Civil Design Specification NGC Works
Civil Design Specification NGC Works
Table of Revisions
Revision Date of
Reason for Revision Revised by
Number Revision
0 12/08/05 Draft Issue for client comments P.Kendrew /
J.Callanan
1 09/09/05 Revision following increase to scope of P.Kendrew /
works J.Callanan
2 07/03/06 Revision following client comments J. Callanan
2. This document is referenced by the PDP and must be completed as far as possible at both the time of obtaining
agreement from the Senior Project Manager (Construction) and at scheme handover to Construction.
3. This document will be transferred directly to the contract tender document and will be part of the contract
specification.
4. When required Construction must update the document to make suitable for the tender process.
5. Where resanction involving design changes occur, this document must be reissued by Network Design.
6. Whenever possible utilise the format in the following pages to provide commonality of presentation. However, the
format provided may be modified to suit a particular scheme.
7. The document specifies substation civil design and installation. It also specifies building/site services and any
measures for managing the environment (eg. landscaping/access roads). The content should include under key
requirements and issues, specific requirements, information and areas of novelty, complexity, hazard or risk, of
which Construction and later a Contractor needs to be informed.
(Scheme specific civil engineering and environment management requirements for a substation and substation building
and site services requirements)
1. Summary of Work
1.1 The works associated with the 400kV substation under this scheme can be summarised as
follows:
- The installation of new SGT3 bay within the 400kV substation, comprising :
- Replace the existing SGT2 400/132kV transformer on a like for like basis. This will also
involve modifications to the existing bund, and the replacement of the existing protection and
control equipment with new NICAP equipment.
- In addition to the main bay construction, additional civil works will be required as follows:
Post insulator bases for the main 2 busbar extension for SGT3.
Removal of post and wire fence and timber structure in storage area located on site
of new SGT3 bay.
Remedial work to the existing drainage system and extensions to the system
associated with the SGT2 and SGT 3 works.
Make good/reinstate all areas damaged during the construction works, and remove
all debris to approved landfill sites.
Civil works associated with spare 132kV cable modifications to be carried out by
EDF.
The work to SGT 3 will be carried out late 2006 / early 2007 with the SGT 2
works provisionally programmed for 2009.
2. Site Information
2.1 Rayleigh 400kV substation lies directly off of the A129 (‘London Road’), in Rayleigh, Essex.
Rayleigh 400kV Substation was originally built in the late 1960’s and commissioned in 1970
and is owned and operated by NG. The substation is of AIS outdoor switchgear design and
comprises 19 full bays and one spare bay to be utilised for the new SGT3.
The existing Rayleigh local 132kV substation is of AIS outdoor switchgear design and owned
and operated by EDF.
The proposed working area, laydown area and accommodation area is shown on Overall Site
Plan drawing No. 5038600/09.01/0001
2.2 Sole access to the substation is via the main entrance/access roadway off of the A129. Entry
to the site and local entry to the 400kV substation along the entrance roadway is controlled by
electric gates.
2.3 The site safety clearance height is 2.8m. Vehicles above this height can only be moved on
site as directed by an NG Senior Authorised Person. There are height barriers on site to
enforce this.
2.4 Previous ground investigations on site typically reveal top soil and subsoil overlaid by
approximately 9m of stiff clay – see section 8. for further details
2.5 Existing site drainage details are shown on drawing nos. 12/6906, 12/27065 and 12/27069
and a drawing indicating a possible drainage solution for the works is shown on drawing
2.6 A CCTV drainage survey of the existing drainage system was carried out in November 2005.
This is further discussed in section 3.
Supplier design: Access to the site is via the existing access road from A129
As details of the location of any existing underground services are not certain
we would propose to undertake a CAT scan followed by trial trenches
excavations to prove the position of known services followed by trial trench with
a small machine without bucket teeth all in accordance with AREVAs safe
digging policy. Any services entering the trial trench would be investigated and
the position will be marked. We have not included for diversion of any
unknown underground services.
We have allowed for maintaining the road clean during our construction works
with road sweepers as and when required.
During construction works the site will be protected by external HERAS type
fencing. For the internal protection we will use plastic demarcation barriers.
Planning consent
We have assumed that the client has obtained planning permissions and
discharged any conditions; we have therefore made no allowance for time or
money in dealing with planning approval. If required we presume the client
would be responsible for any environmental impact studies and implementation
of any recommendations.
3. Drainage
Existing site drainage details are shown on drawing nos. 12/6906, 12/27065 and 12/27069.
A Discharge Consent exists with the Environmental Agency for the site, however as the
proposed works will modify the drainage arrangements, the Environmental Agency must be
contacted to discuss the modifications.
A CCTV drainage survey of the existing drainage system was carried out in November 2005.
Where drainage lines were found to be obstructed by silt or debris, high pressure water jetting
was employed to remove these obstructions and re-surveys were carried out post cleaning.
The site interceptors were also cleaned.
The results of the subsequent survey will be available in early April 2006. However, it is
known that defects exist and remedial work will be required to return the site drainage system
to good working order. The Contractor shall allow for this.
It is proposed to connect the new drainage system to the existing site drainage system.
This drainage line runs to a 20L/s Class 1 Full Retention interceptor at the south west corner
of the site, with an outfall to an adjacent ditch.
As the oil interceptor does not contain an associated sampling chamber, the Contractor shall
construct a chamber in accordance with NGTS 2.20.
Notwithstanding the above, the Contractor is to undertake all necessary surveys and
inspections and provide calculations to confirm that this is the optimum solution or propose
and justify any alternative solution. Sustainable drainage systems shall be considered as
stated in the Building Regulations (compliance is not obligatory).
In the absence of detailed information from the CCTV survey, it is proposed to re-employ the
existing drainage system for SGT2, modified as required, as detailed on Drawing No.
5038600/09.01/0003.
The existing drainage for SGT2 runs along the western side of the main access roadway.
This drainage line runs to a 30L/s Class 1 Full Retention interceptor at the northern end of the
site, draining to a ditch.
As the oil interceptor does not contain an associated sampling chamber, the Contractor shall
construct a chamber in accordance with NGTS 2.20.
Nothwithstanding the above, the Contractor is to undertake all necessary surveys and
inspections and provide calculations to confirm that this is the optimum solution or propose
and justify any alternative solution. Sustainable drainage systems shall be considered as
stated in the Building Regulations (compliance is not obligatory).
Supplier design: We have reviewed the existing drainage scheme and the capacity of the
existing oil interceptors. Unfortunately the information available is not of
sufficient detail to enable us to fully assess the spare capacity within the
existing drainage systems and oil interceptors.
Our offer is on the basis that the existing system and oil interceptors have
sufficient capacity to accommodate the very small increase in flows created by
the works. Should our offer be successful we will review the scheme and seek
approval from the Environment Agency, should this highlight the need for
additional works to satisfy the Environment agency we will advise the client on
the programme and cost implications accordingly. The site already has land
drainage and we are building within this area so overall we are not increasing
the area to be drained. We are only increasing slightly the run off profile due to
a slight increase in hard standing area which will result in an earlier surge
profile. However the increase is only very small as the transformer bunds tend
to act as a storm arrestor with the bund control units only discharging at around
4 litres/sec.
We have not included for rectification of any defects to the existing drainage
system.
4. Oil Containment
4.2 The SGT3 oil containment bund shall be designed in accordance with NGTS 2.20 and BS
8007 (0.2mm crack width) and shall be of a ‘moat-type’ design.
4.3 A concrete skidway adjacent to the new SGT 3 bund and a 25m long oil containment area
shall be established adjacent to the new bund and shall drain via a Class 1 Full Retention oil
interceptor.
4.4 Replacement of SGT 2 will necessitate modifications to the existing SGT2 bund to suit the
orientation of the new transformer and associated electrical hardware. This work will require
the bund to be lined. Details of the existing SGT 2 bund appear in the following drawings:
16/10039, 18/3310 and 34/1911
4.5 SGT 2 works will also involve modifications to the skidway and construction of a 25m long oil
containment area adjacent to the bund. The containment area shall drain via a Class 1 Full
Retention oil interceptor.
4.7 The proposed oily water system associated with the Works in discussed in section 3. above.
Supplier design: We have assumed that the existing oil interceptor is sufficient for the new
transformers. No extra cost has been included for providing a new oil
interceptor.
Rainwater collecting in the oil bunds will be removed by a bund water control
pump and discharged into the drainage system
The area of roadway in front of the transformers will be bunded, with the
drainage connected to the oil interceptor.
5.2 The proximity of SGT3 to SGT1 is such that a full height fire wall is required between the two
to satisfy the requirements of NGTS 3.1.3.
Furthermore, a fire wall is required north and south of SGT2 because of the proximity of an
adjacent auxiliary transformer and the Tilbury/Grain circuit.
Supplier design: Please refer to our response in clause 4 Substation Design Specification.
We have not included for a fire detection/protection system within the
substation compound. We have included for a new firewall between the SGT 2
and auxiliary transformer as shown on our layout drawing. SGT 3 has been
positioned such that a fire wall is not required.
6. Structures
6.2 The supplier shall assess all existing structures prior to re-utilisation and advise suitability for
continued use by referencing NGTS 2.10 and any relevant British Standard.
6.3 All redundant structures shall be dismantled down to below ground level so as not to present
a long term tripping hazard. All arisings to be removed from site and disposed of as
appropriate.
Supplier design: Noted and Accepted. Any new support structures (other than the gantries)
would be galvanised steel of a tubular unclimbable design.
7. Foundations
7.2 Transformer foundation and bund design shall be in accordance with NGTS 2.20 and BS
8110 and 8007.
7.3 Concrete shall be designed to resist attack by any aggressive materials found in the soil or
groundwater as required.
Supplier design:
Generally, all equipment will be supported on pad foundations extending to a
minimum depth of 0.55 m below existing ground level. The new foundation
bases will be designed for an allowable ground bearing pressure of 80 kN/m2.
We consider that the depth of the foundations is such that a small pump will
control any ingress of ground water into the excavations. We have therefore
not included for any more elaborate dewatering systems to reduce the ground
water level.
Any redundant foundation bases will be removed and will be back filled with a
suitable Type 1 material.
Our tender offer is based on machine excavations for all main earthworks
following the trial trenching.
All excavations will be carried out in accordance with Areva’a Safe Digging
Policy.
Plant support structures shall nominally be 50mm above finished substation
level except on sloping sites where the difference in level across the base will
be noticeable, exposed arises will have a 38mm x 38mm chamfer. The tops of
TRANSFORMER
Due to the condition of the existing SGT 2 transformer bund, we have included
for demolishing the bund walls, adjusting the size and position of the plinths to
receive the new transformer and casting new reinforced concrete bund walls.
This will form an above ground bund, as existing. A sump will be provided with
an ‘aqua sentry’ to remove any rain water via the oil interceptor.
We will provide a sump of 600mm x 600mm x 300mm deep
8. Geotechnical
It is known that contamination levels in the ground pose no risk to human health. Concrete
shall be designed to resist attack by any aggressive materials found in the soil or
groundwater as required.
8.2 Two previous Site Investigation Reports relating to the 400kV site are available (SM74 &
SM804).
These investigations indicate that the overall 400kV site typically consists of top soil/subsoil
overlaid by a silty CLAY, approximately 9m deep, with stiffness increasing w/ depth.
SM74 suggests the 400kV substation site should be capable of providing a safe Bearing
Xapacity of 140kN/m2, except in areas of localised blue/grey clay located near the surface
where a value of 70kN/m2 might be more appropriate.
As discussed in Section 8.1, the Contractor shall procure Geotechnical, Topographical and
Contamination information specifically relating to this development.
Supplier design: Limited geotechnical and topographical information has been made available
at tender stage, we have therefore assumed that the sub-strata has a bearing
capacity of 80kN/m2 and have included for a geotechnical site investigation to
confirm this. Upon receipt of this report we will advise the client of any
variations and cost or programme implications.
Our tender offer is based on good ground conditions and therefore we have not
allowed for any piled foundations.
Although the current SGT 2 transformer is leaking, we have assumed that all
leaking oil has been contained within the existing bund. We have therefore
made no allowance for contamination of the surrounding ground, necessitating
the need for removal and disposal as contaminated waste.
Our price does not include for any asbestos material disposal.
No extra cost has been put against contaminated water from dewatering of
foundations during our construction.
We have not included for any dewatering or sheet piling of the transformer
bunds in the absence of detailed geotechnical information.
10. Buildings
10.1 The existing empty Blockhouse in the spare bay adjacent to SGT3 shall be re-used,
refurbished as necessary to suit. The Contractor shall also ensure that all necessary
services, such as heating, lighting, small power, telephone etc are installed.
10.2 Noise enclosures shall be provided for both SGT 2 and 3. Careful detailing and fabrication is
required to ensure these enclosures are weathertight, i.e. rain water ingress shall be
prevented
Supplier design:
GENERAL
We have included for the removal of the existing timber shed on the site of the
SGT3 transformer.
10.2 Noted and Accepted. AREVA will provide two noise enclosures required
for the SGT3 and SGT2 transformers including noise level studies.
11.2 The Contractor to provide all necessary ducting / access requirements to the Blockhouse.
11.3 All temporary services required for the construction and installation works shall be provided
as necessary for the duration of the contract.
However as the equipment is not specified where the additional requirement for
100 lux average and 50 lux minimum is required and as this could prove
difficult to provide in association with all the other constraints, we have not
We have allowed for temporary lighting during our civil construction works.
A post containing a security ‘swipe card’ unit located in the Control Building car park shall be
temporarily removed and re-installed to allow delivery of the new STG3.
12.2 In the event that any roads, paths, kerb lines or street furniture of any type is damaged during
construction, the Contractor shall make good all repairs as soon as is practicable.
Supplier design: Our tender offer is on the basis of that the existing access road is adequate to
carry out the civil works and for civil material transport and therefore we have
not included in our offer for modifying/upgrading this road, since this is deemed
suitable for our project construction/activities/deliveries.
13.2 Photographic record of existing trench covers shall be taken prior to commencement of any
construction works. Any multicore trenches which are re-used shall be inspected along their
entire length and any broken covers replaced with GRP covers.
13.3 400kV SGT bay comprise existing multicore trenches back to each blockhouse and shall be
utilised as far as possible. These are to be extended as required. Multicore cable trenches
shall be designed and installed in accordance with the requirements of NGTS 2.10.
13.4 Any redundant multicore / pipework trenches to be removed, stripped out or made good as
required.
Supplier design: A new precast concrete multicore cable trench system with concrete covers will
be provided for the main routes as shown on layout drawing.
Multicore cables will be direct buried from the equipment to these main
trenches. There will be an earthing cable duct supplied at every 8-10 metre
intervals under the trenches. High load capacity (11.5T) trench covers will be
provided at road crossings. Medium load capacity (5T) trench covers will be
provided for MEWP access points. Elsewhere 2T concrete covers shall be
provided.
The cable trench system will be free draining to the existing ground.
The trench covers from redundant trenches will be removed and then the
trenches will be backfilled.
The existing post and wire fence in the storage area in the south east corner of the site shall
be removed.
Any fence modifications to be permanent and be built in accordance with NGTS 2.1b
14.2 The Contractor shall supply all temporary fencing (and associated temporary earthing) as
required to establish demarcated work areas to the satisfaction of the NG SAP.
Supplier design: In the area of the SGT 3 transformer we have included for the removal of the
fence to the existing storage compound. New chain link fence will be provided
across the front of the transformer to link up with the existing fence. New
double swing gates and height barrier will be provided to the existing perimeter
access track.
We have allowed for the temporary HERAS fencing to the perimeter of our
construction/laydown area during civil construction works.
In the area of the SGT 2 transformer we have included for removing the
existing palisade and electric fence and providing a new fence palisade and
electric fence, with gate, closer to the existing access road, so as to allow
space for the new equipment.
The Contractor is to agree all arrangements with the NG Senior Authorised Person (SAP).
16. Landscaping
Supplier design: In the adjacent field where the existing gantry and sealing ends are to be
removed, all excavations will be filled with 6F2 material and finished with top
soil and grass seed at a similar level to the surrounding area.
17. Maintenance
Supplier design: We have included for reinstating grass where necessary on completion of our
works.
We have also allowed for maintaining the seeded grass areas during dry
weather until the new grass has become established.
We have included for defects rectification during the Defects Liability Period but
we have not included for any routine maintenance works within our civil scope.
18. Redesign
18.1 The Contractor may re-design the indicative layout of the 400kV site, provided this results in
acceptable improvements in terms of issues such as construction time, quality, price, time to
first maintenance etc.