ML20040C032
| ML20040C032 | |
| Person / Time | |
|---|---|
| Site: | Crane |
| Issue date: | 12/21/1981 |
| From: | Mattia M, Turte P NRC OFFICE OF ADMINISTRATION (ADM), WMG, INC. (FORMERLY WASTE MANAGEMENT GROUP, INC.) |
| To: | |
| Shared Package | |
| ML20040C006 | List: |
| References | |
| CON-FIN-B-8038, CON-NRC-03-82-098, CON-NRC-3-82-98 NUDOCS 8201270186 | |
| Download: ML20040C032 (12) | |
Text
_
! Or FAGE 26 JULY 1966 ST At..'.I ALS f otM ci,.u.OC i it,. Niste n.'ioi AWARD / CONTRACT 1
12 sienCas AD ON et e siG
.i i.i i COe.tamct id',
Jres id,68 f HO 2 ttf tCIWt Daf t
- 3. 2touisituONirueCHAtt ef out$t/PRORCT NO d.ClefItID 908 N11 SON AL Of f t N$t UMDit 501A
' " ' ' " ' " ~'
NRC D3-82-098 12/21/81 NRR-82-098 EAiiEG s issuto av CODL
- e. Aompositerp av CODE l
- 7. Ottivter (if. sher s&.g &l & 3) 0 *POS Dista.
U.S. Nuclear Regulatory Connission Division of Contracts Orwri ts-
' ' ' ~ >
Washington, DC 20555
- s. CONTRACTOR CODE l l
FACIL.fiY CODE l
- 9. DtSCOUNT POR PROmFT PATutNT NAME AND ADDRESS 2/10%, 20 days p,
q Waste Management Group, Inc.
(5,,,,,.,,,,.
- "r 3'".<Jo) 595 West Hartsdale Avenue e.d ZIP s.
White Plains, New York 10607 iD su,
,N,0,CEs in accordance
(_
_J with Billi.ng Instructions
,herein.
i t. 5H6P TO/ MARK FOR CODE l l
12 PAYMENT WILL BE MADE BY CODE l U.S. Nuclear Regulatory Commission See Statement of Work herein Office of the Controller Washington, DC 20555 0 to u.5 c 22o' < it i
- 13. THt5 PeOCUnf utut wAs O Aavi=risto, U ~iGo Aria Va uA~' to.
@ di u.s c. 2s2 t.x] O Id. ACCOUN11NG AND APPROPetATION DATA allotment 31X0200.202
$70,000 B&R No. 20-19-60-00-7 FIN No. B8038 13.
~
14.
17.
18.
19.
20.
lit M NO.
SUPPitt S /SE RvlCl$
Q U A N 'IT Y UNIT UNff PatCE AMOUNT Provide all necessary material, personnel, facilities and services _to accomplish the effort entitled " Technical, Economic and Regulatory Firm Fixed f rice:
$70,C 00 Evaluation of TMI-2 Prccessed Water Disposal Alternatives" as set forth in the Statement of-Work herein, and as implemented by Waste Management Group, Inc. 's Proposal No. S-169-TP dated 11/12/81, as amended by revision dated 12/4/81.
l l
l 1
FIRM FIXED PRICE CONTRACT - FULLY FUNDED t i.
TotAt AMouur or coNTaACT s70.000 CO.lTRACTING OFFICER SY'lLL COAtPLETE BLOCK 22 oR 26 AS APPL 1 CABLE
- 22. QQ CONltACTOl'S NEGOnATED AGREEMENT (CMi,.(Mr is erge/ red d. seg.
26.
AWARD (CMar.ct.r U..# refear#4 d. sig. 8hh /M.ase.f.)
Ye s.8w sh;n da meet u d r,oor.
A
- e. pian s. in i.
C.e.,m
.o sei u.. n s.,
so.l.a *e *.
1
- s. f
.h d d.h....ii 4...
p.,#....ti ek...s.f ee. )
.....,s.,in., ch....
. 4 4......,.h.......d. 6 y y
.w h.dda....
.h
.....e s ea h 6. e,ii -
ad.. s.4 6.
d
.h.... s., ik
....d...u..
.d h..
. 6...... h..
5,
..,..d.. e. sh.........d.6.....a
,. u w...h..
ik..si..
d.6s.
6..e eh. p.a... e. sw....=.a.h.ii 6...b..a e...d e t w... d.
..-e.. s h...
.a.w.h......e..e eh. f.ii
. da
..e. t.)
a 6, % s.ii
, d=.... t.) ew....d,..+.a.
thi % whine. d r.
sh. o...,.. i 6
..a y
.s.
..d (b) iN... d i h.
H.
dt.). h p,....
.....,,... e.......a.r
........d.....r..
e.,,h.,.
do..,..e i......,y.
nh.4 p_.,.;.4 h r,.f.. h.... ( Aiso eme.s..r, insed aerce..)
N 7qq j
22 a^~a o' Co"wcWa ASTE MANAGEMENT GR0l!P, INC.
2' U""'a 5' S o'I
"c^ /
^
~/ 2' Q
/
/ u.< L d iJ x -
i Lle<G C o,
...e
..i n.
.. C
.a, O,.
j 2 s. MAat AND te Or sicNts (Tspe.r pre ss
- 23. Dart sicNED
- 28. NAME OF CONTRACilNG Off eCit (Type.r pre.f)
- 29. DAlt SIGNED
~,l'2/4 ' Opi /
Mary do Mattia d
8201270186 811221
/81 12/21/81
- ""'''''''''''''"*-'***'I POR CONTR 26 118 PDR NRC-03-82-098
I-Page 2 l-a k
TABLE OF CONTENTS This' Contract Consists Of:
1.
Standard Form 26 (cover page) 2.
Table of Contents 3.
Contract Schedule Article I
- Statement of Work Article II
- Period of Performance Article III
- Place of Delivery Article IV
- Payment Article V
- Total Amount of Contract Article VI
- Inspection of Services Article VII
- Private Use and Protection of Unclassified Government Information A'rticle VIII
- Key Personnel Article IX
- Technical Direction Article X
- Project Officer Article XI
- Genera? Provisions / Alterations Article XII
- Billing Instructions 4.
Attachments l
NRC Contractor Organizational Conflicts of Interest General Provisions for Fixed Price Research and Development Contract, Revision dtd 8/81 l
Pag 3 3 C0tiTRACT SCHEDULE
" Technical, Economic and Regulatory Evaluation of TMI-2 Processed Water Disposal Alternatives" Article I - STATEMENT OF WORK-A.
BACKGROU@
In order to carry out its regulatory respnnsibility to protect public health cad safety the tiRC has been closely monitoring cleanup activities at TMI-2.
M a result of the March 28, 1979 accident at Till approximately 1.5 million gallons of radioactively contaminated water was generated. About 50% of this water has been processed via the EPICOR-Il system to remove most of the con-tamination.
This processed water is currently stored in tanks on the Ti41-2 site.
Processing of the remaining water through the submerged demineralizer system (SDS), with subsequent storage on-site, has recently began.
Since EPICOR-II/SDS processing is not effective for removal of tritium, processed water stored on-site will contain approximately 3000 Ci of this radionuclide.
A decision on the ultimate disposition of the water will have to be made by the 11RC.
In March 1981, the liRC staff issued the Final Programatic Environmental Impact Statement (PEIS) regarding the cleanup of Three Mile Island Unit 2 In the PEIS several alternatives were identified for the disposition of the processed water.
The treatment of these alternatives in the PEIS was, however, not extensive.
The tiRC staff now believes that a more indepth analysis of dis-position alternatives will be required to provide the Commis~sion with a decision making tool.
The tiRC is currently funding, due to public concern about disposal alternatives, a study designed to examine the potential socioeconomic impacts of these options.
D B.
OBJECTIVE The objective of this contract is to provide the Comission with technical information needed for carrying out its responsibility for protecting the public health and safety.
Specifically, this project is designed to evaluate the tech-nical, regulatory and economic considerations associated with alternatives for processed water, disposition.
In addition to addressing alternatives previously identified in the PEIS, the contractor will identify any other feasible alter-natives for disposing of this water.
Infonnation, as developed, will be utilized as important input to an ongoing study of the potential socioeconomic impact of processed water disposal options being,ll also provide information for a futu performed by Pacific Northwest Laboratories (Department of Energy).
This' contract wi tiRC decision regarding the ultimate disposition of processed water and may be pub-lished by the 11RC staff as part of a supplement to the PEIS.
~
Page 4 4
s.
C.
WORK REQUIREMENTS Task 1 The contractor shall identify feasible processed water disposal alternatives, which are not presently identified in the Final Programatic Environmental Impact Statement (PEIS) for THI-2, which in the contractor's judgment should be evaluated in more. depth for their technical, regulatory, and economic merits.
The identification of these additional alternatives shall be made based on a cursory review of these merits. The numbre of alternatives covered under Task 1 is estimated to be 20-24.
Task 2 The contractor shall examine the technical specifics (1'ncluding availability of state of the art equipment and techniques, past axperience and estimated radiation exposure to workers) for each olternative (including those identified in the PEIS and those additional alternatives identified under Task 1) and shall identify the technical advantages and disadvantages of each alternative.
Indicate for each alternative the time period which would be required to complete the disposition process;' this should include consideration of such factors as construction, equipment procurement, personnel-training requirement:, etc.
The number of alternatives covered under Task 2 is estimated to be 10 - 12.
Task 3 The contractor shall develop radioactive source terms for each alternative identified in the PEIS ar.d under Task 1 which can be utilized by the NRC staff to estimate radiation dose impact to the environment.
Source terms shall be estimated for both normal and potential accident scenarios and shall identify release pathways (e.g. atmospheric, groundwater, etc.).
Solid waste volumes, if applicable, shall also be estimated.
Task 4 The contractor shall estimate the economic cost of each alternative identified in the PEIS and under Task 1.
The cost estimates shall-include capital expenditure, operation / maintenance costs, labor costs, packaging costs, transportation costs, disposal costs, and any continuing lon9-term costs which might accrue.
Task 5 The contractor shall identify regulatory constraints which apply to each alternative identified in the PEIS and under Task 1.
Federal (including international agreements / law) state and other regulations which could impact any of the disposal alternatives shall be listed and discussed.
1
~Page 5 D.
R_EPORTING REQUIREMENTS 1.
The contractor shall furnish the following deliverables within two months of the effective date of the cohtract to the Program Director TMIPO (an original and two copies); and to the Contracting Officer, Technical Assistance Contracts Branch, Division of Contracts (one copy):
.a. a draft of the Final Report outline,
- b. a listing of possible disposal alternatives developed under Task 1.
- c. a methodology for preparing consistent cost estimates developed in Task 4.
2.
The Task evaluations are to be provided in single reproducible Draft and Final Reports indicating significant findings and results and the detailed bases upon which they were developed.
An original and two copies of both the Draft and Final reports, prepared in accordance with HRC Manual Chapter 3202 shall be submitted to the Program Director, TMIPO.
A copy of each report shall also be submitted to the Contracting Officer, Technical Assistance Contracts Branch, Division of Contracts.
The Draft Report shall be submitted l
within five months of the effective date of the contract.
The NRC shall provide ccmments on the draft, as appropric.te, to the con-tractor within thirty (30) days of receipt of the draft.
Based on these comments, the contractor shall revise the draf t and submit the final report as indicated above no later than seven months after the effective.:te of this contract.
(One copy of the final report to the Program Director, TMIPO shall be in tne form of a " camera-ready copy" for use by NRC).
3.
A monthly business letter report will be submitted by the 15th of each month to B. Snyder, Program Director, TMIPO, with a copy to:
the Contracting Officer; B. L. Grenier, NRR; 0. Lynch, Section l
Leader, Environmental Review Section, TMIP0; and D. Cleary, j
Section Leader, Regional Impact Analysis Section, SAB, DE.
These reports will contain the following:
- A listing of work completed during the prior month, including milestones reached, or if missed, an explanation provided;
(
The amount of funds expended during the prior month and j
cumulative to date;
- Any problems or delays encountered or anticipated; i
- If problems are encountered or anticipated, a description of the plans for their resolution, the schedule of their imple-mentation and their impact on the overall contract;
~*
Page 6 c.
E.
MEETINGS AND TRAVEL 1.
The contractor-will attend a maximum of three meetings with the NRC staff over the period of performance in Bethesda, Maryland.
These meetings will usually be of one or two' days duration and
~~
ir.clude two members of the contractor's staff.
2.
The contractor shall travel once to Pacific Northwest Laboratories (Department of Energy) located at Hanford, Washington to coordi-nate and discuss the work hereunder.
It is estimated,the heeting will be of two days duration and one person from the contractor's staff shall attend.
F.
NRC FURNISHED MATERIAL 1.
The NRC shall provide the following to the contractor for use in performance of the contract within three (3) weeks of the effective date of the contract:
A characterization of the radionuclide content of the processed water. This characterization will describe a range of concentrations for all radionuclides contained in the processed water.
G.
CONTRACT 0R'S TECHNICAL PROPOSAL The effort specified in paragraphs A. through E. above shall be performed in accordance with the contractor's Technical Proposal No. S-169-TP dated 11/12/81, and the amendment thereto, which by this reference is incorporated into and made a part of this contract as though fully set forth herein.
In the event of any conflicts or inconsistencies, the Statement of Work set forth herein shall take precedence over the contractor's Technical Proposal.
Article II - PERIOD OF PERFORMANCE The period of performance shall commence on the effective date of this contract and shall continue through seven months thereafter at which time all work shall have been completed and all reports shall have been sub-mitted.
4
Pagn 7
'E em ARTICLE III - PLACE OF DELIVERY The item (s) required-hereunder shall be delivered as set forth in Article I herein.
ARTICLE IV - PAYMENT A.
In the absence of a discount, the contractor shall be paid upon the submission of a proper and correct invoice or voucher in approximately thirty (30) daf~s after submission or date of delivery, whichever is later, the prices stipulated herein for supplies delivered and accepted or services rendered and accepted (ARTICLE I) as herein provided.
B.
Partial payment shall be made at the prices and in accordance with the schedule of the deliverable items listed below:
(1) Upon receipt of the three deliverables listed in Article I, Paragraph D., 1. (to be delivered within 2 months.of the effective date of the contract.)
$20,000.00 (2) Upon receipt of the Draft Final Report (to be delivered within 5 months of the effective date of the contract. )
$25,000.00 (3) Upon receipt and acceptance of the Final Report (to be delivered within 7 months of the effective date of the contract.)
$25,000.00 Total Amount ^
$70,000.00 C.
The contractor's invoice or public voucher shall identify the contract number and the nature and extent of the supplies / services for which payment is claimed.
D.
If this contract provides for a discount, the contractor shall indicate the contract's discount terms the invoice or voucher.
on the face page of E.
Additional provisions relating to payment are contained *. Clause 2 of the General Provisions.
~"
Page 8
.s ARTICLE V - TOTAL AMOUNT OF CONTRACT The firm fixed price amount of this contract for the delivery and acceptance of the reports and services stipulated in Article I is $70,000.00.
ART.ICLE VI - INSPECTION OF SERVICES A.
All services (which term throughout this clause includes services performed, material furnished or utilizeo in the performance of services, and workmanship in the performance of services) shall be subject to inspection and test by the Government, to the extent practicable at all times and places during the term of the cohtract.
All inspections by the Government shall be made in such a-manner as not to unduly delay the work.
~
0*
If any services performed hereunder are not in conformity with the re'quirements of this contract, the Government shall have the right to require the Contractor to perform the services again,in conformity with the requirements of the contract,- at no additional increase in total contract : amount.
When the services to: be perforned are of such a nature that the defect cannot be corrected by reperformance of the services, the Government shall have the right to (i) require the Contractor to immediately take all 1ecessary steps to ensure future performance of the services in conformity with the requirements of the contract; and (ii) reduce the contract price to reflect the reduced value of the services performed.
In the event the Contractor fails promptly to perform the services again or to take necessary steps to insure future performance or the services in conformity with the requirements of the contract, the Government shall have the right to either (i).by contract or otherwise have the services performed in conformity with the contract requirements and charge to the Contractor any cost occasioned to the Government that is directly related to the performance of such services; or (ii) terminate this contract for default as provided in the clause of this contract entitled " Default."
9
ARTICLE Vll - PRIVATE USE AR9. PROTECTION OF UNCLASSIFIED GOVERNMENT INFORMATION A.
. Except as specifically authorized by this contract, or as otherwise approved by the Contracting Officer, records or other information, documents and material furnished by ~the Commission to thc contractor in the pe.-formance of this contract, or information developed by the contractor in the course of the work hereunder, shall be used only in connection with the work performed under this contract.
The contractor shall, upon completion or termination of this contract, transmit to the Commission ~ all records or other information, documents and material, and any copies thereof,1 furnished by the Commission to the contractor or developed by the contractor in the performance of this contract.
.B.
The contractor shall be responsible for safeguarding from unauthorized dis-closure any information or other documents and material exempt from public disclosure by the Commission's regulations and made ayailable. to the con-tractor in connection with the performance of work under this contract.
The contractor agrees to conform to all regulations, requirements, and directions of the Commission with respect to such material.
C.
The contractor's duties under this clause shall not be construed to limit or affect in any way the contractor's obligation to conform to all security regulations and requirements of the Commission pertaining to classified information and material.
ARTICLE VIII - KEY PERSONNEL Pursuant to General Provision No. 55 " Key Personnel",.the following individuals are coq sidered to be essential to the successful performance-of the work hereunder and shall 1 be replaced without the prior approval of the Contracting Officer.
In such event, the contractor agrees to substitute persons possessing substantially equal abilities and qualifications satisfactory to the Contracting Officer.
Peter Tuite ARTICLE IX
- TECHNICAL DIRECTION A.
Performance of the work under this contract shall be subject to the tech-nical direction of the NRC Project Officer named in ARTICLE X of this contract.
The term " Technical Direction" is defined to include the following:
1.
Technical direction to the contractor which shif ts work emphasis between areas of work or tasks, requires pursuit of certain lines of inquiry, fills in details or otherwise serves to accomplish the con-tractual scope of work.
2.
,Providing assistance to the contractor in the preparation of drawings, specifications or technical'~ portions of the work description.
3.
Review and where required by the contract, approval of technical reports, drawings, specifications and technical information to be delivered by the contractor to the Government under the contract.
e
Page 10
.r ARTICLE X - PROJECT OFFICER 1
Bernard J. Snyder is hereby designated as the Contracting Officer's authorized representative (hereinafter called Project Officer) for technical aspects of this contract. The Project Officer is not authorized to approve or request any action which results in or could result in an increase in contract cost; or terminate, settle any claim or dispute arising under the contract; or issue any unilateral directive whatever.
The Project Ufficer is responsible for:
(1) monitoring the contractor's technical progress, including surveillance and assessment of performance, and recommending to the Contracting Officer changes in requirerants; (2) interpreting the scope of work; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting the contractor,ir the resolution of techni. cal problems encountered 'during performance.
Within the purview of this authority, the Project Officer is authorized to review all costs requested for reimbursement by contractors and submit recommendations for approval, disapproval, or suspension for supplies, services required under the contract. The Contracting Officer is responsible for directing or negotiating any changes in terms, conditions, or amounts cited in the contract.
For guidance from the Project Officer to the contractor to be valid, it must:
(1) be consistent with the description of work set forth in the contract; (2) not constitute new assignment of work or change to the expressed terms, conditions or specifications incorporated into this contract; (3) not constitute a basis for an. extension to the period of performance or contract delivery schedule; and, as stated above, (4) not constitute a basis for any increase in the contract cost.
The Technical Monitor assigned to this contract is Richard A. Weller, Office of
+
Nuclear Reactor Regulation.
ARTICLE XI - GENERAL PROVISIONS / ALTERATIONS i
This contract is subject to the attached provisions of Appendix A entitled
" General Provisions For Fixed Price Research and Development Contract", Revision l
dated 8/81.
1.
Delete Provision No. 51." Privacy Act Notification" in entirety.
2.
Provision No. 48. " Private Use of Contract Information and Data": delete reference to " Provision No. 1.1/" and substitute " Provision No. 47".
l e
- - + - --
,rw m---e
,--e n-+
e-s-
, - - - - - +-~--
--w w
N
Page 11 s
...I!*'
ARTICLE XII - BILLING INSTRUCTIONS FOR FIXED PRICE' 5.2..
CONTRACTS AND PURCHASE ORDERS
-.~.
General.
The contractor shall submit vouchers or invoices as prescribed herein.
Form.
Claims shall be submitted on the payee's letterhead, invoice or on tne Government's Standard Form 1034 "Public Voucher for Purchases and Services Other Than Personal,'" and Standard Form 1035 "Public Voucher for Purchases Other Than Personal -- Continuation Sheet."
These forms are available from the Government Printing Office, 710 North Capital Street, Washington, DC 20801.
Number of Cooies and Mailino Address.
An original and six copies shall be submitted to NRC offices identified below.
Frecuency.
The contractor shall submit an invoice or voucher only after I 1C's final acceptance for services rendered or products delivered in performance of the contract unless otherwise specified in the contract.
Precaration and Itemization of the Voucher.
The voucher shall be prepared in ink or typewriter'twitnaut strikeovers) and' corrections or erasures must be initialed.
It must include the following:
(a)
Payor's name and address.
(i)
Address the original voucher (with 4 copies) to:
U.S. Nuclear Regulatory Cc= mission, Division of Accounting, Office of the Controller, ATTN: GOV /COM Accounts Sections, Washington, DC 20555.
(ii)
Address 2 copies to:
U.S. Nuclear Regulatory Ccmmission, ATTN: E. L.
Halman, Director, Division of Contracts, Washington, DC 20555.
(iii) The original cocy of the voucher should indicate that (2) cooies have oeen forwarded to the Contracting Officer.
(b) Voucher number.
(c)
Date of voucher.
(d)
Contract number and date.
(e)
Payee's name and address.
(3hcw the name of the centractor and its correct address, except when an assignment has been made by the contractor or a different payee has been designated, then insert the name and address of the payee.)
(f)
Description of articles or services, quantity, unit price, and total amount.
9
)
e d
Page 12
.o a 4 c.
s
?.?.
E_,E (g)
Weight and zone of shipment. if shipped by parcel post.
(h) Charges for freight or express shipments, and attached prepaid bill, if shipped by freight or express.
(i)
Instructions to consignee to notify Contracting Officer of receipt of shipment.
(j)
Final invoice marked:
" FINAL INVOICE" Currency.
Billings may be expressed in the currency nomally used by the contractor in maintaining his accounting records and payments will be made in that currancy.
However, the U.S. dollar equivalent for all invoices paid under the contract may not exceed the total U.S. dollars authorized in the contract.
S