ML20087F946

From kanterella
Jump to navigation Jump to search
Preliminary Spec 120, Testing Svcs for Steam Generators
ML20087F946
Person / Time
Site: Byron  Constellation icon.png
Issue date: 02/22/1984
From:
SARGENT & LUNDY, INC.
To:
Shared Package
ML20087F900 List:
References
120-DRFT, NUDOCS 8403190278
Download: ML20087F946 (38)


Text

c-- ty Proj2 cts 4391-00 CARGENT O LUNDY OnsultKnt EN01NEERS CHICAGO SPice NO. 120 Issue: Com, 02-22-84 D

TESTING SERVICES FOR STEAM GENERATOR SNUBBERS APPROVAL PAGE PRELIMINARY NUCLEAR SAFETY RELATED ITEMS ARE PART OF THIS SPECIFICATION Issue Purpose Date Prepared by Reviewed by Approved by s

/~N U

t I

i l

1 i .

..4

,O v

AP-1

"*l 8403190278 840308 gDRADOCK 05000454 PDR .

p y v. y .y----w_.--++w ---n----m, ,.w,r,wy.y-,,-,y 7 ,,,p- y.


9---w, - . , . , ,-y,-. ,ww,-<,w-.7-p,,, , , , , , -j

m Y NUCLEAR SAFETY RELATED CARGENTQ LUNDY Consultant

.- Projsett 4391-00 cnicaeo Sptc. No. 120 Issue: Com, 02-22-84

- (N

-(,) .

TESTING SERVICES FOR STEAM CENERATOR SNUBBERS CONSULTING SERVICES PRE-AWARD ISSUE

SUMMARY

PACE Purpose of Issue Date Pages Affected Com - Spec.-No. 120 02-22-84 All issued for Client Comment U

O IS-1 Final

L$

1 NUCLEAR SAFETY RELATED SARGENT0: LUNDY Consultant

+1 Projsett 4391-00 ENGINEERS Spec. No. 120 INSTRUCTION TO BIDDERS 0 .

RE:. Consultant Specification No. 120 Testing Services'for Steam Generator Snubbers Issue: -Com, 02-22-84

' Bidder-is invited to' submit a proposal in accordance with these Bid Documents.to perform testing services for two (2) Steam Generator Snubbers manufactured by Boeing and owned by Commonwealth Edison

! Company. The snubbers are for use at Commonwealth Edison Company's Byron and Braidwood Stations.

1. PROPOSAL DUE DATE 1.'l . Bidder's proposal must be submitted on or before ,

and be valid for acceptance by Purchaser / Consulting Engineers for 90 days from said date.

1.2l Upon receipt of these Bid Documents, Bidder shall notify Mr. Charles F.

Beck, Head, Purchasing Division, Sargent & Lundy,- by return mail, whether Bidder will or will not submit a proposal covering these Bid Documents.

In the event Bidder will not' submit a proposal, these Bid Documents shall be returned immediately to Mr. Charles F. Beck, Head, Purchasing Division, Sargent & Lundy, 55 East Monroe Street, Chicago, Illinois 60603.

1.3 Proposal will not be considered unless it includes Proposal Form, properly filled out, and all required submittals specified in the Bid Documents. Bidder.shall use the same format,. paragraph numbering,.and page numbering of the Bid Documents in preparing his bid for submittal.

2.- PRICE INFORMATION All price information shall appear only where specified in Proposal Form

'Part 1, and shall not appear elsewhere in Bidder's proposal. Other price information, such as options or alternates, shall-be set forth in Proposal Form, Part.1,'or attached thereto. No price.information shall p

be included in the Bidder's technical or other non priced data.

3.. -CO8tPLETENESS OF PROPOSAL l_

3,1 ~ It is Purchaser's intent that Bidder's proposal shsil be complete in L- l order to avoid adding extras' to the contract price. Therefore, Bidder (shall include in his proposal all work or services indicated in the Bid

-Documents and which is normally considered part of the type of work or service covered by the. Bid Documents, whether or not'such work or service is fully detailed in the Bid bocuments.

k 3.2 If any apparent ~oeissions or gonflicts are noted in the Bid Docuaients, Bidder is to notify immediately Mr. Charles F. Beck, Head, Purchasing b__ .

Division.

V r

ITB-1 I

L

CARGENTQ LUNDY

'i Consultent

, , E N GIN E E R8 Spac. No. 120 Com, 02-22-84

4. BID DOCUMENTS The following are attached hereto and form the Bid Documents:

4 4.1' These Instruction to Bidders.

4.2 . Consultant Specification No. 120. ,

~

-4.3 Purchaser's " Terms and Conditions of this Purchase Order for Professional and Technical Serv.ces," PD/PS (01/84).

4.4 . Insurance Requirements for Professional Services, dated May 12, 1983.

. Any contract or purchase order resulting from these Bid Documents will incorporate the terms and provisions of said documents. It is intended that these Bid Documents shall prevail over conflicting provisions Lcontained in Contractor's proposal. All exceptions to these Bid Documents must be listed together and specifically identified under the heading " Exceptions" in Bidder's proposal. Bidder's printed terms and conditions are not considered specific exceptions, and will not be

< accepted as such by Purchaser.

5. PROPOSAL DISTRIBUTION

. 5.1 Bidder's proposal must be made out in six (6) copies, enclosed in sealed envelopes marked " Confidential Proposal - Consultant Specification No.

'[x_s\-I 120," and distributed as follows:

Original and five (5) copies Mr. Charles F. Beck with prices: Head, Purchasing Division Sargent & Lundy 32nd Floor 55 East Monroe Street Chicago, Illinois 60603 One (1) copy with prices: Commonwealth Edison Company Comptro11er's Staff P. O. Box 767 Chicago, Illinois 60690 5.2 Any engineering or technical matters related to these Bid Documents shall be directed to:

. Mr. R. A. Salsbury Project Management Division Telephone 312/269-6856 5.3 -All commercial and contractual matters related to these Bid Documents shall be directed to:

Mr. C. F. Beck.

Head, Purchasing Division

(}

\s / Telephone: 312/269-3620 ITB-2

_ . _ . . _ _ . _ . - _ . - . _ _ . _ _ _ , - - - - , . _ . _ _ - . . . . . , . . _ . . , . . . ~ . . - . .

m 1

CARGENT Q LUNDY Consultant l EN ERS jN o Spec. No. 120 )

Com. 02-22-84 f~'\ / .

5.4 Any price or technical data submitted by Bidder subsequent to submittal of the original proposal shall' state the reason for the revision, be submitted in the same number as the' original proposal, and be mailed or delivered as indicated above, in sealed envelopes clearly marked

" Confidential - Consultant Specification No. 120."

6. NONDISCLOSURE OF PRICE INFORMATION The price information set forth in Bidder's proposal or supplemental price information submitted subsequent to the original proposal, shall not be disclosed to Purchaser's employees, agents or to any other party, other than those s'pecified above, or where specifically approved by the Head of Purchaser's Purchasing Division.
7. RICHT TO REJECT The right is reserved by Purchaser to reject any or all proposals or any portion thereof. Neither receipt of proposal nor failure to reject proposal shall impose any legal obligation on Sargent & Lundy or its Client.
8. CENERAL FINANCIAL AND TECHNICAL QUALIFICATIONS In addition to ccspleted Proposal Forms, Parts 1 and 2, and all other submittals required by the Bid Documents, the following shall be included with each copy of Bidder's proposal:

['} 8.1 Copies of Bidder's three most recent annual reports. This shall include

\~ '

CPA opinion letter, balance sheet, income statement, statement of sources and application of funds, and notes to balance sheet.

8.2 A~ description or brochure of Bidder's history and organization including Bidder's qualifications, experience, and list of current and recently completed projects.

8.3 Copies of current published commercial descriptive literature, catalogs, brochures, etc., describing the services to be provided, and any price lists. The descriptive literature and price list shall be those which

. show "eetablished catalog and market price."

9. T34MS OF PAYMENT nee ~ thirty (30) days upon completion of work and receipt of invoice.
10. RESTRICTED DOCUMENTS The Purchaser's Bid Documents contain proprietary and restricted information and may not be used, reproduced, or revealed to others without the prior written permission of the Head of Purchaser's

~

Purchasing Division.

4 l'

[ i

%. ,f ITB-3 Final

L NUCLEAR SAFETY RELATED

^

, FNGIN ERS EUt Proj2 cts 4391-00 emeaso Spsc. No. 120 Issue: Com, 02-22-84 O -

CERTIFICATION OF SPECIFICATION FOR TESTING SERVICES FOR STEAM CENERATOR SNUBBERS CONSULTING SERVICES I certify that this Specification was prepared by me or under my supervision and that I am a registered professional engineer under the laws of the State of Illinois.

Certified By: Date:

O Revision: Certified By: Date:

Ok

'L)

CS-1 Final

ta NUCLEAR SAFETY RELATED SARGENT Q LUNDY Consultant E N GIN E E RS Proj.1 cts 4391-00 cwicaco Sp2c. No. 120 Issue: Com, 02-22-84

. rS

( ,) TESTING SERVICES FOR STEAM CENERATOR SNUBBERS CONSULTING SERVICES TABLE OF CONTENTS ARTICLE PACE DIVISION 1 - CENERAL REQUIREMENTS 101. Purchaser / Consulting Engineers........................... 1-1 102. Contractor............................................... 1-1 103. Owner.................................................... 1-1 104. Scope of Services........................................ 1-1 105. Testing.................................................. 1-1 106. Schedule...................................>............. 1-2 107. Definitions.............................................. 1-2 108. Site Visit............................................... 1-3

,< ,)

, 109. Quality Assurance........................................ 1-3

/

110. Codes and Standards...................................... 1-6 111. Conformance with 10 CFR Part 21.......................... 1-6 DIVISION 2 - SUPPLEMENTS, DRAWINGS AND DATA 201. Supplements.............................................. 2-1 202. Drawings (Purchaser / Engineers').......................... 2-1 203. . Data (Contractor's)...................................... 2-1 TC-1 Final

~

. u4

$ f

? NUCLEAR SAFETY RELATED CARGENT0:LUNDY Ccnsultant

. : Projset 4391-00 EN GlN EERS SP sc. No. 120 CMICAGO Issue: Com, 02-22-84

() '

TESTING SERVICES FOR STEAM CENERATOR SNUBBERS SPECIFICATION FOR i

DIVISION 1 - CENERAL REQUIREMENTS 101. PURCHASER / CONSULTING ENGINEERS: SARCENT & LUNDY.

' 102. - CONTRACTOR: THE FIRM OR ORGANIZATION RETAINED TO PERFORM THE SERVICES OR WORK SET FORTH IN THIS SPECIFICATION.

v .

103. OWNER: COMMONWEALTH EDISON COMPANY.

-104.- -SCOPE OF SERVICES a

.104.1 Contractor shall perform testing services for two (2) Steam Generator Snubbers, consisting of the following:

a. Contractor shall design _and develop a test program for two (2)

. Boeing manufactured Steam Cencrator Snubbers owned by Commonwealth Edison Company. Contractor's test plan shall be submitted to Purchaser / Consulting Engineers for review, per the schedule

. contained.in' Article 106 herein.

~b. Upon acceptance of the test plan-by Purchaser / Consulting Engineers, Contractor shall test the Steam Cenerator Snubbers to determine

  • characteristics.
c. Contractor shall, upon completion of testing, furnish Purchaser / Consulting Engineers a complete report of the tests.

104.2- The snubbers, weighing approximately 13,000 lbs. each, will be delivered to Contractor's facilities by Owner. Contractor shall be responsible for. unpacking, inspecting, and notifying Purchaser /

Consulting Engineers of any damage to the snubbers as received at Contractor's facilities. Contractor shall be responsible for any

~

damage or loss until snubbers are returned to destination specified by the Owner. After the testing is complete, Contractor shall repackage the snubbers, and provide transportation of the snybbers to Owner's'Braidwood Station.

j, 105.- TESTING 105.1 The snubbers-shall be testen with end blocks attached to the snubbers to preclude possibe damage to the snubber assembly. The

end blocks will be attached when the snubbers are delivered to Contractor. In the event Contractor proposes to remove the end blocks, Contractor shall include with his proposal the procedures to accomplish this along with a detailed list of work responsibilities.

105.2 Contractor shall provide all services required to test the two (2)

. Steam Cenerator Snubbers, complete with control valves, to determine il .

1-1-1 e

w- - - , - --w .wn- e e,,-ee-...ea-,,e m- h-r w N t rw ww e r e e w

  • g t*=e e r v w m ' *--a e -s-e et h e e-9 w-- *-m=r ' r e F'-"W+5r7f-P=-**6-T'* h TV-Ww"f*****f'-*-v'

7 CARGENT Q LUNDY Cr.nsultcnt ENOINEERS Spec. No. 120 Com, 02-22-84

,,\

(2

~-

snubber characteristics, including lockup velocity, bleed rate, and spring rate at static loads around 260, 770, and 1950 kips.

105.3 The snubbers shall be tested in both tension and compression, with the piston in the hot position (46.57 inches pin to pin). The snubber and fluid shall be at operating temperature (120 1 SOF) during the test.

105.4 Contractor shall prepare detailed procedures, which shall be submitted to Purchaser / Consulting Engineers for review and acceptance. Contractor shall provide test results in the form of a report, including all data, calculations, computer analysis, and plots of load and displacement vs. time during the tests necessary to-determine snubber characteristics.

106. SCHEDULE 106.1 Upon award of contract, Contractor shall perform services as follows:

Date a.- Submit-Quality Assurance / Control procedures...................................... Within 2 weeks from date of Con-tract award.

g is ,) b. Prepare and submit test plan.................... Within 2 weeks from date of con-tract award.

c. .Begin tests..................................... Upon receipt of test plan ap-proval.
d. Complete tests.................................. Within two weeks of start test.
c. Submit Test Report.............................. Within one week of test completion.
f. Return Snubbers to Owner........................ Within two weeks of test com-pletion.

107. DEFINITIONS 107.1 Wherever the terms " approved", "as approved", " satisfactory", "as requested", or other similar terms are used in this Specification, they shall mean "as reviewed", etc., by the Purchaser /Consultirg Engineers unless otherwise specifically stated.

,n v-1-2

5 U CARGENT & LUNDY C2nsultant eu . E N GIN E E RS

"* Spac. No. 120 Com, 02-22-84

--107.2

- Wherever the term " Work" or " Service" is used in this Specification, it shall be construed to mean the " Scope of Services" as described in Article 104.

107.3 Wherever the word " Owner" appears in the Bid Documents, it shall be construed to-mean " Commonwealth Edison Company".

107.4 Wherever the word "Purch.iser" or " Purchaser / Consulting Engineers" appears-in the Bid Documents, it shall be construed'to mean "Sargent.& Lundy".

107.5 ' Contractor is herewith designated as the firm or organization employed to perform / provide the services specified herein, including the Scope of Services portion (Article 104) of this Specification.

108.- SITE VISIT

Contractor shall consult with Purchaser / Consulting Engineers in the event Contractor desires to visit Owner's jobsite to familiarize himself with site conditions. In such event, Contractor shall abide by any/all rules owner may have in effect of at the project site.

Further, Contractor shall properly warn all of his employees with respect to any/all-facilities and structures which constitute a hazard to his employees, and shall provide necessary protection for his employees.

'h\J I 109. QUALITY ASSURANCE 109.1 A Consultant who has a controlled copy of his Quality Assurance Program assigned to the Head.- Quality Assurance Division, Sargent & Lundy, need only submit documented verification that the controlled copy'is applicable.to the Scope of Services covered by this Specification and include information covering the current effective date of the Program Manual including all current revisions in effect.

109.2 A Consultant who does not'have a controlled copy of his Quality Assurance Program assigned to the Purchaser that is applicable to

-the work shall submit two (2) controlled copies of his Quality Assurance Program for review to the Purchaser with his bid. The controlled' copies shall'be assigned to'the Head, Quality Assurance t1 Division of Sargent & Lundy. The program shall meet the applicable r .

requirements of 10CFR50, Appendix B. ANSI N45.2, " Quality Assurance Program Requirements for Nuclear Facilities" and applicable

. subsidiary standards are acceptable guides in meeting these requirements.

109.3- ' Consultant shall submit with'his proposal _a preliminary list of the Quality Assurance / Control procedures, including auditor qualifi-

cation and training,.special process procedures, and documentation

! which applies to the WORK and which he intends to submit to the

J -

Purchaser. The preliminary list will be reviewed during the j v' preaward meeting between Purchaser and Consultant. A mutually I'

1-3 l

i.

, , ,, ,- -.m- - , --,,.-,,,,..m,,g.,- --.e _,vr_- .n,,.., ,m_.,.. ..y,.,_,,,,,,,m.,...,-,m-,., .,...---..p,.-_,--,.-

p -

u

~

-CARGENT Q LUNDY Consultant ENGINEERS- Spac. No. 120 cmcao Com, 02-22-84 O -

agreed'upon detailed ~ list of Quality Assurance / Control procedures,

.special process procedures, and documentation shall be developed at the preaward meeting'and will be included as parc of this document, ss applicable.

-109.4 Within~two weeks after notification of award of purchase order and prior.to start of work, Consultant shall submit to Sargent & Lundy's Quality Assurance Division for review two copies of the detailed

-Quality Assurance / Control' procedures applicable to the WORK de-

~

scribed in this Specification. The procedures shall detail design control, testing, inspection, cleaning, etc., activities necessary for the accomplishment of the WORK and the assurance of its quality and requisite documentation. Procedures shalf be qualified, as necessary, to Code or Standard requirements. These procedures shall

.' detail equipment to be used, limiting conditions, acceptance /rejec-

-tion criteria, techniques, ect., that will be used.

109.5 Consultant-shall provide the necessary documents for assuring the i

. quality of his work and these shall include but not be limited to the following:

i

a.. --An organization chart and appropriate attachments addressing in a l detailed manner the responsibilities of the personnel involved in the contracted work and the resume of their cargbilities. i

-[f K

g b. :The Consultant's organization showing the reporting relationship between the. Quality Assurance. personnel and top management and a listing'of.the responsibilities of the Quality Assurance personnel and~the degree of authority granted them to carry out their responsibilities.

I c.: A detailed description of the procedures and instrumentation to be used in data. acquisition and processing. Sample of the forms used i

to accomplish this work shc11 be attached to these procedves.

~

lq d. ALdescription of the manner to control documents describing procedures and instrumentation, as well as any other document which

i

.will'be a resultIof this Specification. The description shall L -address.the manner of transmittni, commenting, approving, revising l- and implementing' all these docwaents.

e. Consultant: shall describe in a detailed manner the procedures to

~

' control and the measuring procedures he will use for calibration and i testing all the instrumentation used for the performance of his j

. work. 1

}

f. Consultant-shall report any failure of the instrumentation or nonconformance to the data acquisition procedures or process j procedures as soon as he notices them and describe the manner for '

. reporting nonconformances and illustrate them with sample forms utilized for this reporting. Consultant shall describe the general procedures to follow for correcting nonconformances. ,

l y. 1-4

(.

l.

i

E H CARGENT Q LUNDY Consultent

  • ENOlNEERO Spsc. No. 120 C
  • C ^*

Com, 02-22-84 A-g.

Consultant'shall describe all the measures he will take for handling and shipping the recorded data of his work, the manner of identification he will use in order to avoid misinterpretation during tha proces:ing, and the measures he will take to make them retrievable if needed. This data shall be submitted with Consultant's proposal.

h. . Consultant shall furnish the Purchaser with a copy of all recorded data, when required. Procedure to accomplish this requirement will

'Se outlined during the award meeting.

1. Consultant shall describe the manner and period of time he will maintain all recorded and processed data in the performance of his work. .No records or data shall be disposed of without the written consent of the Purchaser.

.j. A detailed description of the procedure for validation of camputer programs not supplied by the Purchaser used for the performance of the WORK.

k .- A detailed description of the control measures employed for the preparation and review of design. calculations.

109.6 The Consultant shall revise all or any portion of the procedures as required by the Purchaser's Quality Assurance Division reviews, and

('-)' shall rubmit the procedures as many times as required until satis-factory to the Purchaser's Quality Assurance Division. Procedures shall be acceptable to S&L prior to Consultant beginning WORK covered by the particular procedure.

109.7 The Purchaser and any other representative designated by the Pur-chaser,'shall have full access to the Consultant's and his Subtier

. Consultant's facilities and quality records for audits and during the WORK for reviewing progress and determining acceptability of the WORK. The Purchaser or his designated representative shall be noti-fled at least seventy-two hours (3 working days) prior to start of specified tests and inspection points agreed upon during the review of the detailed Quality Assurance / Control procedures.

109.8 Consultar.t shall be responsible for the review, comment and acceptance of the Quality Assurance Program, Quality Assur-ance/ Control and WORK procedures of his Subtier Consultants. In addition, Consultant shall be responsible for his Subtier Con-sultant's work to be performed to the requirements of 10CFR50 Appendix B.

109.9 Nonconformances, deviations from the procurement document require-ments, and proposed resolutions shall be promptly submitted to the Purchaser in writing for resolution. After submittal and before r-~g authorization, Consultant may only proceed with any work recognizing dv) 1-5

-m 7-CARGENT& LUNDY Consultant ENGlNEERS Spsc. No. 120 C"'C^"

Com, 02-22-84 p

-t i that all such work is subject to acceptance or rejection by A' -

Sargent & Lundy.

-109.10 Records shall be maintained to furnish evidence of activities affecting quality. They shall be identifiable and retrievable as necessary and made available to the Purchaser on request. The

. records shall be clear, legible, and of suitable quality for micro-filming and/or storage for the life of the plant.

109.11 Prior to start of work at the site, Consultant shall notify Sargent & Lundy's Quality Assurance Division of the expected date when work will begin. In the event of work being interfepted, resulting in appreciable delay before its resumption, Consultant shall also advise Sargent & Lundy's QA Division of the date when work is being resumed at the site.

109.12 . Prior to start of WORK, Consultant shall verify and document the education and work experience qualifications of personnel performing safety related activities under this Specification.

-109.13 Where activities will be performed other than at site or Con-sultant's home office, the Consultant shall advise S&L's Quality Assurance Division of the location of the activity and the expected date when work will begin.

'N 110. ' CODES AND STANDARDS s_,l . 'The'following Codes and Standards are applicable to the Services to be provided under this Specification to the extent specified here-in. The referenced documents shall be the issue applicable to the particular project for which the Service is performed. These docu-ments are not attached to this Specification:

110.1- ASME Section III, Division I, " Nuclear Power Plant Components" 1974 Edition with Addenda and Code Cases in effect up to and including the Summer '975 Addenda.

110.2 ANSI N45.2 Quality Assurance Requirements For Nuclear Facilities.

110.3 10 CFR Part 21 - Reporting of Defects and Nonconformance.

110.4 10 CPR Part 50 - Appendix B Quality Assurance Criteria for Nuclear Power Plants and Fuel Reprocessing Plants.

110.5 The American Institute of Steel Construction (AISC) Specification for'the Design, Fabrication, and Erection of Structural Steel for Buildings (7th Edition).

111. CONFORMANCE WITH 10 CFR PART 21 The Services to be provided under this Specification which are Nuclear Safety Related require the application of the provisions of g-s Title 10, Chapter 1, Code of Federal Regulations, Part 21, Report of

t j Defects and Noncompliance (10 CFR Part 21). It is the respon-

\~s 1o

. ~ .

u SARGENT & LUNDY Consultant E"$j$d[ms Spac. No. 120 Com, 02-22-84 1

sibility of the Contrector to implement the provisions of 10 CFR

' ' ~

- - Part 21 insofar as they are applicable to the Contractor's Services under this Specification.

8 4

I a

4 f

N 3 -

^

1 l

1

^

I l-l^

l

( :-

/

1-7

-Final page of Division 1

' N Nr ,

, ,e gn m.y v 7 p--, , --p ,em :nw s n y m.,w m , w ww , - w v e, e ,,-__ . m ew e ewvv e www em, _._.

(T CARGENT Q LUNDY Consultent

. ., E N GIN E E Ro Spac. No. 120

    • '*^*

Issuet Com, 02-22-84 TESTING SERVICES FOR STEAM CENERATOR SNUBBERS

' (s- #h -

CONSULTING ENGINEERS DIVISION 2 - SUPPLEMENTS, DRAWINGS AND DATA 201. SUPPLEMENTS The following are attached hereto and form a part hereof:

201.1 Terms and Conditions of this Purchase Order, PD/PS (01/84).

201.2 -Sargent & Lundy Insurance Requirements for Professional Subcontractors, dated May 12, 1983.

201.3- Form 30-B -

Standard Specification for Contractor's Drawing and Data Transmittal.

202. DRAWINGS (PURCHASER / CONSULTING ENGINEERS')

l The following-drawings form a part hereof for reference only:

'202.1 Steam Generator Snubber Drawings (from Specification F/L-2805):

D275 -

No 200, Sh. 1, Rev. B D275 - No 200, Sh. 2, Rev. C ',

'D275 -- No 201, Sh. 1, Rev. E D275 -

No 201,'Sh. 2, Rev. E

-y_,() D275 - No 202, Rev. C D275 -

No 203, Rev. C D275 -

No 204, (Orig)

D275 -

No 205, Rev. B D275 - No 207, Rev. A D275 -

No 208, Rev. A D275 - No 209, Sh. 1, Rev D D275 -

No 209, Sh. 2, Rev. A D275 -

No 209, Sh. 3, Rev. B D275 -

No 2011, Rev. A 202.2 Structural Drawing:

S-1114, Rev. Y 203. DATA (CONTRACTOR'S) 203.1 Furnish the following data, after award:

a. Data for Review:

al. Detailed Test Procedures called for in Artic1.es 105.4.

a2. Detailed quality control procedures called for in Articles 109.4 and 109.6.

u)

[

2-1

- _ - - _. . .. _ _ _ _ _ . _ - . . _ , , _ , _ ~ _ . . . _ _ . . _ , _ . _ , . . _ . . - - - - - -

"1 CARGENT Q LUNDY C:nsultant EN ERG

.- . jN o Spsc. No. 120 Com, 02-22-84 I a3. Verification of work history and qualification of personnel called g

' ') -

for in Article 109.12.

b. Data for Record: Test results, records and data called for in Article 105.

203.2 Furnish the following data with proposal:

a. 'A preliminary list of Quality Control Procedures and Documentation, as called for in Article 109.3.
b. Procedures for handling data, as called for in Article 109.5g.
c. General qualification data called for in Section 9 of the Instruction to Bidders document.
d. Controlled copies of Consultant Quality Assurance Program, or documented verification that such document has been assigned to Sargent & Lundy and is applicable to the Scope of Services specified herein as called for in Articles 109.1 and 109.2.
e. A detailed description of WORK Bidder will be performing as Consultant.

. f. A schedule indicating the time required for completion of testing of both snubbers on a normal and expedited basis.

- v{}

g. The test machine availability.
h. Description of the following hl. Test machine.

h2. Present capacity of test machine for static and dynamic testing including the following:

h2.1 Cyclic capability as a function of load frequency and load magnitude.

h2.2 Maximum rate of loading and ur. loading as a function of load

! magnttude.

i 3 h2.3 Minimum time to achieve load reversal as a function of load

! magnitude.

h3. Modifications of test machine required to accommodate the snubbers and the specified testing required.

[ i. Special requirements.

?

j. Work by others.

{

2-2 l

L

CARGENT O LUNDY Ccnsultant EN jNEERS

.o Spac. No. 120 Com, 02-22-84

!m) k. Exceptions to the test plan.

1. Cost of testing, broken down as follows: Labor, retooling and machine modifications (material), other costs on a normal and expedited basis. This data shall be submitted on pages separate from all other data, as noted in the Instruction to Bidders document.
m. Time required to make test machine modifications.
n. Experience in snubber testing.

o.

Based on Bidder's experience, a statement concerning variations in hydraulic snubber spring rate versus load and frequency.

p. The following alternate work:

pl. Cyclic stiffness testing at the 260K load level.

p2. Stiffness testing of the snubber utilizing a full cycle tensicn to compression square wave test where load reversal is achieved in the

+

minimum cime possible.

203.3 Furnish any/all other data required, when so requested.

(}

\_./

203.4 Submittal Form: Per Form 30 and as follows:

Furnish legible full size reproductions of all strip charts, drawings and data submitted for review from the retesting.

203.5 Contractor's test plan, reports, and any/all technical correspondence related to the services covered by this Specification shall be submitted in quadruplicate to:

R. A. Salsbury Project Management Division Mail Code 22M02 Sargent & Lundy 55 East Monroe Street Chicago, Illinois 60603 i

Telephone: 312/269-6856 l

. x_/

2-3

Q CARGENT& LUNDY Consultant

. .. E N GIN EiRD Spsc. No. 120 Com, 02-22-84 W

203.6 The contract / purchase order shall be administered by Pur-

chaser / Consulting Engineers' Purchasing Division. Therefore, all administrative notices and contractual concerns shall be addressed to

R. D. Cors a Perchasing Division Mail Code 32E25 Sargent & Lundy 55 East Monroe Street Chicago, Illinois 60603 Telephone 312/269-8697 1

t T

T 4

h 5

]

1 2-4 Final Page of Division 2

TERMS AND CONDITIENS OF THIS PURCHASE ORDER FOR PROFESSIONAL AND TECHNICAL SERVICES O) i U

1, This Purchase Order sets forth the entire agreement between the parties and can be changed or supplemented

~

only by written agreement duly executed by both parties.

2. The Supplier of services, hereinafter called the " Professional", shall exercise the care and skill of those ordinarily skilled in his profession or professions. The Professional will be solely responsible for his own negligent act, error, or omission.
3. In addition to all warranties established by law, the Professional agrees that:

(a) All services covered by this Purchase Order shall conform with the instructions, specifications, drawings.

samples, or other descriptions furnished or adopted by the Recipients of the services, hereinafter referred to as " Recipients," conforming to standards of quality and workmanship generally accepted by those skilled in the profession or professions related to those services.

(b) The performance of all sarvices covered by this Purchase Order shall comply with all federal, state, and other laws, or ordinances and regulations relative thereto, including any applicable regulation of the Nuclear Regulatory Commission if this Purchase Order covers work for nuclear facilities.

(c) in supplying any services hereunder, the Professional is and undertakes such performance as an indepen-

' dent contractor with sole responsibility for all persons employed in connection therewith, including, without limitation, exclusive liability for payment of all federal, state and local employment and disability insurance, social security, and other taxes and contributions incurred hereunder.

4. Unless specified otherwise in this Purchase Order, invoices shall be due and payable within 30 days from receipt.

provided Professional has fulfilled all provisions of this Purchase Order.

5. If this Purchase Order covers the performance of services for any of the Recipients on any of their premises, the Professional agrees to indemnify and hold each Recipient harmless, to the extent permitted by applicable law.

against all liability, claim or demand for personal injury, including death, and damage to property, including loss of use thereof, arising, or al;eged to arise, out of the performance, negligent or other. vise, by the Professional,

,m under this Purchase Order, whether or not based in whole or in part on the negligence of any of the Recipients,in.

( ) cluding all legal fees and costs in connection therewith.

6. The Professional agrees to indemnify and hold all Recipients harmless from loss, cost, or damages by reason of actual or alleged infringement of patents, trademarks, or copyrights in connection with services or goods covered by this Purchase Order, including all legal fees and costs in connection therewith. The Professional shall pay all royalties and license fees applicable to such services or goods.
7. To the extent possible under applicable laws, the Professional hereby waives for himself and for all successors, and subcontractors and their successors, any and all c! aim or right of lien upon all of the property of all of the Recipients, or any part thereof, as a result of furnishing services or gooda under this Purchase Order oc any sub-contract made thereunder.
8. The Recipients may, with or without cause, suspend and/or terminate this Purchase Order, in whole or in part.

three working days after mailing of written notice, without any liability to the Professional, except to pay for ser.

vices fumished hereunder and accepted by the Recipients.

9. As used in this Purchase Order the terms " Recipients of these services" and " Recipients" shall include Sargent

& Lundy,its clients, and all persons or business entitles for the benefit of whom the services shall have been performed.

10. The Professional agrees cad warrants that neither it nor any of its personnel will appropriate for the use of the Professional or reveal to any third party, any information concerning the business of Recipients including shop practices, plans and processes, procedures, research, design, computer programs and documentation, confiden.

tial and/or proprietary information, trade secrets, flows and apparatus and methods of operation except as approved and authorized by Recipients.

11. Professional agrees that the equal opportunity clause in Section 202 of Executive Order 11246, as amended, shall be incorporated and made part of this Purchase Order.
12. This Purchase Order shall not be assigned by the Professions! without the prior written consent of Sargent & Lundy.
13. This Purchase Order shall be govemed by and construed in accordance with the laws of the State of Illinois.
14. Prior to commencing professional services hereunder, Professional shall comply with the insurance provisions

(")\ set forth on the face of this Purchase Order and shall have the Professlor,al's insurance Carrier or the insurance Carrier's agent submit a Certificate of insurance to the Head, Purchasing Division. Work may not be started until such Certificates have been received by Sargent & Lundy.

PD/PS (01/84)

m

. May 12, 1983 N

,O . v . .

V ,' EXHIBIT B

, IhSURANCEREQUIREMENTSFOR PROFESSIONAL SERVICES Consultant / professional shall carry the minimum insurance listed below: ,

~

A.- INSURANCE REQUIRED

1. Worker's Compensation and occupational Disease Insurance in accordance with statutcry limits.
2. Employer's Liability Insurance with a minimum limit of

.$500,000. N f

3. Comprehensive General Liability Insurance as follows:
a. Amount '

'(1) Bodily Injury and Property Damage Combined NS2,000,000 limit each occurrence

-(+\>-

=s - (2)' Personal Injury - $2,000,000 minimum limit

b. ' Type '

[', ,s 1 s s

\

~ '

-x (1) Comprehensive Form s s.

(2) Contractual Insurance (3) Broad Form Property Damage s-r' ',' (4) Personal Injury

4. Comprehensive Automobile In.surance as follows: ,

N a. Amount

, s

m,> , C Bodily Injury and Property Damage Combined - $2,000,000 minimum' limit -

.gs ', . g 'b.' Type . N Compre$1ensiveForm'

%. s s> x 5.-~ Professional LiaNility Insurance: Consultant / professional's A -

proposal shall state the total value of professional

('+ >J7 '

, k.l liability insurance Consultant / professional ' currently has

.g s in force, and what deductible appli~es.

se '

a.,g v rb gg n ' e, J

n. " ""w \$ g ,

.a <'y "i . . _ . . . . ,

SARGENT O LUNDY QNCIN33DO

~ esseemos STANDARD SPECIFICATION FOR CONTRACTOR'S DRAWING AND DATA TRANSMITTAL (FORM 30-B)

Article- Page No.

'i. General. 1 f- 2. Quality Requirements 2

3. Aperture Cards- 3
4. Engineering Graphics 6
5. Graphic Scale 7

- 6. Drawing Certification and Numbers 7

.- 7.-Reproducible Intermediates 8

8. Mailing of Drawings and Data 8
9. Glossary of Terma and Definitions 9 t

0

w-

.- ~.~. - ..- ~ - . - _ - - _ -

%L 3.p

. R

~

- , SARGENT O L4ANDY -

, d, ' , ..#

9 t "QMOING300

. 'a emesame .

.<. A

}.. ,.' --

j ~J -

,ul y 1STANDAPD ' SPECIFICATION < ., , I FOR- f %j ' j

/ '

CONTRACTOR!S3RAWING AND DAl'A TRANSMITTAL _

, . ,,, / W" ~

(FORM 30_-B)jt e

.4 h "" I

^

.jglycEvaRAL"'

f /A . ; l . p !_ g .

~

, m q' k 1j ..1l'l',roposal Drawings and[ Data
. .

.; < !?^

l y> .brswings and data' included,as part-of'the proposal shall show equipment i 11 .J ' as4specified~1n the applicable "

Standard: %ecification Form and Project '

,h_ .

8per[ficaticn. ,f W % g .+ . ; ,t.>

[t% i -Bills ofAfMaterials, *1.l' ter award of conryact, ,all engineering drawings, supporting data,-

etet, shall be submittodJeo the Consulting Esgineers-w,,g n;'  ;~~ for review :in the form ob 35mm microfilm moantied on aperture cards. For ere,cial additional requirements, see Article" 6. j

j. , . .

a y, ,

"!. ' 1.3 No design irawings,' data,' etc.,yill' be considered for review which are not complate' in all . respects and Shich have not .been thoroughly checked .

g- 'by the Contractor. No design. drawings,-data, etc., will be considered for treview which cover ~featurce that'are contingent *.upon review of.other features 7 -for shich the Contractor has- not subsitted drawinge, etc T, for review.

- L.  ? . , . . s-

. . .., sv.

}a?l.k, =The Censulting Engineers will review the~ drawings, data, etc. , for com-1 ;(' pliance with." contract specifications and will mark. and stamp them to indicate

. whether changes or' corrections 'are required.' If changes ,or correcticns are .

2 A, *.  :;necessary, drawings , data,' ete". , with such changes 'or corrections noted will .

$,1d be returned to the-Contractor in the form of aperture cards .. Contractor shall 7 . ( r.esubiLit the' corrected or, caanged drawings,- data, etc. , in the form of aper-

. ' All changes , ,cstree,tions , e tc. , - shall be clearly iWicated.-

m i f , . p.p V1.5When ," turenocards.-

further correctionsjor changes to drawings', data, etc., are re-

'j . . ' -

/ -quired, the' Consulting Engineers wilg rett n the apert re card and make such Pcints.as'are required.  % 'i 5, -* -

.# ca. .,

M + *I.6.' All aperture cards _ submLttedsh[11 b'ekmade from the original ' drawings

3 h land/ supporting. data, and shallibe first generation.

,Nc- &. y . ' ..

r j

  • 1.7 'A ' letter of transmittal must accompany aperture cards, drawings, data,

. etc. , and shall include all information -listedmnder Articles 3.2.1 through

' 3.2.5. All-^ ransmittals received without a letter of tr.snsmittal contain-se .ing such in_4cmation:will be returned to sender. In his letter, Contractor C . . mayrinclude other pertinent data or information.

<m _;

o f, , ,

  • - *1.8-LDesign'information shall be inc14ded onlthe Certified Drawings. The fact that such. design information

__C7s l9

  • iand/or operating manuals doesrelieve, not;jsay;14ter Cont. actor hefrom foc.1ddr4 compliancein the ' instruction.

with this td s_ y, requirement.:

p 4 .

. 27  ;

's .-

Y) :

,4~a. .

. 4 -

.s

-1 ;, .

.* n w -

<, T 44"

, c t. , , , ,

j

~ ,

  • l . !- J _

E m3 r

=

' E

=

1.9 Instruction and/or operating manuals shall be su'amitted in accordance E with the requirements set forth in the applicable Stc?,dard Specification -

Form and/or Project Specification. Microfilm reproduction of manuals will g r not be required unless so specified in the Project Specification. _j 1.10 Any exceptions to this specification shall be clearly set forth in the initial proposal submittal and specifically identified as exceptions. -

pUALITY REQUIREMENTS r *2.

2.1 General E 2 . ?. 1 Drawings and data submitted to the Consulting Engineers shall be of the quality for legibility and reproduction purposes that such drawings and k data shall be capable of yielding hard copy reproductions with every line, _

character and letter clearly legible and useable for further reproduction.

Such quality shall be demonstrated to the Consulting Engineers in accordance with the quality test procedure specified in Article 2.2 herein.

A 2.1.2 Documents submitted to the Consulting Engineers that do not conform to the requirements of this Specification, shall be subject to rejection by -

the Consulting Engineem, and upon request, Contractor shall resubmit con- -

L forming documents. If conforming submittals cannot be obtained from the source documents, such source documents shall be retraced, redrawn or photo-

[  ;

t graphically restored as may be necessary to meet such requirements. Con-tractor's (or his subcontractor's) failure to initially satisfy the legibility quality requirements herein set forth, will not relieve Contractor (or his _

subcontractors) from meeting the required schedule for submittal of drawings and data.

2.2 Quality Test Procedure 2.2.1 The initial submission of drawings and data to the Consulting Engineers shall be accompaniad with the following:

[ 2.2.1.1 35mm aperture card (negative) made from the original source document.

I 2.2.1.2 A translucent copy made from tne microfilm.

1 2.2.1.3 A diazo blue line print made from the translucent copy made from the microfilm aperture card.

[

The acceptance of this test by the Consulting Engineers shall be that the q resulting diazo blue line print shall be of such quality that every line,

- letter and character is clearly legible and readable.

E 2.2.2 The Contractor's drawings and data will be considered as complying to b this Specification upon the Consulting Engineers' acceptance of the test in Paragraph 2.2.1 Contractor's drawings and data will be considered to qualify af ter submittal of initial test and as long as subsequent submittals continue to meet the requirements of this Specification.

Form 30-B r 7

I

=

i SARGENT O LUNDY s . G N C I N I._3 0 00 cuicAeo i

2.2.3 If the drawings and data submitted by the Contractor do not meet the p

requirements of this Specification at any time, Contractor will be required to submit the Quality Test where and when requested by the Consulting Engi-neers.

I 2.3 Full Size Submittals t If the Project Specification or Contract specifies full size submittals of drawings and data in lieu of 35mm aperture cards, such full size submittals (including those specified in Article 7 hereof) shall conform to the icg-ibility quality requirements set forth in Article 2.1 herein.

3. APERTURE CARDS
  • 3.1 The type of aperture card shall be in accordance with Article 3.5.

3.2 The following information shall appear on the face of each aperture card for identification:

3.2.1 Consulting Engineers' Project Number.

  • 3.2.2 Project Specification Number and/or Purensser's Order Number, or B/M Number.
  • 3.2.3 Drawing Number (see Article 6.2) and Revision Designation.
  • 3.2.4 Drawing Size or Reduction Ratio (see 3.3.1).

3.2.5 Contractor's Name.

  • 3.3 Document Sizes. Microfilm Reduction Ratios, and Microfilm Print Back Ratios 3.3.1 Document sizes, microfilm reduction ratios and print back ratios of such document sizes shall conform to the following:

Size Document Size (Inches) M/F Reduction Ratio M/F Print-Back Ratio "A" 8 1/2 x 11 16X 14 thru 15X 9 x 12 16X 14 thru 15X "B" 11 x 17 16X 14 thru 15X 12 x 18 16X 14 thru 15X "C" 17 x 22 16X 14 thru 15X 18 x 24 16X 14 thru 15X "D" 22

  • 34 24X 14 thru 15X 24 x 36 24X 14 thru 15X "E" 34 x 44 30X 14 thru 15X "F" 28 x 40 30X 14 thru 15X 30 x 42 30X 14 thru 15X "J" 36 x 48 30X 14 thru 15X Form 30-B _ - _ _ _ _ _ - -

C3.3.2 Framing of Drawings:

O Filming of original drawings larger than size "J" in multiple frames shall proceed from right to lef t and bottom to top as indicated in the illustra-tions shown in Articles 3.3.2.1 and 3.3.2.2. Each frame acetion shall be identified with the drawing number and respective frame number.

3.3.2.1 Right to Left Exposure:

CAMERA BED PLATE CAMERA CovERAag

. . . NC -

M tN.

-# 'l _ __ @

l OVERLAP g T I

. I FR AME 3 FRAME 2 FRAME 1 1 I C i  ;

T. .. = . 70 .. = .. =

OR REM AINDE R M ATCH LOWE M ATCH L9 NE I

l CENTE R M ANN f

l TITLE SLOCM CE NTE R M ARM CE NTE R M ARN

/

I

' ,f, I

  • , _o P <,1 i . . t.

N.

D Po t e T 4 0NI NG DE VIC E f j l pgggy LEFT [

I i

I L_________ __

FRONT OF CAMERA BED PLATE pos s f s ON a No On OR A w s wo S ,

OVE R .0 SUT NOT MORE TMAN

.. G NCHE S WlDE ON C AM E R A COPY SOARD POR MULTIPLE FR AME EM POSURE .

O Form 30-B - _ __-___

i . llll ll l.

l

. . e g3l- 32o>

- . ux0, UGo

. 5 mO M.m!* OUu8 O 0a 5 O.W4~

s 0Wi W$3-l ll l l II ' 1g l I L r sOa

_ c . -

. o .

c v r

a F

R A

. =

=

./ '

= M mm e

M E =

=

=

= A T .s a 3

_ =

^ C aa a

H a

=

w L or ou.

. I N n vs .

E e

n .w ,=

. ) ... t ,

_ f, 1 1 a, O

. i JiiI , ic il l 1  ! I ' l o .

s ~

sv r s .

o . E5* b N

I N .M OW* Q G

s uW O

F

= P l.N A M .

E O 2 R

v 8 M C A E T C

M o

L I

N E

.m  !

=

i

)

c.

.r =

C F R

.N. E N

T t.

M .

.M v E E R

,i ur s M A

I v e R L M IA'on e r

f;cg i s 1!!3 -

o, " =t *t 2!. E

y': sEJ 5'!  :

8t 'g a "5 2s; t.

',r :!';e C

gL3 kOua kIG I C 1d

'illl f<l!

C3.3.3 Multiple Documents:

8.5" x 11" size drawings, supporting data, bills of material, etc., that have the same drawing number and successive sheet numbers shal] be filmed indivi-dually. (Drawings shall not be ganged on a single frame.)

C3.4 Microfilm Requirements:

a C3.4.1 Microfilm shall be negative type, silver halide, (camera microfilm first generation) nonperforated 35 mm safety film of sufficient quality to meet the following requirementa (.'.rticle 3.4.2 through 3.4.4).

C3.4.2 Each image on ' the silver halide film shall have a background diffuse transmission density .90 to 1.30 inclusive. This measurement shall be an cverage of several random readings on the background of the image, c3.4.3 Resolution shall be measured by using the National Bureau of Standards Resolution Chart 1010. Image resolution of processed microfilm shall meet tne resolution chart pattern for the reduction ratio listed:

Reduction Ratio 16X 24X 30X First Generation (Negative Type) 6.3 4.5 4.0 (Silver Halide Film) 3.5 Aperture Card Sample (Dimensions in inches): LOCATING 1

{ \ h h DItAWING INFORMATION (ARTICLE 2.2) "

g b .7 88 n

+ e' RIGHT READING EFFECTIVE IMAGE m "

g 0F ORIGINAL DRAWING.WITHIN THIS N N

RECTANGLE. TOP OF DRAWING TO E TOP OR LEFT OF RECTANGULAR OPENING "

e M

7.375 + .005  ;

2.384 MAX.

= -

CARD THICKNES3 - 0. 007010. 0004 c4. ENGINEERING GRAPHICS The following drafting practices shall be required oa all documents and drawings submitted to the Consulting Engineers:

4.1 Minimum character height "A", "B", and "C" sizes - 0.125 inch (1/8)

"D" and larger - 0.156 inch (5/32)

Form 30-B - - _ _ _ _ _ _ _ _ _ _ - _ - _ _ _

h . .

sanogNTQ WNDY

. . CMOINGCOO casecaeo is,,) 4.2 Spacing between adjacent

~

characters 0.060 inch (hand lettering) 4.3 Spacing between lines of characters 1/2 to 1 times character height 4.4 Shape of characters open, well rounded, uniform width, avoid crowding

.4.5 Character style Gothic upper case, microfont 4.6 Dent-ity of characters Dense and' uniform 4.7 Lin width- 0.010 inch 4.8 Open 7 pace between lines 0.060 inch

'4.9 Typed c.ata "A", "B", and "C" size sh' sets

. 10 point minimum /0.063 inch 4.10 Drawi?g sizes (see Article 3.3.1).

4.11 ~ Machine generated characters Yes, recommended

'm

, 4.12 Spacing allowed for

( } fractions Each numeral of fraction minimum

\"' character height 4.13 -Border centering arrows 4 - center arrows on each side of format 4.14 Recommended ink or pencil Select pencil or ink to produce dense, sharp, uniform characters and lines.

4.15 Background of document Free of undesirable background in all areas that contain information content.

  • 5. GRAPHIC SCALE All drawings that are drawn to scale shall have a graphic scale so that any proportional blowback from the original microfilm can be scaled.
6. DRAWING CERTIFICATICN AND NUMBERS 6.1' Certification: All drawings or other data by the Contractor shall include, as a minimum, the following identifying information:
  • 6.1.1. Purchaser's name.

.[)S Form 30-B -.

~

6.1.2 Station or Project name.

6.1.3 Unit number.

6.1.4 Purchaser's Order or Contract number.

6.1.5 Contractor's order number.

C6.1.6 Purchaser's Equipment nunhsc (if any).

6.2 Each separate drawing submitted to the Consulting Engineers shall have a discrete drawing number for proper identification. Duplicate pieces of equip-ment,. such as valves, shall not be grouped on one drawing. Each valve shall have a discrete drawing number.

o7. REPRODUCIBLE INTERMEDIATES 7.1 In addition to furnishing aperture cards, full size right reading good quality reproducible intermediate reproductions of drawings shall be supplied to the Con-culting Engineers for Layout and Checking work on the following major equipment.

7.1.1 External turbine related piping arrangement drawings such as gland steam

& oil.

7.1.2 Boiler settings drawings, & arrangement drawings such as coal piping &

ctart-up piping.

7.1.3 Condenser outline drawings.

7.1.4 Control Board wiring diagrams.

7.2 The reproducible requirement outlined above shall be followed on only the first two (2) drawing review transmittals.

7.3 After electrical wiring and schematic diagrams have been reviewed and released for fabrication, the Contractor shall send reverse reading negatives to the Consulting Engineers on one of the following papers or an approved cqual:

Keuffel and Esser, No. 31-1139 "Photact" Eugene Dietzgen and Co., No. Pg. 237-15 " Copy-All" C8. MAILING OF DRAWINGS AND DATA 8.1 Aperture cards, film negrtivea, reproducible intermediates, etc. , shall be transmitted to the Consulting Engineers by first class mail.

8.2 All "A" and "B" size documents shall be mailed flat (unfolded) with chip board protectors on top and bottom of the transmittal.

Form 30-B _8_

r

. . SARGENT Q LUNDY ENGINCEQO cosecaeo

. , -s

' V) i

]

8.3 All "C", "D", "E", "F" and larger documents shall be rolled (unfolded) l E inside of regular mailing tubes. The inside diameter of the rolled docu- I ments shall be no less than 1 1/2 inches. l

1 8.4 Aperture cards shall be mailed flat and be protected with chip board protectors on the top and bottom of the transmittal package to prevent damage in transit. The transmittal letter accompanying the aperture cards shall be placed separately in the envelope or transmittal package and not stspied to the cards.
  • 9. GLOSSARY OF TERMS AND DEFINITIONS 9.1 Aperture Card. An aperture card is a tabulating card with a ree-tangular cut-out_specifically prepared for mounting of a frame of 35mm microfilm.

9.2 Background Diffuse Transmission Density. A measurement of the non-image portion of the print in terms of the perceptible visual images (shadows , etc.), present in -its unit area.

9.3 Diazo. An organic, light-sensitive dye which, when processed by ammonia fumes or an alkaline solution, produces a non-reversing image.

7.

9.4 First Generation. The earliest possible edition of, (in this context),

.(m.s .) an Aperture card.

9.5 Graphic Scale. A table relating the proper ratios between an object or project and its drawings and/or a drawing and its microfilm prints in the form of a graph.

9.6 Microfilm (35mm). A film bearing a photographic record of printed or f - other graphic matter on a t educed scale.

9.7 Negative. A reverse reading, black background copy with white lines on paper-or film used for subsequent printing.

9.8 Nonperforated. Bearing no holes in the surface area.

9.9 Reduction Ratios.- An expression of the relationship between the size of ' original documents and the size of their microfilm prints.

9.10 Reproducible Intermediate. A reproduction made from the original h# document which is sufficiently transluccet to make further copies.

9.11 Resolution. The process of making the individual parts of an object, closely adjacent optical images or sources of light distinguishable from one another. ,

r

, ^*A i, _/

l Form 30-B ... , __ _ _ _ _ _ _ . . _ . . _ _ _ - . _ , _ ,_ _ - . _ _ , . . - _ _ .

9.12 Right Reading. A photographic image which is readable from the front or image side of the material.

9.13 Silver Halide. A microfilm base description.

9.14 Tran;1ucent. Admitting the passage of light; partially transparent. l I

O I

i Revision Note: -This Form 30-B, dated 6-15-73, supersedes Form 30-A.

An asterisk (*) indicates a revision or addition.

Form 30-B Dated 6-15-73 Final

u Censultent Spec. No. 120 Issue: Com, 02-22-84

[/

\-- -

PROPOSAL FORM FOR TESTINC SERVICES FOR STEAM CENERATOR SNUBBERS NAME OF BIDDER:

1. SCHEDULE OF CHARGES 1.1 Contractor shall be paid by Purchaser for the actual cost of Services performed on the fol-lowing basis (insert all prices and data as

. indicated):

1.1.1 Payroll labor:

Hourly Hourly Payroll Position Labor Overhead and Billing Description Charge Profit Rate Charge

-O V

l l

t i

! NOTE: Hourly payroll labor charge shall include employee's base labor hourly rate, or base salary expressed in a proportionate nourly rate for the period of time engaged in carrying out specified testing activities, plus all other actual payroll costs of labor paid by Contractor including without limitation all such items as vacation, sick time or leave, holidays, payroll taxes and insurance.

l J PF-1 t

L

-- - my Pr:pos:1 Frra fcr Censultent

. T: sting Servicts for Spsc. No. 120 Steam Generator Snubbers Com, 02-22-84 i

( ,I NAME OF BIDDER SCHEDULE OF CHARCES, Cont. INSERT ALL INFORMATION WITHIN BRACKETS 1.1.2 Charges for use of Contractor's test equipment (show below or attach a-list of test equipment to be utilized in carrying out test program and charge to be made tor use of each. if a list is attached to proposal ir.dicate where such list may be located in proposal):

O U

1.1.3 Net cost of all materials and supplies consumed in conducting specified tests as

! evidenced by paid invoices or material tickets

[ after all trade and cash discounts, plus a percentage for Contractor's overhead and profit. Such percentage for Contractor's i overbead and profit is........................... (  %)

1.1.4 Transportacien and cartage at actual cost........ (  %]

1.1.5 Subcontracted Work 1.1.5.1 Tubcontracted Work at actual cost, plus a percentage to cover Contractor's overhead and profit. Such percentage for Contractor's L

overhead and profit is........................... [  %)

L-c l: :(3) PF-2 i

(_

i i.

1

\ .

Pr:posal Farm fer C nsultent

. .T; sting Servicts far Spsc. No. 120 Steam Generator Snubbers Com, 02-22-84 (q) s NAME OF BIDDER:

u/ .

~ SCHEDULE OF CHARCES, Cont. INSERT ALL INFORMATION WITHIN BRACKETS 1.1.5.2 If no work is anticipated so state:

s 1.2 Contractor's estimate of the charges he expects to invoice Purchaser for performing the specified test program....................... ($ )

2. ALTERNATE PRICES 2.1 Price for performing cyclic stiffness testing at the 260 K load leve1.......................... [$ ]

2.2 Price for stiffness testing of the snubber utilizing a full cycle tension to compression square wave test where load reversal is achieved in the minimum time possible............ ($ ]

[)

V

3. AUDIT RIGHTS Purchaser shall have the right, at all reasonable times, to interview Contractor's and subcontractors' personnel, review Contractor's and subcontractors' accounting and cost control systems and inspect books, records, accounts and other documents, and make copies thereof, as necessary to audit and verify the completeness and accuracy of items contained in invoices submitted by Contractor.
4. COMPLETENESS OF PRICING 4.1 -Is Bidder's proposal complete with regard to all charges considered part of the work or

. services covered by the Bid Documents?........... [ ]

If not, please explain:

O j] PF-3

r 'g Pr posal Fare fcr Censultent

e. . T: sting Servic s for Spac. No. 120 Steam Generator Snubbers Com, 02-22-84

) NAME OF BIDDER:

COMPLETENESS OF PRICING, Cont. INSERT ALL INFORMATION WITHIN BRACKETS l

l 4.2' Does Bidder foresee any work or services not covered by the Specification but applicable to the intended work or services?...................  ! ]

If yes, please explain:

4.3 Have any sales, use, or similar type taxes been included in Bidder's prices?................ [ ]  ;

If yes, please detail the sales or use taxes included:

5. PROPOSAL VALIDITY Is Bidder's proposal valid for 90 days from

() proposal due date?...............................

If not, what is validity period?

[ ]

6. BID DOCUM!!NTS 6.1 Has Bidder taken any exceptions to the Bid Documents?....................................... [ ]

If yes, on what page of Bidder's proposal are the exceptions listed?

6.2 Does Bidder agree to accept and abide by the

" Terms and Conditions of this Purchase Order for Professional and Technical Services" included with the Bid Documents?................. [ ]

If'no, please explain:-

6.3 Wil1~ Bidder furnish Purchaser / Consulting Engineers with a Certificate of-Insurance

'm PF-4

.fv )'

9 w k w - a---ee-,-mre., , - . ,,.. - ,,--c-, ,w ,c-. .. - * - - - - - , . - - , =,,-,y,-.,%_.- -,9..,. -,,.,,,,,,.,p,._ ,,,y,,, ,,_

Prr.pos
1 F;rm fcr C:nsultcnt

[ c Tasting S;rvicts fcr Spac. No. 120 f Steam Cenerator Snubbers Com, 02-22-84

,m w)

( NAME OF BIDDER:

BID DOCUMP.NTS, Cont. INSERT ALL INFORMATION WITHIN BRACKETS evidencing compliance with the insurance requirements set forth in the Bid Documents?..... [ ]

If no, please explain:

7. CENERAL FINANCIAL AND TECHNICAL QUALIFICATIONS Has Bidder included with his proposal all of the items listed in Item 9 of the Instructions to Bidders?...................................... [ ]

If no, please explain

8. PAYMENT TERMS Does Bidder accept the payment terms set forth in Item 10 of the Instructions to Bidders?....... [ ]

(v}

If no, please specify the payment terms being proposed:

9. SCHEDULE OF SERVICES Will Bidder agree to perform the services in accordance with the schedule set forth in Article 106 of Consultant Specification No. 1207......................................... [ ]

If no, on what page of the proposal has Bidder presented an alternate schedule of services?..... [ ]

10. SITE VISIT Has Bidder made a visit to Owner's jobsite to familiarize himself with site conditions?........ [_ ]

,n.,

(/ PF-5 1

Pr:pos:1 Fcra fer Censultent 8 Sp2c. No. 120 T:stics 5:rvicGs fsr Steam Generator Snubbecs Com, 02-22-84 NAME OF BIDDER:

INSERT ALL INFORMATION WITHIN BRACKETS 11.. . QUALITY ASSURANCE 11.1 Does Bidder have a controlled copy of his Quality Assurance Program assigned to the Head of Purchaser's Quality Assurance Division?....... (_ ]

11.2 Has Bidder submitted with his proposal a preliminary list of the Quality Assur-ance/ Control procedures for Article 109.3 of the Specification?............................... [ ]

11.3 Will Bidder submit within 2 weeks after notification of award, two (2) copies of the detailed Quality Assurance / Control procedures applicable to the work per Article 109.4 of the Specification?............................... [ ]

.11.4 Does Bidder agree to provide the documents d required under Article 109.5 of the Speci-f1 cation?........................................ [ ]

11.5 Does Bidder understand and agree with the provisions set forth in Articles 109.6 through 109.13 of-the Specification?..................... [ ]

12. CODES AND STANDARDS Will hidder comply with the Codes and Standards applicable to'the services as set forth in Article 110 of the Specification?....... [ ]
13. CONFORMANCE WITH 10 CFR PART 21 Does Bidder agree to implement the provisions of 10 CFR Part 21 insofar as they are appli-cable to the services under Consultant Speci-fication No. 1207................................ [ ]
14. CONTRACTOR'S DATA 14.1 Does Bidder agree to furnish the data required by Article 203.1 of this Specification?.......... [ ]

, p)

'v PF-6 w . . .

m 7

Pr:pos31 Fare for Censultant e- .T: sting Services fcr Spac. No. 120 l Steam Generator Snubbers Com, 02-22-84 j i

ry

( NAME OF BIDDER CONTRACTOR'S DATA, Cont. INSERT ALL INFORMATION WITHIN BRACKETS 14.2 Has Bidder included with his proposal the data required by Article 203.2 of the ,

Specification?................................... [ ]

L s

15. LOCATION OF TEST FACILITIES 15.1 Name and location of Contractor's test ,

facilities (insert data below):

~15.2 Does Bidder intend to subcontract any of the testing 7......................................... [ ]

If yes, provide the name and location of the

, N subcontracted test facilities below:

~)

5 i

l b

i V

PF-7 l Final I

(

---~,,-..,-.,,----,,c, . - - , ...---.-,,.,_._-,-,--.,,,,,-,r,--,---,, --

, , .- ,, ,-,