ML102870274

From kanterella
Jump to navigation Jump to search
6.4 Rigid and Flexible Sleeves
ML102870274
Person / Time
Site: Crystal River Duke Energy icon.png
Issue date: 02/06/2010
From:
- No Known Affiliation
To:
Office of Information Services
References
FOIA/PA-2010-0116
Download: ML102870274 (66)


Text

6.4 Stresses due to Rigid and Flexible A Sleeves

==

Description:==

In post-tensioned systems, sleeves are installed at the same time as reinforcing bars to be used later as conduits for the post-tensioning tendons. Note that they can alternately be called "sleeves", "conduits", or "sheaths". We are using the former in this analysis.

Different types of tendon sleeves are used in Nuclear Power Plant containment structures. Rigid sleeves are used in straight sections while flexible sleeves must be used to go around containment penetrations.

6.4a: Vibration of rigid sleeves The hydro-blasting high-pressure water jets can induce stresses on the sleeves and concrete. Additionally, hydro-blasting can induce vibration of the exposed rigid sleeves leading to cracking in the adjacent concrete. In particular, thick-wall rigid sleeves are more prone to vibration than thin-walled flexible sleeves that would typically simply crush under the impact of the water pressure.

6.4b: No tensile transfer at the smooth concrete / rigid sleeve interface Rigid sleeves have a smooth surface that can lead to very low concrete/sleeve bonding and virtually no tensile carrying capability across the bond.

Data to be collected and Analyzed:

1. Review the types of tendon sleeves that are allowed in the Design Basis Document (FM6.4 Exhibit 1) and in the Work Order (FM6.4 Exhibit 2);
2. Examine the sleeves used at CR3 (FM 6.4 Exhibit 3, FM6.4 Exhibit 4, and FM6.4 Exhibit 5);
3. Calculate vibration due to possible excitation of rigid sleeves by hydro-blasting water jets (FM 6.4 Exhibit 6);

2/6/10 - Page 1 of 3 Draft 1

4. Examine the effect of no tensile transfer capability across the concrete/sleeve interface.

Verified Supporting Evidence:

a. The very smooth surface and lack of mechanical bonding at the sleeve / concrete interface leads to virtually no tensile transfer at the concrete / sleeve interface; Verified Refuting Evidence:
a. Using different types of sleeves is allowed by the Design Basis Document (FM 6.4 Exhibit 1 and FM6.4 Exhibit 2);
b. Using smooth rigid sleeves is standard in other plants that have not experienced delaminations;
c. Vibration analysis shows that the hydro-blasting water jets on the exposed sleeves do not generate stresses large enough to create the delamination (FM 6.4 Exhibit 6);

Discussion:

Examination of the vertical tendon sleeves demonstrates a mixed use of flexible and rigid sleeves in the CR3 containment structure (FM 6.4 Exhibit 3 and FM 6.4 Exhibit 5). Photographs of the containment show rigid tendon sleeves for hoop and vertical tendons in the area of the SGR opening (FM 6.4 Exhibit 4).

Concrete pieces recovered after the demolition job show a very smooth interface between the concrete and the sleeve surface (FM 6.4 Exhibit 7);

Although the impulse generated by the high-pressure water on the concrete structure is not sufficient to generate the delamination through vibration, it is possible that the added energy was instrumental to propagating the crack beyond its original location. Because there is a layer of material where the radial tensile stresses are positive (albeit small on average) (see FM 1.2), once the crack is generated, it is "live" and can propagate until reaching a region of zero or compressive radial stress. This is the case near the buttresses and below the ring girder where the steel reinforcement can carry the tensile stresses.

2/6/10 - Page 2 of 3 Draft 1

The mixed use of flexible and rigid smooth tendon sleeves is standard in the industry and in the case at most plants in the USA.

Because virtually no tensile load can be carried across the sleeve / concrete interface, the sleeves act like defects in the structure. In the various models, this is taken into account by having no cohesion or tensile stress carrying capacity between the sleeves and the concrete. The sleeves become potential initiators of cracks, especially as a very large traction is applied on one (but not the other) side of the sleeve.

This potential for crack nucleation is confirmed in the FEM analysis. It is captured at the discontinuity that represents each tendon location where traction is applied on the interior face only.

The analogy is that of tearing paper along pre-drilled aligned holes.

==

Conclusions:==

6.4a: Hydro-blasting induced resonant vibration in the rigid sleeves did not cause the delamination. It may have contributed to the crack propagation.

6.4b: Poor bonding at the concrete / sleeve interface leads to considering the sleeves as 5.25" cracked regions in the structure. This is however an as-designed feature that was considered when the plant was first designed and constructed. It did contribute to the delamination by weakening the plane of the hoop tendons.

2/6/10 Page 3 of 3 ONme e~ ee~toiý ý Draft 1

FM 6.4 Exhibit 1 Page 1 of 2 Pmg m CRYSTAL RIVER UNIT 3 Page 4 of 44 Rev. 6 DESIGN BASIS DOCUMENT SYSTEM NAME: SYSTEM CODE:

CONTAINMENT - GENERAL N/A PARAMETER SOURCE REASON Reinforcing Steel Bars Original Construction The following G/C, Inc. Intermediate grade billet steel ASTM A615 specifications define the reinforcement chosen because:

Grade 40 requirements for steel a. Conforms to ACI 318, reinforcement for structural adherence to which is concrete: required by 10CFR50.55a.

Repair of Delaminated Dome 1. SP-5646 b. Economical, available ASTM A615 2. SP-5648 material capable of satisfying Grade 60 design requirements.

The specifications are listed for reference only.

Cadweld Reinforcing G/C, Inc. Struc. Specs. Regulatory Guide 1.10, Steel Splices SP-5646 "Mechanical (Cadweld) Splices SP-5648 in Reinforcing Bars of Category I For splices of reinforcing (for reference only). Concrete Structures." (formerly bars larger than #11. Safety Guide 1.10)

Prestressing Material Conduit (General) The following G/C, Inc. All conduit must be capable of specifications pertain to the withstanding internal pressures

- 10 psig hydrostatic following entries for conduit and due to injection of corrosion pressure capacity are listed here for reference only: inhibiting grease.

1. RO-3040

- galvanized steel 2. SP-5844 All conduit galvanized to prevent corrosion and further assure

- capable of supporting containment of grease.

200 pound man All conduit must be capable of

- sufficient size to withstanding unanticipated loads accommodate a 163 wire during installation and tendon construction.

Rigid Conduit - Used in vertical See "Conduit (General)" for the Most economical material and hoop tendons in cylindrical Source of requirements cited on available to withstand loads due walls. this page. to concrete placement and also due to the internal pressure

- Round, mechanical welded exerted by the injection of tubing corrosion inhibiting grease.

- ASTM A513-69

- 0.065" minimum wall thickness

- 5 1/4" O.D.

- 5" I.D.

Tab 1/1, Revision 6

FM 6.4 Exhibit 1 Page 2 of 2 PrgressEm" CRYSTAL RIVER UNIT 3 Page 5 of 44 Rev. 6 DESIGN BASIS DOCUMENT SYSTEM NAME: SYSTEM CODE:

CONTAINMENT - GENERAL N/A PARAMETER SOURCE REASON Flexible Conduit - Flexible conduit specified in Used around penetrations in order to permit economical and wall of containment, efficient field fabrication and

- Minimum 22 gauge fitting.

- 5 1/4" O.D.

- 5" I.D.

Schedule 40 Conduit See "Conduit (General)" on Page Structural design material to 5 for the Source of requirements ensure that dome conduit Used in foundation mat and cited on this page. system is capable of supporting containment dome. the dome liner under concrete placement loads. This conduit

- ASTM A53-70, Type E or S is, therefore, load carrying such Steel pipe that Grade B material (fy = 60 Grade A for mat ksi) is specified.

Grade B for dome In the base mat the schedule 40 conduit (pipe) is the transition material between the trumpet in the base mat and the rigid conduit in the cylindrical wall.

This pipe is not required to carry structural load, such that Grade A material (fy = 48 ksi) is considered adequate.

Tendon Wire Tendon wire is specified in G/C, Steel conforming to ASTM A421 Inc. Specification SP-5583 and is is the standard material specified ASTM A421-65 listed here for reference only. throughout the industry for use Type BA as a buttonheaded tendon wire.

The steel used for this project is the Japanese equivalent of that material.

fy = 240 ksi Exceptionally high strength is required in order to develop the required level of prestress.

- Relaxation = 4% See "Tendon Wire" on Page 6 for Relaxation is a loss of stress the Source of the requirement when a wire is prestressed and cited on this page. maintained at a constant strain for an extended time. The degree to which this happens varies with the steel and is, therefore, specified by the steel supplier. That value must be known in order to evaluate the effective prestress over the life of the plant.

Tab 1/1, Revision 6

FM 6.4 Exhibit 2 Page 1 of 30 Document Header Sheet ilIIIII I Uf111 lUIIj1LUII H I III Ifi II1111

~i RAN 90048- 6691 DOC NO R03040 3F3N #

Page 2 of 30 FM 6.4 Exhibit 2 ENCLOSURE 2 FLORIDA POWER CORPORATION QUALITY ASSURANCE RECORD 6691 TRANSMITTAL ATTENTION: RECORDS MANAGEMENT SECTION (NR2A)

CRYSTAL RIVER UNIT NO. 3 DOCUMENTS TRANSMITTED: A_ _ _ ,_,.

Note* Documents are being transmitted for "HISTORICAL PURPOSES". These documents orn

'.st t trnnc t,

rirtPr1!tr ('1D1 am LajsJ. t~t.. tt, ~

R*tp IA itt in tho ELI t&*%

O* ltflI 1004

& 1 J'J innrn, C.E IILA.,L LII XjIi.; rnt;in frr-rn 4Vt LVAt~.I at&t,,, LI EJILI ti'.. I iVti.t.-,

~

Cr ct!,l QivPir tL~~ '...L ~Ott&Lfl.L~%IL Ro- ?JGL~O  !- dalid tiilali (1,~kdud kadme~ix A*)B The Quality Assurance Records listed above are hereby transmitted for inclusion in the Plant Quality File.

These records are complete and in compliance with the requirement of Florida Power Corporation's Quality Proram.

DATE -0 l!co Responsible Supervisol RECEIPT ACKNOWLEDGEMENT BY:

DATE Manager, Nuclear Information Resourc(sDsignee FUTURE RETENTION OF THESE RECORDS IS THE RESPONSIBILITY OF RECORDS MANAGEMENT.

Al-I 100 Rev. 34 Page 92

FM 6.4 Exhibit 2 FLORIDA POWER CORPORATION Page 3 of 30 POCER"V.... :-& 'O-"9SThUCTION DEPT.

CR(TL m':j;\. 'VER - UiNfT 3 MPPROV'ED Y:

y:

Enginee N~~rProj. M-r. ORIGINALSINn~${

J. T.ROERs REQUIREMENT OUTLINE PRESTRESSING SYSTEM TENDON CONDUIT CRYSTAL RIVER - UNIT NO. 3 FLORIDA POWER CORPORATION RO-3040 JUNE 12, 1970 0 FPC NO. 321-B4.1B AISSUDFOR APPROVED - *YaTv1\'E-DEPT. PI C)JECT ENGR. M-q3 DATE ISS3M FOR fYTLRVR-UNIT 3 DATE

/

QUALITY PROGRAM REVIEW and DOCUMENTATION REVEW & DESiGN DOCUMEN iATION REQUIRED REVISION REQJIRED ENGINEER YES I iNO S.N.D.-M.L.L.

__Lii~1 Gilbert Associates, Inc. W.O. 4203-00 0 e ___ ___ _____

525 Lancaster Avenue Reading, Pennsylvania ADDENDUM A May 13, 1971 ADDENDUM B L_______ November 17, 1971

__________ _______ L -

FM 6.4 Exhibit 2 Page 4 of 30 FLORIDA POWER CORPORATION POWER ENGINEERING &CONSTRUCTION DEPT.

CRYSTAL RIVER -UNIT 3 0 Engineer APPROVED Y:D-*

ate&

mzlr. - Pw, ,-v/_*L ate.*

Mg ower Engr.!

Nu~clear Proj. Mgt. ORIGINAI-StI&3aYJJV J, T. RODGERS.

REQUIRENWTE OUTLINE PRESTRESSING SYSTEM TENDON CONDUIT CRYSTAL RIVER - UNiT O-. 3 FLORIDA POWER CORPORKTION RO-3040 JUNE 12, 1970 FF0 NO. 32-B34.1B APPROVED - DEPT. PWOJET ENGR .

5-_ 1I - DATE I1I ISSUED FOR CRYSTAL RIVER - UNIT 3 DATE QUALITY PROGRAM REVIEW and DOCUMENTATION REQUIRED Gilbert Associates, Inc.

525 Lancaster Avenue 1Reading, Pennsylvania S.N.D. - M.L.L.

w.o. 4203-00 ADDENDU14 A 4M, 13, 1971

FM 6.4 Exhibit 2 Page 5 of 30

.. .;,ilf / FLO RIDA POWER CORPORATION

~OWER ENGINEERING & CONSTRUCTION DEPT.

I CRYSTAL RlVfa - UNIT 3 REQUIREMENT OUTLINE PRESTRESSING SYSTEM TEIIDON cmmUIT CRYSTAL RIVER - UNIT NO. 3 FLORIDA PO~mR CORPORATION Ro-30~O JUNE 12, 1970 FPC NO. 32l-B4.l.B b-ll-10 APPROn- DEPT. PROJECT ENGR. DATE

  • £I27~~

ISSUED FOR"CRYSTAL RIVER - UNIT 3

'&.-1 L- /

DATE

()

Gilbert Associates, Inc.

525 Lancaster Avenue .

Reading, Pennsylvania

FM 6.4 Exhibit 2 Page 6 of 30 FLORIDA POWER CORPORATIO0N CRYSTAL RIVEI IRTIT 3 Thole of Con'*ents Item Pages 1:00 INSTRUCTIONS TO BIDDERS .

1:01 Invitaticn 1 1: 02 Submission of Proposals 1 1:03 Ehraluetion of Proposals 3 1:O1 Acceptance of Proposals 3 1:05 Awards of Bidders and Ptgment 3 1:06 Shipping Inforriation 3 2:00 GE17ERA*L CONDITXONS 5 2:01 Scope 5 2:02 Definitions .5 2:03 Equipment and Materials to be Supplied by the Contractor 5 2:01-. Codes and Standards 6 2:05 Lava and Regulations 6 2:06 Engineering and Drawing ,, Shop mid Erection Drawings 6 2 :OT instruction Manuals 7 2:08 Recommended Smize Parts 8 2:09 Design and Manufacturing Progrna 8 2 3.0 Manufacturing Errors 8 2:11 Bill of Materitl 8 2:12 Manufacture and Inspection of Equipment 9 2:13 Shipment of Coopleted Work 10 2:14 pecial Tools 10 2:15 Protection During Shipment and Storage 10 2:16 Shipping Notices 11 2:17 Patents 12 2:18 Conflicts 12 1-6-69

FM 6.4 Exhibit 2 Page 7 of 30 Ro-3oio 6-12-70

( TABLE OF CONTENTS (Cont'd)

Item Title 3:00 DETAILED SPECIFICATION 13 3:01 Scope of Work 13 3:02 General 13 3:03 Material 14 3:o4 Performance Criteria 14 3:05 Corrosion Protection .14 3:06 Rigid Conduit 16 3:07 Flexible Conduit 3:08 Schedule 40 Conduit 16 3:09 Quality Control 17

FM 6.4 Exhibit 2 Page 8 of 30 1

1:00 INSTRUCTIONS TO BIDDERS 1:01 Invitation Proposals are requested by the Florida Power Corporation for the equipment, materials, and related WORK, set forth in the attached Requirement Outline, which will be incorporated in the Crystal River Plant Unit 3, located approximately five miles northwest of Crystal River, Florida.

1:02 Submission of Proposals 1:02.1 Original and five copies of each proposal shall be submitted to:

Florida Power Corporation P. 0. Box 14042 St. Petersburg, Florida 33733 Attention: Mr. C. H. Thompson Purchasing Agent 1:02.2 Proposals must be received by Florida Power Corporation or post marked prior to twelve noon AUG 1:02.3 Bidders shall furnish with their Proposals all drawings, catalog data, and other supplementary information necessary to describe thoroughly the materials and equipment covered by their Proposal.

1:02.4 Each Bidder shall submit with his Proposal the name of the manufacturer and the type or model of each principal item of the equipment or material he proposes to furnish. He shall also submit drawings and descriptive matter which will show general arrangement and dimensions, appearance, principle of operation and extent of factory assembly.

1:02.5 If the equipment cannot be shipped completely factory assembled, Bidders shall include with their Proposal the number, dimensions, and weight of each shipping unit and the amount of field work required to assemble completely the equipment.

1:02.6 The successful bidder may be required to furnish a service represent-ative to work with Florida Power Corporation's personnel during the initial operation of the equipment. The services of this represent-ative shall be outlined in the Proposal and the per diem charges stated separately.

1:02.7 One copy of provisional recommendations for spare parts shall be furnished with each Proposal.

0 8-22-69

FM 6.4 Exhibit 2 Page 9 of 30 2

1:02.8 Each Bidder shall include in his Proposal the cost of furnishing

'one complete set of all special tools, suitably packed and all in first class condition, which will be required for maintenance of the equipment covered by the Proposal.

1:02.9 The price stated in the Proposal shall include all taxes and licenses which might lawfully be assessed, on the date of the Proposal, against Florida Power Corporation or the Bidder, in connection with the proposed trork. E.xception:

1. If the price stated in the Proposal iB for the furnishing of materials and/or equipment only and does not include field labor for erection and/or installation, do not include Florida State Sales Tax in your bid. Florida Power Corpora-tion will pay, such tax direct to the State of Florida.
2. If the price includes erection and/or installation labor to be performed at the job site, the Florida State Sales and
  • Use Tax must be paid by the Bidder on the cost of the materials and supplies furnished. The Bidder awarded a Contract for this WORK shall be responsible for the payrment of this tax to the State of Florida and should take this into account in his bid price.

1:02.10 The Bidders shall state in their Proposals that the materials end/or equipment will meet the Requirement Outline as set forth herein.

Any exceptions to the Requirement Outline set forth herein shall be stated clearly in the Bidders' Proposals.

1:02.11 Bidders shall also state in their Proposals the complete terms of their warranty applicable to the materials and/or equipment they propose to furnish under this Requirement Outline, and the terms of extension of the warranty in the event of repair or replacement being required.

1:02.12 Bidders shall also state, in their Proposals, the extent of their guarantees for the performance of the equipment offered and for correction of items which fail to meet the warranty.

1:02.13 Royalties and fees for patents covering materials, articles, apparatus, devices or equipment used in the WORK shall be included in the Contract Pri ce.

1:02.14~ The Bidders shall not include, in their Proposals, the costs of Insurance for equipment subsequent to receipt by the OWNER on the job site.

11-19-68

FM 6.4 Exhibit: 2 Page 10 of 30 3

1:02.15 Bidders are advised that, due to the scope of this construction project, certain materials and equipment are required of necessity to be delivered considerably in advance of the actual commercial operation of the equipment. It is presently anticipated that actual conmercial use, other than preliminary testing, of the material or equipment will not commence until September, 1972. Bidders are requested to take this into consideration in setting forth their warranty and guarantee terms.

1:02.16 Bidders shall set forth in their Proposals the terms of payment normal to their company or industry, including cash and/or trade discounts allowed, if any. Transportation charges shall be stated as to whether OOB destination, Shipping Point, or Shipping Point with full freight allowed to destination.

1:03 Evaluation of Proposals 1:03.1 The time of shipment of equipment and materials is a basic considera-tion of the Contract. The Proposals shall be based on the Bidders' ability to complete shipment in accordance with the schedule herein and it will be necessary that the Bidders satisfy Florida Power Corporation of their ability to make shipment within the stipulated time.

1:03.2 It shall be understood that the evaluation of Proposals received in accordance with these Instructions to Bidders and the attached Requirement Outline will be conducted solely by Florida Power Corporation.

1:o4 Acceptance of Proposals Florida Power Corporation reserves the right to accept or reject any or all Proposals.

1:05 Awards to Bidders and Pyiment Florida Power Corporation will issue all purchase orders and make payment for the materials and/or equipment purchased.

1:06 Shipping Information Bidders are advised that the shipments may be made to the plant site by the following carriers. All shipments shall be consigned to Florida Power Corporation, Crystal River Plant Unit No. 3:

8-18-69

FM 6.4 Exhibit, 2 Page 11 of 30 14 S Via Railroad- Seaboard Coast Line (SCL) delivering carrier: Carload shipments only-destination station Red Level Junction Florida. L.C.L. Shipments-destination station Crystal River, Florida Via Truck Lines: Commercial Carriers-destination Red Level, Florida Water Transportation: A 15 foot deep barge channel has been dredged from the Gulf of Mexico to the plant site. Contact Florida Power Corporation for particulars if barge delivery is contemplated.

Parcel Post: P. 0. Box 276, Crystal River, Florida 32629.

11-19-68

FM 6.4 Exhibit 2 Page 12 of 30 5

2:00 GENERAL CONDITIONS 2:01 S cpe These General Conditions are applicable to equipment, materials and related WORK which will be incorporated in the new addition to Florida Power Corporation's Crystal River Plant.

2:02 Definitions It shall be understood that the following terms as used in the specifications shall have the meaning herein given:

"OWNER" shall mean the FLORIDA POMM. CORPORATION.

"ENGINEER" shall mean GILBERT ASSOCIATES, INC., Consulting Engineers.

"CONTRACTOR" shall mean the successful bidder for the WORK who will undertake the performance of the WORK required by the Contract.

"WORK" shall mean labor, services, materials and equipment as set forth in the CONTRACT DOCUMENTS.

"EQUAL" shall mean equal as approved by the OWNER or the ENGINEER.

"CONTRACT DOCUMENTS" shall mean all Drawings, Specifications and Addenda thereto as prepared and issued by the OWER, the Invitation to Bid, the CONTRACTOR'S Proposal, and Manufacturer's Drawings as approved by the ENGINEER, all of which are part of the CONTRACTOR'S Contract with the OWNER. These CONTRACT DOCUMENTS are comple-mentary, and what is called for by any one of them shall be as binding as if called for by all. Any conflicts in the CONTRACT DOCUMENTS shall be resolved by the OWNER.

2:03 Equi!pment and Materials to be Supplied by the Contractor All equipment and materials furnished under Requirement Outlines shall be manufactured within the continental limits of the United States of America.

0 11- 19-685

FM 6.4 Exhibit 2 Page 13 of 30 6

2.:o4 Codes and Standards Unless specified otherwise herein, equipment and materials shall comply with all governing regulations and with the applicable stand-ard specifications and codes of USAS, ASTM, ASME, IPCEA, *1I1A, EEl, IEEE, UL and other such regular published and accepted standards.

The regulation, specification or code applied in each case shall be the latest version of such regulation or standard adopted and published at the date of taking bids. Any conflict between standards shall be referred to the (ON-ER who will determine which standard shall govern.

2:05 Laws and Regulations All equipment and WORK shall be in accordance with the laws of the State of Florida and the Rules of the Florida Industrial Commission.

2:o6 Engineering and DrawingsShop and Erection Drawings 2:06.1 Upon Award of a Contract, engineering data covering all equipment and fabricated materials to be furnished shall be submitted promptly by the CONTRACTOR for approval.

2:06.2 The CONTRACTOR shall submit 2 sepia copies and 2 prints of prelimin-ary drawings and necessary data for approval, to the ENGINFE, at the address below:

Gilbert Associates, Inc.

Consulting Engineers 525 Lancaster Avenue Reading, Pennsylvania 19603 Attention: Mr. E. R. Hottenstein 2:06.3 These drawings shall be sufficient and complete for system design purposes and for use in designing associated systems.

2:06.4 For final approval, the CONTRACTOR shall submit 2 sepia copies and 2 prints of drawings and necessary data for approval to the ENGINEER.

2:06.5 On each drawing submission (original, revisions and final) the CONTRACTOR shall send one copy of each drawing and data direct to:

Florida Power Corporation P. 0. Box l4o42 St. Petersburg, Florida 33733 Attention: Mr. W. 0. May Manager - Power Engineering 11-19-68

FM 6.4 Exhibit 2 Page 14 of 30 7

2:06.6 These drawings shall be sufficient and complete for adequate erection, operation and maintenance of the equipment. The engineering data shall include drawings and descriptive information in sufficient detsal to show the kind, size, arrangement and operation of compon-ent materials and devices; the external connections, anchorages and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials and equipment.

Data submitted shall include all required piping arrangement drawings, design calculations, pneumatic control system schematic diagrams, detailed drawings and data for structural systems, and complete power and control circuit logic diagrams, schematics and wiring diagrams.

2:06.7 No WORK shall be performed in connection with the fabrication or manufacture of materials and equipment, nor shall any accessory or appurtenance be purchased until the drawings and data therefore have been approved, except at the CONTRACTOR'S own risk and responsibility.

2:06.8 Exceptions to paragraph 2-06.7 shall be by agreement with the OWNER.

2:07 Instruction Manuals 2:07.1 The CONTRACTOR shall furnish eleven complete and final copies of instruction manuals not later than 60 days prior to shipment of the equipment. Ten copies shall be sent to:

Florida Power Corporation P. o. Box 140o42 St. Petersburg, Florida 33733 Attention: Mr. W. 0. May Manager - Power Engineering One copy shall be sent to:

Gilbert Associates, Inc.

Consulting Engineers 525 Lancaster Avenue Reading, Pennsylvania 39603 Attention: Mr. E. R. Hottenstein 2:07.2 The instruction manuals shall cover complete installation, operating and maintenance instructions, drawings and parts lists for each item of equipment furnished.

2:07.3 The instruction manuals shall be bound with covers suitable for rough usage. The front covers shall be stamped with lettering indicating the OWNER'S name, unit number, name of power plant, location of power plant, name of equipment, basic canacity rating of equipment end name of manufacturer.

11-19-68

FM 6.4 Exhibit 2 Page 15 of 30 8

2:08 Recommended Spare Parts The list of recommended spare parts, with the price of each such item, and a schedule of required lubricants, as recommended by the manufacturer of each item of equipment, shall be included in the instruction manuals.

2:09 Design and Manufacturing Program 2:09.1 The manufacturer's design engineer shall be prepared to visit the office of the OWNER or the ENGINEER for design conference at such times as are required to expedite the handling of engineering matters.

2:09.2 The Contract program will be controlled by CPM diagrams and the CONTRACTOR shall provide all necessary information requested by the OWNER or the ENGINEER for compilation of these. In general, information required will include drawing schedules, purchasing schedules for major equipment items, and delivery dates.

2:10 Manufacturing Errors Equipment and materials shall be complete in all respects within the limits herein outlined. All manufacturing errors or omissions re-quired to be corrected in the field shall be performed by the CONTRACTOR, at his expense; or if done by the OWNER, the cost of same shall be borne by the CONTRACTOR.

2:.11 Bill of Material 2:11.1 The CONTRACTOR shall prepare a Bill of Material covering all material and equipment furnished under this Requirement Outline.

The Bill of Material shall be submitted in a preliminary form with the preliminary drawing submission and be finalized approxi-mately two weeks before the scheduled arrival time of the first shipment. The Bill of Material shall be itemized in sufficient detail to permit an accurate determination of the completion of shipment of the material and equipment furnished under this Requirement Outline.

2:11.2 The mailing address for the finalized Bill of Material is:

Florida Power Corporation Crystal River Plant Unit No. 3 P. 0. Box 276 Crystal River, Florida 32629 Attention: Mr. H. L. Bennett Construction Manager 11-19-68

FM 6.4 Exhibit 2 Page 16 of 30 9

2:11.3 All items of equipment delivered to site shall be marked adequately 0to allow identification from the Bill of Materials.

2:11.4 If the equipment is to be shipped in sections, with accessories or appurtenances detached, or othenrise not completely factory assembled, the extent of assembly shall be in accordance with the information submitted with the Proposal regarding the number, dimensions and weight of each section, accessory or appurtenance and the amount of field work required to assemble completely the equipment.

2:11.5 Suitable labels shall be affixed to all pre-assembled/pre-fabricated parts.

2:12 Manufacture and Inspection of E .ipment 2:12.1 The CONTRACTOR shall advise the OMNER of all his major subcontractors before orders are placed and he shall not place orders with any subcontractor until approval of the OWNER has been obtained. The CONTRACTOR shall indicate where the equipment will be fabricated and the OWNER and/or its representative shall have the right to inspect all manufacturing facilities before approving the subcontractor.

2:12.2 The OWNER and/or its representative reserves the right to inspect fully all phases of manufacture of the equipment included in the Contract. Any item found to be unsatisfactory shall be replaced or repaired at no cost to the OWNER. Any inspection by the OWNER and/or its representative shall not relieve the CONTRACTOR of his responsibility for conforming to the stated conditions and shall not be considered a waiver of warranty, or other rights. No repairs or changes in excess of original Requirement Outline or applicable codes, if requested by the inspector, shall be made without the approval of the OWNER.

2:12.3 All shop tests required for certification and proof that the equip-ment conforms to all applicable codes and standards shall be made at the expense of the COIFMACTOR. Any additional tests required by the OWNER and/or its representative shall be at OWNER'S expense with price to be negotiated for each individual case.

2:12.4 All parts of the equipment shall be protected against damage or corrosion during and following any tests.

2:12.5 The OWNER and the ENGINEER shall have the right of representation at all shop tests and they shall be notified at least one (1) week in advance of all shop tests and inspection.

2:12.6 One (1) properly identified copy of the CONTRACTOR'S welding procedures, and other special fabrication data for the equipment, shall be submitted the ENGINEER for review and approval and three (3) copies shall be sent to the OWNER.

1-16-69

FM 6.4 Exhibit 2 Page 17 of 30 10 2:12.T One (1) certified copy of a~ll shop test data. for the equipment, properly identified, shall be forwarded to the ENGINEER for acceptance, and three (3) copies shall be sent to the OWNER.

2:13 Shipment of CoMleted Work All equipment shall be shipped completely factory assembled, except when the physical size, arrangement or configuration of the equip-mernt, or shipping and handling limitations, make the shipment of completely assembled equipment impracticable.

2:114 Special Tools 2:14&.1 The CONTRACTOR shall furnish one complete set of all special tools, all in first class condition, which will be required for maintenance of the equipment covered by the Contract. Identification of all tools by name and number shall be provided, and this number shall appear on drawings and instructions to indicate the application of the tools furnished and to permit ordering replacements.

2:114.2 The tools shall be shipped in a separate, heavily constructed, wooden box or boxes provided with hinged covers and padlock clasps. The boxes shall be marked with a large painted legend as follows:

Florida Power Corp. - Crystal River Unit No. 3 Maintenance Tools - (Name of equipment) 2:15 Protection During Shipment and Storag~e 2:15.1 Except as specified otherwise herein, exposed Iron and steel surfaces of all equipment shall be Eriven one coat of primer paint before shipment of the equipment to the job site. Before application of paint, all surfaces shall be free of rust, scale1 , lubricants, moisture, and other substances.* Surfaces prepared for field welding Ehall be left unpainted for a distance of two inches from the weld.

These surfaces nhall be given a protective film of oil or other easily removed material to prevent rusting before erection.

2:15.2 The CONTRACTOR will be advised of the acceptable prime paint for exposed carbon steel surfaces of equipment and material to be In-stalled Inside the reactor building.

2:15.3 All exposed carbon steel surfaces of all other equipment shall be painted with zinc chromate pigment, rust inhibitive, metal primer paint recommended by the paint manufacturer for the service intended, and for application to metals prepared for painting by wire brushing.

Paint shall be applied in accordance with the paint manufacturer's recommnendations.

0 1-16-69

FM 6.4 Exhibit 2 Page 18 of 30 11 2:15.4 Machined surfaces such eas shafts, pins, bushings, shaft couplings and other similar parts whose operation would be impaired by painting shall not be painted. These surfaces shall be protected by application of an easily removable rust preventative compound.

2:15.5 Plastics, corrosion resistant metals such as aluminum, brass, bronze, or stainless steel, and chrome plate or galvanized surfaces shall not be painted.

2:15.6 Each piece of equipment shall be cleaned thoroughly and dried prior to shipment. Equipment made of carbon steel shall contain adequate bags of silica-gel or approved equivalent desiccant to maintain a dew point of 4O F. Desiccant bags shall be securely anchored within the equipment.

All openings of all equipment shall be closed prior to shipment with an easy to remove plug of suitable material.

2:15.7 All equipment and accessoxr items shall be suitably boxed, crated, wrapped or covered to the extent practicable, to prevent entrance of dirt or moisture and to prevent accidental damage during shipment to the job site and during outdoor storage at the job site. Where necessary a desiccant shall be included within the packing enclosure of items sensitive to changes in humidity.

2:15.8 All accessory items shall be shipped with the equipment. Boxes and crates containing accessory items shall be marked so that they are identified with the main equipment. The contents of the boxes and crates shall also be indicated.

2:16 Shipping Notices 2:16.1 The CONTRACTOR shall provide two copies of a shipping notice describ-ing each shipment of material or equipment. The shipping notice shall be mailed on a schedule so that the notice will arrive approximately three days ahead of the estimated arrival time of the shipment.

2:16.2 The shipping notice shall be identified with the OWNER'S name, purchase order number, and name of the item of equipment or material.

The mailing address for the shipping notice is:

Florida Power Corporation Crystal River Plant Unit No. 3 P. D. Box 276 Crystal River, Florida 32629 Attention: Mr. H. L. Bennett Cons tructi on Manager 1-6-69

FM 6.4 Exhibit 2 Page. 19 of 30 12 2:17 Patents The CONTRACTOR shall satisfy all demands that me be made at any time for royalties and fees, and he shall be liable for any damages or claims, for patent infringements. The CONTRACTOR shall, at his own cost and expense, defend all suits or proceedings that may be in-stituted against the OWNER for infringement or alleged infringement of any patents involved in the WORK, and, in the case of an award of damages, the CONTRACTOR shall pay such wrard.

2:18 Conflicts In the event of discrepancies between the detailed requirements of this Requirement Outline and those of the General Conditions, the detailed requirements shall prevail.

.3-3-69

FM 6.4 Exhibit 2 Page 20 of 30 RO-3olo 6-12-70 Amended 5-13-71 13 3;00 D ILED SPECIFICATION 3:01 Scope of Work The WORK to be performed under this Contract shall include the furnishing, fabrication, and delivering of the prestressing system tendon conduit for the Reactor Building for the Crystal River Plant, Unit No. 3, Florida Power Corporation. The WORK shall be as outlined herein and as shown on the Drawings and shall include, but not necessarily be limited to, the following:

1. Furnishing all materials required for the conduit, including temporary end caps, and protection required during transportation and delivery.
2. Delivering of conduit to the job site.
3. Furnish all necessary shop drawings for the related WORK.

3:02 General 3:02.1 The conduit system shall consist of Rigid, Flexible, and Schedule 40 conduit as indicated on the accompanying Florida Power Corporation drawings. The requirements under Items 3:02 through 3;05 and 3:09 of this Requirement Outline shall apply to the three types of conduit.

Specific requirements for Rigid, Flexible, and Schedule 40 conduit are Indicated in Item 3:06, 3:07 and 3:08 respectively.

3:02.2 The conduit shall be delivered to the site, complete with temporary end caps, in a clean condition, i.e., both surfaces free of debris and deleterious substances. The CONTRACTOR shall submit details of the proposed temporary end caps to the OWNER and ENGINEER for approval.

3:02.3 Upon delivery to the site, the conduit shall be inspected by the OWNER for detrimental splits, cuts, aud dents. In order to determine if a dent is detrimental, a wooden pig of 4-3/4 inches diameter shall be pulled through the conduit. Should a dent or dents restrict the passage of the pig, the conduit will be rejected and shall be re-placed at no additional cost to the OWNER. Should the conduit be delivered with any splits or cuts which completely penetrate the wall of the conduit, it shall be rejected and replaced at no addi-tional cost to the OWNER. Conduit delivered with splits and cuts which do not completely penetrate the wall may be accepted by the OWNER if it can be shown that the performance criteria called for in this Requirement Outline can be met and if the galvanizing coating can be repaired. Schedule 4O conduit with painted ends and couplings shall be inspected for damage to galvanized and painted surfaces. For this case any damage which cannot be satisfactorily A repaired by the OWNER will be rejected and replaced by the CONTRACT OR at no additional cost to the OWNER.

FM 6.4 Exhibit 2 Page 21 1of 30 RO-30 40 6-12-TO 14~

0 3:02.4 The dimensional tolerances for cutting and bending the Rigid and Schedule 40 conduit shall be:

1. radius: t 1/4 in.
2. length after bending: t 1/2 in.
3. square cut at ends, measured with "L" square and feeler gauge:
  • 1/16 in.

3:02.5 At the square cut ends of the conduit, any burr at the out shall be removed to give smooth interior and exterior surfaces.

3:03 Material The conduit shall be made from steel. The material specification shall be subject to approval by the OWNER and EGINEG . The CON-TRACTOR shall supply to the OWNER prior to shipment of the conduit to the jobsite, mill certificates for the chemical properties of the steel, for each heat of steel, used in the manufacture of the conduit.

3: o0 Performance Criteria 3:0o4.1 The conduit shall be so constructed that a hydrostatic pressure of 0 10 psig can be maintained without leaking water when the conduit is bent to the minimum radius shown on the Florida Power Corporation drawings. The conduit may be subjected to field pressure testing by Others upon receipt of the conduit. Any conduit failing to meet this criterion will be rejected and replaced by the CONTRACTOR at no additional cost to the OWNER.

3:04.2 The conduit, when continuously supported on a flat surface, shall be sufficiently strong to withstand, without permanent deformation, the weight of a two hundred pound man.

3:0o4.3 Recognition must be given to the fact that the entire conduit system will be connected to the station grounding system by cad-welding a standard bare copper wire minimum No. 4/0 AWG to all tendon anchorage ccmponents, to provide a continuous conducting path throughout the entire tendon conduit system.

3:05 Corrosion Protection 3:05.1 Both surfaces of the conduit shall be galvanized using the hot dip method of application. After bending, the galvanizing application must adhere to the surface of the conduit.

FM 6.4 Exhibit 2 Page 22 of 30 Ro-3)lI 6-12-7o 15 3:05.2 After fabrication has been completed, temporaxy end caps shall be placed over each end of each section of conduit. These end caps unmt be securely fixed to the end of the conduit so that normal transportation, handling, etc. will not cause them to be removed or enter the inside of the conduit. The conduit must be clean and dry prior to placing the end caps.

3:06 Rigid Conduit 3:06.1 Rigid conduit shall be round mechanical welded steel tubing 5-1/L inch 0. D. and shall have a minimum wall thickness of 0.065 inches and a minimum I.D. of 5 inches. Conduit shall be manufactured according to ASTM A 513-69, "Standard Specifications for Resistance Welded Steel Tubing." The supplemental requirement of non-destructive Electric Test on the welded seam will be required for all conduit.

3:06.2 Rigid conduit shall be accurately cut and bent to the dimensional requirements as shown on the Florida Power Corporation drawings.

Rigid conduit shall have belled ends as detailed and located on the drawings. Quantities of rigid conduit to be supplied under this contract shall be as indicated on the drawings and in this Require-ment Outline.

3:06.3 The CONTRACTOR shall provide shop drawings and lists for conduit fabrication and identification, for each length of conduit. Shop dravings shall provide all dimensional information required to fabricate and identify the conduit. Shop drawings shall be sub-mitted to the ENGINEER for approval.

3:06.4 A conduit numbering and identification system will be developed by the ONER, ENGINEER and CONTRACTOR. Each length of conduit shall be clearly marked with this number for identification on the job site.

3:06.5 In addition to the conduit quantities represented on the drawings, the CONTRACTOR shall supply with the first shipnment of Rigid conduit the following stock lengths of conduit, each of which shall have one end belled:

1. Straight conduit - 20 lengths @20 feet each, total 400 lineal feet.

- 20 lengths @ 10 feet each, total 200 lineal feet

2. Bent conduit (67' 8-5/8" radius) - 20 lengths @ 30 feet each, total 6oo lineal feet.

- 20 lengths @ 20 feet each, AI total 400 lineal feet.

FM 6.4 Exhibit 2 Page 23 of 30 RO-34oo 6-12-70 Amended 5-13-71 16 3:07 Flexible Conduit 3:07.1 Flexible conduit must be capable of being bent by hand to the radii shown on the Florida Power Corporation drawings. Flexible conduit shall be 5 inches I. D. and 5-1/4 inches O.D., minnimum 22 gauge (0.028) galvenized steel.

3:07.2 Gesketing materials shall be incorporated in the conduit if necessary to meet the leek-tightness criteria. The gasketing materials shall not decompose when subjected to site weathering and shall be subject to approval by the OWNER and the ENGINE.

The CONTRACTOR shall supply a sample length of the proposed conduit, upon request of the OWNER or ENGINEER, prior to ward of contract.

3;07.3 Flexible conduit will be supplied to the job site in 50 foot lengths. The conduit will be cut to length in the field by Others.

307.-4 The CONTRACTOR shall hydrostatically test the Flexible conduit, to verify conformance with the pressure criterion listed under item 3:04.1. The tests shall be conducted on production samples of conduit, bent to a minimum radius of 20 feet 0 inches. The frequency of conduit testing shall be a minimum of 10% of the total shipment or shop order, renduoly distributed over the total footage. The OWNER and ENGINEEH shall have access to witness all testing. Test records shall be kept and forwarded to the OWNER and ENGINEER.

3:08 Schedule 40 Conduit Note: Schedule 40 conduit shall be used in the mat and the dome of the reactor building. The requirements for the Schedule 40 conduit in the mat are noted in items 3:08.1 through 3:08.4 inclusive, and the requirements for the Schedule 40 conduit in the dome are noted in items 3:08.3 through 3:08.7 inclusive.

3:08.1 The conduit shall be galvanized round steel pipe, 5 inch I. D.

Schedule 40, types E or 8, grade A, conforming to ASTM A 53-70,

'Welded and Seamless Steel Pipe."

3:08.2 The Schedule 40 conduit shall be accurate3y cut and bent to the dimensional requirements as shown on the Florida Power Corporation drawings. The Schedule 40 conduit shall have sleeve type welded couplings as detailed and located on the drawings. Quantities of Schedule 40 conduit to be supplied under this Contract shall be as indicated on the drawings and in this Requirement Outline.

3:08.3 The CONTRACTOR shall provide shop drawings and lists for conduit fabrication and identification for each length of conduit. Shop drawings shall provide all dimensional information required to fabricate and identit the conduit. Shop drawings shall be submitted to the ENGINEER for approval.

FM 6.4 Exhibit 2 Page 24 of 30 RO-3040 6-12-70 Amended 11-17-71

  • 17 3:08.4 A conduit numbering and identification system will be developed by the OWNER, ENGINTER and CONTRACTOR. Each length of conduit shall be clearly marked with this number for identification at the job site.

3:08.5 The dome conduit shall be galvanized round steel pipe, 5 inch nominal diameter Schedule 40, types E or S, grade B wall thickness 0..258 inches, conforming to ASTM A 53-70, "Welded and Seamless Steel Pipe."

3:08.6 The dome conduit shall be accurately cut and bent to the required dimensions and as shown on the drawings accompanying this Requirement Outline. The CONTRACTOR shall locate the joints in a dome conduit run (a dome conduit ran is from trumpet to trumpet for a particular tendon) to suit his manufacturing and handling requirements, provided he complies withi the following:

1. Joints shall not be made at the intersection of conduits.
2. Joint location adjacent to the ring beam shall be as shown on drawing number SC-400-019 "Reactor Building - Dome Conduit Splice Locations Required Adjacent to Ring Beam."
3. The minimum length of a section of dome conduit shall be 20'-0".

The dome is defined as that area within a horizontal radius from the centerline of reactor building of 55W-5-1/2". A Quantities of Schedule 40 conduit to be supplied under this Contract shall be as indicated on the drawings.

3:08.7 Sections of dome conduit shall be joined together at each joint, with a sleeve type coupling. All sleeve couplings shall be made from round steel pipe, 6 inch nominal diameter, types E or S, grade B, wall thickness 0.432 inches, conforming to ASTM A 53-70.

Details of the couplings are shown on drawing SC-400-019. The CONTRACTOR shall weld onto one end of each section of conduit a coupling, except for the section of the conduit which is nearest to the apex of the dome of each conduit run. For this latter case the CONTRACTOR shall forward to the job site sufficient loose couplings to allow installation of the apex section of conduit. The welds shall be fillet type and shall develop the full strength of the conduit. The CONTRACTOR shall submit details of the weld to the OWNER and the ENGINEER for approval. The CONTRACTOR'S welders, who are to perform the shop welding, shall be qualified in accordance with the recommendations of AWS Dl.0. The CONTRACTOR shall develop written welding work procedures and submit them to the OWNER and the ENGINEER for approval. The work procedures shall also include:

1. Removal of galvanizing from weld area on outside of the conduit.
2. 1OZ random liquid penetrant inspection of the shop welds.

a

FM 6.4 Exhibit 2 Page 25 of 30 RO-3040 6-12-70 Appended 5-13-71 18

3. Hydrostatic pressure testing of the weld to ensure leak tightness, to the criteria noted in Item 3:04. The frequency of testing shall be a minimum of 10% of the couplings, selected at random.

A

4. Painting inside and outside of the coupling and the ungalvanized and heat effected areas of the conduit. The type of paint used shall be capable of preventing corrosion of the conduit for a minimum period of 1-1/2 years, when exposed to the job site environment.*nhe CONTRACTOR shall submit details of the paint to the OWITER for approval.

3:09 QualitZ Control The CO1*TRACTOR shall furnish to the O-IER:

1. Procedures for control and materials and conduit dimensions, during fabrication, handling, and shipping.
2. The specification of materials used in the conduit.
3. Mill certificates for the steel end associated fabrication and all testing records, prior to shipment to the Job site.
4. Develop written work procedures for welding couplings to the conduit. Refer to item 3:08.7.1

RO-3040.

FM 6.4 Exhibit 2 '_- 21*i*e 26 of 30 RIGID CONDUIT Delivery Schedule and Proposal Information A. Initial delivery of conduit to the job site shall be made in Sep-tember 1970. Delivery of all conduit shall be completed by Febru-ary 1971. Conduit shall be delivered in a minimum of three ship-ments with the conduit in the lower wall sections delivered first and the conduit for the upper wall sections delivered last. A de-tailed delivery schedule shall be prepared by the CONTRACTOR and furnished to the OWNER for approval.

B. Total payment shall be determined by applying the quoted unit prices to the total quantities delivered and accepted for use on the job site. Unit prices shall include all provisions of these specifi-cations and drawings including belled ends, bends, delivery, and quality control requirements. __

C. Base Bid. Unit prices 'shall be furnished to the Owner with the proposal for fabrication and delivery of rigid conduit as specified herein (.065" minimum wall thickness) for the following types of conduit:

1. Vertical conduit (straight)....... $per lineal ft.
2. Horizontal conduit (67'-8 5/8" radius) $_per lineal ft.

D. Alternate No. 1. Unit prices shall be furnished to the Owner with the proposal for fabrication and delivery of the following types of rigid conduit with a minimum wall thickness of .083 inches. in lieu of that specified with all other provisions of the specification remaining applicable:

1. Vertical conduit (straight) . . . . $ per lineal ft.
2. Horizontal conduit (67'-8 5/8" radius) $ per lineal ft.

E. An estimate of the following total conduit quantities shall be furnished with the proposal including the stock quantities men-tioned in the specifications. These estimated quanitites will not be used to determine total payment but are intended to evaluate the Contractor's understanding of the intended scope of work.

1. Vertical conduit (straight) ....... lineal ft.
2. Horizontal conduit (67'-8 5/8" radius) lineal ft.

F. The following Florida Power Corporation drawings accompany this Requirement Outline:

CR#-S21-E-O thru CR3-S57-E-O.

I

FM 6.4 Exhibit 2 Page L t of 3u RO-30o4 6-12-70 ADDENDUM A Sheet I of 3 MW 13, 1971 L3A0 6 DEAILED SPECIFICATION S General After the word "repaired." add the following:

"Schedule 40 conduit with painted ends and couplings shall be inspected for damage to galvanized end painted surfaces. For this case any damage which cannot be satisfactorily repaired by the OWNER will be rejected and replaced by the CONTRACTOR at no additional cost to the OWINER" 6Schedule 40 Conduit Before item 3:08.1 add the following:

"Note: Schedule 40 conduit shall be used in the mat and the dome of the reactor building. The requirements for the Schedule 40 conduit in the mat are noted in items 3:08.1 through 3:08.4 inclusive, and the requirements for the Schedule 40 conduit in the dome are noted in items 3:08.3 through 3:08.T inclusive."

Add the following items:

"3:08.5 The dome conduit shall be galvanized round steel pipe, 5 inch nominal diameter, Schedule 40, types E or S, grade A, wall thickness 0.258 inches, conforming to ASTM A 53-70, '*Welded and Seamless Steel Pipe."

"3:08.6 The dome conduit shall be accurately cut and bent to the required dimensions as sho.rn on the drawings accompanying this Requirement Outline. The CONTRACTOR shall locate the joints in a dome conduit run (a dome conduit run is from trumpet to trumpet for a particular tendon) to suit his manufacturing and handling requirements, provided he complies with the following:

1. Joints shall not be made at the intersection of conduits.
2. Joint location adjacent to the ring beam shall be as shown on drawing number SC-400-019 "Reactor Building -

Dome Conduit Splice Locations Required Adjacent to Ring Beam."

FM 6.4 Exhibit 2 Page 28 of 30 R0-30o4O 6-12-70 ADDE1MDUM A Sheet 2 of 3 May 13, 1971

3. The minimum length of a section of dome conduit shall be 20'-0". The dome is defined as that area

'Within a horizontal radius from the centerline of the reactor building of 55'-5-1/2".

Quantities of Schedule 40 conduit to be supplied under this Contract shall be as indicated on the drawings.

"3:08.7 Sections of dome conduit shall be joined together at each joint, with a sleeve type coupling. All sleeve couplings shall be made from round steel pipe, 6 inch nominal diameter, types E or S, grade A, wall thickness 0.432 inches, conforming to ASTM A 53-70. Details of the couplings are shown on drawing SC-400-019. The CON*TRACTOR shall weld onto one end of each section of conduit a coupling, except for the section of conduit which is nearest to the apex of the dome of each conduit run. For this latter case the CONTRACTOR shall forward to the job site sufficient loose couplings to allow installation of the apex section of conduit. The welds shall be fillet type and shall develop the full strength of the conduit. The CONRACTOR shall submit details of the weld to the OWNER and the ENGINEER for approval.

The CONTRACTOR'S welders, who are to perform the shop welding, shall be qualified in accordance with the recommendations of AWS DI.O. The CONTRACTOR shall develop written welding work procedures end submit them to the OWNER and the ENGILNEER for approval. The work procedures shall also include:

1. Removal of galvanizing from weld area on outside of the conduit.
2. 10% random liquid penetrant inspection of the shop welds.
3. 4drostatic pressure testing of the weld to ensure leak tightness, to the criteria noted in Item 3;04.

The frequency of testing shall be a minimum of 10% of the couplings, selected at random.

4. Painting inside and outside of the coupling and the ungalvanised and heat effected areas of the conduit.

The type of paint used shall be capable of preventing corrosion of the conduit for a minimum period of 1-1/2 years, when exposed to the job site environment.

The CONTRACTOR shall submit details of the paint to the OWNER for approval."

FM 6.4 Exhibit 2 Page 29 of 30 RO-304o 6-12-7o ADDENDUM A Sheet 3 of 3 Mev 13, 1971 3 09 Quality control Add the following subitem; 1s4. Develop vritten work procedures for welding couplinip to the conduit. Refer to item 3:08.7."

NOTE: Attached hereto are amended pages 13, 16, and 17 and appended page 18 (dated Majr 13, 1971) which have had incorporated into them the changes made to the Requirement Outline by this Addendum.

The pages have marginal notations indicating where the Addendum 0 changes occur. Please replace old pages with these attached amended pages.

FM 6.4 Exhibit 2 Page 30 of 30 RO-3040 6-12-70 ADDENDUM B Sheet 1 of 1

'November 17, 1971 The following changes are set forth to amended page 17 issued to you under ADDENDUM A dated May 13, 1971.

3:00 DETAILED SPEC IFICATION 3:08 Schedule 40 Conduit 3:08.5 Line 2:

Delete the "A" after the eighth word "grade" and replace with the following:

3:08.7 Line 4:

Delete the "A" after the first word "grade" and replace with the folloving:

0 NOTE: Attached hereto is amended page 17 which has had incorporated into it the changes set forth by this ADDENDUM B. The page has marginal notations indicating where the ADDENDUM B changes occur. Please replace old page with this attached revised page,)

dated November 17, 1971.

FM 64 Exhibit 3 Page 1 of 1 BUTTRESS BUTTRESS 03 #4 LL .4()

OTHER THAN TENDONS CONFIRMED RIGID, ALL VERTICAL TENDON CONDUIT BETWEEN ELEVATIONS 170' AND 232' ARE ASSUMED RIGID.

ELEVATIONS AT WHICH FLEXIBLE CONDUIT TRANSITIONS TO RIGID CONDUIT ARE BASED ON FOOTAGE MARKERS VIEWED WHILE PERFORMING BOROSCOPE INSPECTIONS.

EQUIPMENT HATCH RBCN-0015 FIG. 4 - RIGID/FLEXIBLE VERTICAL TENDON LAYOUT A ISSUED PER EC 74801 ASSUMED FLEXIBLE CONFIRMED FLEXIBLE REVISIONS ASSUMED RIGID NUCLEAR ENGINEERING CONFIRMED RIGID CRYSTAL RIVER

FM 6.4 Exhibit 4 Page 1 of 2 Rigid Horizontal Tendon Sleeves Horizontal tendon sleeves are rigid with a 0.08" wall thickness. Photograph of CR3 containment taken during hydro-blasting.

FM 6.4 Exhibit 4 Page 2 of 2 Rigid Horizontal and Vertical tendon sleeves Horizontal tendon sleeves are rigid with a 0.08" wall thickness. Photograph of CR3 containment taken during hydro-blasting.

FM 6.4 Exhibit 5 Page 1 of 1 Flexible Tendon Sleeves Observation of flexible sleeve inside core bore #61

FM 6.4 Exhibit 6 Page 1 of 25 Modal Analysis, Transient Dynamic Response, and Stress Analysis of Concrete and Exposed Hoop Conduit due to Oscillating Hydro Cutting Load Performance Improvement International January 14, 2010 1

FM 6.4 Exhibit 6 Page 2 of 25 3-Step Approach

1. Frequency Analysis of Y2 Symmetric Structure
2. 1/2ASymmetric Transient Dynamic Modal Dynamic Response due to Oscillating Hydro Cutting Load. Reaction Moment Calculated.
3. Detailed Stress Modeling of Small Section of Conduit in Concrete Wall. Loaded with Reaction Moment Results from Step 2 2

FM 6.4 Exhibit 6 Page 3 of 25 Assumptions

  • Opening is 25 feet wide

" Hoop Tendon Conduit is Embedded .in Concrete on both sides (A Symmetric Model)

  • Vertical Component @ 5' of two Nozzles of the Hydro Cutters are assumed acting in the downwards direction at the middle of the Exposed Hoop Tendon Conduit
  • Radial load is not considered since Vertical Conduits give Support in this Direction 3

FM 6.4 Exhibit 6 Page 4 of 25 Assumption S (Cont.)

  • Modeled using beam elements with Pipe Section (OD=5.25", ID=5")

Curvature Modeled

  • Steel Properties
  • 17,000 psi Water Pressure @ 500 rpm rotation
  • 2 Nozzles acti ng on Hoop Conduit @ Midpoint
  • 2% of Critical Modal Damping
  • Max Reaction Moment at Wall Calculated 4

FM 6.4 Exhibit 6 Page 5 of 25 Frequency Summary

  • The Hoop Tendon Conduit Natural Frequencies are:

- Mode 1: 14'Hz (Vertical Direction)

- Mode 2: 25 Hz (Radial Direction) 5

FM 6.4 Exhibit 6 Page 6 of 25 Mode 1 - 14 Hz Vertical Vibration

ýi@e&Abwd@W6WIL4 1womu ~bftU4 Paem* 1d

=I~ 004 -

6

FM 6.4 Exhibit 6 Page 7 of 25 Mode 2 - 25 Hz Radial s Vum

.- arwo 86.g Yam

+L Ilum Vibration" 7

FM 6.4 Exhibit 6 Page 8 of 25 Transient Response Maximum "Stable" Moment

Response

Reaction Moment (Ilb-in) 3000 -

2500 -

2000 -

1500

-1000 E1500 0-

-500

-1000

-1500 Time (s) 8

FM 6.4 Exhibit 6 Page 9 of 25 Detailed Stress Model Description

  • 100% Quadratic Brick Elements e Half Symmetry of "One Side" e Curvature Ignored 9 Only a 12" Section of the Conduit is Modeled

- Moment Applied to the End Section based on Transient Dynamic Response

  • Steel Conduit is Perfectly bonded to the Concrete
  • Young's Modul us of Concrete: 2.5 E+6 psi 9

FM 6.4 Exhibit 6 Page 10 of 25 Detailed Stress Model Mesh S 4 elements though the thickness of the pipe wall 10

FM 6.4 Exhibit 6 Page 11 of 25 Steel and Concrete iMnml4ed A"L-L rU lNed.

11w1313O3PaadlcmwWlTime

==, Ii 1@

  • Max Principal Stress (psi) 11

FM 6.4 Exhibit 6 Page 12 of 25 e, ae, "MO u- 'sM kSteel and Concrete Interface Id. ma

~ pO hb id -M 2

FM 6.4 Exhibit 6 Page 13 of 25 k> Steel and Concrete (View 2) paQd IL MMu, T&9- N

'nunmu nndul'rmým

&Sk nWLnIOMPM "A =,

Cbw 41GIM am 13

FM 6.4 Exhibit 6 Page 14 of 25 SLConcrete Stress Concentration 14

FM 6.4 Exhibit 6 Page 15 of 25 kDetail of Concrete Stress 15

FM 6.4 Exhibit 6 Page 16 of 25 Stress Summary' Maximum Principal Stress in Concrete Wall

- Less than 160 psi Tensile 16

FM 6.4 Exhibit 6 Page 17 of 25 Local Separation of Conduit from Concrete Wall 17

FM 6.4 Exhibit 6 Page 18 of 25 Justification/Approach

  • Stress concentration at the corner of Conduit and Concrete Wall may cause local separation of Conduit from the Concrete Wall-which will lower the stress concentration
  • Study an imposed 2 inch deep separation of top half of the Conduit
  • Assess stress 18

FM 6.4 Exhibit 6 Page 19 of 25 AConduit/Concrete Separation 2 inch deep imposed separation at upper half of the cylindrical bond of the steel and concrete (shown in red outline) 19

FM 6.4 Exhibit 6 Page 20 of 25 Principal Stress Steel and Concrete Separation

ýM.814 ft"W&9 Fivw*

6-.Ow6 20

FM 6.4 Exhibit 6 Page 21 of 25 A&> Mesh r

I.

~S. .&.b 1in&1 494 RI~W m S.Ms.~d.d 1~ m.

~.=. I Al - hiSS 21

FM 6.4 Exhibit 6 Page 22 of 25 Mesh Detail 22

FM 6.4 Exhibit 6 Page 23 of 25 Cocrt Only 23

FM 6.4 Exhibit 6 Page 24 of 25 Concrete Max Principal Stress S, Max. Principal (Awg: 75%) Max Principal

+5.917e+01.

+5.163e+O1 Stress (Tensile)

+4.409e+01 IAbout 60 psi

+2.900e+Ol

+2,146e+01

+1.392e+01

+6.377e+00

-1.165e+00

-8.707e+00

-1.625e+01

-2.379-+O1

-3.133e+01

.~ &.in Mm. -~.

24

FM 6.4 Exhibit 6 Page 25 of 25 Stress Summary-with 21 nch Separation e Maximum Principa I Stress in Concrete Wall Less than 60 psi Tensile (down.from 160 without separation) 25

FM 6.4 Exhibit 7 page 1 of 2 Large pieces of concrete were removed during the hydro-blasting demolition project.

It can be seen that the interface of the concrete with the rigid tendon sleeves is very smooth.

FM 6.4 Exhibit 7 page 2 of 2