ML20215K368

From kanterella
Jump to navigation Jump to search
Rev 1 to Requirement Outline RO-3147, Painting & Protective Coatings,Crystal River Unit 3
ML20215K368
Person / Time
Site: Crystal River Duke Energy icon.png
Issue date: 01/22/1986
From: Campbell D
FLORIDA POWER CORP.
To:
Shared Package
ML20215K358 List:
References
RO-3147, NUDOCS 8610280142
Download: ML20215K368 (64)


Text

-.. -.

I 4

i i

l t

I l

i i

i REQUIREMENT OUTLINE PAINTING AND. PROTECTIVE C0ATINGS CRYSTAL RIVER - UNIT NO. 3 i

R0-3147 l

l REVISION 1

)

DECEMBER 18, 1985 SAFETY RELATED h

i i

I j

i i

l 1

I l

i I

i IL!/A!AS n =__ t

'/

/

0)te l

l Tesign Engineer b

Al s.x k_&-

tI16/E i

VerJfichtion Engineer

( Oarte AW

$0 Sh 1

supervisor - gy oate l

8610280142 860905 l

ADOCK0500g2 i

PDR 1

P.

1 i

s i

t j

I

I I

R0-3147 RECORD OF REVISIONS Revision No.

Date Description 1

12/18/85 Revised entire specification r

l I

1 1

a i

t a

1 FLORIDA POWER CORPORATION F

I CP.YSTAL RIVER UNIT 3 Table of Contents Item Pages 7

1.00 INSTRUCTIONS TO BIDDERS 1

l 1

1:01 Invitation 1

i 1:02 Submission of Proposals 1

l 1:03 Evaluation of Proposals 3

i 1:04 Acceptance of Proposals 3

.i 1:05 Awards of Bidders and Payment 3

1:06 Shipping Information 3

l j

2:00 GENERAL CONDITIONS 5

2:01 Scope 5

i 2:02 Definitions 5

1 2:03 Equipment and Materials to be Supplied by the Contractor 5

j 2:04 Codes and Standards 5

i 2:05 Laws and Regulations 5

{

2:06 Design and Manufacturing Program 6

l 2:07 Manufacturing Errors 6

i 2:08 Bill of Material 6

i 2:09 Manufacture and Inspection of Equipment and Coatings 6

i 2:10 Shipment of Coating 7

l 2:11 Protection During Shipment and Storage 7

l l

2:12 Shipping Notices 8

i 2:13 Patents 8

l

}

2:14 Conflicts 9

l

\\

i 3:00 DETAILED REQUIREMENTS 9

i 3:01 Scope of Work 9

i 3:02 Requirements Within the Primary Containment Building 9

l 3:03 Requirements for General Plant Area Outside of 13 l

Containment Building i

3:04 Paint Schedule 18 f

3:05 Coating Work on a Turnkey Contract 19 f

a

)

4:00 INFORMATION REQUIRED WITH BIOS (Not Applicable)

[

l I

5.00 QUALITY PROGRAM REQUIREMENTS (Coating Work on a 20 j

(Turnkey Contract Only) 5:01 Quality Assurance Program 20 l

5:02 Quality Assurance Planning 21 l

5:03 Quality Assurance Documentation Requirement 21 l

5:04 Verification of Product Conformance 22 i

5:05 Disposition of Nonconformances 24

.j.

4

R0-3147 1:00 INSTRUCTIONS TO BIDDERS 1:01 INVITATION Proposals are requested by the Florida Power Corporation for the equipment, materials, and related WORK, set forth in the attached Requirement Outline, which will be incorporated in the Crystal River Plant Unit 3, located approximately five miles northwest of Crystal River, Florida.

i 1:02 SUBMISSION OF PROPOSALS 1:02.1 Original and five copies of each proposal shall be submitted to:

Florida Power Corporation P.O. Box 14042 St. Petersburg, Florida 33733 Attention:

Purchasing Agent l

1:02.2 Proposals must be received by Florida Power Corporation or post i

marked prior.to twelve noon I

1:02.3 Bidders shall fu rnish with their Proposals all

drawings, l

catalog data, and other supplementary information necessary to j

describe thoroughly the materials and equipment covered by i

their Proposal.

1:02.4 Each Bidder shall submit with his Proposal the name of the man-

{

ufacturer and the type or model of each principal item of the equipment or material he proposes to furnish.

He shall also submit drawings and descriptive matter which will show general arrangement and dimensions, appearance, principle of operation and extent of factory assembly.

1:02.5 If the equipment cannot be shipped completely factory assembled, Bidders shall include with their Proposal the number, dimensions, and weight of each shipping unit and the amount of field work required to assemble completely the equip-ment.

l 1:02.6 The successful bidder may be required to fu rnish a service representative to work with Florida Power Corporation's person-nel during the initial operation of the equipment.

The ser-J vices of this representative shall be outlined in the Proposal and the per diem charges stated separately.

1:02.7 One copy of the provisional reconsnendations for spare parts i

shall be furnished with each Proposal.

i i

t i

t a

1:02.8 Each Bidder shall include in his Proposal the cost of furnish-ing one complete set of all special tools, suitably packed and all in first class condition, which will be required for main-tenance of the equipment covered by the Proposal.

1:02.9 The price stated in the Proposal shall include all taxes and licenses which might lawfully be assessed, on the date of the Proposal, against Florida Power Corporation or the Bidder, in connection with the proposed work. Exception:

1.

If the price stated in the Proposal is for the f urnishing of materials and/or equipment only and does not include field labor for erection and/or installation, do not include Florida State Sales Tax in your bid.

Florida Power Corporation will pay such tax direct to the State of Florida.

2.

If the price includes erection and/or installation labor to be performed at the job site, the Florida State Sales and Use Tax must be paid by the Bidder on the cost of the materi als and supplies furnished.

The Bidder awarded a Contract for this WORK shall be responsible for the pay-ment of this tax to the State of Florida and should take this into account in his bid price.

1:02.10 Tne Bidders shall state in their Proposals that the materials and/or equipment will meet the Requirement Outline as set forth herein.

Any exceptions to the Requirement Outline set forth herein shall be stated clearly in the Bidders' Proposals.

1:02.11 Bidders shall also state in the Proposals the complete terms of their warranty applicable to the materials and/or equipment they propose to furnish under this Requirement Outline, and the terms of extension of the warranty in the event of repair or replacement being required.

1:02.12 Bidders shall also state, in their Proposals, the extent of their quarantees for the performance of the equipment offered and for correction of item which fail to meet the warranty.

1:02.13 Royalties and fees for patents covering materials, articles,

apparatus, devices or equipment used in the WORK shall be included in the Contract Price.

1:02.14 The Bidders shall not include, in their Proposals, the costs of insurance for equipment subsequent to receipt by the 0WNER or the job size.

1:02.15 Bidders are advised that, due to the scope of this construction p roj ect, certain materials and equipment are required of necessity to be delivered considerably in advance of the actual commercial operation of the equipment.

It is presently antici-pated that Actual commercial use, other than preliminary test-ing, of the material or equipment will not commence until 2

h

,i September, 1972.

Bidders are requested to take this into con-sideration in setting forth their warranty and guarantee terms.

1:02.16 Bidders shall set forth in the Proposals the terms of payment normal to their company or industry, including cash and/or trade discounts allowed, if any.

Transportation charges shall be stated as to whether F0B destication, Shipping Point, or Shipping Point with full freight allowed to destination.

1:03 EVALUATION OF PROPOSALS 1:03.1 The time of shipment of equipment and materials is a basic con-sideration of the Contract.

The Proposals shall be based on the Bidders' ability to complete shipment in accordance with 1

J the schedule herein and it will be necessary that the Bidders satisfy Florida Power Corporation of their ability to make I

shipment within the stipulated time.

1 l

1:03.2 It shall be understood that the evaluation of Proposals received in accordance with these Instructions to Bidders and the attached Requirement Outline will be conducted solely by Florida Power Corporation.

1:04 ACCEPTANCE OF PROPOSALS Florida Power Corporation reserves the right to accept or reject any or all Proposals.

1:05 AWARDS TO BIDDERS AND PAYMENT Florida Power Corporation will issue all purchase orders and make payment for the materials and/or equipment purchased.

i 1:06 SHIPPING INFORMATION Bidders are advised that the shipments may be made to the plant site by the following carriers.

All shipments shall be con-signed to Florida Power Corporation, Crystal River Plant Unit Unit No. 3:

Via Railroad:

Seaboard ' Coast Line (SCL) delivering carrier:

Carload shipments only destination station Red Level Junc-tion, Florida.,

L.C.L.

Shipments-destination station Crystal River, Florida.

Via Truck Lines:

Commercial Carriers-destination Red Level, Florida,

- -- ~-

Water Transportation:

A 15 foot deep barge channel has been dredged from the Gulf of Mexico to the plant site.

Contact Florida Power Corporation for particulars if barge delivery is contemplated.

Parcel Post:

P.O. Box 276, Crystal River, Florida 32629 _.

R0-3147 2:00 GENERAL CONDITIONS 2.01 SCOPE These General Conditions are applicable to equipment, materi-al s and related WORK which will be incorporated in Florida Power Corporation's Crystal River Plant, Unit #3.

2:02 DEFINITIONS It shall be understood that the following terms as used in the specifications shall have the meaning herein given:

"0WNER" shall mean the FLORIDA POWER CORPORATION.

" CONTRACTOR" shall mean the successful bidder for the WORK who will undertake the performance of the WORK required by the Contract.

" WORK" shall mean labor, services, materials and equipment as set forth in the CONTRACT DOCUMENTS.

"E00AL" shall mean equal as approved by the 0WNER.

" CONTRACT DOCUMENTS" shall mean all Drawings, Specifications and Addenda thereto as prepared and issued by the 0WNER, the Invitation to Bid, the CONTRACTOR'S Proposal, and Manufactur-er's Drawings as approved by the GWNER, all of which are part of the CONTRACTOR'S Contract with the OWNER.

These CONTRACT DOCUMENTS are complementary, and what is called for by any one of them shall be as binding as if called for by all.

Any con-flicts in the CONTRACT DOCUMENTS shall be resolved by the 0WNER.

2:03 EQUIPMENT AND MATERIALS TO BE SUPPLIED BY THE CONTRACTOR All equipment and materials furnished under Requirement Out-lines shall be manufactured within the continental limits of the United States of America.

2:04 CODES AND STANDARDS Unless specified otherwise herein, equipment and material s,

application and inspection shall comply with all governing regulations and with the applicable standard specifications and codes of USAS, ASTM, ASME, LPCEA, NIMA, EEI, IEEE, ANSI, UL and other such regular published and accepted standards.

2:05 LAWS AND REGULATIONS All equipment and WORK shall be !q accordance with the laws of the State of Florida and the Rules of the Florida Industrial Commission.

2:06 DESIGN AND MANUFACTURING PROGRAM i

2:06.1 The manufacturer's design engineer shall be prepared to visit the office of the 0WNER for design conference at such times as are required to expedite the handling of engineering matters.

2:06.2 The Contract program will be controlled by CPM diagrams and the CONTRACTOR shall provide all necessary information requested by i

the 0WNER for compilation of these.

In general, information l

required will include drawing schedules, purchasing schedules for major equipment items, and delivery dates.

2:07 MANUFACTURING ERRORS Equipment and materials shall be complete in all respects with-in the limits herein outlined.

All manuf actu ring errors or omissions required to be corrected in the field shall be per-formed by the CONTRACTOR, at his expense; or if done by the OWNER, the cost of sane shall be borne by the CONTRACTOR.

j, 2:08 BILL OF MATERIAL i

2:08.1 The CONTRACTOR shall prepare a Bill of Material covering all naterial and equipment furnished under this Requirement Out-i

)

line. The Bill of Material shall be submitted in a preliminary form with the preliminary drawing submission and be finalized approximately two weeks before the scheduled arrival time of the first shipment.

The Bill of Material shall be itemized in i

sufficient detail to permit an accurate determination of the completion of shipment of the material and equipment furnished l

under this Requirement Outline.

j 2:08.2 The mailing address for the finalized Bill of Material is:

Florida Power Corporation Crystal River Plant Unit No. 3 P.O. Box 276 Crystal River, Florida 32629 Attention:

2:08.3 All items delivered to site shall~ be marked adequately to allow identification from the Bill of Materials.

2:09 MANUFACTURE AND INSPECTION OF C0ATINGS j

2:09.1 The CONTRACTOR shall advise the 0WNER of all his major subcon-l tractors before orders are placed and he shall not place-orders with any subcontractor until approval of the OWNER has been obtained.

The CONTRACTOR shall indicate where the coatings will be manufactured and the 0WNER and/or its representative shall have the right to inspect all manufacturing facilities before approving the subcontractor. --

2:09.2 The 0WNER and/or its representative reserves the ri ght to inspect fully all phases of manuf actu re of the coatings included in the Contract.

Any item found to be unsatisfactory shall be replaced or repaired at no cost to the OWNER.

Any inspection by the 0WNER and/or its representative shall not relieve the CONTRACTOR of his responsibility for conforming to the stated conditions and shall not be considered a waiver of warranty, or other rights.

No repairs or changes in excess of original Requirement Outline or applicable codes, if requested by the inspector, shall be made without the approval of the 0WNER.

2:09.3 All shop tests required for certification and proof that the coatings conform to all applicable codes and standards shall be made at the expense of the CONTRACTOR.

Any additional tests required by the 0WNER and/or its representative shall be at the 0WNER'S expense with price to be negotiated for each individual case.

2:09.4 The 0WNER shall have the right of representation at all shop tests and they shall be notified at least one (1) week in advance of all shop tests and inspection.

2:09.5 Three (3) certified copies of all shop test data for the coat-ing, properly identified, shall be fowarded to the 0WNER for acceptance.

2:10 SHIPMENT OF C0ATINGS The manufacturer shall provide a product identity certification for each batch of paint shipped and each can shall bear on its label a batch number.

2.11 PROTECTION DURING SHIPMENT AND STORAGE Shipping and storage shall be in accordance with each coating manuf acturer's recommendations.

2:12 SHIPPING NOTICES 2:12.1 The CONTRACTOR shall provide two copies of a shipping notice describing each shipment of material.

The shipping notice shall be mailed on a schedule so that the notice will arrive approximately three days ahead of the estimated arrival time of the shipment.

2:12.2 The shipping notice shall be identified with the 0WNER'S name, purchase order number, and name of the item of material.

'T l

The mailing address for the shipping notice is:

Florida Power Corporation Crystal River Plant Unit No. 3 P.O. Box 276 Crystal River, Florida 37.629 Attention:

i 2:13 PATENTS The CONTRACTOR shall satisfy all demands that may be made at any time for royalties and fees, and he shall be liable for any damages or claims, for patent infringements.

The CONTRACTOR shall, at his own cost and expense, defend all suits or pro-ceedings that riay be instituted against the 0WNER for infringe-1 ment or alleged infringement of any patents involved in the WORK, and, in the case of an award of damages, the CONTRACTOR 4

shall pay such award.

l t

2:14 CONFLICTS

[

I In the event of discrepancies between the detailed requirements of this Requirement Outline and those of the General Condi-l tions, the detailed requirements shall prevail.

l I

i 1

P t

i

. r

.r-.-

,,4-

R0-3147 3:00 DETAILED REQUIREMENTS FOR PAINTING AT CRYSTAL RIVER UNIT #3 3:01 SCOPE OF WORK This Requirement Outline describes the materials, surface prep-aration, application, inspection and documentation of paints for Crystal River Unit No. 3 of the Florida Power Corporation.

ANSI N512, N101.2 & N101.4 have been used to provide guidelines for the contents of this requirement outline.

3:02 PAINTING WITHIN THE REACTOR BUILDING (T0 INCLUDE ITEMS TO BE INSTALLED WITHIN THE REACTOR. BUILDING) 3:02.1 Paint a

1.

Materials to be used shall be as follows:

a.

Primers:

I l

(1)

P-5 Epoxy Concrete Surfacer (Plasite 9028M1)

Wisconsin Protective Coating Corp.

(2)

P-6 Epoxy (7155NP)

Metal Primer Wisconsin Protective Coating Corp.

b.

Finishes:

1 (1)

F-5 Epoxy (Plasite 9009)

Finish Coat both concrete & metal, Wisconsin Protective Coating i

Corp.

1 2.

The materials mentioned in 3:02.1, subitem 1, shall be manufactured by the Wisconsin Protective Coating Corpora-j tion, Green Bay, Wisconsin, under their OWNER approved Quality Assurance Program. -

3.

Paint Material Identification:

I All materials shall be delivered and stored in sealed con-tainers until ready for use in accordance with manufactur-t er's recommendations.

All containers shall be clearly labeled to include batch number.

Containers bearing iden-tification other than those paint materials proposed for use and accepted shall not be permitted. This shall apply to all containers, including pails, to facilitate proper identification of materials by the UWNER.

4.

Tninners:

\\

Thinners shall not be used except as may be specified or recommended by the paint manufacturer.

t -.

5.

Services of the Paint Manuf acturer:

The services of ~ the paint manuf actu rer shall be made available for field consultation, as requi red, du ring examination and preparation of surfaces to be coated as well as during the application of finish coatings..

His advices and recommendations shall be adhered to and take i

precedence over materials and methods herein specified; however, any manuf acturer recomendations shall be brought to the attention of the 0WNER for approval.

3:02.2 Precautions The following precautions concerning coating work shall be taken:

1.

Stainless steel items shall not be painted.

2.

Metal and concrete shall not be coated when the surface tenperature of the item to be coated is below 50 F.

3 Primer and finish coatings shall not be applied when the surface temperature of the item to be coated is within 5 F of wet bulb temperature (i.e.,

< W.B.T. +

5*F).

4 Concrete surfacer shall not be applied over standing water.

5.

Complete protection shall be furnished from paint drippings to the WORK, personnel, and equipment of other trades and to the 0WNER'S property by the use of tarpaulins, drop-cloths,

nasking, or other protective covering.

All protective measures shall be taken to prevent accident and fire, to safeguard equipment and personnel, and to prevent interference with normal operations.

All tarpaulins and drop l

cloths used shall be flameproofed by chemical treatment.

Paint droppings and overflows shall be cleaned off as they occur.

i 3:02.3 Preparation of Surfaces to Be Painted 1.

Examination:

All metal and concrete surfaces to be painted, including those previously coated under another contract, shall be examined to' determine their acceptability for receiving paints and coatings specified.

Unacceptable surfaces shall be corrected by sandblasting, water blasting, acid

)

etching, power tooling, rubbi ng, or any other methods j

recommended by the coating material supplier.

The 0WNER

- [

shall be advised of corrective measures before proceeding with the WORK.

2.

Preparation:

a.

Equipment Unprimed ferrous metal supports, appendages, etc., of stainless steel items shall be prepared as described under item 3:02.3 subiten 2b.

b.

General Metal Surfaces Weld splatter shall be removed.

Sharp edges shall be ground to 1/8 min, in, radius; welds shall have an acceptable profile.

The surface shall be degreased if necessary prior to sandblasting.

Organic sol-vents, alkaline solutions, steam, hot water with detergents, or other systems that will completely remove dirt, oil, grease, etc., may be used.

The steel surface shall be sandblasted to near white metal per the latest edition of SSPC-SP-10-63T (Steel Structures Painting Council Specification). The near j

white metal shall have a clean abrasive finish with a l

minimum profile of 1.5-2.0 mils.

The 5/16 in, or 3/8 in, blast nozzle shall be supplied with dry, oil-f ree ai r at 80-100 psi. The grit used shall be a sharp silica sand or hard steel slag grit such as Black Beauty BB25, or EQUAL. Contaminated grit shall not be used for the finish WORK.

All traces of grit and dust shall be removed by brush or vacuum.

The first coating application (primer), shall be made.the same day that the blasting is performed and always before rust blooms appear on the surface.

c.

Concrete New surfaces shall have cured properly for 30 days.

Wall and floor' surfaces shall 'be hard and dense.

Laitance, loose
concrete, form release
agents, membrane curing compounds, and lenses between inter-t connecting air holes shall be removed by brush, sand-blasting, vacu-blasting, or needle gunning entire concrete surface to be coated.

Large voids on the surface which are difficult to fill because of the normal viscosity of the coating shall be individually filled with the addition of sand to the coating as recommended by the coating manufacturer.

3:02.4 Application of Coatings 1.

General Conditions Concerning Application _

Coatings shall not be applied when the surface temp-the requirements erature of the item does not meetof this specifica-a.

3:02.2(2)(3) set forth in SectionFans, heaters, spray boothes or combina thereof may be used to keep temperature and humidity ti on.

controlled to coating manuf acturer's specifications.

only be applied by approved applica-b.

Coatings shall tors, qualified by the OWNER'S qualification pro-cedu re.

c.

Pinholes and other discontinuities shall not be

present, Bolts and exposed surfaces of bolted connections shall be cleaned by wire brushing prior to applica-d.

tion of a prime coating, Manuf acturer recommendations shall be used in e e.

lishing plant paint procedures.

Metal Surf aces (to include equipment) 2.

Primer (P-6 Epoxy) shall be applied in accordance with plant procedures with a minimum d a.

Paint Schedule 3:04, Finish coating (F-5-Epoxy) shall be applied in accor-dance with plant procedures with a minimum DFT of 3.5 b.

Schedule mils unless otherwise noted in the Paint 3:04 3.

Concrete Surfaces 1

in accor-Prime with concrete surf acer (P-5 Epoxy) procedures with a minimum of com _

a.

dance with plant plete coverage of the surface unless otherwise noted in the Paint Schedule 3:04.

Finish coating (F-5 Epoxy) shall be applied in accor-dance with plant ~ procedures with a minimum DFT of 3.5 b.

mils unless otherwise noted in the Paint Schedu 3:04.

i Touch-Up 3:02.5 Wherever previously primed or painted surfaces have been destroyed or defaced, they shall be restored 1.

als of like kind. finishes shall be filled with suita smooth prior to priming and pai nting.

Loose coatings shall be removed and the area shall be feather edgN at.

=

least two inches onto firm coatings.

Where large areas of primed substrate are unacceptable, the determination to re-do the entire surface will be made by the OWNER.

When an entire surface is re-done, it shall be fully re-pre-1 pared as per 3:02.3 prior to being re-primed.

2.

Cleaning for touch-up painting over voids or damaged areas where clearances preclude the use of sandblasting may be performed by wire-brushing.

Application of touch-up pro-l tective coatings in these areas shall be made in the most

[

practicable manner.

l 3:02.6 Quality Control i

1.

Quality Control shall be exercised and checked on the coating sptems inside or to be installed inside the Reactor Building by qualified inspection personnel in accordance with plant inspection procedure at follows:

a.

Surfaces are properly prepared.

b.

Coatings are properly mixed and applied.

c.

Runs and sags snould not be present.

Major runs and sags exceeding 18 mill dry film thickness (DFT) at its thickest point shall not be acceptable.

If they do occur, they shall be removed by acceptable methods to the base substrate or to the previously acceptable coat, and then the areas shall be recoated.

Minor runs or sags that do not affect film quality and/or coating performances may be permissible.

r d.

Each coat - has dried properly prior to applying the next coat.

e.

The final coat is smooth with no fish eyes or craters showing through to substrate.

[

f.

The minimum dry film thickness is verified with a calibrated dry film thickness gauge.

g.

Additional coats over areas showing pin hol es and holidays are applied properly.

b.

Areas damaged prior to the completion of the job are recoated.

The requirements of the appropriate sections of this specification plus the coating manufacturer recommenda-tions (i.e., Technical Bulletin for each ~ coating used) shall be used to establish the acceptance criteria for the above items.

' t

Each step in the coating process (i.e., surface prepara-tion, primer application, finish coat application, touch-up) must be inspected and approved prior to the next step taking place.

2.

Quality Control records documenting the above requirements l

shall be completed and maintained in accordance with plant procedures.

ANSI N101.4 may be used as a guideline in l

developing this documentation.

3.

The coating manufacturer shall, if required by OWNER, inspect the WORK at certain intervals to ensure that the manuf acturer's recommendations ' are being followed.

The Quality Control system shall include. documentation of the final inspection of an iten or area including any repair I

performed on an item or area.

All WORK is subject to final inspection and approval of Quality Assurance and the 0WNER.

3:03 DETAILED REQUIREMENTS GENERAL PLANT AREA OUTSIDE OF REACTOR BUILDING l

3:03.1 Paint I

Surfaces to be painted are as generally indicated in item-l 3:04, Paint Schedule.

Materials to be used shall be as i

I follows:

1.

Primers a.

P Latex Block Filler (PVA Flat Mobil 79-W-8 or e

EQUAL) b.

P Emulsion (PVA Mobil 77-W-1 or EQUAL) c.

P Red Lead, Al kyd, and Linseed Oils (Mobil 13-R-52 or EQUAL) d.

P Alkyd (Mobil 13-F-22 or EQUAL)

Epoxy Filler Sealer e.

P-4A - Galvanized Metal Primer 290 White Porter Paints f.

P-5 Epoxy Concrete Surfacer (Plasite 9028M1) Wiscon-sin Protective Coating Corp.

g.

P-6 Epoxy (7155NP) Metal Primer Wisconsin Protcctive Coating Corp, h.

P Zinc-filled inorganic coating (Carbo Zinc II Carboline Company) i.

P Automotive Type High Built Lacq. Primer

2.

Finishes a.

F Enulsion (PVA Latex Mobil 79 Series or EQUAL) b.

F Alkyd Flat Enamel (Mobil 14 Series or EQUAL) c.

F Hi-Solids Alkyd Enamel (Mobil 12 Series or EQUAL) d.

F Hard High Gloss Alkyd Enamel (Mobil M and F -

20 Series or EQUAL) e.

F Epoxy (Plasite 9009 Wisconsin Protective Coat-ing Corp.)-

f.

F Emulsion (PVA Latex Mobil 77 Series or EQUAL)

F p ro. Mark Series 2500 Semi-Gloss Black Hy-Temp y

9 Coating h.

F Epoxy-polyamide (Carboline 190 HB Carboline Company) i.

F Carbomastic #3 Brown Epoxy Coal Tar.

'j.

F Carbomastic #1A Black' Epoxy Coal Tar 3.

The materials mentioned in item 3:03.1 shall be manu-f actu red by the Mobil Chemical Company, Edison, New Jersey; the Valspar Corporation,

Rockford, Illinois; Cities Service Company, Rockville, Connecticut; The Carbo-line Company, St. Louis, Missouri; or other manufacturer as approved by the 0WNER.

4.

Paint Material Identification:

Paint material identification shall be in accordance with 3:02.1, 3 except that batch number is not required.

5.

Thinners:

Thinners used shall be in accordance with 3:02.1, 4 6.

Services of the Paint Manufacturer:

a.

Services of the paint manufacturer shall be in accor-dance with 3:02.1, 5.

b.

It is possible that some items, unknown at this time, may have primed surfaces for which the schedule paint is not compatible.

If such be the case, it shall be the. responsibility of the paint manufactu rer to supply the proper coatings and techniques to be used, subject to the 0WNER'S approval. This shall apply to...

l any questionable su rf aces scheduled to receive i

paint.

The sequence of painting shall be set up as

+

amenable to the 0WNER so as to minimize interference with other crafts and.also to minimize touch-up fran construction continuity.

Supporting steel of metal grating and stair treads shall be finish coated r

before these-items are fixed in position.

Items that are al ready in place (supporting

steel, metal i

grating, stair treads, etc.) shall be wire brushed, cleaned and sprayed from above with aluminum paint.

lf 7.

The color scheme included in the paint schedule is based upon. Mobil series paint for non-nuclear grade coatings, t

Paint of other manufacturers may be used at the discretion of the 0WNER for non-nuclear 1 grade coatings.

Colors of other manufacturers approximating those indicated in the l

schedule are acceptable and may be used as directed by the OWNER.

3:03.2 Precautions Precautions shall in be in accordance with 3:02.2.

3:03.3 Preparation of Surfaces to be Painted:

1.

Examination:

I l

i Examination will be in accordance with 3:02.3.1 i

i 2.

Preparation:

l a.

Masonry Any surface projections and mortar splatter shall be l

leveled by grinding, stoning, or scraping.

All oil, grease, dust, chemicals, and other foreign matter j

shall be removed with materials recommended by the paint material supplier.

l b.

Metal:

l All surfaces to be painted shall be thoroughly clean-ed of all dust, dirt, rust, oil, grease, weld-burn, t

and other foreign matter-which would affect. the qual-i ity of the WORK, weld splatter shall be renoved along with any loose or baggy paint that~ may be attached thereto, all in accordance with the best practices of l

4 the trade as recommanded in the Steel Structu res Painting Manual.

c.

Concrete:

New surfaces shall have cured properly for at least

'30 days.

Wall and floor surfaces shall be hard and l

dense, free from laitance and loose material, and show no evidence of a weak surface.

3:03.4 Application of Coatings 1.

General conditions shall be in accordance with 3:02.4,1, c,d,e.

2.

Metal Surfaces:

Primer and finish coating (see Paint Schedule 3:04 for type of paint to use) shall be applied in accordance with plant procedu res.

Primer shall have minimum DFT of 2.5 mils and finish coat 3.0 mils unless otherwise noted in the plant schedule.

3.

Concrete Surfaces:

Primer (surfacer) and finish coating (see Paint Schedule 3:04 for type of paint to use) shall be applied in accor-dance with plant procedu res.

Primer shall have as a minimum complete coverage and finish coat a minimum DFT of 3.0 mils unless otherwise noted in the Paint Schedule.

4 Equipment in Intermediate, Auxiliary, and Turbine Build-ings:

Unprimed ferrous metal items shall be prepared as described under item 3:03.3 subitem 2b, prime painted with a P-3 (Red lead, alkyd or linseed oil) primer, 2.5 dry mil thickness, and finish painted with an F-4 (High gl oss,

alkyd) enamel, 3.0 dry mil thickness.

The aforementioned is applicable only to equipment painting not otherwise specified in individual Requirement Outlines or Specifica-tions.

5.

All coatings (primer and finish coat) shall be applied in accordance with the best practices of the trade.

3:03.5 Touch-Up Touch-up shall be in accordance with 3:02.5,1&2.

3:03.6 Special Hazard Marking Where safety colors are used, paint shall be double coated.

In areas of low headroom, obstructions below 6'-6" shall be marked with 4 in, wide diagonal bands of safety yellow and black.

Where portable fire extinguishers and hose reels are mounted on columns, a 4 ft. length of column shall be painted red and where mounted on painted masonry walls a 4 ft, square. area shall be painted red.

Belt guards and other. miscellaneous guards protecting moving parts shall be painted safety yellow.

I 3:04 PAINT SCHEDULE 1.

The paint schedule 3:04.1 (p. I thru 40) included herein accounts for major items and is indicative of general types of structures and equipment, but obviously does not account for many incidental items which shall be painted, 1

such as hangers, clamps, clips, brackets, and the like.

Generally, incidental items shall. receive the same type of paint and color as contiguous WORK.

Multiple coats shall be unlike enough in shade to permit easy naked eye identi-fication of coat; thus, if the same color is designated for two coats, the first coat shall be either lighter or darker than the finish coat.

Each coat shall achieve full hiding of the substrate surface and shall be no less than the minimun dry mil thickr.ess designated in the Paint Schedule.

Unless otherwise notad, doors and frames shall be painted the same color throughout the Project.

Finish paints scheduled shall be compatible with existing primed surfaces.

2.

Where a minimum DFT is not shown in the Paint Schedule, see 3:02.4; 2 & 3 for inside Reactor Building 0FT ' require-ments, and 3:03.4; 2, 3 & 4 for outside Reactor Building DFT Requirements.

F i

t h

4 1 -.

. -. ~.

~

3:04.1 I

FLORIDA POWER CORPORATION R0-3147 Location Structures CRYSTAL RIVER PLANT UNIT NO. 3 Page 1 Reactor Building PAINTING SCHEDULE FINISHING COATS PRIMER 1st C0AT 2nd C0AT 3rd Coat j

ITEM Type Dry Hil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS l

1.

All concrete P-5 F-5 8

White-Note No. 4 i

floors 2.

All concrete walls P-5 F-5 5

White Note No. 1 3

All concrete P-5 F-5 5

White Note No. 1 ceilings I

4 All structural P-6 2.5 F-5 3.5 White i

steel 5

Steel liner P-6 2.5 F-5 3.5 White i

6 Misc. steel items P-6 2.5 F-5 3.5 White 7.

Ductwork (shop F-5 3.5 White primed) 8.

Uninsulated carbon P-S 2.5 F-5 3.5 White

]

steel piping Notes:

1.

If required, holes, voids, and rough areas shall be filled with P-5 i

to leave a continuous surface for topcoating.

2.. Stainless steel -items shall not be painted.

3.

Supporting steel of metal grating and stair treads must be finish coated before these items are fixed in position.

4.

Full coverage of P-5 shall be provided before topcoating.

R0-3147N070-2 1

3:04.1 FLORIDA POWER CORPORATION R0-3147 i

Location Auxiliary Building CRYSTAL RIVER PLANT UNIT NO. 3 Page,2 El. 75'-0 & 95'O PAINTING SCllEDULE 1

FINISlilNG C0ATS PRIMER 1st C0AT 2nd C0AT 3rd Coat a

i ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS i

Waste evap. & reactor coolant evap. rms.,

make-up & purif. pump rms.

1.

Concrete floors P-5 F-5 8

Green 2.

Concrete walls P-5 8

F-5 3

White 3.

Concrete ceilings P-5 8

F-5 3

White F-4 3

White 4.

Structural steel (shop primed) t 5.

Structural steel P-3 2.5 F-4 3

White (job primed) 6.

Galvanized steel P-4A Two White No finish coat required 4

Coats Notes:

1.

Full coverage of P-5 shall be provided before topcoating.

At. El. 95'-0, exter-No paint nal Reactor Bldg. wall Concrete walls oppo-site R/B wall, & ceil-ings of the same area R0-3147ND70-2

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location Auxiliary Building CRYSTAL RIVER PLANT UNIT NO. 3 Page.3 El. 75'-0 & 95'O (Cont'd)

PAINTING SCHEDULE FINISHING C0ATS PRIt1ER 1st COAT 2nd COAT 3rd Coat ITEM Type Dry Mil Type Dry liil Type Dry Mil Type Dry Mil COLOR REMARKS and concrete walls and ceilings of the east-west corridor along Column Line:1, and north-south corridor along Column Line 301 P-2 F-6 Pastel Mocha All other areas at i

El. 95'-0 and all areas El. 75'-0 1.

Concrete walls P-5 F-5 5

1485 Lt. Green (to 6'-0" hyt)

Concrete walls P-5 F-5 2

1485 Lt. Green (above 6'-0" hyt) a 2.

Concrete ceilings P-5 F-5 2

27886 White 3.

Concrete floors P-5 F-5 8

Green 4.

Structural steel F-4 20-D-7 (shop primed)

Lt. Buff 5.

Structural Steel P-3 F-4 20-0-7 (job primed)

Lt. Buff f

j R0-3147ND70-2

.. ~ _

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

3:04.1 1

FLORIDA POWER CORPORATION R0-3147 3

i Location Auxiliary Building CRYSTAL RIVER PLANT UNIT NO. 3 Page 4 '

j El. 75'-0 & 95'O (Cont'd)

PAINTING SCllEDULE 1

FINISHING C0ATS PRIMER 1st C0AT 2nd C0AT 3rd Coat ITEM Type Dry Hil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS i

1 2

6 Galvanized steel P-4A Two White No finisn coat required Coats i.

j Notes:

1.

Full coverage of P-5 shall be provide'd before topcoating.

a i

1 R0-3147N070-2 e--

-.-,-v,.

- - - ~...,

,m-ir,,.c,

-- - - - =... - - -,

cw,i, w,

,,,,-,,-i,,-,.,,...v,.

.--we,.

_ -. - _ _ _ _ _ _ =

FLORIDA POWER CORPORATION R0-3147 Location Auxiliary Building CRYSTAL RIVER PLANT UNIT NO. 3 Page,5 El. 119'-0" PAINTING SCHEDULE FINISHING C0ATS PRIMER 1st COAT 2nd COAT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS i

Waste drumming area j

and decontamination i

room i

1.

Concrete floors P-5 F-5 8

White 2.

Concrete walls P-5 8

F-5 3

White 3.

Concrete ceilings P-5 8

F-5 3

White 4.

Structural ~ steel F-4 3

White (shop primed) 5.

Structural steel P-3 2.5 F-4 3

White (job primed) 6.

Galvanized steel P-4A Two White No finish coat required

]

' Coats Notes:

1.

Full coverage of P-5 shall be provided before topcoating with F-5.

2.

Walls in access hatch area painted to height of 8 feet.

3.

Paint east-west corridor to height of 8 feet.

Concrete walls and P-5 F-5 1485 Lt. Green ceilings of personnel access hatch area, east-west corridor P-2 F-6 Pastel Mocha along Column Line 1 4

& north-south corridor along Column Line 301 R0-3147h070-2 4

i

3:04.1 3:04.1 FLORIDA POWER CORPORATION R0-3147 location Auxiliary Building CRYSTAL RIVER PLANT UNIT NO. 3 Page 7,

El. 143'-0" PAINTING SCilEDULE 3:04.1 FLORIDA POWER CORPORATION R0-3147 Location Auxiliary Building CRYSTAL RIVER PLANT UNIT NO. 3 Page 6 El. 119'-0" (Cont'd)

PAINTING SCllEDULE FINIS 111NG C0ATS PRIMER 1st COAT 2nd COAT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS All other areas at El. 119'-0" 1.

Concrete walls P-5 F-5 5

1485 Lt. Green (to 6'-0" hgt)

Concrete walls P-5 F-5 2

1485 Lt. Green (above 6'-0" hgt)

F-5 2

27886 White 2.

Concrete ceilings P-5 3.

Concrete floors P-5 F-S 8

Green F-4 20-D-7 4

Structural steel (shop primed)

Lt. Buff 5.

Structural Steel P-3 F-4 20-D-7 (job primed)

Lt. Buff 6.

Galvanized steel P-4A Two White No finish coat required Coats Notes:

1.

Full coverage of P-5 shall be provided before topcoating with F-5.

-. _ -. _.. - ~ -

l 3:04.1 j

FLORIDA POWER CORPORATION R0-3147 Location Auxiliary Building CRYSTAL RIVER PLANT UNIT NO. 3 Page 9

(

El. 143'-0" (Cont'd)

PAINTING SCHEDULE t

FINISHING C0AIS PRIMER 1st C0AT 2nd C0AT 3rd Coat ITEM Type Dry Hil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS 5.

Structural steel F-4 20-D-7 (shop primed)

Lt. Buff 6.

Structural steel P-3 F-4 20-D-7

-(job primed)

Lt. Buff

]

7.

Galvanized steel P-4A Two White No finish coat required' l

Coats Notes:

1.

Full coverage of P-S shall be provided before topcoating with F-5.

i 1

i i

l 4

! R0-3147ND70-2 i

]

3:04.1 l

j FLORIDA POWER CORPORATION R0-3147 Location Auxiliary Building CRYSTAL RIVER PLANT UNIT NO. 3 Page 10 El. 162'-0" PAINTING SCHEDULE 1

FINISHING COATS i

i PRIMER 1st C0AT 2nd COAT 3rd Coat i

ITEM Type Dry Mil Type Dry Mil Type Dry Hil Type Dry Mil COLOR REMARKS Decontamination pit l.

Concrete walls P-5

- 8 F-5 3

27886 White 2.

Structural steel F-4 3

20-D-7 J

(shop primed)

Lt. Buff 3.

Structural steel P-3 2.5 F-4 3

20-D-7 (job primed)

Lt. Buff i

4.

Galvanized steel P-4A Two No finish coat required Coats All other areas at i

El. 162'-0" l.

Concrete floors P-5 F-5 8

1485 Lt. Green Note No. 1: Mix with Ottawa Black Hawk No. 1 F Sand 2.

Galvanized steel P-4A Two White No finish required roof deck (inter-Coats 1

ior)

{

]

]

3 Structural steel F-4 20-D-7 (shop primed)

Lt. Buff 4

i j

Notes:

1.

Full coverage of P-5 shall be provided before topcoating with F-5.

R0-3147ND70-2 1

t i!

l llli:

' ii 6

r i

t l s ie tt 1

1 n

~

d uy e

e t

g r

li a

i l r P

u ag S

q we K

e t

R r

Bn A

/i M

t R

E a

R o

tt c

nc iu h

ar s

pt i

s n

t 7

i or 4

f ne 1

t 3

o of N

Da 0

R ne er f

G R

f O

7 u L

B t

O D

L C

0t 5

2L 8

4 1

l iM 3~

ta y

ON S

o r

NO C

D I

T d

TT A

r e

AI E 0

3 p

RNL C

y OUU T

P D

G RTE N

ONl I

l l

CAC H

i i

LS S

t RP I

T E

G N

A y

0 r

RN I

1 0EI F

C D

PVTI N d

ARI n

e D

A 2

p I LP y

RA T

OT LS FY l

R i

C M

T 5

A y

~

0 r

C D

t s

e 4

5 1

p y

F F

T l

i s

H t

oa R

y wo E

r TC g

M D

n I

i R

d P

e 3

A 5

'p 4

l i

y P

P u

T P

B y )

r d l 5 x

't l

l l # e a

a e

a l

i l

n e

e wop i

o t

t t n x C s) i u (

s B

o

/6c A

t d

R#

M

. m e

l 0

E

i z

l so 2

T r

i asr n

I p

n net 0

o '2 a

rrn 7

i6

't b v

et ol D

. 1 4

t1 ro l

tt cl N

a tj a

xu a

7 0

c.

S(

G Eb& w 4

ol 1

,3 LE 3

4 5

6 0

R l

ijiI j

1s)I i)

!j i, i. 1

?!

l 1!! t

3:04.1 l

FLORIDA POWER CORPORATION R0-3147 l

Location Control Complex CRYSTAL RIVER PLANT UNIT NO. 3 Page 12 El. 95'-0" PAINTING SCHEDULE' l

FINISHING C0ATS t

PRIMER 1st C0AT 2nd COAT 3rd Coat ITEM Type Dry liil Type Dry Mil Type Dry Mil Type Dry' Mil COLOR REMARKS i

i Count Rm. 102, Radio NOTE:

1.

Full coverage of P-5 shall be provided before topcoating.

Chem Lab 103, Radia-tion Prot-Serv. 104, Dose Control 112, Hot i

i Toilet Rm. 113, Hot Shower, Wash Area 115, i

i Hot Laundry 116, Cor-l ridor 118, Nuclear i

Sample Rm. 119 7

F-5 8

1485 Lt. Grey Note No. 1 i

1.

Concrete. floors P-5 Mix with Ottawa Black Hawk i

No. 1 F Sand 3

i 2.

Cement plaster or P-5 8

F-5 3

i concrete walls 17855 Cream 3.

Cement plaster or P-2 F-6 White concrete ceilings

{

4.

Metal bases P-6 2.5 F-5 3.5 Green

[

l 5.

Concrete bases P-5 10 F-5 8

Green 6

Exposed masonry P-5 F-5 17855 Cream hot locker rm. 112 i

R0-3147ND70-2 4

't

. i 1

...- ~

FLORIDA POWER CORPORATION R0-3147 Location Control Complex CRYSTAL RIVER PLANT UNIT NO. 3 Page,13-El. 95'-0" (Cont'd)

PAINTING SCHEDULE FINISHING C0ATS PRIMER 1st C0AT 2nd C0AT 3rd Coat 1

ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS Corridor 101 1.

Plaster walls P-5 F-5 Cream 2.

Plaster ceilings P-2 F-6 Flat White 4

Chem, and Radiation Protection Roma 105 1.

Plaster walls P-2 F-6 77-B-21 Space Blue 2.

Metal window frame F-4 F4 20-B-12 Sky Blue 3

Concrete floor V.A.T. (Vinyl Asbestos Tile)

Secondary Plant Labor-atory 106 Medical Exam Room 107 Toilet Room 109 1.

Plaster ceilings P-2 F-6 77-W-9 Flat White 2.

Walls Ceramic Tile 3.

Concrete floor Terrazuo R0-3147ND70-2

3:04.1 J

FLORIDA POWER CORPORATION A0-3147 Location Control Complex CRYSTAL RIVER PLANT UNIT NO. 3 Page 14 El. 95' -0" (Cont'd)

PAINTING SCHEDULE FINISillNG C0ATS PRIMER 1st C0AT 2nd C0AT 3rd Coat ITEM Type Dry Mil Type Dry liil Type Dry Mil Type Dry Mil COLOR REMARKS Custodial Storage

  1. 108 l

1.

Cement plaster P-2 F-6 i

ceiling 2.

Walls Ceramic Tile 3.

Concrete floor Terrazzo ChemRad Offices 1.

Concrete block F-6 F-6 77-Y-9 walls Shalimar Yellow 2.

Concrete ceiling P-2 F-6 77-Y-8 Chi f fon Yellow 3.

Concrete floor Terrazzo Superintendent's 77-W-9 l

Office Rm. 120 Flat White 1.

Plaster walls P-2 F-6 77-D-10 Sand Beige 2.

Ceilings Accoustic Tile 3.

Concrete floor V.A.T.

R0-3147ND70-2

~

FLORIDA POWER CORPORATION R0-3147

~ Location Control Complex CRYSTAL RIVER-PLANT UNIT NO. 3 Page 15 El. 108'-0P PAINTING SCHEDULE FINISHING COATS PRIMER lst COAT 2nd COAT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type' Dry Mil COLOR REMARKS Corridor 201, Battery Rms. 202 & 203, Battery Charger Rms.

204 & 205, Elec.

Equip. Rms. 206 & 207, Safeguard Switchgear Rms. 208 & 209 l

1.

Concrete walls P-2 F-6 77-G-24

& dry wall Melon Green 2.

Concrete ceilings P-2 F-6 77-W-9 Flat White 3.

Concrete floors &

P-5 F-5 Green bases 4.

Remote shutdown P-2 F-6 Heavenly Blue room l

4 R0-3147ND70-2

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location Control Complex CRYSTAL RIVER PLANT UNIT NO. 3 Page J6 El. 124'-0" PAINTING SCHEDULE FINISHING COATS PRIMER 1st COAT 2nd COAT 3rd Coat ITEM.

Type Dry Mil Type Dry Hil Type Dry Hil Type Dry Hil COLOR REttARKS Corridor 301, Elec.

Equip. Rm 303, Safe-guard Switchgear Rms.

304 8 305, Effic. Rms.

112, 113, 114, & 115 Dry wall and con-P-2 F-6 77-B-25 crete walls Heavenly Blue i

1.

Structural steel F-4 20-D-3 Rich Tan 2.

Steel ceiling P-3 F-4 20-W-9 White 3.

Concrete floors &

P-5 F-5 Green bases 4.

Deleted Corridor 301 floors Vinyl tile P

h R0-3147ND70-2

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location Control Complex CRYSTAL RIVER PLANT UNIT NO. 3 Page 1,7 El. 134'-0" PAINTING SCHEDULE FINISillNG C0ATS PRIMER 1st C0AT 2nd COAT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry 1111 Type Dry Mil COLOR REMARKS Cable Room 401 1.

Concrete walls P-2 F-6 77-Y-8 Chi f fon Yellow 2.

Steel floors

'P-3 F-4 20-R-10 Tile Red 3.

Concrete bases P-2 F-6 77-F-30 Platinum Gray 4

Steel bases P-3 F-4 20-F-34 Warm Grey r

5.

Concrete ceiling P-2 F-6 77-W-9 Flat White i

6.

Cement asbestos P-2 F-6 77-Y-8 board Chi f fon Yellow 4

R0-3147ND70-2

3:04.1 I

FLORIDA POWER CORPORATION R0-3147 Location Control Complex CRYSTAL RIVER PLANT UNIT NO. 3 Page 18 El. 145'-0" PAINTING SCHEDULE FINISillNG C0ATS PRil1ER 1st COAT 2nd COAT 3rd Coat ITEli

. Type Dry Mil Type Dry 11il Type Dry Mil Type Dry Mil COLOR REMARKS 4

Corridor 501 1.

Concrete walls P-2 F-6 Soft Antique Porter Color #2-28-4P

& bases White Flat latex Wall Paint 2.

Concrete ceilings P-2 F-6 77-W-9 Flat White 3.

Concrete floor Vinyl tile 4.

Masonry walls &

F-6 Soft Antique Porter Color #2-28-4P bases White Flat latex Wall Paint Break Area 502 F-6 Soft Antique Porter Color #2-28-4P White Flat latex Wall Paint 1.

Concrete walls &

P-2 F-6 77-0-11

[

bases j

2.

Concrete ceiling P-2 F-6 77-W-9 Flat White 3.

Concrete floor Vinyl tile 4.

Masonry walls &

F-6 bases i

R0'-3147ND70-2 w,.

.,,,,._,.-n:

,.--w

.n..

3:04.1 FLORIDA POWER CORPORATION R0-3147' Location Control Complex CRYSTAL RIVER PLANT UNIT NO. 3 Page,19 El. 145'-0" (Cont'd)

PAINTING SCHEDULE FINISHING C0ATS PRIMER 1st COAT 2nd C0AT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS Shif t Supervisor's P-2 F-6 Soft Antique Porter Color #2-28-4P Office White Flat latex Wall Paint Toilet Room 505 1.

Plaster ceiling P-2 F-6 77-W-9 Flat White 2.

Walls Ceramic Tile 3.

Concrete floor Terrazzo l

l Control Roan 1.

Drop ceiling Accoustical Tile 2.

Floors Carpet 3.

Walls Soft Antique White 4.

Control board P-10 See Grey High build lacq. primer control cabinets Note NOTE: Deep gouges and nicks should be' filled with hardener type body filler (automoti ve). Small nicks and scratches should be filled with automotive type lacquer putty. See SP-5039 for greater detail.

R0-3147ND70-2 e

.. ~.. -...

3:04.1 FLORIDA POWER C6RPORATION R0-3147 Location Control Complex CRYSTAL RIVER PLANT UNIT NO. 3 Page.20 El. 164'-0" PAINTING SCHEDULE FINISHING COATS PRIMER 1st COAT 2nd C0AT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS Charcoal Filter Rooms 602 & 603 Equipment Room 601

1.. Concrete ceiling No paint 2.

Walls No paint 3.

Concrete floor Dexotex See Note Elevator Machine Room 801 1.

Concrete walls &

P-2 F-6 77-F-30 bases Platinum Gray 2.

Concrete ceilings.

P-2 F-6 77-W-9 Flat White Sealer l 3.

Concrete floors NOTE: Dexotex is a manbrane waterproof system as applied by Industrial Coating

& Painting, 5411 West Crenshaw St., Tampa I

R0-3147ND70-2 4

7

,-,--w.

.--.y-

,,c,

,,-my.

.,m

- +- -

-+n m.

5-A,r

+

+

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location Control Complex CRYSTAL RIVER PLANT UNIT NO. 3 Page,21 El. 164'-0" (Cont'd)

PAINTING SCHEDULE FINISHING C0ATS PRIMER 1st COAT 2nd C0AT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Hil Type Dry Mil

. COLOR REMARKS Stair Tower S-1 1.

Concrete walls &

P-2 F-6 77-D-11 bases Pastel Mocha 2.

Concrete ceiling P-2 F-6 77-W-9 Flat White

3. _ Concrete floors Terrazzo 4

Stair stringers F-3 F-3 12-D-7 Lt. Buff 5.

Pipe railing F-4 F-4 20-Y-5 Yellow R0-3147ND70-2 3%.-

gr-y y--*-9

.-,9 wy k

w-+wr

,g w

y -

eww--e-w v

w

-v-

~ -. - - - -.

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location Intermediate CRYSTAL RIVER PLANT UNIT NO. 3 Page 22 Building PAINTING SCHEDULE

~

i FINISHING C0ATS

'PRII1ER 1st C0AT 2nd COAT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS 1.

Structural steel F-4 20-G-2 (shop primed)

Seacrest 2.

Structural steel P-3 F-4 20-G-2 (job primed)

Seacrest El. 119 3.

Misc. galv. steel P-4A Two Whi te No finish coat required Coats 4

Concrete walls No paint 5.

Concrete floors Sealers 6.

Concrete ceiling No paint (exposed)

Passageway Around to See S.W. Room Note 1.

Walls P-2 F-6 Pastel Mocha j

2.

Floors P-5 F-5 Green i

3.

Hangers & supports P-3 F-4 Grey NOTE: Walls to be painted only to 8 foot height I

R0-3147ND70-2 l

=-_

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location Turbine CRYSTAL RIVER PLANT UNIT NO. 3-Page 23 Building El. 95'-0" PAINTING SCHEDULE FINISHING C0ATS PRIMER 1st C0AT 2nd C0AT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS Instrument Room 1.

Concrete masonry F-6 F-6 77-D-11 walls Pastel Mocha i

l 2.

Concrete ceiling P-2 F-6 77-W-9 Flat White i

3.

Concrete floors Sealer l

4.

Masonry bases F-6 F-6 77-D-11 Pastel Mocha l

Turbine Generator P-2 F-6 White Concrete Foundations Sample Room 1.

Concrete masonry F-6 F-6 77-G-24 walls & bases Melon Green 2.

Exposed ceiling P-2 F-6 77-W-9 construction Flat White 3.

Concrete floors Sealer l

L R0-3147ND70-2

l

[

42' ega P

S K

RAM ER 7

4 1

3 0

R e

g y

i R

5l 0e O

2n 1B L

- e O

Bve Dd C

- au n

7 el 7 a 7HB 7S l

i M

3 ta y

o r

NO C

D ON S

I T

d TT A

r e

AI E 0

3 p

RNL C

y OUU T

P D

G RTE N

ONH I

l CAC H

i LS S

M RP I

T E

G N

A y

WRN I

0 r

OEI F

C D

PVT I N d

ARI n

e D

A 2

p I LP y

RA T

OT LS FY l

R i

C M

TA y

O r

C D

ts e

6 6

1 p

y F

F T

l i

M R

y E

r M

D

)

I d

R r

P e

2 2

e t

p l

n y

P P

a o

T e

C S

(

e "0 y

n r

g s

i n

n r

b '5 os i

o r 9 se l n o

u m

as io l

T o

ma ei f

M o

b ct l

E E

R e

c e

2 T

t&

d u t

ng I

r e

er e

0 on a

rs st r

7

. 1 ii e

cl os c

D td g

nl pn n

N

_ 4 al h

oa xo o

7 0

ci c

Cw Ec C

4 ou t

1 3

3 LB i

w S

1 2

3 0

R i

>2 II j <

< i i

!Il 4

i l

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location Turbine CRYSTAL RIVER PLANT UNIT NO. 3 Page,25 Building El. 119' PAINTING SCHEDULE FINISHING C0ATS PRIMER 1st C0AT 2nd COAT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS Switchgear Room 1.

Concrete walls &

P-2 F-6 77-B-25 bases Heavenly Blue 2.

Structural steel F-4 F-4 20-D-70 (shop primed)

Rich Tan 3.

Structural steel P-3 F-4 20-D-7 (job primed)

Rich Tan 4

Galvanized form P-4A No finish required deck (exposed) 5.

Concrete floors P-5 F-5 Green 6.

Concrete walls P-2 F-6 Paint only up to 8 feet high Pastel Mocha on wall l

R0-3147ND70-2

. - - = -, _ - -.

- = - -.

3:04.1 1

FLORIDA POWER CORPORATION R0-3147 Location Turbine CRYSTAL RIVER PLANT UNIT NO. 3 Page.26 Building El. 145' PAINTING SCHEDULE l

FINISHING C0ATS PRIMER 1st C0AT 2nd C0AT 3rd Coat 4

l J

ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS t

Turbines, Gen. &

P-10 F-4 (See Notes)

Sky Blue As manufactured by Porter Exciter llousing Paint Co.

1 Building Service Stor-P-2 F-6 Pastel Mocha age Area-1 l

Concrete walls P-2 F-6 Off-White 1

i NOTES:

1.

For deep gouges, fill with automotive type polyester putties.

i 2.

For minor scratches, use lacquer surfacing putty.

3.

For general priming, use automotive type sanding high built lacq.

j primer P-10.

I a

R0-3147ND70-2

)

a

~

i

s

=-

+-

1__

-m

__u_

4 m,,

4

p 4_a.

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location General Plant CRYSTAL RIVER PLANT UNIT NO. 3 Page.27 (Areas Not Otherwise Specified in Turbine PAINTING SCHEDULE Building, Auxiliary Building, Intermediate Building, and Control Complex l

FINISHING C0ATS PRIMER 1st COAT 2nd COAT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS 1.

Outdoor structural F-3 12-F-17 steel (exposed to Dove Gray weather) 1 J

2.

Indoor structural F-4 20-D-3 steel (protected Rich Tan from weather) 3 Crane runway F-4 Porter Safety girders and mono-Yellow rails 4

Exposed (under-P-4A Two White No finish coat.equired side) surfaces of Coats galvanized form decks 5.

Outdoor handrail F-3 F-3 Porter Safety Yellow 6

Indoor handrail F-3 F-4 Porter Safety Yellow 7

Outdoor and indoor F-3 F-4 Porter Safety ladders Yellow 1

R0-3147ND70-2

_ ~

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location General Plant CRYSTAL RIVER PLANT UNIT NO. 3 Page 28 (Areas Not Otherwise Specified in Turbine PAINTING SCHEDULE Building, Auxiliary Building, Intermediate Building, and Control Complex (Cont'd)

FINISHING C0ATS PRIMER 1st C0AT 2nd C0AT 3rd Coat ITEM Type Dry itil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS 8.

Exterior passage F-3 F-3 12-0 I doors and rolling Tampa Tan I

steel doors and 1

frames 9.

Interior passage F-4 F-4 20-D-3 doors and rolling Rich Tan steel doors and frames

10. Stairs and check-F-3 ered plate
11. Fire service F-4 Cardinal Red station (Porter)
12. Roof framing, F-2 14-D-10 purlins and deck Sand Belge l
13. Concrete masonry F-6 F-6 (interior)
14. Concrete masonry P-1 F-1 79-F-34 1 Part Base (exterior)

Warm Gray 4 Parts White (79-W-9)

15. Ductwork P-4A Two White No finish coat required l

Coats R0-3147ND70-2 l

3:04.1 i

4 FLORIDA POWER CORPORATION R0-3147

. Location General Plant CRYSTAL RIVER PLANT UNIT NO. 3 Page 29

)

(Areas Not Otherwise Specified in Turbine PAINTING SCHEDULE i

Building, Auxiliary Building, Intermediate j

Building, and Control Complex (Cont'd)

FINISHING COATS PRIMER 1st C0AT 2nd COAT 3rd Coat j

ITEM Type Dry Mil Type Dry Mil Type Dry liil Type Dry Mil COLOR REMARKS

16. Uninsulated carbon P-3 F-3 Base color -

Production Dept. will supply 1

steel piping Moon Hist operator 'to assist with color (Color code code banding by banding)

17. Galvanized steel P-4A Two White No finish coat required roof deck Coats 1

I

18. Concrete floors Sealer Does not apply to Aux. Bldg.

All Aux. Bldg. floors shall receive plasite epoxy coating Field Erected Tanks i

l

19. Fire service P-3 F-4 F-4 FPC Spec

( A) Ben Moore Retardo Red water tanks See Note Buff primer 1

(B) Finish coat Ben ~ Moore Chex Ware FPC Special Buff i

20. Condensate storage P-3 F-4 F-4 FPC Spec tank Buff i
21. S.D.T. tank P-3 F-4 F-4 FPC Spec Buff 1

NOTE: Tint first finish coat with red primer.

.R0-3147ND70-2

l 3:04.1 FLORIDA POWER CORPORATION R0-3147 Location General Plant CRYSTAL RIVER PLANT UNIT NO. 3 Page 30 Field Erected Tanks (Cont'd)

PAINTING SCHEDULE FINISHING C0ATS PRIMER lst C0AT 2nd C0AT 3rd Coat ITEf1 Type Dry Mil Type Dry Mil Type Dry Hil Type Dry Mil COLOR REMARKS 22, Ger::inearlized P-3 F-4 F-4 FPC Spec

( A) Ben Moore Retardo Red water tank at Buff primer l

water treatment (B) Finish coat Ben Moore plant Chex Ware FPC Special Buff l

4 I

l t

l i

f I

t R0-3147ND70-2 l

3:04.1 t

)

FLORIDA POWER CORPORATION R0-3147 Location Other Buildings CRYSTAL RIVER PLANT UNIT NO. 3 Page 31 PAINTING SCHEDULE e

FINISHING C0ATS PRIMER 1st C0AT 2nd C0AT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS i

Emergency Diesel Gen.

Control Rooms 1.

Concrete walls &

P-2 F-6 77-D-11 1

bases Pastel Mocha 2.

Concrete ceilings P-2 F-6 77-W-9 Flat White 3.

Concrete floor P-5 F-5 Green J

Emergency Diesel Gen.

Rooms 1.

Concrete walls No paint 2.

Concrete. roof No paint 3.

Steel partitions F-3 F-3 Platinum Grey 4

Intake openings F-3 F-3 Platinum Grey 5

Concrete floors P-5 F-5 1

6.

Emergency diesels F-7 Black Use Pyranark Series 2500 semi-gloss hy temp. pro-tective coating R0-3147ND70-2

-,-s_.

i 3:04.1 FLORIDA POWER CORPORATION R0-3147 Location Other Buildings CRYSTAL RIVER PLANT UNIT NO. 3 Page,32 i

(Cont'd)

PAINTING SCHEDULE l

t i

j FINISHING C0ATS l

PRIMER 1st C0AT 2nd C0AT 3rd Coat i

ITEli Type Dry fiil Type Dry tiil Type Dry fiil Type Dry tiil COLOR REMARKS I

1 Fire Service Pump i

House 1

1.

Concrete masonry P-1 F-1 79-F-34 1 Part Base (exterior)

Warm Gray -

4 Parts White (79-W-9) 2.

Concrete masonry F-6 F-6 77-B-25 j

(interior)

Heavenly Blue 3.

Hollow metal doors F-3 F-3 12-D-2 Fawn and frames I

(exterior) 4.

Steel joists and F-4 20-W-9 White d

structural steel J

5.

Concrete floors Sealer 6

Galv. roof deck P-4A Two No finish coat required

}

Coats 1

1 i

Chemical Building I

1.

Structural steel F-3 F-3 12-F-18 (shop primed)

Silver Gray

]R0-3147N070-2 i

i I

l

,,-_.----.,..w---,,,,,v--r-.,

mm.w re. e - mw--w,v i-4-:

.r -- w r 3 - %

.---e

.--------,-r s

,e

--w--

=

  • ~

'A n-_6 h.,,a W4he-44.,A,45==+4ph*_g4..e et

.R, 3me,ee,me rA w gh 4see.i.m..m

.u A,4_

.J.g._A__4-4__

,_.m, 4%.,

.,,__r m,% h g,p.,g

.mj 3:04.1 FLORIDA POWER CORPORATION R0-3147 l

Location Other Buildings CRYSTAL RIVER PLANT UNIT NO. 3 Page.33, (Cont'd)

PAINTING SCHEDULE i

1 FINISHING C0ATS PRIMER 1st COAT 2nd COAT 3rd Coat

}

j ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS i

l 2.

Galv. steel roof P-4A Two White No finish coat required I

deck Coats 3.

Concrete floors Nuclad Grey Acid resistant coating i

i i

1 2

I i

I i

5 a

a 1

4 R0-3147ND70-2 1

)

l tne 4'

m p

3, i

l r e

ueao g

qsu eid s a

P wi e S

orvn K

t eii R

hdl A

yt nt M

l oi u s E

n On R

ot n o

oiti en nt l

d ea b gemc aniei cif rf 7

itiii l ncuc 4

pi e q e 1

papep 3

A ps R S 0R e

e t

t i

i h

h W

W e

e R

2 u 2u O

6 6

1l 1l L

8 8

B B

4 O

8 8

B~

B C

7 7

y

- y 2

2 0k 0k 2S 2S l

i M

3 t

a y

o r

NO C

D

~

ON S

I T

d TT A

r e

AI E 0

3 p

RNL C

y OUU T

P D

G RTE N

ONl I

l l

i CAC H

LS S

M RP I

T E

G N

A y

WRN I

0 r

OEI F

C D

PVT I N d

ARI n

e D

A 2

p I LP y

RA T

OT LS FY l

R 5

5 i

C M

T 3

3 A

y 0

r C

D ts e

5 5

4 4

1 p

y F

F F

F T

l 5

i M

2 R

y E

r 1

t D

i R

P e

6 3

p d

y P

P n

T a

t l

l n

a a

r e

t l

t l

m e

a e

a e

p m

t m

t b

i e) e m

u G

s m6 s

m a

q N

u u

h E

I o

sP o

s C

M D

r u

r u

E L

r oh r

o r

2 s

T I

e rt S

e r~

e nt I

U f

ri A

f r

t 0

or B

ew E

e a

7 i o d

f R

d f

W D

1 t p R

e d

A e

N 4

ap O

m de m

d e

7 e

k 4

em R

0 cu T

i i

oS C

r mi E

r m

a 1

i r H

p i

t 3

3 l

A p

E n

rp T

n r

n R

U P(

O U

P i

0R lik

)1 I2 i! ]

l' i;'

j I

i!l Iii

!ji

!l

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location Waterfront CRYSTAL RIVER PLANT UNIT NO. 3 Page 35,

Intake PAINTING SCllE00LE FINISHING C0ATS PRIMER 1st COAT 2nd C0AT 3rd Coat ITEft Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS 1.

Gantry crane P-9 3

F-8 4

Sky Blue Sandblast. to a near white metal per SSPC-SP-10-63T 2 to 3 mil profile 2.

Trash racks F-9 8

F-10 8

Primer - Brown Sandblast to near white Finish - Black metal with 2 to 3 mil profile 3.

Circulating pump F-9 8

F-10 8

Primer - Brown bases & supports Finish - Black 4.

Exposed inbedment P-9 8

F-10 8

Black parts 5.

Screen wash pumps P-9 3

F-8 4

Sky Blue

& motors 6.

Circulating pump P-9 3

F-8 4

Sky Blue motor control boxes R0-3147ND70-2

['~

3:04.1 FLORIDA POWER CORPORATION R0-3147 Location TSC CRYSTAL RIVER PLANT UNIT NO. 3 Page 36 PAlHTING SCHEDULE FINISilING C0ATS PRIMER 1st C0AT 2nd C0AT 3rd Coat ITEM Type Dry liil Type Dry Mil Type Dry Itil Type Dry Mil COLOR REMARKS 1.

Outdoor structural P-3 F-3 Platinum Gray steel (exposed to weather) 2.

Indoor structural P-3

  • F-4 Rich Tan
  • Primer only for closed-in steel (protected steel from weather) 3.

Exposed (under-P-4A Two Whi te No finish coat required side) surfaces of Coats galvanized form Req'd decks 4.

Concrete block -

P-1 F-6 77-B-25 1 Part Base interior (pro-Heavenly Blue 4 Parts White tected from weather) 5.

Concrete block -

P-1 F-1 Off-White exterior (exposed to weather) 6.

Exterior doors F-3 F-3 Platinum Gray 7.

Outdoor handrail F-3 F-3 Safety Yellow 8.

Indoor handrail F-3 F-4 Safety Yellow R0-3147ND70-2

3:04.1 1

i FLORIDA POWER CORPORATION R0-3147 1

Location TSC (Cont'd)

CRYSTAL RIVER PLANT UNIT N0. 3 Page 37 PAINTING SCilEDULE i

FINISilING COATS j

PRIMER 1st C0AT 2nd COAT 3rd Coat 1

ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS I

9.

Outdoor & indoor P-3 F-3 F-3 Platinum Gray ladders (Outdoor)

Safety Yellow (Indoor)

10. Stairs F-3 Platintmi Gray l
11. Fire service F-4 Cardinal Red station
12. Equipment F-4 Sky Blue
  • Touch-up if necessary P-3 1
13. Insulated and P-3
  • F-3 Moon Hist
  • Insulated piping - primer uninsulated piping only (carbon steel)
14. All gypsum board P-2 F-6 Of f-Whi te

[

drywall i

15. Bathrooms - gypsum P-2 F-6 Use F-3 finish if a shower i

board or plaster is in bathroom l

l

16. Decon room P-5 8

F-5 3

Walls - Off-

{

White Ceiling - Off-White 1

Floor - Lt.

Green R0-3147ND70-2 P'

t l

L r

83 d

e e

g r

a i

P u

S q

K e

R r

AM t

E a

R oc hs in 7

i 4

f 1

3 o

N 0R e

R u

O l

L e

B O

t C

i y

h k

W S

l i

M 3

ta y

o r

NO C

D ON S

I T

d TT A

r e

AI E 0

3 p

RNL C

y OUU T

P D

G RTE N

ONH I

l CAC H

i LS S

M RP I

T E

G N

A y

I O

r WRN OEI F

C D

PVTI N d

ARI n

e D

A 2

p I LP y

RA T

OT LS FY l

R i

C M

TA y

O r

C D

ts e

4 1

p y

F T

l sd i

M t

o a 'g R

y woe E

r TCR M

D I

R P

e A

0 p

4 1

y

)

T P

P d

'tn s

o s

l C

tde

(

uu enn ss naa C

nn i

p S

ii b s T

( n al t M

u cen E

k ne 2

T r&

l am n

I o

)

opu 0

o wdd r

r 7

i t ee t

.t D

1 t

ctt nns N

4 a

uaa onn 7

0 c

Dl l C ai 4

1 o

3 3

L 7

8 0

1 1

R lllllll l

l

!i il l

l IllI ll

3:04.1 Ftr, :DA POWER CORPORT;T10N R0-3147 Location Office Bldg.

CRYSTAL RIVER PLANT UNIT NO. 3 Page 39, PAINTING SCHEDULE FINISHING COATS PRIMER 1st COAT 2nd C0AT 3rd Coat ITEM Type Dry Mil Type Dry Mil Type Dry Mil Type Dry Mil COLOR REMARKS 1.

Outdoor structural P-3 F-4 Black steel 2.

Gypsum board walls P-2 F-6 Celery Green 3.

Movable partitions F-3 Celery Green 4

Hollow metal doors P-3 F-3 F-3 Celery Green and frames 5.

Stairs a handrail P-3 F-4 Olive Mist 6.

Misc. exp. steel P-3 F-3 Celery Green interior R0-3147ND70-2

l 1

04, e

g a

P SK RA M

E e

R t

ei sh aW B

s tt 7

rr 4

aa 1

PP 3

14 0R y

a e

r t

G e

R i

u O

h m

l L

W u

B O

e n

C f

u i

y f

l t

k O

B a

S l

P l

i M

3 t

a y

o r

NO C

D ON S

I T

d TT A

r e

AI E 0

3 p

RNL C

y OUU T

P D

G RTE N

ONi l

l l

CAC f

i i

LS M

RP E

G N

y WRN I

0 r

OEI F

C D

PVTI N d

ARI n

e 3

D A

2 p

I LP y

F RA T

OT LS FY l

R i

C M

TA y

O r

C D

ts e

1 4

3 4

l p

y F

F F

F T

l i

M no R

y i

E r

1 t

D l

a l

t R

m S P

e 1

3 3

3 r

p a m y

P P

P P

l r

T A

a l

yA r

e e

a l

t t

d a

e e

n r r

r s

r o t c

c r

o c n n

n o

i e e os os o

r S

C cl cl

&d e

t t

l l

t S

- A E

ra ra rr n

2 S

T ow ow oo i

nn I

i i

ii s 0

oo rk rk rre

.l 7

i i ec ec eem ce D

_ 1 tt

)

t o t o tt a se N

4 aa S

xl nl nxr it 7

0 ct A

Eb I b I ef Ms 4

oS C

1 3

3 L

(

1 2

3 4

0 R

ll l

lll iI!

i ll

l 3:05 C0ATING WORK ON A TURNKEY CONTRACT 1.

Turnkey contract is a contract in which the contractor has l

responsibility for all phases of the work, i.e., materi-als, application, quality control, documentation,.and health-physics as required.

2.

For. work inside the Reactor Building, the contractor shall use ANSI N101.4 as a guideline.

All of the contractor's work procedures and quality control p rogram must be i

j j

approved by the 0WNER and all of his work will be subject l

to audit by the 0WNER.

See Section 5:00 for greater detail.

1 3.

For work in the remainder of the plant (outside the Reactor Building), all the contractor's work procedures must be approved by the 0WNER.

Final acceptance of the work will be by the 0WNER.

i i

l i

I

.j J

l t

i s

R0-3147 5:00 QUALITY PROGRAM REQUIREMENTS (Applicable Only to Tu rnkey Contracts) 5:01 Quality Assurance Program 5:01.1 The CONTRACTOR shall have in existence an implemented Quality Assurance Program which is consistent with, and meets those requirements of 10CFR50, Appendix B, and ANSI N45.2 which are applicable to the scope of WORK.

Any proposed exceptions or alternative controls must be contractually documented and accepted by the 0WNER.

All WORK performed by the CONTRACTOR shall be in accordance with his Quality Assurance Program and applicable CONTRACT DOCUMENTS; any activities not in con-formance shall be corrected at CONTRACTOR'S expense.

5:01.2 Quality Program

Description:

1.

The CONTRACTOR shall submit with the bid Proposal a cu r-rent copy of his Quality Assurance Program (QAP) Manual (s) which applies to all CONTRACTOR facilities at which WORK will be performed.

The Quality Assurance Program Manual shall be a comprehensive document containing the quality assurance system, organization, policies, responsibili-ties, and procedures to be implemented on this Contract to meet the above requirements and to control product quality throughout all phases of WORK done by the CONTRACTOR.

2.

If. a current copy of the CONTRACTOR'S Quality Assurance Program Manual has been previously submitted on bids for i

other orders, the CONTRACTOR may submit in lieu of another QAP Manual a letter identifying the manual holder and I

certifying that the manual is current and applicable to this bid Proposal.

3.

If the Bidder cannot submit a current QAP Manual with his I

j Proposal, he shall submit a comprehensive description of his Quality Program which identifies how all applicable i

requirements of ANSI N45.2 and this Specification are met.

4 The OWNER may identify comments to the OAP Manual or j

description requiring modification.

The CONTRACTOR shall resolve any OWNER concents and implement the resolution actions prior to the start of WORK affected by the connents,

t 5.

Acceptance of the CONTRACTOR'S Quality Assurance Program by the 0WNER does not relieve the CONTRACTOR of the obli-gation to comply with the requirements of the CONTRACT DOCUMENTS, including this Specification.

If the program t

I i

t 5:03.2 OWNER acceptance of any WORK perforned under this Specifica-tion shall be dependent upon the CONTRACTOR providing satis-factory records as required by CONTRACT DOCUMENTS.

5:03.3 The CONTRACTOR shall provide copies of all required material, examination, and test records with the product shipment or as otherwise identified in CONTRACT DOCUMENTS.

Applicable 0WNER Inspection Reports and/or Waiver Notices shall be included i

with shipment documentation packages to facilitate 0WNER j

receipt inspection.

Shipments not containing required records shall be placed on Hold with CONTRACTOR payment withheld until resolution.

5:03.4 For equipment or material supplied by the CONTRACTOR but manuf actu red by others, the CONTRACTOR shall make available for OWNER review upon request, copies of equipment specifica-tions and unpriced copies of related-purchase orders.

5:03.5 Where applicable for WORK to be performed on-site, CONTRACTOR personnel shall present certificates of qualification to per-i form special processes (such as welding, nondestructive examination, inspection, etc.) to the 0WNER prior to the start 1

of WORK.

5:03.6 Where applicable for WORK to be performed on-site, the CONTRACTOR shall submit all fabrication, special process, inspection and test procedures (to be used in the course of WORK) for 0WNER approval prior. to the start of WORK.

5:04 Verification of Product Conformance 5:04.1 The CONTRACTOR shall provide for and perform tests of workman-ship, materials and equipment and submit the same for any approvals or inspections as required by the Contract, building or other codes, laws, ordinances, public authority, or this Specification. All expense attached to such tests, approvals, and inspections shall be borne by the CONTRACTOR.

Documenta-tion of these tests, app roval s, and inspections shall be furnished to 0WNER or its QA Representative, prior to ship-ment, or as otherwise identified in CONTRACT DOCUMENTS.

5:04.2 The 0WNER or its Quality Assurance Representative shall have reasonable access to inspect the CONTRACTOR'S facilities or those of its suppliers or sub-suppliers, at any time in con-nection with the WORK.

5:04.3 Where applicable to the Contract, the CONTRACTOR shall notify the 0WNER at least two (2) weeks in advance of each Witness or l

Hold Point designated per item 5:02.2.

The CONTRACTOR shall not proceed beyond these Hold Points until' the speci fied -

E operations have been witnessed by the 0WNER (or Quality Assurance Representative), except where waived in writing by the 0WNER.

The CONTRACTOR shall provide proper facilities, instrumentation, equipment, and assistance required for these i' j

inspections or tests. The CONTRACTOR shall control with other required Quality Assurance records all such.0WNER Inspection Reports and/or Waiver Notices generated in connection with these Inspection Points.

5:04.4 No material or equipment shall be shipped from the point of manufacture without the 0WNER'S prior acceptance or written waiver of all designated Hold Points.

Shipments not properly released as required by the 0WNER will be subject to return to the CONTRACTOR at the CONTRACT 0R'S expense and normal payment may be withheld until resolution.

5:04.5 OWNER witness, or waiver of, or failure to require witness of CONTRACTOR inspections or tests in no way relieves the CONTRACTOR of its responsibility for compliance with all applicable CONTRACT DOCU$4ENT requirements and shall not be i

considered a waiver of warranty or other rights.

5:04.6 If a'ny WORK is covered (assembled, packaged, etc.) contrary to the request of OWNER or if any WORK identified by OWNER Inspection Points for witnessing of inspection or test is performed withtut written approval or consent of the 0WNER, it must, if requested by the 0WhER, be uncovered or reperformed for observation and recovered at CONTRACTOR'S expense.

5:04.7 If any WORK has been covered which the 0WNER has not specifically requested to observe prior to its being covered, or if the 0WNER considers it necessary or advisable that the covered WORK be inspected or tested, the 0WNER may request that the CONTRACTOR uncover, expose, or otherwise make avail-able that portion of. WORK in question.

If it is found that such WORK does not meet the requirements of the Contract, the I

CONTRACTOR will bear all the expenses of such uncovering and reconstruction.

If, however, such WORK is found to meet the requirements of the Contract, the CONTRACTOR will be allowed an increase in Contract Price and extension of the Contract time to complete WORK directly attributable to such uncover-ing, inspection, testing, and reconstruction if it makes a claim therefor within thirty (30) days after determination that such WORK meets the requirements of the Contract.

s 5:04.8 Where applicable for Contract Services to be performed on-site, all material and documentation fu rnished by CONTRACTOR shall be presented to OWNER for receipt inspection and controlled issuance under OWNER procedu res to insu re material traceability, i

5:04.9 Where applicable for WORK to be performed,on-site, no WORK may proceed until a RELEASE TO WORK has been authorized by OWNER to identify those procedu res and personnel certifications which have been approved for use.

The RELEASE TO WORK may establish Notification Points which require the presence of OWNER Quality Assurance or Quality Control representative

~-

prior to commencing with the specified activity.

The CONTRACTOR is responsible for obtaining 0WNER approval through a supplemental RELEASE TO WORK should it become necessary to revise previously approved CONTRACTOR procedures or to expand the scope of work beyond.an existing RELEASE TO WORK.

0WNER authorization under a RELEASE TO WORK shall not relieve the CONTRACTOR of the responsibility for conforming to all applicable requirements and shall not be considered a waiver of warranty or other rights.

5:05 Disposition of Nonconformances 5:05.1 The -0WNER reserves the right to suspend the CONTRACTOR'S WORK on this Contract if the CONTRACTOR is not implementing the accepted Quality Assurance program; the suspension of WORK l

shall be maintained until effective corrective action has been taken at the CONTRACTOR'S expense.

5:05.2 Any WORK which fails to meet the requirements of the Contract shall be considered nonconforming and is cause for 0WNER rejection. Rejected work shall either. be replaced promptly or the deficiencies corrected by the CONTRACTOR, in a nanner satisfactory to the 0WNER, and the expense borne by the CONTRACTOR.

If deemed inexpedient to repair and/or correct a nonconforming condition, and if accepted in writing by the 0WNER, such WORK may be left as is and a suitable deduction from the Contract price made to allow for repair and/or correction.

5:05.3 The CONTRACTOR shall notify the 0WNER promptly of all detected nonconformances having a proposed disposition of " Repair" or "Use as is."

These dispositions, as defined below, require the 0WNER'S approval prior to implementation, t

Repair -The process of restoring a nonconforming character-istic to a condition such that the capability of an item to

~

function reliably and safely is unimpaired, even though that item still may not conform to the original requirement.

Use as is - A disposition which may be imposed for a noncon-formance when it can be established that the discrepancy will result in no adverse conditions and that the item under con-sideration will continue to meet all engineering functional requirements including performance, maintainability, fit, and safety.

To request 0WNER concurrence for implementation of proposed

" Repair" or "Use as is" dispositions, the CONTRACTOR shall submit c report of:

the nonconformance, cause of the condi-l tion, corrective action to prevent recurrence, and technical j

justification for the proposed disposition.

Such noncon-formances shall be submitted to the 0WNER utilizing the I I

__-,m

.-4

-