ML20036B830
| ML20036B830 | |
| Person / Time | |
|---|---|
| Issue date: | 05/06/1993 |
| From: | Monti S, Michael Scott NRC OFFICE OF ADMINISTRATION (ADM), TEXAS, UNIV. OF, AUSTIN, TX |
| To: | |
| References | |
| CON-NRC-03-92-025, CON-NRC-3-92-25 NUDOCS 9306030238 | |
| Download: ML20036B830 (8) | |
Text
[g
'eg.'
- 1. CONTRACT 4D Coot'.
pAGE OF PAGLb '
. * *.AM ANDMENT OF SOLICITATION /M.ODIFICATION OF C RES-C93-316 1
l2
- s. REQU t$e T 40N/ PURCHASE REQ. NO.
- 5. PROJEC1 NO. #/ app 4ca64a) 3.EFFC T VL DA C 7"AutNoutN1/ucon ICA11ON No, hI b
RFPA RES-92-025 dtd 12/7 /95 Two (2)
'^
cooEl I
I g Lsveo ov cooE U.S. Nuclear Regulatory Commission Division of Contracts & Property Management Washington, DC 20555 9A. AMENOMENT OF SOEACITATION NO.
IB; NAME AND ADORESS OF CONI RACTOR (No, sirvetecounty,6taid sad Zif Codr)
(g)
University of Texas at Austin 8" D^" fS" #N )
P.O. Box 7726 Austin, Texas 78713-7726 toA. gOtF4 CATION OF CONT RACT/QROCR Principal Investigator / Technical
Contact:
Rf chard E. KHnmr y
w r._nwa %n9g loa. DArc0 nmm est Telephone No. (512) 471-1353 5/1/92 l FACILITY CODE CODE 11.THIS ITEM ONLY APPLIESTO AMENDMENTS OF SOLICITATIONS Oise.and. O is oot.
O iwe too t nemeered.oridi. tion is ameeded a. set iorth in i.em i4. Tae hou,.nd d.ie.peceriod fo,,e eipt of Offer.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solidtstio sendxi.
copies of the amendment: (b) By acknowledging receipt of th!s amendment en each cop NOWLEDG-submitted; or ic) By seperate letter or telegram which includes a reference to the solicitation and amendm fal Dy cortpleting itemc 6 and 15.and retuming _
T MENT TO DE RECEIVED AT THE PLACE DESIGNATED FOR THE REC ified.
letier, provided endi Giam or letter makes reference to the solteltation and this amendment.and is recelwe
- 12. ACCOUNTING AND APPROPRI ATiON DATA #f arguired)
Mr. 9%A9 41vn9An AMOUNT ORT.TOATFD- 07_57 Ann ^nn T 97'41
%M14 ?O11m
- 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT MODIFIESTHE CONTRAQI/ ORDER NO. AS DESCRIBED IN ITEM 14.
E 14 ARE MAOC AN THE CON.
A. TH45 CHANGE OftDER 85 tS5UED PURSUANT T On (spktt/feuffiorityf THE CHANGE 5 SET FORTH SN ST M O
TRACT ORDER NO. 4N ITEM loa.
i 2.THE ABOVE NUMBEREO CONTRACT /OROCR IS MOOtFf EO TO REFEECT THE ADMINISTRATIVE appropriadon daar.etc.) SET FORTH IN ITEM 14.PUR5UANT TO THE AUTHORITY OF FAR 43.103(b).
C. THIS SusaeEEMENT AL AGREEMENT 85 ErfTEREO INTO PUR5UANT 10 AUTHOH8TY OFs D.OTHER fsen titir< ormodecat=a*ada"***) This bilateral modification is entered into pursuant 10A7T ATnwrJATP T ( AM 10A^i X
FAR S? 7/s%7 (MANrM - ('04""r RFmMmRN7r ( Arir 2
E.'IMPORTANT: Contractor O is not. 8 i, renoireo to.isn this oocu<nent.<xi, torn c,,,,,,,,s,,,,,3,,,,,,,,.
- u. OESCRseuON OF AutNOMwT/uOosF sCAuON <Oreanued sy <>Cr actan se.atnes. in ~me,anscenationic i
See Attached Page s
9306030238 930506 PDR CONTR NRC-03-92-025 PDR gggero ed.d nmin..n terms ena conatoons et ene oocum.n refmnted in item 9A'or 10A 3 f.A. NAME AND 14TLE OF CONT RACTING OF F CER (Type or printf 15A NAME AND 14TLE OF 54GNER (Jype orprint)
STEPHEN A MONQ M ry Lynn Scott, Contracting Officer VlE PROV W 26C.DATESIGN b A SC, DATE StGNfD 168. UNIT E0 5TATES OF AMERICA MAY 06 t%
A.
LL APR 231993 A bu. CON 1 R A a
FERO X
Y
~ <stynetaryet Contractsnu ottscars
/
<s<enam orpmon morued so atens STANDARD FORM 30 (REV.10 83)30-105 Prescribed by CSA
- - - -.041 15. 2..-80 70.
.. r can esa erns up43 NSN 754
.~
+
h NRC-03-92-025 Modification No. 2 Page 2 of 2 The purpose of this modification is to amend the basic contract as a result of changes to the Statement of Work, change the contract ceiling, extend the period of performance and provide additional funding in the amount of $275,000.00.
As a result, the contract is modified as follows:
1.
Section B, Paragraph B.3 CONSIDERATION AND OBLIGATION--COST REIMBURSEMENT (JUN 1988) ALTERNATE I (JUN 1988) is deleted and replaced with the following a.
The total estimated cost to the Government for full performance under this contract is $381,440.00.
b.
The amount presently obligated by the Government with respect to this contract is $320,000.00.
I c.
It is estimated that the amount currently allotted will cover performance through September 30, 1995.
2.
Section C, Description / Specifications / Work Statement is deleted in its entirety and replaced with the attached Statement of Work.
The contractor's technical proposal, dated January 22, 1993, is hereby incorporated by reference to perform the work described in Section C.
3.
Section F, Paragraph F.5 DURATION OF CONTRACT PERIOD (MAR 1987) is changed to read as follows:
This contract shall commence on May 1, 1992 and will expire on September 30, 1996.
4.
Section G, Paragraph G.1 INDIRECT COST RATES (JUN 1988),
subparagraph a is changed as follows:
Overhead --- 49% of Modified Total Direct Cost (total direct costs less items of equipment in excess of $500, alterations and renovations, amounts in excess of $25,000 related to each subcontract, stipends and tuition payments.
5.
A summary of obligations for this contract, from award date through the date of this action, is given below:
Total FY92 Obligations:
$ 20,000.00 Total FY93 Obligations:
$300,000.00 Cumulative Total of NRC Obligations:
$320,000.00 All other terms and conditions of the basic contract shall remain in effect.
m
SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT C.1 STATEMENT OF WORK BACKGROUND In December 1980 the NRC designated " Seismic Qualification of Equipment in Operating Plants" as Unresolved Safety Issue (USI) A-46.
The objective of USI A-46 is to develop alternative seismic qualification methods and acceptance criteria that can be used to assess the capability of mechanical and electrical equipment in operating nuclear power plants to perform their intended safety functions. Since equipment is usually anchored to concrete through anchor bolts, it is therefore necessary to ensure that the bolts are capable of resisting seismic loads.
On March 18, 1988, Hilti, one of the major manufacturers of expansion anchor bolts, reported, in accordance with the provisions of Title 10 Code of Federal Regulations, Part 21, that the test of the Hilti Kwik -
Bolts disclosed that the previously recommended minimum edge distance from an unsupported edge of five times the bolt diameter may be insufficient to develop 100 percent of the recommended anchor capacity.
Since the disclosure of the edge distance problem to the NRC, the staff has embarked on an intensive program of collecting information pertinent to the issue at hand and assessment of the current situation with regard to the installation practices of expansion anchors. The issue raised by the notification made by the Hilti Corporation was incorporated into the resolution of USl A-46.
The Seismic Qualification Utility Group (SQUG), a utility group, has developed a Generic Implementation Plan (GIP) including criteria and walkdown procedures that will be used to resolve the concerns of USI A-46.
Following NRC approval of the GIP, each utility will conduct a walkdown of its nuclear facilities using the GIP criteria and procedures.
The criteria and procedures specified for anchorage walkdown in the GIP contain specific information relating.to bolt strength under dynamic conditions. The GIP including criteria and walkdown procedures has been l
reviewed and accepted by the NRC. However, very little test data are the behavior and strength of anchor bolts under available regarding(cyclic loads) to validate the, criteria in the GIP.
dynamic conditions It is usually assumed that behavior and strength of anchor bolts under l
static loads do not differ much from that of earthquake conditions. The adequacy of this assumption has never been adequately verified.
OBJECTIVE The objective of this contract is to verify, by testing, the adequacy of the assumption used in the U.S. nuclear power plant designs that the behavior and strength of anchor bolts (cast-in place, expansion and bearing-type (undercut)) and their supporting concrete under seismic loads do not differ significantly from those for static conditions.
o j
1 If, at the conclusion of the static and dynamic tests of single bolt anchors (Task 1), the test results do not verify the assumption described above, NRC may defer further tests and request contractor assistance in developing valid assumptions for anchor bolt strength l
under dynamic conditions.
WORK REQUIREMENTS Task 1 - Static and Dynamic Tests of Single Bolt Anchors ( 5 months)
The contractor shall prepare a test plan for single bolt static and dynamic tests in plain and reinforced concrete.
Static tests should be used to establish a benchmark for dynamic tests.
No effort should be made to resolve the cone versus fracture theory issue or to develop understrength factors.
The test plan shall describe the facilities, equipment and instrumentation to be used for the tests. The sizes of bolts to be tested are 3/8", 1/2", 5/8", 3/4", 7/8" and 1".
The concrete strengths to be used are 2,000 lbs; 3,000 lbs, and 4,000 lbs. The test plan shall also describe the proposed method for conducting the tests including, but not limited to, the number of tests to be performed for each type of bolt and concrete parameters. The contractor shall submit the proposed test plan to NRC for approval prior to beginning actual tests.
Following NRC approval of the test plan, the contractor shall conduct tests in accordance with the test plan on single anchor bolts as specified by the NRC.
At the completion of the Task 1 tests, the contractor shall provide a preliminary report to the NRC describing the tests performed and the results obtained. Following NRC evaluation of the preliminary report, NRC will direct the contractor to proceed to Task 2.
Task 2 - Tests of Closely Spaced Multi-Bolt Anchors (7 months)
The contractor shall prepare a test plan, similar to the Task 1 test plan, for closely spaced multi-bolt anchors to quantify tensile strength relative to bolt spacing. Contractor should address the use of pullout cone approach versus linear interpolation approach. No effort should be made to develop understrength factors for multiple tensile anchors.
This test plan shall describe the facilities, equipment and instrumentation to be used for the tests. The sizes of bolts to be tested and concrete strengths to be used shall be the same as identified in Task 1.
The test plan shall also describe the proposed method for conducting the tests including number of tests to be perfortned for each type of bolt and concrete parameters. The contractor shall submit the proposed test plan to NRC for approval prior to beginning actual tests.
I-l
Following NRC approval of the test plan, the contractor shall conduct tests in accordance with the test plan on closely spaced multi-bolt anchors as specified by the NRC.
At the completion of the Task 2 tests, the contractor shall' provide a preliminary report to the NRC describing the tests performed and the results obtained. Following NRC evaluation of test results, NRC.will direct the contractor to proceed to Task 3.
Task 3 - Tests of Multi-Bolt Near-Edge Anchors (7 months)
The contractor shall prepare a test plan, similar to the Task 1 test plan, for tests of multi-bolt near-edge anchors.
Static tensile and shear tests as well as dynamic tensile and shear tests should be conducted. Tests should be performed for single and multi-bolt anchors near-edge cases and for cases where multi-bolt anchors are subjected to an eccentric shear and tension load. No effort should be made to resolve to overlapping cone theory versus linear interpolation approach or to develop understrength factors for multiple tensile and shear anchors.
This test plan shall describe the facilities, equipment and instrumentation to be used for the tests. The sizes of bolts to be tested and the concrete strengths to be used shall be the same as identifled in Task 1.
The test plan shall also describe the proposed methodology for conducting the tests including number of tests to be performed for each type of' bolt and concrete parameters. The contractor shall submit the proposed test plan to NRC for approval prior to beginning actual tests.
Following NRC approval of the test plan, the contractor shall conduct tests in accordance with the test plan on multi-bolt near-edge anchors as specifled by the NRC.
At the completion of the Task 3 tests, the contractor shall provide a preliminary report to the NRC describing the tests performed and the results obtained. Following NRC evaluation of test results, NRC will direct the contractor to proceed to Task 4.
s
I\\
Task 4 - Tests of Multi-Bolt Anchors in Cracked Concrete (9 months)
The contractor shall prepare a test plan, similar to the Task 1 test plan, for multi-bolt anchors in cracked concrete.
Static and dynamic shear and tension tests should be performed. Suitability of anchors in cracked concrete should be addressed. No effort should be made to review deformation of multiple-anchors in cracked concrete or to develop understrength factors for multiple-anchors loaded dynamically in eccentric tension or shear.
This test plan shall describe the facilities, equipment and instrumentation to be used for the tests. The sizes of bolts to be tested and strengths of concrete to be used shall be'the same as identified in Task 1.
The test plan shall also describe the proposed methodology for conducting the tests including number of tests to be performed for each type of bolt and concrete parameters. The contractor shall submit the proposed test plan to NRC for approval prior to beginning actual tests.
Following NRC approval of the test plan, the contractor shall conduct tests in accordan.ce with the test plan on multi-bolt anchors in cracked concrete as specified by the NRC.
At the completion of the Task 4 tests, the contractor shall provide a preliminary report to the NRC describing the tests performed and the results obtained.
j Task 5 - Conclusions and Recommendations (Final Report)
Conclusion and recommendations on the strength and behavior of anchor bolts during earthquakes shall address safety margins and other criteria such as necessary inservice inspection to assure safe performance.
Concerns on the performance of anchor bolts (various types) during i
earthquakes should be evaluated against physical tests performed. These conclusions and recommendations are to be in form and substance such that they can be used in the development of criteria which would assure safe performance of anchor bolts under earthquakes loads as in static load cases.
C.2.
PERIOD OF PERFORMANCE The period of performance shall be from April 15, 1993 through september 30, 1996.
.~
C.3 TRAVEL Two 2-day meetings for one traveller to Rockville, Maryland, to discuss progress of the work are anticipated for each year.
Investigators will participate in meetings _ at other U.S. locations to obtain source.
material for this program. Two 3-day meetings for two travellers is anticipated for each year. Foreign travel - one I-week trip for one traveller the first year and second year to the Republic of Germany or England is anticipated. NRC Contracting Officer must give prior I
approval for foreign travel.
C.4 NRC FURNISHED INFORMATION The NRC will assist contractor to the extent possible to obtain any necei,sary information as required for this program.
C.5 REPORTING REQUIREMENTS Contractor will prepare the following reports:
Technical Reports In add)"on to a final technical report contractor shall prepare, as final rmults become available, topical reports of Tasks 1, 2, 3, and 4.
tionthly Reports A monthly business letter report shall be submitted by the 20th of the month to NRC Project Manager, with copies provided to the Director, Division of Engineering, Office of Nuclear Regulatory Research. The report shall identify the title of the project, the FIN, the Principal Investigator, the period of performance, and the reporting period, and shall contain a Project Status Section and a Financial Status Section:
a.
PROJECT STATUS SECTION (I)
A listing of efforts completed during the period, milestones reached, or if missed, an explanation provided.
(2)
Any problems or delays encountered or anticipated and recommendations for resolution.
If the recommended resolution involves a contract modification; i.e., change in work requirements, level of effort (costs), or period of performance, a separate letter shall be prepared and submitted to the NRC Project Manager..
(3)
A summary of progress to date.
(4)
A brief summary of plans for the next report period.
1 l
C.6 REFERENCES 1.
Chang, T.Y., " Seismic Qualification of Equipment in Operating Nuclear Power Plants,* USNRC Report NUREG-1030, February 1987.
2.
USNRC, Inspection and Enforcement Bulletin, IEB 79-02, " Pipe Support Base Plate Designs Using Concrete Expansion Anchor. Bolts "
March 1979 (Revision 2 Nov.1979).
3.
Hanford Engineering Development Laboratory, " Concrete Expansion -
Anchor Tests Performed at the Fast Flux Test Facility," HEDL TC-1116, Hanford, Washington, August 1978.
4.
Tennessee Valley Authority, " Anchorage to Concrete," Report Number' CEBN 75-32, Knoxville, Tennessee, December 197S.
5.
Teledyne Engineering Services, " General Response to USNRC IE-Bulletin 79-02.
Baseplate / Concrete Expansion Anchor Bolts,"
Technical Report TR-3501-1. Teledyne Engineering Service, Waltham, Massachusetts, August 1979.
6.
American Concrete Institute (ACI), Committee 349, Appendix B,
" Steel Embedments," to ACI Standard ACI 349-80, " Code Requirements for Nuclear Safety Related Concrete Structures," ACI, Detroit, Michigan, 1980, 90 pp.
7.
Task Group on Steel Embedments, " State-of-the-Art Report on Steel Embedments," Vols. 2, p.1080 in Proceedinos of the Conference:
Structural Engineerina in Nuclear Facilities, American Society of Civil Engineers, Raleigh, North Carolina, September 1984.
8.
American Concrete Institute (ACI), Committee 355, " Anchorage to Concrete," SP-103, 1987.
9.
URS Corporation John A. Blume & Associates (1987). Development of Anchorage Guidelines for Seismic Verification of Nuclear Plant Equipment Anchorage. EPRI NP-5228.
10.
Lindquist, H.R., " Final Report USNRC Anchor Bolt Study Data Survey and Dynamic Testing," USNRC Report NUREG/CR-2999 HEDL-MISC-7246, December 1982.