r  £*> »**   "'   -^UNITED STATES ENVIRONMENTAL PROTEC

     *  ^BK  %  °lV->  lJ30   S   OFFICE OF INSPECTOR GENERAL
    iff  ^BM^^BB   v* s\ - tA fi  v-^-^  »  i	.	
                UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                         S>  OFFICE OF INSPECTOR GEN
                    '  * \y         NORTHERN DIVISION

                             1O W. JACKSON BLVD., 4TH FLOOR


^PRO*°
                        |1^
^fM ^^^X^                        CHICAGO. ILLINOIS 6O6O4
 W  ^V-rtf^
          OFFICE OF AUDIT                                     OFFICE OF INVESTIGATION
          312/333-2406                                          312/333-2507


                                         December 24, 1986
          SUBJECT:     Audit Report No. E5BH7-05-0210-70459
                       Interim Audit of Minnesota Pollution Control Agency's
       ^               Administration of Its Superfund Cooperative Agreements
       V               With EPA Under the Comprehensive Environmental Response,
                       Compensation, and Liability Act of 1980
       
-------

-------
He have no objection to the release of this report at your discretion,
Should you have any questions, please contact Lee Stevens.
Enclosures
cc:  Kenneth Hockman
                                      -2-

-------

-------
'»  •* r
       o a
                           REPORT OF  INTERIM AUDIT OF
                     MINNESOTA POLLUTION CONTROL AGENCY'S
            ADMINISTRATION OF ITS SUPERFUND COOPERATIVE AGREEMENTS
           WITH EPA UNDER THE COMPREHENSIVE ENVIRONMENTAL RESPONSE,
                    COMPENSATION, AND  LIABILITY ACT OF 1980
          FOR THE PERIOD DECEMBER 20,  1982 THROUGH SEPTEMBER 30, 1985
             TICHENOR. RESLER. & EICHE
CERTIFIED PUBLIC ACCOUNTANTS
                                                            THE SUMMIT. SUITE 200
                                                            43» BROWNSBORO ROAD
                                                            LOUISVILLE. KENTUCKY 40207
                                                            (302) 893-0700

-------

-------
                                                       E5BH7-05-0210-70459
                                                           12/24/86
                        TABLE OF CONTENTS
                                                             Page

SCOPE AND OBJECTIVES	   1

SUMMARY OF FINDINGS	   2

BACKGROUND	   4

AUDITORS' REPORT ON COOPERATIVE AGREEMENTS V-005788,
 V-005789, V-005794 AND V-005848 AWARDED TO THE
 MINNESOTA POLLUTION CONTROL AGENCY	   10

AUDITORS' REPORT ON INTERNAL ACCOUNTING CONTROL
 AND COMPLIANCE	   12

FINDINGS AND RECOMMENDATIONS

1 -  STATE'S SUPERFUND PROCUREMENT SYSTEM
       HEEDS IMPROVEMENT	   14

2 -  NONEXPENDABLE PERSONAL PROPERTY OMITTED FROM
       PROPERTY LISTING	   16

3 -  NONCOMPLIANCE WITH SPECIAL GRANT CONDITIONS	   17
EXHIBIT A -
EXHIBIT B -
COOPERATIVE AGREEMENTS AWARDED TO THE
MINNESOTA POLLUTION CONTROL AGENCY
SUMMARY OF COSTS CLAIMED, ACCEPTED,
QUESTIONED AND SET-ASIDE FOR THE PERIOD
DECEMBER 20, 1982 THROUGH SEPTEMBER 30,
1985	

REILLY TAR COOPERATIVE AGREEMENT AWARDED
TO THE MINNESOTA POLLUTION CONTROL AGENCY
SCHEDULE OF COSTS CLAIMED, ACCEPTED, QUES-
TIONED AND SET-ASIDE FOR THE PERIOD DECEMBER
20, 1982 THROUGH SEPTEMBER 30, 1985	
                                                               19
                                                                20
EXHIBIT C -
NEW BRIGHTON COOPERATIVE AGREEMENT AWARDED
TO THE MINNESOTA POLLUTION CONTROL AGENCY
SCHEDULE OF COSTS CLAIMED, ACCEPTED,
QUESTIONED AND SET-ASIDE FOR THE  PERIOD
JUNE 17, 1983 THROUGH SEPTEMBER 30,  1985...
                                                                30

-------
                  TABLE OF CONTENTS (Continued)
EXHIBIT D -
EXHIBIT E -
EXHIBIT F -
EXHIBIT G -
MULTISITE COOPERATIVE AGREEMENT
AWARDED TO THE MINNESOTA POLLU-
TION CONTROL AGENCY SCHEDULE OF
COSTS CLAIMED AND ACCEPTED FOR
THE PERIOD SEPTEMBER 29, 1984
THROUGH SEPTEMBER 30, 1985	
                                                               34
PRELIMINARY ASSESSMENT/SITE
INSPECTION COOPERATIVE AGREEMENT
AWARDED TO THE MINNESOTA POLLUTION
CONTROL AGENCY SCHEDULE OF COSTS CLAIMED
AND ACCEPTED FOR THE PERIOD APRIL 1,
1985 THROUGH SEPTEMBER 30, 1985	
                                                               39
REILLY TAR COOPERATIVE AGREEMENT
AWARDED TO THE MINNESOTA POLLUTION
CONTROL AGENCY SCHEDULE OF COMPLIANCE
WITH FEDERAL PROCUREMENT REGULATIONS
BY CONTRACT	
                                                               40
NEW BRIGHTON COOPERATIVE AGREEMENT
AWARDED TO THE MINNESOTA POLLUTION
CONTROL AGENCY SCHEDULE OF COMPLIANCE
WITH FEDERAL PROCUREMENT REGULATIONS
BY CONTRACT.	
ATTACHMENT A - MINNESOTA POLLUTION CONTROL AGENCY'S
               RESPONSE TO THE DRAFT AUDIT REPORT..,
41


42

-------
                   REPORT OF INTERIM AUDIT OF
              MINNESOTA POLLUTION CONTROL AGENCY'S
     ADMINISTRATION OF ITS SUPERFUND COOPERATIVE AGREEMENTS
    WITH EPA UNDER THE COMPREHENSIVE ENVIRONMENTAL RESPONSE,
             COMPENSATION, AND LIABILITY ACT OF 1980
   FOR THE PERIOD DECEMBER 20, 1982 THROUGH SEPTEMBER 30,  1985
SCOPE AND OBJECTIVES


We have  performed an interim audit  of the State  of  Minnesota's
Pollution Control Agency (MPCA)  administration of its  cooperative
agreements with  EPA  under the  Comprehensive Environmental  Re-
sponse,  Compensation,  and  Liability Act  of  1980.  The  primary
objectives of our audit were to:

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

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

3.   Ascertain  the   State's compliance  with  provisions  of  the
     Letter of Credit - Treasury Financial Communications
     System Recipients'  Manual.

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

Specifically, our audit covered the  cooperative agreements award-
ed for the removal of hazardous wastes from the  Reilly Tar, New
Brighton, Multi-Site (Arrowhead, LeHillier, South Andover, Rummer,
Long Prairie, Whittaker Corporation, and Oak Grove),   and Minne-
sota Preliminary Assessment sites.   The audit included an exami-
nation of costs incurred and claimed under the referenced cooper-
ative agreements from inception through September 30, 1985.

Our  audit  was performed   in  accordance with  generally accepted
auditing standards  and the  Standards for Audit of Governmental
Organizations. Programs, Activities  and Functions  (1981 revision)
promulgatedbytheComptrollerGeneralof  the  United States.
Accordingly,    the   examination   included  such   tests   of  the
accounting records and such other auditing procedures as we con-
sidered necessary in the circumstances.

-------

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

Subject to  the  effects  on Exhibit A of EPA's ultimate resolution
of  the questionable  expenditures referred  to  in the  auditors'
report, Exhibit A (summarized below) presents the financial  in-
formation and financial provisions of the grants.

  Cooperative	AMOUNT
   Agreement

Reilly Tar

New Brighton

Multi-Site

Preliminary
 Assessment/Site
 Inspection
CLAIMED
$1,019,984
1,095,383
52,785
ACCEPTED
$452,853
286,064
52,785
QUESTIONED
$30,770
5,787
-
SET-ASIDE
$ 536,361
803,532
_
Totals            $2,168.152
Questioned costs are costs  claimed or incurred that we have con-
cluded 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 grant or  contract.   Set-aside
costs  are  costs  which  cannot  be  accepted without  additional
information  or  evaluations  and approvals by  responsible Agency
program officials.

!•   STATE'S SUPERFUHD PROCUREMENT SYSTEM NEEDS IMPROVEMENT

The procedures utilized by  MPCA to procure contract services un-
der Superfund cooperative  agreements were inadequate  and not in
compliance with all requirements of  Federal regulations (40 CFR
Part  33).   Cooperative  agreement  recipients- are required  to
comply with  40 CFR  Part  33  as  a condition of obtaining EPA fund-
ing.  The  lack of  a written procurement manual  which addressed
Federal requirements and the misunderstanding  by MPCA employees
that  the State's procurement system met all Federal requirements
caused the noncompliance and inadequacies in the  current  procure-
ment  system utilized   by   MPCA.   The  procurement  procedures
utilized  by MPCA   prohibited   assurance  to  EPA  that  the  best
offerer was awarded the contract.
                                -2-

-------
SUMMARY OF FINDINGS (Continued)


2.   NONEXPENDABLE PERSONAL PROPERTY OMITTED FROM
       pROpfiRTY LISTING

Lab equipment, amounting to $42,000, was claimed as a contractual
rather  than  an equipment  cost and was not  included on  MPCA's
property listing.   In accordance with 40 CFR Part 30, cooperative
agreement recipients  are required  to maintain property  records
and assure that the interest of the United States in the property
is adequately  reflected  and protected.  An agreement  between  the
Minnesota Department  of  Health (MDH) and  MPCA which called  for
the above equipment to be purchased by  MDH resulted in  MPCA los-
ing control over  the  equipment which could lead  to the possible
loss  of EPA  interest in  the  property upon  completion of  the
project.

3.   NONCOMPLIANCE WITH SPECIAL GRANT CONDITIONS

MPCA  did not  submit  to  EPA  the   required  quarterly  progress
reports  for   the  Reilly  Tar  and New   Brighton  cooperative
agreements  within  the   required   timeframes.  .  Additionally,
quarterly progress reports  required by  the  special  conditions
section  of   the   Multi-Site  cooperative  agreement   were  not
submitted  by  MPCA  to  EPA  although  MPCA  was  aware  of  this
requirement (MPCA  gave no reason for their noncompliance).  As a
result,  EPA   did  not  have  written   documentation  detailing
expenditures,  estimates  of  work   completed,   cost   and  time
variances, and dates of completion.

MPCA'S COMMENTS ON FINDINGS AND OUR  EVALUATION

An exit  conference was held with  MPCA officials  on January 16,
1986 and with  Region  5 officials on January  17,  1986.   The pur-
pose of the exit conferences was to  present our findings and rec-
ommendations and to ensure a clear understanding of our report by
MPCA and Region 5  management.   At  the conferences and during the
course of the  audit, MPCA and Region 5  officials discussed their
position relative  to our  findings  and recommendations.   Itj. addi-
tion, MPCA .provided us with formal  written comments on our draft
report in 6» memorandum dated July 17, 1986.  The Executive Direc-
tor, MPCM*jNmerally concurred with  our findings and recommenda-
tions, ejjjmt  as  noted  in  the Findings and Recommendations and
Notes to toe Exhibits sections of this  report, and  indicated cor-
rective actions were  taken  or were planned to resolve the  issues
cited  in  the  report.   We  concluded that MPCA's   comments were
generally responsive  to  our findings and recommendations,  except
as noted  in the  Findings and  Recommendations and  Notes to  the
Exhibits sections  of  this report.   To  provide a balanced  under-
standing of the  issues,  we  summarized  MPCA's position at  appro-
priate locations in the report and  included the complete  response
as Attachment A.
                               -3-

-------
 BACKGROUND


 On  December 11,  1980, Public  Law 96-510, the  Comprehensive  En-
 vironmental  Response, Compensation,  and Liability Act  (CERCLA)
 was  enacted by Congress.  CERCLA, commonly known  as  the "Super-
 fund", was  passed  to  provide  the needed general authority and to
 establish  a  Trust Fund  for  Federal  and  state  governments  to
 respond directly to any  problems at uncontrolled hazardous waste
 disposal  sites,  not  only in  emergency  situations,  but  also  at
 sites where  longer term  permanent remedies  are required.  CERCLA
 was  established to fill the gap  in the national system to protect
 public health and the environment from hazardous  substances  by
 authorizing   Federal  action   to  respond  to  the  release,   or
 threatened release, from any  source,  including abandoned hazard-
 ous  waste sites, into any part of the environment.

 The  blueprint for  the Super fund program under  CERCLA is the  Na-
 tional Contingency Plan  (NCP), first published  in 1968 as part of
 the  Federal Water Pollution Control Plan.  The  NCP lays out three
 types of responses  for incidents involving  hazardous wastes:  im-
 mediate  removal,  planned  removal, and  remedial,  response.   The
 first two  types of responses were modifications .of  the earlier
 program under the Clean Water Act.  However, remedial response is
 a new type  of response  intended to deal  with the  longer term
 problem of abandoned or uncontrolled sites.

 CERCLA calls  for compiling a National Priority  List 
-------
BACKGROUND (Continued)


Rellly Tar and Chemical Remedial Project Cooperative Agreement

Between 1913 and 1972 Reilly Tar and Chemical Corporation operat-
ed a coal tar distillation and wood preserving plant in St.  Louis
Park.  Reilly disposed of wastes from  the  operation in a network
of ditches  that discharged to  a wetland adjacent  to  the opera-
tion.  The wastes  consisted of a mixture of many  compounds,  in-
cluding  a  class  of  organic  compounds  known  as  Polynuclear
Aromatic  Hydrocarbons,  or  simply  PAH.  Some  PAH  compounds  are
carcinogenic and therefore  pose a  health risk upon chronic expo-
sure.  In the mid 1970's, MDH and MPCA became concerned about PAH
compounds which were  found in coal tar.   In May  1978,  an inves-
tigation  identified PAH  present  at  four  wells  located in  St.
Louis Park.   These wells were  closed  in 1978.  Since  that time
MDH has plugged or  reconstructed 27 wells  in the  vicinity of the
site.

Cooperative agreement  number  V-005788 was  awarded  to  MPCA under
CERCLA.    The  cooperative agreement was  awarded on December 21,
1982, and provided for 100 percent Federal  participation in the
remedial  action to reconstruct/abandon wells,  temedial inves-
tigation/feasibility study  (RI/FS) of  heavily contaminated soils
and ground water control systems,  design of a granular activated
carbon treatment system  for the Reilly Tar and Chemical remedial
project with a maximum Federal share of $1,993,287.

A tentative pollution  clean up  agreement and settlement with the
Reilly Tar  and Chemical  Corporation  was  announced on April 11,
1986 between  State,  Federal,  City of  St.  Louis Park and company
negotiators.  If the agreement is approved by all parties, Reilly
will pay  to clean  up the contaminated ground  water and will pay
the United  States  Hazardous Substance Response Trust  Fund $1.72
million and the Environmental  Response,  Compensation and Compli-
ance Fund of the Treasury of the State of Minnesota the sum of $1
million.   Reilly  also will establish  a  $1  million contingency
fund for the City of St. Louis Park for capital expenditures nec-
essary to implement an approved measure under  the Remedial Action
Plan agreed upon in the Consent Decree.
          r.'lV* '
New Brightjjfltt Cooperative Agreement

Ground wat«r was found to be contaminated with trichloroethylene
(TCE); l.l-dichloroethylenej 1,1,1-trichloroethanes  1,1-dichloro-
ethane;   and several  other  volatile   chlorinated  compounds over
approximately  an  18   square  mile  area of  northern  Ramsey and
Hennepin  counties.   Contamination was first detected in June of
1981.  Thus far contamination has been detected in seven of seven
New Brighton municipal wells,  two of three  St. Anthony  municipal
wells, two of two Arden Manor Trailer  Park wells,  31 private res-
idential or commercial wells,  a public golf course well, and six
of six  wells  supplying  the  Twin  Cities  Army  Ammunition  Plant
(TCAAP).   The population  found  to  have actually been consuming


                                -5-

-------
BACKGROUND (Continued)


contaminated  water  is  approximately  48,000.   The  most  likely
source of  the area's contamination is TCAAP. TCAAF  is a govern-
ment owned,  contractor  (Federal Cartridge  Corporation)  operated
installation.  Waste disposal  is known  to  have  occurred  at TCAAF
for 40 years.

Cooperative agreement number  V-005789 was awarded to MPCA under
CERCLA.  The  cooperative  agreement was awarded on June  17,  1983
and provided  for  100 percent  Federal participation  to determine
the sources of area-wide  contamination,  and to  identify  possible
remedies   to   that  contamination;   and,   90  percent   Federal
participation  to  provide  initial  remedial measures  in   the  New
Brighton area with a maximum Federal share of $2,475,169.

Multi-Site Cooperative Agreement

1.   Arrowhead

     The Arrowhead Refining Company was  located at the northwest
     corner  of  Highway   53   and   Ugstad  Road  in  Herman town,
     Minnesota.  The Company  operated  as  a re-refiner  of waste
     oil  from  1945  through  1977.   The  operations  generated
     approximately 7,000  cubic yards  of  a  highly acidic  (ph less
     than  1),  metal-laden  sludge, which  was  disposed  of  in  a
     two-acre  lagoon on  Company property.  Sludge  disposal has
     resulted  in  the contamination of soils, surface water, and
     ground  water   around  the   site.    Contaminants   include:
     polychlorinated  biphenyls  (PCBs),  phenols,  cyanide,  lead
     barium, arsenic, cadium,  chromium, and selenium.

2.   LeHillier

     LeHillier is an unincorporated residential area immediately
     west of Mankato, Minnesota, located in Section 14,  Township
     108 North, Range 27  West, Blue Earth County, Minnesota.  In
     the Fall of 1981, MFCA discovered that hazardous wastes were
     disposed  at  several  previously  operated  dumps   in  the
     LeHillier area.   In October  of 1981, MPCA sampled several
     residential  wells   in LeHillier which  indicated   that the
     ground water  in the shallow  aquifer  was  contaminated with
     TCE concentrations  ranging from less  than 1.0 mg/1  to as
     high  as  100  mg/1.    Since 1981, numerous  samples  have been
     taken which have confirmed ground water contamination  in the
     LeHillier area.

3.   South Andover Waste  Site

     The site  consists  of five adjacent properties in  the  south
     part  of  Andover, Minnesota,  where solvents,  paints,  glues
     and.greases were disposed of  or  accumulated between 1969 and
     1976.   The properties were collectively listed as  the  South
                                -6-

-------
BACKGROUND (Continued)


     Andover  Waste  Site  on  both  the  U.S.  EPA  NPL  and MPCA
     Hazardous Waste  Site Log  (HWSL).   The five properties were
     grouped  Into a  single  site for  the  NPL and  HWSL  since
     potential ground water contamination and  other effects  on
     the  environment  from  each  property may  be  difficult  to
     distinguish due  to the close proximity of  the  properties  to
     each other.  Approximately 300  barrels of  various  hazardous
     wastes  and  an  unknown  quantity   of   contaminated  soils
     remained at the South Andover site.

4.   KviMper Sanitary Landfill

     The Kummer  Sanitary Landfill  located In  Northern  Township
     near Bemidjl, Minnesota, was permitted by MPCA In 1971.   The
     landfill is located in a predominately sandy area and serves
     Beltrami County  including  the  city of Bemidji.  During  the
     13 years  of its  operation,  the landfill  violated  numerous
     solid waste rules which resulted  in  the  filing of  a lawsuit
     against Charles and John Kummer in 1983.

     In 1982 and 1983 MPCA  sampled  the landfill monitoring wells
     and  detected elevated  concentrations of  volatile  organic
     hydrocarbon (VOH) compounds,  As  a  result, MPCA initiated a
     program  to  sample downgradient residential and commercial
     wells  during May,  June  and  July  1984.   The  results  of
     sampling 36 wells  revealed elevated VOH compounds  in a  ma-
     jority of those sampled and resulted in the issuance of let-
     ters by MDH advising nine parties not to use their water for
     drinking or  cooking  purposes.   Based upon these advisories
     and  the  need  to  provide  bottled  water,  MPCA  Director
     issued a  Determination of Emergency on July  17,  1984.   On
     July 25,  1984,  additional residential  sampling resulted in
     the delineation  of an  affected area in  Northern  Township.
     The landfill  appeared  to  be the major  source  of  the con-
     tamination.

5.   Long Prairie Ground Water Contamination

     The City  of Long  Prairie is  located in  central  Minnesota
     approximately  30 miles  southwest  of Brainerd, Minnesota.
     Routfji* monitoring of  the  Long Prairie  municipal water sup-
     plies" in October 1983 by MDH revealed concentrations of sol-
     vents which  exceeded drinking water  criteria.   The City of
     Long Prairie discontinued  use  of  two  of  their  municipal
     wells.     At  that   time   MPCA  began   a   domestic  well
     sampling/monitoring  program which  identified  solvent con-
     tamination  of  ground water  in a  15-block area.   MPCA,  in
     conjunction with MDH,  issued an  advisory  for domestic well
     water  usage in  this  15-block area.   Also,  MPCA  Director
     issued a  Determination of Emergency  on  November 4, 1983 to
     permit the use of  State Superfund monies  for bottled water.
     MPCA   had  also   funded  the   operation  of  a    granular


                               -7-

-------
BACKGROUND (Continued)


     activated  carbon filtration system  on contaminated wells.
     These wells were being used primarily during peak demand pe-
     riods.

6.   Whittaker Corporation

     The  Whittaker site  is  located  at  3134  California  Street
     Northeast, Minneapolis, and was  the  site  of the manufacture
     of  industrial coatings  consisting  of special  use  paints
     manufactured  for  specific  industrial   customers  by   the
     Whittaker Corporation.  Numerous underground tanks  contain-
     ing xylene, methyl ethyl ketone,  methyl isobutyl ketone, and
     other solvents  existed on the site.   In addition, a  plant
     still was operated  to recover  solvents  used  in the  man-
     ufacturing process.   Finally, disposal of drums, supposedly
     empty, was alleged to have occurred on the site.

     Medium grained  to coarse grain  sands existed at  the  site.
     Depth to ground water at the site was approximately 15 feet.
     Four monitoring  wells were  installed and  benzene,  xylene,
     TCE, transl-1, 2-dichloroethylene,  cadmium and chromium were
     found in the wells.

7.   Oak Grove Sanitary Landfill

     The Oak Grove Sanitary Landfill  located  in  Oak Grove Town-
     ship in northern Anoka County,  Minnesota,  was  permitted by
     MPCA  in  1971.   During  the initial  six  years  of operation
     by Joseph Egan  (permittee),  the  landfill  had been violating
     numerous  solid waste  rules  which resulted  in a decision by
     MPCA  to  revoke  the  permit on May 25, 1976.   The  decision
     was  stayed by  District Court on  September 9,  1976 and  a
     Stipulation Agreement was  approved  in 1977 allowing North-
     west Disposal,  Inc.   to  resume  operations.  Based  upon the
     Stipulation Agreement, Northwest Disposal, Inc. operated the
     landfill  until  December  1983 and  the  company  refused to
     conduct ground water monitoring.

     MPCA'a records indicated significant quantities of hazardous
     wastes were  disposed  at several  unknown locations  at the
     landfill.   Joseph  Egan,  the  Egan Family  Trust and Northwest
     Disposal,   Inc.   have  not  agreed  to  conduct  the necessary
     remedial   investigation/feasibility   study   (RI/FS)   and
     remedial  actions at  the landfill.   In addition, MPCA  staff
     efforts to identify additional responsible parties have not
     been successful.

Cooperative agreement number V-005794 was  awarded to MPCA  under
CERCLA on September 29, 1984.  The cooperative agreement provided
for  100   percent  Federal   participation  in   the  management
assistance, community relations, and  coordinative lead activities
for EPA lead RI/FSs at  three sites  and State  lead RI/FSs at four


                               -8-

-------
BACKGROUND (Continued)


sites.   Since  the initial  award there were  various  amendments,
one  of which was  for a  remedial  action.   For  remedial  actions
(construction) Federal participation is limited to 90 percent.

Preliminary Assessment/Site Inspection Cooperative Agreement

The  focus of  the Preliminary Assessment/Site Inspection coopera-
tive agreement (PA/SI-CA) is  to  provide MPCA with the ability to
identify  the  extent  of  uncontrolled  potential  hazardous  waste
sites,  and  the  magnitude of  possible contamination  within the
State of Minnesota.

The purpose of the FA/SI-CA is to  obtain  funding to:   1)  conduct
Preliminary Assessments  (PAs) on  sites listed  on the U.S. En-
vironmental  Protection  Agency  Emergency  and Remedial  Response
Information System list; 2)  perform Site  Inspections (Sis) for
Hazardous  Ranking  System  (HRS) scoring;  3) perform Site In-
spection Follow-ups (SIFs) on potential NPL sites; and 4) provide
Management Assistance Reviews to .the  EPA  in the  form of review
and coordination of PAs,  Sis, SIFs, and HRS efforts.
                                              N
Cooperative agreement number V-005848 was  awarded to MPCA  under
CERCLA.  The  cooperative agreement was awarded  on June 13,  1985
and provided for 100  percent Federal participation with a maximum
Federal  share  of $253,330.   As  of September 30,  1985,  no  costs
were claimed and no contracts had been awarded, therefore, we'did
not perform any audit testing for this cooperative agreement.
                                                                       a

-------
       TICHENOR, RESLER & EICHE
         CERTIFIED PUBLIC ACCOUNTANTS
                                                   THE SUMMIT, SUITE 200
                                                   4350 BROWNSBORO ROAD
                                                   LOUISVILLE. KENTUCKY 40207
                                                   (502) 893-0700
Mr. Kenneth D. Hockroan
U.S. Environmental Protection Agency
Divisional Inspector General for Audit
Internal Audit Division
Office of the Inspector General
Washington, D.C.
      AUDITORS* REPORT ON COOPERATIVE AGREEMENTS V-005788.
           V-005789, V-005794 AND V-005848 AWARDED TO
             THE MINNESOTA POLLUTION CONTROL AGENCY
We  have  examined  the  expenditures  incurred  and claimed by  the
Minnesota Pollution  Control  Agency (MPCA),  related to the uncon-
trolled  hazardous   waste   disposal  for  the  Reilly  Tar,   New
Brighton, Multi-Site and  Preliminary Assessment/Site Inspection
cooperative  agreements for  December 20, 1982  through September
30, 1985 as detailed in Exhibit A.  Our  examination was performed
in accordance with generally accepted auditing standards and  the
Standards for Auditof Governmental Organizations, Programs,  Ac-
tivities  and^Functions  (1981 revision).  AccordinglyV  our  ex-
amination included such  tests of the accounting records  and such
other auditing procedures  as we  considered necessary in  the cir-
cumstances.

The Schedule of Costs  Claimed (Exhibit A) was  prepared on  the
basis  of  regulations  and   criteria established  by  the  U.S.
Environmental  Protection  Agency   relating  to   hazardous  waste
disposal  cooperative agreement  projects pursuant  to Public  Law
96-510.   Accordingly,  Exhibit  A  is  not  intended  to   present
financial position and results of operations in conformity with
generally accepted accounting principles.

As  part  of  our  examination,  we determined  the allowability of
costs claimed under  the project in accordance with  the  provisions
of  the assistant agreements and  applicable  Federal  regulations.
Exhibit 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 resolu-
tion  of  the  questionable  expenditures  referred  to   in  the
preceding paragraphs. Exhibit A presents fairly the costs
                               -10-

-------
Mr. Kenneth D. Hockman
Page 2
claimed by  MPCA under  the  Reilly Tar, New  Brighton,  Multisite,
and Preliminary Assessment 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
January 16, 1986
                              -11-

-------
       TICHENOR, RESLER  & EICHE
         CERTIFIED PUBLIC ACCOUNTANTS
                                                  THE SUMMIT. SUITE 200
                                                  4350 BROWNSBORO ROAD
                                                  LOUISVILLE. KENTUCKY 40207
                                                  (502) 893-0700
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  incurred and claimed  by the
Minnesota Pollution Control Agency (MPCA), related to the uncon-
trolled  hazardous  waste  disposal  for  the  Re illy  Tar,  Hew
Brighton, Multi-Site  and  Preliminary Assessment/Site Inspection
cooperative agreements  for July 26, 1983 through March 31, 1986,
as  detailed  in Exhibit A.   Our examination was performed in ac-
cordance with  generally accepted  auditing standards  and the fi-
nancial and  compliance provisions  of the  Standards for Audit of
Governmental  Organizations. Programs,  Activities  and- functions
(1981 revision).   Solely to assist us in planning and performing
our  examination,  we   made  a study  and  evaluation  of  the
significant  internal   accounting   controls  of MPCA.   For  the
purpose  of  this  report,  we  have  classified  the  significant
internal accounting controls into  the following categories:

                    Disbursements
                    Payroll
                    Contractor  procurement
                    Contractor  performance and billings
                    Cash management (letter of credit system)
                    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  control  system,  our study  and
evaluation of  the  internal accounting  controls  did not  extend
beyond this  preliminary review phase.    Accordingly,  we do  not
express an opinion on the  system  of internal accounting controls
taken as a whole.  Also,  our examination,  made in accordance with
the standards  mentioned above,  would not necessarily disclose all
material weaknesses in  che system  of internal accounting control.
                               -12-

-------
Mr. Kenneth D. Hockman
Page 2
Our examination did not disclose any conditions, other than those
presented in the Findings and Recommendations* that we believe to
be material weaknesses.

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,  MPCA
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 MPCA 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
January 16, 1986
                               -13-

-------
FINDINGS AND RECOMMENDATIONS


1.   STATE'S SUPERFUND PROCUREMENT SYSTEM NEEDS IMPROVEMENT

The procedures utilized by MPCA  to  procure  contract  services  un-
der Superfund  cooperative  agreements were inadequate and  not in
compliance with  all  requirements of Federal regulations  (40  CFR
Part 33).  Cooperative agreement  recipients  are  required  to com-
ply, with 40 CFR  Part  33 as a condition of obtaining  EPA funding.
The lack of a  written procurement manual which addressed  Federal
requirements and the  misunderstanding  by MPCA  employees that  the
State's  procurement  system met  all Federal requirements  caused
the noncompliance  and  inadequacies in  the current  procurement
system utilized by MPCA.  The procurement procedures utilized by
MPCA prohibited assurance to EPA that the best offerer was award-
ed the contract.

In accordance with 40 CFR 33.110 the applicant and recipient must
evaluate its procurement system  to  determine if  it meets  the re-
quirements of 40 CFR Part 33 and either certify that:

(1)  Its system  will  meet  the intent  of all the requirements in
     this Part before  any procurement  action with EPA assistance
     is undertaken, or

(2)  Its current system does  not  meet  the intent of  the require-
     ments of this Part and, therefore,  the applicant will follow
     the requirements  of  40  CFR  Part  33 and  allow  EPA preaward
     review of proposed procurement actions  that will  use  EPA
     funds.

MPCA elected  to certify its procurement system,  and referenced
"M.S." chapter  16.028 -  0.95 and bulletin  7-026,  the applicable
State regulations  as meeting all of the requirements  of 40 CFR
Part 33.   Our review of  the  above State  regulations  indicated
that they were not adequate to ensure compliance with 40 CFR  Part
33.

MPCA officials stated that they procured contracts for  the Reilly
Tar,  New Brighton, and Multi-Site cooperative  agreements following
State regulations under the assumption that  these  regulations met
all of the requirements of  40 CFR Part 33, as indicated  in their
statement of self certification.  MPCA officials also stated  that
they relied upon the  State's contract  review process  to ensure
that all contracts were in compliance with applicable regulations
and upon the fact  that EPA  gave  them no  indication of  noncompli-
ance even  though the State supplied EPA with copies of all  con-
tracts.  (Note:  We  did  not  test for  compliance with  State  reg-
ulations  since  it  was outside   the scope  of our  audit.)   See
Exhibits F and G for schedules  by  contract of MPCA's  compliance
with Federal procurement regulations.

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


The  State's  contract  review specialist stated that  their  review
only  covered compliance with  State and  not with Federal  regu-
lations or special conditions of  the  grant.   The review special-
ist  also  stated  that  it  is  MPCA's  responsibility  to  review
contracts  for all  Federal regulations and  special grant  con-
ditions before being submitted to the State's review process.

EPA  Region 5  officials  stated that they did not  review the con-
tracts submitted by  the State  for compliance with  Federal reg-
ulations since the State had  certified that  its  procurement sys-
tem met all Federal requirements.

The above procurement procedures utilized by MPCA prohibit assur-
ance to EPA that firms submitting qualified proposals were fairly
and  uniformly evaluated;  and that  the best offeror was awarded
the contract.

Set-aside costs  for  the Reilly Tar and New  Brighton cooperative
agreements can be found in  Exhibit  B,  Note 3 and Exhibit C, Note
2,   respectively.   There   were  no   set-aside   costs   for  the
Multi-Site    cooperative    agreement    because   non-interagency
contractual costs were not claimed as of September 30, 1985.  See
Exhibit D, Note 2.

MPCA'S COMMENTS ON FINDING

We   recommended  in   our  draft  report   that  the   Regional
Administrator, Region 5 ensure that MPCA initiate improvements to
its  procurement  system to meet  the requirements of  40 CFR Part
33.  These improvements should include, as a minimum:

(a)  establish a written procedures manual which  incorporates all
     40 CFR Part 33 requirements;

(b)  initiate a  review process to  ensure  compliance with 40 CFR
     Part 33 requirements; and

(c)  amend all  current contracts to  include  model  subagreement
     clauses as stipulated by 40  CFR Part  33.
The Executive  Director stated  the following  in  response to the
recommendations in our draft report:
                                        *

*    MPCA has  had  a contract manual  since July 1, 1983.  We are
     incorporating into the manual the March,  1986 State  Procure-
     ment Under  Superfund Remedial  Cooperative Agreements guid^
     ance issued by EPA.

0    MPCA has begun the process of updating  the manual  to make  it
     easier to use and is instituting  procedures to ensure  that
     the revised manual is used  for  all procurements, state and
     Federal.
                               -15-

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


0    The  existing contracts  are being amended  to  include  the
     required Federal  clauses.   The contracts being amended  are
     Camp, Dresser, and McKee; and E.H. Renner and Sons under  the
     New  Brighton  cooperative  agreement;   IT  Corporation  and
     Malcolm Pirnie  under the Multi-Site cooperative  agreement!
     CH2M Hill  under  the  Reilly Tar cooperative  agreement will
     not be amended  due  to the  current termination of  work under
     this contract when  Reilly Tar  entered  into  a Consent Decree
     which resulted in a Stop Work Order being issued.

OUR EVALUATION OF MPCA'S COMMENTS

The Executive Director stated that  improvements  and corrections
have been  enacted in  response  to  our  draft audit  findings  and
recommendations.   The  procurement  manual  is  being  updated  and
contracts  amended  to   include   required  Federal  clauses.   The
discussed action and proposed action is responsive to  the intent
of  the recommendations  and  should help  to  ensure  that  firms
submitting qualified proposals are fairly and uniformly evaluated
and that  the  best offeror  is awarded the prime  contract  in  the
future.   However,  we  have  not examined   the  results  of  the
proposed action to determine it is functioning as stated.

The proposed  action  was  not  responsive  to the  intent  of  the
recommendation  as  it  related to subcontractors of  MFCA's prime
contractors.  MFCA did not address  this matter in their response
to the draft report.

RECOMMENDATION

We recommend  that  the Regional Administrator,  Region  5 instruct
MPCA to  initiate  improvements  to  its procurement  system which
will ensure that subcontractor  agreements entered into by MFCA's
prime contractors also meet the requirements of 40 CFR Part 33.

2.   NONEXPENDABLE PERSONAL PROPERTY OMITTED FROM
     PROPERTY LISTING

Lab equipment, amounting to $42,000, was claimed as a  contractual
rather than an equipment cost and was not included on  MPCA's pro-
perty  listing.   In accordance with 40 CFR Part 30,  cooperative
agreement recipients are  required  to  maintain  property  records
and assure that the interest of the United  States  in the property
is adequately reflected  and protected.  An agreement  between  the
Minnesota Department of Health  (MDH)  and  MPCA  which  called  for
the above equipment  to be purchased by MDH resulted in MPCA  los-
ing control over  the equipment which  could lead to  the possible
loss of  EPA  interest  in  the  property  upon completion  of   the
project.

MDH  purchased   laboratory  equipment   consisting    of   a   gas
chromatograph and  related accessories  pursuant  to a  contractual
agreement between  MPCA and MDH.   MDH officials  stated that title

                              -16-

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


Co  the  above  equipment was vested in MDH and  that  the equipment
was  recorded  on their inventory listing.  We  were  also informed
that they were not aware of any continued Federal interest in the
property.

In  accordance  with 40 CFR  30.810-4  title to  all property whose
acquisition cost  is  a direct cost  under a grant  project shall
vest in  the grantee.   Additionally,  the grantee must assure that
the  interest  of the United States in  the property  is adequately
reflected and protected.  Also, 40 CFR 30.810-7 provides guidance
on  the  disposition of nonexpendable personal  property acquired
with Federal funds.  Should MFCA no longer need the lab equipment
in  any  of  its Federal grant programs,  then property disposition
must conform with  40  CFR 30.810-7 with  Region 5 being involved.
The  effect  of MDH purchasing  this  equipment in lieu of  MFCA is
that  it  was claimed  as  a  contractual  rather  than  an equipment
payment.  Additionally, MPCA has lost control of the above equip-
ment and therefore  cannot  assure  that  the interest  of the United
States in the property is adequately reflected and protected.

CORRECTIVE ACTION TAKEN BY MFCA

The  Executive  Director of  MFCA,  in response  to the recommenda-
tions in our  draft report, stated that  the laboratory equipment
is  in  the process  of being  transferred to MPCA  inventory.   In
order  to prevent  this  type  of  error   in  the  future,   we  are
including OMB Circular A-87 in the contract manual.

The  proposed   action  was  responsive   to  the  intent  of  the
recommendation  in so far as the title of  the laboratory equipment
shall   now   vest   in  the  recipient.    We   make   no   further
recommendations however, we have  not examined the results of the
proposed action to determine it is functioning  as stated.

3.   NONCOMFLIANCE WITH SPECIAL GRANT CONDITIONS

MFCA did not  submit  to  EPA the required quarterly progress re-
ports for the  Reilly  Tar and New Brighton cooperative  agreements
within the,,required timeframes.  Additionally,  quarterly  progress
reports  inquired  by  the  special  conditions section   of  the
Multi-Sit«|..cooperative agreement were  not submitted by  MFCA to
EPA  although  MPCA was aware  of  this requirement  (MPCA  gave no
reason for their  noncompliance).   As a  result, EPA did  not  have
written  documentation detailing expenditures,  estimates   of  work
completed, cost and time variances,  and  dates  of completion.

MPCA'S COMMENTS ON FINDING

We recommended  in our  draft audit report that  the Regional Admin-
istrator, Region  5 enforce the requirement  to submit quarterly
progress  reports.   The  Executive  Director  of MPCA stated the
following in response  to the recommendation in our  draft  report:


                               -17-

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


(a)  Multi-Site progress reports for quarters prior to January 1,
     1986  have  now  been  submitted.   For  the  quarter  ended
     March 31,  1986  progress reports  for nine  state-lead  sites
     were  submitted  on  April 28,  1986.    Progress  reports  for
     three Federal-lead sites were submitted on May 12, 1986.

(b)  Reilly Tar progress reports  for quarters prior  to  July 1,
     1985 have  been  submitted.   The remaining  progress  reports
     will be submitted by August 15, 1986.

(c)  New Brighton progress reports for quarters prior to April 1,
     1986 have been submitted and there is no delinquency.

OUR EVALUATION OF MPCA'S COMMENTS

The  response provided  indicated  that  MPCA  had submitted  all
required  quarterly   progress  reports   for  quarters  prior  to
April 1,  1986  by  August  15,   1986.    Further  review  of  the
cooperative  agreements  indicated  that  there  was no  specified
timeframe within  which  the quarterly  progress reports  must be
submitted.  MPCA submitted  their New Brighton quarterly progress
reports within  sixty  days  of the  quarter ended  one  time,  more
than sixty days six  times  and  two of the  reports were undated,
and therefore,  we  were  unable  to determine  the date submitted.
The State Participation in the Superfund Remedial  Program, Volume
1,  Appendix  P  suggests  I  sample provision  used  in Superfund
cooperative agreements that requires  quarterly progress reports
be submitted to the EPA Project Manager within  thirty days of the
end of each Federal fiscal quarter.

RECOMMENDATIONS

We recommend that the  Regional Administrator, Region 5:

A.   Amend all  outstanding  cooperative agreements  to include a
     special  condition  addressing   submission requirements  of
     quarterly  progress   reports   as  suggested  in  the  State
     Participation in the Superfund  Remedial Program, Volume 1,
     Appendix F; and

B.   Enforce  the submission of quarterly  progress  reports as
     required.
                               -18-

-------

-------
                                                       EXHIBIT A
              COOPERATIVE AGREEMENTS AWARDED TO THE
               MINNESOTA POLLUTION CONTROL AGENCY
  SUMMARY OF COSTS CLAIMED,  ACCEPTED,QUESTIONE5~AND SET-ASIDE
   FOR THE PERIOD DECEMBER 20, 1982 THROUGH SEPTEMBER 30.  1985
                                 AMOUNT
COST CATEGORY

Personnel
Fringe Benefits
Travel
Equipment
Materials and
Supplies
Contractual Services
Other Direct Costs
Indirect Costs
Totals
CLAIMED
(Note 1)
$ 357,748
63,526
15,418
37,834

7,409
1,449,638
61,083
175,496
$2,168,152
ACCEPTED
(Note 2)
$357,748
63,526
15,418
22,356

7,409
106,038
61,083
158,124
$791.702
QUESTIONED
(Note 2)
$ -
-
-
15,478

-
3.707
-
17,372
$36.557
SET-ASIDE
(Note 2)
$
-
-
-

-
1,339,893
-
-
$1^,339,893
NOTES




3


4, 5

6

Note 1    The amounts claimed  represent  expenditures  reported on
          the Financial Status  Report  (SF-269)  through September
          30, 1985.

Note 2    See  Exhibits  B,  C,   D and  E  for  schedules of  costs
          claimed, accepted, questioned and set-aside.

Note 3    See Exhibit B for details of the $15,478 questioned.

Note 4    See Exhibit B for details of the $3,707 questioned.

Note 5    The $1,339,893  set aside  consists  of $536,361 (Exhibit
          B) and $803,532 (Exhibit C).

Note 6    The $17,372 questioned consists  of $11,585  (Exhibit B)
          and $5,787 (Exhibit C).
                               -19-

-------

-------
                                                       EXHIBIT B

                REILLY TAR COOPERATIVE AGREEMENT
        AWARDED TO" THE MINNESOTA POLLUTION CONTROL AGENCY
   SCHEDUIE""OF COSTS CLAIMED. ACCEPTED. QUESTIONED AND SET-ASIDE
   FOR THE PERIOD DECEMBER 20. 1982 THROUGH SEPTEMBER 30. 1985~
                 	AMOUNT
COST CATEGORY    CUtMEDACCEPTED   QUESTIONED  SET-AslDl  NOTES
                 (Note 1)               	  	 .	
Personnel      $  213,139  $213,139

Fringe Benefits    37,920    37,920

Travel              6,763     6,763

Equipment          25,478    10,000
Materials and
 Supplies

Contractual
 Services

Other Direct
 Costs
                   25,478


                    2,671
2,671
                  584,977    44,909
                   39,072    39,072

Indirect Costs    109.964    98.379
Totals
            15,478
                                                   $
             3,707    536,361
                                          11.585
               $1.019.984  $452.853      $30.770   $536,361
Note 1    The amounts claimed  represent  expenditures reported on
          the Financial  Status  Report (SF-269) through September
          30, 1985.

Note 2    Equipment totaling $67,478 was purchased with EPA fund-
          ing by MPCA and  MDH  while only $48,500 was approved by
          EPA.  In accordance with  OMB Circular A-87 cooperative
          agreement  recipients  are  required  to  obtain specific
          prior approval before capital  assets may be purchased.
          This condition was primarily attributable to MPCA per-
          sonnel's belief  that they had approval from EPA.  The
          procedures utilized by MPCA  to acquire  the above equip-
          ment resulted  in Federal  funds being spent without EPA
          approval.  Property purchases  in this manner may not be
          fair, reasonable, or allocable to  the project.

          We  have  questioned   $15,478  of  equipment   costs  and
          $3,500 of contractual costs  (for the purchase of
                              -20-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TQ EXHIBIT B
Note 2    (Continued)
          equipment) claimed  in excess
          termined as follows:
            of  approved amounts  de-
          Item

Equipment Purchased by MPCA:

Desk Lamp
Photo Copy Stand
File Cabinet
Storage Cabinet

Office Furniture Subtotal

Word Processor

Modem
Basic 80 Software
Computer and Other Related
 Equipment
Fortran 80 Software
Data

Computer Hardware and Soft-
 ware Subtotal

Total Equipment Purchased
 by MPCA

Gas Chromatograph purchased
 by MDH

Total Equipment Purchased
 with EPA Funding
Purchase
  Price
  i    78
     149
     427
     135

     789

  13.324

     850
     350

   9,295
     427
     443
  11,365


  25.478


  42.000


 $67,478
Approved
 Amount
   10,000
   10.000


   38.500
   $48,500
Questioned
  Amount
                $    78
                    149
                    427
                    135

                    789
     3.324

       850
       350

     9,295
       427
       443
(A)  Thisflaount was  questioned under  contractual  services and
     not equipment  because it was claimed  as  a contractual cost
     on the Financial  Status Report  (See Note 3).

     OMB Circular A-87, Attachment  B,  section  C.I,  states that
     the cost of data  processing equipment  is allowable only upon
     specific  prior approval  of the  Federal grantor  agency as
     provided under the selected items for  capital expenditures.
                               -21-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT B:

Note 2    (Continued)

          Paragraph C3, Capital Expenditures,  states  in part  that
          the cost of  equipment  and other capital assets is  al-
          lowable when such procurement  is  specifically approved
          by the Federal grantor agency.

          MPCA personnel  informed us that  they  thought EPA  had
          approved the above equipment.   The EPA Region 5 project
          officer informed us  that  she  was not aware of any  ap-
          proval for the above equipment.

          Property purchases without  prior EPA approval may  not
          be fair, reasonable or allocable to the  project, there-
          fore we have questioned $15,478 under equipment for the
          items purchased  by MPCA  and $3,500 under  contractual
          services for the laboratory equipment purchased by  MDH.

          MPCA'S COMMENTS ON FINDING

          We recommended in our  draft audit report that the  Re-
          gional Administrator, Region 5:

          (a)  Disallow equipment purchases of $18,978 which  were
               not approved  or that  were in  excess  of the  ap-
               proved amount;  and

          (b)  Instruct MPCA to comply with OMB Circular A-87 for
               future equipment purchases.

          The Executive Director  of MPCA stated the  following ?in
          response to  the  findings and  recommendations in  our
          draft report:

          The  $10,000  approved amount  shown  in  the  report  for
          word processing  and  computer  equipment  is  in  error.
          The $10,000 amount authorized  was  clearly  intended for
          and used for word processing equipment.  The remaining
          computer equipment was  approved by Mr. Paul Bitter of
          EPA, Region  5.   The approval  could not be  located due
          to   the   reorganization  of   boxes  to  prepare   for
          litigation.  The auditors did not contact Mr. Bitter to
          confirm the  approval.   The  $11,365 in computer  costs
          should be  moved  from questioned  to  set-aside based on
          inadequate documentation.
                              -22-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT B

Note 2    (Continued)

          OUR EVALUATION OF MPCA'S COMMENTS

          The response provided indicated that MPCA did not agree
          with  our  finding  to  question  $11,365  of  computer
          equipment.   MPCA believed  the  computer approval  was
          separate  from  the  word  processing approval  and  the
          approval" for the computer equipment was misplaced.

          We  concur  with  MPCA's  assessment  that  the  $10,000
          amount was  intended for word  processing equipment  and
          have revised  the  finding  accordingly.   However,  MPCA's
          comment was not responsive to the intent of the finding
          and  recommendation.    Mr.   Paul  Bitter,   former  EPA
          Regional Project Manager, could not recall approving or
          disapproving  the  computer equipment when  contacted by
          the current  EPA Region 5 Project  Officer.   Our  review
          of MPCA and Region 5 project files, grant documents and
          discussion with the  EPA Region 5 Project Officer could
          not confirm approval of the computer equipment.

          RECOMMENDATIONS

          We recommend that the Regional Administrator, Region 5:

          A.   Disallow equipment purchases of $18,978 which were
               not  approved or  that  were  in  excess of the  ap-
               proved amount; and

          B.   Instruct MPCA to comply with OMB Circular A-87 and
               Appendix T of  Volume 1 of the State Participation
               in  the  Superfund  Remedial  Program^forfuture
               equipment purchases.

Note 3    We have  questioned  $3,707 and  set aside  $536,361 of
          Contractual Services determined  as follows:

          1*^ .:.               Questioned       Set-Aside

         W^   (a)             $   207
               (b)             3,500
               Totals
          (a)  The contract between MPCA and CH2M Hill  included a
               provision which allowed CH2M Hill  to charge a 52
               fee    on    Barr   Engineering's    invoices   (a
               subcontractor  of CH2M  Hill)  In  addition to CH2M
               Hill's fixed fee. This  type of  contract  provision,
               (cost-plus-percentage-of-cost  (CPPC))  is prohi-


                               -23-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT B
Note 3    (Continued)
               bited  by  40  CFR  33.285.    This   condition  was
               primarily due  to  MPCA personnel being unaware of
               applicable Federal regulations and relying on the
               State's procurement system as meeting all Federal
               requirements.   This  has  resulted  in  $207  of
               unallowable  costs  to  date.   It should  be noted
               that  the  $207  questioned above  would  otherwise
               have been  set-aside  for  the reasons and criteria
               stated  in  Note  3c   below.   Additionally,  the
               balance of  the CH2M  Hill cost  claimed  would be
               set-aside due to the CPPC provision.

          (b)   Laboratory  equipment  which   cost  $42,000  was
               purchased with  EPA  funds while  only $38,500 was
               approved.    We  have   therefore  questioned  the
               difference  of  $3,500.   See  Note  2  for further
               development of this  finding.

          (c)   The  procedures   utilized  by  MPCA  to  procure
               non-interagency  contractual  services  under  the
               Reilly Tar  cooperative agreement were  inadequate
               and not  in  compliance with Federal  regulations.
               The specific violations  applicable  to our  interim
               audit  related  to small,  minority,  and womens*
               businesses; documentation; bonding  and  insurance;
               cost and price considerations;  prohibited types of
               contracts;    competitive    negotiation;    small
               purchases;  none competitive negotiation  and model
               subagreement clauses.  In accordance with 40 CFR
               Part  33,   cooperative  agreement  recipients  are
               required  to  comply with the above  requirements.
               These  conditions  were primarily attributable to
               the lack  of a written  procurement manual which
               addressed  Federal regulations  and reliance  upon
               the State's  procurement  system by  MPCA  employees
               as   meeting   all  Federal   requirements.    The
               procurement procedures utilized by MPCA prohibited
               assurance to EPA that the best offerer was  awarded
               the   contract,   therefore,   we   have   set-aside
               $536,361  on  non-interagency  contractual   costs.
               See  Exhibit  F,   which  details  by  contract  the
               specific regulations of  40 CFR Part 33  which  were
               not followed.  Also see  Finding  Number  1,  State's
               Superfund  Procurement System Needs  Improvement,
               located   in   the   Findings   and  Recommendations
               section for  further development of  this finding.
               It should be  noted  that  $330,543  of the  amount
               set-aside would otherwise have been set-aside for
               the additional reasons and criteria stated below.
                              -24-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT B

Note 3    (Continued)

          The invoices received by MPCA from Eugene A. Hickok and
          Associates did not  contain sufficient information for
          us to determine if the  contractor  billed in accordance
          with the terms of the contract.   Specifically,  the in- *
          voices did  not  identify the  tasks performed  in  rela-
          tionship to the hours and  rates billed.   Additionally,
          we noted  hourly  rates on  the  invoices  which  were not
          identified in the contract.  In accordance with 40 CFR
          33.210(b)  the recipient shall maintain  a  subagreement
          administration system to assure that contractors per-
          form in accordance with the terms, conditions  and  spec-
          ifications of their  subagreement.   The above  condition
          was  due  to  MFCA project  leader  not  requiring the
          contractor to include  specific tasks performed on the
          invoice, as the contract required, because he  was  aware
          of the work performed and  saw  no need to have this in-
          formation documented.  The effect  of  the above  is that
          amounts billed to MPCA  may not be fair,  reasonable,  or
          allowable to  the  project costs  claimed  for reimburse-
          ment from EPA.

          MPCA*S -COMMENTS ON FINDINGS

          We recommended in our draft audit  report  that  the  Re-
          gional Administrator, Region 5 instruct MPCA to:

          1.   Renegotiate the CPPC contract with CH2M Hill;

          2.   Perform  a cost  analysis  to  ensure  costs incurred
               and estimated  are  fair and  reasonable before  en-
               tering a new contract; and

          3.   Offset future MPCA claims for the questioned costs
               of $3,707.

          The Executive Director  of  MPCA stated the following in
          Response  to  the  findings and recommendations in  our
          xlraft report:

          (a)  We believe that the CH2M Hill contract is clearly
               a  cost-plus-fixed-fee contract  (CPFF)  and  not a
               cost-plus-percentage-of-cost contract (CPPC).  The
               contract  is  CPFF  because, per  40  CFR 33.235(b),
               profit has  been negotiated  aa a separate element
               of price.   Profit  in  the CH2M  Hill contract  was
               fixed prior  to  any work being performed  under  the
               contract.  Profit  does not  fluctuate.   It is  our
               understanding  that a contract is   CPPC  if it   in-
               cludes a multiplier which includes profit (40 CFR
               33.285).  This  is  not the case  in the CH2M Hill


                               -25-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT"!

Note 3    (Continued)

               contract.  The  $207 should  be moved  from ques-
               tioned to accepted since this type of contract is
               legal.

          (b)  The Executive Director  of MPCA made no  reference
               to the  $3,500  of questioned laboratory  equipment
               cost in the response to  our draft report.

          (c)  MPCA has had a contract  manual  since  July 1, 1983.
               We are  incorporating into the manual  the March
               1986  State  Procurement  Under  Superfund  Remedial
               Cooperative Agreements guidance issued by EPA.

               We have  begun  the  process of updating the manual
               to make it easier to use  and are instituting pro-
               cedures to ensure that  the revised manual is used
               for all procurement, state and  Federal.

               The existing  contract   with  CH2M Hill  under  the
               Reilly  Tar  cooperative  agreement   will  not  be
               amended  to  include the required Federal  clauses
               due to the termination of work  under  this contract
               when  Reilly  Tar  entered  into a  Consent Decree
               which resulted in a Stop Work Order being issued.

          OUR EVALUATION OF MPCA'S COMMENTS

          (a)  The response provided indicated that MPCA did  not
               agree  with  our  finding  to  question   $207   of
               contractual  services.    MPCA  contends   that   the
               contract  is  not  a  CPPC  contract  but  rather  a
               CPFF contract.

               MPCA's comment  is  not  responsive  to the finding
               and recommendation.  MPCA  does not agree that  the
               contract needs  to  be amended from the  prohibited
               CPPC contract to comply with Federal regulations.
               The contract provision  which allows CH2M Hill to
               charge  a  SZ  fee   to   subcontractor  invoices  in
               addition to  the fixed  fee stated in  the contract
               is unallowable.

          (b)  The Executive  Director  of MPCA made no  reference
               to the  $3,500 of questioned laboratory  equipment
               cost in the response to our draft report.

          (c)  The   Executive   Director  of  MPCA   stated   that
               improvements  have   been made  to the  procurement
               manual.   The  CH2M  Hill  contract  will  not  be
               amended  to  include  the required Federal clauses
               due Co a Stop Work Order being issued.

                              -26-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT B
Note 3
(Continued)
               The  discussed  actions and  proposed actions were
               not  responsive  to the intent  of the  recommenda-
               tions except item (c).   However, we have not  ex-
               amined the results of the proposed  actions  to  de-
               termine they are  functioning as  stated.   The pro-
               posed action for item (c)  was not responsive  to
               the  finding  as  it related  to  subcontractors  of
               MPCA prime contractors.  MPCA  did not  address  the
               recommendation as  it  related to  subcontractors  in
               their response  to the draft report.

          RECOMMENDATIONS

          We recommend that the Regional Administrator,  Region 5:

          A.   Determine  if  the  procurement  method  employed  by
               MPCA resulted in  the  award  of  the subagreement to
               the   offerer    most   advantageous   to   MPCA.
               Determination should be based upon'price and other
               evaluating criteria  set  forth in the  request  for
               proposal   prior   to  accepting   any   contractual
               amounts submitted by MPCA as allowable for Federal
               participation under the CH2M Hill contract;

          B.   Instruct  MPCA  to renegotiate  the  CPPC  contract
               with  CH2M Hill  and  perform  a  cost   analysis  to
               ensure  costs  claimed were fair  and  reasonable
               prior   to  accepting   any  contractual   amounts
               submitted  by   MPCA  as  allowable   for  Federal
               participation under the CH2M Hill contract;

          C.   Offset future MPCA claims for  the questioned costs
               of $3,500; and

          D.   Instruct  MPCA -to  initiate improvements  to  its
               procurement   system   which   will   ensure  that
               subcontract agreements entered into by MPCA prime
          L     contractors meet  the requirements of  40 CFR Fart
         .'.',•;    33.  Amend subcontract agreements to include model
               subagreement clauses.

Note 4    MPCA did  not conform  to Federal regulations  when re-
          porting indirect  costs on  its  Financial Status Report
          (SF-269).  The fiscal year 1983  Federally negotiated
          indirect cost rate was used when funds were reported to
          EPA.  Assistance amendments  reflect the "then current"
          indirect  cost  rate  when  determining  the  amount  of
          indirect  costs  available.   The method used by MPCA in
          reporting does  not  meet the requirements as defined by
          OMB Circular A-87.  MPCA officials  indicated  the proce-
                               -27-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES T0 EXHIBIT B
Note 4
Period
Ended

6/30/83
6/30/84
6/30/85
9/30/85

Totals
     (Continued)

     dures followed were  in accordance with directives  re-
     ceived from Region  5.   Indirect costs reported do  not
     properly reflect indirect costs incurred.

     We have questioned $11,585 of indirect costs claimed in
     excess of costs incurred, calculated as follows:
    Personnel
   and Fringe

    $ 47,287
     129,292
      59,592
      14,888
  Approved
x   Rate

    *43.8Z
    *40.9Z
   **33.1Z
   **34.0Z
Allowable
Indirect    Amount
  Costs   - Claimed
$20,712
52,880
19,725
5,062
$ 23,218
54,124
26,101
6,521
                             $98.379   $109.964
  Amount
Questioned

  $ 2.506
    1,244
    6,376
    1.459

  $llf585
*
**
Final approved rate
Provisional rate subject to change

     MPCA'S COMMENTS ON FINDING

     We  recommended  in our  draft  audit report  that  the
     Regional Administrator. Region 5 require MPCA to:

     (a)  Make an annual adjustment  to their reported indi-
          rect  costs  based  upon the  final  approved rate,
          when determined,  for each fiscal year;

     (b)  Report indirect  costs  in accordance  with  the ap-
          proved provisional rate; and

     (c)  Offset future MPCA claims for the questioned costs
          of $11,585.

     The Executive  Director  of MPCA  stated the following in
     response to the recommendations in our draft report:

          MPCA would be willing  to  report indirect costs as
          defined by OMB Circular A-87 with  the concurrence
          of  Region 5.   The  final  indirect rate  for the
          period  ending   June 30,   1985  would  be  40.OZ.
          Therefore, a  total of  $4,112 should be moved  from
          questioned to accepted when  this rate is final.
                              -28-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBrfB

Note 4    (Continued)

          OUR EVALUATION OF MPCA'S COMMENTS

          The response  provided indicated MPCA  agreed with  our
          finding and would  be willing to report  indirect  costs
          as defined by OMB Circular A-87 with the concurrence of
          Region 5.   A final approved  indirect cost rate  for  the
          period ending June 30,  1985 would justify  the  accept-
          ance of an additional $4,112.

          The discussed action  and  proposed  action is responsive
          to the intent of the  recommendations and should help to
          ensure indirect  costs reported properly reflect  indi-
          rect costs incurred.   However,  MPCA has not indicated
          if the proposed  action  is  their current method for  re-
          porting indirect costs  nor have we reviewed any  modi-
          fication to MPCA's reporting  system to determine  it is
          functioning properly.   MPCA  did not  provide us with
          documentation to support  40.OZ  as the, final approved
          rate for the  period  ending June 30, 1985 in their  re-
          sponse to  the draft report.

          RECOMMENDATIONS

          We recommend that  the Regional  Administrator, Region 5
          require MPCA to:

          A.   Make  an annual adjustment to MPCA's reported indi-
               rect   costs  based  upon  the  final  approved  rate,
               when  determined, for each fiscal year;  and

          B.   Offset future MPCA claims for the questioned costs
               of $11,585.  This  amount  should  be   reduced  by
               $4,112 if 40.02 is the final approved rate for the
               period ended June 30, 1985.
         ;$£.
                              -29-

-------
                                                      EXHIBIT C
               NEW BRIGHTON COOPERATIVE AGREEMENT
        AWARDED TO THE MINNESOTA POLLUTION CONTROL AGENCY
  SCHEDULE OF COSTS CLAIMED. ACCEPTED,  QUESTIONED AND SET-ASIDE
     FOR THE PERIOD JUNE 17. 1983 THROUGH SEPTEMBER 30.  1985
                                           AMOUNT
COST CATEGORY
Personnel
Fringe Benefits
Travel
Equipment
Materials and
 Supplies
Contractual Services
Other Direct Costs
Indirect Costs

Totals
  CLAIMEDACCEPTEDQUESTIONED  SET-ASIDE  NOTES
 (Note 1)
$  115.287
    20,605
     6,619
     8,093

     A, 729
   864,621
    21,257
    54,172

$1.095,383
$115,287
  20,605
   6,619
   8,093

   4,729
  61,089
  21,257
  48.385
$  -
 5,787

$5,787
            803,532
                       $803,532
2

3
Note 1    The amounts claimed represent  expenditures  reported on
          the Financial Status  Report  (SF-269)  through September
          30, 1985.

Note 2    The procedures  utilized by MPCA  to  procure non-inter-
          agency contractual services under the New Brighton co-
          operative agreement were  inadequate  and not in compli-
          ance with Federal regulations.  The specific violations
          applicable to our interim audit  related  to small, mi-
          nority and  womens'  businesses;  documentation;  bonding
          and  insurance;  cost  and  price  considerations;  formal
          advertising;  competitive  negotiations  and model  sub-
          agreement clauses.  In  accordance with 40 CFR Part 33,
          cooperative agreement recipients are required to comply
          with  the above requirements.   These  conditions  were
          primarily attributable  to the  lack  of a written pro-
          curement manual which addressed Federal regulations and
          reliance  upon the States'  procurement system  by MPCA
          employees  as  meeting  all  Federal  requirements.   The
          procurement procedures  utilized by MPCA prohibited as-
          surance  to  EPA that  the  best offerer  was  awarded the
          contract.   Therefore,  we have  set-aside  $803,532 of
          non-interagency contractual costs  claimed.  See Exhibit
          F which details by contract the specific  regulations of
          40 CFR Part 33 which were not followed.   Also see  Find-
          ing  Number  1,   State's  Superfund  Procurement  System
          Needs  Improvement,  located  in the   Findings  and  Rec-
          ommendations  section,  for further development  of  this
          finding.
                              -30-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT "C

Note 2    (Continued)

          MPCA'S COMMENTS ON FINDINGS

          The existing contracts are being amended to include the
          required Federal clauses.  The  contracts  being amended
          are Camp, Dresser, and McKee;  and  E.H.  Renner and Sons
          under the New Brighton cooperative agreement.

          OUR EVALUATION OF MPCA'S COMMENTS

          The  Executive Director  stated  that  improvements  and
          corrections have been enacted  in response to  our draft
          audit findings  and recommendations in  the form  of an
          amended  procurement  manual  and amended  contracts  to
          include required Federal clauses.

          The discussed action  and proposed  action is responsive
          to the intent of the recommendations and should help to
          ensure  that firms submitting  qualified  proposals  are
          fairly  and  uniformly  evaluated  and ' that  the  best
          offerer  is  awarded the  prime  contract in  the future.
          However,  we  have not   examined  the  results  of  the
          proposed action to determine it  is functioning as stat-
          ed.   The  proposed action  is  not responsive to  the
          finding  as  it related to subcontractors  of MPCA prime
          contractors.  MPCA did not  address  the recommendation
          as  it  related' to  subcontractors in their •:response to
          the draft report.

          RECOMMENDATION

          We recommend that  the Regional Administrator, Region 5:

          A.   Instruct MPCA to initiate improvements to  its pro-
               curement system which will  ensure that subcontract
               agreements  entered  into   by  MPCA's  prime con-
               tractors meet the  requirements  of 40 CFR  Part 33;
         .jgtr*-   and

             >:;  Determine  if the  procurement method  employed by
               MPCA resulted in the award  of subagrcements  to the
               offerers  most advantageous to MPCA*  taking  into
               consideration price and other evaluation  criteria
               set  forth in the   request  for proposal prior to
               accepting  any  contractual  amounts  submitted by
               MPCA aa  allowable  for Federal participation under
               the Camp, Dresser,  and McKee; and E.H.  Renner and
               Sons contracts.

Note 3    MPCA did not conform to Federal  regulations when re-
          porting  indirect costs on their  Financial Status  Report
                               -31-

-------
Note 3
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT C
     (Continued)
          (SF-269).  The  fiscal year  1983 Federally  negotiated
          indirect cost rate was used when funds were reported to
          EPA.  Assistance amendments reflect  the  "then current"
          indirect cost rate when determining the amount of indi-
          rect costs available.   The method used by MFC A  in  re-
          porting  does  not meet the requirements  as  defined  by
          OMB Circular A-87.  MPCA officials indicated the proce-
          dures followed were  in accordance with  directives  re-
          ceived from Region  5.   Indirect costs reported  do  not
          properly reflect indirect costs incurred.

          We have  questioned $5,787  of  indirect costs  claimed in
          excess of costs incurred, calculated as follows:
Period   Personnel    Approved
Ended   and Fringe  x   Rate
6/30/84
6/30/85
9/30/85

Total
     $55,795
      57,387
      18,295
 *40.9Z
**33.1Z
**34.0Z
Allowable
Indirect
  Costs

 $22,820
  18,995
   6.220
Amount
Claimed

$24,438
 19,438
  9,946
                             $48,035    $53.822
  Amount
Questioned

  $1,618
     443
   3,726

  $5,787
*
**
Final approved rate
Provisional rate subject to change
          MPCA'S COMMENTS ON FINDING

          We  recommended  in our  draft  audit  report  that  the
          Regional Administrator, Region 5 require MPCA to:

          (a)  Make an annual adjustment  to  their reported indi-
               rect  costs based  upon  the  final  approved rate,
               when determined, for each fiscal year;

          (b)  Report indirect  costs in accordance  with the ap-
               proved provisional rate; and

          (c)  Offset future MPCA claims for the questioned costs
               of $5,787.

          The Executive  Director  of MPCA stated the following  in
          response to the recommendations in our draft report:

          MPCA  would be willing   to  report  indirect  costs  as
          defined by OMB Circular A-87 with the concurrence of
                              -32-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT C

Note 3    (Continued)

          Region 5.  The final  indirect  rate  for the  period  end-
          ing June 30,  1985  would be 40.OZ.  Therefore, a total
          of $3,960  should  be moved from questioned  to  accepted
          when this rate is final.

          OUR EVALUATION OF MPCA'S COMMENTS

          The response  provided  indicated  MPCA  agreed with  our
          finding and would  be willing to  report  indirect costs
          as defined by OMB Circular A-87 with the concurrence of
          Region 5.  A  final  approved  indirect cost rate for the
          period ending June 30, 1985 justifies the acceptance of
          an additional $3,960.

          The discussed action  and proposed action is responsive
          to the intent of the recommendations and should help to
          ensure indirect  costs reported property reflect, indi-
          rect costs  incurred.   However, MPCA has not indicated
          if the proposed action  is  their  current method for re-
          porting indirect costs  nor have we reviewed any modi-
          fication to MPCA1 s  reporting  system to determine  it is
          functioning properly.   MPCA   did not  provide us  with
          documentation to  support  40.OZ  as  the  final  approved
          rate  for  the period ending  June  30,  1985 in  their
          response to the draft report.

          RECOMMENDATIONS

          We recommend  that  the Regional Administrator,  Region 5
          require MPCA to:

          A.   Make an annual adjustment to MPCA's reported indi-
               rect  costs  based  upon  the  final  approved  rate,
               when determined, for each fiscal year;  and

          B.   Offset future MPCA claims for the questioned costs
               of  $5,787.    This  amount  should  be   reduced  by
               $3,960 if 40.OZ  is the final approved rate for the
               period ended June  30, 1985.
                              -33-

-------
                                                       EXHIBIT D
                 MULTISITE COOPERATIVE AGREEMENT
        AWARDED TO THE MINNESOTA POLLUTION CONTROL AGENCY
                      OF gOSTS CLAIMED AND ACCEPTE
  FOR THE PERIOD SEPTEMBER 29, 1984 THROUGH SEPTEMBER 30,  1985
COST CATEGORY


Personnel

Fringe Benefits

Travel

Equipment

Materials and Supplies

Contractual Services

Other Direct Costs

Indirect Costs

Totals
                                        AMOUNT
CLAIMED
(Note 1)
$29,322
5,001
2,036
4,263
9
40
754
11,360
$52,785
ACCEPTED
$29,322
5,001
2,036
4,263
9
40
754
11,360
$52,785
NOTE
Note 1    The amounts claimed  represent  expenditures  reported on
          the Federal  Financial  Status  Report  '(SF-269)  through
          September 30, 1985.

Note 2    The procedures utilized by  MPCA  to procure  the Malcolm
          Pirnie and IT Corporation contracts under the Multi-Site
          cooperative agreement  were  inadequate and  not  in com-
          pliance  with  Federal  regulations.   The  specific vio-
          lations noted during our  interim audit related to cost
          and price  considerations,  competitive  negotiation and
          model subagreement clauses.   In  accordance  with 40 CFR
          Part 33, cooperative agreement recipients are required
          to  comply with   the above  requirements.   These con-
          ditions  were  primarily attributable  to  the  lack of a
          written procurement  manual  which addressed Federal re-
          quirements and reliance  upon the  State's  procurement
          system  by  MPCA  employees  as  meeting all  Federal re-
          quirements.   The  procurement procedures  utilized  by
          MPCA prohibited assurance to EPA that the best offeror
          was awarded  the  contract.   As  of  September 30*   1985,
          MPCA had not  claimed costs  for these  two  contracts.
          Had any  amounts  been claimed  we would have  identified
          them as set-aside costs.
                               -34-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTE3TO EXHIBIT  D
Note 2    (Continued)

          We noted  the  following violations  during  our interim
          audit:

          (1)   MPCA did not  perform a cost  analysis for either
               the Malcolm Piraie or IT Corporation  contracts as
               required  by 40 CFR 33.290.

          (2)   MPCA  did   not  include   the  applicable  model
               subagreement clauses in either the Malcolm Pirnie
               or IT Corporation contracts as required by 40 CFR
               33.1030.

          (3)   MPCA did  not  strictly  follow either  of  the two
               approved    competitive  negotiation    procurement
               methods referenced by 40 CFR 33.520 and 33.525 for
               both  the   Malcolm  Pirnie  and  IT   Corporation
               contracts.   Additionally,  40  CFR 33.510(b), which
               requires   a  statement  concerning  how  to obtain
               associated  documents   to   be  included  in  the
               requests  for  proposal,  was  not complied with for
               either contract.

               MPCA was  not  in compliance with 40 CFR 33.520 be-
               cause (1)  they did not conduct negotiations with
               the  best  qualified  offerers  to obtain best and
               final offers;  and  (2)  they did not document what
               factors  were used  to determine the best qualified
               offerers  and  what  factors  were used  to  determine
               the subagreement award.

               MPCA was  not  in  compliance with the alternative
               selection  method  referenced  by  40   CFR  33.525
               because  they  did  not  first  select  the  best
               technical  proposal  and  then  attempt  to  negotiate
               fair  and   reasonable  compensation   with   that
         „,;..•   offerer,  failing  to  do  so  then  select  the  next
         -,*.     best  proposal  and   attempt   to  negotiate   fair
               compensation  with  that  offerer.    This  process
               would  have   continued  until  the   appropriate
               contractor was found.

               It should  be noted  that Malcolm  Pirnie submitted
               the  low  bid  of  the  five  finalists,   however,  IT
               Corporation's  bid  was $71,262 and  $54,365 higher
               than the next  two  low bidders and  only $120 lower
               than the high bidder.   MPCA files  did not contain
               sufficient  documentation to Justify  the selection
               of  IT over  the other  two  technically qualified
               firms submitting lower bids.
                              -35-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT'S


Note 2 (Continued)

          CORRECTIVE ACTION TAKEN

          The  Executive  Director  stated  in  response   to   the
          findings in our draft report:

          0    MPCA has had a contract manual since July  1, 1983.
               We  are  incorporating  into the  manual  the March
               1986  State  Procurement Under Superfund  Remedial
               Cooperative Agreements guidance issued by  EPA.

          0    We have begun  the process of updating  the manual
               to  make  it  easier  to use  and  are instituting
               procedures to  ensure that  the  revised  manual  is
               used for all procurement,  state and Federal.

          *    The  IT  Corporation  and Malcolm Pirnie contracts
               awarded under the Multi-Site cooperative agreement
               are being amended to  include  the required Federal
               clauses.

          The discussed action and  proposed  action is  responsive
          to the intent of  the  recommendation  and should help to
          ensure  that  firms  submitting  qualified proposals  are
          fairly  and  uniformly  evaluated  and  that   the   best
          offeror  is  awarded the prime  contract   in the future.
          However,  we  have  not examined  the  results  of  the
          proposed  action  to  determine  it is  functioning  as
          stated.

          MPCA'S COMMENTS ON FINDINGS

          The Executive Director stated the  following in response
          to the findings in our draft report:

          (a)  MPCA  staff  did  perform  cost  analyses  of  the
               Malcolm  Pirnie  and  IT Corporation  contracts  as
               required by  40 CFR 33.290  in response  to the EPA
               draft audit  report.   Attachments  A,  B,  and  C to
               Appendix 1 document the cost  analyses performed on
               these negotiated subagreements.

          (b)  MPCA was  in  compliance with  40  CFR 33.520.   Upon
               evaluation of  proposals,  MPCA  believed that  they
               were  in a competitive range.  Consequently,  MPCA
               staff were  satisfied that  the  proposals  received
               were the best and final offers.  >

          (c)  Regarding   documentation    of  factors    used  to
               determine best qualified  offerers and what factors


                              -36-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT"!?

Note 2    (Continued)

               determined  subagreement  award,  we   offer  the
               following support  for  our compliance  with 40 CFR
               33.520(d):

               1.    The  RFP   identified the   basis  for  best *
                    qualified offerers  (see  Appendix 2,  Section
                    VIII p.20-21).

               2.    The proposal  evaluation sheet,  Appendix  3,
                    clearly  identifies  criteria   used   by  MPCA
                    reviewers to evaluate proposals.

               3.    Documentation of  what factors were  used  to
                    determine subagreement award appears  on page
                    5  of Appendix 4.

          OUR EVALUATION OF MPCA'S COMMENTS

          (a)  The  response  provided  indicated  that  MPCA did
               not  address  our  determination   that  proper  cost
               analyses were - not.performed for  the two  contracts
               awarded under the Multi-Site  cooperative  agreement
               prior  to  our  completion of  audit  field work.
               However, MPCA  indicated  that cost analyses had
               been performed as of the date of their response  to
               our draft  audit report.  Attachments  A  and B  to
               Appendix 1,  prepared  by  MPCA  in response to the
               draft  audit  report,  support the  performance  of
               proper  cost analyses for the  contracts awarded.

               The  discussed action  and documentation  provided
               was responsive  to  the basis of the   finding and
               indicates  that  MPCA   did perform  a  review and
               evaluation of  each cost element to determine the
               reasonableness,  allocability  and allowability  of
               the cost.

          (b)  The response provided  indicated  that  MPCA did not
               agree with our determination that  best  and final
               offers   were  not  received for  the two  contracts
               awarded under the Multi-Site cooperative agreement.
               MPCA accepted  the proposals  received  as  best and
               final  offers.    In order  to  comply  with 40  CFR
               33.520     MPCA    must    "..conduct    meaningful
               negotiations with the best qualified offerors with
               acceptable proposals within the competitive range,
               and  permit  revisions   to obtain  best and  final
               otters.'1   (Emphasis   added.)    MPCA   allowed  no
               revisions, therefore,  they had  not obtained best
               and final offers.
                              -37-

-------
               MINNESOTA POLLUTION CONTROL AGENCY
                       NOTES TO EXHIBIT D
Note 2    (Continued)
               MPCA's comment is not responsive to the  intent of
               the finding  and  does not  indicate  that the best
               qualified offerers were  given the opportunity to
               negotiate or revise their proposals.

          (c)  The response provided indicated that MPCA did not
               agree with  our  determination that MPCA did not
               properly document factors used for the  evaluation
               of proposals pursuant  to 40  CFR 33.520(d).  MPCA
               referred to their RFP for the inclusion  of  factors
               used  to  determine  the  best  qualified  offerers.
               MPCA  referred  to  evaluation sheets  to  identify
               criteria  used  by  MPCA reviewers  to  evaluate
               proposals.    MPCA  indicated  that  results   of   a
               second  evaluation  form based  upon   consultant
               interviews  for  qualified  offerers  within the
               competitive  range,  support  the  factors  used to
               determine the subagreement award.

               The discussed action and documentation provided is
               not responsive  to. the  basis of  the  finding and
               does  not    indicate   that   the   offerers  most
               advantageous  to  the  recipient were  awarded the
               contracts.    The   RFP  did not  include  the  same
               evaluation   criteria   which  was  used  by the
               consultant   selection   team  to   evaluate  the
               proposals,  nor did  the RFP  indicate the relative
               importance  attached  to   each criteria,  both of
               which   are   required   pursuant    to   the   State
               Participation in the  Superfund Program  Volume  II,
               Section III B.I.Additionally, MPCA was unable  to
               provide us with evaluation sheets completed by the
               consultant selection  team members to support  the
               selection of IT  and  Malcolm  Pirnie over the other
               contractors   and  support    the    basis  of  the
               subagreement award  during our field   work  or  in
               response to our draft report.

          RECOMMENDATION

          We recommend that the Regional Administrator, Region  5
          determine  if  the procurement method  employed  by MPCA
          resulted  in   the  award  of  the  subagreements   to  the
          offerers  most  advantageous   to   MPCA.   Determination
          should  be  based upon   price  and  other  evaluation
          criteria set forth in the request  for proposal prior to
          accepting any contractual  amounts submitted  by MPCA as
          allowable  for  Federal participation under  the Malcolm
          Pirnie and IT Corporation contracts.
                              -38-

-------

-------
                                                        EXHIBIT E

  PRELIMINARY ASSESSMENT/SITE INSPECTION COOPERATIVE AGREEMENT
₯1
III
        AWARDED TO THE MINNESOTA POLLUTION CONTROL AGENCY
             SCHEDULE OF COSTS CLAIMED AND ACCEFfED
     FOR THE PERIOD APRIL 1. 1985 THROUGH SEPTEMBER 30, 1985
COST CATEGORY


Personnel

Fringe Benefits

Travel

Equipment

Materials and Supplies

Contractual Services

Other Direct Costs

Indirect Costs

Total
                                               AMOUNT
             CLAIMED
             (Note 1)

             $   -
              $   -
ACCEPTED
 $  -
 $  -
Note 1    The amounts  claimed represent expenditures reported on
          the Financial  Status Report (SF-269) through  September
          30, 1985.
                               -39-

-------

-------
                «•> a * •
                OM 1 »
                —   * 9
                           i   §   g
                                    X   O
                                        X
                     • e
                     > o
                    s
                                »   «•  X   <»•
                     v e
                 I    » O
                «i<-» &O
                €•»«•> B x
                ~  35
                                             35   Z
                      <   <   <
                     e o
                    oo
 •o

» 4* O O
«•«•   •
• j> m u
                                                             I
                                                             M
                                                             O
                                                             u
                                                             u
                                    to       
                               o   u  x   u  u
                               Z   >•       >•  >-
                                                                                     o
                                                                                     u
                                                                                     §
                                                                                     w
                                                                                     4>
                                                                                     O
                                                                                 VI
                                                                                 O
H


I



§

>•
  (J
  Z
  UI
5 j
u
53
    e
 •A *
 •O   C

  • B


 «•• C C
    OM
                     • c
                    SI
                                                             X
                                                             u
                                    O   X
                                •>  O   X   O   -«.
                                                                        &
                                                             B
                                                             O
                                                             U
                 ;xss
             -" C
              • ••
              e
                e
                                                                                 o   *J
                                                                            I   5
                                                                                 w
                                                                            •   c
                                                                                 w
                                                                             o   o
                                                                             &  
                                                                         w   S  ««   -* o   -«
     §
     j
                           -.   *    S
                                              3
                                             W)
                      •A            —'   •«
                               •o   -*   o   •
                      -.   -,   C   41  -<   J>
                      —   —   «   3   2   J

                      T:   z  -K   v-     •»
                                                                        V  *•

                                                                    i   4   r
                                                                         4*   U
                                                                         W   •
                                                                                      o •   o
                                                                         M   U   •   •» 1
                                                                         4»   C  ^     '-
                                                                         e   o   •   <-o   u
                                                                         o   u  b.   u •   e
                                                                         o            a.i>.   o
                                                                                      X     U
                                                                                  X   ••     X

-------

































^*
u


SJ

i
s §
M J
O B
< 2
•^ •£
23
•? *
a**
&, <
is
3
Z R
8^

•C B
• •*
^
g
•C
<
5
^


























&

c

o
u
,.
a
V]
z
3
M


5
3

IM
•ft
§
5

k
tf

j
5
•i
•i

^
•
il
J
J
k.
§
1.


i
u
X

in
S32:
.S-sSJl
?§
O 4* U
 o
tr\
^%^^ B
n N
— O
Ik


« 6
-< e
Siu
ss|
• c
e o
uu
•o
c •
*n 9 u
w4
O4>

V4 4»
• e
*"* S
"l


*»
"J^J
o e c •
•# c v •

»i S C
d«4-oTl
•-£3
9 ^^













2OOOOM O O O OOOO
zzzz z z z zzsez


< •< < <
jr**«*» z z z z™" Se


zzzz z

z*'"'*'"''* * "* ** z^^z






< < <
x z z zz z





«•« <<
zzzz zz z










< < <
zzzzz z z z zz *"






^


- . ••'


O N
0 «
O rJ
M C **
U *•« • « •
X CM C C K •
*• e e e -4
4 KM tfl M O —
C • C X ->
« • « -Q TJ u >
». 5*. g g sss:
O •»• — — O O
• IS C b b ^« '^* OM
• we • • • u-*x
• • e c c 3 VIM -b oe >e c ob*>»«
"«^ HZ O V OJ>4J
(VX b « . -i . . > XX O -<
8Utt>3u«e xzv u«tac x o
u e
^ '""1
1 i- 3
o —
« ex e
B 0
u o -•
O w u
t* c . —
— C • • *3
-i -i 0 o M
-4 U O M •
c e *. u u —

b«< W b w 4)

O COW
%* ** T> O *J U.
o t. e e u
O •-* I <
XX » >
u «i Of- « <
w^ o kj ^^
o z >- a









5
o
u
u
u
•J
w
c
o
u

X
o
c
b
o
41

X

"
o
Q.
n.
2
o


c
o

4»1
4J
c
I
u
o
"°
c
II
o
^
3

^
^
*
3
v ^
•n e
w O
O 4>
b «
o •
c t>
T>-4
^ b
Q)
u •
z

0,



















































•^

*
*
•
•
u

o o
z o
1

•*. x

-------
ATTACHMENT A

-------

-------
                         Minnesota  Pollution  Control Agency
July  17,  1986
Mr. Kenneth 0. Hockman
Divisional Inspector General
  for Audit
U.S. Environmental  Protection Agency
Washington, O.C. 20460

Dear Mr. Hockman:

We have received and reviewed the draft  audit report entitled: "Report of
Interim Audit of State of Minnesota Pollution Control Agency's (MPCA)
Administration of its Superfund Cooperative  Agreements with U.S. Environmental
Protection Agency (EPA) under the Comprehensive  Environmental Response,
Compensation, and Liability Act of 1980."   I would first  like to make some
general comments and then address the six  issues raised in your letter as well
as two more specific issues from the report.

First, on the positive side,  we found the  audit  to be very useful  in
highlighting potential problems in our procurement process and believe that the
suggested modifications, together with changes we have already made, will
prevent them from becoming actual problems.   Additionally, although an audit  is
always difficult to deal with while trying to operate the MPCA's programs, we
found the audit team to be courteous and professional.

Somewhat disturbing, however, was the lack of recognition that these contracts
were among the first executed under the Superfund program.   EPA guidance  on this
procurement process was not to be issued for another four years.   We also would
have liked to seft»sone recognition of improvements  in  procurement  and  other
administrative MMCts of the MPCA Superfund program during  the ensuing years.
General comments%s1de, we will address the specific issues below.
                                   Phone:
                   1935 West County Road 82. Roseville. Minnesota 551 13-2785
                     Regional Offices • Ouluth/Brainerd/Oetroit Lakes/Marshall/Rochester
                                   Equal Opportunity Employer

-------
 Mr. Kenneth 0. Hockman
 Page Two
Contract Manual
With regard to the existence of a Contract Manual, MPCA has had a manual since
July 1, 1983.  We would be happy to send you a copy if it would be of some
benefit.  However, since the manual was developed subsequent to the Reilly and
New Brighton procurement processes its existence is somewhat academic.  In any
case, we have begun the process of updating the manual to make it easier to use
and are instituting procedures to ensure that the revised manual is used for all
procurement, state and federal.  Finally, we are incorporating into the manual
the March, 1986 State Procurement Under Superfund Remedial Cooperative
Agreements guidance issued by EPA.  We believe that these steps will improve the
MPCA procurement process as well as preventing problems in any future audits.

Amend Existing Contracts

The existing contracts are being amended to include the required Federal
clauses.  The status of each amendment is as follows:

    Camp, Dresser, and McKee. (New Brighton/Arden Hills Site) This contract is
    being amended to meet Federal requirements and should be executed in the
    next two or three weeks.

    E. H. Renner and Sons. (New Brighton/Arden Hills  Site) This contract is
    currently being amended.  A copy of the amendment will be sent to EPA staff
    for review.

    CH2M Hill. (Reilly Tar and Chemical)  When Reilly entered into a Consent
    Decree a Stop Work Order was issued, no further work was done and none  is
    planned under this contract.  Therefore this contract will not be amended.

    IT Corporation. (Multisite Contract)  Amendments  to this contract were
    reviewed by EPA staff in May, 1986 and should be  executed in the  next month.

    Malcolm Pirnie.  (Multisite Contract)  Amendments to  this contract  were
    reviewed by EPA staff in May, 1986 and should be  executed in the  next month.

CH2M Hill Contract

We believe that the CH2M H111 contract is clearly a cost-plus-fixed-fee contract
(CPFF) and not a cost-plus-percentage-of-cost contract  (CPPC).  The  contract  is
CPFF because, per 40 CFR 33.235 (b), profit has  been  negotiated as  a separate
element of price.  Profit in the CH2M Hill contract was fixed prior  to  any  work
being performed under the contract.  Profit does not  fluctuate.   It  is  our
understanding that a contract is CPPC if  it includes  a multiplier which includes
profit ( 40 CFR 33.285). This is not the case in the  CH2M Hill  contract.

RECOMMENDED ACTION: Move $207 from questioned to accepted since  this type of
contract is legal.

-------
Mr. Kenneth D. Hockman
Page Three
Nonexpendable Personal Property

The laboratory equipment which was purchased with federal funds under the Reilly
Tar Cooperative Agreement and was being carried on the Minnesota Department of
Health Inventory Is in the process of being transferred to the MPCA Inventory.
In order to prevent this type of error In the future, we are including OMB
Circular A-87 in the Contract Manual referred to above.

Indirect Costs

As outlined in the audit report, the MPCA submitted the required Financial
Status Reports in accordance with directions received from Region V.  The MPCA
would be willing to report indirect costs as defined by OMB Circular A-87 with
the concurrence of Region V.  Assuming that Region V concurs with the rates
mentioned in the audit report, questioned costs under the Reilly Tar Cooperative
Agreement for periods ending June 30, 1983 and June 30, 1984 remain $2,506 and
$1,244, respectively.  However, using OMB Circular A-87 definitions, the final
indirect rate for the period ending June 30, 1985 is 40.OX.  The revised table
is as follows:
Personnel
and Fringe

 $59,592

Revised total
Approved
  Rate

  40.0%
 Allowable
 Indirect
  Costs

 $23,837

$102,491
 Amount
 Claimed

 $26,101

$109,964
  Amount
Questioned

  $2,264

  $7,473
For the New Brighton Cooperative Agreement, using the same rationale, the
questioned cost of $1,618 for the period ending June 30, 1984 would not change.
However, with the final indirect rate for the period ending June 30, 1985 at
40.0%, the revised table is as follows:
Personnel
and Fringe

 $57,387

Revised total
Approved
  Rate

  40.OX
 Allowable
 Indirect
  Costs

 $22,955

 $51,995
 Amount
 Claimed

 $19,438

 $53,822
  Amount
Questioned

 ($3,517)

  $1,827
RECOMMENDED ACTI Oik  Move a total of  $4,112 from  questioned  to  accepted  under   ,
the Reilly Tar Cooperative Agreement  and  a total  of  $3,960 from questioned  to
accepted under the New Brighton Cooperative Agreement.

Submittal of Progress Reports

Progress reporting on sites in the Multisite  Cooperative Agreement is no longer
delinquent.  Reports for quarters prior to January 1,  1986 were submitted to EPA
on the following dates:

    February 13, 1985  -  Three reports submitted
    March 11, 1986     -  Eighteen Reports submitted
    March 14, 1986     -  Eight reports submitted

-------
Mr. Kenneth 0. Hockman
Page Four
    March 18, 1986     -  Four reports submitted
    March 21, 1986     -  Three reports submitted
    March 27, 1986     -  Three reports submitted

For the period of January 1, 1986 through March 31, 1986 progress reports for
nine state-lead sites were submitted on April 28, 1986. Progress reports for
three federal-lead sites were submitted on May 12, 1986.

Regarding progress reporting on the Reilly Tar Cooperative Agreement, progress
reports for quarters prior to July 1, 1985 have been submitted.  The remaining
progress reports will be submitted by August 15, 1986.

Finally, with regard to progress reporting on the New Brighton Cooperative
Agreement, progress reports for quarters prior to April 1, 1986 have been
submitted and there is no delinquency.

Pages 19-20 Word Processing and Computer Equipment

We believe that this portion of the report is in error.  The $10,000 amount
authorized in the Cooperative Agreement was clearly intended for and used for
word processing equipment.  Grouping it with the computer equipment just
confuses the issue.  The remaining computer equipment was approved by Mr.  Paul
Bitter of EPA, Region V.  This was told to the auditors as well as the current
EPA Project Officer who was not with the program at the time of the approval and
could not be expected to be aware of it.  Given that the Reilly Tar case was
prepared for litigation and hundreds of boxes of files were reorganized, it is
not surprising that some of the older paperwork was not found during the audit.
What is somewhat disturbing, however, is the fact that Mr Bitter was not
contacted to confirm the approval.  The problem here is missing documentation,
not the lack of an approval.  Therefore, we believe that the correct figures for
the chart on page 19 are as follows:

                      Purchase      Approved   Questioned
      Item              Price        Amount      Amount

Word Processor          13,324        10,000      3,324
Modem                      850           850
Basic 80 Software.         350           350
Computer & other ^
Related Equipment        9,295         9,295
Fortran 80 Software        427           427
Data                       443           443

Computer Hardware &    $24,689       $21,365      $3,324
Software subtotal

Total Equipment        $67,478       $59,865      $7,613
Purchased with EPA
Funding

RECOMMENDED ACTION: Move $11,365  in computer costs  from questioned to  set aside
based on inadequate documentation.

-------
 Mr. Kenneth D. Hockman
 Page Five
 Multisite
    JNJct Cost Analysis
 MPCA staff did perfonn what we believed to be an adequate cost analysis  of the
 Malcolm Pintle and IT Corporation contracts as required by 40 CFR 33.290.
 Attachments A, B and C to Appendix 1 document the cost analysis performed  on
 these negotiated subagreements.  Additionally, we feel that MPCA was in
 compliance with 40 CFR 33.520.  Upon evaluation of proposals, MPCA believed that
 they were in a competitive range.  Consequently, MPCA staff were satisfied that
 the proposals received were the best and final offers.

 Regarding documentation of factors used to determine best qualified offerers  and
 what factors determined subagreement award, we offer the following support for
 our compliance with 40 CFR 33.520(d):

 1.   The RFP identified the basis for best qualified offerers.  (See Appendix  2,
     Section VIII p.20-21)

 2.   The proposal evaluation sheet, Appendix 3 clearly identifies criteria  used
     by MPCA reviewers to evaluate proposals.

 3.   Documentation of what factors were used to determine subagreement award
     appears on page 5 of Appendix 4.

 Conclusion

 In  conclusion, based on the information presented above, we believe that the
 total  figures should be revised as follows:
Cooperative                 Amount
Agreement     Claimed     Accepted

Reilly     $1,019,984    $457,172
New
Brighton   $1

Multisite

PA/SI
              $290,024

               152,785
Questioned   Set Aside

$15,086     $547,726


 $1,827     $803,532
Total
$2,168,152    $799,981      $16,913    $1,351,258

-------
     Mr. Kenneth 0. Hocknan
     Page Six
     We appreciate the opportunity to comment on this draft report and hope that our
     comments will be considered In the final report.  Please direct any questions  or
     comments on this matter to Mr.  Larry Christens en of my staff (612) 296-7758.
     Sincerely,
n^-Thomas J. Kalltowski
\>   Executive Director

    Enclosure
    cc:  Tom Ma tee r, EPA, Region V  (5 HR)
         Tlchenor, Resler & Elche
                                                  Ot^-£1/5-OP-05

-------