ML19308B781

From kanterella
Jump to navigation Jump to search
TMI-1 Project Organization & Responsibilities Document, Revision 2,w/Revision 3 Incorporated
ML19308B781
Person / Time
Site: Crane  Constellation icon.png
Issue date: 08/30/1974
From: Avers B, Heward R, Verrochi W, John Miller
General Public Utilities Corp, Metropolitan Edison Co
To:
Shared Package
ML19308B775 List:
References
TASK-TF, TASK-TMR NUDOCS 8001170302
Download: ML19308B781 (59)


Text

{{#Wiki_filter:, o.- .s TMII:S-1 GPU SER7 ICE CORPOD.ATIOri THREE MILE ISLA?O !'JC* EAR STATION PROJECT ORGANIEATION AND :.3SCO!T3I3ILITIES DOCUE?fr ( i l i REVISION 2 8001170 30 4 AUGUST 30, 1974 M,. 3 ~ l i

('. s r \\ PREFACE This document is intended to describe the mode of operation for the Three Mile Island Project, Units 1 and 2. It incorporates, in one document, procedures which have been agreed upon between various parties, as attested to by signatures on the cover sheet. It is not intended to supersede but rather to enforce existing and potential contractual agreements between the various parties. Although agreed to by signatory parties, contractuti arrangements take precedence. No known con-flicts with existing contracts are incorporated herein. Operation of Plant systems and equipment will be in accordance with provisions of the AEC operating license. Following its issuance, it shall be the responsibility of Met-Ed to operate the Plant in accordance with the terms of that license. No known provisions of this docu-ment are contrary so that intent. b--

f. a INITIAL ISSUE APPROVED: GPUSC Project Manager /s/ R W. Heward, Jr. Date 8/4/72-Met-Ed Vice President /s/ J. G. Miller Date 8/4/72 GPUSC Vice President /s/ W. A. Verrochi Date 8/7/72 GPUSC QA Manager /s/ B. G. Avers Date 8/4/72 CONCURRENCE: Burns and Roe, Inc. /s/ R. J. Dobbs Date 8/4/72 i Babcock & Wilcox /s/ E. G. Ward Date 8/16/72 Gilbert Assoc., Inc. /s/ W. F. Sailer Date 8/4/72 i g United Engineers /s/ E. C. Nagle Date 8/8/72 4 m l e 'h - + = ,r4=o we f, '] m ' ' 9., ___J_ n

  • '_a-

, ? ',.'# *.

  • l.

Yd ~= y _* ~,", '* O L_ # l *___ . go' _pe pg,, 4 l., 6 t

e REVISION 1 SECTION 1 1.1.3, adds reference to QA Plan SECTION 2 ' 2.4 changes approval of drawings and specifications to review of plans and specifications. 2.6.4.1 adds requirenent that CPUSC Manager of Projects shall approve bidders lists. 2.6.4.2 adds require =ent that GPUSC Manager of Projects shall approve bidders lists. 2.11.2.1 deletes responsibility for preparing milestone list; and submit to TWG for approval, co:pletion of work records and retests. Delete previous paragraph 2.11.2.4 entitled Construction Manager. This was modified to become 2.11.4.1. 2.11.3.3 deletes statement that Milestone List is prepared by the Test Superintendent and approved by the TWG. 2.11.3.9 added second paragraph. 2.15 New Section SECTION 3 - Deleted previous section in entirety and made reference to the Met-Ed QA Plan. FIGURE 2.2 Changes approval of drawings and specifications to review of plans and specificctions. f FIGURE 2.4 Added Bidders List must be approved by Manager of Projects. FIGURE 2.5 Added Bidders List must be approved by Manager of Projects. FIGURE 3.1 Deleted. APPROVE : GPUSC Project Manager /s/ R. W. Heward Date 12/28/72 Met-Ed Vice President /s/ J. G. Miller Date 1/8/73 GPUSC Vice President /s/ W. A. Verrochi Date 4/9/73 GPUSC QA Manager /s/ B. G. Avers Date 4/4/73 CONCURRENCE: Burns and Roe /s/ R. J. Dobbs Date 4/4/73 Babcock & Wilcox /s/ E. G. Ward Date 1/9/73 Gilbert Associates /s/ W. F. Sailer Date 1/8/73 United Engineers /s/ E. C. Nagle Date 1/9/73

e. l i REVISION 2 \\ i GENERAL The general for=at and =inor editorial chan:;es have been made throughout this revision to the PCP.D. However, all major changes are delineated below. SECTION 1 1.1.1 added ite= a 1.1.3 added last three sentences. 1.1.4 revised to reflect responsibilities of Manager of Enviren= ental Affairs. 1.1.5 is a new paragraph. 1.1.6 ite= k added the work i=ple=entation; ite: 1 is new. 1.2.1 added reference to Environ = ental Reports; added ite "1". 1.2.2 added reference to Environ = ental Report. 1.2.3 item f deleted reference co owner furnished equip =ent, i added ite 1, j, and 1. SECTION 2 2.2 added Environ =cntal Report. 2.6.4.1 added requirc=cnt for approval by the Manager of Projects. 2.6.7 new paragraph. ,3 2.9 new paragraph. j 2.10 deleted quarterly progress report. 2.15 added last sentence. TABLE A Added ite=s D and E; increased li=it fro: $1,000 to $5,000. TABLE B Updated distribution charts, added AEC distribution schedule SECTION 3 Co=pletely revised. FIGURE 1.1 General revised to reflect 1fet-Ed and GPUSC reorganization. FIGURE 1.2 Generally revised to reflect CPUSC reorganization FIGURE 2.1 Added Met-Ed and printer ~ APPROVED: GPUSC Project Manager ~ w,e Date 9-/ 3 - 7 2-I Met-Ed Vice President /s / ?. C. AR!'CED Date 11/h !'h Date'! ' ?.# GPUSC Vice President /dh. / GPUSC QA Manager (( lWw Date a / l l ? .-- w.- c'- _ - :-. a _ -_ _m__

r [ Rwisien 2 .q." CONCURRENCE: Eurns and Roe 7 Project Director Date 6 d2e / 7Y 1 Date jee l'a ager c, United Engineers Vice President z. a.

  • r,'l Date 06"'%

e 6 4 O 4 e* 9 0 4 e e e O O s- - - ac.

8 O REVISION 3 i SECTION 1 - 1.2.3 Item b deleted membership in T'.!O SECTION 2 - 2.11.1 Items a through e revised; Items g, h, i deleted 2.11.2.1 Added alternate; Items a, d. h revised; previous Ite: c deleted 2.11.2.5 Paragraph a, deleted warrantees and design requirements, added additional require =ents for reporting deficiencies; paragraph b, reduces scope of co=mit=ents to be included in ec=mit=ent docu=ent 2.11.3.2 deleted 2.11.3.6 changed test results to test procedure 2.11.3.8 eliminate 3 month requirement 2.11.3.9 eliminate 3 week requirement' 2.14.5 This section revised to reflect current procedures being used for FCR's. 2.15 Corrected title to US NRC. FIGURE 2.9 Revised to reflect current procedures FIGURE 2.10 Revised to reflect current procedures (

  • /
  1. L w+

/ APPROVED: GPUSC Project Manager W( Date t 1 - # 2 ~)6 1!.2'/,!77 Est-Ed Vice President Date t I i GPUSC Vice President N.s\\ Date ~ ~4 GPUSC QA Manager w Date W ~24 1L i i CONCURRENCE: Burns and Roe /s/ John P. Cadv.Jr. Date 2/17/77 Babcock & Wilcox /s/ L.R.Pletke Date 1/25/77 United Engineers /s/ E.C.Nacle Date _ 2/28/77 e ,e e O t ~ ~ _m,,,..__a ~,i.,,, _._g L_

7-INDEX

  • ~

f SECTION TITLE 1. GENERAL ORGANIZATION 1.1 GENERAL PUBLIC UTILITIES 1.1.1 CONSTRUCTION 1.1.2 ENGINEERING 1.1.3 QUALITY ASSURANCE '1.1.4 ENVIR0' DENTAL AFFAIRS 1.1.5 CONTRACTS 1.1.6 PROJECTS 1.2 OTHER THAN CPU 1.2.1 ARCHITECT ENGINEER 1.2.2 NUCLEAR STEAM SUPPLY SYSTEM SUPPLIER 1.2.3 CONSTRUCTION MANAGER 1.2.4 TURBINE GENERATOR SUPPLIER 1.2.5 CONSULTANTS AND OTHER ACTIVITIES 2. ADMINISTRATIVE 2.1 GENERAL 2.2 SAFETY ANALYSIS REPORT AND ENVIRONMENTAL REPORT PREPARATION 2.3 DESIGN REVIEWS A';D DESIGN AUDITS I-2.4 REVIEW OF ARCHITECT ENGINEER'S PLANS AND SPECIFICATIONS 2.5 PROCEDURE FOR HANDLING OF PIEIS AND SPECIFICATIONS OTHER THAN THOSE ISSUED BY THE ARCHITECT ENGINEER 2.5.1 INFORMATION 2.5.2 REVIEW AND COMMENT 2.5.3 COMMENT CATEGORIES 2.6 PROCUREMEh7 2.6.1 PURCHASE ORDERS 2.6.2 PURCHASE REQUISITIONS 2.6.3 PROCUREMENT CATEGORIES 2.6.4 GENERAL PROCUREMENT PROCEDL7tES 2.6.5. COMPETITIVE BIDS 2.6.6 CHANGES TO PURCHASE ORDERS 2.6.7 CHANGES TO CONTRACTS ADMINISTERED BY THE CONSTRUCTION MANAGER 2.6.8 C0hTRACTS 2.6.9 GPU SYSTEM PROCUREMENT POLICIES 2.6.10 EMERGENCY SITUATIONS INVOLVING SITE PROCUREMENT 2.7 CASH FORECAST / EXPENDITURE FORECAST PROCEDURE 2.7.1 CASH FORECAST -2.7.2 EXPENDITURE FORECAST Ww m es e % ~ ' . W. * ' - R*, ' ~^ J , W. G.:g y p.; p*,*. n

i PROJ?CT ACCOU?:TI?;G PLAk.ING AND SCllEDULI!;G JECT PROGRESS REPORTI GTEST WORKING GROUP AND TEST PROGRA.3 TEST WORKING CROUP FUNCTIONS TEST WORKING GROUP MDiBERS TEST DOCUMENTS AND ACTIVITIESO MS LINE) PROJECT DOCC!E!;TS_ PURCHASE SPECIFICATION (OR REQ PURCHASE REQUISITIONS 2 PURCHASE ORDER 3 INVITATION TO BID 4 PRICED QUOTATION ' ' ' ' * ^ ~ ^ UNPRICED QUOTATION CONFORMED PURCHASE SPECIFICAT 5 t 6 .7 .8 DOCUMENT DISTRIBLTION ^ CHANGES ~ GENERAL 1 CHANGE REQUESTS 2 MANDATORY CHANGES NON-MANDATORY CHANGES ,.3 FIELD CHANGES REPORTING DEFICIENCIES TO THE U. S. ATOMIC .4 4.5 ~ ENERGY Com11SSION 5 QUALITY ASSURANCE ^ $g dB,. g" g ... 5;-.._ e m-t G - *

  • 7

'"# C*^' e t. e g

  • ' ~,

h Udado.g,%,

.

~ ~..,,..... a,. e ~ to m 3 L

.THREE MILE ISLAND NUCLEAR STATION PROJECT ORCANIZATION AND RESPO'iSIBILITIES DOCUME'?T (T l 1.' GENERAL ORCANIZATION ) 1.1 GENERAL PUBLIC UTILITIES Metropolitan Edison Company (Met-Ed), a subsidiary of General Public Utilities Corporation, will be the responsibic owner and applicant for an AEC Construction Permit and Operating License for Three Mile Island Nuclear Generation Station Units 1 and 2 (TMI). Met-Ed, via a service agree =ent, is utilizing the services of the GPU Service Corporation (GPUSC). The Design and Construction Division of GPUSC, acting for Met-Ed, is responsible for procurecent and erection of an electrical generating plant utilizing steam produced by heat fro a nuclear re-actor. The plant shall be one which has been designed and constructed in accord-ance with applicable regulations, codes and specifications. To attain that end, the organization shown in Figure 1.1 will be utilized. The functions and respon-sibilities of the various activities within that organization are described herein. 1.1.1 CONSTRUCTION The Manager of Construction, reporting to the Vice President, Des.ign and Construc-tion, has technical cognizance over areas relating to plant construction. This cognizance includes but is not limited to: 2 a. Monitoring of schedule preparation. ( b. Monitoring of overall construction progress against ' schedule and budget. c. Monitoring and review of construction contractor's efforts with regard to cost, manpower utilization and performance against the schedule. The Manager of Construction is responsible for providing technical support in these areas as requested by the GPUSC Project Manager, Three Mile Island. 1.1.2 ENGINEERING The Manager of En'gineering, reporting to the Vice President, Design and Construc~ tion, has technical cognizance over areas relating to design of the total plant, including building structure, reactor, reactor auxiliary and support systems, as well as steam systems and associated equipment. He is responsible for providing technical support in this regard as requested by the GPUSC Project Manager, Three Mile Island. This cognizance includes but is not limited to: a. Station power distribution out to and including the station transformers. b. Instrumentation and control. i =

  • . ge 4

-**~*I aa _* " _ ( eg. hae

c. Nuclear fuels, d. Reactor Coolant Syste=s e. Reactor Auxiliary Systems. f. Steam Generator Systems g. Turbine Generator Systems h. Turbine Generator Support Systems 1. Overall Structural Design

j. Site Arrangements k.

Plant Arrangements 1. Test Program m. Startup Operations 1.1.3 QUALITY ASSURANCE The Manager of Quality Assurance, reporting to the Vice President, Design and Con-struction, is responsible for establishing the Quality Assurance Program for the . Design and Construction Division. With regard to Three Mile Island, the Manager of Quality Assurance.has cognizance over Quality Assurance areas related to the proj ect. In addition, he is responsible for preparation of the project Quality Assurance Plan described in Section 3 and for providing support as requested by i1 the GPU Project Manager, Three Mile Island. This responsibility includes estab-I lishment of surveillance and auditing functions as described in the TMI Quality Assurance Plan. He shall advise the GPUSC Project Manager where non-compliance 2 with the Plan is discovered. If, in his opinion, suitable corrective action is not taken, he has recourse to higher authority for action, k 1.1.4 ENVIRONMENTAL AFFAIRS The Manager of Environmental Affairs, reporting to the Vice President, Design and Construction, is responsible for evaluating the environmental impact of facilities in the GPU System. This includes the responsibility of awareness of laws and regulations governing construction and operation of these facili-ties. He is responsible for providing support, in this regard as requested by the GPUSC Project Manager, Three Mile Island. 7his cognizance includes but is not limited to: a. Preparation of Preliminar-i nf 4w nslysis Report 2 b.. ' Preparation of Final Safety Analysig P.epert c. Preparation of Environmental Repccts d. Preparation of applications for licenses and permits 1-2 - ew h e me.m a, e.,

e. Direction of environmental studies and programs related to the project. f. Expediting issuance of licenses and permits g. Evaluation of environ = ental i= pact of plant design 1.1.5 CONTRACTS a The Manager of Contracts reports to the Vice President, Design and Construction i for GPUSC, and is responsible for the negotiation of and settlement of cajor l contracts entered into for GPUSC. His responsibilities include, but are not limited to, all major contract negotiations; review and approval of cajor contractual revisions and escalation of contractual costs. 1.1.6 PROJECTS The Manager of Projects, reporting to the Vice President, Design and Construction, is responsible for the establish =ent of project management organizations for all projects under the control of the Division. Each major project has an assigned project manager. It is the responsibility of each project manager to organize and administer his project in a manner which will attain successful co:pletion of the project involved. In attaining that end, each project manager will receive tech-nical support from the various GPUSC activities. It is also the project canager's responsibility to monitor and control project related activities of outside organi-zations under contract for the project. The GPUSC Project Manager, Three Mile Island, (hereinafter referred to as the GPUSC Project Manager), has the direct responsibility for assuring that the plant is designed and built in compliance with applicable regulations, codes and specifications; in accordance with standards established by Met-Ed; on time with regard to the assigned commercial operation date; and within budget. It is his function to act for the responsible owner and applicant, Met-Ed; in all matters relating to design, construction and licensing of Three Mile Island. The Project Manager's responsibility includes but is not limited to: Direction of project related activities of,the Architect / Engineer. a. b. Direction of project related actis 1 ties of the Nuclear Steam Supply System (NSSS) supplier. c. Direction of project related activities of the Construction Manager. d. Direction of project related activities of the Turbine Generator supplier. e. Direction of project related activities of consultants, suppliers, and other organizations under contract for the project. j l j i 1-3 _a. - ~. w, v.,

f. Coordination b2twacn tha abova ectivities, including transfer r. lef cupp rt criteria and design specifications and resolution

  • ~

of areas of disagreement. o g. Control of project planned schedule h. Control of project budget 1. Control of project procure =ent

j. Plant licensing activities k.

Project Quality Assurance implementation 2' l. Selection of equipment suppliers for owner furnished equipment m. Selection of contractors for site construction 2 n. Plant testing and startup program o. Approval of specifications and plans generated by the Architect-Engineer p. Review of plans and specifications generated by the NSSS Supplier q. Approval of construction procedures In order to fulfill the above responsibilities, the GPUSC Project Manager, Three Mile Island, will utilize the project organization shown in Figures 1.1 and 1.2 and described below: i As shown in Figure 1.2, the GPUSC Project Manager will receive technical support, as required, from GPU activities both within and external to the Design and Con-struction Division. Within the Division each activity will, at the GPUSC Project i Manager's request, assign specialists in their cognizant areas for review of drawings, specifications and purchase orders and performance of other tasks to assist the GPUSC Project Manager in reaching decisions concerning the project. In the event that an item arises which requires technical support from more than one activity, the GPUSC Project Manager shall have the responsibility for coordi-nation of the activities involved. The supporting activities will perform evalua-tions and make specific recommendations; however, the responsibility for all deci-sions concerning the project will rest with the Project Manager, except as des-cribed in Section 3, Quality Assurance. Support from GPU activities external to the Design and Construction Division include the GPUSC Production Division; Met-Ed Electrical Engineering Depart-ment; and the Me.t-Ed Plant Supervisory Staff. The Met-Ed Plant Supervisory Staff's participation will include, but is not k.. limited to: 1h g 6%6 99F*E%P9 '+ 4 6.84 e' ' ' $ v4,y49 a, 4 d e. p h(W $ t **e at S W We p**g*4 a g%, g. M g i p,6 9* a y g gg gg t.g a,,, a g,ee . g g,e_ pp - pp A,y p e g g y e

  • A*hm s ome,, g r M*iu.

mze%w *-4ee+m J.: A Y'" W * * "*?.?d "A' - e

c. Pr:ptritidn of Pirnt Oparating Proesduras b. Preparation of Plant Maintenance Procedures c. Preparation of Plant Surveillance Procedures d. Participation in the Plant Test Program e. Review of Plant Design f. Review of the Final Safety Analysis Report g. Participation in preparation of Plant technical specifications

h.. Participation in maintenance and filing of plant records The Met-Ed Engineering Staff's participation will include, but is not limited to:

a. Design of substation switchyard b. Tie-in of station and switchyard with GPU and Met-Ed transmission systems; including-telemetering and communications ( c.. Participation in design of the protective relaying for the generator and the plant's electrical equipment 4 During the_ construction period, as individual systems have reached an appro-priate stage of completion, they will be turned over to the Met-Ed Plant Staff for operation. Upon issuance of an AEC operating license, Met-Ed shall be responsible for assuring that the Plant is operated in accordance with the terms of the license. The responsibility for technical direction of the Plant remains with the GPUSC Project Manager until the Plant has satisfied the requirements for commercial operation. At that time, direct __ responsibility for Three Mile Island will be transferred from the GPUSC Project Manager to the owner; i.e., the Met-Ed Pro- ) duction Department and its Plant Staff, for nor=al commercial operation. Require-ment for commercial operation will be satisfactory completion of the initial warranty run. Support from the GPUSC Production Division will be utilized for computer applica-tions and project reporting and monitoring systems. 1-5 N5-r. ....A>

1.2 OTHER THAN GPU The GPUSC Project Manager is responsible for directing and coordinating the pro-ject related activities of organizations under contract to Met-Ed, JCP&L, or otherwise involved in design, construction, procure =ent, and licensing of the plant. This responsibility includes the transfer of infor=ation between participat-ing organizations and resolution of differences arising between these organiza-tions. The organizations involved include but are not limited to: 1.2.1 ARCHITECT ENGINEER The Architect-Engineer is responsible for plant design on the entire project except for those items provided by the Nuclear Steam Supply System Supplier or the owner (e.g., the switchyard). This responsibility shall include the incor-poration of items required to support the Nuclear Steam Supply System and the Turbine Generator. In addition, the Architect-Engineer has the following respon-sibilities: a. Performance of engineering and design associated with integration of the Nuclear Steam Supply System and Turbine Generator into the overall plant design. b. Assistance in placement of purchase orders for owner furnished equip =ent as delineated in Section 2.6. c. Assistance in placement of contracts for on-site major ( construction as delineated in Section 2.6. d. Contribution to Safety Analysis Reports and Environmental Reports as requested by the GPUSC Project Manager. 2 e. Participation in licensing and reactor safety activities as requested by the GPUSC Project Manager. f. Participation in obtaining licenses and permits required for plant construction and operation. g. Participation in the Quality Assurance Program as delineated in Section 3. h. Membership in the Test Working Group and participation in the Test Program as delineated in Section 2.11.~ 1. On-site assistance to the Construction Manager as requested by the GPUSC Project Manager. J. Periodic progress reporting as delineated in Section 2.10. k. Preparation of plant system descriptions. 1. Review and approval of vendor drawings and reports required ( by the Architect-Engineer specifications, including prepara-2 A tion and/or certification of ASME Code Stress Reports and overpressurization reports. 1-6 g wt, _m __. 'T y,

c. Pr psration of Opsratin; Proctdurcs so raquestad by ths CPUSC Project Manager. The Architect Engineer Project Manager shall report to the GPUSC Project Manager in all =atters concerning the project. 1.2.2 NUCLEAR STEAM SUPPLY SYSTEM SLTPLIER The Nuclear Steam Supply System Supplier is responsible for design and delivery of the Nuclear Steam Supply System (NSSS) for the project. This responsibility includes provision of criteria required by the Architect-Engineer to adequately design the necessary support syste=s and the provision of plans and installa-tion guidelines required by the Construction Manager to prepare installation procedures and properly install equipment provided by the Nuclear Stea: Supply . System Supplier. In addition, the Nuclear Steam Supply System Supplier has the following respon-sibilities: a. Design and delivery of certain reactor auxiliary syste=s as delineated by the Met-Ed and JCP&L contracts with the NSSS Supplier, b. Contribution to Safety Analysis Reports and Environmental 2 Reports as requested by the GPUSC Project Manager. c. Participation in licensing and reactor safety activities as requested by the GPUSC Project Manager, d. Membership in the Test Working Group and participation in the Test Program as delineated in Section 2.11. e. Conduct of formalized plant staff training program. f. On-site assistance to the Construction Manager for tech-nical matters regarding the NSSS as requested by the GPUSC Project Manager. g. Periodic progress reporting as delineated in Section 2.10. h. Membership and participation in the General Office Review Board (GORB). i. Informing the GPUSC Project Manager of problems identified on other projects. 1.2.3 CONSTRUCTION MANAGER The Construction Manager is responsible for construction of the plant in accord-ance with plans 'and specifications provided by the GPUSC Project Manager. These plans and specifications include those developed by the Architect-Engineer, the NSSS Supplier, and other activities associated with plant design. In addition, the Construction Manager has the following responsibilities: k 4 1-7

O O-s

  • r c.

Prspnretion of construction and plant equipm:nt installation procedures, b. Participation in the Test Program as delineated in Section 2.11. 3 c. On-site quality control and quality assurance as delineated in Section 3. d. Conduct of labor relations with on-site construction personnel. e. Award of contracts for construction packages and assurance that work meets specification require =ents, f. Perfcrmance of procurc=ent activities for the project as delineated in Section 2.6. 2 3 Expediting for all equipment manufacturers and contractors associated with the project. h. Cost reporting and control with regard to construction activities. 1. Performance as a construction contractor where the need arises. This need shall be determined by the GPUSC Project >bnager based on reco=mendations from the CPUSC Manager of Construction and the Construction Manager. 2 (

j. Periodic progress reporting as delineated in Section 2.10.

k. Planning and scheduling of all construction related activities. 1. Preparation and establishment of syste=s for accumulation and retention of QA/QC documentation for the project. Upon com-2 pletion of construction, these records shall be turned over to the owner for retention. m. Ensure that plant systems are constructed and turned over to the owner in a timely manner which will support the project test program. The Construction Manager Project Manager shall report to the CPUSC Project Manager in all matters concerning the project. 1.2.4 TURBINE GENERATOR SUPPLIER The Turbine Generator Supplier is responsible for design and delivery of the turbine generators for each unit. T.his responsibility includes the provision of criteria, plans and guidelines required by the Architect-Engineer for design of turbine support systems and by the Construction Manager.for preparation of installation procedures and proper installation of the Turbine Generator. In addition, the Turbine Generator Supplier has the following responsibilities: a. Contribution to Safety Analysis Reports as requested (- by the CPUSC Project Manager. 1-8 .,w .m.~.,. w.

k b. On-cita cc31stcnca to the Ctustruction Mansg:r with regard t3 turbin2 cracticn. c. Provision of test criteria to per=it preparation of the Turbine Generator test procedures. d. Concurrence with Test Procedures on Turbine Generator set. 1.2.5 CONSULTANTS AND OTHER ACTIVITIES The GPUSC Project Manager will use the services of consultants and other con-tractors in specialized areas as required during the course of the project. These organi=ations include but are not li=ited to: a. Pickard, Lowe and Associates for consulting services in. safety, licensing and other related areas. b. MPR Associates, Inc., for consulting services in Quality Assurance areas and performance of design review. t' k l-9 H

h. e w"

+

  • ae en-m

- ee-w p g ,_ _ ~. _. C.. car,xs,a-a 6wa% 'j! r;\\ ;d7 4 f, a u, -**-. ?

l 1 2. ADMINISTPATIVE 2.1 GENERAL i This section delinestes the major administrative procedures and require =ents for the Three Mile Island Project. Modifications and additions to these pro-cedures and requirements may be made by the CPUSC Project Manager as the need arises. These changes will be reflected in revisions to this document and are subject to the same approvals as the original issue. The following assu=ptions have been utilized in the description of the proced-ures and requirements and shall apply unless otherwise specified: a. Wherever GPUSC Project Manager action is indicated, it is understood that this nor= ally entails review and comment by the appropriate support activities within the GPU organization including Qua) Lty Assurance. It is the intent that the GPUSC Proje t Manager consider these comments to assist hi= in reaching decisions regarding the project. b. Wherever review, cocment or approval is required by the Architect-Engineer, the NSSS Supplier, or the Construc-tion Manager, it is understood that this action includes technical reviews by engineering personnel for the Archi-tect-Engineer, the NSSS Supplier and the Construction Manager. Where review and co= ment is required from the Quality Assurance Depart =ents of the various organiza-tions, these comments shall be included with the trans-mittal of the technical com=ents. c. Where information is transmitted between organizations for approval or concurrence, it is understood that the process may be an iterative one involving co=ments and responses prior to final agreement. 2.2 SAFETY ANALYSIS REPORT AND ENVIRON > ENTAL REPORT PPIPARATION 2 The preparation of Safety Analysis Reports and Environmental Reports for the 1 project is the responsibility of the CPUSC Project Manager. The CPUSC Safety and Licensing Manager will direct the preparation of these reports. The Archi-tect-Engineer, the NSSS Supplier and the GPUSC Project Organization and others as required, will contribute to the report preparation. Figure 2.1 indicates the process to be followed. Schedules and assignments of responsibilities for preparation of the Reports will be made by the GPUSC Safety and Licensing Manager. A prime contributor will be assigned to each section of the report. Where required for a particular section, one or more secondary contributors will be assigned. It shall be the \\ e %~

~

~.

trpansibility of the pri=n contributor to request the necessary support infor-matita from thz secondary contributors and to integrate that information into the section writeup. Draf t copies cf the writeups shall be distributed by the pri=e contributor to the reviewing parties at least three weeks before the scheduled section review. Com=ents shall be returned to the prime contributor at least one week before the scheduled review =ceting. The pri=e contributor shall incorporate those co==ents which are acceptable to him into the section writeup and prepare revised writeups for distribution at the review ceeting. At the review meeting, the pri=e con-tributor will point out those co=ments which are not acceptable and indicate why they were not acceptable. Each of these will be discussed and the ce==ents incor-porated or retracted with the concurrence of all parties. In the event that the prime contributor and the cocmenting party cannot agree on a particular item, the GPUSC Project Manager shall =ake the decision regarding incorporation. Addi-tional meetings will be scheduled by the GPUSC Safety and Licensing activity where required. Following the final review meeting, the pri=e contributor shall prepare a final section writeup and submit it for printing and issuing, not later than two weeks prior to the scheduled issue date. Amendments to Safety Analysis Reports and Environmental Reports shall be processed l2 in the same manner as original reports. It shall be the responsibility of the GPUSC Safety and Licensing Manager to main-tain a log of deviations from Safety Analysis Reports and Environ = ental Reports. r Design activities, i.e., the Architect-Engineer and the NSSS Supplier, shall notify the GPUSC Safety and Licensing Manager of any deviation occurring during design of the plant. Periodically, Safety Analysis Reports and Environmental Reports {2 will be amended to incorporite these deviations. 2.3 DESIGN REVIE'a*S AND DESIGN AUDITS The NSSS Supplier and the Architect-Engineer, having design responsibility for the Nuclear Steam Supply System and the balance of the plant respectively, have established design procedures which include internal design reviews._ As a mini-mum, these reviews incorporate independent reviews by engineers or designers other than the engineer or designer performing the initial design. These reviews include concurrence with the analytical approach and assumptions, consistency of results and mathematical accuracy. Drawings and specifications are reviewed for accuracy and completeness. Furthermore, project level monitoring of the overall design chall be provided by both organizations. Design reviews will be formalized and documented. In addition to design reviews described above, the GPUSC Project Manager will utilize the technical support of the GPU organization shown in Figure 1.2, as well as other activities outside of that organization (e.g., consultants), to perform design checks in selected areas. These design checks will be per-formed to verify salient design features. They will normally include evalua-tions of safety related features, failure analyses, sizing criteria and design capacities as well as overall design and operating concepts. In addition, the GPUSC Quality Assurance activity will conduct design audits to ensure that de-( sign reviews are being conducted in accordance with the procedures. 2-2 wA t, __ _=

2.4 REVIEW OF ARCHITECT-ENGINEER'S PLANS AND SPECIFICATIONS 1 Plans and specifications developed by the Architect-Engineer for TMI fall into one of two categories, (1) those plans and specifications which involve inter- . faces.with the Nuclear Steam Supply System or the turbine generator, and (2) those plans and specifications which are concerned solely with the balance of l1 the plant. The review procedure to be followed is shown in Figure 2.2. I In the case of plans and specifications involving interfaces with the Nuclear Steam Supply System or the turbine generator, it is the responsibility of the NSSS Supplier or the Turbine Generator supplier to advise the Architect-Engineer of their requirements by sub=itting criteria for the necessary support items to the Architect-Engineer. It is the responsibility of the Architect-Engineer to incorporate into their design those features required to meet the support cri-teria. Where plans and specifications involve Nuclear Steam Supply System or turbine generator interfaces, they shall be submitted by the Architect-Engineer to the NSSS Supplier, or the Turbine Generator Supplier for technical concurrence. All applicable plans and specifications will be submitted to the Construction Manager by the Architect-Engineer for concurrence from a construction standpoint. Responses shall be transmitted directly to the Architect-Engineer within three weeks after receipt of the draft. Information copies of all comments shall be sent to the GPUSC Project Manager. In general, coc=ents on specifications by the GPUSC Project Manager will be pro-{l vided within three weeks following receipt of the docu=ent by the GPUSC Project Manager. 2.5 PROCEDURE FOR HANDLING OF PLA'!S AND SPECIFICATIONS OTHER THAN THOSE ISSUED BY THE ARCHIIECT-ENGINEER Plans and specifications other than those prepared by the Architect-Engineer will be transmitted between parties for information, review and co= ment or concur-rence as shown in Figure 2.3. The following rules apply in general: 2.5.1 INFORMATION Documents transmitted for Lafurmation do not require a response. However, any pertinent comments should be sent to distributing party as soon as practical. The originating party need not wait for responses; however, if responses are received, a reply shall be made to the commenting party indicating disposition of the comments. 2.5.2 REVIEW AND COMMENT ~ Documents transmitted for review and comment should be reviewed by the receiving parties and responses made within three weeks. The originating party should not proceed with design or procurement action prior to the end of this waiting period. A reply shall be made to the commenting party indicating disposition of the comments. m 2.5.3 COMMENT CATEGORIES ( All comments shall be categorized as follows: D 2-3 . m

Comment Category I Incorporation mandatory; no cost to GPU.. Comment Cateeory II Incorporation mandatory; proceed with incorporation, develop costs and submit to GPU. Comment Category III Incorporation desired provided cost to GPU is reasonable; develop costs and submit to GPU before proceeding with incorporation. The determination of whether other documents are trarsmitted for infor=ation, review and co= ment shall be made by the party preparing the document, subject to change to a higher category by the GPUSC Project Manager. 2.6 PROCUREMENT Precurement activities are performed by the following organizations: Owner Furnished Equipment, Unit 1 Met Ed (Owner) Owner Purnished Equipment, Unit 2 JCP&L (Owner) Construction Materials & Equipment UE&C (CM) Construction Labor or Services UE&C (CM) Prior to issuance of this procedure, the procurement for the TMI project was in accordance with the procurement procedures of Met-Ed and JCP&L. Wherever the term " Purchasing Deportment" is used throughout this procedure, it is in= tended to mean the organization responsible for procurc=ent as defined above, unless otherwise specifically indicated. In the case of UE&C procurement, copies of all pertinent paperwork associated with the transactions are for-1 warded to GPU to establish a duplicate official purchasing file for the owner. i 2.6.1 PURCHASE ORDERS All procurement for a project shall be accomplished by issuance of a purchase order by the Purchasing Department. The following types of purchase order will be utilized: 2.6.1.1 Limited Purchase Orders or UE&C Petty Cash Requisitions Limited Purchase Orders or UE&C Petty Cash Requisitions may be used for the purchase of goods and services where the total order value vill not exceed $200 wher, it is convenient to do so. Use of these methods in lieu of a change to a Regular Purchase Order or splitting of purchases to allow use of a Limited Purchase Order is not permitted. 2-4 ^^ = * *

    • e e e_

. s_

2.6.1.2 Reguler Purchaza Orders Regulrr Purchaza Ordsrs must bn ustd for all purchtsas of goods end services in excess of S200 or for effecting changes to regular purchase orders regardless of the dollar amount. Regular Purchase Orders =ay be used for purchases of S200 and less if it is deemed advisable by the Purchasing D'epartment. 2.6.2 PURCHASE REQUISITIONS Procurement may be initiated only by issuance-of a properly approved purchase requisition or-UESC Bid Tabulation. Required mini =um approvals are given in . Table A. .This section discusses purchase requisitions in general and applies primarily to major purchases for the project. Figure 2.7.is a reco= mended pur-chase requisition form. Additional for=s for purchase requisitions, such as are currently used by UESC, may be used for such items as material requisitions and field procurement; however, the mini =us approval requirements of Table A must be. applied to these forms as well. Whenever practical, the requisition shall refer to an approved project specifi-cation or contract. Where this is not practical, the complete description.of the goods or services shall be included on the purchase requisition itself. Where a sole source is required or where suppliers have been selected on a competitive bid basis, the supplier shall be designated on the requisition by the requisitioner. When suppliers are not designated, the Purchasing Depart-ment shall select the supplier in accordance with Appendix I, Procurement Poli-cies and Procedures. 2.6.3 PROCUREMENT CATEGORIES All project procurement falls into one of the following categories: 2.6.3.1 Owner Furnished Equipment, e Equipment which has been specified by the Architect-Engineer for procurement by the owner. This category also includes miscellaneous purchases not specifically assigned to another category. 2.6.3.2 Construction Labor or Services Procurement of labor or services resulting from specifications assembled by I the Construction Manager. These may be for labor only or.may include require-ments for a contractor to supply labor and materials pursuant to performance of the work involved. 2.6.3.3. Construction Materials and Equipment Goods required in support of construction. These goods may or may not become part of the completed facility but are incidental to and required for progress of the work. 2.6.4 GENERAL PROCUREMENT PROCEDURES k. 2.6.4.l' Procurement of Owner-Furnished Equipment The procedure for procurement of owner furnished equipment shall be as described .herein and as shown on Figure 2.4. U 2-5 g saw -ee6 s J4.- ae- --*g=y= Y" 1*1:11, dN 'A - - ' .*?. * ^.p*

  • s.+ * ~. ' ' '

_n. .:L,.,- .m s.c=xs.>w :

  • .m.__

4 , ' :s, i - . j l.8F < EIg e' 8 'T ;- o MDCT 6 iePh .UC$CUC $CcC

r. cec m C C O$ O $ O $ o nsUr 2oeo cot oe onv w2w1 w iiSe n o,5 o n o.; r.t n n d n,1 dn ndn

,5 n n n s e e 0 e ,5 n 0 n mg Ce annn n st s t st s t 0 r,0 e un e es0s es 0 s. r m N ru0urt 0t 0t t t t t rr0r p l 0l r 0r 0r.r $r!r$r 0 0 0 a i $t t $u u0umu 5u2u 1 u$F F0F0F Pn l c 0c u u0u ud e c t c cdc 0 i 0 i,0 t,1 u t 0 t,5 c ,$ i a i,1 t rort r r r nn r t ot at et i0n nonan cC I 0gdg 0i iniri 0 0o$odo o 0oCo 0o0i$i ini ho s 0 sos 0n 2n n$n n0n 0n0s2s$sds an l o t 0 h,5 h 1 h h ss a e v e v L,5 M oft M M e e 0eoe it n L,5 I. re r l aa d 0 d,0 d v d nr d vr v a 0ae a0a aoa i i b 0brb0t $t t nt 0 e c( c o o0e 2e$e de ~0E0ErE ,g uc N . eAe r.0 o q 0q Rt u u0u.q r r r ; s) s_ . r r i ,5 r 1 i0i oi u . u ei c va i i ( ( a 0t0a 0 i i q o l p_ s l e l. p p un e mp l t. e e e e ( 0 ,r s_. S. S S s 0s0s m. m m t a ei N. g_ n. n n. e _r D r e e e g r r. r & S&0&_ n ei o v v v e t t t. t mv S o_ t t i i i E eE E. E ei t i i c c c q q q, q ns a a a e e. e u Du u u t i t t t s s s i i i i so i e e p &p. p p n o d d ) ) E _. n ) ll, J _Q ' R [ngy h5ug 3 3 3 0 3 3 3 E C 0 0 9 3 Q O !1 U N I F .I X X X wjO yE

  • Q';

T X E X X _ IT 5wpDCO$y$ I r V S E t l ,l Y X 0z Ep5S ll Ly X X $a u B B le fl. D I X X X X _X -l 1 Il sy M uQ@U8z X X A Ue hC"U,, N g A "L G E R* _l l T i A t 2 $,yy$* t B K X X - X g I. ~ 6 QaMyb8f, gg u E t S A ll C I n P T E u $$(* X X X. X X 3 X X X U I S O (oyU *$yd C N l AP .K ,.X X X P X foyy AQyg .R O ,y A _1 X X X dm haU CO .I 0m S $.e. g !PAN t Y E D .C .B .A ll 0 1 E (get eA wfreT HasfsoI uaI ct cromg i Fp N S rrX exl h o e. eh ap hoar f nln oonur e eeP mil er nre np ar cd dl n f aep s n t es ar l eea e g ct l cjeo et not r wade g nl t r ree ehuhe t r s dr ie chl e v ha r q n res ac mi er i ann oisil rabep ce sue n i st a n t rro sc t i l e p hq eir iPoi t . v t hoem s or au ap a nr nnmt e c wuy eir oa r :: i l efrt wm hor r oni l s,l ge g a d 1l sa i i u p,u t afe t vg s e si nb s l qraei dn p inDaea M c co lsu l t uil t t i rd eg w 1 r wion lt r Cd i insii b t oetp e a cnharyr - c i l ns coo bu 1q l i s b h h. n e - r a so l w cla n ,J i i et er d ul t t a ea e t n AJ so d t t s l s 2 i i rn vc ro su. p vf l uat mo rnhe 6rbe ud $eeat u r. ut eo w t t o 6eesc fi r hrr hbh ada nt ef ,1 o,s c t a f s Ore e ee l r t - d t a ,6 o $' sid 0w it t l $a n Ct 0 n c,s p l.i w vme o s h,5 n,5 h o d p ca 2 p i w u. r f oni 0e u l i n e q,5 p e p r n ae r l ee0s t r c e t r t r0eoi o n,r y u r ot rp l rv 0 e n w u0r a ce ity nM31 t 0 f o raiut t I iciCc c un ar e e a t n rt ll o . r n. r sOh t r t t oF r. rp oons gp t.

jeJi, o

a ic ile o p r t e r r re c t s c Jt olp a t 1 r awt eonen e r it e a h neo 0o l o avt ng ct oh .l .s r r a - v t ast i t h ne t t 8a el n e .r - l 7 3 2

1The Architset-Enginnar (AE) ahall prepare and submit purchase specification and . - prtprosd biddars lists to the GPUSC Project Manager for all owner furnished' equip-ment. The CPUSC Project Manager shall review the specification and bidders list . and the GPUSC. Manager of Projects shall approve the bidders list, and forward the= !1 -to the Purchasing Department. Thel Purchasing Department, acting as agent for Met-Ed, and assisted by the AE as required, shall prepare the formal invitation to bid, make the required nu=ber of copies for proposed bidders and distribute the bid-ding documents to those suppliers listed on the approved bidders list. L The bidders shall be required to submit a sealed price quotation to the owning company's Comptroller or his designated representative; and unpriced quotations with the proposal'to the GPUSC Project Manager, the AE, the CM and the Purchas-ing Department. The Comptroller or his representative shall retain the priced s . quotations, unopened, until they are requested by the GPUSC Project Manager. The AE and CM shall evaluate the unpriced proposal for technical content and construction aspects respectively. These reviews shall include contact with .the bidders in an attempt to resolve unacceptable items included in the pro-i posal..Following this evaluation, the AE with input from the CM shall advise l - the GPUSC Project Manager of the following: 3-a.- Which proposals meet the purchase specification without exception. b. Which proposals are less than that required by the pur-chase specification, in what areas the specification is not met, whether or not the exceptions are technically acceptable and estimated dollar value of the exceptions. e [ c. Which proposals exceed the purchase specification require-ments, in what areas the specifications are exceeded, whether or not these additional items are desirable and an estimated dollar value for the additional items. Upon receipt of these evaluations and following a review of the unpriced pro-posal within the GPUSC organization, the GPUSC Project Manager, with the approval 4 j of, the Manager of Projects, shall request the Owning Company's Purchasing Depart-4- ment to forward the; priced quotations to him. All penalties to be assigned shall have been determined prior to the request for priced bid opening. The Purchas-ing Agent with the Owning Company's Comptroller or designated representative as a witness,. shall open all priced quotations and submit them to the GPUSC Project Manager. On the basis of the technical evaluations of the proposal and the priced . quotations, the GPUSC Project Manager. with assistance from the AE as requested, shall determine the apparent successful bidder and so advise the AE, CM and the -Purchasing Department. The evaluations used to select the apparent successful bidder shall-be forwarded to the Purchasing Department and shall become part of the official purchasing files for the project. I With the assistance of the apparent successful bidder, the AE shall prepare a conformed specification. Where applicable, the AE must advise the GPUSC Pro-ject Manager and the NSSS Supplier immediately if this conformance results in 4 4 any design change affecting plant safety or the NSSS. The conformed specifica-tion shall be submitted by the AE to the CPUSC Project Manager. For Unit 2, Owner Purchased Equipment, the AE shall also submit a reco= mended purchase requi- , (1 sition. The GPUSC Project Manager shall review and approve the conformed specifi- 'fication, the purchase requisition for Unit 2, and obtain additional approvals as .2-7 _ wm W ' T, _ _ iv 4 w ,e + m-w 1mm %uw y m-e ww-i - ets =3 ai-Twer-e-9-mi e ws ?r=-de-

_ requir:d by Table A. The approvrd documints ahsll b3 forwsrdtd to the Purchas-ing Department. The Purchasing Department, acting as agent for the owner-will issue a purchase order to the approved supplier for the equip =ent descr'_oed by the conformed speci-fication. 2.6.4.2 Selection of contractors for on-Site Construction Labor and Services The CM has the responsibility for constructing the plant in accordance with the plans and specifications provided by the CPUSC Project Manager. In this regard it will be necessary to place contracts for the acco=plishment of on-site con-struction tasks. The procedure for placenent of these contracts shall be in accordance with Figure 2.5 and as described herein. The AE prepares plans and specifications for the construction of the facility which are forwarded to the CM. When a construction contractor.s required, the CM assembles the bid package and sends it to the Purchasing Depart =ent. The proposed bidders list prepared by the CM shall be submitted by the CM to the Owner's Purchasing Department and the GPUSC Manag r of Projects for approval. !, Upon receipt of approved bidders list from the Owner, the CM's Purchasing Depart-l~ ment shall prepare the for=al invitation to bid, make the required number of copics and distribute the invitations to bid to approved bidders. The bidders shall be required to submit unpriced quotations with the proposal to the GPUSC Project Manager, the AE if appropriate, and the CM; and a sealed ( priced quotation to the GPUSC project accountant. If requested by the CM, the AE shall make a technical evaluation of the proposal and advise the GPUSC Pro-ject Manager and the CM of the following: Which proposals meet the specification without exception. a. b. Which proposals do not meet the specifications, in what areas, whether or not the exceptions are technically accept-able, and an estimated dollar a=ount for the exceptions. Which proposals exceed the specifications, in what areas, c. whether or not additional items are desirable and an esti-mated dollar value for the additions, f An AE technical evaluation will be made in all cases where non-specific or non-standard equipment is required by AE specification; or where technical issues develop in regard to interpretation of the AE specification. The CM shall =ake a fair cost estimate, a technical evaluation, and shall re-quest the GPUSC project accountant to forward the price quotations to him. The GPUSC project accountant, with representatives of the owning company and CM as witnesses, shall open the priced quotations and present them to the CM. On the basis of the bid evaluations and the priced quotations, the CM shall recommend an apparent successful bidder and so advise the GPUSC Site Project Manager. 2-8 ye Nw*e,n-me .gr. M 4 5 ' See *'

The CM, with EnsistInce from GPUSC and the AE if requested, shall conform the specification with the apparent successful bidder. The CM shall submit the bid tabulation to the GPUSC Site Project Manager for approval. The GPUSC Site Project Manager shall review the specification, approve the bid . tabulation, and obtain additional approvals as required by Table A and forward then to the CM along with the evaluations used to select the apparent success-ful bidder. The evaluations shall become part of the 'fficial purchasing files o for the project. The Construction Manager's Purchasing Department will issue a contract me=oran-dum to the approved contractor in accordance with the conformed specification. A formal written contract shall be issued shortly thereafter. 2.6.4.3 Procurement of Construction Materials and Equipment (Figure 2.6) The CM, or AE as appropriate, shall prepare purchase specifications for all con-struction =aterials and equipment. The CM will prepare all such purchase requi-sitions. The CM Purchasing Department, acting as agent for Met-Ed, shall pre-pare the formal invitation to bid if required, =ake the required nu=ber of copies for proposed bidders and distribute the invitations to bid to qualified suppliers. The bidders shall be required to submit a sealed priced quotation, depending upon the amount of the transaction, to the GPUSC project accountant, and un-priced quotations along with the proposal to the GPUSC Site Project Manager, the AE if appropriate, and the CM Purchasing Department. The GPUSC project accountant shall retain the priced quotations, unopened until they are re-quested by the CM. The CM with assitance from the AE if appropriate, shall evaluate the unpriced proposal for construction and technical aspects. These reviews shall include contact with the bidders in an attempt to resolve un-acceptable items included in the proposal. Following this evaluation, the CM shall advise the CPUSC Site Project Manager of the following: i a. Which proposals meet the purchase specification without exception. b. Which proposals are less than that required by the pur-chase specification, in what areas the specification is not. met, whether or not the exceptions are technically acceptable and an estimated dollar value of the exceptions. c. Which proposals exceed the purchase specification require-ments, in what areas the specifications are exceeded, whether or not these additional items are desirable and an estimated dollar value for the additional items. Upon receipt of these evaluations and following a review of the unpriced proposal within the GPU organization, the CM shall request the CPUSC project accountant to forward the priced quotations to him. All penalties to be assigned shall have been determined prior to the request for priced bid opening. The project accountant with representatives of the owning company and CM as witnesses, shall open and document all priced quotations and present them to the CM. On the basis (' of the t.echnical evaluations of the proposal and the priced quotations, the CM shall recommend the apparent successful bidder and forward the bid tabulation to the GPUSC Site Project Manager for approval in accordance with Table A. 2-9 r. _ J. 4'e' N,

' To1 cover an emergency condition, the CM contracts provide that an Extra Work E Authorization (EWA) can be issued. The EWA must be approved by the CM and the owner and includes a description of the work and an esti= ate of the costs involved. 'With the assistance of the apparent successful bidder, the CM shall prepare a conformed specification at the pre-award meeting as appropriate. 2.6.4.4 Procurement of Consulting Services Negotiated or non-competitive awards may be made in the case of procurement of professional services for consulting, engineering or research and development. Prior te award, evaluations of more than one firm should be made where possible. The purchase requisitions for professional services shall be initiated by the CPUSC Project. Manager, except in the case where the consultant. is hired dir-ectly.by the CM with GPUSC approval. Additional approvals, as required by Table A, shall also'be obtained by the GPUSC Project Manager. The GPUSC Pro-ject Manager shall forward the requisition to the Purchasing Department by a letter which includes supporting reasons for non-competitive or negotiated award. This letter shall be made part of the project purchasing file. 2.6.5 COMPETITIVE BIDS The Purchasing Department shall obtain competitive offers from prospective sup-pliers by one of the following methods: 2.6.5.1 Sealed Bids ( Sealed bids shall be obtained when expected costs equal or exceed the limits shown in Table A. Paragraphs 2.6.4.1 and 2.6.4.2 contain procedures for obtaining and opening sealed bids. 2.6.5.2 Written Quotations The Purchasing Department may solicit written quotations in lieu of sealed bids where the dollar value of the item to be procured permits. The limitations for the use of written quotations are contained in Table A. i The procedures for bid evaluation and award for goods and services procured under written quotation shall be similar to those procedures for sealed bids. The following exceptions apply: a. The written quotation shall be received by the Purchasing Department instead of the project accountant. These quota-tions shall be kept confidential until all bids have been received and. evaluated. b. The GPUSC Project Manager is responsible for making the bid i evaluations for owner furnished equipment with the assistance of the~AE or the CM as appropriate. The CM will prepare all -other evaluations. The formality of the evaluation shall be i at the discretion of the GPUSC Project Manager. k. 2-10 .~.. ;;;w a ; n:.; : -c .- w - wa s.g~g...o au

c. Tha GPUSC Project Manager, on tha basis of the evaluations and + - prices,-shall determine or approve the recoc=endation for the - successful bidder and send an approved purchase requisition or approved bid tabulation to the Purchasing Department. The Pur-chasing Department shall issue a purchase order in accordance with the approved purchase requisition or bid tabulation. 2.6.5.3 Telephone Quotations Where dollar values of items to be procured are expected to be below the limits requiring sealed bids or written quotations, the Purchasing Department may con-tact prospective vendors by telephone and obtain prices. In this case, written confirmation of the quotation should be requested. The Purchasing Department shall document in the purchasing files all prices received by telephone. 2.6.5.4 Number of Bidders Wherever possible, a minimum of three prospective suppliers shall be requested to bid, as shown in Table A. Where fewer bidders are contacted, the reason for contacting less than'three shall be documented and included in the purchasing files. 2.6.6 CHANGES TO PURCHASE ORDERS Changes to existing purchase orders will be issued by the Purchasing Department only upon receipt of a properly approved purchase requisition, bill of materials, or-supplementary bid tabulation. If the requested purchase order change is over $25,000, the same approvals'as the original transaction shall be required. Other-wise, the approval of the Assistant Project Manager shall be sufficient. 2.6.7 CHANGES TO CONTRACTS ADMINISTERED BY THE CONSTRUCTION MANAGER For those contracts administered by the Construction Manager and for which a specification prepared by the AE forms the basis for the work, changes to such AE specifications may be required subsequent to award. In these cases, the contract administrator (CM) is responsible for negotiating the specification change and any material and cost adjustment with the contractor in accordance with the contract. The contract administrator (CM) is also responsible for 2 soliciting (in writing) a review of the contractor's proposed material and cost-change from the AE. Such AE review shall be based on an objective evalua-tion of the specification as amended. The evaluation shall be returned to the contract administrator (CM) by the AE within one (1) week. The contract admini-strator (CM) shall attach the AE_ review to the supplementary b1d tabulation prior to submission to the owner. 2.6.8-CONTRACTS A contract is a formal written document between the owning company or CM, and a company supplying services which delineates the agreement between the two '~ companies. A contract differs from a purchase order in that a contract I~ executed by an officer or approved designee of each of the involved comp.-- . hile a purchase order is signed by the purchasing agent. w k; ) i 2-11 'm, w7M,;:.s c, t t.

m,
  • WW"

.. + s.-~*- ..-~t.

\\ Ctatrcces cay ba ut:d to supp:rt purchtca ordera for cerviens whenever tha GPUSC Projcct Mantgar datma it necessary; however, their usa is required for purchase orders for services as delineated in Table A. . Since contracts are entered into between the owning co=pany and the supplying firm, the form of the contract and procesures for their preparation and use should comply with the purchasing procedures of the issuing company. 2.6.9 GPU SYSTEM PROCUREMENT POLICIES Appendix I contains the procurement policies and procedures which Jersey Central Power & Light Co=pany, Metropolitan Edison Co=pany and Pennsylvania Electric Company have filed with the Federal Power Co==ission. Each of the ec=panies has filed identical policies and procedures. No purchasing procedures used within the GPU Service Corporation, Design and Construction Division, should violate Appendix I. If project procure =ent procedures violate Appendix 1 Appendix I shall take precedence. Changes in Appendix I should be requested via the office of the Comptroller of the GPU Corporation. 2.6.10 EMERGENCY SITUATIONS INVOLVING SITE PROCUREMENT In the instance of procurement of construction materials and equipment by the CM at the site, when time does not permit sealed bids to be solicited and re-ceived as required by Table A, the CM may authorize the Purchasing Department to telephone for bids and request written quotations in lieu of requiring sealed bids. This procedure is to be used in emergency conditions only, and cust have specific approval of the GPUSC Project Manager. 2.7 CASH FORECAST / EXPENDITURE FORECAST PROCEDURE In order to assist GPU in the short term and long range financial planning, reports are published periodically to appropriate parties. The procedure for the preparation of these reports is detailed in the Cash Forecast / Expenditure Forecast Procedure (TMINS-2). These two types of reports shall be utilized. 2.7.1 CASH FORECAST The Cash Forecast is published weekly and provides a three month forecast of cash requirements. The Cash Forecast will initiaily be prepared by the CM and reviewed by the GPU Cost Analyst. 2.7.2 EXPENDITURE FORECAST The Expenditure Forecast is published conthly and projects " Bookings" by month to the completion of all financial obligations. The report will initially be prepared by the CM with assistance and review performed by the GPU Cost Analyst. 2.8 PROJECT ACCOUNTING Accounting procedures for approving and recording costs are those of the GPU Service Corporation. GPU Service Corporation provides two site project account-ants who monitor and give final approval for paying all invoices. Met-Ed as agents for the three owners pays all invoices from cash advanced by the owners. Accounting computerized records are the Detail f.ost Ledger and the Purchase 2-12 . -, g. :.}. 7 ; - '

o <a, /. Order Status Report. General accounting procedures are provided by the Con-struction Accounting Department of the GPU Service Corporation. 2.9 PLANNING AND SCHEDULINO GPUSC has provided a standard systc= for determining schedules for all GPUSC projects. lhe procedure for the use of this system and its reporting capabili-2 ties are outlined in the CPUSC " Project Control Syste: User's Manual". On the Three Mile Island project, tnis is the principle tool used by the Construction Manager whose on-site planning and scheduling organi:stion functions as the " Project Planner". 2.10 PROGRESS REPORTINO in order to keep interested parties infor=ed with regard to progress of the pro-ject, monthly progress reporting will be cade by the AE, the NSSS Supplier and the CM. Each of these activities sna11 prepare a =onthly progress letter and submit it to the GPUSC Project "anager not later than the last Uednesday of the 2 month. This letter shall indicate significant actions completed or initiated during the reporting period, progress of ite=s of major concern in process, an indication of anticipated progress for the folicwing conth, and a state =ent of current significant problems. 2.11 TEST WORKING GROUP A' D CONDUCT OF T:!E PROJECT TEST PROCRAM 2.11.1 TEST WORKING CROUP FUNCTIONS A Test Working Group (TUG) shall be established for the Three Mile Island Pro-ject to perform the following functions: a. Approval of milestone prerequisite lists. b. Review and approval of safety-related test procedures. c. Approval of changes to safety-related test procedures. d. Review and approval of test results of safety-related test 3 procedures. e. Review and approval of the safety-related sco e of the test program contained in the test index. k 2-13 A.% e$=,. - ,e N ?eo'** a

  • ~

~

  • s9 =

~~.m. am-rs -, e e

'y[) O' f'\\ .~ I, The TWG is the coordinating activity for the project test progra= through co=ple-tion of the plant warranty run. All decisions and approvals by the IWG shall be unanimous and will be indicated by cne signature of each of the = embers. In this regard, minutes will be kept of all !WG =eetings and the =eeting =inutes will be agreed to and signed by all =c=bers prior to adjourning the cceting. 2.11.2 TEST WOREING CROUP ME:3ERS The TWG membership shall consist of one ce=ber and at least one alternate me=ber from the respective organi:stions. Each organi:stion shall designate their r.e=- ber and alternate =e=ber in writi'ng. Each organi:ation =ust be represented at each TWG meeting. 2.11.2.1 Test sunerintendent The Test Superintendent or his alternate shall be Chairman of the IUC. He is responsible to the GPL'SC Project Manager for the ad=inistration and conduct of the project test program. He shall provide test supervision for the test pro-gram and will assure that all testing is performed in strict cc=pliance with approved procedures. In addition, he has the folicwing responsibilities: - a. Prepare and obtain TWC approval of docu=ents needed for imple=entation and ad=inistration of an orderly test progra=. These docu=ents are to include, but are not limited to the following: 1. Test procedures. 2. Test change notices. 3. Test results. 4, Work authorization and re-entry controls. 3 These documents shall be based on and imple=ent URC 10CFR50 Appendix 3 Quality Assurance Criteria for Nuclear Power Plants, and appropriate Regulatory

Cuides, b.

Convene the TWG, as required, for perfor=ance of its functions. l3 c. Conduct test planning ceetings and issue the detailed test plan, as required. 2-14 w+-

<..e.w

%J

0 0 ~ 'j d. Initicto tact change notices to test procsdures, as l required. !I a. Prepare pre-requisite lists for major milestones in the test program and submit them to tne TVG for approval, f.. Prepare test =anning assignments, as required, and sub=it them to the WG for approval.

g. ~ Prepare the Master Test index and obtain WG's approval.

h. Supervise the activities of Test Directors and Test l3 Engineers. 2 1 1. Preparation of periodic reports as requested by the CPUSC Project Manager. 2.11.2.2 Architect-Encineer The Architect-Engineer Startup Engineer, a senior assigned representative of the Architect-Engineer, shall be a member of the TWG. He shall have the following responsibilities: a. Preparation of test procedures as requested by the GPUSC Project Manager and provide them to the Test Superintendent for incorporation into the test program and procedures. b. Responsible for technical content of balance of plant testing. c. Attend and participate as a voting member in test planning naetings. 2.11.2.3 Nuclear Steam Systen Suonlier The Nuclear Steam System Startup Engineer, a senior assigned representative of the Nuclear Steam System Supplier, shall be a member of the TWG. He shall have the following responsibilities: ) Provide Test Procedures / Test Specifications prepared by a. the Nuclear Steam System's supplier to the Test Superin-tendent for incorporation into the test program and pro-cedures. ~ b. Responsible for technical content of testing of the Nuclear Steam Supply Systems. -c. Attend and participate as a voting member in test planning meetings. 1 2.11.2.4 Owner Utility Plant Superintendent The Plant Superintendent, or his designated representative, shall be a member of the TWG. lie shall have the following responsibilities: a. Provide test operating personnel as required by the Test Superintendent. 2-15 n. ~ .-.a.

O V 9 b. Review t;ct pr:ctdurcs with regard to opsratien and plaat safety. F;r c11 TWO spprovad test preesdures, the sig=ature of the plant superintendent indicates that the plant operating review ce=mittee's (PCRC) review has been co=pleted and their ec==ents have been satisfactorily resolved. Prepare and issue detailed plant operation precedures and prevent-c. ative maintenance procedures. These procecures will be used for plant operation during the test program and their issue shall be scheduled to support the test progra= schedule. For operatien after fuel loading, these procedures will incorporate the licensed technical specifications. d. Prepare and =aintain a surveillance test progra to assure that all necessary surveillance tests are scheduled and perfor=ed during the startup progra=. Attend and participate as a voting =e=ber in test planning meetings. e. f. Preparation and issue of E=ergency Operating Procedures. 2.11.2.5 Test Auditor The Test Auditor shall be a non-voting =e=ber of the TWG. He shall have the following responsibilities: Provide an independent evaluation of the actions taken by the TWG a. in performance of their functions. In this regard, the Test Auditor should not become involved in the day-to-day reutine business of the TWG. The Test Auditor's prinary responsibility is to assure that actions taken by the TWG do not cause a deviatien frc= the plant Technical Specifications or other requirements contained in the FSAR. 3 His signature is not required on Test Procedures signifying approval Prior to test perfor=ance. He reports deficiencies regarding testing and test perfor=ance to CPU Startup and Test Manager, the CPU Test Superintendent, the GPU Project Manager and the Met Ed Vice President-3 Generation. In perfor=ance of the above responsibilities, the Test Auditor is not required to attend all TWG =eetings but will be provided a copy of the =inutes of each TWG =eeting for his review. The Test Auditor will infor= the Met Ed Vice President-Generatien, GPU 3 Startup and Test Manager, GPU Test Superintendent and the CPU Project Manager, in writing, of the results of his review. Where the. Test Auditor's cc=nents indicate that actions approved by the TWG could cause.a deviation of plant technical specifications or other FSAR require =ents, the Test Superintendent will schedule a 3 TWG meeting at the earliest opportunity with the Test Auditor in attendance for resolution of his co==ents, if required. b. Prepare and maintain a co==1tment docu=ent pertaining to plant testing and startup. This docu=ent will include all co==iteents made in the FSAR as to equipment and syste= perfor=ance which must therefore be verified during the test progra=, tests to be perfor=ed, acceptance criteria, etc. Copies of the docu=ent and 3 (, any revisions, shall be provided to TWG members and maintained current. i 2-16 " #s e - g *.^ __-......n!?- .4

O O- ~ J. 2.11.3 TEST DOCDIENTS M;D ACTIVITIES The following documents and activites shall be utilized in the perfor=ance of the test progran. 2.11.3.1 " aster Test Index A list of all test procedures, test requirements and sources of test requirements, for the test progra=, prepared by the Test Superintendent with inputs from the Nuclear Stecs System Supplier, Architect-En;ineer, Construction "anager, Test Superintendent, and Test Auditor. Index is approved by !WG. 3 2.11.3.2 Deleted 2.11.3.3 Milestones List A schedule of =ajor events in perfor=ance of the test progra=. At least the follow-ing will be included: 1 Initial fill of the reactor coolant system and cold functional testing. Hot functional testing. Initial fueling. Initial criticality and power operation. 3 2.11.3.4 Pre-Requisite List A list of requirements to assure readiness to perform one of the milestones. Pre-pared by the Test Superintendent and approved by the TWG. 2.11.3.5 Test Procedure A document delineating test pre-requisites, plant condition, special equipcent, special precautions, acceptance criteria, and detailed steps to be followed i during the conduct of the test for which the procedure is written. The test pro-i cedure shall also specify canning require =ents for the tests and the data to be recorded. 2.11.3.6 Test Chante Notice A method for changing a test procedure subsequent to TUG final approval of the test l3 procedure. The change nay be required to correct errors in'the procedure, to accomplish partial system test..to provide for unusual or unforeseen plant condi-tions, or to acco==odate plant revisions or re-test requirements. The change shall be initiated by representatives of members of the TVG, submitted to the Test Super-intendent and approved by the TUG. Changes to the scope or intent of TWG approved Test Procedures require approval prior to perfor=ing the test. 2-17 (. e.

  • I.

t _m.

O O 2.11.3.7 T,se Mannine Asaiennrnen j A list of all stations to be =anned for key tests and the designation for an indi-vidual to can the station for caen shif t of testing. The station supertatendent is responsible for designating tne individuals fres plant personnel, wno are assigned to a specific location for a particular test. 2.11.3.8 Initial Test Procedure Revieu 13 Prior to scheduled use, the TUG shall review test procedures and provide pre-11minary approval. This preli=inary approval indicates concurrence with the general approach and intended goals of the test procecure. 2.11.3.9 Final Test Procedure Review Prior to the scheduled test procedure performance, the TUG shall perform the final l3 review of the docunent. This revieu shall assure that the procedure includes all necessary pre-requisites, plant condition, special equip =ent and precautions for test performance and that provisions are =ade to take all data required to =cet the intent of the test procedures. Approval following this revieu constitutes authorization to perform the procedure when it is scheduled on the detailed test plan. Test procedures for systems that are not related to plant safety need not be approved by TUC. These Test Procedures are reviewed and approved by the Designer, Owner and Test Superintendent (DOT). Procedures of this type are only reviewed one time, as close as practicable to actual test perfor=ance. ( 2.11.3.10 Test Plannine Meetines Periodic meetings held as required to plan short-range testing. The detailed test plan shall be approved at this ceeting. The teeting will be attended by repre-sentatives of the rwner utility, Architect-Engineer, Construction Manager, and the lluclear Steam System Supplier. The Test Superintendent shall concuct the meeting and is responsible for assuring that required personnel are advised of the time and place of the meeting. Meetings shall be regularly scheduled to support the test progras. 2.11.3.11 Detailed Test Plan A short-range test schedule which authorizes perfor=ance of a given test. Eo, test shall be eerfor ed unless it is included in the Detailed Test Plan and an approved test procedure is availabic. A procedure may be added to the Detailed Test Plan by concurrence of all inter-ested parties provided it does not deviate frem the test sequence. The detailed test plan shall be issued at the required intervals and shall specify the period for which it is valid A new detailed test plan must be issued whenever the validation date is past in order to proceed with testing. ( 2-18 e .t$4 '3 P** ,9 \\p

        • 9 e

. epep.eeenneeg, ;, - eeme. e 3.w w .=en- =w.m ' A g w

  • 2.11.3.12 Rcpair Autherientien Written approval to perfor= work on a syste= af ter it has been t" ned over to the owner utitity for operation. The repair authori:ation shall specAty the portion of the system affected by the vork and will be assigned re-test requirements to be accomplished after repairs are completed. The Repair Authorisation is issued by a designated =e=ber of the owner utility staff and concurred by the GPU Shift Test Engineer and requires action by the Test Superintendent to approve the re-test required after repatrs are complete.

2.11.4 OTHER ORGANIZATIONS INVOLVED IN TEST PROGRAMS 2.11.4.1 Construction Manager's Startup Group The Construction Manager's Lead Startup and Test Engineer, a senior assigned representative of the Construction Manager, shall report to the Test Superinten-dent in performing the following functions: a. Preparation and conduct of the Construction Test Program. These tests include hydrostatic tests, cleaning -- includ-ing flushing, instrumentation calibration and align =ent, electrical control checkout, and preliminary operation of equipment for run-in. b. Preventive maintenance performance during the construction 1 test program. c. Expedite construction tasks as required to permit the test program to proceed in an orderly and timely manner, in accord-ance with the test schedules. d. Provide test personnel as requested by the Test Superintendent to aid plant test operating personnel. In addition, the Lead Startup and Test Engincer will direct the Construction Manager's Startup Engineers in conducting assigned tects as scheduled in Test Planning Meetings, e. Attend and participate as a signatory member in Test Planning Meetings. 2.12 PROJECT DOCUMENTS The documents described herein shall be employed in the a'dministration of the Three Mile Island Project. The documents described are the major ones involved and the absence of a document from this listing does not prohibit its use in the project administration. 2.12.1 PURCHASE SPECIFICATION (OR REQUIREMENT OUTLINE) A document which completely describes equipment, material or services to be pur-chased. It includes all administrative, technical, test and quality assurance requirements. ( 2-19

2.12.2 PURCHASE REQUISITONS A request to the purchasing activity for procurement of equipment, =aterial or services in accordance with a purchase specification. 2.12.3 PURCHASE ORDER A formal agreement issued by the purchasing activity to a vendor to provide equipment, material, or services in accordance with a purchase specification. 2.12.4 INVITATION TO BID A request from the purchasing activity to a prospective vendor to provide a tech-nical proposal, a cost proposal and a delivery proposal for providing equipment, material or services described by a purchase specification. 2.12.5 PRICED QUOTATION The response by a prospective vendor to an invitation to bid which includes the technical, cost and delivery proposals. 2.12.6 UNPRICED QUOTATION The response by a prospective vendor to an invitation to bid which includes the technical and delivery troposals. 2.12.7 CONFORMED PURCHASE SPECIFICATION ( A purchase specification which has been updated to exactly describe the equipment, material or services being provided by a vendor. On TMI Unit 1 thisis in the form of a Bill of Materials. On TMI Unit 2 this is in the form of a conformed specification. Both of these documents are promptly updated as changes occur so that an accurate description of the equipment, material or services is maintained. 2.12.8 SCHEDULE OF PI.ANS AND SPECIFICATIONS An index and schedule which lists all specifications and plans prepared by the Architect-Engineer Three Mile Island project. This schedule shall be prepared by Architect-Engineer and updated periodically, at least quarterly. For every )_ plan and specification, the document shall show at least the following informa-tion: The scheduled date for submittal of the initial document and subsequent revisions to the GPUSC Project Manager. The current revision. The current revision actual issue date. 2.13 DOCUMENT DISTRIBUTION ' Documents shall be distributed by the initiating activity in accordance with the requirements of Table B. ( G 2-20 -68+e+- %= e..-t M. *. :^ - ..a em.. ,y g ;

y c s 1

i TABfI B 2 's l DI'tFCTORATE OF I.ICrff'IM l DirTCTORATE OF RF;.tff ATO'Y CP~RATIC'G li CPCC DIOThf Ptfriori GCICt1II 1 H fitO! ICL l TO DCL - l iT;0!4 Duc TO DM

  1. EC COWF fW A*lCF g

g f

HPEE tilTI ISit!ID !JJC! TAR STATIO'I f8 y h

p p 4 (: ,g d 2 5 2 EP fl'~~ 13 E3 2" 9 [jp

  • }

(A) C*i DISTRIBtRIO!! BY AEC y gg R8 t,g p g H U*iTT 2 y Up; f'$ $r.. I'I;j fi H m 1:d: d[i s m Ilh. b M1 p^ Ir :nr. m-rn mLL i SErD COPY y b W ~ Y C*i l'!$ . h4 I".' h I.: I i U 2 eu2 wr ra i i t.s a b , m. so m

e.,a

~ (B) Wi!E!! IETIRED f GNOC PanrECT Nt1AAlt IA 1A 1A PD 2D 2D 1A lA 3A 1A 2D 2D 2D 2D ~ s (C) SAi?.TY & I.ICEIGIt.", GPLCC O/.i.*TY & !.ICEIGITF3 !!At;AGER 1AC 1AC 1A ID ID ID 1A lA 1A lA ID ID ID ID PESI'0:3II'IC 70R .e A010'."II;'; WO?K l IelA 1A 3A 1A 1 1 1 1 CPCC ft.S.:;tGER OF Q!AI.ITY ACSURATIC!i I i (D) IJTTF.?'i TO AE0 70 PE I SIG'.rD BY PTrT-It VICE 1 1 1 1 1 1 1 T3F01DFr.T-cF;;r.VTIO 1 GPCC SITE OA A'TITOR l1_ PET-ED TO Of;ta 2 COPIES ~, 1 1 1 1 1 1 1 1 TO GTTC PPaTFCT MANAGER r.n';C VICE PFF"ITEUT - DESIGN A:iD 1 Cof7 TO CIU0C S & L 1 1 1 1 1 1 1 1 MA!:/.GFR. Cli!ER DISTRIBUTIOh Git'rc t%"AGER OF FP'YZCTS Oil Tl!!S CCI E:/t!E VII.L EE ET CP100 01 0 PFif f C l'A!;A ;ER 1 1 1 1 1 1 1 1 Of7 ICE. 1 1 1 1 1 1 1 1 (E) VITli TR IF l'.TCl*>SARY l GW3C TTAirDJP '. T!TT IEASER ] l u r i i Gir00 'iv! qA t'A!!aGER d"h l d1 1 1 1 1 1 1 1 ( F) IIITR TO PFOCITt'FE TitI?s-5 "REPOSTI?ii CF SIG'!IFICAttf { I 1 1 1 1 1 1 1 1 EEFICIE:CIES TO Tile AEC" ( GNCC GI E CA 1::1I!.TF R s I (G) R,EFFR T J PROCEIXJRE '!1?IN3-6 ) c!urc '?A?;A ;E9 OF PO7BYtATE

4.WICi (rOH 1;.IT.SU:1 AL 2 CUE,I IDE l

ID ID 1D llD IB TO T1!E AEC" l GN301:AliAGER - I!tURA ;CE & Cg # II4E 8 ID 9 mm (II) PIIIR TO ITAR DISTRIBtfrION j 3A J l IB IB IB LIST t GIU3C P!Ei;;I!?) Ef;GII.1ER Q, IliE I 1 ~ asuneum syrg $3A 1A l 1A lA 1A 1 1 1 5 1BE IBE IBE IB ! IB 13 IB IB A/E, Ctt. OR IG33 GUPPLIER e 3- 'f J 2.a

TA'.-'B I Three Mile Island o e ea m Ruclear Station E E O$ E oOS E u Unit flo. 2 .E U uE E D "EA E E m m Document Distribution E EE E.$ $ $ E'E Y$u T u" *7 U .u a Eu o a. m e ea u -< u\\ a u\\ o, m +c -* m m a m +o ooo a 7 ao Schedule-o oc eu uu oo u + na n.- b.m <c cu wc +c ou m u u o au a mu u u -o cuu ao r us -< u su nu mm um om om ua c ou s.gm o u. oc s u, :n a ms .a :s ac u o mo um u uu ua mo .-e m . o uo uu n mo oo m :c uo me co so.n i tu a a .o mc ts e eu n ou o<

o. o ou
o. e. o c. o. u o m.a mu ou mu ua u

u a c eu xo o cr a m.a a.z: a, o n. g am o n. cr z m o n. A p. A n. Am <7 o -l o c<r ms :c li&W o ao o. oo + :a

eu mz IP R. W. Ileward, J r.

Parsippany z+ 3 2 2 1 1 1 1 1 1 1 1 2T IM 1 1 2 _l, T.

11. Cr immins, J r.

2 R. I. Wayne 3* 1 1 I. R. Finf rock, Jr. 1 W. T. Gunn. GPUSC Site 1* J. J. liarton 8 8 1 1 lH 2 1 .I G. lierbein 1 1 6 5 3 3 I lls 1 -.E. Wright, Site la 1 IT .I. E. K. Ferguson 2 is 2 li. 11. !!cDev i t t 1 1 2 1 1 D. C. I.ambe r t 1 1** 1 1 R. J. Dobbs, !!6R 1 1 1 1 1 1 1 1 4P IM 2S 121 R. C. Arnold, Met-Ed 1 1 C. Es t e I l,.ICP61. z+1 E. Case, Ul68 Philadelphia 1 D. !!cCalg IT J. Gorman, !!PR 3 1 1 1** G. Ilarper. Il6R S1te 1 131 2 IT O Z - Original g S - 12 spare sets X - When addressed to another par g 3 T - Transmittal Letter ti - MAC Cards .4

  • - When applicable F - Final Prints
    • - Purchase orders, Change Orders, Interdepartment Engineering and Manufacturing Instructions only P - Prints y-s - Sepia

~ N'- V"""" 2-21B

i~ q 3 TAba.d B Three }!ile Island I m m a 0 b b Nuclear Station oo o es eo u o a uu uu linit No. 2 c.o w u c u w en o e

n. o n. e a

om ne o o a u o =o o c -e > a o a c4 e u e4 c cc Document Distribution -4 >u o o c .c mC e o c e-* OM u 9 u o. 4 w xo oe oa u v4 > o u -4 w Schedule oc ,4 oo o un C, % .O u ok ea m .J o c m 4. o ao u.o ,ce o o uo o u o to o eo o o u o o -e u um

o. m ox muo u v. oo c.-.

9 o a w mo e o, m ox om uu UE6C -4 u xu cr uo9 mu .-e c ,4 a n.c cm 4 uo am e oo .so uo o u a u ou au o o a. u uo oo

n. o n.sn u

w a< uo ,u o 4 c. oc uo mo oo o ou o e m uu x>

o. o u

.o u o ou o-ou au ou .a e-<.a o ao

o. a. :s c..a c coa au

,4.c oo

o. o ve o oo 3 o 43 43 o oo

.a xo 4 o W (3 euo oo uo .c u ou u -e m% ou < a: ao au ou wm mx p.-. > a. u oa ou v2 tr. a m n. o R. W. l'evard, J r. GPUSC Parsippany 1 1 1 1 IT 3 3 4 2 1 1 2 3 1 1 1 1 C. Estell, JCP&L }!' town IA 1 1 1 1 J. E. Guerin, tiet-Ed Readingt 1 1 1 I M

11. T. Gunn, CPilSC Site 2

2 2T 2T 2 2 1 1 2 2 Ot3 2A 1 1 1 1 R. L. Llayne. GPil ParstrL 1 IT IT 1 1 1 B. II. Cherry. GPil Parsip. 1 3 E. IJristht. GPilSC Site 1 1 1 1 1 2 1 J. G. Ile rhein tie t -Ed S i t e 1 T H. llamershock GPU:iC Si te 1 IB Q 1+ Q R. J. Dob b s, It& R 3 3 3 3T 3A. 1 3 _3 3 3A 1 1 4 2 2 FIPR Associates, J. Gorman IA 1 _11 1 1 1 2 f 4 B&W 6 G. Ila rpe r, HER Site 1 1 1 J. P. !!oore, GPU Parsip. I J. II. IJright, CPilSC Site lA %g J. R. Stout dlet-Ed Site lA g S. Levin, GPUSC Site 1A y W. E. Potts,liet-Ed Site 1 1 T - Transmittal letter only A - When applicable .e l 0 - Original I B - 15f dders list on sealed bids only e

  • - Only the original copy of the Comparison of Bid i.heets will be signed. After the required signatures are obtained, the bid sheets will be returned to the UELC ourchasing department which will be responutble for making the above distribution. Transmittal letter and sup-porting letters shall be attached to each copy of the bid sheet.

2-21C

  • 2.14 CHATCES 2.14.1 GENERAL During the course of the project, there will be a need for changes to the various project docu=ents. These changes may be initiated by the organization responsible for the document in question or by other interested parties. Any change which =ay result in a_ change to contracts with NSSS supplier or the turbine generator sup-plier require written approval by the GPUSC Project Manager prior to incorporation into plans and specification or other documents, except as delineated in paragraph 2.14.2.

2.14.2 CHANGE REQUESTS All requests for changes initiated by parties other than the organization having responsibility for the document in question shall be sub=itted in writing. Re-quests initiated by the GPUSC Project Manager or the Architect-Engineer shall be submitted directly to the responsible organization. All other requests shall be submitted to the GPUSC Project Manager i Change requests shall be categori=ed, by the party initiating the change, as either mandatory or non-mandatory. 2.14.3 MANDATORY CHANGES Upon receipt of a change request categorized as =andatory, the responsible organiza-tion shall revise plans and specifications as necessaty to incorporate the change and submit them for approval or concurrence as described in Sections 2.4 and 2.5. Where the change involves a revision to a purchase order for owner furnished equip-ment, the Architect-Engineer shall submit a proposed purchase requisition for modi-fication to the purchase order. Processing of the change to the purchase order shall be the same as shown in Section 2.6 for the original purchase order. Si=1-larly, changes to on-site construction contracts shall be processed in the same manner as the original contract cycle delineated in Section 2.6. When the change involves a change in cost or a change to contracts with the NSSS supplier or the Turbine Generator supplier, a cost estimate shall be submitted by the responsible party to the CPUSC Project Manager along with or subsequent to the plan or specification submittal. 2.14.4 NON-MANDATORY CHANGES Change requests categorized as non-mandatory shall be hanYled in the same manner as mandatory changes unless a change to contracts with the NSSS supplier or the Turbine Generator supplier is involved. In the latter case, the NSSS supplier or the Turbine Generator supplier shall submit a cost esti= ate to the CPUSC Pro-ject Manager prior to making changes to any plans or specifications. If, after review of the cost estimate, the GPUSC Project Manager decides to proceed with the change, he shall instruct the responsible organi=ation in writing to pro-ceed with incorporation of the change. From this point, the change request shall be handled in the same manner as a mandatory change. L 2-22

3 2.14.5 FIELD CHANGE REQUESTS Changes to equip =ent or systems in the field shall be categorized and controlled by their disposition, i.e., "under test control", or "not under test control" (see figure 2.9). All systc=s under test control are defined in Attach =ent "A" i ef the Three Mile Island " Test Plan". These are generally syste=s which have 3 been turned over frc= UE&C-Construction to UESC-Startup or fro = UE&C-Startup to MEC. Normally these changes will be required to'make the system or equip =ent function properly. Field changes =ay be initiated by the tutbine generator supplier, the Architect-Engineer, the NSSS supplier, GPUSC. UESC, Met-Ed, or any vendor. Field changes, as described in this section, are intended to include all equip-ment or syste= changes in the field, including those not involving interface with equip =ent or systems supplied by others. A Field Change Request (FCR), Figure 2.10, is issued by the Architect-Engineer to the CPUSC Project Manager for approval and inclusion into a Field Change Request log. If the FCR is not approved, it is returned to the initiator stating why it was denied. If the FCR is approved, it is returned to the Architect-Engineer for assembling an FCR change package and issued to the GPU Test Superintendent. For those syste=s which have not been turned over and are not under test control - a Field Change Request (FCR) is issued directly to 3 UE&C-Construction by the Architect-Engineer after it has been approved by the f. GPUSC Project Manager. The GPUSC Test Superintendent, upon perusal of the extent of the package, will determine who will acco=plish the change. Depending upon extent, it =ay be implemented by UESC-Construction, UESC-Startup, or Met-Ed =aintenance, and where B&W or other vendor supplied equipment is involved, maxi =um utilization of suppliers service representatives shall be made especially where system is under warranty. 3 In turn, the GPUSC Test Superintendent will schedule when the change is to be accomplished by the above and what retesting of the syste= or equipment is After these two determinations are =ade, the FCR package will be necessary. scheduled on the Test Plan. All vendors which supplied equipment to a turbine generator supplier, NSSS supplier, Architect-Engineer UE&C, or Met-Ed =ust have the' Architect-Engineer initiate an FCR. It is the responsibility of UE&C-Construction to i=plement 3 these vendor drawing changes before turnover to UESC-Startup. After a syste= comes under test control, it is the responsibility of UE&C-Startup to correct all vendor drawings. Those vendor drawings which are within QA scope must have prior Architect-Engineer or NSSS supplier approval. 2.15 REPORTING DEFICIENCIES TO THE U. S. NUCLEAR REGULATORY COMMISSION Section 50.55(c) to Title 10, Code of Federal Regulations requires that the appropriate Regional Office of the NRC Directorate of Regulatory Operations be ( 2-23 8 p, g

notificd incudictaly of cech "significant" dsficisney uncovarad during the da-cign, manufccture, construction inztsilation and testing of a plant covared by o C:n:truction Par =it. In this instance, the definition of a "significant" deficiency is one which, if it were to re= sin uncorrected, could adversely affect the safety of operations during the lifetime of the plant. The GPl*SC Project :anager is responsible for 'I deter =ining if an ite= is a significant deficiency, and assuring that the Regional i Office of the AEC-DRO is notified i==ediately. The procedure for reporting such deficiencies is set forth in Procedure No. S&L-1, " Reporting Deficiencies to the United States Atomic Energy Co==ission". Project Procedure D111;S-5, " Reporting ! I of Significant Deficiencies to the AEC", serves to i=ple=ent S&L-1. 2 I 1 i f l I O l l l t l 2-24 9 ___. _, 2 -w _.;_. m __ _ e. m _ . n .~s_.

3. QUALITY ASSURANCE As the applicant, Met-Ed is responsible for the conduct of the QA progra= for the project. This responsibility has been delegated to the GPUSC. The quality assurance program for the project is documented in the Met-Ed QA plans for Design and Construction, Startup and Test, and Initial Fueling. These QA plans are approved by the GPUSC Manager of Quality Assurance, GPUSC Project i Manager - TMI, and the Met-Ed Vice President - Generation. (NOTE: The Met-Ed approval cay be cade directly or by inclusion of the QA plans in the PSAR or FSAR.) These plans are to be co= plied with by all personnel involved in the 2 project. In order that Met-Ed =anage=ent may maintain a current awareness of QA activities on the TMI Project, the Vice President - Generation will be on the distribucion lists for discrepancy reports, discrepancy dispositions, QA audit, QA periodic l summary reports, the conthly Quality Assurance Activities Report for his project, and any other QA correspondence that is appropriate. Also, Met-Ed representa-tives will take part in an annual manage =ent review of the effectiveness of the GPUSC QA organization and program. ( e s G

  • Le

..----n. - M? W J

i ? 3 PROJECT ORCANIZATION CHART THREE MILE IStA*;D NUCLFAR STATION FICURE 1.1 CPU HANACD!LNT LECEND l HET-ED ___SERY!EL AG]LEEMENI_ CPU ADMINISTRATIVE RESPONSIBILIG PRISIDENT CPUSC PRESIDENT - - - - - - -PROJECT SERVICE RESPONSIBILITT 5 CPUSC EXECUTIVE VICE-PRESIDENT k] CPUSC VICE PRESIDENT L VICE PRESIDENT l. DESICN AND CONSTRUCTION ~~~--------- IND MANAGER - 1 _pgfRATION o I I I HANAGER OPERATING MANAC R OF HANAGER F HANAGER OF liANACER OF PH03ECTS,, ! ENGINEERINC HL? ITAL QUA S RM4CE STATIONS CONTRACTS CONSTRUCTION _AtfAIRS \\ 'i STATION PROJECT HANAGER fD SUPERINTENDENT I [ ] PLANT STAFF CONSTRUCTION NSSS SUPPLIER TUkBINE CENERAT01. L) tiler CONSUI.TANTS QUALITY ASSURANCE ARCHITECT-ErlCINEER lTHI-I& SITE.CAI BABCOCK & WILCOXi SUPPLIER fl. CE AND CONillACTORS CONSULTANTS mmmmm== HANAGER - UE&C ARCI!1TECT-TNCINLER TURBINE CENERATOR THI-2 } B&R SUPPLIER #2-uEsTIuCnouse ,g===== e 1 i

C0: ~?:C"'IC?: C?1 _y_,_. ACC00.*"I!G C0!W.0L'*'E PROJEC " TOE!!!OAL CUPIVE C0!!""??JO*!3!: 4 m CN A!I::I"TRATTIE CGCT E:UI!T:2?I:0 1 ] CHA!CC:0 l L _ __ _ r m n 07 CO CTF1.'"TIO:3 sCacU:.I:a -. - - J CWSO i PR37EOT l'A:30ER gA;;A;gg op 4 4 C02.i?A0T5 E UIR0!:'I'OAL m ] E:CII.~.ERI U 2 i !*A*;A0ER CP f-- EINIRO:00: CAL ATFAIFC CNSC SAFETY 4 4 _j PROLTECT FEr0! ZL 4 LICE 0I:C i m MA!iA"ER Oi QUALITY ASSUFA:rE 1 ELECTRICAL MIT-4D l PIAI.T SUTEK'ISOPJ l STAFF 1 m VECHA!:ICAL l PDDR DRIGINAL I e MECHA!!ICAL _p _ _] E;Lm:: i l t C -ED W l-MA!!ACER OF I~~~ E!CI CERI C l STRuCuRAI. I - * -,l mEIs I l ( l EUPPOTr TP0'3 CPt1 AC*r/T*T".", O STARNP A:D TEST ->-J TPCIE MTf.? T"t.*.5 '?"TFf f?ATTS*: TICURE 1.2 9 .<e.e- .4

F T SAFTTY AftALYSIS.d50!rt IGPARATI0tt THREE MIII ISTAC N'JCIJA9 r,TATION FIOJRE 2.1 r?s a O CIUSC SCHEDUIE & PREE om'TST P39 TNm SEC0!T;AM m m SAFETY & LICE!GI!U ASSIGN RESIONSIBILITY COf.TRIbtff0R 4 C07.iRIBif:0R h 5 PRELD41!!ARY DRAIT (TWO WEEKS PRIOR TO FINAL REVIW) ,a. I l I ff' f v v v v i ARCHITECT. PRI!.TER 2 CIUSC FSSS SUPPLIER MET-D IF OllER THAtl AE) E!UIEER 1r 'r 1 ,9'_ y_ l C011E.ffrS (ONE WEEK PRIOR TO FI?tAL REVIEW) v FI!!AL 00'atEffrS IF1009POPATFD pggg REVIEW 4 C0mMR . C0!!GI.TS RESOLVD b FIf3AL WRITE-UP (WmuN w0 WuxS Or SCHEoura ISSUE) I 9P AE OR RCIO'SIBIE ORSA!TIZATIOff l SAf1TY ANALYSIS KEICHT ISSUED l3> r== t L---

[ ~ REVIDE OF ARClfITECT-F!CIFILFR'S PIAN 3 & SPFEIFICATIO.*d THIEE MIIE ISTA'iD fEI!'AR STATION FICUHF 2.2 PIAIS & SPECS IWOLVIts NOWI!frERFACE FIArG & SPECS I!!rERFACE WITH !GSS OR TG V j. !GSS SUPPLIER / ABC!!ITECT-TG SUPPLIER l Eta;II:TER CRITERIA v SUEMITTLD IOR CO!!4Efft T (THREE WEEJS) r ARCH rreCT-l f ErMII;LT.R 1r Sr g CIV'4 C0!G1 tA:TICH f' (SPEC 0:lLY) l'A EER SUR4ITTED 10R C0!NEffrS (TIIREE W..EKS) 1r v 1r C0!fiEfffS tGSS SUPPLIER / GPJSC C0!CTIUCTI0ti j TG SUPPLIER (Slic 0;.'LY) MAf!AGER I

i.

l g4 v Ut- !. I M ARCHITECT-Y,. EfCII.'EER /) i 4

j.,l.

4 C0tMffrS 'i .( l l' v FI?tAL DMFT ISSUE

f. ',

OR AUTO!4ATIC ISSUE I ' ARCIIITFT-s } ED;I!CER

s W

u ) FIrlAL DMtT 20 SUE OR AUTOWTIC ISSUE 4

I (~ P!ANS A'O SPECIFICATI0!S Crl11R THAN TIDSE ISS1 FED BY Af0fiTirT-E?CIfGTR TifEE MITE IstrtD FAJc!IAR STATIOff FIGtfE 2.3 1 l ORIGIfiATI!C l PARTY j TRA!CMITTED FOR TRA! EMITTED FOR REVIEW A?O CO!M!ff I?! FORMATION 4 l _l u [ ORIGINATIfC PARTY MUST ORIGI!!ATI?U paint NED.'.UT I WAIT TifRFE WFSKS IVR WAIT ION REPLY RESIO!Ut; ba0RE PROCEDI!C .] ' o (, 1-t RESIONSE. (WITHIN 3 WEEKS) ORIGINATItU REPLY AS SOON 4 PARTY AS PRACTICAL) Q N b IScuE l v en 3:=

PPOr* ipa?*r or %*.- 2 ten :71'er F.*!?; T r THR5'E t'I!T IT!.*!7 '?!!!".'.9 "T*T!*?; FI::'f?? 2.k i ECUE LIII' #II*C'#C !!Y ARCHT*IC"- FI'!", M_fn #T/9 ~70 8-E MOE9 0F F m 0!!, 1 E!CI 2ER P7.0P00D b;.:;;.'.: LI.~T A!O I!NITATIO." TO EI. l U MET-D/JCFLL WRCHASI:;0 }V! MAL I!NITATICN TO PC v OPE,N FlIC".LO'.LT_A"IOj' OS * : gI_0,D PROSPECrn'E GUOTATIO:i (.%R Sr.ALD 2D PROCD"?I) BIIDrt S) / Y SEALD PRIC.'D C"CA!!O!! CO:CTRlCTIO!! ARCHITECT-Mrr-ED/JCFLL MANA0ER E!CINEER PJRCHASI*:G MET-D/JCPiL COMPTROI.IIR C* DESIGNATD FIP IS1;:.TATn~E TECIC.*ICAL EVALUATION PRIC E QUOTATION 1r v gr l 4 *MPB " tam *f P novam e m., Agygppg. J OmSC Mer-Dhcrit m ENcI::::ER PURCHASI!:3 ECO:OMIC ri AIL'ATIO:: t SUCCES3Et'L BEDER > APPARFt. S.UL SID01:R v APPARE!.*r ASSISTA!!CE IN ARCliITECT-ASSIOTAICE IN C0!:STRUCTION I SUCCESS}tL BIrDE ? E****"I: :E"^ CONIV"::A!CE OF CTEC CO:.TOTJ1A;CE OF SPEg W Mw-cR DRAF'r CO:.TV2C OPEC 09 P/M CONEVR:'A!CE OR FFI-AWARD l'EETI?D CONIVRE SPEC & NP4:HASE RE;UISITION, OR B/M l9 Mrr-D/JCr?.L cn;3C ggenx31:;3 en;3CitAsz OTER T; ~ n. -- .-n e-

SEIJt"IO*: Or co*"U"*T FO't 0*: -**! *****-*~~~! T!!EE t*T!Z I"!1!."' "!"? N: 0*! TIT

  • FICUE 2.5 AR"HITI""-

" "0T M *'*** C0!CTPJCTIO!! PyCTD mn C Pa,,,, EIGI!.T.ER A: D D"Wa'!:;;4 !M:;A;ER BI; ZC LI"! A I!.~/ITATION TO BD - 2 'n'EIC v A?rnp

  • r - D BIL ER5 LIE
  • PJRCFJ"I's:

3, APPROVD BDDEIG 1 l tn:PRICD T'c-ATIO': PRICID q'MATIO*: 1 TECH!.*ICAL IVAWATION PRICED QUOTATION-WE!i ! ECI"3 AAY ] gr 1r (CC: CPJ3C) y 3r i i 1 ARCHITECT-C0:0T2UCTIO'l CPJEC PRGIE. CWS,* E!GII EE3 MA!!AGER ACCOU RA:.T 4 REr0!"2::D APPA*E:.T SUCCFOSWL EDDER v CIUSC ASSICTA!rE I!i CO GC41A::CE OF SFEC ARCHITECT-E!OI:GIR t A*SISTA*0F I!! m C0!CTFJCTIC:3 CO:iFOMA!;CE OF S.CC MA!;ACER ~ AUAREU C07:F035D SPEC, BID SUCCCINL 3D023 TAHJLATIO:i & EVAWATIO:3 1r C0!GTt'JCTIO 3 CPJSC -AFFROVAL-> !!A:iA0ER C0!.YRACT ?e

  • Y ee

APP"0V Af. 0" M*rT**J"'TC *: "N"?t! A 'O A':0 *"i?C'?' TitP*T FTI** TC!/*.' **"* 2 : ""f 7?C*: FIOUFI ?.6 l l l CC:.77.%'CTIO:: "Tpa n;g PAfiA:lR OR A/E PJ3CL'."E SPECITI"ATIO ; mp:Hp3I c i CEPAFC!E."C IfiVCATIO!i TO EID 1r OPE!! PRICED QU7 ATIO:t OR QUALIFIID U:! PRICED QU7?ATIO:: SUp?:,IE m (IVR CEALED SD PEI:'UEE) SEALED PRICED TJ7?ATIO:: (IF FIQUIFID) Ar? T'-- EVALUATIOI <r ir ir 1r ir GWSC S ;s ARCH CECT-C0!;3T WCT!0'I GPJSC PROJECT PRQJECT !*x ACIR E!&3II:EER MAI:AGER ACCOU;.iA C f I EVAW ATIO*i GWSC C0!;CURPII:CE WITH EVA!IIATIO:4 iV CO:;STR'JCTIO:t P00R.0RIGINAL " ^ - " RECQOE.!D APPARE!TI SUCCESNL BEDER ir GW3C APPROVE CUCC""SNL BEDER I k T EUCCESSPJL t.S*!ST I'!:'p t C0!OT"UCTIO'i _ CO*:FCS.'ED SPEC!}ICATIO : BEDER C0:.~cOK'.A!.CE MA!'AGER A!!D PJdCliA3E CDE9

~ ^ ^ -. i. :.. PURCHASE REQUISITION 8'S-Terms - F. O. B. - Date ISSUE TO (do not use this space) Siggp go Attention Street 1.ncarian Delivery llertuested Account Chargeable and Dcwnption of Use Delisery Via. Lt Suppliers P. O. Su::ested 2 CATALOG DESCRIPTION STOCX SYM BOL PRICE W QU ANTITY AND PAGE OR D NUMBERS t TYPE OR PRINT P B/M NUMBER O '

  • h o* ""

e I ) I I s ( l i I i I e f I I i 1 DnflDTnnitunar s von,uruolRML i I I I i l 1 I ? t l t Signed By Approved By Approved By 1-Date Date Date l e o R..... .- a -

= c=-

'd.~.! a~- u- - * : : - ~ v.

era m. C CACT M:'3OCA!1 DUP.1 CCNTR ACT NUMtf2 ffUST A P*f A t CN If3 VOICES. CO R R E SPO N D EN CE. UNITED ENGINEERS & CONSTRUCTORS INC. 5HliT;HG PAPERS AND PACl;AGLL xma== DATE , vDiet, CONTRACT fio. mil .. p.... e io.........,i2...i. i P as papere sad pockian list to UNItip ENGINEERS & CCN5fauCIC25 INO. OWNER CONTRACTOR of All correspondeace sad a copy es shecess 3 p. . d p e k i a, li.e. .., b. 3 BT UN;TED ENGIN!Its & CONSTRUCTO1Ls DdC. CONTRACTOR SUS. CONTRACTOR ConSrming oral authority of (date) ar3 twarded the contract for arIUy in accordance with specifications set forth in your Proposal, dated and ccasisting of

Pages, In cecordance with U.E.& C. SpeciScations numbered:

rd N and consisting of pages, and as shown on Drawings numbered: s All work undertal:en by you hereunder shall be in accordance with terms and conditions to be set forth in a forn al con-t which is being prepared. This contract will include all documents set forth in our Im. cation to Bid x1 all Drawings to be submitted by: mit 12: k CONTRACT. PRICE alls to be Approved by /P. l RK TO DECIN AT T!!I SITE: QQ l 11K TO BE COMPLE'.ED: TOTAL. i.e. ecy., is. u.,..,.saa-oie

ne end erturned io Une'ed ing.arert UNITED ENGINEERS & CONSTituCTORS INC.

cogy,,c, g,, attrutless. lat. ~ = gg of DATE wacma.smsasame Figure 2.8

  • Y, e.*

...._....A- -~~=*~ nw~

~W

  • t9 Approv 1 rnd ?n tesantattan of Field Chane, p+euests Three *'ile is? a-d Nelear Station Figure 2.9 Design Change to Systes &

Equipment Initisted by CE&C, MEC,CFUSC.AE.31*J.or Vendor ie AE Assign.%nber and Issue an FCR Package to CPUSC Projc:t for A:;rovai 1 CPUSC Project Peruse FCK" i Disapproved e Aceroved b AE issue FCR Fackage To Field De.finition of Systes. Status in Test Flan System in Test System in Construction 5. o CPUSC Test Superintendent ' UE&C Construction: Complete Decide when to perform FCR or have B&*J Site.' tanager change, who is to implement complete FCR on B&'J equipment l change and retest requirements' prior to turnover. Schedule on test p,lan ir ar e I UE&C Startup g UE4*. Co.st Met Ed, 3 I Basp for Reap for Basp for FCR FCR FCR i i i t_.. Removal Repair Ba-aval Repair Authorizatios TI-1 Authorization TI-1 2,- D.,- P00FORl8lNE R UE&C Retest Met Ed Retest 7.. ( CPUSC Test Superintendent , g _lete Tunctional Test e ---_..~c*~- l L

____ h. _ d ~ Burns & Roe, w es se.......... Inc. Fiold Change Request FIGUFI 2.10 I C FCR No.

  • System (s)/ Equip.ent affected
  • l.

ORIGIN: GPU-PM (Ltr. No.) B&R (FQ No.) GPU ( No.) B&R (ECM No.) UE&C (EDR No. ) B&R (PCN No.) B&W (FC No. ) Vendor (Name)

  • 2.

ORIGEIATOR: Date ') 3. DESCRIPTICN OF CHANGE:

  • 4.

JUSTIFICATION OF CHANGE: (

  • 5.

TECHNICAL MANUAL CHANGES REQUIRED:

  • 6.

SPECIFICATION CHANGES REQUIRED:

  • 7.

FSAR CHANGES REQUIRED: X8. RESPONSIBILITY FOR PERFORMANCE OF CHANGE: b UE&C 0 vendor (Name) X9. RETEST REQUIREMENTS: C 10. DISTALLED COLT ESTIMATE 11 APPROVAL: O. APPROVED BY DATE Proj. Mgr./ Director d CONCUR DATE Client 12. STATUS: Construction ] Test ] (per_. Date TO BE FILLED ri BY: 13. Approval Status Districution: 0 - Originator GPU-Proj.Mgr., Proj.Eng., Test Supt. D -B&R Hcme Office UE&C-Constr.Mgr., Startup Eng. 4 -GPU-FM ME-Plant Superintendent " = ~ # =p' ="'== 5=E=* nSSS~St"#=uE ~ i X ~ UE U**# A/E-Proj. Mgr., Startup Eng. t -ep 94

c n im C~ U APPENI)IX I (See Section 2.6.4 and 2.6.6.12) PROCURDE.NT POLICIES ANT) PPOGDUPIS (Effective.$larcn D,1970) A. The objectives of the company's purchasing procedures are to assist the over-all operation of the utility in fulfilling its public sewice obli-gations to its customers. These obligatiens ence= pass concem for cost of senice as well as quality, dependability and adequacy. B. The choice of procurement method varies depending on the type of equip-ment, constmetion or other services required. Additionally, the magni-tude both in t,ms of cost and the duration of the anticipated contract or constmetun project is considered. Flexibility is maintained so that optimum cost, quality and time benefits may be reali::cd. Sealed bid procedures are followed for equipment and constmetion where expected cost will approach $100,000. Kritten quotatiens are solicited in all other cases except in cases of emergenc or when the item required is of a routine nature costing less than $1,000. hhen purchasing materials, supplies, repairs and maintenance, annual requirements are considered. hhere annual purchases can be expected to exceed $100,000, sealed bids are required. Written quotations am solicited in all other cases except in case of emergency.or for minor items the annual cost of which would nomally be less than $1,000. For day-to-day repetitive items, blanket commitments are used but such ccm-mitments are valid for a period up to one year and a predetemined amount but may be extended if the competitive situation warrants. Negotiated or non-competitive awards are made where there is only one qualified or economic supplier or in the case of professional services and research and development. In the case of a sole source of supply, alternate products capable of ?crfoming similar functions are examined. .hhere professional and researci services are involved, exploratory dis-cussions are held with more than one fim to better detemine the suit-ability of each fim's expertise to our specific requirements where pos-sibic or apprcpriate. Negotiated and cost-plus contracts are also used where the scope of the project is not definitive or the contingency factor would make the cost of other types of contracts excessive. The foregoing are minimum standards. As a matter of course, more stringent procedures are followed where considered practical. Use of less stringent standards requires prior written approval from the President. k we+ne - v so m - --+mw b

2 C. Public Notice. Fomal notica such as advertisements in publications or national newspapers are not nomally utili:cd. Ccepany personnel remain familiar with suppliers through regular contact, brochures and supplier advertisements. Written specificatiens including all apprcpriate tems are mailed to qualified prospective suppliers. Additienal suppliers desiring to participate must provide the Purchasing Department with acceptable qualificaticns before receiving the specifications. For items of a fairly routinc or stock nature, quotaticas are frequently requested by telephone. D. Extent of Competition Required. Maximum competition consistent with efficient business prac'tices is required. There are limitatiens to source of supply by ' area assisted from logistics, e.g., contractors outside the immediate vicinity are not normally interested in small constructicn and maintenance projects. hhen bids are received which are basically identical censidering all facters such as cost, quality and so forth, reference is given initially to local suppliers, secondly to domestic suppliers and lastly to foreign suppliers. Discretion is exercised, however, to insure that competition is not chosen out of the local area. E6F. Qualification of Suppliers. The Purchasing Department, in cooperation with other appropriate personnel is responsible for developing lists of qualified suppliers and contractors. The over-all ability of a contractor to per:om is the criterion for being included on bid lists. Suppliers are removed from bid lists on the basis of perfomance on the joint reccamendation of purchasing and other apprepriate departments. New suopliers are to be added to the bid list following the same procedure. Perfomance for other C companies, financial capabilities and technical evaluation of products, including plant visitations where apprcpriate, are among the criteria considered for evaluating suppliers desiring to be included on bid list. G. Initial vendor contacts are nomally made with the Purchasing Department. Subsequent contacts, negotiations and pre-bid conferences are as directed by the Purchasing Department based on the requirements of the individual ?rocurements. Small local and emergency purchases are often made directly by local cperating personnel from qualified vendors as directed by the Purchasing Department. H. Procedures governing the opening of sealed bids, negotiations and contract awards. Prospective bidders are advised of the due date for sealed bids. Openings are witnessed by a representative of the Comptro11er's Department. The Purchasing Department in cccperation with other apprcpriate personnel evaluates the bids and awards the contract on the basis of price as well as technical adequacy and deliverability. hhere the centract is awarded to other than the low bidder, a report of the circumstances is filed with and approved by the President. hhen extension of the closing date is considered advisable, the prospective bidders are notified of the extension. Other quotations are received by the Purchasing Department or the personnel delsgnated by it. As with sealed bids, the President is notified of any special circumstances such as a contract awarded other than on the basis ( i c [

  • D $

wasaa s....

3-of lowest cost. hhere contracts are awarded on a negotiated rather than a cogetitive basis such as for management censulting or research, records are raintained describin; the basis of selecticn and altemate sources of supply. On all such awards of 55,000 or more, a report is filed with the President describing the project and the qualificaticns of the supplier as well as the altemate sources of suoply investigated. Even in the case of professicnal services, preliminary discussions are nomally held with more than ene fim to explore their expertise as it applies to the specific job. All bids, correspondence and other data concerning centract awards are retained available for internal audit. The Purchasing Depart ent, in cooperaticn with other appropriate departments, is responsible for de-temining compliance with specifications, satisfactory job perfomance and reporting variances to the President. The Company reserves the right in bids, quotations, etc., to reject all proposals and to cancel or postpone procurement at any time prior to final acceptance. I. Types of Contracts. Contracts are nomally fixed price, unit cost or cost-plus with a guaranteed maximum, with a fixed fee and/or incentive based upon the conditions and circumstances of the particular contracts. Cost-plus contracts are used only when other types of contracts will not produce reasonable results. Use of cost-plus contracts must be recomended by the Purchasing Department in cooperation with other appropriate depart-ments and requires approval of the President or his designee. J. Noncompetitive purchasing is followed in case of emergencies; accessory and supplemental equipment for presently installed machinery and equip-ment; matching existing equipment and architectural design; repairs to major machinery and equipment and maintenance contracts for office equip-In the case of repairs to major equipment, the specialized knowledge ment. and facilities of the original manufacturer is a major factor and, in many instances, rules out competitive procurement. This factor is kept in mind when a contract is awarded for purchase of major equipment. Noncompetitive procurement is also used'where there is a sole source of supply and where schedule limitations combined with probicas in obtaining engineering in-fomation and materials necessitates cost plus contracts on both maintenance and repair work and in many cases for new constniction where adequate ex-perience company supervision has demonstrated continued savings. From time to time, conditions develop which make competitive procurement impracticable. For example, at the date of initial issuance of this state-ment of policy, coal of acceptable quality and with acceptable delivery schedules is in short supply and, in order to maintain operations, coal must be purchased by negotiation when available. Under these circumstances, the Purchasing Department (1) seeks to obtain data providing assurance that costs and quality are the best obtainable and in line with market conditions and (2) maintains records setting forth the basis upon which the order was ( placed. e 4 -a,.L I

e. e a

w-i

Similarly, the location of major coal-fired generating stations at mine-mouth necessarily is predicated unen negotiation of lcng-tem coal supply contracts designed to provide assurance of supply an:i the basis of pricing is an inportant factor in the detemination to con-struct such a station. In the case of small purchases where fomal competitive procedures are not required, personnel responsible for procurement nomally check cata-logues, price lists and rate schedules received frca competing suopliers where appropriate. This section does not apply to research, professional and other services which nomally are not amenable to regular competitive procurement practices. (See Item H). K. Special procurement policies or restrictions. None except that pre-ference would be given initially to local, secondly to domestic, and lastly to foreign vendors where ccmpeting proposals are similar in all important facets. (See also Item D). L. No " Buy American" policy except as indicated in Item (K) above. M. Subcontractors. No control over subcontractors except that company retains right of approval of subcontractors to ensure satisfactory perfomance of the over-all contract. N. It is the policy of the Company to comply with all governmental laws, rules and regulations as well as any lawful agreements with employee organi::ations which might affect procurement policies. There is nothing known of this nature that applies to the Company at the present time which does not apply to the utility industry in general. O. Other information. The Purchasing Department is responsible for all phases of the procurement function. As the above policies are minimum standards, the Purchasing Department, on the basis of periodic reviews, establishes more stringent standards for various phases of the operation when justified by factors such as time and expense. As part of its procurement controls, the Purchasing Department prepares quarterly reports for the President and the Comptro11er's Department covering the areas of supplier qualifications and procedural variations. In the area of the supplier qualification, the reports list: Suppliers removed from qualified-to-bid lists, date and reason. a. b. Suppliers desiring to be qualified, date, bid in which interested and its closing date, date qualified / disqualified or status and reason. In the area of procedural variations, the quarterly reports list: a. Contracts awarded by other than competitive means (unless under $1,000) and the reason. ( e , M[

    • 99__#

m L

,s Y c-s-- 4 o o = :. b. Contracts awarded to other than the lowest bidder and the reason. c. Contracts for htlich identical bids are received and the ' oasis of the contract award,

d.. Other contracts awarded by negotiation or on-a. cost-plus basis, e.

Any other-deviations from the mininua standards and the reason. h i.( - i 1, i 3-L .i S. .c . O I t ~l 4 4%.gm .g., wm y J e- < = 'O D u, 2. ~}}