ML20137N532: Difference between revisions

From kanterella
Jump to navigation Jump to search
(StriderTol Bot insert)
 
(StriderTol Bot change)
 
Line 45: Line 45:
QO                  067 PDR E. IMPO7 TANT: Contractor                    is not,        is required to sign this document and return            3          ,,,,,, ,, u ;,,o;ng ogg, ITTuscairt.o= or AmenournTse.ooer cav.o= vo                          ..d 6, ucr      ,n.a n..d    . saea.d      a.,#s.e..aee.ae      <s. w.<e    rse =*.= / a ,
QO                  067 PDR E. IMPO7 TANT: Contractor                    is not,        is required to sign this document and return            3          ,,,,,, ,, u ;,,o;ng ogg, ITTuscairt.o= or AmenournTse.ooer cav.o= vo                          ..d 6, ucr      ,n.a n..d    . saea.d      a.,#s.e..aee.ae      <s. w.<e    rse =*.= / a ,
l        The purpose of this modification is to revise the Statement of Work to add new tasks which include independent inspection, witnessing of test modifications, and audits in connection l
l        The purpose of this modification is to revise the Statement of Work to add new tasks which include independent inspection, witnessing of test modifications, and audits in connection l
with the above-numbered contract. Accordingly, the Comission accepts Teledyne Engineering l        Services' (TES) technical proposal dated November 8,1985, and as further revised by NRC letter dated November 15, 1985, and accepted by your letter dated December 5,1985 which is hereby incorporated into this contract by this reference to perform the efforts as described therein. Verbal negotiations were held on December 17, 1985 concerning the cost proposal b2 tween Teledyne Representatives, Mr. Donald Landers, Vice President, Mr. Jim Flagherty, Vice President and tir. William Moonan, Comptroller and Ms. Deborah Hawkins, Contract g go ae m =. en wrm. .n                    c.a.ni    .e        com.at        se in ei.m .A ., i.A. u        ..t.... ca.ao . =~ia. .aca ao            .ae m '.a ' =
with the above-numbered contract. Accordingly, the Comission accepts Teledyne Engineering l        Services' (TES) technical proposal dated November 8,1985, and as further revised by NRC {{letter dated|date=November 15, 1985|text=letter dated November 15, 1985}}, and accepted by your {{letter dated|date=December 5, 1985|text=letter dated December 5,1985}} which is hereby incorporated into this contract by this reference to perform the efforts as described therein. Verbal negotiations were held on December 17, 1985 concerning the cost proposal b2 tween Teledyne Representatives, Mr. Donald Landers, Vice President, Mr. Jim Flagherty, Vice President and tir. William Moonan, Comptroller and Ms. Deborah Hawkins, Contract g go ae m =. en wrm. .n                    c.a.ni    .e        com.at        se in ei.m .A ., i.A. u        ..t.... ca.ao . =~ia. .aca ao            .ae m '.a ' =
EsA.MAME ANo T&TLE or .8GNEa (Type.epsdaff                                            3 6A. N AME ANo TITLE oF cont R ACT s**G oF F sCE A (TFPt .F pnaff 1          /t/tt L w +{ S.. Mwww                                                              Paul J. Edgeworth ggygagg ise.co= AcToa              rcaon                                asc.oArt s.oaco is..          T7sTt        s            meca                        i+c.oAft 5' cam h.. .                W.-.NL
EsA.MAME ANo T&TLE or .8GNEa (Type.epsdaff                                            3 6A. N AME ANo TITLE oF cont R ACT s**G oF F sCE A (TFPt .F pnaff 1          /t/tt L w +{ S.. Mwww                                                              Paul J. Edgeworth ggygagg ise.co= AcToa              rcaon                                asc.oArt s.oaco is..          T7sTt        s            meca                        i+c.oAft 5' cam h.. .                W.-.NL
                                 .a    ..-..    .-,                p,(.,tl3 r          3y WL,,n. .,b. . <m
                                 .a    ..-..    .-,                p,(.,tl3 r          3y WL,,n. .,b. . <m
Line 62: Line 62:
C.I.2 entitled Scope of Work, is revised to add the following paragraph:
C.I.2 entitled Scope of Work, is revised to add the following paragraph:
             "5. Assess the applicant's (TUG 0's) implementation of his Program Plan.
             "5. Assess the applicant's (TUG 0's) implementation of his Program Plan.
The new tasks will include independent inspection, witnessing of tests modifications, and audits. The schedule and intensity of these audits and inspections is highly dependent on the TUG 0's schedule and breadth of activities. These Tasks (task 5 through task 11) are identified in your technical proposal dated November 8, 1985 and as further revised by NRC's letter dated November 15, 1985." (See Attachment A)
The new tasks will include independent inspection, witnessing of tests modifications, and audits. The schedule and intensity of these audits and inspections is highly dependent on the TUG 0's schedule and breadth of activities. These Tasks (task 5 through task 11) are identified in your technical proposal dated November 8, 1985 and as further revised by NRC's {{letter dated|date=November 15, 1985|text=letter dated November 15, 1985}}." (See Attachment A)
C.1.3 entitled Schedule and Level of Effort, is revised to include the                                      ~
C.1.3 entitled Schedule and Level of Effort, is revised to include the                                      ~
following:
following:

Latest revision as of 13:24, 13 December 2021

Mod 4,increasing Scope of Work & Adding New Tasks,Increasing Funding & Extending Period of Performance to 860930,to Review & Evaluation of Comanche Peak Program Plan
ML20137N532
Person / Time
Site: Comanche Peak  Luminant icon.png
Issue date: 12/30/1985
From: Edgeworth P, Moonan W
NRC OFFICE OF ADMINISTRATION (ADM), TELEDYNE ENGINEERING SERVICES
To:
Shared Package
ML20137N525 List:
References
CON-FIN-D-1335, CON-NRC-03-85-067, CON-NRC-3-85-67 NUDOCS 8602030275
Download: ML20137N532 (7)


Text

_ _

i contaAct u tbtA r.on or eu.a f AMENDMENT OF SOLICITATION /Mt1DIFICATION OF CONTRACT

s. A.4 =o-vo s oo.,.cc .o no. ..ncou,sa.o.v.uac Ast nro.wo.

1

[ 56.,

p.a,racievs oua t encuaci uo.<ir ,4.

4 42/17/85 RFPA No. NRR-85-067 a.asutoev g . Ao..~. T t 4 t o v .s r .<a- as .,

[

U. S. Nuclear Regulatory Comission Division of Contracts Washington, DC 20555 -

e.=Auc A*o Aooatu or cominAcTon m .,,.es.. .a ur cm, eA. A=c~o-(=T o, sol c T Afio~ no.

Teledyne Engineering Services Attn: Mr. James Flaherty, Vice President ... ou go ,,,, ,rau s ss 130 Second Avenue Wa1 tham, MA 00254 a o.. .no.,.c.f.o= o, co~ T = Aciso a ov no.

X HRC-03-85-067 Iot. oAiLD (SKE #7&M 18J cooE lrAcetiTv coot 9/9/85

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The asseus numtsped estichotion is ameneed as set forth in tem 14. The hour and eene specifasd for seasipt of OHers toe.unded, as not u.

ONors snust acano seedse sessant of this anendment earter to the hour and asser specified in the sos.citet.on er se omended, tsy one of the lotto.ang athods tel Sv eenotet.no itenu 8 and 16. md femarning espies of the amendment; itel By actnouvesde.ng seco4pt of this amendment en each appy of the o"e' edsmitud; er ic) By esperate letter er setsgrem ushish inclueles a roterence to the sol citeteen and amendment numtiers. F ALLURE OF YOUR ACKNowtEDG-MENT sN RExcTeoN TO BE RECEIVED of YouR OFFER. et any ATairfue THE PLACE

.e e.is DESIGNATED dment v du;,e to ch.ngeFOR on on.rTHE. edy RECEIPT weimited.=cmOF OFFERS cm.n.e may in n.dePRIOR.TO tw wiegr wTHE H j tetter. pro.iden each tesegrom er letter makes setorence to the sooict=tson ed this ameWment, and is vocehsed prior to the scenieg hour eM este specified.

l 38. ACCouMTepeG ANG APPAo#meATsoN oATA Of ese.#ed/

B&R No. 20-19-40-41-1 FIN No. D-1338 Increase: $ 579.471.00

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS.

IT MODIFIESTHE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.

[

WI "'IUci$'8c*n*,0!*S s*TNg pvasuAen To: menes a.ners Tne enA= cts scT ronTw sa neu sa Amt uAot im Tat coa-l N"*~^e* .T.' """n"/ if ?"o!MV,S"M "4',W.'AN8T "

a'u'J?ca^v o"."Tn"#i

. Ae'."^"*" '*"' " *'" " ""

C. THIS Su*PLEMENTAL AC AttutM1 en ENTEREo INTo PumSUANT To AUTHOnt?Y OF.

o. o T at a ts,,e.fr ry,, .i .e,f.,. a .w .. ers 8602030275 051230 Mutual agreement of the parties X

QO 067 PDR E. IMPO7 TANT: Contractor is not, is required to sign this document and return 3 ,,,,,, ,, u ;,,o;ng ogg, ITTuscairt.o= or AmenournTse.ooer cav.o= vo ..d 6, ucr ,n.a n..d . saea.d a.,#s.e..aee.ae <s. w.<e rse =*.= / a ,

l The purpose of this modification is to revise the Statement of Work to add new tasks which include independent inspection, witnessing of test modifications, and audits in connection l

with the above-numbered contract. Accordingly, the Comission accepts Teledyne Engineering l Services' (TES) technical proposal dated November 8,1985, and as further revised by NRC letter dated November 15, 1985, and accepted by your letter dated December 5,1985 which is hereby incorporated into this contract by this reference to perform the efforts as described therein. Verbal negotiations were held on December 17, 1985 concerning the cost proposal b2 tween Teledyne Representatives, Mr. Donald Landers, Vice President, Mr. Jim Flagherty, Vice President and tir. William Moonan, Comptroller and Ms. Deborah Hawkins, Contract g go ae m =. en wrm. .n c.a.ni .e com.at se in ei.m .A ., i.A. u ..t.... ca.ao . =~ia. .aca ao .ae m '.a ' =

EsA.MAME ANo T&TLE or .8GNEa (Type.epsdaff 3 6A. N AME ANo TITLE oF cont R ACT s**G oF F sCE A (TFPt .F pnaff 1 /t/tt L w +{ S.. Mwww Paul J. Edgeworth ggygagg ise.co= AcToa rcaon asc.oArt s.oaco is.. T7sTt s meca i+c.oAft 5' cam h.. . W.-.NL

.a ..-.. .-, p,(.,tl3 r 3y WL,,n. .,b. . <m

. . - . .,,-, MJs

,.e.~ .s T

.a,,,.T. .T

,.AN.oa.,.o

- .o o .e. A. . m ..Foau 4.c/,

Contract No. NRC-03-85-067 Modification No. 4 Page 2 Administrator, representing NRC. The verbal negotiations are hereby finalized and incorporated into the contract by this modification. Therefore, the above-numbered contract is modified as follows:

1. Section B - Supplies or Services and Prices / Costs, is revised as follows:

8.2. A., is deleted in its entirety and the following is substituted in lieu thereof:

"A. Total Estima ted Cos t . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $938,663.00 Fixed Fee ............................................$ 93,865.00 Total Estimated Cost Plus Fixed Fee ................$1,032,528.00"

~

2. Section C - Description / Specification / Work Statement, is revised as p follows:

C.I.2 entitled Scope of Work, is revised to add the following paragraph:

"5. Assess the applicant's (TUG 0's) implementation of his Program Plan.

The new tasks will include independent inspection, witnessing of tests modifications, and audits. The schedule and intensity of these audits and inspections is highly dependent on the TUG 0's schedule and breadth of activities. These Tasks (task 5 through task 11) are identified in your technical proposal dated November 8, 1985 and as further revised by NRC's letter dated November 15, 1985." (See Attachment A)

C.1.3 entitled Schedule and Level of Effort, is revised to include the ~

following:

Add: Task 5 (e) '

Estimated Level of Effort, FY 86 16 staff months Completion Date Xiigust 15, 1986 Task 6 (f) l Estimated Level of Effort, FY 86 2.8 staff months Completion Date August 15, 1986 Task 7 (g)

Estimated Level of Effort, FY 86 2 staff months Completion Date March 15, 1986 Task 8 (h)

Estimated Level of Effort, FY 86 3.9 staff months Completion Date September 15, 1986

Contract No NRC-03-85-067 Modification No. 4 Page 3 Task 9 (i)

Estimated Level of Effort, FY 86 1.75 staff months Completion Date As required Task 10 (TES Added Task 1)

Completion Date September 30, 1986 Task 11 (TES Added Task 2)

Completion Date September 30, 1986 C.2 entitled Meetings and Travel is deleted in its entirety and the following is substituted in lieu thereof:

"C.2 Meetings and Travel

1. Glen Rose, Texas - 2 trips, 5 people for 4 days 4 trips, 5 people for 5 days 5 trips, 5 people for 5 days (Consultant) 5 trips,1 person for 5 days
2. Bethesda, Maryland - 8 trips, 3 people for 3 days 5 trips,1 person for 1 day 6 trips, 1 person for~1 day 4 trips, 4 people for 2 days
3. Champaign, Illinois - 2 trips, 2 people for 2 days 4 New York 3 trips, 4 people for 3 days
5. Cedar Rapids, Iowa to Bethesda - 3 trips,1 person for 5 days
6. Cedar Rapids, Iowa to San Francisco - 1 trip,1 person for 5 days
7. Boston to Dallas, Texas - 3 trips, 3 persons for 4 days
8. Boston to San Francisco - 2 trips, 5 people for 4 days
9. Boston to New York - 3 trips, 4 people for 3 days
3. Section F - Deliveries and Perfomance, F.1. entitled Reporting Requirements is revised to include the following:

"3. Prior to initiation of tasks 5 and 6, the contractor shall provide the NRC Project Officer a plan for each task, including details on sample sizes, methodology of review or audit and an estimated level of effort. Upon approval of each plan by the Project Officer, work shall commence.

Contract No. NRC-03-85-067 Modification No. 4 Page 4 A monthly report shall be provided to the NRC Project Officer which summarizes major efforts and significant findings. In addition, upon completion of tasks 5-8, a Technical Evaluation Report shall be provided to the Project Officer which summarizes the technical effort and findings for each task. For task 9, contractor shall contribute to written and oral testimony as required at ASLB hearings as requested by NRC.

The Technical Evaluation Report shall be delivered on or prior to September 15, 1986."

4. Section F.3 entitled Duration of Contract Period, is deleted in its

. entirety and the following is substituted in lieu thereof:

"F.3. Duration of Contract Period This contract shall become effective on June 10, 1985 and shall continue to completion thereof, on September 30, 1986."

5. Section G - Contract Administration Data, Item G.I. entitled Consideration, Estimated Cost, Fixed Fee and Obligation, the following changes are made:

Paragraph 1 - Delete: $ 453,057.00 Insert: $1,032,528.00 Delete: $411,871.00 Insert: $938,663.00 ,

Delete: $ 41,186.00 Insert: $ 93,865.00 Section G.I. entitled Consideration, Estimated Cost, Fixed Fee and Obligation, is revised as follows:

Paragraph 3 is deleted in its entirety and the following is substituted l in lieu thereof:

"3. The amount presently obligated by the Government with respect to this contract is $1,032,528.00. It is anticipated that present funding will enable the contractor to perform through Septembr 30, 1986. The new contract ceiling amount, $1,032,528.00, includes the

$25,000.00 amount which was verbally authorized on December 16, 1985."

l 6. Section G.2 Overhead / General and Administrative Rates, is deleted in its entirety and the following is substituted in lieu thereof:

Contract No. NRC-03-85-067 Modification No. 4 Page 5 "A. Pending the establishment of final overhead rates which shall be negotiated based on an audit of actual costs, the contractor shall be reimbursed for allowable indirect costs hereunder at the provisional rate of 126.9 percent of direct labor for the period June 10, 1985 through December 22, 1985.* For the period December 23, 1985 through September 30, 1986* the contractor shall be reimbursed at a rate not to exceed the ceiling rate of 123.9 percent of direct labor. In no event shall the final audited rate exceed the ceiling rate herein established."

"B. Pending the establishment of final general and administrative rates which shall be negotiated based on audit of actual costs, the

' contractor shall be reimbursed for allowable indirect costs hereunder at the provisional rate of 10.2 percent of total direct costs for the period June 10, 1985 through December 22, 1985.* For the period December 23, 1985 through September 30, 1986*, the contractor shall be reimbursed at a rate not to exceed the ceiling rate of 16.8 percent of total direct costs."

"C. Notwithstanding A. and B. of this Section, said provisional overhead and G&A rates may be adjusted as appropriate during the term of the contract upon acceptance of such revised rates by the Contracting Officer. However, subject to the final audit, ceiling rates can be adjusted downward, not upward, to reflect actual experienced rates."

7. Section G.5. entitled Project Officer, Item B, is deleted in its entirety.

and the following is substituted in lieu thereof:

" Larry Shao - Mail Stop 5650-NL U. S. Nuclear Regulatory Commission Office of Nuclear Regulatory Research 5650 Nicholson Lane Rockville, MD 20852" All other terms and conditions set forth under this contract remain unchanged.

  • Note: Period of the rate application is based on contractor's billing year which begins each December 23.

Attachment A Task 5 (e)

Conduct audits of the implementation of the Comanche Peak, QA design review activities. This will include review of procedures, method-ology and analysis, as well as a sample comparison of as-built installations with design configurations for all disciplines. The areas to be reviewed and sampled include piping, pipe supports, cable trays and supports, conduit supports, civil structural, mechanical systems, mechanical components, electrical, instrumentation and control. Reviews and audits will be conducted at the site in Glen Rose, Texas; Stone and Webster Engineering offices in New York, New York; Ebasco Engineering offices in New York, New York; Gibbs and Hill offices in New York, New York; and Impell offices in Walnut Creek, California.

Task 6 (f)

Evaluate the CYGNA Independent Assessment Program results for

- all disciplines. The Contractor will review all CYGNA reports for Phases 1 -

through 4 as well as NRC evaluations th,ereof.'

The contractor will summarize findings in a Technical Evaluation Report and will also evaluate TUGCO's implementation of its actions relative to CYGNA findings.

Task 7 (g)

Conduct investigations of newly received design or QA/QC related allegations. The contractor will review, evaluate, investigate and docu-ment approximately fifty allegations in the QA/QC area.

Task 8 (h) -

Coordinate the development of an overall evaluation of the effectiveness and technical adequacy of the implementation of the TUGC0 Program Plan.

This will require the development of a technical evaluation document which incorporates the findings of Tasks (d), (e) and (f) with the results of other independent evaluations (NRC Region IV and Office of Inspection and Enforcement) of the implementation of the Construction and Design Adequacy Plans.

Task 9 (i) .

Provide written and oral testimony as required at ASLB hearings related to Tasks (a) through (h) above.

Task 10 (TES added Task 1)

Review the Safety Significance Evaluation of construction devia-a tions being performed under the construction adequacy program. This task is necessary since preliminary presentations by the Applicant indicate that analysis techniques are being utilized to determine safety signifi .

cance. This is an important effort since expansion of the construction sample is dependent on the safety s'ignificance of deviations.

l Task 11 (TES added Task 2)

Provide close coordination with the CPSES Project Staff. Based on the current TUGC0 and NRC-CPSES Project activity and the various NRC l

offices providing support, it is imperative that coordination of efforts l

be controlled. In addition, it is necessary for TES to interface with all j NRC staff involved in the CPSES review effort in order to ef,ficiently perform Task (h) above. Based on this we propose to provide a TES staff member in the NRC offices two to three days per week. The primary function l

Of this individual will be to attend CPSES Project meetings, provide TES input to NRC activities and schedule TES participation in audits and re-views as requested by the NRC staff.

.