighting Works Doha South
In measuring all excavations the quantities are the net quantities of the voids formed by
the removal of the material excavated in accordance with the Specification, no allowance
being made for building or shrinkage. The rates for dealing with all excavated materials
shall cover the execution of all specified operations on them in any condition in which they
may be found including this following operations not itemized in the Bills of Quantities.
a) Loosening of unexcavated material before or in the process of excavation including
blasting in rock.
b) Separating suitable from unsuitable material.
c) Incorporating the excavated material as fill in the Works as specified.
d) Handling all materials and carting to place of deposition.
e) All double handling.
f) Protecting the excavations from the weather and ground water including any temporary
drainage.
g) Excavation of trial holes as directed by the Engineer.
1.1.20.2 Excavation - Trenches
In all case depths of trenches, where stated, have been measured from finished ground or
cover level to trench invert. Trenches widths are given in the Specification.
Items for excavation shall include:
i. All items under Paragraph 1.1.20.1 above.
ii. Trimming the bottom of the trench.
iii. Disposal of surplus.
iv. Timbering, sheeting, strutting and otherwise the sides of the excavation where
required.
v. Keeping the excavation free from water including ground water.
vi. All excavation and backfilling carried out in trenches and pits by the Contractor
in excess of the net measurements described in the Contract.
vii. Maintenance of trenches and pits during testing or because of delays
occasioned by Public Utilities or their contractors.
1.1.20.3 Surfacing
The Contractor shall include in his rate for surfacing the cost of purchasing, transporting,
placing and compacting the material in accordance with the Specification and Code of
Practice of Public Works Authority, Highway Maintenance Division.
1.1.20.4 Ducts Laying and Jointing
The rates shall include for;
a) Provision of all ducts including end caps including installation of duct marking tiles.
b) Laying and jointing of ducts to the correct line and level.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/31 December 2011
Street Lighting Works Doha South
c) Provision and installation in each duct of a rat-proof draw wire, at the contractor's
expense.
Nature of Works
Tenderer may expect to be instructed to undertake works in any part of Qatar.
Consequently the tenderer should anticipated being required to work on any type of
ground and in both urban and rural situations and equip himself accordingly to meet all
situations.
2 -SPECIFICATION FOR THE INSTALLATION OF STREET LIGHTING COLUMNS
2.1 General

The scope of this specification covers the code of practices for the installation of street
lighting columns and associated brackets, luminaires, lamps, wiring, cut-outs and
terminations. Tenderers must have experience of Erection of High Masts, Street
Lighting Columns and Installation of Street Lighting Cables and shall have been Pre-
qualified by the Engineer for the contract.
2.1.1 The contractor shall submit shop drawings including Street Lighting layout drawings,
Load Schedule ,Voltage drop calculations , Feeder Pillar schematic diagram, Standard
details of columns & components, feeder pillar & components etc. along with lighting
calculations as per CIE standards & regulations for approval of the Engineer.
2.1.2 The Contractor shall install all lighting columns complete as indicated on the Drawings,
specified in the Specifications and as described in the Bills of Quantities. Underground
cables shall be glanded and terminated at electrical cutouts as indicated on the Drawings
2.1.3 All cabling to and between street lighting column will be 4core x 16 / 4C x 25 /4C x 35
mm
2
Cu/.XLPE/SWA/PVC sheathed (Note: - Steel tape armouring will not be permitted).
No joints in the cable shall be permitted. Damage cable shall be replaced. Cable shall
not be pulled-out to straighten them after laying and cable stockings shall be used for all
cable hauling.
2.1.4 Street lighting cutouts shall be installed within the base termination compartment of each
column and shall be of TPN&E type. Cutout shall have facilities for looping in and out
cables and shall accept 4 core cable up to 35 sq.mm. and capacity of 40 Amps (according
to specification). The cutout shall be of 2 way or 3 way as per the cable network
requirements.
2.1.5 Cable connection in the cut-out shall be carried out in a cycle by dividing the load equally
on RY&B to achieve the balanced load on the main.
2.1.6 Street lighting cable shall be bedded in and surrounded by either dune sand or quarry
scalping. A first layer of 15 cm dune sand shall be installed in the trench and then the
street lighting cable laid. Subsequently, the second 15 cm. layer of dune sand shall be
installed & compacted and the cable marker tape shall be laid over the dune sand. Finally
the trench may be back-filled with the material suitable from the excavated soil and
compacted.
2.1.7 All lighting columns shall be earthed through armouring of underground cables terminated
at each column. In addition to the earthing through cable armouring, the lighting column at
the end of each individual underground cable circuit shall be earthed through separate
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/32 December 2011
Street Lighting Works Doha South
earth electrode. For the high mast columns, each column shall be connected to separate
earth rod. The incoming and outgoing cable termination shall be in an approved brass
cable gland that clamps the armour of the cable. The cable gland is held in position with
suitable lock-nut. The earth tags of the gland fixed together by screw to which a 6 sq.mm.
PVC insulated wire shall also be fixed leading from the earthing screw provided in the
column.
2.1.8 Basis of Lantern Acceptance
Lighting units equipped with luminaire, as indicated on the Drawings shall illuminate
according to the following standards with reference to CIE (Commission International
Eclarage) definitions:
(a) La (Average Luminance) along Expressway and Main Roads > 2.50 Cd/sqm.
La (Average Luminance) along Service/ main sector Roads > 2.00 Cd/sqm.
La (Average Luminance) along Sector internal Roads > 1.50 Cd/sqm.

Ul (Longitudinal uniformity) > 0.70 Road,
> 0.50 Circular Way
Uo (Overall uniformity) > 0.40

G (Discomfort glare control mark) >7.00 Road
> 6.00 Circular Way

Ti (Relative Threshold increment) < 10.00 Road
< 20.00 Circular Way

(b) The Method of calculation have to be conformed to the publication CIE No. 30-2,
1982.
(c) The asphaltic pavement can be considered type R3 with Qo = 0.07
but the contractor shall arrange himself for the verification.
2.1.9 The columns shall be numbered indicating SLFP No., Circuit No. and sequential No. of the
column in the circuit by black paint on two opposite sides (one facing road) as per direction
of the Engineer.
2.2 Supply of Materials
The Contractor is required to supply:
2.2.1 Street Lighting materials i.e. High Masts complete with all accessories, street lighting
columns with bracket, luminaires, lamps, cutouts, MCBs, cable, cable glands, flexible wire
etc.
2.2.2 Ready-mix concrete SRC-35N 20mm aggregate for concreting of street lighting columns
base.
2.2.3 Bitumen Paint (Black) for concrete bases and painting 2 metre of base part of columns.
2.2.4 All consumable materials.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/33 December 2011
Street Lighting Works Doha South
2.2.5 All tools, equipment, vehicles etc. for the Contractor's use.
2.2.6 Foundation detailed design to suit site conditions incorporating manufactures
recommendations.
2.3 Provision of a secure compound centrally located on the site for storage of street lighting
materials.
2.4 Establishing and maintain an agreed program and ensuring compliance with
PWA/Ashghal procedure during the excavation of the works.
2.5 Disposal of Surplus Materials.
All surplus materials shall be cleared from site and disposed off at approved sites. All
formal procedures laid down by the Municipality, Civil Engineering Department, Employer
and such other parties who may be involved shall be complied with in full.
2.6 Other Services and Utilities
The Contractor shall be responsible for ascertaining the location of any existing or
proposed service in the vicinity of the required excavations. The Contractor must not
commence work until he has in his possession (1) Letters from all other utilities stating
that they have no objection to the proposals (2) All relevant drawings and records of
existing services. The Contractor must comply with all restrictions and conditions laid
down by the service/utility Department. The Contractor will be totally responsible for any
cost arising from damages to existing service, plant and property occasioned by his
operation.
2.7 Backfilling and Reinstatement
The Contractor shall carry out all reinstatement immediately on completion of backfilling
including disposal of excavated surplus materials to an approved off-site in accordance
with QCS 2007 . All excavation, pits including pole pits and trail holes shall be backfilled,
compacted and reinstated in accordance with QCS 2007 .
2.8 Protection of Excavation
The Contractor shall comply with all requirement of Traffic Police Department for marking,
lighting and protecting excavations. It is the responsibility of the Contractor to ascertain
the requirement of the Traffic Police Department and to comply with the requirements. No
additional payment will be authorised under any circumstances for making lighting or
protecting excavation.
The rates quoted for excavation shall apply to all ground conditions.
2.9 Setting Out
The Contractor will mark the centre of poles' pit and obtain approval from the Engineer.
2.10 Erection of Street Lighting Column and Concreting of Base of Columns
Columns should be erected exactly vertical at 90 from the horizontal and in line with all
adjacent columns and the access door facing away from the adjacent carriageway.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/34 December 2011
Street Lighting Works Doha South
2.11 Dimension of Concrete Foundation:
To be supplied by the Contractor for approval by the Engineer. Dimensions of foundations
to suit site conditions.
2.12 Any damaged material must be replaced by the Contractor.
2.13 Painting by black paint for the concrete base and filling of gap between flange plate and
concrete base by an approved grouting material.
2.14 Grouting
The grout applied shall be high flow non shrink , chloride free aggregate filled
cementitious grout suitable f or thick sections conforming to the requirements of BS EN
1504-3 class R4. The compressive strength of the grout must exceed 40 MPa at 7 days
and 60 MPa at 28 days. Before the application, ensure that the foundation surface and
base plate is free from oil, grease or any scales
On completion of grouting operation exposed areas should be thoroughly cured with
Concure WB membrane .At Ambient temperatures above 35 degree C , the mix grout
should be stored in the shade .
2.14 The testing and commissioning of the street lighting installation.
a. Pre-commissioning Testing
i. Continuity test and Insulation test by 1000 Volt Megger test for 1 minute.
ii. Earth resistance measurement
b. Commissioning Tests ( by energising)
i. Checking MCCBs, MCBs (both inside SLFP and in the Column Cut out) &
Contactors and their settings
ii. Testing and setting of Time Switch.
iii. Testing and setting of Photo cell.
iv. Lighting level measurement to check Average Luminance and uniformity

2.15 Inspection Procedure
The contractor will be required to obtain the Street Lighting Engineers acceptance of
each element of his work prior to proceeding to the next stage.
These elements are: -
i. Excavation of Pit.
ii. Installation of Concrete base
iii. Erection of Street Lighting Column.
iv. Back filling and reinstatement.
v. Fitting of Arms, Luminaires and Bulbs.
vi. Completion of Electrical Wiring and Insulation and Continuity Tests.
vii. Connection of Street Lighting cables.
viii. Commissioning test.
2.16 Installation of High Mast Lighting Columns , Components and Acessories
2.16.1 Specification of R.C. Foundations for High Mast Lighting Columns
Foundation Bolts Anchor plates and Templates supplied with High Mast Columns shall be
provided by the Contractor complete with batch test certificates showing compliance with
the specification. The foundations are to carry 18 Metres to 30 Metres High Mast Lighting
Units each weighing approximately 3 tons with top weight of approximately 3/4 ton. The
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/35 December 2011
Street Lighting Works Doha South
successful tenderer will be required to liaise closely with PWA/Ashghal. The foundation
shall be raft or pile foundation as per direction of Engineer .
2.16.1.1 Specification of civil works for high mast column foundation
i) Tests shall be carried out as required to determine the bearing pressure. Soft
spots shall be excavated to the satisfaction of the Engineer and subsequent voids
shall filled with 20N 20mm compacted concrete.

ii) Provide 100 mm. layer of 20N blinding concrete.
iii) Provide reinforced concrete foundation, with reinforcement, to the dimensions
shown on Contractors approved drawings. Concrete shall be 35 N/mm
2
(SRC
35N) with approved admixtures.
iv ) Provide cast-in cable ducts, 100 mm dia.
v) Provide holding down bolts to the required specification as on a circular template
and aligned in position prior to concreting the concrete foundation.
vi) Provide 6 mm M.S. Anchor plate for the holding down bolts as shown in the
approved drawings.
vii) Provide 2 coats of Epoxy Resin to all surfaces of concrete in foundation.
Note:
a) Materials and workmanship for this work shall conform to QCS 2007 .
b) Cost of any tests required to check the strength of concrete shall be borne by the
Contractor.
c) External surface of concrete above ground level shall be finished with chamfered
edges.
d) Alignment of H.D Bolts, plates etc. shall be in accordance with Highmast
manufacturers instructions.
2.16.2 Erection and Fitting of High Mast Street Light Columns
The contractor shall arrange at his own expense for an approved Materials Laboratory to
visit site in order to ascertain the soil bearing capacity, each and every high mast column
base. The contractor is required to produce a certificate confirming that all the bases
have been tested and have that the formation was found to have sufficient bearing
capacity for the designed foundation.
The contractor shall also arrange for a concrete workability and compressive strength
tests to be carried out by an approved laboratory.
After the foundations have been cast at least one week must pass before the high mast
column is introduced to the foundation.
The mast shall be assembled on site by fitting together its sections which may number up
to 5.
The High Mast may be either of the hydraulic side lift variety or require independent lifting
and positioning.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/36 December 2011
Street Lighting Works Doha South
In both cases the head frame, mounting ring, luminaries, control gear and bulbs shall be
fitted.
For columns not having the hydraulic side lift, then a raising/lowering mechanism for the
mounting ring shall be also installed.
The electrical wiring shall be installed and on completion the continuity and insulation
tested.
2.16.2.1 Specification for assembly and erection of High mast lighting columns
The masts should be handled, off loaded, assembled and erected strictly in accordance
with specified instruction. Only workmen who have had experience in the erection of high
mast lighting should be employed in the work of erection.
a) Mast Assembly
The base section and its adjoining section are assembled and stained together; this
assembly and next section are assembled and strained together.
Assemble each mast as near as possible to its installation site but preferably on level
ground.
Check the male and female surfaces to be jointed for any foreign matter, distortion, or
roughness likely to prevent a satisfactory joint.
The seam welds of adjoining sections must be in line. The length of site joint is related
diameter. It will generally be between 1 1/2 to 2 time the diameter. A lap equal to 1 1/2 to
2 of diameter is the minimum and acceptable. It must also have had the specified force
exerted on it and be light fitting as a result. Adjust alignment of supporting bearers to
mast in a reasonably straight line.
b) Winch
Winch is normally fixed in mast before dispatched if sent separately fix winch on the
supports in mast base.
Uncoil the winch rope by revolving the coil. Do not uncoil by taking rope from the side of
the coil. Wind winch rope neatly and tightly on to winch. There must be no gaps in the
first layer into winch over laying turns may penetrate. Secure winch topes end temporarily
to prevent unwinding.
Pulling wire rope and power cable, coil of wire rope and power cable uncoil and lay out
straight on ground - remove any twist.
Assemble a set of draw rod and pass through the mast. The power cable and wire rope
assembly to draw rod and pull it carefully through the mast. Ensure cable does not cross
or twisted with wire rope inside the mast resulting smooth lowering and raising of
luminaire carriage.
Adjusting wire rope length: The wire rope should be equal and tight so as to seat
luminaire carriage perfectly on the head frame. Ensure that the grips are tightly secured
to wire rope.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/37 December 2011
Street Lighting Works Doha South
c) Fixing Head Gear
Open the head gear cover and check the construction perfectly. Ensure the pulley wheel
for hoist rope and power cable is rotating properly on its shafts.
Ensure the shaft of pulley wheel secured in the Head frame. The steel wire ropes and
power cable should be correctly located in their grooves. Ensure head gear fully engaged
on mast. Check that the head gear sleeve is tightened with the mast on all faces.
Tighten the set screws equally and securely. Care is needed to avoid pinching ropes and
cable between head gear and mast. View the resultant alignment of the head gear sleeve
with the mast. View this on top, bottom and the two sides 90

from top or bottom.


d) Erection of Mast
Check entire mast and head frame assembly secure and no loose item laying on
structure.
Clean and grease foundation studs.
Make final check that it is satisfactory for erection.
Before erecting - determine the required configuration of the mast base on its foundation.
Make mark on the base flange hone and on the appropriate foundation stud.
When engaging mast base on foundation stud, the hole specified will be lowest and
therefore, the first to engage. Secure mast with 1 washer and 2 nuts per stud, all tightly
secured.
Check that vertical section of mast is tolerably plumb. Check that mast is satisfactorily
plumb, if not, make careful adjustment to foundation studs to correct it.
e) Fixing Lanterns
Lower luminaire carriage for fixing lanterns. Before lowering; disconnect the plug and
socket.
Bring the luminaire carriage on supports at base compartment. Fix the lanterns, level it
and set screws to tighten, complete electrical wiring.
f) Testing circuit etc.
Test lighting by connecting trail lead; plug to socket on terminal box. Switch off and
disconnect plug. Raise the lantern carriage to mast head.
2.17 Installation of Street lighting columns (Flange base type) upto 14 meter high
2.17.1 Erection and Fitting of Street lighting columns (Flange base type) upto 14 meter high
Street Lighting Columns shall be fitted to bases to SL/595/97. When the arms and
luminaries complete with bulbs have been fitted then the internal wiring shall be
completed. The complete electrical installation shall then be tested for continuity and
insulation.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/38 December 2011
Street Lighting Works Doha South
2.17.2 Street lighting column foundation
Casting of Street Lighting column foundations including reinforced concrete base fixation,
holding down bolts, nuts, washers, template and all necessary accessories as per
approved drawing. Foundation shall be constructed of class SRC -30 cement concrete
and generally be of external dimensions as specified hereunder and shall have ducting
(PVC duct 100 mm. dia. as shown) with slow bend for cable entries.
Dimensions of Concrete Foundation:
For 14 M High Pole
Length
1.00 M x
Width
1.00 M x
Depth
1.50 M
For 12 M High Pole 1.00 M x 1.00 M x 1.00 M
For 10 M High Pole 0.85 M x 0.85 M x 1.00 M
For 8 M High Pole 0.75 M x 0.75 M x 1.00 M
For 6/5.5 M High Pole 0.75 M x 0.75 M x 0.85 M
2.17.3 The light column shall have mounting heights from ground level to the centre of the light
source as specified on the layout drawing.
2.17.4 Column will be installed vertically at 90
o
C from the horizontal and in the line with all
adjacent column and shall be a minimum of 0.6 meter back from the edge of the carriage
way.
2.17.5 From the load (top) side of the cutout a three core 2.5sq.mm. Cu/PVC/PVC flexible cable
(heat resistance 85
o
C) shall be installed to the luminaire.
2.17.6 Wooden bases boards for fixing the cutouts shall be hard wooden board of size 130mm
width, 500mm length and 18mm thick
2.18 Removal of existing street lighting installation.
2.18.1 Removal of existing columns rooted type under supervision of Street Lighting Division.
Disconnection of existing street lighting cable from cutout, removal of cable from columns,
connectors for looping, insulation and cover to the satisfaction prior to removal of column.
2.18.2 All lamps, luminaires, cutouts and brackets shall be removed before excavating around
the column. The column shall be supported by tie rope at all time.
2.18.3 The Contractor shall carefully excavated existing material from around the column base
including concrete.
2.18.4 The column shall be lifted from the foundation by means of crane approved by Street
Lighting Division.
2.18.5 Adequate temporary roadway lighting to the satisfaction of the Engineer must be
provided.
2.18.6 The cable shall then be kept in its position to reconnect in the new erected column flange
base type.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/39 December 2011
Street Lighting Works Doha South
2.18.7 All columns, brackets, lamps, luminaires and cutouts removed shall remain the property of
Street Lighting Division. Such items are to be delivered to PWA/Ashghal store. Proof of
delivery should be obtained by a signed receipt from PWA/Ashghal store witnessed by the
Engineer.
3 Specification for the Installation of Street Lighting Feeder Pillar
3.1 General
Tenderers must have experience of installation of Feeder Pillar, erection of Street Lighting
Poles & installation of street lighting cables and shall have been pre-qualified by the
Engineer for the Contract. The Street Lighting Feeder Pillar shall be numbered in black
paint as per the Number given by PWA/Ashghal, front side top of the SLFP. The feeding
substation No. shall also be indicated on the front side bottom of the SLFP.
3.2 Supply of Materials
The Contractor is required to supply:
a) Street Lighting Materials i.e. Street Lighting feeder pillar with 200 A (TPN), MCCB,
200 A (TPN) Magnetic contactor, 63 A SP MCBs (12/18/24 nos. for 4/6/8 ways), time
switch, photocell, cable jointing kit, cable glands and other components etc.
b) Steel Reinforcement.
3.2.1 Ready mix cement concrete SRC-30 aggregate for
concreting of street lighting Feeder Pillar foundation.
3.2.2 Bitumen paint (Black) and painting the foundation base of feeder pillar.
3.2.3 All consumable materials
3.2.4 All tools, equipment, vehicles, (A,V,Ohm) metre, megger and other electrical
instrument for the Contractors use
3.3 Setting Out
The Engineer will mark the Centre of Feeder pillar pit only.
3.4 Other Services and Utilities
The Contractor shall be responsible for ascertaining the location of any existing or
proposed service in the vicinity of the required excavations. The Contractor must not
commence work until he has in his possession (1) Letters from all other utilities stating
that they have no objection to the proposals (2) All relevant drawings and records of
existing services or otherwise should make trial holes to. the Contractor must comply with
all restriction and conditions laid down by the service/utility Department. The Contractor
will be totally responsible for any cost arising from damages to existing service, plant and
property occasioned by his operation.
3.5 Installation of Feeder Pillar.
The Contractor shall make excavation to allow the installation of the feeder pillar base
frame and its associated shuttering. Each make of feeder pillar has different dimensions
and the Contractor will find it necessary to make its own shuttering to suit. The Engineer
shall approve the proposed pit and shuttering.
The Contractor shall install the feeder pillar base frame together with his own shuttering
and pour concrete cement to grade SRC 25 aggregate. Having allowed two days to
set the Contractor may then strike his own shuttering and fit the feeder pillar to the base
frame.
3.6 Back-filling and Reinstatement
All trench/feeder pillar pits shall be back-filled, compacted and reinstated in accordance
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/40 December 2011
Street Lighting Works Doha South
with QCS 2007 .
3.7 Earthing

An earth electrode shall be installed at each feeder pillar and shall have a resistance to
true earth of not more than 10 Ohms. The size of the electrode shall be 16mm diameter
by 2.5 metre length and shall be driven to a depth that penetrates the summer water table
by at least 2 metres. The earth bar shall be connected to the earth electrode by means of
a standard insulated copper conductor of the minimum cross sectional area 70 mm
2
. This
is additional to the normal earthing using steel wire armouring of street lighting cable as
earth conductor. Earthing should be carried out as per BS 7430:1998.
3.8 Connection and commissioning
When all street lighting columns have been erected and individually checked, the
Contractor may proceed to connect the street lighting cables which shall also be checked
for continuity and insulation section by section. The final connection to be made will be of
the cable to the Feeder Pillar. The circuit cables shall be identified by numbering ferrules.
A laminated lay out drawing and single line diagram of the SLFP circuits shall be pasted
on the inner side of the door.
When a live supply is made available to the Feeder Pillar, then the entire street lighting
system shall be energised and commissioned after testing and adjustment of the photo
cell and timer. If the new street lighting system does not perform correctly either partly or
fully, then the Contractor will at his own expense make satisfactory remedial works in
order that all elements of the new street lighting system perform to the complete
satisfaction of the Street Lighting Inspector.
3.9 Inspection Procedure
The Contractor will be required to obtain the Street Lighting Engineers acceptance of
each element of his work prior to proceeding to the next state.
These elements are:
i) Excavation of pit
ii) Arrangement of shuttering.
iii) Concreting the base of the foundation.
iv) Erection of street lighting feeder pillar complete with all the components
v) Back-filling and reinstatement
vi) Completion of electrical wiring and installation and continuity test
vii) Connection of street lighting cables.
viii) Commissioning test.
4. Specification For Maintenance Of Existing Street Lighting System
4.1 General
The tenderer should have experience in Maintenance of Street Lighting System and
should have the equipment, tools & manpower required to execute street lighting
maintenance works including emergency and periodic maintenance anywhere in the State
of Qatar. The contractor is responsible to liaise with all related services authorities
including KAHRAMAA, Ministry of Interior, Traffic Department and Municipal authorities to
ensure timely rectification of faults and completion of maintenance works in all respects.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/41 December 2011
Street Lighting Works Doha South
4.1.1 Removal/ shifting / replacement of existing columns , high masts & decorative
columns and / or components
a. Removal / shifting / replacement of existing columns to be done under supervision of
Street Lighting Division. Disconnection of existing street lighting cable from cut-out,
removal of cable from columns, connectors for looping, insulation, installation of
necessary joints & P.E and cover as required to the satisfaction of the Engineer.
b. All lamps, luminaires, cut-outs and brackets shall be removed before excavating
around the column. The column shall be supported by tie rope at all time.
c. The Contractor shall carefully excavated existing material from around the column
base including concrete as required.
d. The column shall be lifted from the foundation by means of crane approved by
PWA/Ashghal.
e. Adequate temporary roadway lighting to the satisfaction of the Engineer must be
provided as required.
f. The cable shall be kept in its position to reconnect in the new erected column flange
base type as required.
g. For shifting and replacement of columns, installation Testing and commissioning of the
street lighting to be done as per specifications.
h. All columns, brackets, lamps, luminaires, cut-outs and cables removed shall remain
the property of Street Lighting Division. Such items are to be delivered to
PWA/Ashghal store.
i. Proof of delivery should be obtained by a signed receipt from PWA/Ashghal store
witnessed by the Engineer.
4.1.2 Removal/ shifting / replacement of feeder pillars
a) Removal/ shifting /replacement of existing feeder pillars to be done under supervision
of Street Lighting Division. Disconnection of existing feeding cable , street lighting
cables, installation of necessary joints and P.E cover to the satisfaction prior to
removal of feeder pillar.
b) The Contractor shall carefully excavate existing material from around the feeder pillar
base including concrete as required.
c) The feeder shall be lifted from the foundation by means of crane approved by Street
Lighting Division.
d) Adequate temporary arrangement for roadway lighting to the satisfaction of the
Engineer must be provided.
e) The cable shall be kept in its position to reconnect in the new feeder pillar as required.
f) For shifting and replacement of replacement of feeder pillars, installation Testing and
commissioning of the street lighting to be done as required as per specifications
a) All feeder pillar, components and cables removed shall remain the property of Street
Lighting Division. Such items are to be delivered to PWA/Ashghal store. Proof of
delivery should be obtained by a signed receipt from PWA/Ashghal store witnessed by
the Engineer.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/42 December 2011
Street Lighting Works Doha South
4.2 Emergency Maintenance
The Contractor should execute emergency maintenance works including rectifying the
faults and replacement of light fixtures, lighting columns, cables, feeder pillars and related
accessories as required in the whole State of Qatar. The emergency maintenance works
to be executed within 12 hrs. inside Greater Doha & Express ways and within 24 hrs
anywhere in the State of Qatar. In case of temporary restoration, the permanent
restoration shall be done within 72 hrs. The Emergency team should be available 24/7
(round the clock) throughout the contract period. An emergency team consisting minimum
of 4 qualified technicians and a supervisor should be available along with required
equipment and transportation facility to carry out emergency maintenance works to make
the system safe as per PWA/Ashghal requirement.
4.2.1 A penalty will be imposed according to contract clause 47(1) as per the amount displayed
on Appendix A of Form of Tender, if the contractor fails to complete the works on time.
4.3 Periodic Maintenance
The contractor should execute periodic maintenance works including mass cleaning of
luminaire, mass replacement of lamps/lanterns, checking the functionality / cleaning of
feeder pillars for the street lighting system as directed / scheduled by the Engineer to
ensure the functionality of the entire street lighting throughout the state of Qatar.
i) Cleaning of Luminaries
The Luminaries shall be cleaned by the contractor as per the specifications / procedure
below.
a. The luminaries shall be vacuum cleaned.
b. Glass covers and lamp should be cleaned with glass cleaning liquid and wiped with
lint free cloth.
c. Gaskets shall be replaced. Gaskets shall be of Silicon Rubber and shall withstand
temperature up to 90
0
C.
ii) Mass replacement of Lamps/ Luminaries
All replaced materials shall be handed over to PWA/Ashghal Stores
4.4 Special Maintenance (as directed by the Engineer)
The contractor should execute special maintenance works as directed by the Engineer not
limited to the following,
a. Shifting / Replacement of existing column/ high mast
b. Removal of existing column/ high mast
c. Repair to head frame assembly and luminaire carriage by using crane, when raising &
lowering mechanism fails to operate from ground and repair of raising and lowering
mechanism.
d. Shifting / Replacement of Feeder Pillar
e. Removal of Feeder Pillar
f. Shifting / Replacement of Cable
4.5 Records
The Contractor shall at his own expense supply to the Engineer, as built records of all
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/43 December 2011
Street Lighting Works Doha South
cables shown accurately on 1:500 or 1:1000 scale drawings, as decided by the Engineer.
i) The position and depth of all cables with measurements from kerb lines or permanent
structures and finished level.
ii) Section for multi-cable trenches with each cable identified.
iii) Joint positions with measurements from kerb lines or permanent structures along with
co-ordinates. The records shall take the form of either permanent transparent sheets or
modifications to the Engineers existing records as decided by the Engineer. Also, the
records in soft copies either in the form of separate compact disc shall be submitted or
Engineers existing soft copy records are to be updated as decided by the Engineer.
Diary Sheets for work completed will not be authorized until such records have been
presented to the Engineer and accepted.
The quality and format of these drawings will be consistent with the current standards of
the Engineer.
4.6 Spares
The Contractor should stock sufficient quantity of spares required to ensure smooth
functioning / operation of Street Lighting System in the entire State of Qatar.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/44 December 2011
Street Lighting Works Doha South
PART III - Material Specification
1 Street Lighting column 14 Metre high flange base type octagonal shape with arm
2 Street Lighting column 12 metre high flange base type octagonal shape with arm
3 Street Lighting column 10 metre high flange base type octagonal shape with arm
4 Street Lighting column 8 metre high flange base type octagonal shape with arm
5 Street Lighting column 6/5.5/5 metre high flange base type octagonal shape with arm
6
High mast lighting columns up to 30m complete with head frame, top, foundation and
suitable for mounting 6/8 luminaries
7
Street Lighting luminaire 1000/600/400 Watts complete with integral control gear, semi
cut-off /cut-off type for use with 1 x 1000/600/400 for high mast Column
8
Street Lighting luminaire 400/250/150 Watts complete with integral control gear, semi
cut-off /cut-off type for use with 1 x 400/250/150 Watts, for columns up to 14m high.
9 HPSV elliptical/tubular lamp of 1000/600/400/ 250/150 Watts with E-40 base
10 Street Lighting cut-out 2 /3way of phenolic moulded 40 A
11 Street Lighting feeder pillar of 200 Amps TPN, 4/6/8 ways
12 Photo electric control switch
13 6/10/16/25/35 Sq. mm. x 4Core XLPE/SWA/PVC Cable, 600-1000 V A.C.
14 PVC insulated PVC sheathed circular flexible cable
15 Marker tape for underground cable.
16 Cable glands for 10/16/25/35 sq. mm.
17
Heat shrinkable straight joints for 10/16/25/35 sq. mm. x 4 Core XLPE/SWA/PVC
Cable
18 Underpass / Tunnel Lighting System
19 Decorative Lighting
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/45 December 2011
Street Lighting Works Doha South
1 Specification for Street Lighting Column of hot-dip galvanized steel, 14 metre high
flange plate type, octagonal tapered shape with detachable tubular/octagonal single
arm bracket of 1/1.5 metre length each up to 4 arm complete with anchor bolts, nuts,
washers, wooden bases board, earthing terminal, socket set screws etc.
1.1 The Column should be made from hollow section to BS EN 10210 Part 2:2006 in steel to BS
4360:1990 Grade 43C or any approved equivalent norms. The hollow section should have
a minimum tensile strength of 430 N/mm
2
and minimum yield stress of 255 N/mm
2
.
1.2 Column should be in one-piece octagonal and flanged (Bolted) type. The design of lighting
column are dynamically approved and verified by using (finite element analysis). Should
design to withstand wind speed of 45 m/sec, topography, ground roughness and static
factor of 1.0
1.3 Column should be designed in accordance with BS EN 40-3-3:2003 in steel and finished
with hot dip galvanized internally and externally with no other treatment in accordance with
BS EN ISO 1461:2009 or equivalent.
1.4 Fully weather-proof door cover with silicone gasket secured by tamperproof lock with key to
be provided.
1.5 A hard Marine treated base board of 16 mm thick (non-hygroscopic and treated to prevent
attack by insects) to be provided inside the column to accommodate cut-out
1.6 Column should be provided with corrosion resistant earthing terminal inside the column near
door opening.
1.7 The top of the column should be designed and provided as suitable to fix the bracket arm
collar with the top of the column as shown in the attached drawing. 8 nos. threaded holes in
four side of two row to suit M10 x 16 mm knurled cup pointed hexagon socket set screws to
be provided for mounting bracket arm on top of column (8 nos. hexagon socket set screws
of said size should be supplied with each column).
1.8 All dimensions for column should be according to PWA/Ashghal requirement.
1.9 Dimensions of the column:-
a) Length of Column (without bracket arm) [between
flange plate and top of column]
: 14000 mm
b) Thickness of column : 4 mm
c) Bottom of the column inside dia. (cross flat) : 278 mm
d) Bottom of the column outside dia. (cross flat) : 286mm
e) Distance between columns base flange plate to
door opening
: 600 mm
f) Size of door opening : 600 x 150 mm
h) Outside diameter of the top of the column : 118 mm
i) Inside diameter of the top of the column : 110 mm
j) Details and size of base flange plate : 450 x 450
30 mm thick
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/46 December 2011
Street Lighting Works Doha South
The base flange plate is to be manufactured from steel plate which is free from
lamination. The main shaft of the pole penetrates the full depth of base plate and is to be
welded above and below using a semi-automatic MIG shielded arc process. An
additional strength is provided by gussets located between (slot) holes position.
k) Details and size of foundation bolts (holding down bolts):
Four nos. Foundation bolts (size 33 mm x 900 mm with two nuts and two washers for
each anchor bolt) with each column to be supplied.
1.10 Four holes adjustable (slots) as shown in the drawing to be provided on flange plate of
suitable size for above-mentioned foundation bolts to fix the column on RCC foundation.
1.11 Welding on column and column with base flange plate should be in accordance with BS EN
1011-1:2009 & BS EN 1011-2:2001.
1.12
1.13
RCC Foundation:
Manufacturer of street lighting column should prepare and supply the detailed
specification/dimensions/design for RCC foundation of column and reinforcement along with
the delivery of columns and brackets.
All lighting poles shall withstand design wind speeds of 160 km/h when equipped with
lanterns.
1.14 Street Lighting Bracket of 1/1.5 metre length each up to 4 arm (for 14 metres column)
a) Bracket to be of hollow section to BS EN 10210 Part 2:2006 in steel to BS
4360:1990 Grade 43C or equivalent norms.
b) Bracket should be designed in accordance with BS EN 40-3-3:2003 in steel and
finished with hot dip galvanized internally and externally with no other treatment in
accordance with BS EN ISO 1461:2009 or equivalent.
c) Street Lighting brackets will be side entry mounting double arms.
d) Outreach between ends of the both spigots of double arms street lighting brackets
will be up to max 3 metres.
e) Waterproofing cap arrangements - galvanized collar with main shaft of street
lighting bracket to hold and fix with top of column to be provided as shown in the
drawing.
f) Length of spigot will be 100 mm and outside diameter of spigot will be 42 mm.
g) Brackets to be made in two pieces and suitable two bolts to be provided to join two
pieces of bracket arms as shown on drawing.
h) All dimensions must be according to the drawing attached herewith.
i. Outreach between spigot ends : As per requirement
ii. Bracket arms outside diameter : 60mm
iii. Spigots outside diameter : 42 mm(Length:100mm).
iv. Welded collar on main shaft of bracket arm
- outside diameter. : 140 mm.
v. Bracket arm main shaft outside diameter : 101 mm.
vi. Thickness : 4 mm.
i) 2 Nos. threaded holes and bolts on removable bracket arm suitable for 3/8
hexagonal headed bolts to be provided for joining bracket arm together.
j) Columns and bracket to be supplied along with hexagon socket set screws,
hexagonal headed bolt with its nuts for mounting bracket on column and for
assembling bracket.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/47 December 2011
Street Lighting Works Doha South
Note1: For brackets of other sizes (both single arm and double arm), the dia. of the spigot
must be 42 mm. and length of the spigot 100 mm as above while other parameters
have to be varied as per Engineers instruction.

Note2 - Material to be installed should be prequalified. If the manufacturer is new then he
has to follow the prequalification process including submission of test report for
raw material and finished product from an ISO certified independent test laboratory
according to the above standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads
Operations And Maintenance Department) contractor should submit routine test
report for each batch of material arrival on site including test report for raw material
or otherwise the material will not be accepted.
Columns / bracket shall be manufactured in an ISO 9002 and ISO 14001 certified
facility. Manufacturer shall provide written warranty against defects in
workmanship, including replacement for columns / b racket.
2. Specification for Street Lighting Column of hot-dip galvanized steel, 12 metre high
flange plate type, octagonal tapered shape with detachable tubular/octagonal bracket
of length 2/2.5/3 metre each up to 4 arm complete with anchor bolts, nuts, washers,
wooden bases board, earthing terminal, socket set screws etc.
2.1 The Column should be made from hollow section to BS EN 10210 Part 2:2006 in steel to BS
4360:1990 Grade 43C or any approved equivalent norms. The hollow section should have
a minimum tensile strength of 430 N/mm
2
and minimum yield stress of 255 N/mm
2
.
2.2 Column should be in one-piece octagonal and flanged (Bolted) type. The design of lighting
column are dynamically approved and verified by using (finite element analysis). Should
design to withstand wind speed of 45 m/sec, topography, ground roughness and statiscal
factor of 1.0.
2.3 Column should be designed in accordance with BS EN 40-3-3:2003 in steel and finished
with hot dip galvanized internally and externally with no other treatment in accordance with
BS EN ISO 1461:2009 or equivalent.
2.4 Fully weatherproof door cover with silicone gasket secured by tamperproof lock with key to
be provided.
2.5 A hard Marine treated base board of 16 mm thick (non-hygroscopic and treated to prevent
attack by insects) to be provided inside the column to accommodate cut-out
2.6 Column should be provided with corrosion resistant earthing terminal inside the column near
door opening.
2.7 The top of the column should be designed and provided as suitable to fix the bracket arm
collar with the top of the column as shown in the attached drawing. 8 nos. threaded holes in
four side of two row to suit M10 x 16 mm knurled cup pointed hexagon socket set screws to
be provided for mounting bracket arm on top of column (8 nos. hexagon socket set screws
of said size should be supplied with each column).
2.8 All dimensions for column should be according to PWA/Ashghal requirement
2.9 Dimensions of the column:-
a) Length of Column (without bracket arm) [between : 12000 mm
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/48 December 2011
Street Lighting Works Doha South
flange plate and top of column]
b) Thickness of column : 4 mm
c) Bottom of the column inside dia. (cross flat) : 242 mm
d) Bottom of the column outside dia. (cross flat) : 250 mm
e) Distance between columns base flange plate to
door opening
: 500 mm
f) Size of door opening : 600 x 135 mm
g) Outside diameter of the top of the column : 78 mm
h) Inside diameter of the top of the column : 70 mm
i) Details and size of base flange plate : 450 x 450
30 mm thick
j) The base flange plate is to be manufactured from steel plate which is free from
lamination. The main shaft of the pole penetrates the full depth of base plate and is to
be welded above and below using a semi-automatic MIG shielded arc process. An
additional strength is provided by gussets located between (slot) holes position.
k) Details and size of foundation bolts (holding down bolts):
Four nos. Foundation bolts (size 33 mm x 900 mm with two nuts and two washers for
each anchor bolt) with each column to be supplied.
2.10 Four holes adjustable (slots) as shown in the drawing to be provided on flange plate of
suitable size for above-mentioned foundation bolts to fix the column on RCC foundation.
2.11 Welding on column and column with base flange plate should be in accordance with BS EN
1011-1:2009 & BS EN 1011-2:2001.
2.12
2.13
RCC Foundation:
Manufacturer of street lighting column should prepare and supply the detailed
specification/dimensions/design for RCC foundation of column and reinforcement along with
the delivery of columns and brackets.
All lighting poles shall withstand design wind speeds of 160 km/h when equipped with
lanterns.
2.14 Street Lighting Bracket of 2/2.5/3 metre each up to 4 arm (for 12 metres high column)
a) Bracket to be of hollow section to BS EN 10210 Part 2:2006 in steel to BS 4360:1990
Grade 43C or equivalent norms.
b) Bracket should be designed in accordance with BS EN 40-3-3:2003 in steel and finished
with hot dip galvanized internally and externally with no other treatment in accordance with
BS EN ISO 1461:2009 or equivalent.
c) Street Lighting brackets will be side entry mounting double arms.
d) Outreach between ends of the both spigots of double arms street lighting brackets will be
up to max 5 metres.
e) Waterproofing cap arrangements - galvanized collar with main shaft of street lighting
bracket to hold and fix with top of column to be provided as shown in the drawing.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/49 December 2011
Street Lighting Works Doha South
f) Length of spigot will be 100 mm and outside diameter of spigot will be 40 mm.
g) Brackets to be made in two pieces and suitable two bolts to be provided to join two pieces
of bracket arms as shown on drawing.
h) All dimensions must be according to the drawing attached herewith.
i. Outreach between spigot ends : As per
requirement
ii. Bracket arms outside diameter 60 mm.
iii. Spigots outside diameter 42 mm.
(Length:100mm)
iv. Welded collar on main shaft of
bracket arm - outside diameter. 90 mm.
v. Bracket arm main shaft outside
diameter
60 mm.
vi. Thickness 4 mm
i) 2 Nos. threaded holes and bolts on removable bracket arm suitable for 3/8 hexagonal
headed bolts to be provided for joining bracket arm together.
j) Columns and bracket to be supplied along with hexagon socket set screws, hexagonal
headed bolt with its nuts for mounting bracket on column and for assembling bracket.
Note: For brackets of other sizes (both single arm and double arm), the dia. of the spigot must be
40 mm. and length of the spigot 100 mm. As above while other parameters have to be
varied as per Engineers instruction.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations And
Maintenance Department) contractor should submit routine test report for each batch of
material arrival on site including test report for raw material or otherwise the material will not
be accepted.
Columns / bracket shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for columns / bracket.
3. Specification for Street Lighting Column of hot-dip galvanized steel, 10 metre high
flange plate type octagonal tapered shape with detachable tubular/octagonal bracket
of length 1.5/2/2.5 metre each upto 4 arm complete with anchor bolts, nuts, washers,
wooden bases board, earthing terminal, socket set screws etc.
3.1 The Column should be made from hollow section to BS EN 10210 Part 2:2006 in steel to BS
4360:1990 Grade 43C or any approved equivalent norms. The hollow section should have a
minimum tensile strength of 430 N/mm
2
and minimum yield stress of 255 N/mm
2
.
3.2 Column should be in one-piece octagonal and flanged (Bolted) type. The design of lighting
column are dynamically approved and verified by using (finite element analysis). Should
design to withstand wind speed of 45 m/sec, topography, ground roughness and statiscal
factor of 1.0
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/50 December 2011
Street Lighting Works Doha South
3.3 Column should be designed in accordance with BS EN 40-3-3:2003 in steel and finished with
hot dip galvanized internally and externally with no other treatment in accordance with BS EN
ISO 1461:2009 or equivalent.
3.4 Fully weatherproof door cover with silicone gasket secured by tamperproof lock with key to
be provided.
3.5 A hard Marine treated base board of 16 mm thick (non-hygroscopic and treated to prevent
attack by insects) to be provided inside the column to accommodate cut-out
3.6 Column should be provided with corrosion resistant earthing terminal inside the column near
door opening.
3.7 The top of the column should be designed and provided as suitable to fix the bracket arm
collar with the top of the column as shown in the attached drawing. 8 nos. threaded holes in
four side of two row to suit M10 x 16 mm knurled cup pointed hexagon socket set screws to
be provided for mounting bracket arm on top of column (8 nos. hexagon socket set screws of
said size should be supplied with each column).
3.8 All dimensions for column should be according to PWA/Ashghal requirement.
3.9 Dimensions of the column:-
a) Length of Column (without bracket arm) [between
flange plate and top of column]
: 10000 mm
b) Thickness of column : 4 mm
c) Bottom of the column inside dia. (cross flat) : 242 mm
d) Bottom of the column outside dia. (cross flat) : 250 mm
e) Distance between columns base flange plate to
door opening
: 500 mm
f) Size of door opening : 600 x 135 mm
g) Outside diameter of the top of the column : 78 mm
h) Inside diameter of the top of the column : 70 mm
i) Details and size of base flange plate : 450 x 450
25 mm thick
j) The base flange plate is to be manufactured from steel plate, which is free from
lamination. The main shaft of the pole penetrates the full depth of base plate and is to
be welded above and below using a semi-automatic MIG shielded arc process. An
additional strength is provided by gussets located between (slot) holes position.
k) Details and size of foundation bolts (holding down bolts):
Four nos. Foundation bolts size 25 mm x 800 mm with two nuts and two washers with
each column to be supplied.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/51 December 2011
Street Lighting Works Doha South
3.10 Four holes adjustable (slots) as shown in the drawing to be provided on flange plate of
suitable size for above-mentioned foundation bolts to fix the column on RCC foundation.
3.11 Welding on column and column with base flange plate should be in accordance with BS EN
1011-1:2009 & BS EN 1011-2:2001.
3.12
3.13
3.14
RCC Foundation: Manufacturer of street lighting column should prepare and supply the
detailed specification/dimensions/design for RCC foundation with reinforcement of column
along with the delivery of said street lighting columns.
All lighting poles shall withstand design wind speeds of 160 km/h when equipped with
lanterns.
Street Lighting Bracket of 1.5/2/2.5 metre each up to 4 arm (for up to 10 metres high
column)
a) Bracket to be of hollow section to BS EN 10210 Part 2:2006 in steel to BS 4360:1990
Grade 43C or equivalent norms.
b) Bracket should be designed in accordance with BS EN 40-3-3:2003 in steel and
finished with hot dip galvanized internally and externally with no other treatment in
accordance with BS EN ISO 1461:2009 or equivalent.
c) Street Lighting brackets will be side entry mounting double arms.
d) Outreach between ends of the both spigots of double arms street lighting brackets
will be up to max 5 metres.
e) Waterproofing cap arrangements - galvanized collar with main shaft of street lighting
bracket to hold and fix with top of column to be provided as shown in the drawing.
f) Length of spigot will be 100 mm and outside diameter of spigot will be 40 mm.
g) Brackets to be made in two pieces and suitable two bolts to be provided to join two
pieces of bracket arms as shown on drawing.
h) All dimensions must be according to the drawing attached herewith.
i. Outreach between spigot ends : : As per
requirement
ii. Bracket arms outside diameter : 60 mm.

iii. Spigots outside diameter : 42 mm.
(Length:100mm)
iv. Welded collar on main shaft of bracket
arm - outside diameter. : 90 mm.
v. Bracket arm main shaft outside
diameter
: 60 mm.
vi. Thickness : 4 mm.
i) 2 Nos. threaded holes and bolts on removable bracket arm suitable for 3/8 hexagonal
headed bolts to be provided for joining bracket arm together.
j) Columns and bracket to be supplied along with hexagon socket set screws, hexagonal
headed bolt with its nuts for mounting bracket on column and for assembling bracket.
Note: For brackets of other sizes (both single arm and double arm), the dia. of the spigot
must be 40 mm. and length of the spigot 100 mm. As above while other
parameters have to be varied as per Engineers instruction.
Note - Material to be installed should be prequalified. If the manufacturer is new then he
has to follow the prequalification process including submission of test report for
raw material and finished product from an ISO certified independent test laboratory
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/52 December 2011
Street Lighting Works Doha South
according to the above standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads
Operations And Maintenance Department) contractor should submit routine test
report for each batch of material arrival on site otherwise the material will not be
accepted.
Columns shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship,
including replacement for columns
4 Specification for Street Lighting Column of hot-dip galvanized steel, 8 metre high flange
plate type octagonal shape with detachable tubular single arm bracket of 1 metre
outreach and double arm bracket of 3m overall length complete with anchor bolts, nuts,
washers, wooden bases board, earthing terminal, socket set screws etc.

4.1 The Column should be made from hollow section to BS EN 10210 Part 2:2006 in steel
to BS 4360:1990 Grade 43C or any approved equivalent norms. The hollow section
should have a minimum tensile strength of 430 N/mm
2
and minimum yield stress of 255
N/mm
2
.
4.2 Column should be in one-piece octagonal and flanged (Bolted) type. The design of
lighting column are dynamically approved and verified by using (finite element analysis).
Should design to withstand wind speed of 45 m/sec, topography, ground roughness and
static factor of 1.0
4.3 Column should be designed in accordance with BS EN 40-3-3:2003 in steel and
finished with hot dip galvanized internally and externally with no other treatment in
accordance with BS EN ISO 1461:2009 or equivalent.
4.4 Fully weatherproof door cover with silicone gasket secured by tamperproof lock with key
to be provided.
4.5 A hard Marine treated base board of 16 mm thick (non-hygroscopic and treated to
prevent attack by insects) to be provided inside the column to accommodate cut-out
4.6 Column should be provided with corrosion resistant earthing terminal inside the column
near door opening.
4.7 The top of the column should be designed and provided as suitable to fix the bracket
arm collar with the top of the column as shown in the attached drawing. 8 nos.
threaded holes in four side of two row to suit M10 x 16 mm knurled cup pointed
hexagon socket set screws to be provided for mounting bracket arm on top of column (8
nos. hexagon socket set screws of said size should be supplied with each column).
4.8 All dimensions for column should be according to PWA/Ashghal requirement.
4.8.1 Dimensions of the column:-
a) Length of Column (without bracket arm) [between
flange plate and top of column]
: 8000 mm
b) Thickness of column : 4 mm
c) Bottom of the column inside dia. (cross flat) : 192 mm
d) Bottom of the column outside dia. (cross flat) : 200 mm
e) Distance between columns base flange plate to : 500 mm
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/53 December 2011
Street Lighting Works Doha South
door opening
f) Size of door opening : 500 x 110 mm
g) Outside diameter of the top of the column (spigot) : 78 mm
(4 mm thickness)
h) Details and size of base flange plate : 450 x 450
20 mm thick
The base flange plate is to be manufactured from steel plate which is free from
lamination. The main shaft of the pole penetrates the full depth of base plate and is
to be welded above and below using a semi-automatic MIG shielded arc process.
An additional strength is provided by gussets located between (slot) holes position.
i) Details and size of foundation bolts (holding down bolts):
Four nos. Foundation bolts size 25 mm x 800 mm with two nuts and two washers
with each column to be supplied.
4.9 Four holes adjustable (slots) as shown in the drawing to be provided on flange plate of
suitable size for above-mentioned foundation bolts to fix the column on RCC foundation.
4.10 Street lighting columns should be longitudinally seam welded along with base flange
plate should be in accordance with BS EN 1011-1:2009 & BS EN 1011-2:2001.
4.11
4.12
RCC Foundation: Manufacturer of street lighting column should prepare and supply the
detailed specification/dimensions/design for RCC foundation of column along with the
delivery of said street lighting columns.
All lighting poles shall withstand design wind speeds of 160 km/h when equipped with
lanterns.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site otherwise the material will not be accepted.
Columns shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for columns
5 Specification for Street Lighting Column of hot-dip galvanized steel, 6/5.5/5 metre high
flange plate type octagonal shape with detachable tubular single arm bracket of 1
metre outreach and double arm bracket of 3m overall length complete with anchor
bolts, nuts, washers, wooden bases board, earthing terminal, socket set screws etc.

5.1 The Column should be made from hollow section to BS EN 10210 Part 2:2006 in steel
to BS 4360:1990 Grade 43C or any approved equivalent norms. The hollow section
should have a minimum tensile strength of 430 N/mm
2
and minimum yield stress of
255 N/mm
2
.
5.2 Column should be in one-piece octagonal and flanged (Bolted) type. The design of
lighting column are dynamically approved and verified by using (finite element
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/54 December 2011
Street Lighting Works Doha South
analysis). Should design to withstand wind speed of 45 m/sec, topography, ground
roughness and static factor of 1.0
5.3 Column should be designed in accordance with BS EN 40-3-3:2003 in steel and
finished with hot dip galvanized internally and externally with no other treatment in
accordance with BS EN ISO 1461:2009 or equivalent.
5.4 Fully weatherproof door cover with silicone gasket secured by tamperproof lock with
key to be provided.
5.5 A hard Marine treated base board of 16 mm thick (non-hygroscopic and treated to
prevent attack by insects) to be provided inside the column to accommodate cut-out
5.6 Column should be provided with corrosion resistant earthing terminal inside the column
near door opening.
5.7 The top of the column should be designed and provided as suitable to fix the bracket
arm collar with the top of the column as shown in the attached drawing. 8 nos.
threaded holes in four side of two row to suit M10 x 16 mm knurled cup pointed
hexagon socket set screws to be provided for mounting bracket arm on top of column
(8 nos. hexagon socket set screws of said size should be supplied with each column).
5.8 All dimensions for column should be according to PWA/Ashghal requirement.
5.8.1 Dimensions of the column:-
a) Length of Column (without bracket arm) [between
flange plate and top of column]
: 6000 mm/5500mm
b) Thickness of column : 4 mm
c) Bottom of the column inside dia. (cross flat) : 162 mm
d) Bottom of the column outside dia. (cross flat) : 170 mm
e) Distance between columns base flange plate to
door opening
: 500 mm
f) Size of door opening : 500 x 110 mm
g) Outside diameter of the top of the column (spigot) : 78 mm
(4 mm thickness)
h) Details and size of base flange plate : 450 x 450
20 mm thick
The base flange plate is to be manufactured from steel plate which is free from
lamination. The main shaft of the pole penetrates the full depth of base plate and is to
be welded above and below using a semi-automatic MIG shielded arc process. An
additional strength is provided by gussets located between (slot) holes position.
i) Details and size of foundation bolts (holding down bolts):
Four nos. Foundation bolts size 25 mm x 800 mm with two nuts and two washers
with each column to be supplied.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/55 December 2011
Street Lighting Works Doha South
5.9 Four holes adjustable (slots) as shown in the drawing to be provided on flange plate of
suitable size for above-mentioned foundation bolts to fix the column on RCC
foundation.
5.10 Street lighting columns should be longitudinally seam welded along with base flange
plate should be in accordance with BS EN 1011-1:2009 & BS EN 1011-2:2001.
5.11
5.12
RCC Foundation: Manufacturer of street lighting column should prepare and supply the
detailed specification/dimensions/design for RCC foundation of column along with the
delivery of said street lighting columns.
All lighting poles shall withstand design wind speeds of 160 km/h when equipped with
lanterns.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site otherwise the material will not be accepted.
Columns shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for columns
6. Specification for highmast lighting columns upto 30 metre complete with head
frame top,
foundation and suitable for mounting 6/8 luminaires
6.1 Columns Construction
6.1.1 High mast columns to be of mild steel to BS 4360 grade 43C or equivalent and shall be
continuously tapered of polygonal cross section.
6.1.2 High mast columns will be supplied minimum three sections and each section of not more
than 12 meters length.
6.1.3 Recommended dimensions and steel grades:
Top diameter : 118 mm.
Base diameter : 400 mm.
Minimum wall thickness : 6 + 4 mm.
Minimum yield strength : 355N/mm
2
Minimum tensile strength : 490 to 630N/mm
2

6.1.4 High mast columns will be hot dipped galvanised to BS 729 part 1 and BS 791/71.
6.1.5 High mast columns must be designed to withstand a wind pressure gusting up to 160
KMPH to British standard CPTR7
3
6.1.6 Each High mast columns will have capacity of raising and lowering the luminaire carriage
by means of winch with internal wire rope and power cables. Winch should be suitable for
operation with electric power unit and with handle.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/56 December 2011
Street Lighting Works Doha South
6.1.7 Luminaire carriage removable support lugs to be provided.
6.1.8 A 12 mm. diameter stainless steel or brass stud with nuts and washers to main body of
the mast structure in the base compartment to provide a lighting and cable earth point.
6.2. Base Flange
The base flange is to be manufactured from steel plate which is free from lamination with
a minimum yield strength of 420 N/mm
2
. The shaft penetrates the full depth of the base
plate and is welded above and below using a semiautomatic MIG shielded arc process.
Additional strength is provided by gussets located between each hole position.
6.3 Base Compartment
The access opening to the base compartment provided.
6.4 Door
The base of the lift out door is located on a substantial lug and secured at the top by a
recessed socket head screw.
6.5 Base Board
Base boards are provided for mounting electrical control equipment and winch.
6.6 Luminaire Carriage
The luminaire carriage shall be of robust construction comprising a minimum of separate
small components. The frame of carriage shall be capable of being fitted to and removed
from the mast after erection of the mast. Luminaire carriage should be of steel
construction will be in form of ring split on one diameter and 6 spigots 150 mm in length
and 40 mm. in outside diameter to be welded in equal distance to outside face of
luminaire carriage. The Luminaire carriage should be suspended for raising and lowering
operation on the three hoisting steel wire ropes. The transition plate connects the three
suspension wire rope and winch steel wire rope.
The Luminaire carriage assembly shall be protected against corrosion by hot dip
galvanizing. Care shall be taken to ensure that the wire ropes and electric cable cannot
abrade against any component at any time.
To prevent damage to paint work during raising and lowering and where necessary to
assist in the location of the carriage in the raised position. It shall be fitted with rollers or
suitable rubbing surface.
The carriage shall be arranged to locate firmly against stops when in the service position
and these stops shall be of adequate strength to ensure that they cannot be damaged by
over winding of the winch.
The Luminaire carriage shall have provision made on it for supporting and gripping the
weight of the supply cable without causing damaged to the sheathing of the cable and
fixing or a guide tube shall be provided to ensure that the cable cannot at any time make
abrading contact with cable suspension point or other components. Any tube shall be
bushed where the cable enters or leaves and the cable shall be glanded by an approved
type of weather proof metal gland into a terminal box (junction box).
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/57 December 2011
Street Lighting Works Doha South
6.7 Head Frame Assembly
Head frame is designed to the capping unit of the mast and is to be made of welded steel
construction and hot dip galvanized. Pulley wheel for the hoist rope and power cable
should be made of cast aluminium alloy.

Close fitting removable guards to be provided over the pulley wheel for correct location of
steel wire rope and power cable in their grooves when operating either on loaded or slack.
The shaft on which the pulley wheels revolve shall be of approved corrosion resistant
material. The shaft shall be positively secured in the head frame assembly to prevent
rotation. Guard to be provided for separating the wire rope and power cable before
entering in the pulley. The assembly shall be equipped with the necessary guides and
stops for the luminaire carriage. The head frame assembly shall be arranged to fit on to
the top of the mast and approved arrangement shall be provided for locking it to the mast
and to prevent rotation about the mast.
Head frame to be covered by spun aluminium canopy and it is to be fixed with head frame
by stainless steel bolts. The whole of the head frame assembly shall be designed and
constructed for operation over the life of the mast without the necessity for maintenance
attention.
6.8 Winch
Each mast shall be provided with a twin or single drum winch suitable for the raising and
lowering the luminaire carriage in the raised position.
The winch shall have a safe working load i.e. the maximum weight of the luminaries and
luminaire carriage.
A separate test certificate shall be issued with each winch which shall be suitably
identified in a permanent manner to correspond with numbering of its test certificate.
The winch shall be provided with a self-contained lubrication totally enclosed system and
shall not require any attention in service.
The design of the winch shall be such that it can be installed in or removed from the mast
through the door opening.
The winch shall be suitable for both hand and power operation.
The winch shall be fitted with a positive locking device which shall remain engaged to
prevent rotation in the lower direction when the mast in service.
The device shall operate automatically under gravity to locked position whenever the
operating handle or driving tool is removed.
Winch drum shall be made of cast iron or cast aluminium alloy LM6M construction.
The drum shall be grooved except that in the case of application where the first layer
remains fully applied during all normal operation of the winch, a plain drum may be
provided.
Winch shall be suitable for operation from a power tool drive and any necessary clamps or
fixing device to hold the tool in position shall be provided.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/58 December 2011
Street Lighting Works Doha South
6.9 Wire ropes
The mast shall be fitted with flexible stranded stainless steel wire rope having a tensile
strength of 165 kgf/mm
2
which shall have a factor of safety of not less than 5 times the
SWL of the winch and shall be entirely suitable for the designed application.
The termination of wire rope shall be by compression crimp joint or grip except that the
termination of ropes at the shackle point on single drum winches shall only be made by
compression crimp joint. Thimble or eyes shall be fitted. Termination shall be certified to
have been made strictly in accordance with the appropriate British standard.
Additional safety chain - Link chain kits to be provided which are suitable to be connected
in between the rope shackle and substantial cleat located inside the base when the
luminaire carriage is in the raised position.
6.10 Mast Cable
Mast cable shall consist of a multi core to BS6977 600/1000V grade. Each conductor
core is insulated with ethylene propylene rubber (EPR) and the complete cable core is
sheathed in heavy duty polychloroprene (PCP). The cable shall be entirely suitable for the
bending flexible and load carrying stresses involved and must be circular.
The cable shall be fitted with a correctly rated multi pin weatherproof plug and socket
within the base compartment of the mast which will enable the cable to be disconnected
before lowering the luminaire carriage. The socket must be connected to the supply side
of the circuit and may either be on free cable coming from the fuse box or be fixed to the
fuse box in the base compartment.
The wiring shall be such that the plug and socket can be isolated before disconnecting.
The cable shall be suitably restrained to prevent its own weight from causing it to fall down
the outside of the mast during the lowering of luminaire carriage. A second disconnection
facility is to be provided on the lantern carriage terminal box. When the carriage is at
ground level the incoming supply cable should be able to be plugged directly into the
terminal box to energise the lanterns.
6.11 Electrical wiring - Luminaires and Luminaires carriage
The terminal box shall be fixed on the luminaire carriage to be constructed from corrosion
resistant material or (Aluminium alloy) and be completely weatherproof. It shall contain a
fixed terminal block provided with a sufficient number of terminal positions of the correct
size to accommodate all cores of the cable. Connections from the terminal box shall be
run in PVC insulated cable via a metal duct or a PVC duct provided with the luminaire
carriage to the luminaire. Heat resisting cable shall be used for all luminaire wiring
between lamp holders and circuit connection point. All cable cores shall be clearly
identifiable at their point of connection preferably by numbers (size of cable: 2.5 sq.mm x
3 core).
6.12 Distribution Board
The distribution board is to consist of the following components within a suitable cabinet to
fix inside the base compartment on base board. All the components except glands must
fix on a plate and the plate should be fixed inside the cabinet.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/59 December 2011
Street Lighting Works Doha South
a) Four Nos. Insulated connectors of 50 sq.mm should be fixed individually with some
gap in each other three for phases and one neutral.
b) One No 63 Amps Main breaker (M.C.C.B) of three phase 415 Volts.
c) Four Nos. 20 Amps single phase MCBs of 240V.
d) One No. Neutral connector strip.
e) One No. Earth connector strip.
f) One No. PVC gland suitable to power cable supplied with mast.
g) Two Nos. Brass cable gland with Locknut, earth tag and PVC shroud for incoming
and outgoing cable (Gland of thread size 32 mm according to BS 6121 suitable for 25
sq. mm x 4 core Cu XLPE.SWA.PVC Cable).
h) The cabinet should be provided with fixing hole to fix on the base board.
i) Connections inside should be made as shown in the enclosed diagram.
6.13. Foundation
The holding down bolt shall be supplied complete with anchor plate for casting into the
foundation. The holding down bolts shall be of guaranteed performance high tensile bolts
with minimum yield strength of 420N/mm
2
. Manufacturers quality control and batch test
certificates submitted to the Engineer prior to installation. A precision made steel
template with tube holes shall be used to ensure the correct vertical and horizontal bolt
alignment.
6.14. Electrical Power Units
A power tool is required for raising and lowering the Luminaire carriage. The tool speeds
shall be related to the winch operation speed. The electrical motor for the power tool shall
be heavy duty, reversible type, suitable for operating from 240 V, 50 Hertz power supply.
Part of the power unit shall be a remote control unit with at least 5 metres of power cable
to permit the operator to stand 5 metres away from the pole base during the lowering and
raising operation. Electric motor shall be equipped with an automatic shut-off to stop the
motor when the ring is in the top position or at the lowered ground position.
6.15. Hooks of L shape
Four spare Hooks L shaped of galvanised steel for the lantern carriage support (while
lowering for maintenance) are to be provided for each high mast column.
6.16. Handles for manual operation of drum winch
Twelve Nos. suitable handle for manual operation of drum winches are to be provided.
6.17. 2 Sets of suitable spanners for high mast foundations nut and head frames nut are to be
provided.
6.18. Supply of Power Drive and Spares for High mast
6.18.1 Six electric power drive units (Heavy duty) with necessary clamp or fixing device to hold in
position to be supplied according to specification are to be provided.
6.18.2 Six flexible stranded stainless steel wire rope for raising and lowering the luminaire
carriage are to be provided.
6.18.3 Six winches with flexible stranded stainless steel wire rope for raising and lowering the
Luminaire carriage are to be provided.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/60 December 2011
Street Lighting Works Doha South
6.18.4 500 Metres of mast cable the same as provided to the mast shall be provided.
7 Specification for Street Lighting Luminaries (Light Fitting) Cut-off type complete
with prismatic glass bowl of borosilicate/Acrylic bowl and Integral Control Gear
1000/600W, 220-240V, 50Hz, High Pressure sodium for use with 1 x 1000/600/400W,
High Pressure sodium vapour elliptical and tubular lamp suitable for 30/25 meter
high-mast columns
7.1 General.
The 1000/600/400 Watt high pressure sodium lanterns for 30m and 25m high mast
columns shall be cut-off with maximum candela at approximately 55
0
C and shall provide
a symmetrical or asymmetrical distribution pattern as directed by the Engineer.
7.2 The lanterns for 30 m and 25 m high mast columns shall be mechanically strong and easy
to maintain. The lantern, when installed, shall be of adequate design to operate at a
mounting height of 30m and 25m and withstand a wind speed of 160 kph with 208 ph
gusts. The Contractor shall propose lanterns of suitable size and weight. The loading
conditions imposed by the proposed lanterns shall be compatible with the load carrying
capabilities of the anchor bolts as indicated on the Drawings. In all cases, the Contractor
shall submit with shop drawings, computations of all stresses in the pole base plate and
anchor bolts, all in accordance with the accepted standard.
7.3.1 The ballast components, socket, reflector, mounting adjustments, fuse, and wiring
terminals shall be readily accessible for servicing. The lantern shall be provided with a
levelling surface and shall be adjusted for + 3 degrees to the pipe arm axis and for any
degree of adjustment with respect to the arm axis. The lantern shall have a pipe arm
barrier to limit the amount of insertion. The terminal board shall be equipped with
pressure terminal connectors. The lantern shall be enclosed and gasketed and shall have
an activated charcoal filter for breathing. Lanterns shall be dust-proof and water-tight (IP
65) .
7.3.2 The refractor shall be made of crystal-clear, heat-resistant, tempered glass or crystal-
clear and heat-resistant, boro-silicate glass. The latches, nuts, screws, washers, pins and
other parts shall be made of stainless steel. The lamp sockets shall be Type "E40" heavy
duty porcelain enclosed, adjustable for varying candlepower angles and equipped with
suitable means for limiting lamp vibration.
7.3.3 The housing and refractor holder shall be made of aluminium or stainless steel. Other
external metal parts shall be finished to match the adjacent polished aluminium or
stainless steel surfaces. On alloys that darken due to atmospheric exposure, the finish
shall be accomplished by painting with suitable lacquer enamel or other paint. The optical
assembly shall consist of a pressed boro-silicate glass or chemically bonded glass
reflector with sealed spun aluminium cover. The lamp shall be installed vertically with
base up for all lanterns.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
Luminaries shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/61 December 2011
Street Lighting Works Doha South
replacement for Street Lighting Luminaries.
8. Specification for Street Lighting Luminaries (Light Fitting) Semi Cut-off / Cut-off &
Side Entry Mounting type complete with prismatic glass bowl of borosilicate/Acrylic
bowl and Integral Control Gear 400W, 220-240V, 50Hz, High Pressure sodium for
use with 1 x 400/250/150W, High Pressure sodium vapour elliptical and tubular lamp
(Power Door Type) suitable for column highs 8 to 14m.
8.1 The Luminaire is for roadway lighting routes to BS5489-1-2:2008 or equivalent and to use
at mounting height of 8 to 14 Metre. Luminaire shall be side entry mounting type and
semi cut-off type with integral control for use with 1 x 400/250/150W, 220-240V, and 50
Hz high-pressure sodium elliptical & tubular lamp with E-40 base. E-40 base lamp holder
shall be with porcelain skirt. Fitting shall comply with BSEN 60598-1:2008 & BSEN
60598-2:2003 or other approved equivalent norms. The body shall be made of die cast
aluminium and shall be divided into two compartments.
8.2 The first compartment shall house optical system with polished and anodized pressed
aluminium reflector. The second compartment shall consist the electrical accessories
(control gear), cable feed terminals and side entry mounting socket. This separation shall
protect the electrical accessories from the direct radiant heat emitted by the lamps. The
optical compartment shall be protected by prismatic glass bowl of borosilicate bowl/Acrylic
Bowl and shall be dust and watertight. The access to the optical compartment shall be by
tilting the protector frame around the hinge without tools. A silicon gasket fitted on the
frame shall ensure the tightness of the optical compartment. The accessories such as
ballast, starter, and capacitors shall be pre-wired and pre-assembled by a metallic plate
that is mounted and fixed into the rear compartment. Special care shall be taken to allow
easy maintenance and quick replacement of the accessories and to minimize the risk of
falling. Ingress protections for optical compartment IP65 (minimum) and for control gear
compartment IP55 (minimum) are required.
8.3 The cable feed terminal and the earth-screw shall be fixed to the metallic compartment, a
cable holder shall be mounted near the terminals. The side entry mounting socket
accepts a 125 mm long spigot and 45 mm diameter OR adjustable from 45 mm to 50 mm
dia. Exterior side of both compartments should be with grey colour finishing. Wind Area:
0/212 m
2
.
8.4 Ballast shall be designed in accordance with all applicable ANSI specifications or
equivalent including ANSI C82.4 or equivalent. The core & coil ballast shall be designed
with class H (180C) or higher insulation system and vacuum pressure impregnated with a
silica-filled polyester resign. All coils shall be precession wound. Core and coil ballast shall
be designed to operate for minimum 60,000 hours of operation at their maximum rated
temperature. Core and coil ballast and starter combination shall be designed to provide a
reliable lamp starting down to -40C at nominal line voltage of 10%. Ballast shall have a
nominal ballast factor of 1. Ballast shall contain no exposed live parts. Ballast shall be
manufactured in an ISO 9002 and ISO 14001 certified facility. Manufacturer shall provide
written warranty against defects in workmanship, including replacement for two years from
the date of purchase. Manufacturer shall have been manufacturing the ballast for at least
10 years. Ballast shall be CSA certified or equivalent. Ballast must be advance
transformer (or approved equal).
8.5 Capacitor should be provided with a self-contained internal bleeding resistor where
required according to UL 1029 or equivalent. Oil filled capacitor should be housed in
aluminium or corrosion resistance steel cans and contains 25 quick disconnect terminals.
Oil filled capacitor shall have a 90C max case temperature rating. All dry film capacitor
shall be manufactured by the ballast manufacturer. All capacitor rated 400V or less shall
be dry film type. All the dry film capacitor shall have no exposed live parts.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/62 December 2011
Street Lighting Works Doha South
8.6 Ignitor should be polyester resin-filled with either a plastic or aluminium external housing.
The ignitor should be designed to provide six months of lamp open circuit operation
without failure. All ignitor should have case rating temperature of 105C Ignitors should be
designed to withstand 10,000 hours of continuous pulsing. Ignitor shall have no exposed
live parts.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
Luminaries shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for Street Lighting Luminaries.
9 Specification for High Pressure Sodium Vapour Gas Discharge Elliptical/Tubular
Lamps of 1000 / 600 /400 / 250 / 150 Watts, 220-240V, 50Hz with E-40 base
9.1 Specification for High Pressure Sodium Vapour Gas Discharge Elliptical/Tubular
Lamps of 1000 Watts, 220-240V, 50Hz with E-40 base
Lamp shall be manufactured in an ISO 9002 and ISO 14001 certified facility. Manufacturer
shall provide written warranty against defects in workmanship, including replacement for
premature failure of lamp before average rated life of the international standard
recommendations. Lamps should be manufactured and tested according to IEC 60662.
Lamps shall be designed to provide a reliable lamp starting down to -40C at nominal line
voltage of 10%. These lamps will be SON type either elliptical/tubular in shape with E-40
base Suitable to use on 220-240V, 50Hz. A. C. Lamps should be external ignitor type
(lamps with separate ignitors). Initial Lumen Output: 140,000 lumen.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
9.2 Specification for High Pressure Sodium Vapour Gas Discharge Elliptical/Tubular
Lamps of 600 Watts, 220-240V, 50Hz with E-40 base
Lamp shall be manufactured in an ISO 9002 and ISO 14001 certified facility. Manufacturer
shall provide written warranty against defects in workmanship, including replacement for
premature failure of lamp before average rated life of the international standard
recommendations. Lamps should be manufactured and tested according to IEC 60662.
Lamps shall be designed to provide a reliable lamp starting down to -40C at nominal line
voltage of 10%.
These lamps will be SON type either elliptical/tubular in shape with E-40 base Suitable to
use on 220-240V, 50Hz. A. C. Lamps should be external ignitor type (lamps with
separate ignitors). Initial Lumen Output: 90000 lumen.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/63 December 2011
Street Lighting Works Doha South
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
9.3 Specification for High Pressure Sodium Vapour Gas Discharge Elliptical/Tubular
Lamps of 400 Watts, 220-240V, 50Hz with E-40 base
Lamp shall be manufactured in an ISO 9002 and ISO 14001 certified facility. Manufacturer
shall provide written warranty against defects in workmanship, including replacement for
premature failure of lamp before average rated life of the international standard
recommendations. Lamps should be manufactured and tested according to IEC 60662.
Lamps shall be designed to provide a reliable lamp starting down to -40C at nominal line
voltage of 10%.
These lamps will be SON type either elliptical/tubular in shape with E-40 base Suitable to
use on 220-240V, 50Hz. A. C. Lamps should be external ignitor type (lamps with
separate ignitors). Initial Lumen Output: 55000 lumen.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
9.4 Specification for High Pressure Sodium Vapour Gas Discharge Elliptical Lamps of
250 Watts, 220-240V, 50Hz with E-40 base.
Lamp shall be manufactured in an ISO 9002 and ISO 14001 certified facility. Manufacturer
shall provide written warranty against defects in workmanship, including replacement for
premature failure of lamp before average rated life of the international standard
recommendations. Lamps should be manufactured and tested according to IEC 60662.
Lamps shall be designed to provide a reliable lamp starting down to -40C at nominal line
voltage of 10%.
These lamps will be SON type with an elliptical bulb with a diffusing coating or tubular,
with E-40 base. Suitable to use on 220-240V, 50Hz. A. C. Lamps should be external
ignitor type (lamps with separate ignitors). Initial Lumen Output: 32000 lumen.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
9.5 Specification for High Pressure Sodium Vapour Gas Discharge Elliptical Lamps of
150 Watts, 220-240V, 50Hz with E-40 base.
Lamp shall be manufactured in an ISO 9002 and ISO 14001 certified facility. Manufacturer
shall provide written warranty against defects in workmanship, including replacement for
premature failure of lamp before average rated life of the international standard
recommendations. Lamps should be manufactured and tested according to IEC 60662.
Lamps shall be designed to provide a reliable lamp starting down to -40C at nominal line
voltage of 10%.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/64 December 2011
Street Lighting Works Doha South
These lamps will be SON type with an elliptical bulb with a diffusing coating or tubular,
with E-40 with separate ignitors). Initial Lumen Output: 18000 lumen.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
9.6 Basis of Lantern Acceptance
Lighting units equipped with luminaire, as indicated on the Drawings shall illuminate
according to the following standards with reference to CIE (Commission International
Eclarage) definitions:
(a) La (Average Luminance) along Expressway and Main Roads > 2.50 Cd/sqm
La (Average Luminance) along Service/main sector Roads > 2.00 Cd/sqm
La (Average Luminance) along Sector internal Roads > 1.50 Cd/sqm

Ul (Longitudinal uniformity) > 0.70 Road,
> 0.50 Circular Way
Uo (Overall uniformity) > 0.40

G (Discomfort glare control mark) > 7.00 Road
> 6.00 Circular Way
Ti (Relative Threshold increment) < 10.00 Road
< 20.00 Circular Way

(b) The Method of calculation have to be conformed to the publication CIE No. 30-2, 1982.
(c) The asphaltic pavement can be considered type R3 with Qo = 0.07 but the
Contractor shall arrange himself for the verification.
10 Specification for Street Lighting Cut-out of Phenolic moulded 40 Amps. 440V. (TPN
+ E) with double connector complete with fuse carrier, three phase adapter, cable
cover, MCB 6/10/16A
The body of the cut-out should be made of self-extinguishing polycarbonate VO. Should
have dielectric strength of 15KV/mm. resistivity of 10 to the power 15 ohm cm. should
have IP 44. Connection terminals and screws should be made of brass and should have a
maximum capacity of terminating 3 street lighting cables of size up to 5C35mm
CU/XLPE/SWA/PVC cable for loop in and loop out. MCBS (6/10/16A) should be fixed in
the cut-out depending upon the requirement up to a maximum no of 3. The cut-out should
comply with EN60598-1-2-3 and EN60529 and fitting standard should comply with NF
C17-200 or equivalent.
Approximate size: Height : 268 mm.
Width : 86 mm.
Depth : 71 mm.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/65 December 2011
Street Lighting Works Doha South
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.

For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
Street Lighting Cut-outs shall be manufactured in an ISO 9002 and ISO 14001 certified
facility. Manufacturer shall provide written warranty against defects in workmanship,
including replacement for Street Lighting Cut-out
11 Specification for Street Lighting Feeder Pillar of 200 Amps, TPN. 4/6/8 way
weatherproof (IP 65) with Fibreglass reinforced polyester cabinet of ground
mounting type, complete with accessories.
Feeder Pillars should be 200 Amps. TPN. 4/6/8 way and weather resistant - (ultraviolet ray
resistant) with Fibreglass reinforced polyester cabinet of ground mounting type.
11.1 Cabinet
11.1.1 The cabinet of feeder pillars should be of fibreglass reinforced polyester. The cabinet
surface should be totally weather and corrosion resistant, completely smooth exterior. No
glass fibres shall appear at the outer surface and the outer 0.5 mm. - 1.0 mm. should
consist pure polyester. The colour of the cabinet should be grey. The colour should be
completely light stabilized and impregnated from surface through the thickness of
material. Pillar should be ground mounting type by means the pillars will be mounted on a
steel frame with a concrete foundation. Cabinet should have four holes to suit bolt-down
the pillar with concerted steel frame. Base frame of cabinet shall be removable.
11.1.2 The cabinet (canopy) should be arranged so as to prevent ingress the rainwater inside
cabinet and provide with enough space for air circulation.
11.1.3 Cabinet should be provided with a front door with internal hinges and screw fixing at top
and bottom and a tamper-proof lock provided centrally and all lock should be suitable to
operate by standard master key. Key of two nos. with each pillar to be provided. Door
closing should be with perfect weather proof arrangement.
11.1.4 Approx. size of cabinet shall be 100 cm. Height (top to bottom), 62 cm Width and 30 cm
Depth.
11.2 Components of feeder pillars
11.2.1 One No. of 200 Amps. Main breaker (M.C.C.B) of three phase 415V. Interrupting capacity
according to BS EN 60898: 1991
240V. - 85KA.
415V. - 35KA.
11.2.2 One No. 200 Amps. Magnetic contactor, three phase with coil voltage of 240V.
11.2.3 One No. 24-hour dial time switch of motor driven single phase 30 Amps. 220-240V. 50Hz.
with synchronous spring reserve to maintain clock operation and output switching during
power supply failure or disconnection. Time switch should be protected with cartridge
fuse or MCB. Arrangements for connect photo electric control switch also to be made
within the pillar.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/66 December 2011
Street Lighting Works Doha South
11.2.4 12/18/24 Nos. of 63 A Amps SP. MCBs./MCCB of 240V. Interruption capacity according to
BS EN 60898: 1991 240V. - 3 KA
11.2.5 Neutral terminal bar to be provided separately.
11.2.6 Lamp & Socket

The Street Lighting Control Cubicle shall be fitted with a bulk head lamp controlled from
door-operated switch. The lamp shall be combined with an accumulator-cum-charger and
shall be installed in such position to illuminate the whole compartment.
A suitable socket 15A with control switch shall be provided for maintenance works.
11.2.7 Auto/Manual/OFF Switch
Auto/manual/off switch shall be provided in the control system.
11.2.8 Three Position Switch
Three position phase selector switch to select the line phase in the case of faulty phase
shall be provided.
11.2.9 One No. Brass cable gland (wiping gland) of 60 mm. complete with fixing bolts & nuts
suitable for incoming cable up to 70 mm
2
x 4 core Cu./ XLPE/ SWA/PVC and four nos.
brass cable gland 25 mm. CW. according to BS 6121-1: 2005 complete with lock-nut
earth tag & PVC shrouds for outgoing cable of 10/16/25/35 sq.mm. X 4 core Cu. XLPE
.SWA.PVC to be provided. Brass base plate for fixing cable glands to be provided with
each pillar.
11.2.10All wiring should be identified by colour code leads for phases and neutral. The bus-bar
of tinned copper and all other components should be of good quality materials.
11.3 Offers must be along with catalogue/drawing.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.

For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
Feeder pillars shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for Feeder pillars
12 Specification for Photo electric control switches complete with wire connected
twist-lock receptacles with lock-nuts and aluminium angle bracket Model: BF
208/277, AM -2A of Area Lighting Research Inc. Or equivalent for use with street
lighting on 220-240V. 50Hz.
12.1 Unit will be completely weatherproof and not affected by moisture, vibration or change in
temperature.
12.2 They will be capable of working in an ambient temperature of up to + 60
o
C.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/67 December 2011
Street Lighting Works Doha South
12.3 The operation level should be preset to ON 80/100 Lux the ratio of ON to OFF should be
approximately 1:2
12.4 There should be a minimum 60 seconds delay to prevent the unit from functioning due to
short period high illumination such as lightning etc.
12.5 Voltage - 240V. 50Hz. A.C
12.6 Contact rating - 1500 Watts - 1800 V.A Contacts should be fitted with a snap action to
prevent chatter.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.

For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
Photo cells shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for Photo cells
13 Specification for 6/10/16/25/35 sq.mm. X 4 Core XLPE.SWA.PVC Cable of Stranded
Copper Conductor 600/1000V. A.C.
13.1 Cable shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for cable. Cable must be of low tension 600/1000V, multi core stranded
copper conductors. Insulated with XLPE, Core laid-up, extruded PVC bedded, steel wire
armoured and PVC sheathed overall - underground cable to BS 5467: 2008 or equivalent.
The cable must be able to withstand vigorous climatic conditions of ambient temperature
up to 50
o
C (The temperature can be accompanied by a relative humidity of up to 100% at
30
o
C).

The cable will buried in sand and laid partly in duct at a depth of 600 mm. Ground
temperatures vary from 35/45
o
C in summer to 8/12
o
C in winter. Cable drums may be
stored in the open for up to 1 year and will be exposed to direct sunlight. Therefore,
cable must be so designed as to withstand these conditions without deterioration of the
electrical and mechanical properties.
Conductors: High conductivity stranded copper - shaped conductors complying with
BSEN 60228: 2005 (Or equivalent) with XLPE insulation.
Bedding: Extruded layer of PVC compound.
Colour of core identification: Red, Yellow, Blue & Black.
Armouring: Single layer of galvanized steel wire.
Finish (over sheath): Extruded black PVC over sheath which conform to BS: 6746 (type-
9). The external surface to be embossed with the voltage designation, Cable size and
manufacturers name.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/68 December 2011
Street Lighting Works Doha South
13.2 Packing:
Sealed wooden cable drums with plate stating following data: -
a) Manufacturers name and country of origin.
b) Cable type & size.
c) Length of cable per drum.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site otherwise the material will not be accepted.
14 Specification For PVC Insulated PVC Sheathed Circular High Temperature (85
o
c)
Flexible Cable of Stranded Copper Conductor, 2.5 Sq. Mm. X 3 Core 300/500v. A.C.
14.1 Cable shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for cable. Cable should be of conductors of high conductivity copper
stranded wires, 2.5/4 sq. mm., silicon insulated or equivalent to withstand high
temperature of 85 degree centigrade and above. Three cores, red, black, green or yellow
(or equivalent), twisted together, filled and sheathed with high temperature PVC
compound, 300/500V. A.C. according to BS6004:2000, BS6007:2000, BS6500:2000,
BS7919:2001 or equivalent norm.
14.2 Packing:
Sealed cable coils each with name plate stating Manufacturers name, country of origin
Cable type and size.

Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site otherwise the material will not be accepted.
Cables shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for cables
15 Specification For Marker Tape For Underground Power Cables
15.1 Definition
This specification defines the form and quality of Marker tapes to be laid in the ground to
warn of the presence of power cables.
15.2 Material & Quality
Marker tape shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for marker tape
The covers shall be of low density polyethylene, of thickness at least 100 micron. It shall
be yellow, with black marking as further defined below.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/69 December 2011
Street Lighting Works Doha South
The material shall be colour fast, and resistant to chemical action in typical ground
conditions experienced in Qatar. These may wary from extremely wet to extremely dry,
and with very high salinity. The ground temperature may vary from 0 to 40
0
C.
The material shall be mechanically durable. The manufacturer shall demonstrate the
samples complying with this specification have been tested for compliance with BS 2782:
2004 or an equivalent standard.
It is expected that the test results will approximate to:
Density : 1000 Kg/Cu. Metre
Tensile Strength : 200 Kg/Sq.cm.
Elongation at Break : 400%
15.3 Dimensions
Width : 40cm.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site otherwise the material will not be accepted.
Marker Tape shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for Marker Tape
16 Specification for Brass Cable glands complete with suitable brass lock nuts, earth
tags, PVC shrouds for outdoor use with 10/16/25/35 sq.mm x 4 cores
Cu.XLPE.SWA.PVC street Lighting cable.
16.1 Brass cable gland shall be manufactured in an ISO 9002 and ISO 14001 certified facility.
Manufacturer shall provide written warranty against defects in workmanship, including
replacement for Brass cable gland.
These are required to use with street lighting feeder pillars for 10/16/25/35 sq.mm x 4
core Cu/XLPE/SWA/PVC cable (for outdoor use). Glands should be of according to BS
6121-1: 2005 or any other approved equivalent norms. (with outer seal). Gland should be
supplied with suitable brass lock nuts, earth tags & PVC shrouds.
Note - Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads Operations
And Maintenance Department) contractor should submit routine test report for each batch
of material arrival on site including test report for raw material or otherwise the material
will not be accepted.
17 Specification for heat shrinkable straight joints for 10/16/25/35 sq. mm. x 4 Core
XLPE/SWA/PVC Cable of stranded copper, 600-1000 Volts A.C.
The joints supplied by the Contractor shall be of the dry type, using adhesive pre coated
on heat shrinkable components. Joints supplied shall be suitable for 4 core XLPE
Armoured Cables of various sizes and shall include all necessary components including,
but not limited to, corrosion resistant casing, overall sealing, armour clamps, armour
bonding, connecting ferrules and core insulation tubing required for the straight through
jointing of two cables. All joints supplied shall be designed, manufactured, tested and
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/70 December 2011
Street Lighting Works Doha South
sized in accordance with the relevant BS/ IEC Standards and shall provide perfect sealing
against ingress of water . All the jointing ferrules and lugs for copper cable shall be tinned
copper.
Each Joint kit must contain complete range of accessories such as 1 No. Heat shrink
outer tube ( min. 6 cm inside dia. and 50 cm length ), 4 Nos. Heat shrink inner tubes , 4
Nos. Tinned copper weak back ferrules , 1 No. Earth screen mesh, 2 Nos. Constant force
springs, 2 Nos. Under armour springs , 1 No. Earth braid , 1 no. Installation leaflet (each
kit shall be packed in a heat sealed lay flat tube).
Note: Material to be installed should be prequalified. If the manufacturer is new then he has to
follow the prequalification process including submission of test report for raw material and
finished product from an ISO certified independent test laboratory according to the above
standard specifications or equivalent. For the product which are already pre-qualified by
the PWA/Ashghal (Roads Operations And Maintenance Department) contractor should
submit routine test report for each batch of material arrival on site including test report for
raw material or otherwise the material will not be accepted.
18. Specification for Tunnel/Underpass Lighting System
18.1 General
This Section contains the requirement for the design, manufacture, supply and
installation, site testing and commissioning of the complete equipment for lighting of
underpasses.
18.1.1 Operational Objectives
The design of the system to CIE Standards (CIE 88:2004) shall meet the operational
objectives specified herein and each component part of the system and the system as a
whole shall be, in every respect, fit for its purpose, for which it is intended as set out in this
Specification.
The system shall be designed so that when in operation, it will, in every respect, meet with
all ordinance and laws and with all rules and regulations of all departments and with those
of all statutory authorities, and utility companies. The system shall have a minimum design
life of at least 20 years.
The system shall provide safe service for users and the public that accord with the highest
prevailing standards for a public transport facility of this type. The design, execution and
maintenance of the works shall be such that this objective will be readily and consistently
achieved during all conditions of operation and use, subject only to normal requirements
of inspection and servicing.
The system shall achieve high standards of reliability in operation and use, with minimum
regular simple servicing and with major servicing at only infrequent intervals.
The design of the system shall pay proper regard to the methods of manufacture and
construction so as to achieve the required high standard referred to above. Adequate
tests, checks and inspection shall be applied by way of quality control throughout the
stages of manufacture and construction of the works.
The arrangements and provisions for servicing and routine replacement of parts shall be
such that such work can be undertaken quickly and easily. To facilitate repairs and
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/71 December 2011
Street Lighting Works Doha South
overhauls, components shall be interchangeable between similar plant and complete
replacement of faulty units shall be easily achievable.
Throughout this Specification the ratings of various major equipment items are indicated.
These ratings, however, are provisional and are subject to verification and adjustment in
the light of the final design of the actual ratings necessary to meet the operating
requirements of all the engineering systems. These specified ratings shall be taken as the
minimum or nominal ratings based on calculations and may be increased by the
Contractor to conform to standard ratings included in various international standards or to
manufacturing standard programmes. These rating shall not be reduced in any way
unless otherwise approved by the Engineer.
18.1.2 Scope of Work
Work related to Tunnel/Underpass lighting shall include supply, installation, testing,
commissioning of the system, putting into satisfactory operation of the system as required
by the project drawings.
1. Supply and install cable from KAHRAMAA supply to the lighting control cabinet
position.
2. Supplying of Underpass Lighting Control Cabinet (LCC) and positioning as shown on
the Drawings.
3. Supply and Installation Lighting Equipment comprising:
415V Underpass Lighting Control Cabinet (LCC).
Lighting fixtures and associated brackets, conduits, cable trays
Modular cabling system for underpass lighting.
All the required sizes and lengths of service cables.
Supply and installation of L20 metre to monitor day light changes at tunnel entry
portal as per manufacturers recommendation, while complying to CIE 88 .
Earthing of all electrical equipment including supply of earthing materials.
All jointing and termination, lugs, fuses, lamps, keys, locks, labels and all
necessary material to complete the installation.
All necessary civil works.
All labour, plant and materials for the complete erection, adjustment, testing painting and
putting to work all equipment supplied.
Supply and installation of any material which may not be expressly specified but which is
necessary for the completion of the work.
Reinstatement of the existing conditions of the services and properties that will be
affected during the construction.
18.1.3 Description of Lighting System
The underpass lighting is designed for a recommended traffic speed considering the type
and volume of traffic.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/72 December 2011
Street Lighting Works Doha South
The underpass lighting at and near the approach shall be used to maintain a sufficiently
high lighting level inside the underpass.
This shall enable the driver approaching the underpass to see into the underpass thus
avoiding the "black hole effect".
The level of reinforcing lighting shall be switchable in steps dependent upon the external
luminance conditions.
Luminaires shall be selected and positioned to provide a continuity of lighting through
traffic routes and lanes.
The lighting design and control shall ensure that energy will be conserved and running
costs optimized.
18.1.4 Design Criteria of Lighting System
The design of the underpass lighting generally follows the recommendations of the latest
version of the CIE N. 26 Recommendations. (Note: For Underpass length of less than 75
m assume 50% of normal threshold zone lighting level).
The design allows sufficient distance for the driver's eye to adapt to the final lighting level
in the underpass interior where a vehicle is travelling at or below 80 km/h.
The design parameters relating to underpass lighting are as follows:
Access zone (L20):
The maximum day time value seen from the access zone :
To be established as per CIE 88 recommendations, considering driving direction, traffic
speed and volume.
Average night time value 4 cd/sq.m
Note: The Contractor has to measure the L20 value as per site conditions and revisit the lighting
design. Shop drawings to be submitted incorporating the same.
Maintenance factor: 0.8 max
Coefficient of diffuse reflectance: Asphalt QO = 0.07 AV
18.1.5 Underpass Lighting Control Cabinet (LCC)
Construction shall be in accordance with the following IEC (International Electrotechnical
Commission) standards.
The most important publications relevant to for Underpass LCC are:
Publication 73:
Colours of indicator lights and push-buttons
Publication 144:
Degree of protection of enclosures for low-voltage switchgear and control-gear
Publication 157:
Low-voltage switchgear and control-gear
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/73 December 2011
Street Lighting Works Doha South
Publication 158:
Low-voltage control-gear
Publication 269:
Low-voltage fuses
The Contractor shall be responsible for the correct sizing of the electrical equipment and
for the proper selection of materials in accordance with the ambient conditions.
The Contractor shall guarantee that the LCC supplied by him, inclusive of all materials
and installed equipment, are free from all defects or imperfections and are capable of
proper operation at rated load within the tolerance limits established by governing
construction codes.
The design and construction of electric LCC shall be such to ensure: safety of personnel
under all operating and expected fault conditions; construction and operating reliability;
possibility of future extension.
Safety of personnel shall be assured by the prevention of direct and indirect contacts with
live parts or moving parts under any operating and expected fault conditions and with live
part under maintenance conditions or occasional handling on LCC.
General and partial protection shall ensure that personnel cannot come in contact with the
live parts of the electric LCC.
The general external protection shall be achieved by means of permanent barriers or
enclosures, which prevent any contact with the live parts.
The spacing, insulation level and mechanical strength shall be consistent with the
stresses they may normally undergo.
The luminaires shall be fed by the LCC as indicated in the Drawings.
The LCC shall contain all the electrical components necessary for automatic & manual
lighting of the luminaire in night hours, and day hours.
The LCC foundation shall be in concrete. If the cable glands are external to the LCC, i.e.
LCC with fixed basement, the foundation shall be hollow-type with the wider sides covered
by louvered panels for gland ventilation.
The foundation shall be all, excluding the top surface, bituminous painted.
The LCC shall be made by anodized aluminium, 3 mm thickness minimum. The external
side of the LCC shall be protected from weather by epoxy powder coating system
containing the colour pigments as per the discretion of the Engineer.
The top portion shall be covered by a canopy, ventilation intakes shall be provided on the
LCC lateral sides.
The bottom shall be removable for gland installation.
The LCC shall be fixed to stainless steel grade 316 anchor bolts, with extra wide washers,
spring washers and stainless steel nuts.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/74 December 2011
Street Lighting Works Doha South
The degree of protection required is IP 65, suitable for outdoor installation. Measures are
to be taken by the Contractor to ensure the entire system, in particular control circuits
including components, works satisfactorily when installed outdoors.
The LCC shall be certificated to withstand 35 KA for 3 secs.
Two lugs of appropriate dimension shall be fixed on top of the LCC for easy handling. The
access inside the LCC shall be provided by one or two doors with 120 degree polymid
hinges and fitted with two vertical and one horizontal wedge actuated by a rotating handle
which can be padlocked with a Master lock with key.
Latching devices to fix the door open shall be provided. A danger notice in Arabic and
English languages shall be riveted on the front of the LCC.
The equipment inside the LCC shall be screwed, with easy unfastening access, to one
metallic structure of galvanized steel or equivalent.
Insulated set of busbars of insulated hard drawn tinned copper shall be rigidly supported
(air insulated system will be adopted).
The phase and neutral bar shall be rated 200A (or as appropriate). The metallic structure
of the LCC shall be connected to the earth bar together with the external cable armouring
earth and the earthing lead will depart from the earth bar. All connections shall be
obtained with copper tinned lugs and phosphor bronze bolts, washer, spring washers and
nuts.
The Circuit Breakers shall be TPN with breaking capacity 35KA rms. at 415 V, 50 Hz.
The branch circuit breakers will be direct acting relays with differential current relay
operation at 30 mA of fault.
One door switch operated internal fluorescent lamp (15 W) shall be provided as well as
one single-phase internal 13A - 240 V socket both protected by circuit breaker.
Glands with moisture and humidity seal rings, entry thread seal under the lock nut, earth
tag, plastic shrouds covered, shall protect the incoming and outgoing cables.
Wiring with 2.5 mm stranded copper cable, insulated with heat resistive PVC, rated 85
degree C.
The door orientation of the LCC shall be as directed by the Engineer.
Motor Control Units
The motor control units shall consist of a typical arrangements, which includes the
following components:
Circuit breaker with magnetic trip device
Contactor
3-pole thermal relay
Control power transformer
Selector switch test-o-service
"START-STOP" warning lights (red/green)
Thermal fault lamp (yellow)
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/75 December 2011
Street Lighting Works Doha South
Anti-Condensation Heater
Contactors
1. Contactors shall be air magnetic type; they shall be compact anti-shock, or
assembled to result insensitive to shocks or vibrations according to BS en 60470
Contactors shall be suitable for continuous duty and capable of at least 150 duty
cycles per hour.
2. Contactor shall close positively with 85% of rated coil voltage and shall be maintained
positively with a voltage-drop up to 65% of the rated voltage.
3. Rated operational current and for mounting inside LCC shall not be lower than 130%
of the motor (or load) rated current.
4. Breaking/making capacity shall not be lower than 8/10 times the rated current up to
100 A and 6/8 times the rated current over 100 A.
5. Contactors shall also be capable of withstanding, for a time of 5 seconds, a current
equal to their breaking capacity, with rated voltage of control coil.
6. Contactors shall be coordinated with the associated protections (thermal and
magnetic) in such a way that, under fault current of any value up to the specified
short circuit current permanent damages shall be avoided to the contactor.
7. No contact chattering and welding shall occur under motor locked rotor current at coil
supply voltage equal to 80% of rated voltage.
8. Each contactor shall always have at least 2 auxiliary contacts (1NO 1NC) available
and wired to the auxiliary terminal strip.
Thermal Overload Relays
1. Thermal relays shall be 3-pole, compensated in the range -10 C to 50 C and shall
have a selector for "self-reset" and "hand reset" operation: hand reset shall be
provided externally to the board.
2. Relays shall be supplied either with direct connection or through CT, according to the
required characteristics indicated on the DLCC wiring diagram.
3. For motor with a normal starting the thermal units shall allow for a time of 3-4
seconds on the "hot" curve for a 5 times the rated current.
4. Thermal relays shall withstand dynamic and thermal stresses in relation to the setting
of the circuit breakers.
5. The setting range shall be selected to place the motor rated current within and close
to the lower limit of the range itself.
6. Thermal relays shall have change over contacts.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/76 December 2011
Street Lighting Works Doha South
18.1.6 Underpass Luminaires - General
1. Luminaires shall contain high pressure sodium lamps and operate on 220 Volts AC, +
10% at50 Hz + 5%. Fluorescent Lamp Luminaires to be used for night time
operations shall have 3 hours battery backup (in-built) to facilitate working in the
event of mains power supply failure.
2. Each tunnel lighting luminaire should be provided with in-built fuse/mcb for localized
protection in the event of faults.
3. The Underpass lighting luminaires shall follow the provisions of the latest versions of
the following standards :
BS EN 60598
BS 1615
BS 1470
BS EN 61347 and BS EN 60923
BS 6500
IEC 598 Part 1 and 2
BS 5489 Part 1, 2 & 3 : 1992
BS EN 13032
BS EN 60061
BS EN 60529 : 1992
BS EN 60662
BS EN 60155
BS EN 3722
18.1.7 Luminaires - Construction
1. The luminaires shall be suitable for 240 Volts, 50 Hz AC supply to operate twin lamps
of 400W, 250W, 150W and 100W HPS lamps with cap base E40 size and to operate
70W HPS with cap size E27 size complete with the following assembly.
2. Aluminium (Magnesium-silicon alloy) extruded body in one piece with an anodized
finish and side covers in die cast aluminium alloy as per BS 60598-2-3
3. Super purity one piece aluminium reflector of grade S1 of BS 1470 with an anodic
coating of not less than grade AA10 of BS 1615.
4. Strong, very high thermally resistant, hinged, front glass protector assembly
comprising clean toughened glass plate, fixed into aluminium frame with rapid closing
devices, sufficient to achieve IP65 standard enclosure. In the open position, the glass
remains suspended from the luminaire.
5. Front glass assembly is to seat on to neoprene non-rotting type gaskets/or high
quality felt gaskets silicon. The glass shall be capable of rotating 180 degrees.
6. Stainless steel hinges, mounting clips and fastening bolts grade AISI 316.
7. Movable porcelain lamp holder with position markings and anti-vibration fixation
device.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/77 December 2011
Street Lighting Works Doha South
8. Optical system, electrical control gear and lamp, mounted on "Plug-in" type reflector
gear tray with locating pins to ensure correct alignment when being fitted into body
(as per BS EN 61347 and BS EN 60923).
9. The luminaire shall be provided with anti-glare grill or frosted glass.
10. Two adjustable cable entries and a terminal block for the connection of in- coming
supply cables shall be provided in luminaires incorporating auxiliaries and shall be
situated as close as possible to the point of entry of the supply cable and shall be
readily accessible and ground wire connection is to be taken through the plug and
socket connector to ensure that ground potential is maintained on the gear tray when
it is being removed from the luminaire for maintenance.
11. A means of clamping the electrical supply cables shall be provided in the lantern
where necessary to relieve the termination of strain. The cable clamp arrangement
shall not damage the insulation of the cable.
12. Protective sheath for power supply cable, and expandable nylon cable grip for wiring,
conforming to BS EN 60598-2-3
13. Brass earth terminal set-in housing, according to BS EN 60598-2-3.
14. The lamp caps and the lamp holders shall meet the requirements of BS EN 60061
part 1.
15. The luminaire shall be equipped with two brackets suitable for corner mounting and
shall be of hot dipped galvanized steel. The brackets shall be adjustable for
continuous inclination from 0-180 degree.
18.1.8 Luminaires - Mechanical Requirements
1. Luminaires shall have separate compartments for the optical system and for the
control gear.
2. The tightness of the optical compartment shall be IP65, according to the I.E.C. 598-1
standard (International Electrotechnical Commission). This tightness degree shall be
achieved by the use of neoprene gaskets or silicon gasket. The design of the
luminaire shall be such that the sealing gasket will never be exposed to sunlight or to
the luminous flux emitted by the lamp.
3. The tightness of the control gear compartment shall be IP65 or better, according to
the I.E.C. 598-1 and 2 standards.
4. The opening of the control gear compartment shall allow a complete and easy visual
check of all electrical parts and shall be suitable for easy access and easy
maintenance.
5. The mechanical strength of the body and its accessories and the protector of the
luminaire shall be sufficient to withstand without any damage a mechanical shock
having an impact energy complying with BS 60598-1.
6. The luminaire shall be able to withstand without any damage a wind speed of 160
km/h during a short period of time.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/78 December 2011
Street Lighting Works Doha South
7. Special precautions shall be given to the choice of materials which shall be able to
resist without any damage or ageing or alteration in its structural or physical
properties, the climatic conditions in addition to the heat emitted by the lamp.
8. Fixing shall be of an effective locking means using stainless steel bolts grade AISI
316.
9. The luminaire in general shall comply with the requirements mentioned at BS 60598-
2-3
10. Luminaires shall have protection against ingress of moisture of IP 65.
11. All fixings which carry the weight of the lantern and internal accessories shall be
provided with suitable locking devices to prevent the dislodgment of any part of the
lantern by vibration either in service or in maintenance. Compliance shall be checked
as per BS 60598-2-3
18.1.9 Luminaires - Electrical Requirements
1. The electrical accessories, such as ballasts, ignitors and capacitors, shall be prewired
and pre-assembled on metallic supports that are fixed into the control gear
compartment for each lamp.
2. Special care shall be taken to allow easy maintenance and quick replacement of the
accessories. They shall be bolted (and not riveted) on the removable supports. The
supports shall be laid down in the compartment and in no case shall be suspended by
bolts, for security reasons and maintenance facilities.
3. All electrical accessories shall be able to withstand in continuous operation and
without any damage, the temperature existing inside the control compartment, in an
ambient temperature of 55 degree C. Cable connections to the lamp holder within the
lantern shall be of the heat resistant type with silicon or glass fibre or other approved
insulation. The arrangement shall comply with BS EN 60598-2-3
4. The cable feed terminals and the earth screw shall be fixed inside the control gear
compartment. A cable holder shall be mounted near the terminals. An isolating
conduit shall be fitted to protect the incoming feeder cable. The arrangement in
general shall comply with BS en 60598-2-3
5. A separate set of control gear shall be provided for the lamp comprising one choke
associated with one capacitor, one ignitor and starter (instant type) if any. The control
gear should be encapsulated in an approved enclosure conforming to IP 65 or better
tightness. Terminals of all ballasts, capacitors, ignitors (if any) and starters shall be
shrouded. The ballast shall be designed to operate the lamp and control it
continuously in ambient temperatures ranging from 0 degree C to 80 degree C.
6. The choke shall be tropicalised of Class H insulation and vacuum impregnated. The
capacity of the choke should be such as to keep the illumination of the lamp within
the design limit. The capacitor shall be of the diphyenyl impregnated type and shall
be in a leak-proof metal container fitted with an internal discharge resistor. The
permitted operating temperature of the capacitor shall be marked on its case and
shall be 90 Deg. C. The capacitors shall have value sufficient to raise the power
factor of the complete system to 0.85 or better. Each lamp shall operate using only
one choke and one capacitor. Any combination of two or more capacitors to have the
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/79 December 2011
Street Lighting Works Doha South
equivalent value of capacitance will not be accepted. Chokes and capacitors shall
comply with the latest BS EN 61347 and BS EN 60923.
7. The control gear shall be supplied by the lantern manufacturer and shall be
incorporated in a separate compartment in a way that heat emitted by the lamp is not
conducted or transferred to the gear components.
8. The lantern shall have a screw type lamp holder. The lead at the higher potential
above earth shall be connected to the centre contact.
9. The operating temperature and thermal endurance characteristics shall conform to
BS EN 60598-2-3.
18.1.10 Luminaires - Photometrical Requirements
1. The lamp fitting shall be adjustable to allow the luminous flux distribution to be
adapted to the geometrical installation conditions.
2. The adjusting device of the lamp shall be sufficiently sturdy, and designed in a way
that it cannot be disturbed, during its normal life time (vibrations) or during
maintenance operations (lamp replacement).
3. This device shall have permanent markings so that the lamp position recommended
by the manufacturer can be easily realized.
4. The photometrical classification of the luminaires, according to CIE Nr. 34 publication
shall incorporate the following characteristics, depending on the lamp position
adjustment :
Longitudinal flux control : Throw - intermediate or long
Transverse flux control : Spread - Narrow or average
Glare control : SLI - Greater than 3
18.1.11 Luminaires - Photometrical Performance Requirement
1. Computer calculations relating to illuminance and luminance results detailed
hereinafter shall be submitted. The overall luminance uniformity ratio (UO) and
longitudinal luminance uniformity ratio (UI) which has to be achieved in the
underpass, values of glare control mark (G), threshold increment (TI) and specific
Lantern Index (SLI).
2. For the luminance calculation, the underpass road surface to be considered is the R3
type with QO = 0.07 according to CIE Standards.
3. The calculations shall be performed in accordance with CIE Nr. 30 publication and
shall be based on the data given in the Drawings. These computer calculations shall
achieve the requirements of this Specification.
4. These results are to be achieved taking into consideration a total maintenance factor
of 0.8 (dust depreciation factor x lamp lumen depreciation factor).
5. If possible to have more spacing the computer calculations shall determine the
maximum spacing of luminaires to be adopted to achieve the above results.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/80 December 2011
Street Lighting Works Doha South
18.1.12 Documents to be Submitted
1. The Contractor shall supply the following technical documentation and information for
each type of luminaires for the approval of the Engineer.
2. Catalogue sheet of the luminaire.
3. Detailed construction drawing of the luminaire, Polar diagram of luminous intensity in
roadway vertical plan and transverse vertical plans.
4. Utilization factor curve for actual inclination of luminaire.
5. Isolux diagram for actual inclination of luminaire.
6. Intensity table, in the C-gamma co-ordinates recommended by CIE Nr. 27
Publication.
7. Computer calculation print-out showing the illumination and luminance levels.
Longitudinal Uniformity Ratio (UI), overall Uniformity Ratio (UO), specific lantern
index (SLI), glare control mark (G) and threshold increment (TI).
8. Tightness test certificate conforming to IP65 protection degree for the optical
compartment of the luminaires and the IP65 protection degree for the control gear
compartment. This test certificate shall be issued by an independent official
laboratory.
9. Shock test certificate confirming the resistance of the body to an impact energy as
per BS EN 60598-1. This test certificate shall be issued by an independent
laboratory.
10. Wind resistance certificate confirming that no damage will occur to the luminaire at
winds up to 160 Km/h for a short period. This certificate shall be issued by an
independent official laboratory.
11. Total weight of the luminaire (with lamp and control gear).
12. Power factor of one complete luminaire (under normal working conditions)
13. Total electric consumption of the luminaire, including control gear losses.
14. Rated lumen output of the lamp under nominal conditions
15. Depreciation curve of the luminous flux with burning hours.
16. Luminous flux variation with the main voltage.
17. Make and type of ballast and capacitors separately with their electrical
characteristics, e.g.. Impedance, power factor, Temperature rise (t), max.
temperature (tw) and power losses.
18. The Contractor shall submit full details of areas using the same type of luminaires in
the Middle East and Gulf Area.
19. A computer program according to CIE standard should be supplied and the matrix
program for the proposed luminaire.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/81 December 2011
Street Lighting Works Doha South
20. The Contractor shall submit for the Engineer's approval dimensioned drawings of the
control gear arrangements showing the exact positions of chokes and capacitors
within the lantern.
21. The Contractor shall submit a sample of the proposed luminaire for the approval of
the Engineer.
18.1.13 Underpass Lighting Control
General
1. The underpass lighting system shall be controlled automatically by means of a
photometer system consisting of photometers, and photometer control units.
2. The lighting control shall be such as to switch on and off selected groups of
luminaires in conformity with the increase and decrease of external luminance at the
entrance zone.
3. The photometers shall continuously monitor the external luminance and transmit the
signals to the photometer control unit which shall process and convert the signals
received to determine the appropriate switching stage.
4. The Contractor should submit a list of spare parts required for future maintenance
and train 3 persons from the Employer's staff for such a work.
Photometers
5. Photometers shall be provided for the purpose of sensing the adaptation underpass
surrounding luminance. The photometers shall operate on silicon photoelectric cell
with a suitably designed amplifier to give a linear electrical signal output proportional
to the luminance measured. Suitably compensating filters shall be provided between
the lens of the photometer and the photoelectric cell to ensure that the field of image
scanned by the photoelectric cell is adapted to the spectral sensitivity of the human
eye.
6. The photometer housing shall be corrosion proof and made of high-grade stainless
steel. The camera shall be equipped with a high-grade steel swivel base, which can
be swivelled +25 degree horizontally and vertically, mounted on steel column.
7. A self-limiting heating cable system shall be provided to ensure the absence of
moisture so that it would not affect the operation of the instrument.
8. Suitable shade shall be provided to prevent solar irradiation to the casing.
9. Cable entry glands for power supply and signals to the photometer control unit shall
be absolutely dustproof and moisture-proof.
10. The signal cable interconnecting the photometers and the photometer control units
shall be multi-core armoured cable with shielding, compatible to the control system
proposed.
11. The photometers shall be mounted on steel column pointing in the drivers' direction
of vision, at a height of approximately 4.5 m and at the Engineer approved locations
at the entry portal (or at two portals if traffic flow is bidirectional).
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/82 December 2011
Street Lighting Works Doha South
Photometer Control Units
12. Photometer control units shall be provided to detect the signals from the associated
photometers and generate appropriate output to activate switching in the various
zones. The photometer control units shall be incorporated into the Street Lighting
Control Cabinet.
13. The photometer control unit shall be equipped with, but not be limited to, the
following:
(a) Digital display of the external luminance
(b) Switch-on and switch-off level presets for various switching stages and various
lighting zones.
(c) LED indicators to indicate the associated switching zone / stage are activated.
(d) Delay-on, delay-off and minimum burning time presets within the range of 15
seconds to 15 minutes minimum for each switching stage.
(e) Automatic switchover to pre-set lighting levels upon detection of failure of
photometer system, with time delay.
(f) Output relays with dry contacts to facilitate switching of various stages of
underpass lighting.
Direct measurement of access zone luminance on site
Luminance meters accepting a 20 deg. circular field of view shall be used to measure the
maximum access zone luminance.
The luminance meter shall be mounted on a tripod in the centre of the eventual approach
roads at a height of 1.5 m above the road surface and with the 20 deg. field centred on
the underpass entrance. The meter shall be positioned at the safe stopping distance from
the portal. Observations shall be taken on several days with the sun shining and with
white clouds in the sky and in the field of measurement.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/83 December 2011
Street Lighting Works Doha South
18.1.14 Cable tray
The tray system shall generally be routed under the ceiling slabs and only above the false
ceiling. The contractor shall supply all labour, material and accessories for the completion
of this installation strictly in accordance with the specification.
Heavy duty perforated cable tray shall be provided in cable system at both axis i.e. :
horizontal & vertical. The cable tray system shall be designed in the standardized modular
system and comprise of basic modules of trays, fittings and accessories. Each modular
shall be fabricated from prime quality mild steel sheet and then hot dip galvanized of 60
microns.
Modular of 90 degree elbows, t joints and double, T joints shall be used for horizontal
changes in the direction of cable runs while hinged connectors shall be used for vertical
branch off. The branch off joints should be such as to allow for angle connection to be
easily bolted to them by means of button head screws. End plates shall be used to closed
off unevenly cut faces of the cable trays and protect the cables from damage.
Cable trays shall be heavy duty, stainless steel or hot-dipped galvanized steel, with return
edge flange for internal and external services. They shall be sized by the Contractor in
order to give adequate support for the number of cables to be carried in line with
manufacturers recommendations and shall give sufficient space between cables to avoid
de-rating due to grouping. Contractor to submit cable tray / ladder loading calculations for
the worst cases for approval of Engineer. Sun shade shall be provided for external
applications
Latest edition of codes and standards of International Electromechanical Commission
(IEC), British Standard Institution (BSI), NEMA, ASTM, ISO and National Fire Protection
Association (NFPA) shall be applicable.
Service Conditions
The cable tray system supplied shall be suitable for installation and use under given
combination of environmental conditions. Due and liberal consideration shall be given to
the climatic conditions with respect to temperature, humidity, dust, etc.
Manufacturing of the cable trays shall be based on the extreme climatic conditions of the
state of Qatar .
The cable trays shall be manufactured for installation where cable trays may be directly
exposed to the sun, under pass / tunnel, along structures etc
The materials should be stored as per manufactures recommendation.
Inspection, Testing and Commissioning
General
1. This Section covers particular requirements of Tests on Completion for the inspection,
testing and commissioning.
Equipment Inspection
2. The Engineer will attend the manufacturer's works to inspect equipment prior to
shipment. The items to be inspected shall include all items for the installation
including but not limited to the following major equipment.
LV and Control Cables
Lighting street Control cabinets
Underpass Lighting
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/84 December 2011
Street Lighting Works Doha South
The scope of inspection will include type tests document control & routine, test
inspections.
Factory Acceptance Tests
3. The Contractor shall be responsible for the completion of the following minimum tests
to provide assurance that the equipment/plant/material being supplied will meet the
performance requirements of this Specification and the relevant IEC Standards.
Where applicable, all tests shall be carried out in a manner as set down in relevant
IEC Standards. The List provided is an indicative minimum of the tests required.
4. The Contractor shall develop full test schedules for the approval of the Engineer in
accordance with the requirements of this Specification.
Underpass Lighting
Illuminance measurements.
Luminance measurements.
Calibration of photometer control unit sensors and control devices.
Test to establish correct operation of underpass lighting control.
Supply System
The supply system shall be tested in the sequence indicated:
Continuity of protective conductors, including main and supplementary equipment
bonding.
Earth electrode resistance.
Insulation resistance.
Polarity and Earth fault loop impedance.
Note: Material to be installed should be prequalified. If the manufacturer is new then he
has to follow the prequalification process including submission of test report for raw
material and finished product from an ISO certified independent test laboratory
according to the above standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads
Operations And Maintenance Department) contractor should submit type and routine
test report for each batch of material arrival on site including test report for raw
material or otherwise the material will not be accepted.
19. Specification for supply and installation of Decorative column
Decorative columns shall be manufactured in an ISO 9002 and ISO 14001 certified
facility. Manufacturer shall provide written warranty against defects in workmanship,
including replacement for Decorative columns
Public Works Authority will choose the manufacturer, from where the columns have to be
installed. The manufacturer should be either from European Union or America. The
contractor should install sample based on street lighting division selection from the
different catalogues provided submitted by the contractor. Final submission of the shape
and the quantity will be based on approval from the department. The contractor is
responsible to arrange supply and installation including all charges of transportation and
other charges for even as low as one column and all associated accessories.
PWA/Ashghal will pay only according to the price quoted in the Bill of Quantities.
The Column should be made from hollow section to BS EN 10210 Part 2:2006 in steel /
aluminium or other material to BS 4360:1990 Grade 43C or any approved equivalent
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/85 December 2011
Street Lighting Works Doha South
norms. The hollow section should have a minimum tensile strength of 430 N/mm
2
and
minimum yield stress of 255 N/mm
2
.
The design of lighting column are dynamically approved and verified by using (finite
element analysis). Should design to withstand wind speed of 45 m/sec, topography,
ground roughness and statiscal factor of 1.0
Column should be designed in accordance with BS EN 40-3-3:2003
Welding on column and column with base flange plate should be in accordance with BS
EN 1011-1:2009 & BS EN 1011-2:2001.
RCC Foundation:
Manufacturer of street lighting column should prepare and supply the detailed
specification/dimensions/design for RCC foundation of column along with reinforcement
and the delivery of columns and brackets.
Columns and brackets should be manufactured according to BS 5649 or EN 40. Column
and bracket should be made of aluminium or steel or other material. Columns and
brackets should be hot dip galvanised to EN ISO 1461, T-washed and primed in a grey
high build vinyl primer. Should be painted in any standard RAL colour and the choice of
paint system should be suited to more aggressive environments such as coastal area.
The wall thickness of the column and bracket should be 4 mm minimum.
Decorative luminaire should be compatible with decorative column and bracket and as per
recommendation by the manufacturer, should have diamond optic reflector system. The
whole luminaire should be sealed to IP 65. The lamp should be either high pressure
sodium or metal halide or as per recommendation from the manufacturer. The body of the
luminaire should be die cast aluminium or any material suitable for the above
environment.
The contractor should submit the lighting design calculation from the manufacturer.
Supply
1. Decorative column
2. Decorative luminaire with control gear, lamp and accessories
3. Decorative bracket
4. Cut out with MCB and cable gland
5. Flexible wire
6. Concrete with reinforcement for base
Installation
All the above including all the accessories (including the one that is missing and not
mentioned) required to energize including testing and commissioning, make the system
work.
The contractor should excavate foundation base as per the recommendation of the
manufacturer based on the soil condition of the place of installation in the state of Qatar.
Install base. Should remove the excavated waste to the offsite tip.
All the above items are covered in the Section G Bill of Quantities, Bill No. 9 for each
height with no extra cost to PWA/Ashghal.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/86 December 2011
Street Lighting Works Doha South
Note - Material to be installed should be prequalified. If the manufacturer is new then he
has to follow the prequalification process including submission of test report for
raw material and finished product from an ISO certified independent test laboratory
according to the above standard specifications or equivalent.
For the product which are already pre-qualified by the PWA/Ashghal (Roads
Operations And Maintenance Department) contractor should submit routine test
report for each batch of material arrival on site including test report for raw material
or otherwise the material will not be accepted.
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/87 December 2011
Street Lighting Works Doha South
Annexure-1
Approved manufacturers of street lighting materials
High Mast Columns 1 Petitjean Lighting Columns France
2 CU Lighting U.K
3 AL Babtain KSA
4 S&A Abahasian (Omega) - KSA
5 Galvanco KSA
6 MITAS Turkey
7 CEPAS - Turkey
8 CHUE CHIN HUA Ltd Thailand
9 Abacus UK
High Mast Luminaire 1 Siemens - UK
2 GE-USA
3 Saudi Lighting KSA
4 Thomas & Betts USA
5 PHILIPS UAE/Holland
6 AL Babtain KSA
7 Shreder UAE/EU
Street Lighting Columns 1 Petitjean Lighting Columns France
2 CU Lighting U.K
3 AL Babtain KSA
4 S&A Abahasian (Omega) - KSA
5 Galvanco KSA
6 MITAS Turkey
7 CEPAS - Turkey
8 CHUE CHIN HUA Ltd Thailand
9 Abacus UK
10 Galvacoat UAE
11 Laysaght Malaysia
Street Lighting Luminaries 1 Siemens UK
2 GE USA
3 Saudi Lighting - KSA
4 Thomas & Betts USA
5 PHILIPS UAE/Holland
6 AL Babtain KSA
7 Shreder UAE/EU
8 Thorn UK/UAE
Magnetic Ballast 1 Tridonic European Union
2 Philips - UAE/Holland
3 GE-USA
4 Paramar-UK
5 Mayo & Christie Germany
TECHNICAL SUBMISSION
SECTION C PART 2 PROJECT SPECIFICATION
AA-R 11/12 M 025 G C2/88 December 2011
Street Lighting Works Doha South
Approved manufacturers of street lighting materials (contd)
Street Lighting Cable
1) 4CX16/25/35 mm
2
CU/XLPE/SWA/PVC
2) 3CX2.5/4mm
2
CU/PVC/PVC flexible heat
resistant wire
1 Ducab UK/UAE
2 Saudi Cable - KSA
3 Riyadh Cable - KSA
4 Jeddah Cable KSA
5 Gulf Cable Kuwait
6 Oman Cable Oman
7 BICC-UK
8 Pirelli Cable UK
9 ELSEWEDY Cables Egypt
10 Doha Cables Doha
Street Lighting Feeder Pillars 1 AA Eng- Qatar
2 AL Hussain Switchgear Oman
3 Bin Ghalib Sharjah UAE
4 Gulf Switchgear UAE
5 Bahrain Switchgear Bahrain
6 Electrical Suppliers Est. UAE
7 Quick Electrical Industrial Co. UAE
8 Arabian Gulf switchgear UAE
9 Gulf Switchgear Qatar
10 Qatari German Switchgear Co. - Qatar
High Pressure Sodium Vapour Lamps 1 GE- USA
2 Philips UAE/Holland
3 Osram Germany/EU
4 Aura Lights UAE
5 Melux Japan
LV Cable Joints for street lighting cables 1 Heat Shrinkable polymer system - UK
2 Compaq International India
3 Yamuna Gas India
4 Raychem India
5 3M - Germany
CUT-OUT with MCB 1 Tofco- UK
2 Lucy - EU

You might also like