A
            /  UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                             WASHINGTON, D.C. 20460
                                MAM319ST
                                                                     OFFtCE OF
                                                                 THE INSPECTOR GENERAL
     MEMORANDUM
SUBJECT:
               Audit Report No.  P5BG6-11-0030-71190
               Report of Interim Audit of New York State
               Department of Environmental Conservation's
               Administration of its Superfund Cooperative
               Agreemei
     TO:
                     Hockman
          Divisional Inspector General  for  Audit
          Internal Audit Division (A-109)

          Christopher J. Daggett
          Regional Administrator, Region 2
     SCOPE AND OBJECTIVES

     We performed an interim audit of the New York State Department of
     Environmental Conservation's (NYSDEC) administration of its cooperative
     agreements with the U.S. Environmental Protection Agency (EPA) under the
     Comprehensive Environmental Response, Compensation, and Liability Act of
     1980.  The primary objectives of our examination were to:

     1.  Determine the adequacy, effectiveness, and reliability of procurement,
         accounting, and management controls exercised by NYSDEC in administering
         its cooperative agreements with EPA.

     2.  Ascertain NYSDEC's compliance with provisions of the cooperative
         agreements and applicable EPA regulations.

     3.  Ascertain NYSDEC's compliance with provisions of the Letter of_Credit
         - Treasury Financial Communications System Recipient's Manual.

     4.  Determine the reasonableness, allocability, and allowability of the
         costs claimed under the cooperative agreements.

     The audit included an examination of costs incurred and claimed under the
     referenced cooperative agreements from project inception through March
     31, 1986.

     Our audit was performed in accordance with generally accepted auditing
     standards and the Standards for Audit of Governmental Organizations,
     Programs, Activities, and Functions issued by the General Accounting
     Office.  Accordingly, the examination included such tests of the accounting
     records and such other auditing procedures as we considered necessary in
     the circumstances.

-------
SUMMARY OF FINDINGS

I.  FINANCIAL RESULTS OF AUDIT

Exhibit A (on page 25) presents the financial information on the costs
claimed, accepted, questioned and set-aside.

2.  STATE'S SUPERFUND PROCUREMENT SYSTEM NEEDS IMPROVEMENT

The procedures utilized by NYSDEC to procure contractual services under
its Superfund cooperative agreements were not in compliance with Federal
regulations (40 CFR Part 33).  NYSDEC awarded 22 contracts, under the
existing system, for which the State claimed $7,601,269 on the Financial
Status Reports (SF 269), as of March 31, 1986.  We examined NYSDEC's
Superfund procurement system on a non-statistical basis and noted the
following conditions:

     o  NYSDEC used the prohibited cost-plus-percentage-of-cost (CPPC)
        type of contract.

     o  Cost analyses were not documented for procured contracts.

     o  EPA was involved in the contractor selection process, Increasing
        the risk that EPA might be named as a defendant in litigation
        concerning the State's contract award procedures.

     o  The request for proposals (RFP) did not state the relative
        importance attached to each of the specified evaluation criterion
        and a contractor was selected using criteria different than that
        stated in the RFP.

     o  Contracts contained both clauses developed by NYSDEC and EPA
        model subagreement clauses.  There were conflicting clauses and
        duplications between the two sets of clauses.  Also, a subcontract
        did not have the model subagreement clauses or its equivalent.

These conditions were primarily attributable to the lack of NYSDECfs
understanding of the applicable Federal regulations.  NYSDEC was required
to comply with 40 CFR Part 33 as a condition of obtaining EPA funding.

3.  CONTRACT AMENDMENTS WERE INADEQUATE

We could not determine the maximum amounts of contracts awarded under the
Hazardous Waste Site Inventory cooperative agreement.  This was attributable
to contract amendments being poorly written.  According to 40 CFR 33.1015,
each subagreement must contain provisions defining a sound and complete
agreement, including the total cost of the subagreement.  Since the
contract maximum amounts could not be determined, NYSDEC could be charged
more than intended by Its contractors.
                                   -2-
          *,» *•

-------
REGION 2'S COMMENTS ON FINDINGS AND OUR EVALUATION

On December 8, 1986, the Assistant Regional Administrator for Policy and
Management, Region 2 provided written comments on the draft interim audit
report.  The Region's comments, which took exception to certain findings
and recommendations in the draft interim audit report, addressed the
following issues (1) the report does not demonstrate that certain audit
objectives were achieved; (2) the use of prohibited type of contract; and
(3) privity of subagreement (changed to involvement in contractor selection
process).  The first issue has been addressed in Appendix 1.  The second
and third issues were considered and changes, where appropriate, were made
during the finalization of the interim audit report.  To provide a balanced
understanding of the issues, Region 2's position on Issues (2) and (3)
have been summarized at appropriate locations in the report and the
complete response from Region 2 has been included as Appendix 1.

NYSDEC'S COMMENTS ON FINDINGS AND OUR EVALUATION

NYSDEC provided us with formal written comments on our draft interim audit
report in a letter dated December 10, 1986.  The Commissioner of NYSDEC
generally concurred with our findings and recommendations, except as
noted in the Findings and Recommendations section of this report, and
indicated corrective actions were taken or were planned to resolve the
issues cited in the report with which they were in agreement.  We concluded
that NYSDEC'S comments were generally responsive to our findings and
recommendations, except as noted in the Findings and Recommendations
section of this report.  To provide a balanced understanding"of the
issues, we summarized NYSDEC'S position at appropriate locations in the
report and included the complete response as Appendix 2.

RECOMMENDATIONS

We recommend that the Regional Administrator, Region 2:

A.  Disallow the questioned costs resulting from illegal cost-plus-percentage-
    of-cost contract provisions;

B.  Require NYSDEC to perform and document a review of the set-aside amounts
    paid to the contractors and make an after-the-fact evaluation of the
    reasonableness of both the costs and profit Incurred to date and the
    estimated cost to complete each contract had NYSDEC originally awarded
    these contracts according to Federal regulations;
                                   -3-

-------
C.  Review NYSDEC documentation and evaluation of the set-aside contract
    costs and make a determination of the reasonableness of both the
    costs and profit incurred to date and the estimated cost to complete
    each contract;

D.  Before advising NYSDEC of your determination on the reasonableness of the
    costs and profit, we be afforded an opportunity to review and comment
    on the documentation supporting your determination;

E.  Require NYSDEC to provide the Regional Administrator and the Internal
    Audit Division, Office of Inspector General with a copy of the Defense
    Contract Audit Agency's audit reports approving the "handling" or
    "management" fees for each contractor reimbursed such fees under
    EPA's cooperative agreements;

F.  Require NYSDEC to renegotiate all current CPPC type contracts to a
    type acceptable under Federal regulations;

G.  Instruct NYSDEC that all future contracts awarded, pursuant to Federal
    participation, comply with Federal regulations (40 CFR 33.285);

H.  Direct NYSDEC to prepare and document a cost analysis when appropriate
    for current and future contracts and participate only in fair and
    reasonable costs based upon cost analyses;

I.  Instruct Regional employees not to act as members of State selection
    panels until EPA's Headquarters Grants Administration Division issues
    an Agencywide directive on this matter;

J.  Require NYSDEC, when applicable, for future procurements, to state in
    the RFP the relative importance attached to each evaluation criterion
    and evalute each contract by the criteria stated in the RFP;

K.  Require NYSDEC to instruct contractors to include model subagreement
    clauses (40 CFR 33.1030) in all subcontracts and avoid duplication or
    contradiction, between NYSDEC clauses and model subagreement clauses
    in contracts awarded by NYSDEC;

L.  Require NYSDEC to amend the Hazardous Waste Site Inventory Cooperative
    Agreement contracts to state the contract maximum amount;

M.  Require NYSDEC to state both the amount of the change and the maximum
    amount of the contract in all future amendments;
                                    -4-

-------
N.  Require NYSDEC to make the necessary changes to its property management
    system so that it conforms with Federal regulations; and

0.  Require NYSDEC to comply with the special conditions of the cooperative
    agreements which require Technical Program Reports to be submitted
    quarterly.

ACTION REQUIRED

In accordance with EPA Directive 2750, the Action Official is required to
provide this office a written response to the audit report within 90 days
of the audit report date.  The Action Official's response should include
an action plan with milestone dates for each corrective action that was
not fully implemented.

Attachment
                                   -5-

-------
                               DISTRIBUTION
                                                             Copies
A.  Office of Inspector General (A-109)

  '  Divisional Inspector General for Audit -
      Eastern Audit Division (1)
    Audit Manager, Eastern Audit Division
      (New York Office) (1)
    Director, Audit Operations Staff (3)
    Chief, Program Analysis Unit (1)

B.  Regional Office

    Regional Administrator
    Audit Followup Coordinator
    Assistant Regional Administrator for
      Policy and Management (PM-2)
    Director, Division of Fiscal Management
    Director, Division of Solid and Hazardous Waste
2
1

1
1
1
C.  Headquarters Office

    Assistant Administrator for Solid Waste and
      Emergency Response (WH-562A)
    Director, Grants Administration Division (PM-216)
    Chief, Grants Policy and Procedures Branch (PM-216)
    Director, Office of Emergency and Remedial
       Response (WH-548)
    Agency Followup Official (PM-225)
      Attn:  Resource Management Division
    Associate General Counsel
      Inspector General Division (LE-132I)
    Associate General Counsel
      Grants, Contracts, and General Law Division
      (LE-132G)
    Chief, Superfund Accounting Branch (PM-226)
    Director, Facilities Management and Services
      Division (PM-215)
1
1
I

I

i

1

-------
HO
Etoy
60
    3^
                    REPORT OF INTERIM AUDIT OF
      NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION'S
       ADMINISTRATION OF ITS SUPERFUND COOPERATIVE AGREEMENTS
      WITH EPA UNDER THE COMPREHENSIVE ENVIRONMENTAL RESPONSE,
               COMPENSATION, AND LIABILITY ACT OF 1980
         FOR THE PERIOD MARCH 8, 1982 THROUGH MARCH 31,  1986

-------

-------
                        TABLE OF CONTENTS
SCOPE AND OBJECTIVES

SUMMARY OF FINDINGS

BACKGROUND

AUDITORS' REPORT ON COOPERATIVE AGREEMENTS
 V00243582, V00247583, V00248083, V00248583, V00249083,
 V00249583, V00257584, V00258584, V00258084, V00243284,
 V00243784, V00262585, AND V00249685 AWARDED TO THE
 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION

AUDITORS' REPORT ON INTERNAL ACCOUNTING CONTROL
 AND COMPLIANCE

FINDINGS AND RECOMMENDATIONS

1 -  STATE'S SUPERFUND PROCUREMENT SYSTEM NEEDS
     IMPROVEMENT

2 -  CONTRACT AMENDMENTS WERE INADEQUATE

3 -  MINOR FINDINGS - CORRECTIVE ACTION TAKEN

4 -  MINOR FINDING - CORRECTIVE ACTION NOT REQUIRED
                                              Page

                                                1

                                                2

                                                6
                                                8


                                               10
                                               12

                                               21

                                               22

                                               22
EXHIBIT A -
EXHIBIT B -
EXHIBIT C -
COOPERATIVE AGREEMENTS AWARDED TO THE
NEW YORK STATE DEPARTMENT OF ENVIRON-
MENTAL CONSERVATION SUMMARY OF COSTS
CLAIMED, ACCEPTED, QUESTIONED AND
SET-ASIDE FOR THE PERIOD MARCH 8, 1982
THROUGH MARCH 31, 1986

POLLUTION ABATEMENT SERVICES, OSWEGO
COOPERATIVE AGREEMENT (VO0243582)
AWARDED TO THE NEW YORK STATE DEPART-
MENT OF ENVIRONMENTAL CONSERVATION
SCHEDULE OF COSTS CLAIMED AND ACCEPTED
FOR THE PERIOD MARCH 8,  1982 THROUGH
MARCH 31, 1986

OLEAN WELL FIELDS COOPERATIVE AGREE-
MENT (VO0247583) AWARDED TO THE NEW YORK
STATE DEPARTMENT OF ENVIRONMENTAL
CONSERVATION SCHEDULE OF COSTS CLAIMED
AND ACCEPTED FOR THE PERIOD JANUARY 1,
1983 THROUGH MARCH 31, 1986
                                                              24
                                                              25
                                                              26

-------
                  TABLE OF CONTENTS (Continued)
EXHIBIT D -
EXHIBIT E -
EXHIBIT F -
EXHIBIT G -
EXHIBIT H -
EXHIBIT I -
EXHIBIT J -
SINCLAIR OIL REFINERY COOPERATIVE AGREE-
MENT (VO0248083) AWARDED TO THE NEW YORK
STATE DEPARTMENT OF ENVIRONMENTAL CONSER-
VATION SCHEDULE OF COSTS CLAIMED, ACCEPTED,
QUESTIONED AND SET-ASIDE FOR THE PERIOD
JULY 18, 1983 THROUGH MARCH 31, 1986           27

MARATHON BATTERY COOPERATIVE AGREEMENT
(VO0248583) AWARDED TO THE NEW YORK STATE
DEPARTMENT OF ENVIRONMENTAL CONSERVATION
SCHEDULE OF COSTS CLAIMED, ACCEPTED,
QUESTIONED AND SET-ASIDE FOR THE -PERIOD
SEPTEMBER 1, 1983 THROUGH MARCH 31, 1986       28

KENTUCKY AVENUE WELLFIELD COOPERATIVE
AGREEMENT (VO0249083) AWARDED TO THE
NEW YORK STATE DEPARTMENT OF ENVIRON-
MENTAL CONSERVATION SCHEDULE OF COSTS
CLAIMED AND ACCEPTED FOR THE PERIOD
OCTOBER 15, 1983 THROUGH MARCH 31,
1986                                           29

YORK OIL COMPANY COOPERATIVE AGREEMENT
(V00249583) AWARDED TO THE NEW YORK STATE
DEPARTMENT OF ENVIRONMENTAL CONSERVATION
SCHEDULE OF COSTS CLAIMED AND ACCEPTED
FOR THE PERIOD NOVEMBER 1, 1983 THROUGH
MARCH 31, 1986                                 30

VESTAL WATER SUPPLY COOPERATIVE AGREEMENT
(V00257584) AWARDED TO THE NEW YORK STATE
DEPARTMENT OF ENVIRONMENTAL CONSERVATION
SCHEDULE OF COSTS CLAIMED, ACCEPTED AND
SET-ASIDE FOR THE PERIOD JANUARY 16,
1984 THROUGH MARCH 31, 1986                    31

BREWSTER WELL FIELD COOPERATIVE AGREEMENT
(V00258584) AWARDED TO THE NEW YORK STATE
DEPARTMENT OF ENVIRONMENTAL CONSERVATION
SCHEDULE OF COSTS CLAIMED, ACCEPTED AND
SET-ASIDE FOR THE PERIOD JANUARY 18,
1984 THROUGH MARCH 31, 1986                    32

WIDE BEACH DEVELOPMENT COOPERATIVE AGREE-
MENT (V00258084) AWARDED TO THE NEW YORK
STATE DEPARTMENT OF ENVIRONMENTAL CONSER-
VATION SCHEDULE OF COSTS CLAIMED, ACCEPTED,
QUESTIONED AND SET-AS IDE FOR THE PERIOD
JANUARY 18, 1984 THROUGH MARCH 31, 1986        33

-------
                  TABLE OF CONTENTS (Continued)
EXHIBIT K -
EXHIBIT L -
EXHIBIT M -
EXHIBIT N -
EXHIBIT 0 -
HUDSON RIVER PCB REMNANT COOPERATIVE AGREE-
MENT (V00243284) AWARDED TO THE NEW YORK
STATE DEPARTMENT OF ENVIRONMENTAL CONSERVA-
TION SCHEDULE OF COSTS CLAIMED AND ACCEPTED
FOR THE PERIOD SEPTEMBER 1, 1984 THROUGH
MARCH 31, 1986

MULTI-SITE I COOPERATIVE AGREEMENT
(V00243784) [FULTON TERMINALS, CLOTHIER
AND VOLNEY LANDFILL] AWARDED TO THE NEW
YORK STATE DEPARTMENT OF ENVIRONMENTAL
CONSERVATION SCHEDULE OF COSTS CLAIMED,
ACCEPTED AND SET-ASIDE FOR THE PERIOD
DECEMBER 31, 1984 THROUGH MARCH 31, 1986

MULTI-SITE II COOPERATIVE AGREEMENT
(V00262585) [ENDICOTT WELLFIELD, HAVILAND
COMPLEX WELL AND SUFFERN VILLAGE WELLFIELD]
AWARDED TO THE NEW YORK STATE DEPARTMENT
OF ENVIRONMENTAL CONSERVATION SCHEDULE OF
COSTS CLAIMED AND ACCEPTED FOR THE PERIOD
MARCH 31, 1985 THROUGH MARCH 31, 1986
                                                             Page
                                                              34
                                                              35
                                                              36
HAZARDOUS WASTE SITE INVENTORY COOPERATIVE
AGREEMENT (V00249685) AWARDED TO THE NEW
YORK STATE DEPARTMENT OF ENVIRONMENTAL
CONSERVATION SCHEDULE OF COSTS CLAIMED AND
ACCEPTED FOR THE PERIOD APRIL 1, 1985 THROUGH
MARCH 31, 1986                                 37
DESCRIPTION OF HAZARDOUS WASTE SITES UNDER
THE COOPERATIVE AGREEMENTS AWARDED TO THE
NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL
CONSERVATION
                                                              38
APPENDIX 1 -   REGION 2'S COMMENTS ON THE DRAFT AUDIT REPORT  45

APPENDIX 1A -  OUR  EVALUATION OF REGION 2'S COMMENTS         55

APPENDIX 2 -   NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL
               CONSERVATION'S RESPONSE TO THE DRAFT AUDIT
               REPORT                                         59

-------

-------
                   REPORT OF INTERIM AUDIT OF
    NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION'S
     ADMINISTRATION OF ITS SUPERFUND COOPERATIVE AGREEMENTS
    WITH EPA UNDER THE COMPREHENSIVE ENVIRONMENTAL RESPONSE,
             COMPENSATION, AND LIABILITY ACT OF 1980
       FOR THE PERIOD MARCH 8, 1982 THROUGH MARCH 31, 1986


SCOPE AND OBJECTIVES

We performed an interim audit of the New York State Department of
Environmental Conservation's  (NYSDEC)  administration of  its co-
operative  agreements  with  the  U.S.   Environmental  Protection
Agency  (EPA) under  the  Comprehensive  Environmental  Response,
Compensation, and Liability Act  of  1980.   The primary objectives
of our examination were to:

1.   Determine  the  adequacy,  effectiveness,  and  reliability of
     procurement, accounting,  and management  controls  exercised
     by NYSDEC  in administering its cooperative  agreements with
     EPA.

2.   Ascertain NYSDEC"s compliance with provisions of the cooper-
     ative  agreements and  applicable  EPA  regulations  and  in-
     structions.

3.   Ascertain NYSDEC's compliance with provisions  of the Letter
     of Credit - Treasury Financial CommunicatIons SystemRecipi-
     ent1 sManual~'

4.   Determine the reasonableness, allocability,  and allowability
     of the costs claimed under the cooperative agreements.

Specifically, our audit covered  the  following -cooperative agree-
ments: Pollution  Abatement  Services, Oswego;  Olean  Well  Fields?
Sinclair   Oil   Refinery;    Marathon   Battery;  Kentucky   Avenue
Wellfield; York  Oil Company;  Vestal Water  Supply;  Brewster Well
Field; Wide  Beach  Development;  Hudson River PCB  Remnant;  Mul-
ti-Site I (Fulton Terminals, Clothier,  and Volney Landfill); Mul-
ti-Site  II  (Endicott  Wellfield,  Haviland  Complex  Well,  and
Suffern Village  Wellfield);  and Hazardous  Waste  Site Inventory.
The audit  included  an examination of costs  incurred and claimed
under  the   referenced   cooperative  agreements   from   project
inception through March 31,  1986.

Our audit was  performed  in  accordance  with  generally  accepted
auditing  standards  and the  Standards  for Audit  of Governmental
Organizations, Programs, Activities, and  Functions  issued by the
General Accounting Office.Accordingly,the examination included
such  tests  of  the  accounting  records  and  such  other  auditing
procedures as we considered necessary in the circumstances.
                               -1-

-------

-------
SUMMARY OF FINDINGS
FINANCIAL RESULTS OF AUDIT

Subject to the  effects  on  Exhibit  A of EPA's ultimate resolution
of the  questioned  and set-aside expenditures referred  to  in the
Auditors'  Report,   Exhibit  A  (summarized   below)  presents  the
financial information and financial provisions of the agreements.

  Cooperative      	 	AMOUNT	
   Agreement       CLAIMEDACCEPTEDQUESTIONEDSET-ASIDE

Pollution
 Abatement
 Services, Oswego $4,197,871  $4,197,871  $      -    $
Clean Well Fields    750,892 ,    750,892
Sinclair Oil
 Refinery            931,464     610,605      15,279     305,580
Marathon Battery     513,270     104,273      11,868     397,129
Kentucky Avenue
 Wellfield           394,743     394,743
York Oil Company     499,422     499,422
Vestal Water
 Supply              268,177      44,276         -       223,901
Brewster Well
 Field               446,597     333,798         -       112,799
Wide Beach
 Development         465,497     314,192      7,205      144,100
Hudson River
 PCB Remnant           2,836       2,836
Multi-Site I         438,334      82,730         -       355,604
Multi-Site II         27,512      27,512
Hazardous Waste
 Site Inventory       18,239      18.239  	-    	-

Totals            $8.954,854  $7.381.389  $   34,352  $1.539.113


Federal Share     $8.847,330  $7.273.865  $   34,352  $1,539,113


Questioned costs are costs claimed or proposed costs that we have
concluded should not be reimbursed  by  the Government or incurred
as part of project  eligible  costs  because they  are not allowable
under the provisions  of applicable  laws,  regulations,  policies,
cost principles, or terms  of the cooperative agreements  or con-
tracts.   Set-aside costs are costs which cannot be accepted with-
out  additional  information or  evaluations  and approvals  by re-
sponsible Agency program officials.
                               -2-

-------
SUMMARY OF FINDINGS (Continued)
1.  STATE'S SUPERFUND PROCUREMENT SYSTEM NEEDS IMPROVEMENT

The procedures utilized by NYSDEC to procure contractual services
under its Superfund cooperative agreements were not in compliance
with Federal regulations (40 CFR Part 33).  These conditions were
primarily attributable  to  NYSDEC1s  lack of understanding  of the
applicable  Federal  regulations.  NYSDEC  was  required  to  comply
with  40  CFR  Part  33 as  a condition  of obtaining  EPA funding.
NYSDEC awarded 22 contracts, under the existing system, for which
the State claimed $7,601,269  on the Financial Status Reports (SF
269),  as of  March  31,  1986.   We   examined  NYSDEC1s  Superfund
procurement system on a  non-statistical  basis and noted the fol-
lowing conditions:
     NYSDEC  used   the   prohibited
     (CPPC) type of contract.
      cost-plus-percentage-of-cost
0    Cost analyses were not documented for procured contracts.

0    EPA  was  involved  in  the  contractor  selection  process,
     increasing the  risk  that  EPA might be  named as  a defendant
     in   litigation   concerning   the  State's   contract   award
     procedures.

c    The request  for proposals (RFP) did  not  state the relative
     importance attached to each of  the specified evaluation cri-
     terion   and   a   contractor  was   selected  using  criteria
     different than  that stated in the RFP.

"    Contracts contained both  clauses developed by  NYSDEC and EPA
     model subagreement clauses.   There were conflicting clauses
     and duplications  between  the two sees  of  clauses.   Also,  a
     subcontract  did not:  have the me del  subagreement clauses or
     ics equivalent.

2.   CONTRACT AMENDMENTS WERE  INADEQUATE

The  maximum  amounts of  contracts  awarded  under  the Hazardous
Waste   Site   Inventory   cooperative  ogreement   could   not  be
determined.   This was attributable  to  contract amendments being
poorly  written.   According to 40  CFR 33.1015,  each  subagreement
must contain  provisions  defining  a  sound  and complete agreement,
including the total  cost of the subagreement.   Since  the contract
maxiuum amounts could not  be  determined,   NYSDEC could be charged
more than intended.
EXIT CONFERENCE

An exit  conference w,is
officials of the NYSDEC:
                         held
Jul'
1956,  with  the  following
                                -o-

-------
EXIT CONFERENCE (Continued)


     Director,  Division  of Solid  and  Hazardous  Waste   (DSHW);
     Director,  Division  of  Fiscal  Management   (DFM);  Program
     Research Specialist, DSHW; Associate Accountant, DFM; Chief,
     Bureau of  Eastern Remedial Action, DSHWj  and Chief, Bureau
     of Internal Audit, DFM.

Also,  the  Chief,   New  York/Carribean   Remedial  Action  Branch,
Region  2  and  an  Office  of Inspector  General Auditor,  Eastern
Audit Division attended the exit conference.

The  following  significant items were discussed during the audit
and  communicated  through  Notifications of  Significant  Findings
and at the exit conference:

     1.   Significant findings and recommendations;
     2.   Exhibits to be presented in the audit report;
     3.   Explanation   and  justification   for   the   auditors'
          opinion?
     4.   The auditee's  response  to the draft  audit report will
          be incorporated into the final audit report; and
     5.   The  final  audit  report  is subject  to  the  Freedom of
          Information Act.

The  representatives  of NYSDEC and  EPA  Region 2  were  in  general
agreement with the  findings and recommendations.   There was some
disagreement by NYSDEC and Region 2 officials regarding our find-
ings of EPA participation in selecting  contractors and the CPPC
contract.

REGION 2'S COMMENTS ON FINDINGS AND OUR EVALUATION

On  December 8,  1986,  the  Assistant  Regional  Administrator  for
Policy and  Management  Region 2 provided written  comments on the
draft  interim  audit report.   The  Region's  comments,  which took
exception to  certain findings  and  recommendations  in  the draft
interim audit  report,  addressed the   following  issues  (1)  the
report does not demonstrate that  certain  audit  objectives  were
achieved;  (2)  the  use  of prohibited type  of contract;  and  (3)
privity of  subagreement  (changed  to  involvement  in  contractor
selection  process).   The  first  issue has been   addressed  in
Appendix  1.   The  second  and third  issues  have  been  considered
during  the  revision of  the  draft  interim audit report.   To
provide  a  balanced  understanding   of   the  issues,  Region  2's
position  on   issues   (2)  and  (3)  have   been   summarized  at
appropriate  locations  in  the  report and   the  complete  response
from Region 2 has been included as Appendix  1.

NYSDEC'S COMMENTS ON FINDINGS AND OUR EVALUATION

NYSDEC provided  us  with formal  written comments  on our draft
report in a  letter dated December 10, 1986.  The  Commissioner of


                               -4-

-------
NYSDEC'S COMMENTS ON FINDINGS AND OUR EVALUATION (Continued)
NYSDEC generally concurred with our findings and recommendations,
except as  noted in the  Findings  and Recommendations  section of
this report, and indicated corrective actions  were taken or were
planned to resolve the issues cited in the report with which they
were  in  agreement.   We  concluded  that  NYSDEC'S  comments  were
generally responsive  to  our  findings  and recommendations, except
as  noted in  the  Findings  and Recommendations  section  of  this
report.  To  provide a balanced understanding  of  the  issues,  we
summarized  NYSDEC'S  position  at  appropriate   locations in  the
report and included the complete response as Appendix 2.
                                .5.

-------
BACKGROUND


The  "Superfund"  program  was  established  by  the  Comprehensive
Environmental Response, Compensation,  and Liability Act  of 1980
(CERCLA), Public  Law  96-510,  enacted on December  11,  1980.  The
Superfund program was created to  protect  public health  and the
environment from  the  release, or  threat  of release,  of hazardous
substances from abandoned hazardous waste sites and other sources
where response  was  not  required  by other  Federal  laws.   A Trust
Fund was  established  by CERCLA to provide  funding  for responses
ranging  from control of  emergency  situations  to provision  of
permanent remedies  at uncontrolled  sites.  CERCLA  authorized  a
$1.6 billion program  financed by a five-year environmental tax on
industry  and   some   general   revenues.    CERCLA  requires  that
response,  or   payment   for  response,  be  sought   from  those
responsible   for   the   problem,   including  property   owners,
generators and transporters.

The basic regulatory  blueprint for the  Superfund  Program is the
National Oil and  Hazardous  Substances  Contingency  Plan (NCP),  40
CFR Part 300.  The NCP was first published in 1968 as part of the
Federal Water Pollution Control  Plan,  and  has  been substantially
revised to meet  CERCLA  requirements.   The  NCP  lays out two broad
categories   of   response:    removals   and  remedial   response.
Removals  are  relatively   short-term  responses,  and  modify  an
earlier program under the  Clean Water  Act.   Remedial response is
long-term planning  and  action to provide  permanent  remedies for
serious abandoned or uncontrolled hazardous waste sites.

CERCLA  recognizes that the  Federal government  can only assume
responsibility for remedial response at a limited number of sites
representing the  greatest public threat.   It  therefore  requires
the maintaining  of  a  National Priorities List  (NPL),  which must
be updated at  least annually.  The NPL  is  composed  primarily of
sites which have  been ranked  on  the basis of  a  standard scoring
system which evaluates  their  potential  threat to  public health.
In addition, each State was allowed  to name its  highest  priority
site without regard to the ranking system.

CERCLA section  104(c)(3)  provides  that no  remedial actions shall
be taken unless the State in which the release occurs enters into
a contract or  cooperative agreement with  EPA  to  provide certain
assurances,   including cost-sharing.   At most  sites,  the  State
must  pay 10  percent  of   the costs  of  remedial  action.   Pre-
remedial  activities   (preliminary assessments,  site  inspections)
remedial planning  (remedial investigations,  feasibility  studies,
remedial designs) and removals may  be  funded 100 percent by EPA.
For facilities  operated by a State or  political  subdivision at
the time of disposal  of hazardous substances,  the State  must pay
at least 50 percent of all response costs,  including removals and
remedial planning previously conducted.
                               -6-

-------
BACKGROUND (Continued)
NYSDEC is the designated State agency for identifying and ranking
sites which  pose a  risk to the  public  or  the  environment,  and
performance  of  remedial investigation,  design,  and clean  up. at
hazardous waste sites.  During  our  audit,  .NYSDEC was  actively
involved in the 13 cooperative agreements, covered by this audit,
with  EPA.    A   description  of each  site  has  been provided  in
Exhibit 0.
                                -7-

-------
      TICHENOR, RESLER & EICHE
        CERTIFIED PUBLIC ACCOUNTANTS
                                                  THE SUMMIT. SUITE 200
                                                  4J50 BROWNSBORO ROAD
                                                  LOUISVILLE, KENTUCKY 40207
                                                  
-------
Mr. Kenneth D. Hockman
     2
sions of the  agreements  and applicable Federal regulations.  Ex-
hibit A sets forth the costs which we questioned and set-aside in
this regard and includes an explanation of the reasons such costs
were questioned and set-aside.

In  our  opinion,  subject   to   the   effect   of  EPA's  ultimate
resolution of  the  questioned and set-aside expenditures referred
to  in  the preceding  paragraphs, Exhibit  A  presents  fairly  the
costs claimed by NYSDEC under the cooperative agreements with EPA
on the basis described above.

This report  is intended for use  in  connection with the coopera-
tive agreements to which it refers and should not be used for any
other purpose.
TICHENOR, RESLER & EICHE
Louisville, Kentucky
July 25, 1986
                                -9-

-------
      TICHENOR, RESLER & EICHE
         CERTIFIED PUBLIC ACCOUNTANTS
                                                   THE SUMMIT, SUITE 200
                                                   4350 BROWNSBORO ROAD
                                                   LOUISVILLE. KENTUCKY 4020?
                                                   (502) 8934)700
Mr. Kenneth D. Hockman
U.S. Environmental Protection Agency
Divisional Inspector General for Audit
Internal Audit Division
Office of the Inspector General
Washington, D.C.

 AUDITORS' REPORT ON INTERNAL ACCOUNTING CONTROL  AND COMPLIANCE

We have  examined the expenditures claimed  by the New York  State
Department of Environmental Conservation  (NYSDEC), related to the
Pollution Abatement Services, Oswego; Olean Well  Fields;  Sinclair
Oil Refinery;  Marathon Battery; Kentucky  Avenue Wellfield;  York
Oil Company; Vestal Water Supply; Brewster  Well Field; Wide  Beach
Development;   Hudson    River   PCB    Remnant;    Multi-Site    I
(V-002437-84); Multi-Site  II  (V-002625-85)5  and Hazardous  Waste
Site  Inventory cooperative  agreements for the  period  March  8,
1982,  through March 31,  1986,  as  detailed  in  Exhibit  A.    Our
examination was  performed in accordance  with generally  accepted
auditing standards and the financial  and compliance  provisions of
the Standards for  Audit  of Governmental Organizations,  Programs,
Ac t iv i t ie s,  an d  Func t ions'  issued   By   the   General Accounting
Office.Solely  to  assist us in planning and performing  our ex-
amination, we made  a study and evaluation  of  the  significant in-
ternal accounting  controls of  NYSDEC.   For  the  purpose  of this
report,  we  have classified  the significant   internal accounting
controls into the following categories:

               0    Disbursements
                    Payroll
               0    Contractor  procurement
               0    Contractor  performance  and billings
               0    Cash management  (letter of credit system)
               0    Property and equipment

Our study included all of  the  control systems listed above.

That study and evaluation was  limited to a preliminary  review of
the system to  obtain an understanding of  the control environment
and the  flow of  transactions through the accounting system.  Be-
cause the audit  could be performed more  efficiently through  addi-
tional analysis  and substantive audit  tests, thus  placing very
little reliance  on  the  internal accounting  control  system,  our
study and evaluation of  the internal accounting  controls did not
extend beyond this preliminary review phase.   Accordingly, we do
                               -10-

-------
Mr. Kenneth D. Hockman
Page 2

not express an opinion  on  the system of internal accounting con-
trols taken  as  a whole.   Also,  our examination, made  in accor-
dance with the  standards mentioned above, would not necessarily
disclose material weaknesses in the system of internal accounting
control.  Our examination  did not  disclose any conditions,  other
than those presented  in the Findings  and Recommendations section
of this report, that we believe to be a material weakness.

As a part of  our examination, we performed certain  tests to de-
termine whether or not  Federal funds  were expended in accordance
with the provisions of  the cooperative agreements and applicable
Federal  laws,  regulations, policies,  and cost  principles.   The
results of our  tests  indicate that for  the  items tested, NYSDEC
complied with  the provisions  of the  cooperative  agreements and
applicable Federal laws, regulations,  policies,  and cost princi-
ples, except  for the  conditions described  in the Notes  to the
Exhibits.  Further, for  the items not  tested,  based upon our ex-
amination referred to above,  nothing  came to our attention which
indicated that NYSDEC had not complied with the provisions of the
cooperative agreements  and applicable  Federal laws, regulations,
policies, and cost principles, beyond  the conditions described in
the Findings and Recommendations.

This report  is  intended for use in connection with the coopera-
tive agreements to which it refers and should not be used for any
other purpose.
TICHENOR, RESLER & EICHE
Louisville, Kentucky
July 25, 1986
                               -11-

-------
                                                             cost
FINDINGS AND RECOMMENDATIONS
1.  STATE'S SUPERFUND PROCUREMENT SYSTEM NEEDS IMPROVEMENT

The procedures utilized by NYSDEC to procure contractual services
under  Superfund  cooperative  agreements were  not  in  compliance
with Federal regulations (40 CFR Part 33).   These conditions were
primarily attributable  to  NYSDEC's  lack of understanding  of the
applicable Federal  regulations.   NYSDEC was  required  to  comply
with  40  CFR  Part  33 as  a condition  of  obtaining  EPA funding.
NYSDEC awarded 22 contracts, under the existing system, for which
the State claimed $7,601,269 on  the  Financial Status Reports (SF
269),  as of  March  31,  1986.   We   examined  NYSDEC's  Superfund
procurement system on a non-statistical basis and noted the fol-
lowing conditions:

0    NYSDEC   used  the  prohibited   cost-plus-percentage-of-
     (CPPC)  type of contract.

0    Cost analyses  were not documented for procured contracts.

0    EPA  was  involved  in  the  contractor  selection  process,
     increasing the  risk  that EPA might be named as a defendant
     in   litigation   concerning  the   State's   contract   award
     procedures.

0    The request for proposals (RFP) did not  state the relative
     importance attached to each of the specified evaluation cri-
     terion   and 'a   contractor  was   selected   using  criteria
     different than that stated in the RFP.

     Contracts contained both clauses developed by NYSDEC and EPA
     model subagreement clauses.  There were  conflicting clauses
     and duplications between the two  sets of clauses.   Also,  a
     subcontract did not  have the model  subagreement  clauses or
     its equivalent.

A.   Cost-Plus-Percentage-Of-Cost Contracts

     NYSDEC   entered  into   CPPC   contracts.    These  contracts,
     prohibited  by   40  CFR   33.285  and  OME  Circular  A-102.
     Attachment D,  Paragraph  12,  were  negotiated by NYSDEC proj-
     ect managers  from a  standard  contract  format  developed by
     NYSDEC.   NYSDEC  personnel who  developed  the format were un-
     aware  that  CPPC  contracts  were  prohibited  by  Federal
     regulations.  Under the CPPC method of contract payment, the
     amount  of  the  fee  is uncertain  at  the  inception  of the
     contract.  The  profit is a  fixed percentage  of  some other
     costs incurred  by  the contractor.  The  more of these other
     costs the contractor  incurs, the  more profit  they are due.
     Therefore,   a  contractor's   profit is  increased  in  direct
     proportion to  costs incurred, thus rewarding higher costs.
                              -12-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
     NYSDEC  officials  and  the  Chief of  EPA New  York/Carribean
     Remedial Action  Branch stated  at  the exit conference  that
     they  were  not  in  agreement  with questioning  the  entire
     contract amounts because a portion of the CPPC contracts was
     prohibited.   NYSDEC  officials  expressed  further  concern
     about incurring additional project costs  if the possibility
     exists  that  EPA  may  not   participate   in   these  costs.
     Questioned and  set-aside  costs for the Sinclair  Oil  Refin-
     ery, Marathon Battery,  and Wide Beach  Development coopera-
     tive agreements  are located at Exhibit D,  Note 2j  Exhibit E,
     Note 2;  and Exhibit J, Note 2; respectively.

B.   Cost Analyses Not Performed*

     Cost  analyses  were  not  prepared  on  four  contracts  as
     required  by  40  CFR  33.290(a)  and  40  CFR  33.250(a)(5).
     NYSDEC project managers, who negotiated the contracts,  stat-
     ed  that  it was  not  standard  procedure to  prepare  a  formal
     cost  analysis  document  for   the  files.   Without  preparing
     cost analyses to support the procurements,  neither the State
     nor EPA can be assured  that the  services of the contractors
     were procured at the most reasonable costs.

     Set-aside costs for  the Marathon  Battery,  Vestal  Water Sup-
     ply,  Brewster  Well  Field,   and   Multi-Site  I  cooperative
     agreements are located at Exhibit E,  Note 3s Exhibit H, Note
     2; Exhibit I, Note 2} and Exhibit L,  Note 2; respectively.

     *    EPA Region  2  and Headquarters  staff  noted  a  similar
          finding  in  their  Management  Assistance Report,  dated
C.
     November 14, 1985.

Involvement in Contractor Selection Process
     We   tested   three   contracts
     requirements of 40 CFR 33.245.
                                for   compliance  with   the
     The following contracts were tested:

     Cooperative Agreement              Contractor
     Marathon Battery
     Vestal Water Supply

     Multi-Site I
                                   Acres American, Inc,
                                   Engineering Science
                                    and Technology
                                   URS Company
     In all  three  cases,  we found  that  an EPA Region  2 project
     officer was part of the State panel that reviewed and scored
     contractors'  proposals  and  then  made  recommendations  to
     State officials  on which  contractor  should be  awarded the
                              -13-

-------
FINDINGS AND RECOMMENDATIONS (Continued)


     contract.  NYSDEC requested that EPA be represented on these
     selection  panels  to   provide   expertise  in  the  selection
     process  and  to  help   develop  a  good working  relationship
     between the two  agencies.  As  a result of EPA participation
     in the State selection process, EPA's position that  it  was
     not a  party  to  any subagreement  may be jeopardized.   For
     example,   EPA   involvement  in  the  State  selection  process
     increases  the  risk,  however  slight,  that  losing  bidders
     might  succeed  in naming  EPA as  a defendant in  litigation
     concerning the assistance  recipient's contract  award proce-
     dures.   This potential  problem can be avoided, or  at least
     mitigated, by ensuring that EPA employees only provide over-
     sight of  the State  procurement process and do  not  partici-
     pate on State selection panels.

     EPA's State Participation  in the  Superfund  Program,  Volume
     II, Chapter II, Part B states in part that:

          EPA's role  during implementation  of the  Agreement  is
          one of oversight  to ensure that the State complies with
          applicable statutes,  regulations, and policies....

          The State  is responsible for resolving all subagreement
          and  administrative  issues associated with procurement
          under the Cooperative  Agreement,  since EPA  is  not  a
          party to  any  subagreements  (40  CFR  33.245).  (Emphasis
          added).

     NYSDEC officials and   the  Chief  of EPA  New  York/Carribean
     Remedial  Action  Branch  reiterated at  the exit  conference
     that they  believed  having  Region 2 project officers  on  the
     selection  committees.,which evaluated  contract  proposals  did
     not violate 40 CFR.33.245.  In  addition,  Regional  Counsel,
     Region 2, concluded that 40 CFR 33.245 does not prohibit the
     sort of  participation  in  the  State's procurement  actions
     which occurred here.   The Regional Counsel agreed  with  the
     draft audit finding that having an EPA employee participate
     in  the  State's  contractor  selection process  increases  the
     risk that  a  claim  may be made  against EPA.   The  Regional
     Counsel  also  was of  the  opinion that  such  risk was very
     small and  should be balanced against  EPA's  benefits derived
     from working with State officials.

D.   Evaluation Criteria Were Not Used Properly*

     We tested four  contracts for proper use of evaluation crite-
     ria.   In two  cases (the  Ecology and  Environment  contract
     under the  Vestal Water  Supply  cooperative agreement and the
     URS  Company  contract  under  the  Multi-Site  I  cooperative
     agreement), the  RFP did not state the  relative  importance
     attached   to   each  of   the  criterion.   Also,   the  URS

-------
FINDINGS AND RECOMMENDATIONS (Continued)
     Company contract was evaluated using different criteria than
     that stated in the RFP.

     According to  40  CFR 33.510,  the RFP must  contain all eval-
     uation  criteria  and  the  relative  importance  attached  to
     each.   Additionally,  40 CFR  33.515 states  that  recipients
     must  base  their   evaluations   solely   on  the  evaluation
     criteria stated in the RFP.

     NYSDEC  did not  include the relative importance  attached to
     each criterion in  the  RFP  because  it believed,  if the rela-
     tive importance was included, the proposers would respond in
     a way to yield the highest score, which would not necessari-
     ly be the best  presentation.   NYSDEC decided that including
     the relative importance of the evaluation criteria tended to
     stifle the creativity of a proposer's response.

     In the case where the proposals were evaluated using differ-
     ent criteria  than  that in the RFP,  the  State project engi-
     neer revised the RFP changing the evaluation criteria.  How-
     ever, the scoresheets used in  the  selection were based upon
     the criteria stated in the original RFP.

     Because of  these departures  from the  Federal  regulations,
     the following may have occurred:

     (1)  Discriminatory selection of contractors;
     (2)  Awards of  contracts  to other  than the  most qualified
          proposers;  and
     (3)  Conflicts of interest.

     *    EPA Region  2  and Headquarters staff noted a  similar
          finding  in  their Management  Assistance Report,  dated
          November 14, 1985.

E.   Improper and Omitted Contract Clauses*

     We tested  the contract clauses of  four contracts  and  one
     subcontract.   The four contracts,  listed  below,  contained
     NYSDEC clauses  in  the  main body of the  contract  and a copy
     of EPA's model  subagreement  clauses (40 CFR 33.1030)  as an
     attachment  to  the  contract.    Not  all  NYSDEC-developed
     clauses were  equivalent to  EPA's model subagreement clauses
     and  some  were even  contradictory.   The  subcontract,  which
     was awarded by  Dames and Moore to James  L.  Ward under  the
     Kentucky  Avenue Wellfield  cooperative  agreement,   did  not
     contain the model subagreement clauses  or their equivalent.
                              -15-

-------
FINDINGS AND RECOMMENDATIONS (Continued)


     Cooperative Agreement              Contractor

     Pollution Abatement Services,
      Oswego                            Sevenson Construction Co.
     Marathon Battery                   Acres American,  Inc.
     Vestal Water Supply                Ecology and Environment
     Multi-Site I                       URS Company

     The subagreements  awarded  under the  cooperative  agreements
     were not in compliance with 40 CFR 33.1030 which stipulates,
     "Recipients must  include,  when  appropriate, the  following
     clauses  or their  equivalent  in  each  subagreement."   The
     clauses referred to describe the minimum assurances,  guaran-
     tees,  indemnities,  and other contractual requirements neces-
     sary to assure that  the Federal  government's best  interests
     are protected.

     For example,  the  following Article  11 was  taken from  the
     Sevenson Construction  Company contract under the  Pollution
     Abatement Services, Oswego  cooperative agreement:

          ARTICLE 11  FINAL PAYMENT

          After the  final acceptance of  the work,  the  Engineer
          shall prepare  a final  summary  of  the  work done  from
          actual measurements  and computations  relating  to  the
          same,  and he  shall compute the value of such work under
          and  according  to  the  terms of  the  contract.   This
          summary cost  shall be  certified as to  its correctness
          by the Engineer and submitted to  the  Division  Director
          for  final  approval.   The  right,  however,  is  hereby
          reserved  to the  Division Director to reject the whole
          or any portion  of the final  summary,  should the  said
          certificate of  the  Engineer  be  found  or  known to  be
          inconsistent   with  the  terms   of  the agreement   or
          otherwise  improperly   given.    All  certificates  upon
          which partial payments may have  been made  being merely
          estimates,  shall be subject to correction  in the final
          certificate or final  summary cost.

     Note  that  Article  11  is  not  equivalent  to  the model
     subagreement clause,  Article  14, relating to  the  same issue
     taken from 40  CFR 33.1030:

          ARTICLE 14  FINAL PAYMENT

          Upon  satisfactory completion of  the  work performed
          under this  subagreement, as  a  condition  before final
          payment under  this  subagreement  or  as a  termination
          settlement  under this  subagreement the contractor shall
          execute and  deliver  to  the  owner  a  release  of  all


                              -16-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
          claims against  the owner arising  under,  or by  virtue
          of,   this   subagreement,   except   claims  which   are
          specifically exempted by the contractor to be set forth
          therein.     Unless    otherwise    provided   in    this
          subagreement,   by  State  law  or  otherwise  expressly
          agreed to  by  the  parties  to this  subagreement,  final
          payment  under  this   subagreement  or  settlement  upon
          termination of this subagreement shall not constitute a
          waiver of the owner's claims  against  the  contractor or
          his  sureties  under   this  subagreement  or  applicable
          performance and payment bonds.

     The  most  noteworthy   difference  between   the   two   final
     payment clauses  is the  lack of  the  release of all  claims
     against the owner  language in  Article 11.   This  appears to
     be a significant difference  between  the  NYSDEC and  U.S.  EPA
     clauses.

     The contractor personnel who negotiated the subcontract with
     James L. Ward had  left the  firm;  therefore, no  cause could
     be determined  for  the  exclusion  of the model subagreement
     clauses from the subcontract.  NYSDEC project  managers used
     a  standard contract  format  to  draft  the  contracts.   This
     format included NYSDEC-developed clauses in the main body of
     the  contract  and included a copy of 40 CFR  33.1030  as an
     attachment.   Neither  the  project managers nor  subsequent
     NYSDEC  reviewers   deleted  the   conflicting   clauses   or
     prevented the contracts from being redundant.

     When equivalent model  subagreement clauses  are not  included
     in subcontracts, the best interests of EPA and the State are
     not  adequately  protected.   Additionally,  having  the  same
     clauses in more than  one  place  in  a contract  and  clauses
     which  contradict  each  other,  creates  confusion as  to  the
     actual intent of the  parties.  As  a  result, the best  inter-
     ests of  EPA and  the  State  were not adequately protected,
     since this confusion could lead to differing interpretations
     and possible litigation.

     *    EPA  Region 2 and Headquarters  staff  noted a  similar
          finding  in their  Management Assistance  Report,  dated
          November 14, 1985.

REGION 2'S COMMENTS ON FINDINGS

In  response   to   our  draft   report,   the   Assistant  Regional
Administrator  for  Policy  and  Management, Region 2,  stated  the
following:

A.   The  audit  report  should  contain  specific information to
     demonstrate  the basis for  concluding  that  each  contract
                              -17-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
     questioned  was  the  CPPC  contract  prohibited  by  40  CFR
     33.285.

B.   Two  Region 2  Branch  Chiefs,  during  the audit  fieldwork,
     disagreed  with  the  auditors  position  of  questioning  the
     entire contract for contracts with CPPC service fees.

C.   Based  upon the rationale discussed  in B. above,  how  could
     the auditors accept  $2,144  of cost on  Exhibits  D  ($329),  E
     ($1,665)  and  J  ($150)  where  the  auditors  found  these
     contracts to be the CPPC type.

OUR EVALUATION OF REGION 2'S COMMENTS

Region 2's  comments  were  not adequate to resolve  all the issues
in our draft report.  The following is presented for those issues
above or addresses  all  the  recommendations  in response  to Region
2's comments:

A.   We have added  specific  information,  where appropriate,  to
     demonstrate  the basis  for  classifying  the  agreements  as
     CPPC.

B.   After  careful  consideration of  Region 2's  comments to  the
     draft  report,  the  Office of Audit has  revised  its position
     on questioning the entire contract amount due to a CPPC pro-
     vision  in  the  contract.   We,  therefore, questioned the CPPC
     type fee and set aside the base costs upon which the fee was
     calculated.   If the  base  costs  are  less  than the  entire
     contract, then the balance of the contract (less the fee and
     the base) was accepted for the purposes of this audit.

C.   The $2,144 in  cost which  were  accepted by the auditors were
     not associated with the CPPC contracts.

NYSDEC'S COMMENTS ON FINDINGS

In  response  to  our  draft   report,  the  Commissioner  of  NYSDEC
stated the following:

A.   NYSDEC  did not believe that the  contracts  in question were
     CPPC contracts.  NYSDEC uses a  cost-plus-fixed  fee  type of
     contract  that   fixes  the  profit at  the  time   of  contract
     award.   However, there  was  a provision  in some  of the con-
     tracts that provided a management fee to the consultants for
     managing  subcontract  agreements.   The  management  fee  was
     based upon a percentage of the value of services provided by
     the subcontractor.   NYSDEC claimed that this method has been
     accepted by the  Defense Contract Audit Agency.   NYSDEC also
     believed  that  even if  the  contracts were determined  to be
     CPPC contracts,  the  amount questioned  should be based upon


                              -18-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
     the costs determined  on a percentage basis  and  not the en-
     tire contract amount.

B.   The Marathon Battery and Wide Beach contracts were completed
     or terminated which makes any modifications impractical.

C.   Future  contracts  will   specify   a   .different  method  for
     reimbursing  consultants  in  managing  subcontracts,  if  EPA
     makes a determination that the percentage management fee re-
     sults in a CPPC contract.

D.   Cost analysis review  has  always been performed and that all
     contracts awarded  were  at reasonable costs.   NYSDEC agreed
     to prepare and document cost analyses for current and future
     contracts.

E.   NYSDEC questioned whether the use of EPA technical represen-
     tatives  was  a  violation  of  the Privity  of  Subagreement
     clause.  They believed the participation of EPA personnel on
     selection panels was beneficial.

F.   NYSDEC concurred with our recommendation to state in the RFP
     the   relative  importance   attached  to   each   evaluation
     criterion and evaluate  each  contract by the criteria stated
     in the RFP.

G.   NYSDEC concurred  with  our  recommendation to  include  model
     subagreement   clauses   in   all   subcontracts   and   avoid
     duplication  or  contradiction between   NYSDEC  clauses  and
     model clauses.

OUR EVALUATION OF NYSDEC'$ COMMENTS

NYSDECfs  response was  not adequate  to  resolve  all  the  issues
raised in our draft audit report.  For those recommendations that
NYSDEC concurred with, we encourage them to accomplish them time-
ly.  The  following is  presented  for  those issues  that  were not
resolved by NYSDEC's response:

A.   NYSDEC contends that the management fees were not profit and
     therefore,   did not  result  in prohibited  CPPC  contracts.
     Whether  or   not   there  was  profit   involved   is  of  no
     consequence.   Merely  the  fact the  fixed  percentages  were
     used  resulted in  a  CPPC provision  in  the  contracts.   The
     Comptroller  General  has  supported  this position  since the
     mid-1950's and has issued the following guidance:

           [I]nasmuch as the amount paid as reimbursement for
          overhead will diminish or increase in proportion
                              -19-

-------
FINDINGS AND RECOMMENDATIONS (Continued).
          to the direct costs incurred rather than the over-
          head  incurred  by  the  contractor, we  are  of  the
          opinion  that the  contracts  violate  the  express
          prohibition  against  the  cost-plus-a-percentage-
          of-cost system of  contracting and,  therefore,  are
          illegal.  Furthermore, the  use  of fixed rates  for
          overhead may be unfair to either the Government or
          the contractors^Such fixed ratesareinconsis-
          tent with the basic principles of a cost-type con-
          tract  in  that they  will not normally  result  in
          reimbursement of the  actual cost.   Accordingly,
          the practice of  paying  overhead on the  basis  of
          fixed percentage rates .  .  .  should be discontin-
          ued.   (Emphasis  added.)   35  Comp.  Gen.  434,  436
          (1956).  Accord,  35 Comp. Gen. 590, 591 (1956).

     More recent  Comptroller  General  decisions have  not  been as
     harsh  to  the contractors and  have permitted a  recovery of
     the  reasonable  value  of  the  goods  or services  rendered.
     NYSDEC raised a  valid point  when it  questioned whether it
     was proper for the entire contract amounts to be questioned.
     After  careful  consideration   of  NYSDEC's  and  Region  2's
     comments  to  the  draft  report,  the  Office  of Audit  has
     revised  its position on  questioning  the  entire  contract
     amount  due  to   a CPPC provision  in the  contract.   We,
     therefore, questioned the  CPPC  type  fee and set aside  the
     base costs  upon which the  fee was calculated.   If  the base
     costs are less than the entire contract, then the balance of
     the  contract  (less  the fee and  the base) was  accepted  for
     the purposes of this audit.

B.   NYSDEC has clearly defined  what  the  problem is in regard to
     the Privity of Subagreement finding.    It is one of differing
     interpretations.   NYSDEC contends  that participation of  EPA
     personnel on selection panels  was  merely an allowable over-
     sight  function,  whereas we believe  that such  action might
     make EPA appear to be a party  to the subagreements.   In  the
     absence of any guidance  that  clearly establishes whether or
     not this specific action was  or  was  not  in contravention of
     the  intent  of   the   Privity   Agreement,  we  stand  by  our
     original finding and recommendation.

RECOMMENDATIONS

We recommend that the Regional Administrator, Region 2:

A.   Disallow  the questioned  and  set-aside costs   and  require
     NYSDEC to perform and document reviews of  the  amounts paid
     to these contractors for determination of the reasonableness
     of  both  the  costs  and profit  incurred  to  date   and  the
     estimated cost to complete each contract;


                              -20-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
B.   Require  NYSDEC to  renegotiate any  current contracts  with
     CPPC type provisions  to  a  contract acceptable  under Federal
     regulations;

C.   Instruct NYSDEC that  all future  contracts awarded, pursuant
     to  Federal  participation,  comply  with  Federal  regulations
     (40 CFR 33.285); and

D.   Instruct Regional  employees  not  to act as  members of State
     selection   panels   until    EPA's    Headquarters   Grants
     Administration  Division  issues  an agencywide directive  on
     this matter,

2.   CONTRACT AMENDMENTS WERE INADEQUATE

The  maximum amounts  of  contracts  awarded  under  the  Hazardous
Waste  Site  Inventory   cooperative  agreement  could not  be  de-
termined.   This  was  attributable  to  contract  amendments  being
poorly written.  According to 40 CFR 33.1015,  each subagreement
must contain provisions  defining  a  sound and complete agreement,
including the total cost of the subagreement.  Since the contract
maximum amounts  could not  be  determined,  NYSDEC could be charged
more than intended.

The four contracts  awarded under  this cooperative agreement were
RECRA Research,  Wehran  Engineering, Engineering  Science,  and  EA
Science  and Technology.   The  amendments  to these  contracts  did
not identify if  work was being assigned under  the  original con-
tract or  if the amendments  increased the overall  scope  of work
and thus the maximum contract amount.

Under these contracts,   the scope  of work  was  authorized in  a
piecemeal fashion by NYSDEC.  After one task was performed under
a contract, another task would be assigned without increasing the
overall  scope  of the contract.   If the total work assigned  ex-
ceeded the  contract maximum amount, then  the  maximum  amount  was
increased by  an  amendment.  Confusion  regarding  the  actual con-
tract amount could result  in charges to the State over the amount
intended for the contract, and possible litigation.

CORRECTIVE ACTION TAKEN BY NYSDEC

The Commissioner of  NYSDEC concurred  with our recommendations  to
amend the   contracts  to  state  the contract maximum  amount  and
state both the amount of the change and the maximum amount of the
contract  in  all  future  amendments.    The  proposed   action  is
responsive to the intent of our recommendations and consequently,
we make no further recommendations.
                              -21-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
3.   MINOR FINDINGS - CORRECTIVE ACTION TAKEN

A.   STATE'S SUPERFUND  PROPERTY  MANAGEMENT SYSTEM NEEDS IMPROVE-
     MENT

     NYSDEC's property management system did not record the fund-
     ing source, the entity in whom title was vested, or the Fed-
     eral share of  the  cost  for  Superfund's participation in the
     purchase of nonexpendable property.   NYSDEC's property man-
     agement system was not  designed to  record this information
     as required by 40  CFR 30.531 and was  not  changed  to record
     these items when  the cooperative agreements  were  received.
     As a result, EPA's  participation in any subsequent disposi-
     tion could be overlooked.

B.   FAILURE TO FILE QUARTERLY TECHNICAL PROGRAM REPORTS

     During  our audit  period,  March 8,  1982,  through  March 31,
     1986, NYSDEC did not submit to  EPA  any quarterly  Technical
     Program Reports (TPR) as  required by the special conditions
     of the  cooperative agreements.   NYSDEC did  not submit TPRs
     because  the  EPA project  officers  often  made  site  visits.
     NYSDEC believed the EPA project officers were  aware  of the
     progress of  the  cooperative agreements and  that submission
     of the  TPRs would  represent a duplication of effort.   As  a
     result of  NYSDEC's  failure  to  submit TPRs, EPA did not have
     written   documentation   from   the   recipient   detailing
     expenditures,  estimates of  work completed,  cost  and time
     variances, and dates of completion.

CORRECTIVE ACTION TAKEN  BY NYSDEC

The Commissioner of NYSDEC concurred  with our recommendation and
stated  that  NYSDEC  is  currently  undertaking a study which will
ensure   that   the   property   system   conforms   with   Federal
regulations.    Additionally,   the  Commissioner  agreed  to  comply
with the  special  conditions  of  the  cooperative agreements which
require TPRs to be  submitted quarterly.  The proposed actions are
responsive to the intent of our recommendations and consequently,
we make no further recommendations.

4.   MINOR FINDING  - CORRECTIVE ACTION NOT REQUIRED

The cost-plus-fixed-fee contract between  NYSDEC  and URS Company
contained the  following  language, "In  no case  shall  the Fixed
Fee exceed  ten percent  (10%)  of  the total direct  and overhead
costs."  The amended contract  provided for a fixed fee amounting
to $33,083.   The above contractual language provides  an incentive
for the contractor  to  incur  no less  then  $330,830 in direct and
overhead costs.   Since  profit increases  in direct proportion to
costs   incurred  up  to  that  amount,   the   contract   had  the


                              -22-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
characteristics of a CPPC contract, which is prohibited by 40 CFR
33.285.  As  of March 31, 1986,  the total amount  of contractual
payments under this  contract  were  $597,499.   Since  profit  had
already  increased  up to  10%  of  the  $330,830  of  direct  and
overhead costs, this  contract no  longer  had  the  effect of a CPPC
contract.  Unless  further amended,  profit  is fixed  at $33,083,
thus  eliminating  the  incentive   for  the  contractor  to  incur
excessive costs.  The URS contract was the only contract we noted
with  this   particular  CPPC  type  provision.   Future  contracts
should avoid this type provision.

EPA Region  2 and Headquarters  staff noted a  similar  finding in
their Management Assistance Report, dated November 14, 1985.
                              -23-

-------
EXHIBITS

-------

-------
                                                       EXHIBIT A
         COOPERATIVE AGREEMENTS AWARDED TO THE NEW YORK
STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION
SUMMARY OF COSTS CLAIMED,
FOfc THi! PERIOD MARCH
COST CATEGORY
Personnel
Fringe Benefits
Travel
Equipment
Materials and
Supplies
Contractual Services
Indirect Costs
Totals
Federal Share
. ACCEPTED, QUESTIONED AND
SET-ASIDE

8, 1982 THROUGH MARCH 31. 1986
AMOUNT
CLAIMED
(Note 1)
$ 748,210
228,206
40,441
5,928
1,650
7,601,269
329,150
$8.954,854
$8,847,330
ACCEPTED
(Note 2)
$ 748,210
228,206
40,441
5,928
1,650
6,027,804
329,150
$7,381,389
$7.273.865
QUESTIONED
(Note 2)
$ -
34,352
$34,352
$34,352
SET-ASIDE
(Note 2)
$
1,539,113
$1,539,113
$1,539,113
NOTES
3, 4
Note 1    The amounts claimed  represent  expenditures  reported on
          the Financial Status Reports (SF 269) through March 31,
          1986.

Note 2    See Exhibits B  thru N for schedules  of  costs claimed,
          accepted,  questioned,  and  set-aside  by  cooperative
          agreement.

Note 3    The $34,352 questioned consists of $15,279 (Exhibit D),
          $11,868 (Exhibit E) and $7,205 (Exhibit J).

Note 4    The $1,539,113  set-aside  consists  of $305,580 (Exhibit
          D),  $397,129   (Exhibit   E) ,    $223,901   (Exhibit  H),
          $112,799 (Exhibit I), $144,100 (Exhibit J),and $355,604
          (Exhibit L).
                              -24-

-------
                                                       EXHIBIT B
        POLLUTION ABATEMENT SERVICES, OSWEGQ COOPERATIVE
       AGREEMENT (VOOZ43582) AWARDED TO THE HEW YORK STATE
            DEPARTMENT OF ENVIRONMENTAL CONSERVATION
            "SCHEDULE OF COSTS CLAIMED AND ACCEPTED
       FOR THE" PERIOD MARCH 8, 1982 THROUGH MARGinf! , 1986
COST CATEGORY
Personnel
Fringe Benefits
Travel
Equipment
Materials and Supplies
Contractual Services
Indirect Costs

Totals


Federal Share
                                            AMOUNT
CLAIMED
ACCEPTED
(Note 1)
$




3

$4
233,750
71,447
4,651
5,928
893
,776,461
104,741
,197,871
$ 233,750
71,447
4,651
5,928
893
3,776,461
104,741
$4,197,871
$4,091,628
$4.091.628
Note 1    The amounts claimed  represent  expenditures reported on
          the Financial Status Report  (SF 269)  through March 31,
          1986.
                              -25-

-------
                                                       EXHIBIT C
            OLEAN WELL FIELDS COOPERATIVE AGREEMENT
            1^0024758^) AWARDED TO THE NEW YORK STATE
            DEPARTMENT OF ENVIRONMENTAL CONSERVATION"
            "SCHEDULE OF COSTS CLAIMED AND ACCEPTED
      FOR THE PERIOD JANUARY 1, 1983 THROUGH MARCH 31. 1986
COST CATEGORY
Personnel
Fringe Benefits
Trave1
Materials and Supplies
Contractual Services
Indirect Costs

Totals
CLAIMED
(Note 1)

$113,627
  34,542
  11,849
     365
 540,489
  50.020

$750,892
                                               AMOUNT
ACCEPTED
$113,627
  34,542
  11,849
     365
 540,489
  50,020

$750.892
Federal Share
$750.726
$750,726
Note 1    The amounts claimed  represent  expenditures  reported on
          the Financial Status Report  (SF  269)  through March 31,
          1986.
                              -26-

-------
                                                            EXHIBIT D
                SINCLAIR OIL REFINERY COOPERATIVE AGREEMENT
                 (VQ0248083) AWARDED TO THE NEW YORK STATE
                 DEPARTMENT OF ENVIRONMENTAL CONSERVATION
         SCHEDULE OF COSTS CLAIMED, ACCEPTED, QUESTIONED AND SET-
         ASIDE FOR THE PERIOD JULY 18. 1983
                       ED, Q
                       3 THRi
                 OUGH MARCH 31. 1986
COST CATEGORY
Personnel
Fringe Benefits
Travel
Materials and
  Supplies
Contractual
  Services
Indirect Costs

Totals
                                      AMOUNT
CLAIMED
(Note 1)

$ 76,513
  23,345
   8,795

     107

 789,429
  33.275
ACCEPTED   QUESTIONED
$ 76,513
  23,345
   8,795
     107

 468,570
  33.275
            SET-ASIDE    NOTE
15,279
$931.464   $610.605    $15.279
305,580
                         $305,580
Federal Share
$931.365   $610,506
            $15.279
            $305,580
     Note 1    The amounts claimed  represent  expenditures  reported on
               the Financial Status Report  (SF  269)  through March 31,
               1986.

     Note 2    NYSDEC  entered  into a  contract wih  SCM Martin,  Inc.
               which  contained  a  prohibited  CPPC  type  provision
               covering a 5% subconsultant  management  fee.  CPPC type
               contracts  offer  the  possibility  of  the  contractor
               permitting the cost of the project, or a portion of it;
               to  be  increased  in order  to  increase their  profit.
               Accordingly,  40 CFR  33.285 prohibits  the CPPC contract
               method.

               We questioned the  entire fee of $15,279 and set aside
               the subconsultant costs of $305,580 claimed pursuant to
               this CPPC provision  of  the contract.  The  total amount
               claimed  for  this  contract  as  of  March  31, 1986  was
               $789,100.  Refer to Finding l.A for additional details.
                                   -27-

-------
                                                            EXHIBIT E
                  MARATHON BATTERY COOPERATIVE AGREEMENT
                 (V00248583) AWARDED TO THE NEW YORK STATE
                 DEPARTMENT OF ENVIRONMENTAL CONSERVATION
        SCHEDULE OF COSTS CLAIMED. ACCEPTED, QUESTIONED AND SET-
       ASIDE FOR THE PERIOD SEPTEMBER 1. 1983 THROUGH MARCH 31. 1986
COST CATEGORY
Personnel
Fringe Benefits
Travel
Contractual
  Services
Indirect Costs

Totals
CLAIMED
(Note 1)

$ 56,341
  17,126
   4,438

 410,662
  24.703
                                        AMOUNT
ACCEPTED
$ 56,341
  17,126
   4,438

   1,665
  24.703
QUESTIONED


 $   -



  11,868
$513,270    $104.273
             $11.868
SET-ASIDE
NOTES
  397.129
               $397.129
 2, 3
Federal Share
$513.270    $104.273
             $11,868
               $397.129
     Note 1    The amounts claimed represent  expenditures  reported on
               the Financial Status Report  (SF  269)  through March 31,
               1986.

     Note 2    NYSDEC  entered  into  a contract  with Acres  American,
               Inc.  which  contained  a prohibited CPPC  type provision
               covering a  57, subconsultant  management  fee.   CPPC type
               contracts  offer  the  possibility  of  the  contractor
               permitting the cost of the project, or a portion of it;
               to be   increased  in order  to  increase  their  profit.
               Accordingly, 40 CFR 33.285 prohibits  the CPPC contract
               method.

               We have  questioned the entire  fee of $11,868  and set
               aside the subconsultant costs  of  $237,360  claimed pur-
               suant to this CPPC provision of  the  contract.   The to-
               tal amount  claimed for this  contract as of  March 31,
               1986 was $408,997.  Refer to Finding l.A for additional
               details.

     Note 3    A cost  analysis was  not prepared  for the  Acres Ameri-
               can,  Inc.  contract,  as required  by 40  CFR 33.290(a).
               All costs  under  this  contract  ($408,997)   would  have
               been set  aside since  no cost analysis was prepared.
               However,  a  portion   of   these costs  were  questioned
               ($11,868) and  set aside  ($237,360)  as  a  result  of  a
               CPPC provision  (See Note  2  above).  Consequently,  we
               set aside  the balance of this contract,  amounting  to
               $159,769, due  to  NYSDEC not  performing  cost analysis.
               Refer to Finding l.B for additional details.
                                   -28-

-------
                                                       EXHIBIT F
         KENTUCKY AVENUE WELLFIELD COOPERATIVE AGREEMENT
            (V00249083) AWARDED TO THE NEW YORK STATE
            DEPARTMENT OF ENVIRONMENTAL CONSERVATION
             SCHEDULE OF COSTS CLAIMED AND ACCEPTED
     FOR THE PERIOD OCTOBER 15, 1983 THROUGH MARCH 31, 1986
COST CATEGORY
Personnel
Fringe Benefits
Travel
Materials and Supplies
Contractual Services
Indirect Costs

Totals
CLAIMED
(Note 1)

$ 42,971
  13,124
   3,063
      26
 316,684
  18.875

$394,743
                                               AMOUNT
ACCEPTED
$ 42,971
  13,124
   3,063
      26
 316,684
  18.875

$394,743
Federal Share
$394.743
$394,743
Note 1    The amounts claimed  represent  expenditures reported on
          the Financial Status Report  (SF  269)  through March 31,
          1986.
                              -29-

-------
                                                       EXHIBIT G
             YORK OIL COMPANY COOPERATIVE AGREEMENT
            (V00249583) AWARDED TO THE NEW YORK STATE
            DEPARTMENT OF ENVIRONMENTAL CONSERVATION
             SCHEDULE OF COSTS CLAIMED AND ACCEPTED
     FOR THE PERIOD NOVEMBER 1, 1983 THROUGH MARCH 31, 1986
COST CATEGORY
Personnel
Fringe Benefits
Travel
Contractual Services
Indirect Costs

Totals
                                             AMOUNT
CLAIMED
(Note 1)

$ 64,648
  19,633
   2,708
 384,335
  28.098

$499.422
ACCEPTED
$ 64,648
  19,633
   2,708
 384,335
  28.098

$499.422
Federal Share
$498,437
$498.437
Note 1    The amounts claimed  represent  expenditures  reported on
          the Financial Status Report  (SF  269)  through March 31,
          1986.
                              -30-

-------
                                                       EXHIBIT H
            VESTAL WATER SUPPLY COOPERATIVE_AGREEMENT
            Ivp0257584) AWARDED TO THE NEW YORK STATE
            DEPARTMENT OF ENVIRONMENTAL CONSERVATION""
        SCHEDULE OF COSTS CLAIMED, ACCEPTED AND SE1NASIDE
     FOR THE PERIOD JANUARY 16. 1984 THROUGH MARCH 31. 1986
                                     AMOUNT
COST CATEGORY
Personnel
Fringe Benefits
Trave1
Contractual Services
Indirect Costs

Totals


Federal Share
CLAIMED
(Note 1)

$ 25,243
   7,626
     511
 223,901
  10,896

$268.177
ACCEPTED
$25,243
  7,626
    511
SET-ASIDE
NOTE
            223,901
           $223,901
$268,177    $44,276    $223,901
Note 1    The amounts claimed  represent  expenditures reported on
          the Financial Status Report  (SF 269)  through March 31,
          1986.

Note 2    We set aside  $223,901  because a cost  analysis  was not
          prepared for  the  Ecology and  Environment  contract, as
          required  by  40  CFR  33.290(a). The   set-aside  amount
          represents  all  costs   claimed under  this  contract
          through March 31,  1986.  Refer to Finding l.B for addi-
          tional details.
                              -31-

-------
                                                       EXHIBIT I
            BREWSTER WELL FIELD COOPERATIVE AGREEMENT
            TVO0258584) AWARDED TO THE NEW YORK STATE
            DEPARTMENT OF ENVIRONMENTAL CONSERVATION
        SCHEDULE OF COSTS CLAIMED. ACCEPTED AND Slf^ASIDE
     FOR THE PERIOD JANUARY 18, 1984 THROUGH MARCH 31. 1986
AMOUNT
CLAIMED
(Note 1)
$ 22,441
6,871
369
407,156
9,760
$446,597
$446,597
ACCEPTED
$ 22,441
6,871
369
294,357
9,760
1133 , 791
$333,798
SET-ASIDE
$
112,799
$112,799
$112,799
                                                             NOTE
COST CATEGORY
Personnel
Fringe Benefits
Travel
Contractual Services
Indirect Costs

Totals


Federal Share
Note 1    The amounts claimed  represent  expenditures  reported on
          the Financial Status Report  (SF 269)  through March 31,
          1986.

Note 2    We set aside  $112,799  because  a cost  analysis  was not
          prepared for  the  contract between  GHR Engineering and
          Dunn Geoscience, a  subcontractor under the  cooperative
          agreement.   The  contractor must comply with  the  cost
          and price considerations in 40 CFR 33.290 when awarding
          subagreements,   as   stated   by   40    CFR   33.295(i).
          Additionally,  40 CFR 33.290(a)  requires a cost analysis
          for each negotiated subagreement  estimated  to exceed
          $10,000.    The set-aside  amount  represents all  costs
          claimed  under this  contract  through  March 31,  1986.
          Refer to Finding l.B for additional details.
                              -32-

-------
                                                             EXHIBIT J
                WIDE BEACH DEVELOPMENT COOPERATIVE AGREEMENT
                  (V00258084) AWARDED TO THE NEW YORK STATE"
                  DEPARTMENT OF ENVIRONMENTAL CONSERVATION
          SCHEDULE OF COSTS CLAIMED, ACCEPTED, QUESTIONED AND SET-
        ASIDE FOR THE PERIOD JANUARY 18. 1984 THROUGH MARCH 31. 1986
                              *3!
                              THI
                                       AMOUNT
COST CATEGORY
Personnel
Fringe Benefits
Travel
Materials and
 Supplies
Contractual
  Services
Indirect Costs

Totals
   CLAIMED
   (Note 1)

   $ 48,431
     14,699
      2,987

         19

    378,309
     21.052
 ACCEPTEDQUESTIONEDSET-ASIDE   NOTE
$ 48,431
  14,699
   2,987
      19

 227,004
  21.052
   $465.497   $314,192
7.205
               $7,205
144,100
          $144.100
Federal Share

      Note 1



      Note 2
   $465.497   $314.192
               $7.205
          $144.100
The amounts claimed  represent  expenditures reported on
the Financial Status Report  (SF 269)  through March 31,  jfe
1986.                                                    W

NYSDEC   entered  into   a   contract  with  Ecological
Analysts,  Inc.  which  contained  prohibited CPPC  type
provisions covering  a  57,  subconsultant  management fee
and  a  57,  fee  assessed  to actual  direct  non-salary
expenses.  CPPC type contracts offer the possibility of
the contractor permitting the cost of the project, or a
portion  of  it;  to  be  increased  in  order  to  increase
their profit.   Accordingly, 40 CFR 33.285 prohibits the
CPPC contract method.

We questioned  the combined  fees  of $1,952  and  $5,253
assessed  on  subconsultants costs  and  actual  direct
non-salary  expenses,  respectively.   Additionally,  we
set aside the $39,040 and $105,060 of subconsultant and
direct   non-salary   expenses,   respectively,   claimed
pursuant to these CPPC provisions of the contract.  The
total amount claimed for this  contract  as of March 31,
1986 was $378,159.  Refer to Finding l.A for additional
details.
                                    -33-

-------
                                                       EXHIBIT K
HUDSON RIVER
(V00243264
DEPARTMENT
SCHEDULE
PCS REMNANT COOPERATIVE AGREEMENT
) AWARDED TO THE NEW YORK STATE
OF ENVIRONMENTAL CONSERVATION
OF COSTS CLAIMED AND ACCEPTED
FOR THE PERIOD SEPTEMBER 1, 1984 THROUGH MARCH 31,
COST CATEGORY
Personnel
Fringe Benefits
Indirect Costs
Totals
Federal Share
AMOUNT
CLAIMED
(Note 1)
$1,634
498
704
$2,836
$2,805
1986

ACCEPTED
$1,634
498
704
$2,836
$2,805
Note 1    The amounts claimed  represent  expenditures  reported on
          the Financial Status Report  (SF  269)  through March 31,
          1986.
                              -34-

-------
                                                       EXHIBIT L
               MULTI-SITE I COOPERATIVE AGREEMENT
        [FULTON TERMINALS7 CLOTHIER AND VOLNEY LANDFILL]
            (V00243784) AWARDED TO THE NEW YORK STATE
            DEPARTMENT OF ENVIRONMENTAL CONSERVATION
        SCHEDULE OF COSTS_CLAIMED, ACCEPTED AND gET^ASIDE
     FOR THE PERIOD DECEMBER 31, 1984 THROUGH MARCH 31TT986
                                      AMOUNT
COST CATEGORY
Personnel
Fringe Benefits
Travel
Materials and Supplies
Contractual Services
Indirect Costs

Totals
CLAIMED
(Note 1)

$ 46,810
  14,409
   1,070
     240
 355,604
  20.201

$438.334
ACCEPTED


$46,810
 14,409
  1,070
    240

 20.201

$82.730
SET-ASIDE
NOTE
 355,604
$355.604
Totals
$438,334    $82,730
            $355,604
Note 1    The amounts claimed  represent  expenditures  reported on
          the Financial Status Report  (SF  269)  through March 31,
          1986.

Note 2    We set aside  $355,604  because  a cost  analysis  was not
          prepared for  the  URS Company contract,  as  required by
          40 CFR 33.290(a).  The  set-aside  amount represents all
          costs   claimed under  this  contract through  March 31,
          1986.   Refer to Finding l.B for additional details.
                              -35-

-------
                                                       EXHIBIT M
               MULTI-SITE II COOPERATIVE AGREEMENT
           (ENDICOTT WttLLFIELD, HAVILAND COMPLEX WELL
                 AND SUFFERN VILLAGE WELLFIELD)
            (VO0262585) AWARDED TO THE NEW YORK STATE
            DEPARTMENT OF ENVIRONMENTAL CONSERVATION
            ""SCHEDULE OF COSTS CLAIMED AND ACCEPTED
      FOR THE~PERIOD MARCH 31, 1985 THROUGH MARCH 3l, 1986
COST CATEGORY
Personnel
Fringe Benefits
Indirect Costs

Totals
                                              AMOUNT
CLAIMED
(Note 1)

$15,801
  4,886
  6.825

$27,512
ACCEPTED
$15,801
  4,886
  6.825

$27,512
Federal Share
$27.512
$27,512
Note 1    The amounts claimed  represent  expenditures reported on
          the Financial Status Report  (SF  269)  through March 31,
          1986.
                              -36-

-------
                                                       EXHIBIT N
      HAZARDOUS WASTE SITE INVENTORY COOPERATIVE AGREEMENT
            (V00249685^ AWARDED TO THE NEW YORK STATE
            DEPARTMENT OF ENVIRONMENTAL CONSERVATION"
            ""SCHEDULE OF COSTS CLAIMED AND ACCEPTED '
       FOR THE PERIOD APRIL 1. 1985 THROUGH MARCH 31> 1986
COST CATEGORY


Contractual Services

Totals


Federal Share
                                             AMOUNT
CLAIMED
$18,239
ACCEPTED



$18.239

$18.239


$18.239
Note 1    The amount claimed  represents  expenditures reported on
          the Financial Status Report  (SF  269)  through March 31,
          1986.
                              -37-

-------
                                                  EXHIBIT 0
DESCRIPTION  OF  HAZARDOUS  WASTE  SITES  UNDER  THE  COOPERATIVE
AGREEMENTS  AWARDED   TO  THE   NEW  YORK  STATE   DEPARTMENTOF
ENVIRONMENTAL CONSERVATION

Pollution Abatement Services, Oswego (V00243582)

Pollution Abatement Services  (PAS) was  an inactive waste site on
approximately 15 acres of land.  The site was located immediately
east of  the  City of Oswego, New York.   Two  small  streams flowed
adjacent  to  the property.  Wine  Creek  flowed  along  the western
border and White Creek  along  the  eastern border.   The two creeks
converged just north of the property and flowed into Lake Ontario
which is approximately 1,800 feet to the north.

PAS operated  a high  temperature  liquid waste  disposal  facility
during the period  from  1970 through  1976.   New York State closed
the  operation  due   to   the   continuing  failure   to  meet  air
standards.  In  spite  of previous  cleanup efforts  by  EPA and New
York State, large  quantities  of oil and  hazardous chemicals re-
mained on the  property.   Approximately  14,000 deteriorating bar-
rels and  six  storage  tanks containing  industrial  wastes were on
the site.

Clean Well Fields  (V00247583)

The concern  at the Olean  Well Fields  site  was contamination of
drinking water.  This resulted  in  the closure of  both public and
private  water   supply   wells.   The   primary  contaminant  was
trichloroethylene  (TCE)  which  was  first   discovered   in  the
ground water in  November  1980.  The  source of this contamination
had not  been  defined.   These contaminated wells were located in
the  City of   Clean,  New  York.   There  were  approximately  100
private wells being used in the contaminated area.

Sinclair Oil Refinery (V00248083)

The Sinclair  Oil  Refinery  site was  located  in Wellsville,  New
York.   It was situated on the Genesee River about % mile upstream
from the intake of the Village of Wellsville's water supply which
served 6,000 people.  The Sinclair Oil  Refinery operated from the
turn  of  the  century  until  1958  when the  100  acre   site  was
acquired  by,  and then  divided  between, the  Village  and Town of
Wellsville.   The  site was  subsequently parcelled  and  sold.   It
was reported  that  materials  from  past  spills  had saturated the
soil  beneath  much  of   the  90  acre   refinery portion of  the
property, and had leached into the Genesee River.

Marathon Battery (V00248583)

The Marathon  Battery plant was  located in  a mostly residential
area and manufactured nickel-cadmium batteries  from 1952 to 1979.


                              -38-

-------
                                                  EXHIBIT 0
                                                  (CONTINUED)
Until the early seventies, the plant's nickel and cadmium process
wastes were discharged through an outfall pipe into a cove at the
back of the foundry.  The  alkalinity  within  the  cove resulted in
the deposition  of large amounts of insoluble  cadmium and nickel
compounds.  It  was  suspected that cadmium wastes were  also dis-
charged directly  into the  Hudson River.

Because of  the  contamination the recreational uses  of  the cove,
as  well  as a  290  acre bird  sanctuary,  were threatened.   Lab-
oratory analyses  indicated high levels of cadmium  in the cove's
fish,  crabs,   other  aquatic  organisms,  and  marsh  vegetation.
Although   there  was   no   indication  of   any   ground  water
contamination problem, wells which  serviced  the  battery plant,  a
school, and a mobile home park  were  in the vicinity.   In addi-
tion, surface water supply intakes were located downstream on the
Hudson River.

Kentucky Avenue Wellfield  (V00249083)

The Kentucky Avenue Wellfield was owned by the Elmira Water Board
(EWB) and provided  about  10  percent of the  water produced by the
EWB until it was  closed  in September  1980,  following the discov-
ery of high levels  of  TCE.  Contamination of the Kentucky Avenue
Wellfield  with  TCE  was  first  detected  during   a  "hot  spot"
inventory  of  wells  near  the  abandoned  Westinghouse   Chemical
landfill on May 20, 1980.  The landfill was located approximately
1% miles northwest of the Kentucky Avenue Wellfield.

In  addition  to  the  Westinghouse  landfill,  several  potential
sources of  contamination  of the  Kentucky  Avenue  Wellfield had
been  identified by an  EPA historical  aerial  photographic study
and from  information contained  in  NYSDEC files.   The wellfield
was bordered  by  industrial  areas and  barren  land.   The barren
land was the  former  sites  of the Old  Horseheads  Landfill and the
Kopper Company Wood-Preserving Facility.

York Oil Company  (V00249583)

The York Oil Company site was originally developed  as a waste oil
recycling facility.  This  17 acre site eventually became a stor-
age facility  of  tanks  and lagoons for polychlorinated  biphenyl
(PCB) laden waste oils.  The  site was located approximately one
mile northwest  from the Hamlet of Moira  in  Franklin County, New
York.   Bordering  the  site was North  Lawrence  Road  on the north,
Wangum Road on  the  northeast,  an abandoned  railroad grade on the
south, and a wetlands  area in the west.  There were  an estimated
1,700 residents within  a  three mile  radius  of the  site;  however,
the immediate area was sparsely populated with only  11 families.

When the cooperative  agreement was  initiated,  the  site consisted
of two steel storage tanks,  one graded  lagoon, and  two consol-
                              .39.

-------
                                                  EXHIBIT 0
                                                  (CONTINUED)
idated lagoons  filled with  contaminated  soils  and sludges capped
with kiln dust and sand.

Vestal Water Supply (V00257584)

The Vestal Water  Supply site was located in the  Town of Vestal,
Brootne County, New York and consisted of a municipal water supply
well  which  became  contaminated  with  synthetic  organics.   The
major  public   health   threat  resulted  from  high   levels  of
1,1,1-trichloroethane,  TCE,  and  other  organic  solvent  related
compounds. These were detected in the spring of 1980.

Brewster Well Field (V00258584)

The Brewster  Well Field was located on  the  northern  bank of the
East Branch Croton River about  3/4  of  a  mile east of the Village
of  Brewster,  Putnam  County, New York.   It  consisted  of two well
fields,  three  deep wells,   and  two  separate shallow  wells.   The
Brewster Well Field served  as a water supply for 1,600 residents
of  the Village,  AGO  residents of the Town  of  Southeast, several
businesses, and a rail yard.

During a routine  survey in 1978, the State  Department of Health
detected volatile halogenated organics  (VHO)  in the water supply
at  levels exceeding  the State's guidelines and Well  Field No,  1
was ordered  shut  down.   VHO contamination  was  also  present in
Well Field No. 2, but within the State's acceptable limits.

Due to  the shortfall  in  supply caused  by  the shutdown  of Well
Field No. 1,  the  standby  pump station at the  East  Branch Croton
River was activated and Deep  Well No.  2  was added to the system.
Until  January  1981,   the   commingling   of   these three  sources
reduced  the   VHO  content  of  the   water delivered  to  the  dis-
tribution system  to acceptable levels.

Because  of serious  drought conditions in January 1981, the East
Branch Croton River could no  longer be  used as an emergency sup-
ply.  Faced  with a serious emergency,   the  Putnam  County Health
Department authorized  returning Well  Field No.  1  to  production
provided the  customers  boiled  their  water  prior to  drinking or
cooking.

Two new  shallow production  wells  were connected to the system by
mid-1981, allowing Well Field No. 1 to  be taken off-line.   Soon,
Well Field No.  2  and  Deep   Well No.  2  showed increases in VHO at
levels exceeding  State  guidelines.   The  State  then  requested
their removal  from operation and  the activation of  the standby
pumping station.
                              -40-

-------
                                                  EXHIBIT 0
                                                  (CONTINUED)
Wide Beach Development (V00258084)

The Wide Beach Development covered approximately 60 acres Located
in Southern Erie  County  within the Township of  Brany,  New York.
It  was   bounded  on  the   south  by  the  Cattaraugus   Indian
Reservation, on the west by  Lake  Erie,  and  on  the  east  and north
by  private  property.   The  community  consisted  of  66  homes
utilizing individual wells.

For at  least  10 years,  until  1978,  waste oil  contaminated with
PCB was  utilized  for roadway  dust  control.   Reportedly,  about
25, 55-gallon drums of oil were used  two  to  three  times per year
on  the  roadway  in the  residential  community.   An  Erie  County
Department of Environment  and Planning investigation of  an odor
and subsequent sampling indicated the presence  of PCB in the air,
roadway dust,  vacuum cleaner  dust,  soil,  and water taken from
private wells.

Hudson River PCB Remnant (VQ0243284)

The Hudson River PCB  Remnant sites consisted of PCB contaminated
sediments located  in  five discrete  deposits along  the  edges  of
the Hudson River.  The deposits were exposed in a 1% mile stretch
of the River that began at the Town of Fort Edward and ended just
south of the Village of Hudson Falls.

During the  30 year period ending in 1977,  an  estimated 0.89  to
1.1 million pounds  of PCB were discharged  into  the Hudson River
from two General Electric capacitor  manufacturing  plants at Fort
Edward and Hudson Falls.   Much of the discharged PCB was absorbed
by the bottom sediments  of  the river  and accumulated behind the
Fort Edward Dam,  located approximately five miles  downstream  of
the General Electric  discharge  points.  When the dam was removed
in 1973,  a large amount of the PCB contaminated sediments was re-
leased and migrated downstream.

Multi-Site I (VQQ24378A)

1.   Fulton Terminals

The Fulton Terminals site was an  abandoned petroleum  tank-storage
facility  located  within  the  corporate  limits  of  the  City  of
Fulton,  Oswego  County,  New  York.   From   1972  until 1979,  this
facility was  used  to  store  hazardous wastes,  most  of which were
intended  to  be  processed   at  Pollution   Abatement  Services  in
Oswego,  New York.   Wastes were  stored in both  above-ground and
underground tanks.

In late 1981, the  principals of Fulton Terminals,  Inc.  agreed to
cooperate with NYSDEC in a  voluntary  cleanup  program.   The vol-
untary cleanup lasted until  March 1983, when the principals were
fined by NYSDEC for using an unlicensed handler of  PCB waste.

                              -41-

-------
                                                  EXHIBIT 0
                                                  (CONTINUED)
 2.   Clothier

 The Clothier site was located in the Town of Granby, Oswego Coun-
 ty,  New York  and was  used until  1974  as  a  disposal  site  for
 barrels  of  waste  from Pollution Abatement Services.  Inspections
 revealed  that  many  of  the  barrels were  in poor  condition  and
 leaking.

 NYSDEC brought suit against Clothier in November 1976 for operat-
 ing an  illegal dump.   This action  resulted  in  the  granting of a
 temporary permit and a period of one year to clean up the site.

 Work was done  in  1977 to  cover  the materials dumped on the site.
 This work resulted  in barrels being broken  open  and drained and
 Clothier was  cited  for failing  to meet  the  conditions  of  the
 lawsuit.

 One soil and two  surface  water  samples were  taken at the site by
 the New York State Department of Health in 1978.  The soil sample
 was found  to  contain 92  parts  per million  of  PCB.   The surface
 water  samples  were analyzed  for  PCB  and the  following organic
 chemicals:    trichlorethane,   carbon-tetrachloride,  chloroform,
 TCE,  tetrachloroethylene,  bromoform,  and  dibromochloroethane.
 None of these compounds were detected.

 3.   Volney Landfill

 Volney Landfill,  also known as  the  Oswego  County Sanitary Land-
 fill, was located on the west  side of  Silk Road in  the Town of
 Volney,  Oswego  County,  New  York.   The  landfill was  situated on
 the site of a  former sand  and  gravel pit  operated  by the Oswego
 County Highway Department.  When the landfill was in operation it
 served a population of about 34,000 people.

 The Volney  Landfill  was purchased  by Oswego County between 1975
 and 1976.   Prior  to  that  time  it  was privately  owned and served
 the  communities   of  Granby,  Volney and  Fulton.    The   landfill,
 started  in  1968,  handled  municipal refuse  only.   In  the early
 1970's the  prior  operator  agreed  with Pollution  Abatement Ser-
 vices of Oswego to accept 800 barrels of waste which were report-
 edly disposed of at the landfill.

 A large number of surface  and ground water samples  were taken at
 and in the  immediate  vicinity of the Volney Landfill.  An inves-
 tigation in 1978  included  stream  sampling  at  the  landfill  and
 ground  water   sampling  at  several  private   drinking  wells.
 Bromoform,   bromodichloromethane,  and dibromochloromethane  were
 found in a  well  approximately  1,000  feet  north of  the  landfill.
 Subsequent   analyses  in  1979  and  1980 found benzene, bromoform,
methylene chloride,  and  dichloroethane   at  wells  on properties
near the landfill.   In addition,  leachate  samples  taken  at the


                              -42-

-------
                                                  EXHIBIT 0
                                                  (CONTINUED)
landfill  leachate  cistern  and southeast monitoring  wells  showed
low levels of phenols, TCE, PCB, and tetrachloroethylene.

Multi-Site II (V00262585)

1-   Endicott Wellfield

In November  1982,  the Village of Endicott detected  the presence
of vinyl chloride in the Ranney production well.  The Ranney well
was a significant source of the water for the Village,of Endicott
and provided the major portion of the water supply.  The quantity
of water derived from this well could not be replaced by existing
wells in the Village water system.

Vinyl chloride and  TCE  in concentrations of three and  two parts
per billion (ppb), respectively, were found in water surveillance
samples taken by the New York State Department of Health in 1982.
The drinking water guideline for vinyl chloride was five ppb.

2.   Haviland Complex Well

The Haviland Complex  was the name given to  an area  that  covered
several blocks  in the  Town  of Hyde  Park,  Dutchess  County,  New
York.  The Dutchess County Health Department sampled the wells in
this area between  December 1982 and January  1984.   The analyses
showed  that  two  of the  four wells  that  supplied  an  apartment
house development, and seven private wells were contaminated with
TCE, perchloroethylene, vinyl chloride, chlorobenzenes,  and other
volatile  organic  chemicals  above  the  50  ppb  level  for  an
individual  parameter  and/or  above  the 100  ppb  level for  all
contaminants.

3.   Suffern Village Wellfield

The Suffern Village Wellfield consisted of four wells in the Vil-
lage of Suffern,  Rockland County, New York.  Approximately 11,000
residents were served at an average rate of  1.5 million gallons
per day from the wellfield, which was immediately adjacent to the
Raraapo River in  the northwest corner of the  village limits.  In
September 1978,  the  Rockland County Health  Department detected
over 100 ppb of  the solvent  1,1,1-trichloroethane in well number
4.  Well numbers 1, 2,  and 4  were closed in December 1978 due to
the contamination.

During an investigation  in 1979, the Health Department  identified
Tempcon   Corporation   as   a   likely   source  of   the  solvent
contamination.   Tempcon  has since  removed  its suspected dry well
and no longer uses 1,1,1-trichloroethane in its operations.
                              -43-

-------
                                                  EXHIBIT 0
                                                  (CONTINUED)
Hazardous Waste Site Inventory (V00249685)

Phase I  site  investigations  were intended  to  provide a prelimi-
nary  characterization  of  hazardous substances  present  at  each
site, estimate  pathways by  which pollutants  might  migrate  away
from  the original  site  of  disposal,  determine what  resources
might be affected by pollutants  from the  site,  observe  how the
disposal  area was used  or  operated,  and gather  information re-
garding who was responsible for wastes at the  site.

A Phase  I investigation included compilation of existing informa-
tion about  the  site, site inspection,  full data review, computa-
tion of  a  preliminary  Hazard Ranking  Score  (HRS)  according  to
EPA's model,  proposal  of a  site work plan, cost  estimate for a
Phase II investigation, and preparation of  a summary  report.

Preliminary data and evaluations from Phase I  investigations were
then used to  determine  what  actions,  if any,  should next be un-
dertaken at the site.

Phase II  site  investigations  were ordered by  NYSDEC at sites
where Phase I results  suggested  that  a significant threat to the
environment existed.   Phase II  investigations were  intended  to
confirm  or  disprove  the  existence of  a significant environmental
threat.    However,   they  were not  intended  to  be   sufficiently
detailed to determine the  full extent of contamination, evaluate
remedial  alternatives,   or  prepare   a  conceptual   design   for
construction.

The work plan prepared as part of the Phase I  study  served as the
basis for the  Phase II  investigation.   Through  detailed field
inspection,  Phase II added to  the body of data compiled in Phase
I.  Geophysical studies, soil borings, ground  water monitoring
wells,  test pits, sampling, and analysis were  techniques employed
in Phase II.  This new information was used to assign a final HRS
score to  the  site,  and was  reported  in a  final  site assessment
report.
                              -A4-

-------

-------
APPENDIXES

-------

-------
          ,c:   DEC  8
W
                         UNITED SI ATES ENVIRONMENTAL PROTECTIOK .G6NCY

                                           REGION»
                                                                       APPENDIX 1
          CT.  Draft Report on Interim Review of NYSDEC's Administration
              of Superfund Cooperative Agreements
        FROM:  Herbert
              Assistant Regi^iT Administrator for Policy & Management  (2-PM)
          TO:
              Kenneth D. Hockman
              Divisional Inspector General for Audit
              Internal Audit Division  (A-109)
              Our comments concerning the above-referenced report are attached
              for your consideration.  In our judgment, the report is more
              appropriately classified as a review rather than an interim audit.
              To support our position, we find that three out of four stated
              objectives were not achieved; that costs have been accepted based
              upon a review of contractor billings and payments rather than con-
              tractor records, thereby precluding a final regional determination
              on such costs; that statements in the draft report are inconsistent
              with stated objectives of the report and other statements within
              the report; and that the report finds certain contracts to be a
              prohibited type of contract without providing any information to
              support this finding. Finally, our Regional Counsel has refuted
              the auditor's conclusion that EPA was not set apart from the con-
              tractor selection process as required by 40 CFR 33.245.  These
              points are discussed in detail in the attachment to this memorandum.

              Due to the extent and nature of these comments, we request  the
              opportunity to review and comment upon the report before it is
              issued in final. I believe you will want to consider carefully
              the advisability of issuing the report as it currently stands.

              If you or your staff need further information or wish  to discuss
              these  comments further, please call me at FTS-264-3520, or  Helen
              Becjgun at FTS-264-9860.
             Attachment

             cc:    Paul  D.  McKechnie (DIGA, Eastern Division)
                    Michael  Goldstein (OIG, Eastern Division)
      REGION II FORM 132O-1 (9/65)
                                           -45-

-------
          Draft Report on  Interim Review of NYSDEC'j
      Administration of SuperEund Cooperative Agreements
I.
Report Does Not Demonstrate That Certain Objectives Were
Achieved.

                  Results of Review;

Draft Report Page 1, Items 1, 3, 4;  "The primary objectives
of our review were to:

•  Determine the adequacy, effectiveness, and reliability of
   procurement, accounting, and management controls exercised
   by NYSDEC in administering its cooperative agreements  with
   CPA.

0  Ascertain NYSDEC's compliance with provisions of the
   Letter-of-Credit Treasury Financial Communications System
   Recipient's Manual.

•  Determine the reasonableness, allocability, and allowa-
   bility of the costs"claimed under the cooperative agree-
   ments."

   (A fourth audit objective was achieved and is not included
   in this discussion)

                  REGION  II Response

In our judgment, the three objectives cited above were not
achieved.  Furthermore, the results of  the auditor's review
contain internal inconsistencies.  The  following points
support these conclusions:

0  Regarding NYSDEC's procurement,  accounting and  management
   controls, the auditor's report on  internal accounting
   control and compliance (page  15) states that "... our
   studv and evaluation of internal accounting  controls
       did  not extend beyond this preliminary review
%
                                                  >hase.
       \J JL M  • l\J V. C A V^ 11\* U^ y V• • w w*• *. *J y •- •**_*» ^ w ^ •• • •• j • —- ~r_—_^~ —	E	^^^	„
       Accordingly, we do not express an opinion on the system
       of  internal accounting controls taken as a whole.  Also,
       our  examination...would not necessarily disclose material
       weaknesses in  the system of internal accounting control.
       (underlining added).   The auditor's qualification to the
       scope  of his review is inconsistent with the first objec-
       tive stated above.  Since the auditor did not extend his
       review of controls beyond a "preliminary review phase
       and  "would not express an opinion on  iNYSDEC'sl system
       taken  as a whole," the auditor, therefore, did not
       "determine the adequacy, effectiveness, and reliability.
       of...controls  exercised by NYSDEC," as  required by  the
       first  objective.
                               -46-

-------
                                        '.-jrW
                      -  2 -

 In addition,  the auditor concludes, on page 16 of the
 report,  that  "our examination did not disclose any cri-
 teria, other  than those presented in the Findings and
 Recommendations  section of  this report, that we believe
 to be a  material weakness."  Such a conclusion is clearly
 inconsistent  with the auditor's statement on page 15
 that his review  "would  not  necessarily disclose material
 weaknesses."

 Regarding NYSDEC's compliance with letter of credit require-
 ments,  the report does  not  discuss compliance with letter
 of credit reqicements at all.  While the auditor identifies
 letter of credit as one of  the categories of internal
 accounting control to be evaluated, the auditor has
 qualified the scope of  work of his audit as "not extending
 beyond this preliminary review phase," and as "... not
 necessarily disclosing  material weaknesses in the system
 of internal accounting  control."  Thus, we cannot rely
 upon the report  to provide  any assurance regarding NYSDEC's
 administration of letter of credit.  This  is another area
 of inconsistency between the objective and results of
 the  review.

 Regarding the determination of "reasonableness, alloca-
 bility and allowability of  costs claimed under the coopera-
 tive agreements," we note that the auditor's scope of
 work includes only a review of contractor  billings and
 payments, rather than an audit of contractor records.  We
 do not agree  with the auditor's acceptance of contractual
 costs in the  absence of an  audit.  Where the method of
 compensation  under a contract is based upon reimbursement
 for  costs incurred, contractor records must be audited
 in order  to determine final allowability.  The Region
 connot render a  final decision on the allowability of
 contractual costs as presented in this review, if such
 contractual costs are to be audited against contractor
 records  in the future.

 Thus, we  again find that an objective of  the review was
 not  achieved.  Also,  we find the auditor's acceptance  of
 costs to  be inconsistent with the basis of his review,
 i.e., contractor billings and payments rather  than  con-
 tractor  records.
             Region  IIRecommendations

The report should be re-evaluated in terms of its stated
objectives.   Statements  which are inconsistent with
either the objectives  of the  audit or the qualified scope
of the auditor's  review, as discussed above, should be
deleted from the  report.
                          -47-

-------
                             -  3  -
        All schedules  of  accepted and questioned costs should
        be deleted from the  response wherever contractual costs
        in the schedules  will  require future audit of contrac-
        tors'  records  (i.e., where  the compensation is based
        upon costs incurred).

        In view of the above recommendations, the report's status
        as an interim  audit  should  be reconsidered for
        classification as an  "interim review."
II.   Use of Prohibited  Type  of  Contract.
                        Results  of  Audit

     Draft report.  Pages  17  and  18;   "NY.SDEC used  the prohibited
     cost-plus-percentage of-cost  (CPPC)  type  of contract."

     Draft report.  Pages  28,  29, 34;

     The  auditor questioned  payments  made to contractors  totalling
     $1,576,256 on  three  cooperative  agreements  (Sinclair Refinery
     Marathon Battery,  and Wide  Beach)  because the auditor found
     that contracts were  the prohibited CPPC type.
                       Region II Response

     The  audit  does not contain any information to demonstrate the
     basis  for  concluding that each contract questioned was the
     CPPC contract prohibited by 40 CFR 33.285.  The auditor states
     only that  "NYSDEC entered into CPPC contracts," and then pro-
     ceeds  to explain why CPPC contracts are unallowable.  Extracts
     from each  contract should be provided in the report to support
     the  auditor's finding,  or other information as appropriate.

     During the audit field  work, Region II staff were informed by
     the  auditor that a service fee had been charged by prime con-
     tractors as a percentage of costs claimed by subcontractors,
     and  that contracts with such service fees were to be questioned
     in  their entirety as CPPC contracts.  At that time, two Region
     II Branch  Chiefs informed the auditor that they disagreed with
     the  auditor's position  that these CPPC service fees resulted
     in  the entire contract  being questioned as a CPPC type of
     contract.

     We  believe that an unallowable service fee  in a contract  does
     not  render an entire contract unallowable.  The auditor roust
     consider all of the elements of the contract, not simply  the
     service fee, before questioning the alienability <*•"  «£t8
     under  the  contract.  While we cannot determine  if contracts

                                 -48-

-------
                                               • •••• >•*' r
                              _ 4 .

     with CPPC service fees have been classified as  CPPC
     contracts in the draft report, due to Lack of  information
     in the report, we would continue to disagree with  such  a
     classification.

  0  The auditor questioned $1,576,253 in progress payments  on
     three cooperative agreements because the auditor found
     that contracts under these agreements were CPPC. Costs
     claimed of $2,144 were accepted on these agreements  [$329
     (Exhibit D) + $1,665 (Exhibit E) * ($150 (Exhibit  J)  =
     $2,144)).  Using the auditor's rationale (which we take
     issue with because it is based on contractor billings and
     not contractor records), the report should have questioned
     all costs on these contracts, rather than accepting  $7,144
     based upon progress payments*

                    Region II Recommendations

  0   The final report should document the basis for  the finding
     that contracts under three cooperative agreements  were the
     prohibited cost-plus-percentage-of-cost (CPPC)  type.

  0   The final report should identify the profit or service
     fee which has been claimed as a percentage of  contractor
     or subcontractor costs.  In its resolution of  the  final
     review,  the Region would disallow such a profit or service
     fee,  even though we would not make a final determination
     of the allowability of contractual costs since contractors'
     records were not reviewed.

III«   Privity of Subaqreement.

                        Result of Audit

      Draft report, Page 17:  "EPA and the United States were  not
      set  apart from the contractor selection process  as  required
      by 40 CFR 33.245."

                      Region II Response:

      The  auditor found three cases where a Region  II  project
      officer was part of the NYSDEC panel that  reviewed  and
      scored contractor's proposals and then made recommendations
      to State officials on which contractor should  be awarded
      the  contract.  The auditor concluded that  "As  a  result
      of EPA participation in the state selection process,  EPA's
      position that it was not a party to any subagreement  may
      be jeopardized."
                                  -49-

-------
                              - 5 -

       We do not agree with the auditor's conclusion that EPA
        involvement on a technical review panel is in conflict
       with 40 CFR 33.245.  EPA's participation on a state con-
        tractor proposal technical review panel does not make
        EPA a party to the subagreement or to the solicitation
       of the request-for-proposal.  Agency program policy is
        to offer technical assistance to states; such assistance
       has included the evaluation of proposals received from
       consulting engineers being considered for contracts by
       states.

       On the basis o£ the finding in the audit report, we re-
       quested and received a legal opinion which supports this
       position.  The legal opinion, which is attached and
       incorporated herein, finds that:

           "Section 33.246 does not prohibit the sort of
            participation in the State's procurement actions
            which has taken place in the contracts which
            were audited.  A decision as to whether to for-
            bid such participation in the future depends
            upon a consideration of the risks and benefits
            of it, not upon a rule.

            While it is true, as the auditors assert, that
            having an EPA employee participate in New York's
            contractor selection process increases the risk
            that some sort of claim may be made against the
            EPA, it is our opinion that such a risk is very
            small and that the likelihood of any such claim
            being held meritorious is extremely small.  These
            small risks may be considered against whatever
            benefits may be reaped from providing the State
            with technical assistance and from furthering
            good working relationships with State officials."

                     Region II Recommendation

       In view of the legal opinion we have received, we  recommend
       that this issue be deleted from the report, along  with  recom-
       mendation E on page 22 of the report.
IV.  Report Recommendations

                        Results of Auditt

     Draft Report (pq.2);  "We recommend that  the  Rgional Adminis-
     trator ... disallow the questioned costs  until NYSDEC performs
     and documents a review of the amounts paid  to the  contractors
     and makes a determination of the  reasonableness of both the
     costs and profit incurred to date and the estimated cost to
     complete the contract."
                                -50-

-------
                         - 6 -

                   Region II Response

We disagree with  this recommendation for reasons which have
been discussed  in earlier comments and are highlighted below:

0  The auditor  has not demonstrated why certain contracts
   have been found to be unallowable cost-plus- percentage-
   of-cost (CPPC) contracts, and why almost all costs under
   these contracts should be questioned.

0  If it is only  the service fee which is CPPC, only the service
   fee is unallowable, not the entire cost of the contract.
   We request that the auditor separately identify the amount
   of the unallowable service fee claimed for each contract  in
   the final report.

*  Contractual  costs should not be accepted or disallowed
   until they have been audited against contractors' records,
   unless audit is waived or not required.  If the contracts
   in question  are based on costs incurred, NYSDEC cannot
   determine the  reasonableness of the costs  incurred to date
   as the auditor would have them do, in the  absence of an
   audit of the contractor records.

   Again, we do not believe that a review of  contractor billings
   and payments constitutes an  interim audit  of costs incurred
   under cooperative agreements.


                  Region II Recommendations

We recommend that recommendation A, page 21 of  the  report,  be
deleted.
                              -51-

-------

-------
 OATL: HOV I * 1956
                  UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                                    REGION II
 FROM:
Draft Report on Interim Audit of HYSDEC's Administration  of
EPA Superfund Cooperative Agreements

Douglas R. Blazey
Regional Counsel
   iO:   Herbert Barrack
        Assistant Regional Administrate? for Policy
          and Management


        In your memorandum of October 21,  1966,  concerning  the  above-
        captioned draft interim audit, you askod for  "a  legal opinion...
        addressCing] the auditor's position...that 'EPA  and the United
        States were not set apart from the contractor selection
        process as required by 40 C.P.R. 33.245'."

        Background

        The auditors noted in their draft report that in three  cases
        which they examined "an EPA Region II project officer was
        part of the State panel that reviewed and scored contractors'
        proposals and then made recommendations  to State officials  on
        which contractor should be awarded the contract."  Draft
        Interim Audit Report at 16.  The auditors also stated  (id.  at
        18, 19):

                As a result of EPA participation in the  State  selection
                process* EPA's position that it  was not  a party to
                any subagreement may be jeopardized.

                For example, EPA involvement in  the State selection
                process increases the risk that losing bidders might
                succeed in naming EPA as defendant in litigation
                concerning the assistance recipient's contract award
                procedures.  In addition,  EPA involvement in the State
                selection process increases the risk that other
                persons might succeed in naming EPA as a defendent  in
                litigation concerning the performance of the contract
                (e.g., contractor claims or tort claims).

        On the basis of this analysis, the auditors drew the following
        summary conclusion (id. at p. 3):   "EPA and the  United States
        were not set apart from the contractor selection process as
        required by 40 CFR 33.245."  They went on to recommend
        that the Regional Administrator ensure "that EPA employees
        only provide oversight of the State procurement  process and
        do not participate on State selection panels."  Id., pp. 19,
        22.
                                        -52-
REGiON II FOAM 132O-1 (»/SS)

-------
                             -2-
As the auditors themselves note, the participation of EPA
officials in the State's procurement process is limited  to
assisting in the review and scoring of technical  proposals.
That review and scoring is done by a committee prior  to  the
time when the proposals are presented to the State's award
official.

The Regulatory Requirement

The regulatory provision on which the auditors base  their
conclusion and recommend*tions is found in Subpart B  -
"Procurement Requirements* of 40 C.F.R. Part 33 - "Procurement
Under Assistance Agreements.* It provides:

     $33.245 Privity of subagreement.

     Neither EPA nor the United States shall be a_ party  to any
     subagreement nor  (sic) to any solicitation o*r request
     for proposals  (emphasis added).
Discussion

Section 33.245 clearly  provides that neither EPA nor the
United States may be a  party to a contract; it does not*
despite the auditors' sweeping statement to the contrary,
require that EPA be totally "set apart from the contractor
selection process.*  In the subagreements examined by the
auditors, the parties to the contracts were the State and
private firms.  Furthermore, standard state contracts for
such work incorporate by reference Section 33.245's pro-
hibition on EPA being a party, thus putting the contractor
and others on notice that EPA was not in privity with the
parties to those contracts.  Since EPA is not a party to any
of the contracts in question and since state contracts stipu-
late (by reference) that EPA shall not be a party, there is no
basis for finding it a  party merely because it rendered
technical assistance in awarding the contract.

Although the auditors hypothesize that EPA might be drawn
into disputes over contract awards, claims arising out of
con.tract performance, or tort claims, they present no examples
of how that has happened in the past or how it might happen
in the future.
                             -53-

-------
Since it is impossible to prove a negative,  it is  impossible
to establish conclusively that the consequences hypothesized
by the auditors will not ensue from EPA'a limited  participation
in New York's contractor selection process.   Nevertheless/  it
is clear that some of the auditors' concerns are completely
baseless since there is no possible nexus between  the results
which they fear and the actions of which they complain.   For
examplei by definition contract administration or  management
is different from contract procurement or award.  A contractor
claim can arise only out of the administration or  management
of a contract.  The auditors cite no examples of EPA officials
participating in the administration or management  of contracts.
Without such participation in the administration or management
of a contract* there is no rational basis for concern that
EPA should be involved in litigation regarding the administra-
tion or management of that contract.  Similarly, it is imposs-
ible to visualize how a tort claim could arise out of anything
but contract performance - something in which EPA officials
are not alleged to be involved.

Conclusions and Policy Considerations

Section 33.245 does not prohibit the sort of participation in
the State's procurement actions which has taken place in the
contracts which were audited.  A decision as to whether to
forbid such participation in  the future depends upon a consider-
ation of the risks and benefits of it* not upon a rule.

While it is true* as the auditors  assert* that  having an EPA
employee participate in New York's contractor selection
process increases the risk that some sort of claim may be
made against the EPA, it is our opinion that such a risk is
very small and that  the likelihood of any such  claim being
held meritorious is extremely small.  These small risks may
be considered against whatever benefits may be  reaped from
providing the State with technical assistance and from furthering
good working relationships with State officials.

cc:  James Marshall, 20EP
                             -54-

-------

-------
                                                       APPENDIX 1A
OUR EVALUATION OF REGION 2'S COMMENTS

Accounting Controls

The purpose of an engagement to express an opinion on an entity's
system of internal accounting control differs from the purpose of
the study and evaluation of  internal accounting controls made as
part of an audit.  The auditor's study and evaluation of internal
accounting control is an intermediate  step  in forming an opinion
on  the  financial   statements.    It  establishes  a  basis  for
determining  the  extent to  which auditing  procedures are  to be
restricted and assists the auditor in planning and performing his
examination.  In an  audit, the  auditor may  decide not to rely on
prescribed  control  procedures  because he  concludes  either (a)
that the procedures  are not  satisfactory  for  his purposes or (b)
that  the  audit  effort  required  to  test  compliance with  the
procedures to justify reliance on them would exceed the reduction
in effort that could be  achieved by such reliance.  Accordingly,
the study  and evaluation  of the  system of  internal accounting
control in  an  audit  is generally more limited  that  that made in
connection with an engagement to express an opinion on the system
of internal accounting control.

The  second  generally accepted  standard of  auditing  fieldwork
requires  that  the   independent  auditor  study  and  evaluate  the
existing system  of internal accounting control  to establish its
reliability and  to  determine the extent of testing  that must be
made.   The study and evaluation of internal accounting control by
the independent auditor has  a  specific  limited purpose,  which is
to determine the scope of the audit.

Statement on Auditing Standards (SAS) Number  43"..clarifies the
minimum study and evaluation of the system of internal accounting
control contemplated by  the second  standard of  fieldwork.   The
review of  the internal  accounting  control  environment  and the
flow of  transactions.   The minimum  documentation required under
this section is also clarified.  Documentation  may be limited to
a record of  the  auditor's  reasons  for  deciding not to extend his
review of  the system of  internal  accounting  control past  the
minimum level.   If the auditor  does  not  plan  to rely on internal
accounting control, he need not document his understanding of the
internal accounting  control  system."  The  statement goes  on to
say"., the  purpose  of  the  review of  the  system  is to  obtain
sufficient  knowledge  and  understanding  about  the  accounting
system and the internal accounting control  system:  (a)  to make  a
determination of  whether  there  are internal  accounting control
procedures  that  may provide  a basis  for reliance  thereon  in
determining the nature, extent,  and  timing  of substantive tests;
or (b) to aid  the  auditor  in designing substantive  tests  in the
absence of such reliance."
                              .55.

-------
OUR EVALUATION OF REGION 2'S COMMENTS (Continued)
                                                       APPENDIX 1A
                                                       (CONTINUED)
The preliminary  phase  of a review of  accounting  controls should
be designed  to  provide the auditor with  an  understanding of the
control  environment and  the  flow of  transactions  through  the
accounting system.   An understanding of  the control environment
should  provide   the  auditor  with a  general  knowledge  of  such
matters as the organizational  structure,  the methods used by the
entity  to  communicate  responsibility and  authority,  and  the
methods used by management to supervise the system, including the
existence   of   an   internal   audit   function,   if   any.    An
understanding of the  flow  of transactions  should  provide  the
auditor  with a  general  knowledge  of  the  various  classes  of
transactions  and the methods by which each  significant class of
transactions  is  authorized,- executed,  initially  recorded,  and
subsequently processed, including the methods of data processing.
The   auditor's   understanding  ordinarily   is  obtained  by  a
combination  of   previous  experience  with the entity,  inquiry,
observation,  and   reference  to  prior  year working  papers,
client-prepared  descriptions of the  system,  or other appropriate
documentation.

On completion of the preliminary  phase of the review, an auditor
may conclude  that  further study  and evaluation  are  unlikely .to
justify any  restriction of  substantive  tests. .  An auditor  also
may conclude that the audit effort required to study and evaluate
the  design  of   the  system   and  to   test   compliance  with  the
prescribed  control   procedures  to justify  reliance  on  them to
restrict the extent of substantive tests exceeds the reduction in
audit effort  that  could  be  achieved by  such reliance.   Such a
conclusion may result  from consideration  of  the nature or amount
of the  transactions  or balances  involved,  the  data processing
methods  being used,  and  the  auditing  procedures  that  can be
applied  in making  substantive tests.   Either conclusion would
cause an  auditor to discontinue further  study and evaluation of
the internal  accounting  control system and  to design substantive
tests   that   do  not  contemplate  reliance   on   such  internal
accounting control procedures.

Therefore, a  complete  review of the  internal  accounting control
system  was determined not to  be  cost effective  in the audit of
the New York Cooperative Agreements.   However,  testing  of  the
specific   controls   affecting   only  the   specific   types   of
transactions  within  the scope  of  our audit  is possible through
dual  purpose  tests.   In an  engagement,  corroborative evidential
matter  is  obtained  by  performing   compliance   and  substantive
tests.  Compliance  tests  are performed to provide  reasonable as-
surance that  a client's  system of internal controls is function-
ing as  prescribed.   On  the other  hand,  substantive tests are em-
ployed by the auditor to determine the validity and the propriety
of accounting transactions  and balances.   SAS-1  (Section   320)
states  that  although the purposes  of compliance  tests and  sub-
stantive  tests  are  different,  both  purposes  are often achieved
                              -56-

-------
                                                       APPENDIX 1A
                                                       (CONTINUED)
OUR EVALUATION OF REGION 2'S COMMENTS (Continued)


simultaneously through  the  tests of details.  A  test  of details
would  be  considered  a  dual  purpose  test  if  (1)   both  the
compliance test objective and  the  substantive  test objective are
achieved concurrently by the test and (2) the auditor designs the
test  for  a  dual  purpose.   This  was the  case  in the  New  York
Cooperative Agreements audit.

Procurement and Management Controls

It is the responsibility  of  management  to  achieve the  objectives
of  the  organization.    Administrative   controls   such  as  those
encountered in procurement encompass the procedures and recording
functions  that  become   the  basis  for  management  decisions.
Administrative  controls   promote   operational   efficiency   and
adherence to managerial policies.  The procurement and management
controls  included  in  the reports  first primary  objective  were
tested  independently  of the accounting controls  covered by our
report  on  NYSDEC's   internal  accounting  controls.   Therefore,
Region 2's comment should not apply to them.

In   addition,   the   "Standards   for   Audit   of   Governmental
Organizations, Programs, Activities, and Functions" issued by the
General Accounting Office requires:

     Either  the  auditors'   report  on  the  entity's  financial
     statement or a separate report shall  contain a statement of
     positive assurance  on  those items  of compliance  tested and
     negative assurance on those items not tested.  It shall also
     include material instances of noncompliance and instances or
     indications of fraud, abuse, or illegal acts found during or
     in connection with the audit.

Therefore, our report is consistent with current professional and
governmental reporting requirements.

Letter of Credit Compliance

Our report  identifies  systemic,  or  material  isolated,  instances
of noncompliance with currently promulgated Agency procedures and
policies.    Additionally,  through   our  positive  and  negative
assurances,  the  report  indicates  that  no  letter  of  credit
issues arose, that were considered noteworthy,  in relationship to
the  cooperative  agreements  audited.    To  include  the  favorable
results of  all audit  procedures  which indicated  that  required
procedures were being properly  performed  would make  the  report
much longer.

Audit of Cost Reimbursement Contract Costs

All categories of costs claimed in  the NYSDEC report were audited
on a  limited  basis.   This means that no costs  were tested  100%.


                              -57-

-------
OUR EVALUATION OF REGION 2'S COMMENTS (Continued)
                                                       APPENDIX 1A
                                                       (CONTINUED)
Limiting  audit  procedures  is   accepted  by  both  the  American
Institute  of  Certified   Public  Accountants  (AICPA)  auditing
standards  and  by  the   General  Accounting   Office  auditing
standards.   Statement  on Auditing  Standards  (SAS)  No.  39  Audit
Sampling and SAS No. 47  Audit  Risk and Materiality  in Conducting
an Audit,  promulgated  by  the  AICPA,related to  auditsamp1ingT
Auditsampling  applies   when   the auditor   desires   to  draw  a
conclusion about an account balance or  class  of transactions and
he applies tests to less  than  100% of the population.   Our audit
procedures complied with  SAS No. 39 and SAS  No.  47.   Due  to the
nature of  sampling,  some  of  the  cost  reimbursement  contractual
costs would very likely  not be  audited.  We  believe,  based upon
our auditing procedures performed on  these  costs, that our opin-
ion is  correct as stated.   We examined adequate supporting re-
cords, which were  required by  NYSDEC  to be  submitted  by the con-
tractor, to support the invoice amount which enabled us to accept
the c.osts  for  the  cost reimbursement contracts  which  we audited
as part  of our  sample.    Our  acceptance  of  costs  based on the
audit of costs claimed under the cooperative  agreements does not
preclude  Region  2  or  NYSDEC  from  auditing  costs  for  cost
reimbursement contracts at the contractor level.
                              -58-

-------
COMMIttlONC*
                                        kl    v                        APPENDIX 2
                                STATE OF New YORK
                                 DEPARTMENT OF
                         ENVIRONMENTAL CONSERVATION
                           ALBANY, New YORK 12233- IOIO
 HENRY G. WILLIAMS

                                         DEC 10 19*

 Dear  Mr.  Hockman:

      The  New York State Department of Environmental Conservation (NYSOEC)
 welcomes  the opportunity to review and comment on the draft of the "Report
 of  Interim Audit of New York State Department of Environmental
 Conservation's Administration of its Superfund Cooperative Agreements  with
 EPA under the Comprehensive Environmental  Response, Compensation and
 Liability Act of 1980 for the period of March 8, 1982 through March 31,
 1986," dated September 30. 1986.

      The  NYSDEC 1s constantly striving to Improve the administration of  Its
 Superfund Cooperative Agreements with the United States Environmental
 Protection Agency (USEPA).  A recent example Is the designation of a key
 staff person 1n the NYSDEC1s Division of Solid and  Hazardous Waste to
 ensure that Division contracts, Including those emanating from the
 Superfund Cooperative Agreements with USEPA, are developed, processed, and
managed 1n the most effective and efficient manner  possible in conformance
with State and applicable federal laws.   More emphasis Is being placed on
centralizing the focus of administrative,  fiscal and legal needs of the
contract document in order to optimize technical staff time for the
technical development, conduct and oversight of the actual work.

     Our  specific comments with respect to the recommendations on pages  21
through 24 of the draft report follow:

    0       Page 21, Recommendation 1A:   "Disallow  the questioned costs
       until  NYSDEC performs and documents a review of the amounts paid  to
       the contractors and makes a determination of the reasonableness of
       both the costs and profit Incurred  to date and the estimated cost to
       complete the contract."

            The questioned costs are based upon the auditors'
       interpretation that the NYSDEC used the cost-pius-percentage-of-cost
       (CPPC)  type of contract which is  prohibited  by 40 CFR 33.285.

            The NYSDEC does not use the cost-plus-percentage-of-cost type
       of consultant contract where the contractor's profit is expressed as
       a percentage of the total value  of  services  provided.  The NYSDEC
       uses a  cost-plus-fixed fee type  of  contract  for consultant services.
       As such,  the fee (profit) is fixed  at the time of contract award  and
       is not  affected by the final value  of the services provided unless
       the contract's scope of work is  modified.  A number of our
       consultant  contracts do, however,  include a  provision for a
       management  fee which is to reimburse the consultant for managing
       subcontract  agreements procured  by  the consultant.  The management
                                   -59-

-------
Kenneth Hockman
2.
       fee 1s expressed as a percentage of the value of services provided
       by the subcontractor and Is premised upon the fact that the
       consultant's effort and cost 1n managing a subcontract 1s
       proportional to the value of the subcontract.  The management fee Is
       not profit, but reimbursement for costs Incurred In managing
       subcontracts.

            The concept of this direct cost management fee has been
       reviewed by another federal agency (the Defense Contract Audit
       Agency IDCAAJ) and has been found to be acceptable.  The enclosed
       Exhibit B from the Ecological Analyst, Inc.  contract for the Wide
       Beach RI/FS 1s Included as an example of the DCAA's
       allowance/acceptance of such subcontractor's management fees.

            As a practical matter and on a worst case basis (assuming
       that the auditors are correct In their Interpretation that the CPPC
       method was used), the costs that shou.ld be questioned relate only to
       the subcontractor's management fee and not the entire contract
       amount.  The dollar value of the subcontractor's management fee 1s
       only a small percentage of the entire dollar amount of the contract
       and, therefore, questioning the entire contract 1s Inappropriate.
       For example, the Department's contract with SMC Martin 1s a cost-
       pi us-flxed-fee contract; that Is, SHC Martin will be reimbursed for
       the actual direct costs (such as labor, supplies, subcontractor
       services and travel), for Indirect costs and will be paid a fixed
       fee (profit).  The fixed fee was negotiated and agreed upon at the
       time of contract award.  The SMC Martin contract does Include a
       provision whereby SMC Martin 1s reimbursed for Its costs to
       administer subcontracts based upon a percentage of the value of the
       subcontract work performed.  Based on the estimated value of work
       which would be subcontracted by SMC Martin ($462,000), the
       subcontract management cost was estimated at $23,100, or five
       percent of the value of the subcontract work.  If 1t 1s determined
       that this method of reimbursement 1s not consistent with 40 CFR
       33.285, the SMC Martin contract can be modified to provide
       reimbursement to SMC Martin for the Identifiable costs associated
       with the management of subcontract work in a manner consistent with
       40 CFR Part 33.  In the meantime, the Department believes that the
       portion of the costs associated with the SMC Martin contract which
       should be questioned Is $21,036.30, the amount paid to SMC Martin as
       the subcontract management fee as of September 1986.  We do not
       believe that $789,100 should be questioned when the contract
       provision amount In question Is only $23,000.

           Page 21. Recommendation 18:  "Require NYSOEC to renegotiate the
       contracts to a type acceptable under Federal regulations."

           The Marathon Battery and Wide Beach contracts are completed or
       terminated which makes any modifications to the contracts
       Impractical.
                                       -60-

-------
Kenneth Hockman                                                         3,
           Page 21, Recommendation 1C:   Instruct NYSOEC that all  future
       contracts awarded, pursuant to Federal  participation, comply with
       Federal regulations (40 CFR 33.285}."

            Concur.  We would appreciate a determination from USEPA as  to
       whether the management fee for subcontracts heretofore mentioned
       represents the CPPC method prohibited  by 40 CFR 33.285.  If so,
       future contracts can specify a different method 1n which to
       reimburse the consultants for Identifiable costs 1n managing
       subcontracts.

           Page 21, Recommendation ID:   "Direct NYSDEC to prepare and
       document a cost analysis when appropriate for current and future
       contracts and participate only 1n fair  and reasonable costs based
       upon cost analyses."

           Concur.  However, It should  be noted that a rigorous and
       thorough cost analysis review has always been performed and 1t is
       the NYSOEC's position that all  contracts were signed at reasonable
       costs.  We believe that financial Interests of the New York State
       and the federal governments are  protected.  In general, the NYSDEC
       has been able to negotiate consultant  contracts with costs less  than
       comparable USEPA contracts.  The overhead rate and profit allowed  In
       NYSDEC managed contracts are usually less than those acceptable  to
       USEPA.

           Page 22, Recommendation IE:   "Inform Region 2 personnel that:

                  their role 1n the state procurement process is one
             of oversight and not actual Involvement through
             participation on State selection  panels;

                  Instruct Region 2 personnel  not to participate on
             State selection panels;

                  inform NYSDEC that EPA is available for technical,
             legal, and administrative  advice  during the procurement
             process, but that EPA personal  [sic] cannot participate
             on any State selection panel  that scores and ranks
             proposals."

           As a standard practice, the  NYSOEC  states in the requests for
       proposal  (RFP) for consulting services  that "Neither the United
       States nor the United States Environmental Protection Agency is, or
       will  be,  a party to this request for proposal or any resulting
       contracts."  Our contracts for consulting services contain the 40
       CFR 33.245, Privity of Subagreement,  and more recently the NYSDEC's
       standard consulting contract contains  the following:
                                       -61-

-------
Kenneth 0. Hockman
         "Privity Agreement"

                 This AGREEMENT Is expected to be funded with  funds
            from the United States Environmental  Protection  Agency
            (USEPA).  Neither the United States nor any of Its
            departments agencies or employees 1s, or will be,  a  party
            to this AGREEMENT.  This AGREEMENT 1s subject to
            regulations contained In 40 CFR Part  33 1n effect  on the
            date of the assistance agreement award for this  project."

            Whether participation of USEPA Region II technical staff  1n  the
       evaluation of proposals contravenes the Intent of the Privity
       Agreement Is a legal question which USEPA counsel should  evaluate.
       We have Interpreted that the participation of a USEPA technical
       representative as one of five members of a selection  panel to  be
       Important and useful technical assistance.

           Page 22, Recommendation IF:  "Require  NYSDEC, when  applicable,
       for future procurements, to state 1n the RFP the relative Importance
       attached to each evaluation criterion and  evaluate each contract  by
       the criteria stated 1n the RFP."

           Concur.

           Page 22, Recommendation 1G:  "Require  NYSDEC to Instruct
       contractors to Include model subagreement  clauses (40 CFR 33.1030)
       1n all  subcontracts and avoid duplication  or contradiction,  between
       NYSOEC clauses and model subagreement clauses 1n contracts awarded
       by NYSDEC."
           Concur.

           Page 23, Recommendation 2A:
       contract maximum amount."

           Concur.
'Amend  the  contracts  to  state  the
           Page 23, Recommendation 2B:  "State both the amount of the
       change and the maximum amount of the contract 1n all future
       amendments."

           Concur.

           Page 24, Recommendation 3A:  "Make the necessary changes to
       their property management system so that it conforms with Federal
       regulations."

           Concur.  The Department is currently undertaking a study which
       will ensure that the property management system conforms with
       federal regulations.
                                       -62-

-------
     •       Page 24,  Recommendation  38:   "Comply with  the  special conditions
        of  the cooperative agreements  which  require  TPRs to be submitted
        quarterly."

            Concur.

     Me appreciate your  solicitation  of  comments on the draft report for
the  purpose of making  the final  report factual, fair, and technically
accurate.

                                             Sincerely
                                            Hehry G. Williams
Enclosure
Mr. Kenneth D. Hockman
Divisional Inspector General for Audit
United States Environmental Protection Agency
401 H Street S.W.
Room 300, North East Mall
Washington, D.C.  20460
                                       -63-

-------

-------
                                EXHIBIT B

                          SUMMARY OF ESTIMATED
                         DIRECT PROJECT RELATED
                            NON-SALARY COSTS
                         Category

 Subcontractor Services
 Subcontractor Management Fee  (5  percent)
 Chemistry
 Field Trailer/Met  Station
   (Rental,  Equipment Usage. Utilities)
 Health and  Safety  Equipment
 Snipping
 Transportation
 Subsistence
 Report  Production
.  (Computer, Printing, Graphics,  Binding)
Miscellaneous Direct Costs
   (Copies, Phone, Technical Equipment Usage, Postage,
  Expendible Technical  Equipment,  etc.)
Direct Cost Management Fee (5  percent)

     Total
  *Direct Cost Management Fee
 Estimated
Direct Camt

 $ 45,280
    2,264
   91,138

    4,000
    3,250
    5.800
   15,048
    9,300

    8,925
   9.050
   7.325

$201,380
  EA's accounting system has  been set up to comply vith federal  cost
  accounting regulations in regard to accumulating contract  costs.

  Our  accounting  practices have been  audited by  numerous  federal and state
  agencies,  including the Defense  Contract  Audit Agency (DCAA) and found
  to be in compliance vith accepted cost accounting principles.

  To summarize our accounting system, costs are  first accumulated as either
  Direct (directly associated vith and chargeable  to a  client project) or
  Indirect (not directly attributable to a client  project).  The Indirect
  Costs are further accumulated as either Overhead (attributable to the
 performance of client projects)  or G&A (attributable  to the overall
 management of the company,  i.e.  account,  finance, corporate management).
 The Overhead Rate ia  computed as a percentage of direct labor costs vhile
 the G&A  Rate ia  computed as  a percentage  of total costs (both direct
 costs and  overhead).

 Under this  accounting method, ve believe  it  is  appropriate  to recover the
 G&A costs associated vith processing not  only on  subcontractor  costs  but
 on all direct costs for contracts.

 Our most recent DCAA audit resulted  in an  approved rate  of  13.51 for  all
 direct costs, but for this project ve have agreed 'to a reduced rate of
 51.  This vill allow us a nominal recovery of our costs  associated vith
 providing goods and services to the project.

                                 -64-

-------
U.S. Environmental Protection
library, ROO-; °*04
401 M Street, S.W.
            DC   20480
                                                             5

-------