ML20128F512
| ML20128F512 | |
| Person / Time | |
|---|---|
| Issue date: | 09/30/1996 |
| From: | Kuenstler W, Mace M NRC OFFICE OF ADMINISTRATION (ADM), TEXAS, UNIV. OF, AUSTIN, TX |
| To: | |
| References | |
| CON-NRC-04-96-059, CON-NRC-4-96-59 NUDOCS 9610080106 | |
| Download: ML20128F512 (63) | |
Text
-) c 0 f(
AWARD / CONTRACT Page 1 of 2 y
s 1.(T7.Is CONTRACT IC A RATCO CRDED UNDER DIAC (15 C"R 7 0 0 } -
RATING 2.
CONTRACT NO.
3.
EFFECTIVE DATE 4.
REQUISITION / PROJECT NO.
)
NRC-04-96-059 09/30/96 RES-96-059/RES-C96 432 5.
ISSUED BY Code:
- 6. ADMINISTERED BY Code; (If other than Item 5)
U.S. Nuclear Regulatory Commission U.S.
Nuclear Regulatory Commission Division of Contracts, M/S T-7-I-2 Division of Contracts Technical Acquisition Branch l' Technical Acquisition Branch 1 Washington, D.C.
20555 Washington, D.C 20555 7.
NAME AND ADDRESS OF CONTRACTOR 8
DELIVERY University of Texas at Austin
[]
FOB ORIGIN Office of Sponsored _ Programs
[X]-
OTHER (See below)
Atta:
Mr. Wayne Kuenstler, Director P.O.
Box 7726
Contact:
Dr. Richard E.
Klingner Telephone No: (512) 471-4577
- 10. SUBMIT INVOICES (4 copies unless otherwise specified) TO THE ADDRESS SHOWN IN ITEM: 6
- 11. SHIP TO/ MARK FOR CODE l12. PAYMENT WILL BE MADE BY CODE U.S.
Nuclear Regulatory Commission U.S.
Nuclear Regulatory Commission Attn:
Mr. Herman Graves Division of Accounting & Finance RES/DET/SGEB, Mail Stop T-10L2 GOV /COM Accounting Section, M/S T-9-E-2 Washington, D.C 20555 Washington, D.C.
20555
- 13. RUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION
[] 10 U.S.C. 2304 (c) [ ]
[X] 41 U.S.C. 253 (c) [1]
- 14. ACCOUNTING AND APPROPRIATION DATA B&R No. 66015115045; Job Code W6454; BOC No. 252A; APPN No. 31XO200.660; Amount Obligated $122,651 i
15A. ITEM 15B. SUPPLIF 3/
15C. QUANTITY 15D. UNIT 15E. UNIT 15F. AMOUNT NO.
SERVICES PRICE The NRC hereby accepts the University of Texas at Austin's technical proposal dated 08/09/96, which is incorporated i
herein by reference, to perform " Revision of Anchorage Criteria."
This is a cost-reimbursement type contract.
15G. TOTAL AMOUNT OF CONTRACT
$122,651.00 EXCEPTION TO STANDARD FORM SF26 (REV.4-85)
Prescribed by GSA FAR(48 CFR) 53. 214 (a)
D{oV 050021 3
9610080106 960930
{}
l PDR CONTR i
NRC-04-96-059 PDR
AWARD / CONTRACT Page 2 of 2 Pages 16.
TABLE OF CONTENTS X SEC DESCRIPTION PAGE(S)
PART I - THE SCHEDULE 1
'A' SOLICITATION / CONTRACT FORM i
B SUPPLIES OR SERVICES AND PRICES / COSTS C
DESCRIPTION / SPECIFICATIONS / WORK STATEMENT D
PACKAGING AND MARKING E
INSPECTION AND-ACCEPTANCE F
DELIVERIES OR PERFORMANCE
)
G CONTRACT ADMINISTRATION DATA l
H SPECIAL CONTRACT REQUIREMENTS PART II - CONTRACT CLAUSES I
CONTRACT CLAUSES LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS PART III J
LIST OF ATTACHMENTS PART IV - REPRESENTATIONS AND INSTRUCTIONS K
REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS l
"I"XHs"hC
'?s"ha
%' 13
- l
CONTRACTING OFFICER WIL COMPLETE ITEM 17 OR 18 AS APPLICABLE 7 l 17. PQ CONTRACTOR' S NEGOTIATED AGREEMENT (Contractor is re' quired to sign f this document and return copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified above and on any continuation sheets for the consideration stated herein. The rights and obligations of the parties to l this contract shall be subject to and governed by the following documents: (a) this award / contract, (b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications, as are attached or j incorporated by reference herein. (Attachments are listed herein.) i 18. 96 AWARD (Contractor is not required to sign this document.) Your offer
- i. on Solicitation Number including the additions or changes made by you which 2
additions or changes are set forth in full above, is hereby accepted as to the items listed above and on any continuation sheets. This award consummates the i
- contract which consists af the following documents
- (a) the Government's
{ 4 solicitation and your offer, and (b) this award / contract. No further e contractual document is necessary. 19A. NAME AND TITLE OF SIGNER 20A. NAME OF CONTRACTING OFFICER (Wpe or print) WAYNE K. KUENSTLER, DIRECTOR Mary H. Mace OfflCE OF SPONSORED PROJECTS ,,/ UNIzED p(TAJES/QF $2RIGA// #lt/b 19B. N ME OF CONT TORThe University of 20B. , / L // LA- / by )( \\.A>aw ff/f W Texas at Austin by 4 (Signaturd of person authorized to sign) (Signature of Contractin'g Officer) ~ 20C. DATE I,GNE 19C. DATE SIGNED g g 7.jgg6 EXCEPTION TO STANDARD FORM 26 (REV.4-85) j 1 l i i 4 l
i TABLE OF CONTENTS PAGE AWARD / CONTRACT PART I:- THE SCHEDULE 3 i .SECTION B - SUPPLIES OR SERVICES AND PRICES / COSTS 3 B.1 - PROJECT TITLE 3 B.2 BRIEF DESCRIPTION OF WORK (MAR 1987) 3 .3 j B.3 CONSIDERATION AND OBLIGATION--COST REIMBURSEMENT.. (JUN 1988) j SECTION C - DESCRIPTION / SPECIFICATION 3/ WORK STATEMENT 4 C.1 INTRODUCTION 4 4~ ".2 BACKGROUND C.3 CURRENT ACTIVITIES 5 C.4 PRESENT REVIEW BASIS 6 6 C.5 OBJECTIVE 6 C.6 WORK REQUIREM JfrS 7 j C.7 MEETINGS AND TRAVEL C.8 NRC-FURNISHED MATERIALS 7 7 j C.9 REPORTING REQUIREMENTS 7 C.10 REFERENCES C.11 PUBLICATIONS NOTE 8 C.12 NRCAR 2052.215-83 TRAVEL APPPOVALS (J)M4 1993 ) 9 SECTION D - PACKAGING AND MARKING 10 10 D.1 PACKAGING AND MARKING (MAR 1987) 11 SECTION E - INSPECTION AND ACCEPTANCc. E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 11 E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987) 11 l SECTION F - DELIVERIES OR PERFORMANCE 12 F.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE hER4 1988) 12 F.2 NRCAR 20R2.:12-70 PREPARATION OF TECHNICAL 12 REPORTS (JAN 1993) I F.3 NRCAR 2052.212-71 TECHNICAL PROGRESS REPORT 12 F.4 2052.212-72 FINANCIAL STATUS PEPORT (DEC 1995)' 13 15 i F.5 PLACE OF DELIVERY--REPORTS hER4 1988 ) 15 F.6 DURATION OF CONTRACT PERIOD (MAR 1987). l l 16 SECTION G - CONTRACT ADMINISTRATION DATA 16 G 1-NRCAR 2052.215-71 PROJECT OFFICER AUTHORITY (JAN 1993) i G.2 NRCAR 2052.215-82 TRAVEL REIMBURSEMENT 18 - ALTERNATE 1 (JAN 1993) i G.3 52.216-15 PREDETERMINED INDIRECT COST RATES 19 (AUG 1996) G.4 USE OF AUTOMATED CLEARING HOUSE (ACH) 20 ELECTRONIC PAYMENT j i i
TABLE OF CONTENTS PAGE .SECTION H - SPECIAL CONTRACT REQUIREMENTS 22 H.1 NRCAR 2052.209-73 CONTRACTOR ORGANIZATIONAL 22 CONFLICTS OF INTEREST (JAN 1993) H.2-NRCAR 2052.215-70 KEY PERSONNEL (JM4 19 93 ) 36 H.3 NRCAR 2052.235-71 PUBLICATION OF RESEARCH 2? RESULTS - UNIVERSITIES (JAN 1993) H.4 MINIMUM INSURANCE COVERAGE 28 H.S GOVERNMENT FURNISHED EQUIPMENT / PROPERTY - NONE PROVIDED 28 (JUN 1988) PART II - CONTRACT CLAUSES 29 SECTION I - CONTRACT CLAUSES. 29 I.1 52.252-2 Cl4USES INCORPORATED BY REFERENCE (JUN 1988) 29 I.2 52.228-7 INSURANCE--LIABILITY TO THIRD PERSONS 30 (MAR 1996) 1.3 52.203-9 REQUIREMENT FCR CERTIFICATE OF PROCUREMENT 33 INTEGRITY--MODIFICATION (SEP 1995) I.4 52.216-7 ALLOWABLE COST AND PAYMENT (AUG 19961 35 I.5 52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990) 39 PART III - LIST OF DOCUMENTS, EXHIBITC AND OTHER ATTACHMENTS 40 SECTION J - LIST OF ATTACHMENTS 40 J.1 ATTACHMENTS (MAR 1987) 40 BILLING INSTRUCTIONS FOR COST REIMBURSEMENT TYPE CONTRACTS ATTAC 44 PROCEDURES FwR RESOLVING NRC CONTRACTOR DIFFERING 50 PROFESSIONAL VIEWS ii
Contract No. NRC-04-96-059 Page 2A of 51 The following administrative changes are hereby made.
- 1) The following sentence is hereby added to Section 1 CONTRACT CLAUSES, Article I.2 52.228-7 INSURANCE - LIABILITY TO THIRD PERSONS (MAR 1996):
The. Contracting Officer agrees to accept the University of Texas at Austin's insurance program as enumerated in Attachment Numbers 06 and 07 located in Section J. Article J.l.
- 2) Reference is made to Attachment Nunber 01, Billing Instructions, under Section J. Article J.1 ATTACHMENTS (MAR 1987).
In response to the University's request, the University of Texas at Austin's standard billing format and procedures are hereby accepted for use under this contract (copy attached).
- 3) Reference is made to Attachment Number 03. NRC Handbook 3.8. under Section J. Article J.1 ATTACHMENTS (MAR 1987).
The following paragraph is added after the paragraph under " Coordinating Contractor Press or Other Media Releases of Information (G)" on page 7 of this handbook The Texas Public Information Act provides that all awards to the University must'be placed on the docket of the agenda of the Board of Regents' meeting. Information that must appear on the docket is; names of sponsor and principal investigator, title / description of the project. funding amount and the period of performancc. Subsequently.-except as required by the Texas Public Information Act or other state law or regulation, no press release or any other written statements in connection with work performed under this contract intended for use in the public media making any reference to one party hereunder shall be made by the other 3 arty. The University of Texas at Austin. however, shall have the rig 1t to acknowledge NRC's support of the investigat-ions under this contract in scientific or academic publications and other scientific or academic communications, without NRC's prior approval'. In any such statements, the parties shall describe the scope and nature of their participation accurately and appropriately.
NRC-04-96-059 Section B l PART I - THE SCHEDULE E SECTION B - SUPPLIES OR SERVICES AND PRICES / COSTS B.1 PROJECT TITLE The title of this project is as follows: i l Revision of Anchorage Criteria l [End of Clause] B.2 BRIEF DESCRIPTION OF WORK (MAR 1987) To review currently used and proposed approaches for the design, analysis, and testing of anchorages to concrete. Recent industry and other test programs, as well as current i criteria, are to be evaluated. The goal of this effort is I to provide a comprehensive document that can be used to j establish regulatory p:31tions. l [End of Clause] B.3 CONSIDERATION AND OBLIGATION--COST REIMBURSEMENT (JUN 1988) i (a) The total estimated cost to the Government for full performance under this contract is $122,651.00. (b) The amount obligated by the Government with respect to this contract is $122,651.00. I i [End of Clause] l 1 ( Page 3 of 51
J l NRC-04-96-059 Section C i SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT j C.1 INTRODUCTION Extensive work has been done since draft 1 of Regulatory Guide, " Anchoring Component and Structural Supports In concrete" was issued for public comme 6t. Positions have been taken by the staff in the resolution of USI A-46, extensive work has been done by American Concrete Institute committees 349, 355, and 318. The NRC has sponsored research, universities in the U.S. and Europe, and anchor manufacturers have sponsored research. The goal of this program is to produce a comprehensive document which will provide the technical basis for updating or establishing new regulatory criteria for anchorages. C.2 BACKGROUND Structural failure of piping supports for safety systems and questions concerning the performance of expansicn anchors' led to the issuance of IEB 79-02, " Pipe Support Base Plate Designs Using Concrete Expansion Anchor Bolts," in March cf 1979. Review of reports required by IEB 79-02 revealed that industry practices varied. No consistency existed in the design and installation of such anchors as grouted anchors, embedded plates or inserts. Utilities and anchor manufacturers were prompted by these inconsistencies to conduct research to answer questions raised by IES 79-02. Industry code and standard vriting groups also began to address the anchorage issue in seminars and reports. The USNRC was prompted to ccnduct a limited research program to evaluate anchor responses to seismic and static loads and to develop inspection and installation guidance. As a preliminary to developing guidance in the area of anchorage the NRC conducted a limited research program to evaluate anchor response to loads (preload) The research program consisted of a survey to determine the adequacy of existing concrete expansion anchor test data. Based upon the survey findings, additional dynamic testing was performed on typical wedge and shell anchors. It was found that, providing the installa; ion torque is properly applied, res dual preload 4 does not significantly affect anchor load-displacement cha seteristics. However, limited test data indicates that load-displacement characteristics will change when the preload drops to less than 50% of the full installation preload. It was concluded that this must be considered in design situations where support stiffness is an important l factor. These findings were reported in NUREG/CR-2999 {10] Upon completion of its program the NRC staff concluded that no consistency existed in the design and installation of such anchors as grouted anchors, embedded plates, or insercs. However, current trends in industry are toward more rigorous controls and verification of the installation s anchor bolts. This fact was evidenced by the development anu release of Appendix B, " Steel Embedments," to ACI 349-i i .Page 4 of 51 l l
NRC-04-96-059 Section C C.2 (Continued) 80, " Code Requirements for Nuclear Safety Related Concrete Structures," [6] ASCE Task group report [7], ACI 355 Anchorage to Concrete [8], and EPRI Anchorage Guidelines [9), which specifically addresses the subject of anchors. Since the issuance of IEB 79-02, ACI 349, Appendix B, and mor'e recently the EPRI anchorage guidance an abundance of anchorage test data have been published. Data has been generated by researchers, anchor manufacturers, architecture & engineering firms, and regulatory bodies as a result of regulatory inquires and/or the introduction of new an;horage systems. In addition a large amount of data has been produced in the European community. In the determination of seismic margins for nuclear power plants the operability of electrical and mechanical equipment, such as motors, electric cabinets, pumps, and battery racks is assumed. Experience has shown that the design or installation of anchorage for equipment can be a weak link in the seismic performance of the equipment. Thus to assure that equipment is seismically adequate for the safe shutdown of a nuclear plant during an earthquake, seismic verification of equipment anchorage is necessary. All available data has been reviewed and will be continually reviewed to develop consistent and adequate regulatory guidance. ~ As seismic qualification of equipment has prompted NRC's latest anchorage activity, proper consideration will also be givea by the staff to license renewal efforts and advance reactor designs. At present the NRC is sponsoring work to evaluate the seismic performance of anchorages. C.3 CURRENT ACTIVITIES Government The USNRC's present research program has a goal to verify by testing the behavior and strength of anchor bolts (cast-in-place, expansion bearing-type, and undercut) and their supporting concrete under seismic loads. Industry As a result of extensive studies performed since IEB 79-02 and ACI 349, App. B were published questions have been aised regarding the shape of the anchor pullout Traditionally the pullout cone has been assumed to be a 45%, cone. cone. However, later research has shown the cone to be more like a 35% cone. Based on these latest findings a new methodology, the "CC-Method," (see reference 12) has been proposed to ACI code committee 318, 349 and 355 by European researchers. At this time the US code committees are evaluating the CC-Method for use. in the various codes, WE j Page 5 of 51 \\m/ \\k \\
1 NRC-04-96-059 Section C C.4 PRESENT REVIEW BASIS 1 At present, expansion anchors have been reviewed and accepted in accordance with criteria of IEB 79-02. Evaluation of existing expansion anchors performed according to IEB 79-02 and followed by appropriate modification will be considered to have satisfied the recommendations of the guidance. Thus, anchors used in plants operating or under construction will not be affected and IEB 79-02 is l recommended for use in those plants until new guidance is issued. ] l l Other plants involved in USI A-46 also used the above guidance but also j l must consider and evaluate other types of anchorages in addition to expansion anchors. Namely they are: cast-in-place bolts; headed studs; grouted-in-place bolts; and welds to embedded or exposed steel. l Although the NRC has not endorsed ACI 349, Appendix B licensees have submitted anchorage modifications with appropriate testing for NRC licensing review in accordance with ACI 349, App. B or other codes they consider appropriate. C.5 OBJECTIVE l To review currently used and proposed approaches for the design, l analysis, and testing of anchorages to concrete. Recent industry and j 1 other test programs as well as current criteria is to be evaluated. Goal of chis procurement is to provide a comprehensive document that can be used to establish regulatory posic;;ns. C.6 WORK REQUIREMENTS Extensive work has been done in industry since the issuance of the "For Comment" version of the regulatory guide cn anchors. NRC has taken positions in the resolution of USI A-46, AC: 318, 349, and 355 have 4 done extensive work; and the NRC has sponsored a seismic testing program. The scope of work includes a review, and evaluation of these various sources of information. Finally. a comprehensive report will be developed which addresses all issues. Task 1 - Review of Current Anchorage Guidelines The contractor sha.1 prepare a report which summarizes the guidance in documents such as: 1) ACI 349, App. B; 2) ACI 355; 3) ACI 318 (anchorage proposal); and 4) USI A-46, SQUG Reports. This report is expected to be a general report which covers the major design documents in use for the design, analysis, and testing of anchors. Provisions of each document reviewed should be discussed in a letter report with emphasis toward similarities and differences. Task 2 - Review of Test Data l l Review and evaluate available sources of test data to establish trends in test results (e.g., group effect, edge effect, etc)
- Finally, identify areas where data is determined to be needed.
Page 6 of 51 1
NRC-04-96-059 Sect ion C C.6 (Continued) Task 3 - Comprehensive Anchor Report (Final Report) Prepare a comprehensive report which covers all aspects of anchorage design Items to be covered include but are not limited to are: single bolt behavior; group bolt behavior; edge conditions; cracked concrete performance; installation tolerances; materials; and load considerations (static and dynamic). Positions developed are to be supported by test results - either those performed in the laboratory or field or those obtained in the literature. Recommendations on anchorage design and evaluation criteria should be provided in the final report. 4 C.7 MEETINGS AND TRAVEL A kickoff meeting will be held 30 days from contract award date. One 2-day meeting for one traveller *o Rockville, Maryland, to discuss progress of the work is anticipated for each year. Investigators will participate in meetings at other U.S. locations to obtain source material for this program. Two 2-day meetings for one traveller are 1 anticipated for the project duration. Foreign travel - one 5-day meeting for one traveller to the Republic of Germany is anticipated. I C.8 NRC-FURNISHED MATERIALS It is the contractor's responsibility to cbtain all necessary data. However, the NRC will assist contractor tc the extent possible to obtain any necessary data or material as required for this program. } Please see section H.3 for additional infcrmation. l C.9 REPORTING REQUIREMENTS Contractor will prepare the following repcrts: In addition to a final technical report (due 15 months after contract start-up) contractor shall prepare, as final results become. ailable, letter reports of Tasks 1 and 2. A draft final report should be made availble to the NRC 1.5 months before the final report is submitted to allow time for a technical review. C.10 REFERENCES i Upon request, copies of the refere-e material will be made available. 1.
- Chang, T.Y.,
" Seismic Cualification of Equipment in Operating Nuclear Power Plants," USNRC Report NUREG-1030, February 1987. i 2. USNRC, Inspection and Enforcement Bulletin, IEB 79-02, " Pipe 1 Support Base Plate Designs Using Concrete Expansion Anchor Bolts," Page 7 of 51
NRC-04-96-059 Section C C.10 (Continued) 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 1975. 5. Teledyne Engineering Services, " General Response to USNRC IE Bulletin 79-02. Baseplate / Concrete Expansion Anchor Bolts," Technical l Report TR-3501-1. Teledyne Engineering Service, Waltham, l Massachusetts, August 1979. i 6. American Concrete Institute (ACI), Committee 349, Appendix B, " Steel Embedments," to ACI Standard ACI 349-80, " Code Requirements for j Nuclear 9afety 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, 1080 in Proceedings of the Conference: Structural Engineering in Nuclear Facilities, American Society of Civil Engineers, Raleigh, North Carolina, September 1984. 8. Americar 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, M.R., " Final Repot. USNRC Anchor Bolt Study Data Survey and Dynamic Testing," USNRC Repott NUREG/CR-2999, HEDL-MISC-7246, December 1982. 11.
- Graves, H.
L., " Regulatory Considerations to Anchorage in Concrete," PVP-Volume 237-2, Seismic Engineering - Volume 2, ASME 1992, New Orleans, LA, Jun 21-25, 1992, 12.
- Fuchs, W.,
et. al., " Concrete Capacity Design (CCD) Approach for Fastening to Concrete," ACI Structural Journal, Volume 92 No. 1, January - February 1995. C.11 PUBLICATIONS NOTE l j Dissemination of Contract Information The contractor and the NRC Project Manager shall discuss whether the information resulting from this research warrants publication in refereed scientific and engineering journals. Such publication should focus on advances in science and technology and minimize conclusions Page 8 of 51
NRC-04-96-059 Section C C.11 (Continued) and/or recommendations which may have regulatory implications. The Contracting Officer will make the final determination whether the publication of research results is within the serpe of work of this contract and therefore an allowable cost. The Contracting Officer will notify the contractor of the decision in writing. The contractor shall not incur costs associated with such publication until after receipt by the contractor of notification that publication should be pursued. If the decision is made to publish, the contractor shall actively pursue j the publication in accordance with the provisions of NRC Handbook 3.8, " Unclassified Contractor and Grantee Publications in the NUREG Series," I and NUREG-0650, Revision 1, " Publishing Documents in the NUREG Series." The contractor shall coordinate all such publications with, and transmit a copy of the proposed article to, the NRC Project Manager for review and approval prior to publication. The intent of this provision is to facilitate the broad disseminatior. of significant information. It is not intended to control the publication of research supported by the NRC. J (End of Clause) C.12 NRCAR 2052.215-83 TRAVEL APPROVALS (JAN 1993) (a) All domestic travel requires the prior approval of the project officer. (b) All foreign travel must be approved in advance by the NRC on NRC Form 445 and must be in compliance with FAR 52.247-63 i Preference for U.S. Flag Air Carriers. Foreign travel approval must be commun4cated in writing through the contracting officer i [End of Clause) Page 9 of 51
NRC-04-96~059 Section D SECTION D - PACKAGING AND MARKING D.1 PACKAGING AND MARKING (MAR 1987) l The contractor shall package material for shipment to the NRC in l such a manner that will ensure acceptance by common carrier and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commission Regulations, Uniform Freight Classification Rules,, or regulations of other carriers as applicable to the mode of transportation. On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided. [End of Clause] l t l Page 10 of 51
NRC-04-96-059 Section E SECTION E - INSPECTION AND ACCEPTANCE E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. I. FEDERAL ACQUISITION REGULATION (4 8 CFR CHAPTER 1) CLAUSES 1 NUMBER TITLE DATE 52.246-5 INSPECTION OF SERVICES APR 1984 - COST-REIMBURSEMFNT [End of Clause. E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987) Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the Project Officer at the destination. [End of Clause) Page 11 of 51 i
NRC-04-96-059 Section F SECTION F - DELIVERIES OR PERFORMANCE F.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) i This contract incorporates one or more clauses by reference, with the sam'e force and ef fect as if they were given in full text. i Upon request, the Contracting Officer will make their full text a:ailable. I. FEDERAL ACQUISITION REGULATION (4 8 CFR CHAPTER 1) CLAUSES j I NUMBER TITLE DATE 52.242-15 STOP-WORK ORDER AUG 1989 Alternate I (APR 19?4) (End of Clause] j F.2 NRCAR 2052.212-70 PR2PARATION OF TECHNICAL REPORTS (JAN 19931 All technical reporte required ry Section C and all Technical Progress Reports required by Sect;;n F are to be prepared in accordance with the attached Management Directive 3.8, " Unclassified Contractor and Grantee Publicati ns in the NUREG Series." Management Directive 3.5 is not applicable to any Contractor Spending Plan (CSP' and any Financial Status Report that may be included in this contract. (See Section J for List of Attachments). [End of Clause] F.3 NRCAR 2052.212-71 TECHNICAL PROGRESS REPORT The contractor shall provide a enthly Technical Progress Report to the NRC Project Manager, with a copy provided to tha Director, Division of Engineering, Office of Nuclear Regulatory esearch and the contracting officer. The report is due by the 20th of the month and must identify the title of the project, the contract number, job code number, project manager and/or principal investigator, the contract period of performance, and the period covered by the report. Each report must include the following for each discrete task / task order: (a) A listing of the efforts completed during the period, and milestones reached or, if missed, an explanation provided; (b) Any problems or delays encountered or anticipated and recommendations for resolution. If the recommended resolution Page 12 of 51
NRC-04-96-059 Section F F.3 (Continued) involves a contract modification, e.g., change in work-requirements, level of effort (cost) or schedule delay, the contractor shall submit a separate letter to the contracting ~ officer identifying the required change and estimated cost 1 impact. (c) A summary of progress to date; and 1 (d) Plans for the next reporting period. [End of Clause] F.4 2052.212-72 FINANCIAL STATUS REPORT'(DEC 1995) i The contractor shall provide a monthly Financial Status Report to the NRC Project Manager, with a copy provided to the Director, Division of Engineering, Office of N;.rlear Regulatory Research and i the contracting officer Also, whenever the report reference the acquisition of, or changes in status af, property valued at the time of purchase at $50,000 or more, send a copy of the report to the Chief, Property Management Branch, Division of Facilities and Property Management Office of Administration. The report is due by the 20th of the month and shall identify the title of the project, the contract number, job code, project manager and/or principal investigator, the contract period or performance, and the period covered by the report. Each report must include the i following for each discrete task: (a) Total estimated cor. tract arount. (b) Total funds obligated to date. (c) Total costs incurred this reporting period. (d) Total costs incurred to date. (e) Detail of all direct and indirect costs incurred during the reporting oeriod for the entire contract or each task, if it is a task crdering contract. l (f) Balance of obligations remaining. l Balance of funds required to complete contract / task order. l (g) (h) Contractor Spending Plan (CSP) status: (1) Projected percentage of completion cumulative through the d report period for the project / task order as reflected in i the currenz CSP. (2) Indicate if there has been a significant change in the 1 Page 13 cf 51
- - ~ -.-.. -... - -. NRC 3 6 - 0 5 9 Section F 1 t F.4 (Continued) i original CSP projection in either dollars or percentage i of completion. Identify the change, the reasons for the change,.whether there is any projected overrun, and when additional funds would be required. If there have been t no changes to the original NRC-approved CSP projections, l a written statement to that effect is sufficient in lieu of submitting a detailed. response to item h. (3) A revised CSP is required with the Financial Status Report whenever the contractor or the contracting officer has reason to believt that the total cost for performance of this contract'will - eitber greater or substantially ( less than what had been previously estimated. l (i) Property status: (1) List property acquired for the project during the month with an acquisition cost of $500 or more and less than $50,000. Give the item numrer for the specific piece of equipment. l (2) List property acquired for the project during tne month with an acquisition cost of 550,000 or more. Provide the following information for each item of property: item description or nomenclature, manufacturer, model number, f serial number, acquisition cost, and receipt date. If no property was acquired during'the month, include a statement to that effect. Note: The same information shall be provided for any ccmponent or peripheral i l equipment which is part of a " system or system unit " (3) For multi-year projects, ia the September monthly fiancial status report provide a cumulative listing of property with an acquisition cost of $50,000 or more ($5,000 or more if purchased prior to October 1, 1995) showing the above information. l (4) In the final monthly status report provide a ulosecut prop <rty report containing the same elements as described above for the monthly financial status reports, for all property purchased with NRC funds regardless of value l unless title has been vested in the contractor. If no l property was acquired under the contract, provide a statement to that effect. The report should note any property requiring special handling for security, health, safety, or other reasons as part of the report. i (j) Travel status: List the starting and end dates for each trip, the starting point and destination, and the traveler (s) for each trip. l Page 14 of 51
NRC-04-96-059 Section F F.4 (Continued) If the data in this report indicates a need for additional funding beyond that already obligated, this information may only be used as support to the official request for funding required in accordance with the Limitation of Cost (LOC) Clause (FAR 52.232-
- 20) or the Limitation of Funds (LOF) Clause (FAR 52.232-22).
The contractor shall provide the personnel time expenditures and the amount of funds expended (cost) by category during the period and total cumulative year-to-date, in three columns labeled " Current Month," " Year-to-Date," and " Cumulative," as follows: I. Direct Staff Effort (S&P Staff Months) II. Direct Salaries Material and Services Travel Expenses Indirect Expenses Subcontracts General and Administrative Total Costs Percentage of Available Funds Spent [End of Clause) F.5 PLACE OF DELIVERY--REPORTS (JUN 1988) The items to be furnished hereunder shall be delivered, with all charges paid by the contractor, to: (a) Project Officer (Orig + 2 copies. U.S. Nuclear Regulatory Commission RES/DET/SGEB, Attn: Mr Herman Graves Mail Stop T-10L2 Washington, DC 20555 (b) Contracting Officer (1 copy) [End of Clause) F.6 DURATION OF CONTRACT PERIOD (MAR 1987) This contract shall commence on 09/30/96 and will expire on 12/29/97. [End of Clause) Page 15 of 51
NRC-C4-96-059 sect iot; G SECTION G - CONTRACT ADMINISTRATION DATA G.1 NRCAR 2052.215-71 PROJECT OFFICER AUTHORITY (JAN 1993) (a) The_ contracting officer's authorized representative hereinafter referred to as the project officer for this contract is: Name: Mr. Herman L. Graves III Address: U.S. Nuclear Regulatory Commission RES/DET/SGEB, Mail Stop T-10L2 Washington, DC 20555 Telepnone Number- (301) 415-558 (b) Performance of the work under this contract is subject to the technical direction of the NRC project officer. The term i technical direction is defined to include the following: 1 (1) Technical direction to the contractor which shifts work emphasis between areas of work or tasks, fills in details, cr otherwise serves to accomplish the contractual statement of work. (2) Provide advice and cuidance to the contractor in the proparation of drawings, specifications, or technical portions of the work description. (3) Review and, where required by the contract, approval of technical drawings, specifications, and technical information to be delivered by the contractor to the l Govern at under the contract, i 1 (c) Technical direction must be within the general statement of work stated in the contract. The project officer does not have the authority to and may not issue any technical direction which: (1) Constitutes an assignment of work outside the general l scope of the contract. i (2) Constitutes a change as defined in the " Changes" clause of this contract. (3) In any way causes an increase or decrease in the total Page 16 of 51 i l
NRC-04-96-059 Section G G.1 (Continued) estimated contract cost, the fixed fee, if any, or the time required for contract performance. (4) Changes any of the expressed terms, conditions, or specifications of the contract. (5) Terminates the contract, settles any claim or dispute ari' sing under the contract, or issues any unilateral directive whatever. (d)_All technical directions must be issued in writing by the project officer or must be confirmed by the project officer in writing within ten (10) working days after verbal issuance. A copy of the written direction mus 'e furnished to the contracting officer. (e) The contractc r shall proceed promptly with the performance of technical directions duly issued by the project officer in the manner prescribed by this clause and within the project officer's authority under the provisions of this clause. (f) If, in the opinion of the contractor, any instruction or direction issued by the_ project officer is within one of the categories as defined in paragraph (c) of this section, the contractor may not proceed but shall notify the contracting officer in writing within five (5) working days after the receipt of any instruction or direction and shall request the contracting officer to modify the contract accordingly. Upon receiving the notitication from the contractor, the contracting officer shall issue an appropriate contract modification or advise the contractor in writing that, in the contracting officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the " Changes" clause. l (g) Any unauthorized commitment or direction issued by the project officer may result in an unnecessary delay in the contractor's performance nd may even result in the contractor expendi.3 l funds for unallowable costs under the contract. (h) A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to be ) l taken with respect there to is subject to FAR 52.233 Disputes. (i) In addition to providing technical direction as defined in paragraph (b) of the section, the project officer shall: (1) Monitor the contractor's technical progress, including surveillance and assessment of performance, and recommend to the contracting officer changes in requirements. Page 17 of 51 r
i NRC-04-96-059 Section G G.1 (Continued) (2) Assist the contractor in the resolution of technical problems encountered during performance. (3) Review all costs requested for reimbursement by the contractor and submit to the contracting officer recommendations for approval, disapproval, or suspension of ' payment for supplies and services required under this contract. [End of Clause] G.2 NRCAR 2052.215-82 TRAVEL REIMBURSEMENT - ALTERNATE 1 (JAN 1993) (a) The contractor is encouraged to use Government contract airlines, AMTRAK rail services, and discount hotel / mote' properties in order to reduce the cost of travel under this contract. The contracting officer shall, upon request, provide each traveler with a letter of identification which is required in order to participate in this program. The Federal 3 Travel Directory (FTD) identifies carriers, contract fares, schedules, payment conditions, and hotel / motel properties I which offer their services and rates to Government contractor personnel traveling on official business under this contract. The FTD, which is issued monthly, may be purchased from the U.S. Government Printing Office, Washington, DC 20402. (b) The contractor will be reimbursed for reasonable travel costs incurred directly and specifically in the performance of this contract. The cost limitations far travel costs are determined in accordance with the specific travel regulations cited in FAR 31.205-46, as are in effect on the date of the trip. Travel costs for research and related activities performed at State and nonprofit institutions, in accordance with Section 12 of Pub. L. 100-679, shall be charged in accordance with the contractor's institutional policy to the degree that the 1_mitations of Office of Management and Ludget (OMB) guidance are not exceeded. Applicable guidance documents include OMB Circular A-67, Cost Principles for State and Local Governments; OMB Circular A-122, Cost Principles for Nonprofit Organizations; and OMB Circular A-21, Cost Principles for Educational Institutions. (c) When the Government changes the Federal Travel Regulations, or l l other applicable regulations, it is the responsibility of the contractor to notify the contracting officer in accordance with the Limitations of Cost clause of this contract if the contractor will be unable to make all of the approved trips and remain within the cost and fee limitations of this contract due to the changes. Page 18 of 51
1 1 NRC-04-96-059 Section G G.2 (Continued) d '(End of Clause) ()/) The contracting officer may adjust the above rates as appropriate during the term of the contract upon acceptance of p any revisions proposed by the contractor. It is the / y; / contractor's responsibility to notify the contracting officer in accordance with FAR 52.232-20, Limitation of Cost,.or FAR -52.232-22, Limitation of Funds, as applicable, if these changes affect performance of work within the established cost t or funding limitations. [End of Clause] G.3 52.216-15 PREDETERMINED INDIRECT COST RATES (AUG 1996) (a) Notwithstanding the Allowable Lost and Payment clause ~df this contract, the allowable indirect costs under this contract shall be obtained by applying predetermined indirect cost -rates to bases agreed upon by the parties, as specified below. (b) Not later than 90 days after the expiration of the Contractor's fiscal year (or other period specified in the Schedule), the Contractor shall submit to the cognizant Contracting Officer under Subpart 42.7 of the Federal Acquisition Regulation (FAR) and, if required by agency I procedures, to the cognizant Government audit activity, proposed predetermined indirect cost rates and supporting cost data. The proposed' rates shall be based on the Contractor's actual cost experience during that fiscal year or other period specified in the Schedule. Negotiation of predetermined indirect cost rates shall begin as soon as practical after receipt of the contractor's proposal. (c) Allowability of costs and acceptability of cost allocation methods shall be determined in accordance with FAR Subpart 31.1 in effect or. the date of this contract. (d) Predetermined rate agreements in effect on the date of this contract shall be incorporated into the contract Schedule. The Contracting Officer and Contractor shall negotiate rates for subsequent periods and execute a written indirect cost rate agreement setting forth the results. The agreement shall specify (1) the agreed-upon predetermined indirect cost rates, (2) the bases to which the rates apply, (3) the period for which the rates apply, and (4) the specific items treated as direct costs or any changes in the items previously agreed to be direct costs. The indirect cost rate agreement shall not change any monetary ceiling, contract obligation, or specific cost allowance or disallowance provided for in this contract. Page 19 of 51
l NRC-04-96-059 dection G G.3 (Continued) The agreement is incorporated into this contract upon execution. ) l l (e) Pending establishment of predetermined indirect cost rates for l any fiscal year ior other period agreed to by the parties), I the Contractor snall be reimbursed either at the rates fixed for the previous fiscal year (or other period) or at billing I rates acceptable to the Contracting Officer, subject to l appropriate adjustment when the final rates for that period are established. (f) Any failure by the parties to agree on any predetermined l indirect cost rates under this clause shall not be considered l a dispute within the meaning of the Disputes clause. If for any fiscal year (or other period specified in the Schedule) the parties fail to agree to predetermined indirect cost ratar, the allowable indirect costs shall be obtained by applying final indirect cost rates established in accordance l with the Allowable Cost and Payment clause. (g) Allowable indirect costs for the period from the beginning of performance until the end of the contractor's fiscal year (or t other period specified in the Schedule) shall be obtained using the predetermined indirect cost rates and the bases l shown in the Schedule. G.4 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT j It is the policy of the U.S. Nuclear-Regulatory Commission to pay Government vendors by the Aut mated Clearing House (ACH) ) electronic funds transfer payment system in lieu of a U.S. Treasury check. The electronic system is known as Vendor Express. Payment shall be made in accordance with FAR 52.232-28, entitled " Electronic Funds Transfer Payment Methods." To receive payment by Vendor Express, the contractor shall complete the " Comp ny Information" port ion of Form SF 1881, entitled " Payment Information Form - ACH Vendor Paymer System" found in Section J The contractor shall take the form to the ACH Coordinator at the 11nancial inst;tution that maintains its company's bank account. The contractor shall discuss with the ACH Coordinator how the payment identification information (addendum record) will be passed to them once the payment is received by the j financial institution. The contractor must ensure that the j addendum record will not be stripped from the payment. The ACH Coordinator will fill out the " Financial Institution Information" portion of the form and return it to the Office of the Controller at the following address: Nuclear Regulatory Commission, ATTN: ACH/ Vendor Express, Division of Accounting and Finance, Mailstop T-9-E-2, Washington, DC 20555. Once the Office of the Controller i Page 20 of 51
-NRC-04-96-059 Section G G.4 (Continued) has processed the contractor's sign-up form, the contractor will begin to receive payments electronically via Vendor Express /ACH. If the offerors / bidders have questions concerning ACH/ Vendor Express, they may call the Commercial Payments staff on (301) 415-7520. [End of Clause] i Page 21 of 51
NRC-04-96-059 Section H I i i SECTION H - SPECIAL CONTRACT REQUIREMENTS ] H.1 NRCAR 2052.209-73 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 1993) (a) Purpose.'The primary purpose of this clause is to aid in ensuring that the contractor: (1) Is not placed in a conflicting role because of current or planned interests (financial, contractual, organizational, or otherwise) which relate to the work under this contract; and (2) Does not obtain an unfair competitive advantage over other parties by virtue of its performance of_this contract. (b) Scone. The restrictions described apply to performance or participation by the contractor, as defined in 48 CFR 2009.570-2 tn the activit ies covered by tFis clause. ) (c) Work for others, (1) Notwithstanding any other pr_/ision of this contract, during the term of this contract the contractor agrees to forego entering into consulting or other contractual arrangements with any firm or organization, the result of which may give rise to a conflict of interest with respect to the work being performed under this contract. The contractor shall ensure that all employees under this contract abide by the provision of this clause. If the contractor has reason to believe with respect to itself or any employee that any prcposed consultant or other contractual arrangement with any firm or organization may involve a potential conflict of interest, the contractor shall obtain the written approval of the contracting of fic -r bef ore the execution of such contractual arrangement. (2) The contractor may not represent, assist, or otherwise support an NRC licensee or applicant undergoing an NRC audit, inspection, or review where the activities that are the subject of the audit, inspection or review are the same as or substuntially similar to the services within the scope of this contract (or task order as appropriate), except where the NRC licensee or applicant requires the contractor's support to explain or defend the contractor's prior work for the utility or other entity which NRC questions. Page 22 of 51
NRC-04-96-059 Section H H.1 (Continued) (3) When the contractor performs work for the NRC under this contract at any NRC licensee or applicant site, the contractor shall neither solicit nor perform work in the same or similar technical area for that licensee or applicant organization for a period commencing with the award of the task order or beginning of work on the site (if not a task order contract) and ending one year after completion of all work under the associated task order, or last time at the sita (if not a task order contract). (4) When the contractor performs work for the NRC under this contract at any NRC licensee or applicant site, (i) The contractor may not solicit work at that site for that_ licensee or applicant during the period of performance of the task order or the contract, as appropriate. (ii; The contractor may nct perform work at that site for that licensee or applicant during the period of performance of the task oraer or the contract, as appropriate, and for one year thereafter. (iii) Notwithstanding the foregoing, the contracting officer may authorize the contractor to solicit or perform thic type of work (except work in the same or similar technical area) 'if the contracting officer determines that the situation will not pose a potential for technical bias or unfair j competitive advantage. (d) Disclosure after award. (1) The contracter warrants that to the best of its knowledge and belief, and except as otherwise set forth in this contract, it does not have any organizational conflicts of interest as defined in 48 CFR 2009.570-2. (2) The contractor agrees that, if after award, it discovers organizational-conflicts of interest with respect to this contract, it shall make an immediate and full disclosure in writing to the contracting officer. This statement must include a description of the action which the contractor has taken or proposes to take to avoid or mitigate such conflicts. The NRC may, however, terminate the contract if termination is in the best interest of the government. _(3) It is recognized that the scope of work of a task-order-type contract necessarily encompasses a broad Page 23 of 51
1 j NRC-04-96-059 Section H H.1 (Continued) spectrum of activities. Consequently, if this is a task-order-type contract, the contractor agrees that it will disclose all proposed new work involving NRC i licensees or applicants which cones within the scope of work of the underlying contract. Further, if this contract involves work at a licensee or applicant site, the contractor agrees to exercise diligence to discover and disclose any new work at that licensee or applicant site. This disclosure must be made before the submission of a bid or proposal to the utility or other regulated entity and must be received by the NRC at least 15 days before the proposed award date in any event, unless a written justification demonstrating urgency and due diligence to discover and disclose is provided by the contractor and approved by the contracting officer. The disclosure must include the statement of work, the dollar vr'te of the proposed contract, and any other documents that are needed to fully describe the proposed work for the regulated utility or other regulated entity. NRC may 4 deny approval of the disclosed work only when the NRC has f issued.a task order which includes the technical area j and, if site-specific, the cite, or has plans to issue a j task order whien includes the technical area and, if site specific, the site, or when the work violates paragraphs Ic) (2 ), (c) (3) c: (c) (4 ) of this section. ] (e) Access to and use of information. l (1) If in the performance of this contract, the contractor obtains access to information, such as NRC plans, policies, reports, studies, financial plans, internal data protected by tne Privacy Act of 1974 (5 U.S.C. Secr. ion 552a (1988)), or the Freedom of Information Act (5 U.S.C. Section 552 (1986)), the contractor agrees not to: (i) Use this informatior. for any private purpose until L.. information has been released to the public; i t (ii) Compete for work for the tommission based on the information for a period of six months after either 2 the completion of this contract or the release of the information to the public, whichever is first; (iii) Submit an unsolicited proposal to the Government based on the information until one year after the release of the information to the public; or (iv) Release the information without prior written approval by the contracting officer unless the information has previously been released to the Page 24 of 51
NRC 9 6 - 0 5 9 Section H l-H.1 (Continued) public by the NRC, (2) In addition, the contractor agrees that, to the-extent it J receives or is given access to proprietary data, data l protected by the Privacy Act of 1974 (5 U.S.C. Section ) 552a (1988)), or the Freedom of Information Act (5 U.S.C. l Section 552 (1986)), or other confidential or privileged technical, business, or financial information under this contract, the contractor shall treat the information in accordance with restrictions placed on use of the information. l (3) Subject to patent and security provisions of this contract, the contractor shall have the right to_use l technical data it producer under this contract for l private purposes provided that all requirements of this contrac-have been met. (f) Subcontracts. Except as provided in 48 CFR 2009.570-2, the contractor shall include this clause, including this paragraph, in subcontracts of any tier. The terms contract, contractor, and contracting officer, must be appropriately l modified to preserve the Government's rights. l (g) Remedies. For breach of any of the above restrictions, or for intentional nondisclosure or misrepresentation of any relevant interest required to be disclosed concerning this contract or for such errcneous representations that necessarily imply bad faith, the Government may terminate the l contract for default, disqualify the contractor from l subsequent contractual efforts, and pursue other remedies permitted by law or this contract. (h) Waiver. A request for waiver under this clause must be directed in writing to the contracting officer in accordance with the procedures outlined in 48 CFR 2009.570-9. l (i) Follow-on ( 'crt The contramtor shall be ineligible to participate in NRC contracts, subcontracts, or proposals therefor (solicited or unsolicited), which stem directly from the contractor's performance of work under this contract. Furthermore, unless so directed in writing by the contracting officer, the contractor may not perform any technical consulting or management support services work or evaluation activities under this contract on any of its products or services or the products or services of another firm if the contractor has been substantially involved in the development or marketing'of the products or services. (1) If the contractor, under this contract, prepares a complete or essentially complete statement of work or Page 25 of 51
NRC-04-96-059 Section H H.1 (Continued) specifications, the contractor is not eligible to perform or participate in the initial contractual effort which is based on the statement of work or specifications. The contractor may not incorporate its products or services in the statement of work or specifications unless so directed in writing by the contracting officer, in which case the restrictions in this paragraph do not apply. (2) Nothing in this paragraph precludes the contractor from offering or selling its rtandard commercial items to the Government. [End of Clause] H.2 NRCAR 2052.215-70 KEY PERSONNEL (JAN 1993) (a) The following individuals are considered to be essential to the successful performance of the work hereunder: ] Dr Richard E. Klinger The contractor agrees that personnel may not be removed from the contract work or replaced without compliance with paragraphs (b) and (ci of this section. (b) If one or more of the key personnel, for whatever reason, becomes, or is expected to beccre, unavailable for work under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the contractor shall immediately notify the contracting officer and shall, subject to the concurrence of the contracting officer, prcmptly replace the personnel with personnel o' at least substantially equal ability and qualifications. l (c) Each request for approval of substitutions must be in writing and contain a detailed explanation of the circumstances necessitating the proposed substitutions. The request must also contain a complete resume for the proposed substitute and other information requested or needed by the contracting officer to evaluate the proposed substitution. The contracting officer or his/her authorized representative shall evaluate the request and promptly notify the contractor of his l or her approval or disapproval in writing. (d) If the contracting officer determines that suitable nnd timely Page 26 of 51
._m i NRC-04-96-059 Section H H.2 (Continued) replacement of key personnel who have been reassigned, terminated, or have otherwise become unavailable for the contract work is not reasonably forthcoming, or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the contract or the service order, the contract may be terminated by the contracting officer for default or for the convenience of the Government, as appropriate. If the contracting officer finds the contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage. [End of Clause] H.3 NRCAR 2052.235-71 PUBLICATION OF RESEARCH RESULTS - UNIVERSITIES (JAN 1993) (a) The principal investigator (s) / contractor shall comply with the provisions of NRC Handbook 3.8 (formerly MC 3202) and NRC Manual Chapter 3206 regarding publication in refereed scientific and engineering journals or dissemination to the public of any information, oral or written, concerning the work performed under this contract. Failure to comply with this. clause shall be grounds for termination of this contract. (b) The principal investigator (s)/ contractor may publish the results of this work in refereed scientific and engineering i journals or in open literature and present papers at public or association meetings at interim stages of work, in addition to submitting to NRC the final reports and other deliverables recuired under this contract. However, such publication and papers shall focus on advances in science and technology and minimize conclusions and/or recommendations which may have regulatory implications. (c) The principal investigator (s) shall coordinate all such copy of the proposed article publications wit' and transmit a or paper to, the NRC Contracting Officer or Project Officer, l prior to publication. The NRC agrees to review and provide ( comments within thirty (30) days after receipt of a proposed publication. However, in those cases where the information to i l be published is (1) subject to Commission approval, (2) has l not been ruled upor, or (3) disapproved by the Commission, the j NRC reserves the right to disapprove or delay the publication. Further, if the NRC disagrees with the proposed publication for any reason, it reserves the right to require that any i publication not identify the NRC's sponsorship of the work and j that any associated publication costs shall be borne by the contractor. Page 27 of 51
-._... ~.. -. - I 'NRC-04-96-059 Section H H.3 (Continued) T ] [End of Clause) i s ] H.4 INIMUM INSURANCE COVERAGE e Cont.ractor shall obtain and maintain insurance coverag as fol ws for the performance of this contract: k 1 (a) Wo ner's compensation and employer's liability insu ance'as requ ed by applicable federal and state worker's ompensation and oc upational disease statutes. If occupati al diseases are not ompensable under those statutes, they shall be covered u er the employer's liability secti of the i k / L I insurance p licy, except when contract ope tions are so i commingled w h the Contractor's commerci-operations that it would not be p actical. The employer's iability coverage s' I - shall be at lea $100,000, except in tates with exclusive or monopolistic fund that do not permi workers' compensation to be writcen by priva e carriers. (b) Comprehensive general odily i jury) liability insurance of at least $500,000 per o urre ce. } (c) Motor vehicle liability i 'rance written on the comprehensive form of policy which pro ide for bodily injury and property damage liability cover
- g.the, eration of all-motor vehicles I
used in connection w' h performi g the contract. Policies j covering motor vehi es operated the United States shall provide coverage at least $200, 0 per person and $500,000 per occurrence r property damage. he amount of liability coverage on ot.er policies shall be co.mensurate with any legal requir ents of the locality and fficient to meet I normal and ustomary claims. (d) Compreh sive general and motor vehicle liab. ity policies shall ontain a provision worded as follows: i "T e insurnace company waives any right of subrog tion against 1 e United States of America which may arise by re,on of any j payment under the policy." 1 [End of Clause] l 4 H.5 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY - NONE PROVIDED (JUN.19 8 8) The Government will not provide any equipment / property under this contract. I. [End of Clause] i i I Page 28 of 51
NRC-04-96-05 Section 1 i PART II - CONTRACT CLAUSES 1 1 t l SECTION I CONTRACT CLAUSES i I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) l This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text ) available. l I. FEDERAL ACQUISITION REGULATION (4 8 CFR CHAPTER 1) CLAUSES l NUMBER TITLE DATE 52.202-1 DEFINITIONS OCT 1995 52.203-3 GRATUITIES APR 1984 52.203-5 COVENANT AGAINST CONTINGENT FEES APR 1984 52.203-6 RESTRICTIONS ON SUBCONTRACTOR JUL 1995 i SALES TO THE GOVERNMENT j 52.203-10 PRICE OR FEE ADJUSTMENT FOR SEP 1990 ILLEGAL OR IMPROPER ACTIVITY 52.203-12 LIMITATION ON PAYMENTS TO JAN 1990 INFLUENCE CERTAIN FEDEFAL TRANSACTIONS I 52.204-4 PRINTING / COPYING DOUBLE-SIDED JUN 1996 ON RECYCLED PAPER 52.209-6 PROTECTING THE GOVERNMENT'S JUL 1995 INTEREST WHEN SUBCONTRACTING WITH I CONTRACTCRS DEBARRED, SUSPENDED, i' OR PROPOSED FOR DEBARMENT 52.215-2 AUDIT AND RECORDS--NEGOTIATION AUG 1996 Alternate II (OCT 1995) 52.215-33 ORDER OF PRECEDENCE JAN 1986 i 52.216-11 COST CONTRACT - NO FEE APR 1984 l 52.217-2 CANCELLATION UNDER MULTIYEAR JUL 1996 j CONTRACTS 52.219-8 UTILIZATION OF SMALL, SMALL OCT 1995 DISADVANTAGED AND WOMEN-CWNED SMALL BUSINESS CONCERNS 52.219-14 LIMITATIONS ON SUBCONTRACTING JAN 1991 52.222-3. CONVICT LABOR AUG 1996 52.222-26 EQUAL OPPORTUNITY APR 1984 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL APR 1984 l DISABLED AND VIETNAM l ERA VETERANS 52.222-36 AFFIRMATIVE ACTION FOR APR 1984 i HANDICAPPED WORKERS I Page 29 of 51 j i r
i i NRC-04-96-059 Sect ic: I I.1 (Continued) NUMBER TITLE DATE i 52.222-37 EMPLOYMENT REPORTS ON SPECIAL JAN 1988 DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA 52.223-2 CLEAN AIR AND WATER APR 1984 52.223-6 DRUG-FREE WORKPLACE JUL 1990 2 52.225-11 RESTRICTIONS ON CERTAIN FOREIGN MAY 1992 PURCHASES 52.225-19 EUROPEAN UNION SANCTION FOR JAN 1996 SERVICES 52.227-1 AUTHORIZATION AND CONSENT JUL 1995 52.227-2 NOTICE AND ASSISTANCE REGARDING AUG 1996 PATENT AND COPYRIGHT INFRINGEMENT I.3 52.228-7 INSURANCE--LIABILITY TO THIRD PERSONS (MAR 1996) l a i (a) (1) Except as provided in su' paragraph 'a ,2J of this clause, c 4 the Contractor shall provide and maintain workers' compensation, employer's 11at;1ity, comprehensive general liabi.ity ; bodily injury, _ mprehensive automobile liability (bodily injury and property damage) insurance, and such other insurance as the Contracting Officer may l require under this contract. j i (2) The Contractor may, with the approval of the Contracting Officer, maintain a seli-insurance program; provided l that, with respect tc werker compe-sation, the Contracter is cua:ified currant to statutory authority. (3) All insurance required by this paragraph shall be in a form and amount and for those periods as the contracting a Officer may require or apprcve and with insurers approved by the Contracting Officer. l (b) The Contractor agrees to submit ftr the Contracting Officer's i approval, to the extent and in the manner required by the l Contractirj Officer, any other ir.surance that is mainta.ned by the Contractor in connection with the performance of this contract and for which the Contr tor seeks reimbursement. (c) The Contractor shall be reimbursed-- (1) For that portion (i) of the reasonable cost of insurance allocable to this contract, and (ii) required or approved under this clause; and 1 (2) For certain liabilities (and expenses incidental to such liabilities) to third persons not compensated by insurance or otherwise without regard to and as an Page 30 of 51
r 4 f NRC-04-96-059 Section I -I.2 (Continued) r exception-to the limitation of cost or the limitation of f funds clause of this contract. These liabilities must l arise out of the performance of this contract, whether or not caused by the negligence of the Contractor or of the i Contractor's agents, servants, or employees, and must be represented by final judgments or settlements approved in writing by the Government. These liabilities are for-- i (i) Loss of or damage to property (other than property [ l owned, occupied, or used by the Contractor, rented l to the contractor, or in the care, custody, or control of the Contractor); or j (ii)~ Death or bodily injury. (d) The Government's liability under paragraph (c) of this clause ( is subject to the availability of apnvopriated funds at the time a contingency occurs. Nothing in this contract shall be i construed as implying that the Congress will, at a later date, 7 appropriate funds sufficient to meet deficiencies. i (e) The Contracter shall not ~be reimbursed for liabilities (and ( expenses incidental to such liabilities)-- l .: 1, For which the Concractor is ;;herwise responsible under the express terms of any clause specified in the Schedule j or elsewhere in the contract; i 1 (2) For which the contractor has failed to insure or to i l maintain insurance as required by the Contracting i Officer; or (3) That result from willful misconduct or lack of good faith i on the part of any of the Centractor's directors, officers, managers, superintendents, or other representatives who have supervision or direction of-- e (i) All or substantially all of the Contrac- "s business; l i (ii) All or substantially all of the Contractor's i operations at any one plant or separate location l in which this contract is being performed; cr 3 (iii) A separate and. complete major industrial operation in connection with the performance of this i contract. 4 l -(f) The provisions of paragraph (e) of this clause shall not l restrict the right of the Contractor to be reimbursed for the j cost of insurance maintained by the Contractor in connection J Page 31 of 51
_. ~ _ NRC-04-96-059 Section I I.2 (Continued) with the performance of this contract, other than insurance required in accordance with this clause; provided, that such cost is allowable under the Allowable Cost and Payment clause of this contract. i (g) If any suit or action is filed or any claim is made against the Contractor, the cost and expense of which may be j reimbursable to the Contractor under this contract, and the risk of which is then uninsured or is insured for less than the amount claimed, the Contractor shall-- j (1) Immediately notify the Contracting Officer and promptly furnish copies of all pertinent papers received; (2) Authorize Government representatives to col.laborate with counsel for the insurance carrier in settling or defending the claim when the amount of the liability claimeu exceeds the amount cf coverage; and (3; Authorize Government representatives to settle or defend the cla' and to represent the Contractor in or to take charge of any litigation, if required by the Government, 4 when the liability is not insured or covered by bond. The Contractor may, at its own expense, be associated with i l the Government representatives in any such claim or litigation. j [End of Clause 52.232-20 LIMITATION OF COST APR 1984 .52.232-23 ASSIGNMENT OF CLAIMS JAN 1986 52.23?-25 PROMPT PAYMENT MAR 1994 i 52.232 .8 ELECTRONIC FUI:: TRA:SFER APR 1989 PAYMENT METHODS 52.233-1 DISPUTES OCT 1995 52.233-3 PROTEST AFTER AWARD OCT 1995 Alternate I (JUN 1985') 52.242-1 NOTICE OF INTENT TO DISALLOW COSTS APR 1984 52.242-13 E'"KRUPTCY JUL 1995 52.243-2 CHANGES - COST-REIMBURSEMENT AUG 1987 i Alternate V (APR 1984) 52.244-2 SUBCONTRACTS (COST-REIMBURSEMENT MAR 1996 AND LETTER CONTRACTS) 52.244-5 COMPETITION IN SUBCONTRACTINC JANUARY 1996 52.249-5 TERMINATION FOR CONVENIENCE OF SEP 1996 THE GOVERNMENT (EDUCATIONAL AND OTHER NONPROFIT INSTITUTIONS) 52.253-1 ':OMPUTER GENERATED FORMS JAN 1991 [End of Clause) l Page 32 of 51 i e
NRC-04-96-059 Section I I.3 52.203-9 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEORITY--MODIFICATION (SEP 1995) (a) Definitions. The definitions set forth in FAR 3.104-4 are hereby incorporated in this clause. (b) The Contractor agrees that it will execute the certification set forth in paragraph (c) of this clause when requested by l the Contracting Officer in connection with the execution cf any modi'fication of this contract. 4 (c) Certification. As required in paragraph (b) of this clause, the officer or employee responsible for the modification proposal shall execute the following certification. The certification in paragraph (c) (2) of this clause is not required for a modification which procures commercial items. CERTIFICATE OF PROCUREMENT INTEGRITY-- MODIFICATION (NOV 1990) (1) 1, [Name of certifier] I am the officer or empicyee respcnsible for the preparation of this modification proposal and hereby certify that, to the best of my knowledge and belief, with the exception of any inf ormation described in this c=:rtification, I have no information concerning a violation or possible violation of f) of the Office of Federal 1 subsection 27(a), (lM, (d), or ( Procurement Policy Act, as amended * (41 U. S. C. 423), i (hereinafter referred to as "the Act"), as implemented in the FAR, occurring during the conduct of this procurement (contract and modification number) l (2) As required by subsection 27 (e) (1) (B) of the Act, I further certify that to the best of my knowledge and belief, each officer, employee, agent, representative, and consultant of [Name of Of f eror) who has participated personally and substantially in the preparation or submiss n of this proposal has certified that he or -he is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will report immediately to me any information concerning a violation or possible violation of subsections 27 (a), (b), l (d), or (f) of the Act, as implemented in the FAR, pertaining l to this procurement. (3) Violations or possible violations: (Continue on plain bond paper if necessary and label Certificate of Procurement Integrity--Modification (Continuation Sheet), ENTER NONE IF ~ NONE EXISTS) i Page 33 of 51 t
. - - - -. -_...~_ . ~ -.. - 1 l NRC-04-96-059 Section I l I.3 (Continued) l I _ [ Signature of the officer or employee responsible for the l modification proposal and date] 1 l [ Typed name of the officer or employee responsible for the modification proposal] Subsections 27(a), (b), and (d) are effective on December 1, 1990. Subsection ?7(f) is effective on June 1, 1991. I 1 THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY CF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITICUS, OR FRAUCULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, j SECTION 1001. ) (d) In making the certification in paragraph (2) of the certificate, the officer or empl yee of the competing Contracter responsible for the offer or bid, may rely upon a one-time certification from each individual required to submit a certification to.the competing Contractor, supplemented by periodic training. These certif: cations shall be obtained at the earliest possible date after an individual required to certify begins employment or association with the contractor. If a contractor decides to rely on a certification executed prior to tne suspension of section 27 (i. e., prior to December 1, 1989), the Contractor shall ensure that an individual who has so certified is notified that section 27 has been reinstated. Ther, certifications shall be maintained by -he Contractor for a period of 6 years from the date a certifying employee's employment with the company ends or, for an agency, representative, or consultant, 6 years from the date such individual ceases to act on behalf of the contractor. (e) The certification required by paragraph (c) of this clause is a material representation of fact upon which reliance will be placed in executing this modification. l [End of Clause] I I Page 34 of 51 l i I
NRC-04-96-059 Section I Z.4 52.216-7 ALLOWABLE COST AND PAYMENT (AUG 1996) (a) Invoicino. The Government shall make payments to the Contractor when requested as work progresses, but (except for small business concerns) not more often than once every 2 weeks, in amounts determined to be allowable by the Contracting Officer in accordance witn Subpart 31.3 of the Federal Acquisition Regulation (FAR) in effect on the date of this contract and the terms of this contract. The Contractor may submit to an authorized representative of the contracting Officer, in.such form and reasonable detail as the representative may require, an invoice or voucher supported by a statement of the claimed allowable cost for performing this contract. (b) Reimbursino costs. (1) For the purpose of reimbursing allowable costs (except as provided in subparagraph (2) below, with respect to pension, deferred profit sharing, and employee stock ownership plan contributions), the term " costs" includes only-- (i) Those recorded costs that, at the time of the request for reimbursement, the Contractor has paid cy cash, check, or c-her form of actual payment for items or services purchased directly for the contract; (ii) When the Contractor is not delinquent in paying costs of contract performance in the ordinary course of business, costs incurred, but not necessarily paid, for-- (10 Materials issued from the contractor's inventory and placed in the production process for use on the contract; (B) Direct labor; (C) Direct travel; (D) Other direct in-house costs; and (E) Properly allocable and allowable indirect costs, as shown in the records maintained by the Contractor for purposes of obtaining reimbursement under Government contracts; and (iii) The amount of progress payments that have been paid to the Contractor's subcontractors under similar cost standards. (2) Contractor contributions to any pension or other postretirement benefit, profit-sharing or employee stock Page 35 of 51
NRC-04-96-059 Section I I.4-(Continued) ownership plan funds that are paid quarterly or more often may be included in indirect costs for payment purposes; Provided, that the Contractor pays the contribution to the fund within 30 days after the close of the period covered. Payments made 30 days or more after the close of a period shall not be included until the contractor actually makes the payment. Accrued costs for such contributions that are paid less often than quarterly shall be excluded from indirect costs for payment' purposes until the Contractor actually makes the payment. (3) Notwithstanding the audit and adjustment of invoices or vouchers under paragraph (g) below, allowable indirect costs under this contract shall be obtained by applying indirect cost rates established in accordance with paragra ' (d) below. (4) Any statements in specif; cations or other documents incorporated in this contract by reference designating performance of services cr furnishing of materials at the Contractor's expense or at no cost to the Government shall be disregarded for purposes of cost-reimbursement under this clause. (c) small business concerns. A srall business concern may bc paid more often than every 2 weeks and may invoice and be paid for recorded ccsts fcr items :: services purchased directly for the contract, even though the concern has not yet paid for those items or services. (d) Final indirect cost rates. 1 Final annual indirect cost rates and the appropriate bases shall be established in accordance with Subpart 42.7 cf the Federal Acquisition Regulation (FAR) in effect for the period covered by the indirect cost rate proposal. (2) The Conti:ctor shall, within 90 days after tha expiration of each of its fiscal years, or by a later dr e approved by the Contracting officer, submit to the cognizant Contracting Officer responsible for negotiating its final indirect cost rates and, if required by agency procedures, to the cognizar.; audit activity proposed final indirect cost rates for that period and supporting cost data specifying the contract and/or subcontract to which the rates apply. The proposed rates shall be based on the Contractor's actual cost experience for that period. The appropriate Government representative and Contractor shall establish the final indirect cost rates as promptly as practical after receipt of the Contractor's proposal.. Page 36 of 51 l 1
NRC-04-96-059-Section I I.4 (Continued) w (3) The Contractor and the appropriate Government representative shall execute a written understanding setting forth the final indirect cost rates. The understanding shall specify (i) the agreed-upon final annual indirect cost rates, (ii) the bases to which the rates apply, (iii) the periods for which the rates apply, (iv) any specific indirect cost items treated as direct costs in the settlement, and (v) the affected contract and/or subcontract, identifying any with advance agreements or special terms and the applicable rates. The understanding shall not change any monetary ceiling, contract obligation, or specific cost allowance or disallowance provided for in this contract. The understanding is incorporated into this contract upon execution. (4) Failure by the parties to agree on a final annual indirect cost rate shall be a dispute within the meaning of the Disputes clause. (e) Billina rates. Until final annual indirect cost rates are established for any period, the Government shall reimburse the Contractor at billing rates established by the Contracting Officer or by an authorized representative (the cognizant auditor), subject to adjustment when the final rates are established. These billing rates-- (1) Shall be the anticipated final rates; and (2) May be prospectively or retroactively revised by mutual agreement, at either party's request, to prevent substantial overpayment or underpayment. (f) Ouick-closeout orocedures. Quick-closecut procedures are applicable when the conditions in FAR 42.708 (a) are satisfied. (g) Audit. At any time or times before final payment, the Contracting Officer may have the Contractor's invoices or vouchers and statements of cost audited. Any payment may be (1) reduced by amounts found by the Contracting Officer not to constitute allowable costs or (2) adjusted for prior overpayments or underpayments. (h) Final payment. (1) The Contractor shall submit a completion invoice or voucher, designated as such, promptly upon completion of the work, but no later than one year (or longer, as the Contracting Officer may approve in writing) from the completion date. Upon approval of that invoice or voucher, and upon the Contractor's compliance with all terms of this contract, the Government shall promptly pay any l Page 37 of 51 _J
l' NRC-04-96-059 Section I I.4 (Continued) balance of allowable costs and that part of the fee (if any) not previously paid. (2) The Contractor shall pay to the Government any refunds, rebates, credits, or other amounts (including interest, if any) accruing to or received by the Contractor or any assignee under this contract, to the extent that those amounts are properly allocable to costs for which the Contractor has been reimbursed by the Government. Reasonable expenses incurred by the Contractor for securing refunds, rebates, credits, or other amounts shall be allowable costs if approved by the Contracting officer. Before final payment under this contract, the Contractor and each assignee whose assignment is in effect at the time of final payment shall execute and deliver-- (i) An assignment to the Government, in form and substance satisfactory to the Contracting Officer, of refunds, rebates, credits, or other amounts (including interest, if any) properly allocable to costs for which the Contractor has been reimbursed by the Government under this contract; and (ii) A release discharging the Government, its officers, agents, and employees from all liabilities, obligations, and claims arising out of or under this contract, except-- (A) Specified claims stated in exact amounts, or in estimated amounts when the exact amounts are not known; (B) Claims (including reasonable incidental expenses) based upon liabilities of the Contractor to third parties arising out of the performance of this contract; provided, that the claims are not known to the Contractor on the date of the execution of the release, and that the Contractor gives notice of the claims in writing to the Contracting Officer within 6 years following the release date or notice of fina] payment date, whichever is earlier; and 1 (C) Claims for reimbursement of costs, including reasonable incidental expenses, incurred by the Contractor under the patent clauses of this l contract, excluding, however, any expenses i arising from the Contractor's indemnification of the Government against patent liability. Page 38 of 51
l I NRC-04-96-059 Section I .5 52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990) I (a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $0.00 or the overtime premium is paid for work-- (1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature; (2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting; (3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or (4) That will result in lower overall costs to the Government. (b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall-- (1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime; ) (2) Demonstrate the effect that denial of the request will I have on the contract delivery or performance schedule; i (3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each affected contract; and (4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel. [End of Clause) i Page 39 of 51
NRC-04-96-059 Section J LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS PART III SECTION J - LIST OF ATTACHMENTS 7.1 ATTACHMENTS (MAR ?.987) Attachment Number Title 01 Billing Instructions 02 NRC Contractor Organizational Conflicts of Interest 03 NRC Handbook 3.8 04 Contractor Spending Plan (CSP) Instructions 05 Payment Information Form 06 Uni of TX System, Dobie Ltr dtd 12/01/92 07 Indemnity 08 Procedures for Resolving NRC Contractor Differing Professional Views l Page 40 of 51
NRC-04-96-059 Section J 1 BILLING INSTRUCTIONS FOR COST REIMBURSEMENT TY?E CONTRACTS General: The contractor shall prepare vouchers / invoices for reimbursement of costs in the manner and format described herein. FAILURE TO SCBMIT VOUCHERS / INVOICES IN ACCORDANCE WITH THESE INSTRUCTIONS WILL RESULT IN REJECTION OF THE VOUCHER / INVOICE AS IMPROPER. i Number of Conies: An original and three copies, including supporting docu aentation shall be submitted. A copy of all supporting documents must be attached to each copy of your voucher / invoice. Failure to submit all the required copies will result in rejection of the voucher / invoice as improper. i Desionated Acency Billino Office: Vouchers / invoices shall be submitted to the following address: I U.S. Nuclear Regulatory Commission i Division of Contracts - T-7-I-2 Washington, DC 20555 HAND DELIVERY OF VOUCFEFS/ INVOICES IS DISCOURAGED AN WILL NOT EXPEDITE PROCESSING BY NRC. However, should you choose to deliver j vouchers / invoices by hand, including delivery by any express mail services or special delivery services which use a courier or other person to deliver the voucher / invoice in person to the NRC, such vouchers / invoices mua; be addressed to the above Designated Agency Billing Office and will only be accepted at the following location: U.S. Nuclear Regulatory Commission One White Flint North 11555 Rockville Pike - Mail Room Rockville, MD 20852 HAND-CARRIED SUBMISSIONS WILL NOT BE ACCEPTED AT OTHER THAT THE ABOVE ADDRESS. Note that the official receipt date for hand-delivered vouchers / invoices will be the date it is received by the official agency billing office in the Division of Contracts. Acency Payment Office: Payment will continue to be made by the office designated in the contract in Block 12 of SF 26 or Block 25 of SF 33, whichever is applicable. Freauency: The contractor shall submit claims for reimbursement once each month, unless otherwise authorized by the Contracting Officer. Format: Claims should be submitted in the format depicted on Page 41 of 51
NRC-04-96-059 Section J the attached sample form entitled " Voucher / Invoice for Purchases i and Services oth>r than Personal" (see Attachment 1). The sample format is provided for guidance only. The format is not required for submission of a voucher / invoice. Alternate formats are permissible provided all requirements of the billing i instructions are addressed. The instructions for preparation and itemization of the voucher / invoice are included with the sample form. Task Orderina Contracts: If the contractor bills for more than one task order under a voucher / invoice, detailed cost information for each individual task order shall be submitted, together with a cumulative summary of all charges billed on the voucher / invoice. This includes all applicable cost elements discussed in paragraphs (a) through (n) of he attached instuctions. Fee Recovery Billinos: Pursuant to the provisions of 10 CFR Part 170 and 171 on license fees, the NRC must recover the cost or work performed. Accordingly, the contractor must provide the total amount of funds billed during the period, fiscal year to date and the cumulative total for each task or task assignment by facility or report. The fee recovery billing reports shall be on a separate page, and shall be in the format provided in. The billing period for fee recovery costs should be from the first day of each calendar month to the last day of the same month Each separate fee billing report must be attached to the monthly invoice and cover the same period as the invoice. Each report will contain a docket number or other unique identifier. The NRC will provide a unqiue identifier for all work performed. Costs should be reported as whole number to the nearent cent. For work that involves more than one facility at the same site, each facility should be listed separately and the costs should be split appropriately between the facilities. Common costs, as defined below, shall be identified as a separate line item in the fee recovery billing report each month. Common costs are those costs that are not licensee unique and associated with the performance of an overall program that benefit all similar licensees covered under that program or that are required to satisfactorily carry out the following: preparatory costs include costs associated with the following: preparatory or start-up. efforts to interpret and reach agreement on methodology, approach, acceptance criteria, regulatory position, or technical reporting requirements; efforts associated with the " lead plant" concept that might be involved during the first one or two plant reviews; meetings and discussions involving the above efforts to provide orientation, background knowledge or guidance during the course of a program; any technical effort applied to a docket or other unique identifier; and project management. Common costs must be reporting monthly for each docket or unique identifier. Page 42 of 51
NRC-04-96-059 Section J Common costs must be computed based on the proportion of direct costs incurred against each docket or unique identifier for the -billing period. Billina of Cost After Expiration of Contract: If costs are incurred during the contract period and claimed after the contract has expired, the period during which these costs were incurred must be-cited. To be considered a proper expiration voucher / invoice, the contractor shall clearly mark it " EXPIRATION VOUCHER" or " EXPIRATION INVOICE". Final vouchers / invoices shall be marked " FINAL VCUCHER" OR " FINAL-INVOICE". t Currency: Billings may be expressed in the currency normally used by the contractor'in maintaining his accounting records; payments will be made in that currency.. However, the U.S. dollar equivalent for all vouchers / invoices paid under the contract may { not exceed the total U.S. dollars authorized in the contract. Supersession: These instructions supersede any previous billing instructions. l l l l I l i Page 43 of 51
NRC-04-96-059 Section J IILLING INSTRUCTIONS FOR COST REIMBURSEMENT TYPE CONTRACTS ATTACHMENT 1 INVOICE / VOUCHER FOR PURCHASES AND SERVICES OTHER THAT PERSONAL (SAMPLE FORMAT) official Acency Billino Office (a) Contract Number U.S. Nuclear Regulatory Commission Task Order No.(If Applicable) Division of Contracts MS: T-7-I-2 (b) Voucher / Invoice # Washington, DC 20555-0001 (c) Date of Voucher / Invoice Payee's Name and Address (d) Fixed Fee Individual to Contact Regarding this Voucher Name: Tel. No.: _ (e) This voucher represents reimbursable costs for the billing period for billing period from though Amount Billed Current Period Cumulative (f) Direct Costs (1) Direct labor * (2) Fringe Benefite ( if computed as percentage) (3) Capitalized nonexpendable equipment ($50,000 or more - see instructions)* (4) Non-capitalized equipment, materials, and supplies (5) Premium pay (NRC approved overtime (6) Consultants * (7) Travel * (8) Subcontracts * (9) Other costs
- Total Direct Costs (g) Indirect Costs (A) Overhead
% of (Indicate Base) (B) General & Administrative Expense ,% of Cost Elements _Nos. Total Direct & Indirect Costs (h) Fixed-Fee (cite Formula): l l (i) Total Amount Billed ( (j) Adjustments (k) Grand Totals (Requires Supporting Information -- See Attached) o l Page 44 of 51 1
l NRC-04-96-059 Section J SAMPLE SUPPORTING INFORMATION
- 1) Direct Labor - S24.000 I
Labor Hours Cumulative L Category Billed Rate Total Hrs. Billed Senior Engineer I 100 $14.00 $1400 975 Engineer 50 $10.00 $500 465 Computer Analyst 100 $5.00 $500 320 $2400
- 3) Capitalized Non-Expendable Ecuipment Prototype Spectrometer - item number 1000-01
$60,000 l-4) Non-capitalized Ecuipment, Materials, and Supolies 10 Radon tubes @ $110.00 = $1100.00 6 Pairs Electrostatic gloves @l50.00 $900.00 = I $2000.00
- 5) Premium Pay Walter Murphy - 10 hours 2 10.00 Per Hour = $100 (This was approved by NRC in letter dated 3/6/95)
- 6) Consultants' Fee l
Dr. Carney - I hour @ $100 = $100
- 7) Travel Start Date Destination Costs 3/1/89 Wash., DC
$200 I l 4 i a Page 45 of 51
a NRC-04-96-059 Section J J INSTRUCTIONS FOR PREPARING COST INFORMATION FOR NRC CONTRACT VOUCHERS / INVOICES j 1 Preparation and Itemization of the Voucher / Invoice: In order to constitute a proper invoice, the contractor shall furnish all the information set forth below. These notes are keyed to the entries on the sample voucher / invoice. l Official Agency Billing Office: ' Address the original and 3 copies of the voucher / invoice, together with supporting documentation attached to each copy to: U.S. Nuclear Regulatory Commission, Division of Contracts, MS: T-7-I-2, Washington, DC 20555-0001. j Vouchers / invoices delivered by hand, including delivery by express mail or special delivery services which use a courier or other a person to deliver the voucher / invoice in person to the NRC, should be addressed in accordance with the foregoing and delivered to: U. S.. Nuclear Regulatory Commission, One White Flint North, 11555 Rockvil'le Pike - Mail Room, Rockville, Maryland 20852. Hand-delivered vouchers / invoices will not be accepted at other than the i above address. Note, however, that the official receipt date for hand-delivered vouchers / invoices will be the date it is received by the official agency billing office in the Division of Contracts. Payee's Name and Address..Show the name of the contractor as it i appears in the contract and its correct address. When an approved assignment has been made by the contractor, or a different payee or addressee has been designated, insert the name and address of i the payee. Indicate the name and telephone number of the individual responsible for answering any questions that the NRC may have regarding the invoice. The following guidance correspcnds to the entries required on the sample form. (a) Contract Number. Insert the NRC Contract number. 1 Task Order Number, if applicable. Insert the task order number. (b) Voucher / invoice number. The appropriate sequential number of the voucher / invoice, beginning with 001 should be designated. i contractors may also include an individual internal accounting number, if desired, in addition to the 3-digit sequential number. (c) Date of Voucher / Invoice. Insert the date the voucher / invoice is prepared. (d) Fixed-Fee. Insert total fixed-fee. Include this information as it applies to individual task orders as well. i (e) Billing Period. Insert the beginning and ending dates (day, Page 46 of 51
- -. - - ~. _. ~ _. ^ NRC-04-96-059 Section J month, year) of the period during which costs were incurred and for which reimbursement is claimed. (f) Direct Costs - Insert the amoo~ billed for the following cost elements, adjustments, suspen. ns, and total amounts, for i both the current billing perics and for the cumulative period (from contract inception.to ene date of this billing period). (1) Direct Labor. This consists of salaries and wages paid l (or accrued) for direct performance of the contract itemized as follows: Labor Hrs. Cumulative Category Billed Rate Total Hrs. Billed 1 \\ a l (2) Fringe Benefits. This represents fringe benefits ? applicable to direct labor and billed as a direct cost. i Where a rate is used indicate the rate. Fringe benefits j included in direct labor or in other indirect cost pools should not be identified here. i (3) Capitalized Non Expendable Equipment. List each item } costing $50,000 or more and having a life expectancy of j more than one year. List only those items of equipment for i which reimbursement is requested. For each such item, list ] the following (as applicable) - (a) the item number for the specific piece of equipment listed in the property 1 schedule of the contract; or (b) the Contracting Officer's approval letter if the equipment is not covered by the property schedule. (4) Non-capitalized Equipment, Materials, and Supplies. These are equipment other than that described in (3) above, plus consumable materials, supplies. List by category. List items valued at $500 or more separately. Provide the item number for each piece of equipment valued at $500 or more. (5) Premium Pay. This enumeration in excess of the basic hourly rate. (Requires written approval of the Contracting Officer.) (6) Consultants. The supporting information must include the name, hourly or daily rate of the consultant, and reference the NRC approval (if ne* specifically approved in the original contract). Start Date Destination Costs From To From To S (8) Subcontracts. Include separate detailed breakdown of all costs paid to approved subcontractors during the billing Page 47 of 51
NRC-04-96-059 Section J period. (9) Other Costs. List all other direct costs by cost. element and dollar amount separately. (g) Indirect costs (overhead and General and Administrative i Expense). Cite the formula (rate and base) in effect in accordance with the terms of the contract, during the time the costs were incurred and for which reimbursement is claimed. (h) Fixed Fee. If the contract provides for a fixed fee, it must be claimed as provided for by the contract. Cite the formula or method of computation. The contractor may bill for fixed fee only up to 85% of total fee. (i) Total Amount Billed. Insert the total amounts claimed for the i current and cumulative periods. (j) Adjustments. For cumulative amount, include outstanding suspensions. (k) Grand Totals. Further itemization of vouchers / invoices shall only be required for items having specific limitations set forth in the contract. t l l ? Page 48 of 51
_. ~. _ 1 (~ i NRC-04-96-059 Section J l L i FEE RECOVERY BILLING REPORT FIN: Facility Name or Report
Title:
i l 1 TAC or Inspection Report Number: (or other unique. identifier) i Docket Number (if - applicable) : ) O _ Cost. -Period Fiscal Year Total ' Categories Period Amt. Cost Incurred To Date Costs' Cumulative' Costs Labor l Materials Subcontractor / l Consultant Travel-Other (specify) i 1 Common Costs Total i Remarks: l ) ) I 1 Page 49'of 51
v MAXIMLJM DILLING DETAIL POSSTBLE l FROM UT-AUSI1N'S OFMCE OF ACCOUN11NG UT-Austin's basic billing format (see sample attached) is similar to l that of the Nuclear Reeulatorv Commission. UT-Austin provides information identifying the particular sponsored billing amount as well as the cumulative billing l project, the current amount. The backup that UT-Austin can provide includes the name of each-individual and the salary amount paid, copies of vouchers for any 4 and a travel sheet summary which consultants and/or equipment, details dates of the trip, purpose of the trip, the travelers involved, l and the costs involved with the uip. UT-Austin is unable to provide details regarding the rate of pay for each employee salary and/or consultant. That information S unavailable to the Office of Accounting, but could be obtained from the Principal Investigator's department if requested for an audit. 2 billings by automating as much as UT-Austin tries to expedites to the volume of the billings (over $7,000,000 per 1-possible due j month) as well as to increase the accuracy of these billings. 7 i ?
- 4m
~ f STATE dkTEX/., PURCHASE VOUCHER _., = - ~ E~lktch No,
- c. Agency th d.
>oe ~ 721
- c. Agenev' Vnucher No.
L".J u, -L Requisitiort No. ih. Order Date g 11/12/91 [ Agency Name T1 DEPT OF CRIMINAL JUSTICE-INST DIY
- m. Board of Controi No.
L Pevee Reference No. Nee Date 26-4227-57 002 412 1Ac(92-93) 0023 A. vowse e = p 03/31/92 22,278 15 ~- h n FM l_ ]
- 7
- g;",',
- g roller's Vendor LIL No.p. Agency Voucher No.
22',278 15 'a '217217012 l . Pay Tc (Name, Address. Qty, State, Zip > 1 i i IE UNIVERSITY OF TEKAS AT AUSTIN . TICS OF ACCOUNTING t i , O. BOX 7159, AUSTIN, TX 78713 t ^ EXPLWDiTURES { f!! NOM *Wd e5 ^ I F CODE AMO.WT EE U.T. ORDER NO. AMOtA'T ~ DESCRIPTION OF ARTICLES OR SERVICES i ?E [ 01/92 costs INet:RRED IN ACCORDANCE VITH IAC(92-93) 0823 BETWEEN THE UNIVERSITY OF TEXAS AT AUST*N AND 22,278.15 ! RU TX DEPT Of CRIMINAL JUSTICE-TNST DIV 3F bOGN DEVELOPMENT OF FAMILY SUPPORT SERVICES FOR FAMILIES '31/92 TO BE REL, EASED INEATEC l REIRBURSABLE EXPENSES PER ATTACHED LISTINGS. ) i 'I l PPLICABLE KATERIALS AND S'JPPLIES IN THIS VOUCHER VARRAN'f(S) WILL E DEFOSITED j .VE BELsf PURCHASED IN ACCORDANCE VITH ARTICINTO A LOCAL 5 AccovNT } LF 16 I lCTION 21 OF THE CONSTITUTION." i m 1 AGENCY CERTLFICATION-I certify that the above servces were rendered, or goucs receW and that they conespond n every particuw wm JDOR CERTIFICATION- 'm'*oice a'*et under eich thev were procured a i " vue. and unped. i 6 JAKES E. BEDRICH ~ d0 1 j g,,ASSOO. DIRECTOR OF ACCOUNTING _ a.-. w. n.u... -- { .g d that I arn duty authorized to make tnis certification for and on 19 - THE UNIVERSITI 0F TEXAS AT AUSTIN Or.e Approved foe N,yment __ gg m .wv Tei.e n.a. )' further certify that the attached invoice ts correct W that et orres?onds in every particular with the supphes and/ct, services PRCES ABOVE ARE APPROVED I gtrg for. I hrther certsfy that the account is true, co-rect. ~ By
d I v i THE IMIVERSITY OF TEXAS AT AUSTIN l Aumn. texas 7:7n i i i
- e of Accounting l
c 1 3 Contract IAC(82-83) 08:3 03/01/92 THRU 03/?t/92 Cost im:uned for the Period cf Supporting Public Voucher No. _ oo2 185,333.00 TOTE C0tfrRACT: 'l Current To Date d Period Description 26.306.00 14.60%.00 4.235.39 SAL & WAGE ON CAMFU$ 3.147.01 504.37 FRINGE BEN ON CAMPUS 54.06 420.10 l SUPPLIES 276.94 268.00 MATERIALS & SERVICES 285.00 3,421.98 3 TaAVEL-00MFATIC 3,385.00 844.22 EQUIPWENT 522.14 j OVERHEAD CN CAMPU$ 24 nsc,04
- 2.278.15 TOTAL ano ask for BILLY BLAYLOCK For addittor.at information call 512/471-6231 s
t j s 4 j % d227-57
09tstLP 1N3M3MI135 anHQY31 506S15f 93'49U S E8 16 CO IN3W3d!135 33H0V3A 0707550 5851 SS*L9C R ES 4t CO AN3W2WTt1M 43H0V31 -SS'Lec $ 36 63 30 95'49C H3174 41135 33H0Y31 es 45-r 7.2P-93 sett SS3SSV 75/A cot 96te $ 36 it C0 SS315V 15/A teostLP 59'EC 06th $ E6 &L to SS3SSV is/A ocortte -19'sc 69'GC $ E6 63 Z0 1Ynu231 1SA 69'SC P445-1337-93 0615 IOM 9609150 RAOS150 09 t6 S Ce at so 104 095: = $ 56 LI CO 106 59094tP 05'06 -09'C6 $ 56 63 30f 011YSf43JWC3 S,53MNOM 00*c6 FtLS-LCtt-9C 595L 10n LStrtte CC PG S 36 63 50 08)t CC'ts N3dM03 1N3HA01dW3Mt FtLC*LSt>-97 39bb ISYO 796C44P 41 675 AL' cts $ 36 65 50 94t1 S,ESA01dW1-tCVO K'J1TM F649-15E7-93 91k& S 1970 PS6Ct5( 53'951 S E6 63 30 SL&L e SE'9:1 35VHS S,53A07dM3-ISYO 5185 P649-a339-9C P90ptt' DNIaVHS WO!W33d 95'909 t 38 6: EO 0468 8t's00 390NIS-:,'NInvHS nn!W34J ttLE-LZCP-93 041& S yor '12M -E89 $499?E OC*tS9'E 5 26 FC CO 'NCS311?W -SBD 6498FE Ocst P.YH13VW SLS$tt 00*666 $ E8 1C CO d 313HOIN '3800N -SBD 00*909 049877 $ C6 se c0 V12MVd *NI187W -580 6496t! 00*666 $ 36 lC CD 0 N011BV0 'N3350 -Sa0 S196FI 00*6t3 9 E4 IC CD '9839N340s -SHO s FSI7 SL98Fr 00'666 $ 36 1C CO 9 SINN30 'N0513N -SBD 00*665 6496FI $ :$ tc CO a A3173M *1u3Hoox -S3D l 00' COP 81.947 S co Sc to V YQNI7 *307AV3NA5 -CWO 00*66) $4967 S T,6 tC CO P A343!3**S3MVP -SUD 00'86) $ 28 6C CO 00'GSI 143chAC satem/7vs CCl) EL LS-Lt3F-9E 64967 a 7003ssu 'noo71vW -t3D 00'Eus*6 00'EOC's S C6 SC CO 0561 = L/d-SSV10-53cvm/795 Orts ents-isz,-se $4968 00'59L*C S 7 V73MVd *15N00 -SNS i OsS6 l OQ'S84*C *
- Z8 tC SO e
1/J-NINOV-SBSVA/1YS Obit C6L9-13Z7-95 8496f 00'499'9 5 M IN01 *NosNMo? -Cwo 9589f l 00 LSS*C $ C6 LC CO M INC1 'NOSNHOP =$50 i 1054 9CS9: 00'cCc't S C6 63 30 M INO1 'NOSNHCP -Sa0 00*499'E S 35 65 401/4-A1100VJ-S30VM/775 on asno tott ELLS-LCEF-95 Hot 14tworw so 2Mv8 ira Avil 'on InnoMy l [ ?;g - Nnosov I l l
==.emm me www wouwwe 6Tiw iVNisIa5 s6'12ia A* l gonoA neoang p i--- Ng toogs - ~ - - - --- 175IfNi: gc6% rEDIS NOI1Yntc1NOO ,~. isuossad usy,1, Jaq30 Se0pa l ,_,,) sasetpJnd.loj Jaq noA o! Mind t
Public Veucher fer Purchases (~' .rvices Other Than Personal CONTINUATION SEEET G.D.E!T. PP CBI.M!NAL _QTRE;[91 piv. _ _.,, _, _ _, _. ht No.. _ 2 c= men m i I NA44E oE Dt3C3IFisvN - PO. DAY YR, AMOUNT l ACODUNT [*'Q 26 4227-5714 1196 38tR MQ j C2 20 92 5 321.73 ORP NATCHING TEACHER RETIRENENT 03 11 82 5 321.73-i 1080 321.73 TEACHER RETI".4 MENT 03 11 92 5 8 1196 '3101 321.73 3160 TEACHtR RETIRCNENT S 26-4227-5750 1315 POSTAL btRVICES 02 24 $2 $
- 1. *J 3 1396 NETER NAIL 03 03 62 $
2.02 14a.00 17"3 METER MAIL 03 os s2 s .58 j 2243 0174216 -SUPPLY 030692 03 12 92 $ 1315
- 3272, METER MAIL 171.84 26-4227-5750 1401 CCNSUNASLE SUPPLIES 19.02 03 04 92 5 31.92 22I3 0174216 -SUPPLY 030692 03 2S 92 $
3.12 '4476 0175345 -SUPPLY 032582 03 30 $2 $ 1401 = s4.m Ot7teso -suPPLv ossos2 s 'Sta s 1447 26-4227-5750 MAIN 1/REPAIM-30ffWARE03 04 92 $ 105.00 8487 105.00 $0FTWARE EXCHANGE 35739 1202 26-4227-477* TRAVEL 4IN-STATE MILEAG 84.00 i 03 02 92 5 St.co 24282 DURST. PAmfLA L 03 02 92 s 51.00 DURST. PAMCLA L 03 11 92 S 34284 51.00 .40123 4AMFA. RICHEY d 03 11 92 s 31.00 140130 00HN50N. TONI K 03 11 92 5 1202 288.00 140132 VEI ICA 26 I227-57tso todo PURCHASE OF CO@ EO-c 3.385.00 03 04 92 $ 1840 3.3e5.00, 235815 AES COMPUTERS 26-4227-5700 7312 INDIRECT COST Rtc ST 522.14 03 31 92 5 7312 522.14 111$836 CONTRACT OVERMEAD 5 5 22.278.15 4 1 4
L23es15 /o ler Nbr: COVP1985622 3 Dodtfnent ID: .te: 03/04/92 v ....~ 4 tgat 1
- VOUCHER COVER SHEET ******
ATTACHMENTS REQUIRED: y , 4. JULIE W CUNNIFF,il Code: 21400 SPECIAL PAYMENT DATE: fam: 8 aber: 471_0562 Justification (required): l $f. SWJWC Ma .1 ID: _. e ' r,, D: 17423221716001 j,.* ^ AES COMPUTERS jy " 2600 LONGHORN BLVD. u 1 SUITE #104 M i 1,. ~ AUSTIN, TX 787590000
== Description:== 4.4 1 e P91A AES COMPUTERS 4PUTER FOR CRIMINAL JUSTICE PROJE 4 .m.m a 2 T ..- -_m.....m.m.=. .= =.m. ,= m.m.m. DIST ACCOUNT OBJ PO NBR DTN AMOUNT j .m. = .m._ ._.-.m.= ~ _ _.m .m 3,385.00 / _SCRIPTION 2642275780 0200 2A2906 029203 3, 3 8 5. 0 0..(&.1 2642275780 1840 2A2906 029203 t ~.: TO 1MPUTERS U MPUTERO . n.T N f ?s 's
- p j e
%4ij P r ~ ; : r. J",;~- I .n j 5' . je. r ii i a l .g .st es.=.=== m= - -.c.c.c.c.c.c.c =.m=3,385.00: gm .s
==.=,e.=m e= =. e==.=-=.e w=.e. c= =. Total Ainount: =.c.c..= =.=.=.e. - a eme we==. e.= = =.=.a = c =.=.=.. = = _.- - - c.c =.e = = e. i CR/ PAYEE CERTIFICATION (if required):___________________d that it corresponds int ._.________ ___________________are correct an I fitrther < invoice (s) ices contracted for. trtify that the attachedr particular with the supplies and/or servenrrect and i fy that the account is true, 3: Dat.e _________________________j. i, + W 'S SIGNATURE (if required): ..&c., g ~ { yh,. Date v... t 2 M. it NEme [? JENNIFER L MCCULLOUGH Date Approvod 01/c4/92 %.. i revor Name: Logon ID: ACJM a.. I s r.T-m.
IAC (92-93) 0823 24-4227o67 AMOUNT wn DESTINATION 34.00 TO ATTEND AMitiiNG AS PAhtT OFTHERES'ONSIBillTI I PUME J t HUNTSVLLE,TX I PAMOURST /11/92-2/11/92 51.00 2 TOUR OF STATE PRISONS FOR TRANING PUREES. L234282 GATESVILLE,TX PM DUnST 2/12/91-12/12/91 51.00 1 L234284 SAME AS ABOVE. e GATESVILLE,TX 1 RICEY MES 2/10/92-2/10/92 51.03l [ 1.220129 [ SAME AS ABOVE. SAME AS ABOVE. 10mansco 51.00 L240130 ' SAME AS A00VE. SAME AS AEdVE l t0A we f L240102 288.00 TOTA'- i l r i (, e P I ( I f f J l u I - ~ - -
l 1 1 S'et 3104-tf to0 o sw e e b 0*"
- PUBUC VOUCHER FOR PURCHASES AND o a,o u a rma m er u ns s a.
SERVICES OTHER THA.N PERSONAL ) o,, ~ / L *-=*rw I SC>tAma No. l c'*'"*,nM meo lDAtt VOUChm PMPAltpo os/st/sa P AnD BY l ,,7, 'd7 oCE&N0 GRAPHIC INST INC 08/30/92__ J5C1-91 te00 g i ~flEOut$lT1014 8eUMeet A40 DATE t gggg l { 1 TCXAE AT AUSTIN OAtt sWVoice AGC2svr0 l gag FHf IMIVERs1TY OF Ol'PICE 05' Acc0LWTING .E
- 9. O BOX 7199 DlWOUNT Tenent AUSTIN. TEXA3 7871;d=715s 3
888 ] rAvcC*c Accetwf u,M,eBfR 26-3905-10 { ATTN: 26-3905-10 GOVERNMENT StL MuestEA WEfGdT TO / UNIT PRICE l AWOUNT
- D FB004 4
OU ^N' it) Ants:tas ce senVICES.cs v. redee.i ' 8 7Y cos? l pse I f e supet,er descripHen, item nummer o.een rwwdste sed einer informate n owned necessaryl UAER CATE DF (Ent i e Daft DELivgny canFR og sgavsce Reimbursable costs incurred for os/ot/s2 research and development services 20,847.75 THau l oe/24/s2 specified in Coritract l JSC1-91 4800 8 \\ l certify that all, payments requestedare for appropmte purposes i I accordaece with the aoraements set forth in the application and award documents. t 1 l I orteinee si,a er s e.c.e m on ASSOCIATE DIRECTOR OF ACCOUNTING l j i TOTAL 20,SA7.75 ] d Payee must NOT use the space below! I j f DIPS Ep.ENCES j e menownies sneetW if necessary) EXCHANGE SATE 1 I APPRoytu con Previsionet mment s.4 ject te later audit. j PAYMENT L J j m yg 1 -{ N' ) PAstTIAn. i Anwnt veritiet; correct ter j j 1c NAi, - J si, t<a or 1-iws:s> T T m., ,smoonEss s oEo =nt. wasat ta masent venws ec. # serv +v inst this voucter is correes aw proper ter w, J AcreAsscs ~ ~ (Trtle) l (Authori6ed Cert,tvMe fitficat}z ACCOUNTNG CLASSIRCADON l 8F'**) xy,,, ~ 7r, I r,. c,,c,, -1, ri.y. A tv.; J i .. j A.,ne. A g...ontrei a.e., c - A.uw, I o=jw ~ .r.,ri u c., A,. Co.. t i r I e i i i 1 J j f i I i I i I i i l } l l ~ I oN <=.me.4. J j l es.ex,wun eu mAsvasm o. = u~ re, meu e m u.s. u - 1 P AYE64 DATE I b CASH lPER 3* ~* anew. insect came of corrency,- -~a aan er oce person, are, sigentur.e va.tr M f e a... i ie. i -a
- --, --= _ -. - - i i I, ~ v j_ TIE UNIVERSITY OF TEXAS AT AUSTIN l AUSTtN. TEXA5 1s*t! I j 1 of Accounting Contract asC1-st woo a o3/ot/s2 Twau os/st/e2 Cort incirred for the Period of Suppviting I%Iic Voucher No. _016 set.164.00 TOTAL CONTRACf: C4rient To lhte Perloc Description 127.921.00 8.260.00 32.676.80 SAL 4 WAGE ON CAMPUS 2.331.18 3.611.64 rR!NGE SCM MN CAMPUS 19.75 23.962.37 SUPPLIES 1.136.36 1.158.11 MATERIALS & SERV!CE5 8.00 10.862.30 COMPulte T!ME & Gurs 2.331.C3 S4.872.88 EQUIPNENT RENTAL 6.761.43 CVERMEAD ON CAMPUS - 230.0c6.20 20.847.75 TOTAL For acd1Llore) inf omation call 512/471-6231 aw ack for SABRA CANNCN e j e N ad ScNaio
1 ~- PokUc Vaucher for Purchases r JCes Other Than Personal CONTINUATION 5KEET W9.0.CgyG,R_APH,1C _ INS,T,,I_T. 31 met No....t of Bureau Voucher Ng 016.. mar ra. euntau. on estr =m I I HER NQ NAME OR DESCRIPTION HQ. DAT TR; AwocNT N 'l4-3905-1012 1110 SAL / WAGES-ADMIN F/T 479 GRS-AUSTIN VAMES A OR 03 21 92 5 3.064.00 C3 31. 9,2 5 3,077.00 679 CR$- FULTHORPE. CRAIG S 1110 G.141.00 26-3905-1012 1120 SAL /WACES-CLASS-F/T 86 7 s CRS-MOSER, KATHRYN A C3 31 82 5 2.069.00 1120 '2,059.00 26-3505-tota 1905 LONGEVITY PAY C3 31 Sf $ 40.00 479 LNC-MCSER, KATHRYN A 1679 LNG-AUb11N. JAMES A wR C3 21 92 $ 20.00 1135 5 60.00 2C-3605-1014 .tiin PREMIUN $ HARING-SINGLE O2 29 92 $ 449.30 6064 PREMIUM SHARING 117C 449.30 26-3905-1014 1175 CASI-EMPLOYER'S SHAREc2 sc 02 5 416.77 1175 3984 CASI 5 416.27 a 20 0005-1014 1974 ~ CASI-ENPLOYER's MATCHO2 29 92 5 655.74 1176 3984 OASI 5 655.74 26-3905-1014 1180 UNEMPLOYMENT COMPEN c2 2e s2 s s.e4 1180 4257 UCI 5 8.84 2e-3 sos-solo 1985 WORKER'S COMPENSATION 02 29 S2 s 113.60 14065 wC1 02 11 89 5 113.60-03 to 92 5 66.08 15093 wc1 1185 15094 WC1 5 66.08 26-3905-1014 1190 VSL ACCDOAL O2 09 92 5 99.40 16039 V/CL ASSESS 03 11 92 5 57.62 15096 V/5L ASSES $ C3 11 92 5 99.40-1190 15103 V/5L ASSE5S 5 57.82 26-3905-1014 1195 TEACHER RETIR MATCH 442.09 02 2W v2 5 14040 TEACHER RETIREMENT 03 11 92 $ 442.91-15101 TEACHER RETIREMENT 03 11 92 S 153.44 13000 TCACstn AETIREMEWT 5 153.44 11st 26-3905-1014 1196 ord MATCHING 02 29 92 $ 691.99 114040 TEACHER RETIREMENT C3 11 92 $ 691.99-a181C1 T8&cNFR RETIREMENT 03 11 V2 3 522.69 115160 TE ACHER 1tETIREMENT 5 523.E9 1196 24-3905-10W 1304 REPROD & PRINTING SVC 4.25 C3 16 92 5 246260 MILLER BLUEPRINT COMDANY c.M 244280 PFP PHOTO LAS (TECHLab AN 03 24 c2 5 03 24 92 $ S.20 248284 MILLER BLUEPRINT COMPANY s 16.30 1304
~~ PubliC Voucher kr Purchases s' reices Other Than PeIsonal v CONTINUATION SIEF.T h t No.. 2 of Bureau Voucher NO,016.. . IT.O.CEA,NocaAp.IC Ip_i.,1pc....... .... _ S ee s D eammeur. ~&" on satan a l l AM00NT A000UNT. D 64 0. DAY YK a WAME OR ptaCk1FTlott ma No. 26-3905-1050 1314 FRf!GHT/DCLIVERY 5tRYos is A2 $ 137.75 i 17 7 A!H60RNE EXPRESS C3 30 92 $ 71.50 1314 ' ILE AIRBORNE EXPRESS 209.25 l i 26-3905-1050 tais POSTAL SERVICES 03 19 92 $ 496.68 tsts 929 COR. CovP23ssoss Leo 47es - 49e.sc 26-3905-1050 1401 CONSUNABLE h0PPLIES 03 03 52' $ 19.75 1401 UNIVERSITY OF TEXAS AT AU 19.75 248 26-3905-1060 1d04 COMPUTER PARTS & $UPPL 8.00 02 to 82 5 $404 COR. 80VTE978684 to$5a t i S 8.0u 439 26-3905-1050 1726 RENTAL OF COPY MAcm NC03 25 92 $ 2.331.03 a 1726 1761 CANON USA INC 2.331.03 26-2905-1050 1780 TELECONN-LONG DISTANCEos 24 A2 $ 11.51 ' COR. COVT5994599 Tovad9s 2152 F$LO LONG O! STANCE 02/92 03 06 S2 $ 171.36 8177 1780 182.87 26-3906-1050 sies COMMUN SERV-TELEGRANS 92.38 03 02 92 5 IS132 OMNET INC 03 30 S2 $ 69.45 1789 'ABLE OWNET INC S 161.83 26*3WUS-10$0 183G l PUR2t4ASE OF FRNSEO-N/C 69.43 03 12 92 5 1836 40914 UNIvCtGITY CF TE1rA% AT AU 3 C9 43 24-3905-1090 7310 $NDIRCCf COST alc FFD03, 31 S2 $ w.7en.43 731C 18634 CONTRACT QVERHEAC 6.761.43 20.847.7* G 6 4}}