UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                             WASHINGTON. D.C. 20460
                                                                     OFFICE OF

                                                                THE INSPECTOR GENERAL
      MEMORANDUM

      SUBJECT:  Report of Final and Interim Audits of
                Florida Department of Environmental
                Regulation's Administration of Its
vj              Superfund Cooperative Agreements
                Audit Report No. P5BG6-11-0031-70772

      FROM:     Kenneth D. Hockman
                Divisional Inspector General
                  for Audit
                Internal Audit Division (A-109)

      TO:       Jack E. Ravan
                Regional Administrator, Region 4


      SCOPE AND OBJECTIVES

      We performed final and interim audits of the Florida Department of
      Environmental Regulation's (FDER) administration of its cooperative
      agreements with the United States Environmental Protection Agency (EPA)
      under the Comprehensive Environmental Response, Compensation, and Liability
      Act of 1980.  The audit was performed for the Office of Inspector General
      by the contract auditors Tichenor, Resler, and Eiche, CPAs.  The primary
      objectives of our review 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.
                                         tt.S. Environmental  Protection
                                         Library, Room 2404   F1&-211-A -
                                         *01 M Street,  S.ff.
                                                    DO  100480

-------

-------
Specifically, our audits covered the following cooperative agreements:
Miami Drum Services and Whitahouse Oil  Pits which were final  audits;  and
Sapp Battery, Cabot /Koppers, Pioneer Sand Company, 62nd Street Dump and
Kassouf/Kimerling, and Hazardous Waste Site Inventory which rfers interim
audits.

SUMMARY OF FINDINGS

FINANCIAL RESULTS OF AUDIT
Cooperative
Agreement

CLAIMED
AMOUNT
ACCEPTED QUESTIONED

SET-ASIDE
Miami Drum
  Services
Whitehouse Oil
  Pits
Sapp Battery
Cabot/Koppers
Pioneer Sand Co.
52nd Street Dump
  and Kassouf/
  Kimerling
Hazardous Waste
  Site Inventory

Totals
$1,543,376    $1,543,376    $
412,998
460,539
282,658
379,791
132,598

748.129
209,776
160,101
 23,433
369,995
  9,945

128.620
                             203,222
                              95,844
                             244,841
                              22,044

                               1.892
$3,960,089    $2,445,246    $567,843
                                                                  $  -
                                                                   204,594
                                                                    14,384
                                                                     9,796
                                                                   100,609

                                                                   617,617

                                                                  $947,000
Questioned costs are costs claimed that we have concluded should not be
reimbursed by the Government as part of project eligible costs because
they are not allowabl-e 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.

NONCOMPLIANCE WITH PROCUREMENT REQUIREMENTS

The procedures utilized by FDER to procure contractual  services under its
cooperative agreements with EPA were not in compliance with all the
requirements of Federal regulations (40 CFR Part 33).  These conditions
were primarily attributable to FDER's lack of understanding of the
applicable Federal regulations, or their belief that Federal regulations
were being complied with.  FDER was required to comply with 40 CFR Part
33 as a condition of obtaining EPA funding.  We examined prime contracts
awarded by FDER under cooperative agreements on a non-statistical  basis
and noted the following:

     A.  FDER awarded prohibited cost-plus-percentage-of-cost  (CPPC) type
         of contracts.
     8.  Cost analyses were not documented for procured contracts.

-------

-------
                                    3

     C.  The noncompetitive negotiation method used to procure two
         contracts.did not comply with Federal regulations.

     0.  FDER did not document affirmative steps taken to assure that
         small, minority, and women's businesses were used when possible.

     E.  The notice for request for proposal  (RFP) did not state how to
         obtain associated documents, including 40 CFR 33.295, Subparts F
         and G, and the basis for subagreement award.

     F.  Procurement files did not document written justification for
         selection of procurement method, type of subagreement, basis for
         award cost or price, or contain documentation of negotiations.

     G.  All required EPA subagreement clauses were not incorporated in
         the contracts awarded.

     H.  FDER did not obtain copies of subagreements awarded by contractors.
         We could not determine if 40 CFR 33.295 had been complied with.

COST RECOVERY NOT CREDITED TO COOPERATIVE AGREEMENT

We questioned $22,044 of cost recovery payments which were not credited
to the 62nd Street Dump and Kassouf/Kimerling cooperative agreement.
FDER did not follow the proper procedures when cost reimbursement payments
were received.  In effect, FOER was reimbursed twice for the same
expenditures due to its handling of recovered costs.

FRINGE BENEFIT AND INDIRECT COST RATES HAVE NOT BEEN FINALIZED

The fringe benefit and indirect costs incurred and claimed,  from July 1,
1984 tnrough March 31, 1986, were based upon provisional rates approved by
EPA for FDER.  FDER is currently negotiating with the Cost Policy and
Rate Negotiation Section of the Planning and Cost Advisory Branch of EPA
to establish final fringe benefit and indirect cost rates in accordance
with OMB Circular A-87.  Allowable costs under the agreements may increase
or decrease based upon the final negotiated rate.

FDER'S COMMENTS ON FINDINGS AND EVALUATION    *

An exit conference was held with FDER officials on July 31, 1986 and with
Region 4 officials on August 1, 1986.  The purpose of the exit conferences
was to present the findings and recommendations and to ensure a clear under-
standing of the report by FDER and Region 4 management.  At the conferences
and during the course of the audit, FDER and Region 4 officials discussed
their position relative to the findings and recommendations.  In addition,
FDER provided formal written comments on the draft report in a letter,
dated October 27, 1986.  The Secretary of FDER generally concurred with
the findings and recommendations, except as noted in the.Findings and
Recommendations and Notes to the Exhibits sections of the attached report,
and indicated corrective actions were taken or were planned to resolve the
issues cited in the report.  Our CPA contractor concluded that FDER's

-------

-------
comments were generally responsive to the findings and recommendations,
except as noted in the Findings and Recommendations and Notes to the
Exhibits sections of this report.  To provide a balanced understanding of
the issues, FDER's position is summarized at appropriate locations  in  the
report and included as Appendix 1.

RECOMMENDATIONS

We recommend that the Regional Administrator, Region 4:

     A.  Instruct FDER;

          1.  Not to use any element of cost-pius-percentage-of-cost (CPPC)
              method in contracts awarded in the future;
          2.  To recover value of services rendered under the E  and
              E, OHM, and E S and E contracts;
          3.  To renegotiate the contract with  IT Corp.  to exclude the
              CPPC provision;
          4.  To provide cost analyses  for the  E and E,  IT Corp,  M S
              and E, and Jordan contracts;
          5.  To use noncompetitive negotiation only in  accordance with
              Federal regulations; and
          6.  To provide sufficient documentation to establish the
              reasonableness or fair value of services under the E
              and E and Jordan contracts that were awarded on a
              noncompetitive negotiation basis.

     B.  Recover the excess payments resulting  from FDER's analysis  and
         recovery in A.2.  above.

     C.  Participate in only the calculated amount that  presents  the fair
         and reasonable value of services under the IT Corp. contract,
         prior to FDER's renegotiation  resulting from A.3.  above.

     D.  Participate only in those costs that are fair and reasonable
         based on the cost analyses provided as a result  of A.4.  above.

     E.  Participate only in those costs that are fair and reasonable
         based on documentation provided as a result of  A.6. above.

     F.  Instruct FDER to apply the $22,044 recovered costs to the costs
         claimed under the 62nd Street  Dump and Kassouf/Kimberling
         cooperative agreement.

     G.  Instruct FDER to provide the necessary information to establish
         final fringe benefits and indirect cost rates for the cooperative
         agreements as soon as the information  is available.

     H.  Not close out the cooperative  agreements until  the final fringe
         benefits and indirect cost rates are established and approved by
         EPA's Planning and Cost Advisory Branch of the  Procurement  and
         Contract Management Division.

-------

-------
                              DISTRIBUTION


                                                             Copies

A.  Office of Inspector General                                 5

    Director, Audit Operations Staff (3)
    Chief, Program Analysis Unit (1)
    Divisional Inspector General
      for Audit, Southern Division (1)

B.  Headquarters Offices

    Director, Grants Administration
      Division (PM-216)                                        1
    Chief, Grants Policy and Procedures
      Branch  (PM-216)                                          I
    Chief, Superfund Accounting Branch  (PM-226)                 1
    Director, Resources Management Staff  (WH-562A)              2
    Chief, Planning and Cost Advisory Branch (PM-214F)          1
    Chief, State and Regional  Coordination
      Branch  (WH-548E)                                         1

C.  Regional Office

    Regional Administrator, Region 4                           2
    Audit Follow-up Coordinator, Region 4                      1

-------

-------
     HU)
                REPORT OF FINAL AND INTERIM AUDITS OF
          FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION'S
       ADMINISTRATION OF ITS SUPERFUND COOPERATIVE AGREEMENTS
      WITH EPA UNDER THE COMPREHENSIVE ENVIRONMENTAL RESPONSE,
               COMPENSATION, AND LIABILITY ACT OF 1980
       FOR THE PERIOD DECEMBER 11, 1981 THROUGH MARCH 31, 1986
TG
TICHENOR, RESLER & EICHE
  CERTIFIED PUBLIC ACCOUNTANTS

-------

-------
          REPORT OF FINAL AND INTERIM AUDITS OF
    FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION'S
 ADMINISTRATION OF ITS SUPERFUND COOPERATIVE AGREEMENTS
WITH EPA UNDER THE COMPREHENSIVE ENVIRONMENTAL RESPONSE,
         COMPENSATION, AND LIABILITY ACT OF 1980
 FOR THE PERIOD DECEMBER 11, 1981 THROUGH MARCH 31, 1986

-------

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

SUMMARY OF FINDINGS

BACKGROUND                                                     5

AUDITORS' REPORT ON COOPERATIVE AGREEMENTS
 CX810030-01, V004472-01, V004473-01,
 V004474-01, V004475-01, V004476-01
 AND VO04481-85 AWARDED TO THE FLORIDA
 DEPARTMENT OF ENVIRONMENTAL REGULATION                       11

AUDITORS' REPORT ON INTERNAL ACCOUNTING CONTROL
 AND COMPLIANCE                                               12

FINDINGS AND RECOMMENDATIONS

1 -  NONCOMPLIANCE WITH PROCUREMENT REQUIREMENTS              14

2 -  COST RECOVERY NOT CREDITED TO COOPERATIVE AGREEMENT      26

3 -  FRINGE BENEFIT AND INDIRECT COST RATES HAD NOT
      BEEN FINALIZED                                          27

4 -  MINOR FINDINGS - CORRECTIVE ACTION TAKEN                 29

EXHIBIT A -    COOPERATIVE AGREEMENTS AWARDED TO THE
               FLORIDA DEPARTMENT OF ENVIRONMENTAL
               REGULATION SUMMARY OF COSTS CLAIMED,
               ACCEPTED, QUESTIONED AND SET-ASIDE
               FOR THE PERIOD DECEMBER 11, 1981
               THROUGH MARCH 31, 1986                         31

EXHIBIT B -    MIAMI DRUM SERVICES COOPERATIVE
               AGREEMENT (CX810030-01) AWARDED
               TO THE FLORIDA DEPARTMENT OF ENVIR-
               ONMENTAL REGULATION SCHEDULE OF COSTS
               CLAIMED AND ACCEPTED FOR THE PERIOD
               DECEMBER 11, 1981 THROUGH MARCH 15, 1984       32

EXHIBIT C -    WHITEHOUSE OIL PITS COOPERATIVE
               AGREEMENT (VO04472-01) AWARDED TO
               THE FLORIDA DEPARTMENT OF ENVIRON-
               MENTAL REGULALATION SCHEDULE OF
               COSTS CLAIMED ACCEPTED AND QUES-
               TIONED FOR THE PERIOD JUNE 29, 1982
               THROUGH JUNE 30, 1985                          33

-------
                  TABLE OF CONTENTS (Continued)
EXHIBIT D -
EXHIBIT E -
EXHIBIT F -
EXHIBIT G -
EXHIBIT H -
EXHIBIT I -


EXHIBIT J -



APPENDIX 1 -
SAPP BATTERY COOPERATIVE AGREEMENT
(VO04473-01) AWARDED TO THE FLORIDA
DEPARTMENT OF ENVIRONMENTAL REGULATION
SCHEDULE OF COSTS CLAIMED, ACCEPTED,
QUESTIONED AND SET-ASIDE FOR THE PERIOD
SEPTEMBER 1, 1982 THROUGH MARCH 31, 1986

CABOT/KOPPERS COOPERATIVE AGREEMENT
(VO04474-01) AWARDED TO THE FLORIDA
DEPARTMENT OF ENVIRONMENTAL REGULATION
SCHEDULE OF COSTS CLAIMED, ACCEPTED,
QUESTIONED AND SET-ASIDE FOR THE PERIOD
FEBRUARY 15, 1984 THROUGH MARCH 31, 1986

PIONEER SAND COMPANY COOPERATIVE
AGREEMENT (VO04475-01) AWARDED TO THE
FLORIDA DEPARTMENT OF ENVIRONMENTAL
REGULATION SCHEDULE OF COSTS CLAIMED,
ACCEPTED AND SET-ASIDE FOR THE PERIOD
APRIL 30, 1984 THROUGH MARCH 31, 1986

62ND STREET DUMP AND KASSOUF/KIMERLING
COOPERATIVE AGREEMENT (V004476-01)
AWARDED TO THE FLORIDA DEPARTMENT OF
ENVIRONMENTAL REGULATION SCHEDULE OF
COSTS CLAIMED, ACCEPTED, QUESTIONED
AND SET-ASIDE FOR THE PERIOD MAY 15,
1984 THROUGH MARCH 31, 1986

HAZARDOUS WASTE SITE INVENTORY
COOPERATIVE AGREEMENT (V004481-85)
AWARDED TO THE FLORIDA DEPARTMENT OF
ENVIRONMENTAL REGULATION SCHEDULE OF
COSTS CLAIMED, ACCEPTED, QUESTIONED
AND SET-ASIDE 
-------
              REPORT OF FINAL AND INTERIM AUDITS OF
        FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION'S
     ADMINISTRATION OF ITS SUPERFUND COOPERATIVE AGREEMENTS
    WITH EPA UNDER THE COMPREHENSIVE ENVIRONMENTAL RESPONSE,
             COMPENSATION, AND LIABILITY ACT OF 1980
     FOR THE PERIOD DECEMBER 11, 1981 THROUGH MARCH 31, 1986
SCOPE AND OBJECTIVES

We performed  final  and interim audits of  the  Florida Department
of Environmental Regulation's  (FDER)  administration  of its coop-
erative agreements  with the United  States  Environmental Protec-
tion Agency (EPA) under the Comprehensive Environmental Response,
Compensation,  and Liability Act of 1980.   The  primary objectives
of our review 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 co-
     operative agreements and  applicable EPA regulations and in-
     structions.

3.   Ascertain the State's compliance with provisions of the Let-
     ter  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 audits covered the  following cooperative agree-
ments: Miami Drum Services and Whitehouse Oil Pits which were fi-
nal audits; and  Sapp  Battery,  Cabot/Koppers,  Pioneer Sand Compa-
ny, 62nd  Street  Dump and Kassouf/Kimerling, and Hazardous Waste
Site Inventory which were interim  audits.
                            f
The audits  included  an examination  of  costs  claimed under the
referenced  cooperative  agreements  for the periods:
Cooperative Agreement

1. Miami Drum Services
2. Whitehouse Oil Pits
3. Sapp Battery
4. Cabot/Koppers
5. Pioneer Sand Co.
6. 62nd Street Dump and
   Kassouf/Kimerling
7. Hazardous Waste
   Site Inventory
     From

December 11, 1981
June 29, 1982
September 1, 1982
February 15, 1984
April 30, 1984

May 15, 1984

January 1, 1985
     To

March 15, 1984
June 30, 1985
March 31, 1986
March 31, 1986
March 31. 1986

March 31, 1986

March 31. 1986
                               -1-

-------
SCOPE AND OBJECTIVES (Continued)
Our audits were  performed in accordance with  generally accepted
auditing standards  and the  Standards  for Audit  of  Governmental
Organizations,  Programs,   Activities,  and  Functions(1981re-
vision)promulgated bytheComptrollerGeneraloJT 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 questioned  and  set aside costs referred  to  in the Audit-
ors' Report, Exhibit A  (summarized below)  presents  the financial
information and financial provisions of the grant.
  Cooperative
   Agreement

Miami Drum
 Services
Whitehouse Oil
 Pits
Sapp Battery
Cabot/Koppers
Pioneer Sand Co.
62nd Street Dump
 and Kassouf/
 Kimerling
Hazardous Waste
 Site Inventory

Totals
                    AMOUNT
  CLAIMED
ACCEPTED   QUESTIONED    SET-ASIDE
$1,543,376  $1,543,376   $
   412,998
   460,539
   282,658
   379,791
   132,598

   748,129
  209,776
  160,101
   23,433
  369,995
    9,945

  128,620
203,222
 95,844
244,841
 22,044

  1,892
$3,960,089  $2,445,246   $567.843
 204,594
  14,384
   9,796
 100,609

 617,617

$947.000
Questioned costs  are  costs  claimed that we have concluded should
not be  reimbursed by the Government  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.

NONCOMPLIANCE WITH PROCUREMENT REQUIREMENTS

The procedures  utilized by FDER  to procure  contractual services
under  its cooperative agreements  with EPA were not in compliance
with all the requirements of  Federal  regulations  (40 CFR Part
                                -2-

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


33).  These conditions were primarily attributable to FDER's lack
of understanding of the  applicable  Federal  regulations,  or their
belief that  Federal  regulations were being complied  with.   FDER
was required to comply  with 40  CFR Part 33  as  a  condition  of
obtaining  EPA  funding.   We  examined prime  contracts awarded  by
FDER under cooperative agreements on a  non-statistical  basis and
noted the following:

     A.   FDER  awarded  prohibited  cost-plus-percentage-of-cost
           (CPPC) type of contracts.

     B.   Cost  analyses  were  not  documented  for procured  con-
          tracts.

     C.   The noncompetitive  negotiation method used to procure
          two contracts did not comply with Federal regulations.

     D.   FDER did not document affirmative steps taken to assure
          that small, minority, and women's businesses  were used
          when possible.

     E.   The notice for request for proposal (RFP) did not state
          how  to obtain associated documents,  including  40 CFR
          33.295, Subparts  F and  G, and  the basis  for  subagree-
          ment award.

     F.   Procurement  files  did  not  document written  justifi-
          cation  for selection  of  procurement  method,  type  of
          subagreement, basis for award cost or price, or contain
          documentation of negotiations.

     G.   All required EPA subagreement  clauses were not incor-
          porated in the contracts  awarded.

     H.   FDER did not obtain copies of subagreements awarded by
          contractors.   We  crould  not determine if  40 CFR 33.295
          had been complied with.

COST RECOVERY NOT CREDITED TO COOPERATIVE AGREEMENT

We  questioned  $22,044 of  cost  recovery payments which  were not
credited   to   the   62nd   Street  Dump  and   Kassouf/Kimerling
cooperative agreement.   FDER did not follow the proper procedures
when cost  reimbursement  payments  were received.   In effect, FDER
was  reimbursed  twice  for  the  same  expenditures   due  to  its
handling of recovered costs.

FRINGE BENEFIT AND INDIRECT COST  RATES  HAVE NOT BEEN  FINALIZED

The fringe benefit  and  indirect  costs  incurred  and claimed from
July 1,  1984  through March 31, 1986 were based  upon provisional


                                -3-

-------
SUMMARY OF FINDINGS (Continued)
rates approved  by EPA  for  FDER.   FDER  is  currently negotiating
with the Cost Policy and Rate Negotiation Section of the Planning
and Cost Advisory Branch of EPA to establish final fringe benefit
and  indirect  cost rates  in accordance  with OMB  Circular A-87.
Allowable  costs under  the  agreements may  increase or  decrease
based upon the final negotiated rate.

FDER'S COMMENTS ON FINDINGS AND EVALUATION

An exit conference was  held with  FDER officials  on July  31,  1986
and with  Region 4 officials  on  August 1, 1986.   The  purpose of
the exit  conferences was to  present our findings  and recommen-
dations and to ensure a clear understanding of our report by FDER
and  Region 4  management.   At the  conferences  and  during  the
course of  the audit,  FDER and Region 4 officials discussed their
position  relative  to  our  findings  and  recommendations.    In
addition,  FDER  provided us with  formal  written  comments  on  our
draft report  in a letter dated October  27,  1986.   The Secretary
of FDER  generally concurred  with  our findings  and recommenda-
tions, except  as noted  in  the Findings  and  Recommendations  and
Notes  to   the  Exhibits  sections  of  this report,  and indicated
corrective  actions  were  taken or  were   planned  to resolve  the
issues cited  in the  report.   We concluded  that  FDER'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
understanding of the  issues,  we  summarized FDER's position at
appropriate locations in the report  and included  the  complete
response as Appendix 1.
                               -4-

-------
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 "Superfund",
was  passed  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   hazardous   waste   sites,   into   any  part  of   the
environment.  A Trust Fund was  established 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.

The blueprint for  the Superfund 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  laid out
three types of responses for incidents involving hazardous wastes
which are:   immediate removal,  planned removal, and remedial re-
sponse.  The first  two types of responses were modifications of
an earlier program under the Clean Water Act.  Remedial response
was intended to deal with the longer term problem of abandoned or
uncontrolled  sites.    NCP  changes  effective February 18,  1986,
established  one broad category  of  removals,  thus eliminating the
distinction between immediate and planned removals.

CERCLA provides for  compiling  a National  Priority  List  (NPL) of
hazardous waste sites for  remedial action.   In October 1981, EPA
compiled an  interim priorities  list of 115 hazardous waste sites.
The  sites  were nominated  by  the  EPA Regional Offices and the
States, primarily on  the basis  of potential  threat to the public
health.  Also, the threat  to the environment was considered.  In
September 1983, EPA  published  the first  NPL,  which consisted of
406 sites.

CERCLA Section 104(c)(3) provides  that no remedial actions shall
be taken unless the  State  in which the  release occurs  first en-
ters into a  contract  or cooperative agreement with EPA,  with as-
surance of  payment  of 10 or 50 percent  of  remedial  costs.   The
State must  agree  to a cost-share  of  10  percent  if the  site was
privately owned.   At publicly owned sites (one owned by the State
or a political subdivision thereof), the State  is required to pay
50 percent of all remedial action costs.  Cooperative agreements
for  remedial investigations, feasibility studies, and  remedial
designs can be funded up to 100 percent by EPA.

FDER had  the  responsibility of  identifying  and  ranking  sites
which posed  a risk to the  public or the  environment,  and perfor-
mance of remedial  investigation, design,  and cleanup at hazardous
waste sites.   During our  audit,  FDER was actively  involved in
seven cooperative  agreements  with EPA for remedial activities.
                               -5-

-------
BACKGROUND (Continued)
Miami Drum Services (CX810030-01)

The Miami Drum  Services  site was located at  7040  Northwest 70th
Street,  Miami,  Florida.   The  site,  approximately  one acre  in
size, was an  inactive drum recycling facility  located, in  a pre-
dominately  industrial  area.   As many  as  5,000 drums  of various
chemical waste materials were observed on the site while the com-
pany was  operating.   Drums were washed with a caustic cleaning
solution; and this solution,  along  with drum residues containing
industrial  solvents,  acids  and heavy  metals, was  disposed  of
on-site which eventually saturated the surface soils.

Results from five shallow monitoring wells in the vicinity  of the
Miami Drum Services side indicated that ground water contaminants
include   polychlorinated  biphenyl  (PCB),   trichloroethylene,
dichloroethene and other halogenated organic compounds as well as
heavy metals, oil, and  grease.   Studies of the area indicated a
subsurface  ground  water contaminant  plume  was moving southwest
toward  Hialeah-Miami  Springs wellfield which  is  Dade County's
primary drinking water source.

The facility  ceased  operations  in April, 1981  as  a result  of a
court  order obtained by  Dade  County.   The  County  obtained the
Miami  Drum  Services  site  through  eminent domain  proceedings  to
use the  property  for  construction of a maintenance  yard for the
county's  rapid  rail  transit  system.   The County's  schedule for
the rapid rail necessitated that the Miami Drum Services property
be  available   for  construction  early  in   January 1982.    In
November 1981,  the County  initiated actions to obtain a cleanup
contractor  for  the site.  During this  time,  FDER and EPA began
negotiations  for  a  cooperative agreement  for the  contaminated
soil cleanup at the site and a ground water feasibility study.

Whitehouse Oil Pits (V004472-01)

The  Whitehouse  Oil  Pits   are  located   in  the   community  of
Whitehouse  in Duval  County,  west of  Jacksonville,  Florida.   The
oil pits were owned and  operated between  1958 .and  1968 by  Allied
Petro-Products, Inc.,  a  waste oil refining  company  which  used a
sulfuric acid process to recycle used petroleum products.   Waste
from this  operation  was dumped into  the pits  and included acid
and clay  sludges  as  well as  oil containing  PCB.   These oil pits
were abandoned  in 1969 when the company went bankrupt.

The Whitehouse Oil Pits site was given national attention when it
was  identified  on ABC's  television  presentation,  "The  Killing
Ground"  (shown March, 1979).   On several occasions the  pit levees
have  ruptured  and spilled  contaminants  onto adjacent  private
property  and into  McGirts  Creek.   Chemical  analyses  of soil,
ground  water  and  surface  water  samples   from   the   site  have
                               -6-

-------
BACKGROUND (Continued)


revealed the presence of  35  elements,  high concentrations of PCB
and other halogenated organic  compounds  which posed an immediate
threat to the water supply.

Subsequent  monitoring of  site  conditions  indicated  additional
efforts would be needed to achieve  a stable site condition.   The
dike walls continued to erode and a major site rehabilitation was
attempted during the summer  of  1980.   This was a joint effort by
the FDER and the City of Jacksonville.

Sapp Battery (V004473-01)

The  Sapp Battery  Salvage  site  is  located  in  Jackson  County,
Florida.  Prior  to  the  closing of  the  facility in January 1980,
Sapp Battery  Salvage was engaged in recovering  lead  from spent
battery  casings.   During  its   period   of  operation  wastewater
containing  lead,  zinc  and  sulfuric  acid  was  discharged  into
cement-lined settling pits which  overflowed into a small, unlined
pond.   The  spent  battery casings  were  disposed of  in  several
on-site  landfill areas.   The  treatment  pond,  along with runoff
from  the  Sapp  property,   discharged  into  Steele  City  Bay.
Drainage from Steele City Bay flowed into Little Dry Creek, which
drained  into Dry Creek Bay,  the Chipola River and finally to the
Apalachicola River.

Surface  water  quality studies  documented  high levels  of heavy
metals  and  low  pH in drainage  culverts,  Little Dry  Creek and
Steele City Bay.   A  biological  evaluation showed an almost total
destruction of benthic organisms  for a distance of 2.5 miles be-
low the site and a 50% destruction for 16 miles beyond that,

EPA's Environmental  Emergency  Branch  (EEB)  conducted  a partial
clean up of the  site in  August, 1980.  EEB's efforts were geared
towards  raising  the  extremely low  pH  at  the site and burning
certain areas to prevent contaminated runoff.

Cabot/Koppers (V004474-01)

The   Cabot   Carbon   Corporation   (CCC)   site   is  located  in
Gainesville, Florida, near  23rd Boulevard and North Main Street.
A  facility  for  the  destructive distillation  of  pine  stumps was
originally  built on  the  34 acre  site  by   the  Retort Chemical
Company.   In  1945  this  company was  purchased  by  CCC,  which
operated the  plant until  1966.   The products  from this process
were turpentine  solvents,  pine tar,  and charcoal.  A wastewater
stream  containing residual  pine  tar was  accumulated  in three
surface  impoundments  near the northwest  corner of the property.
As the wastewater cooled, residual tar precipitated  to  the bottom
of the  ponds.   The ponds were  periodically emptied, the tar was
scraped from the bottom and was returned to  process  and sold.
                               -7-

-------
 BACKGROUND  (Continued)
 In   1967   CCC   sold   the   real   property   to   Raymond  and  Anita
 Tassinari,  who caused the dike  walls  to  be breached and allowed
 the  contents  of  two of  the  ponds to  drain  Into Hog town Creek.
 Hogtown   Creek emptied   into Haile   Sink which recharged  the
 Floridan  aquifer.   Tassinari was convicted and fined by the City
 of Gainesville for causing this  discharge.

 In 1977 following several transfers, the  property was acquired by
 Harry  S.  Hamilton,  who developed  the  site into Hamilton Park, a
 shopping  complex which covered a significant  portion of the orig-
 inal CCC  site. During the construction of a  stormwater retention
 pond over the  former impoundments,  the remaining  pine tar sludges
 were  disturbed and hazardous  substances  began  to  appear  in
 stormwater runoff.

 The  Koppers  Company site  is located on  NW 23rd  Boulevard in
 Gainesville,  Florida, and abutted  the former CCC site.  Koppers
 and  its predecessor, American Lumber & Treating Company, operated
 a wood treating  business on their 13 acre  site.   The drainage
 ditch  which ran along North  Main Street  received a dark-stained
 phenolic  leachate.   The  contribution  to  this waste from each of
 these  two sites had  not been determined.

 Pioneer Sand Company (V004475-01)

 The  Pioneer Sand Company  is  located on Saufley Field Road, five
.miles  west of Fensacola,  Florida,  and began operations in 1972.
 The  site, approximately  20 acres in size,  consisted of two small
 surface impoundments and  an  adjacent landfill area.  The landfill
 area was  used  for the disposal  of construction  debris, shredded
 automobile  strippings,   and  various  industrial   sludges  and
 resins.   This  landfill also received  metal  plating sludge from
 the  Pensicola Naval  Base  as  well as  phenols and resin compounds
 from the  Reichold Chemical Company.  A number of  partially buried
 and  exposed empty 55 gallon  drums were  located near the surface
 impoundments.   The  drums  were unmarked and in varying degrees of
 damage and decay.   Several.feachate  streams existed at the base
 of  the fill area.   The surface  impoundments, which were adjacent
 to  the fill area, were being contaminated by the  leachate stream.

 Previous   sampling   investigations  by   FDER  and  EPA  revealed
 elevated  levels of chromium, lead, and nickel as well as several
 other   priority  pollutants.    On-site   sampling   indicated   the
 presence  of organic gas vapors  in  several different areas.  High
 levels of various volatile organics (i.e. benzene,  ethol benzene,
 toluene,  carbon tetrachloride and xylene), also were detected.   A
 well field which  supplies drinking water for area residents  is
 located approximately three  miles from the site.
                                -8-

-------
BACKGROUND (Continued)


62nd Street Dump and Kassouf/Kimerling (V004476-01)

The  62nd  Street Dump  site is  an  abandoned waste  disposal  dump
located  in Tampa,  Florida.   The  area  had  been  used  for  the
disposal of different types of industrial  wastes  which  included
shredded battery  casings from  Chloride  Metals Company  and  Gulf
Coast Lead; waste cement,  kiln  dust  and  kiln liners from General
Portland, Inc.; and shredded car parts from David Joseph  Company.
Mr.  Lee  Pichler purchased the  land  in 1981.  Prior to  1981  the
property was owned and operated by Adrian Collins.

Previous  sampling  investigations by FDER,  Hillsborough County,
and  Seaburn  and Robertson have shown contamination of shallow
monitoring wells  in  the vicinity of  the  site.   Sampling results
from on-site  wells  showed  concentrations  of lead,  chromium  and
phenols  above   Primary  Drinking   Water   Standards.    However,
analysis  of  drinking  water  samples  from  wells   upgradient  and
downgradient of the  site did not show any  levels  of lead,  zinc,
iron, chromium or cadmium above standards.

The Kassouf/Kimerling  site  is  located north of Columbus  Drive in
Tampa,  Florida.  The  site  consisted  of a marshy  area which  con-
tained approximately four feet of battery casings and miscellane-
ous debris.

There have been several  water quality and waste assessments  con-
ducted  at the  Kassouf/Kimerling  site.   FDER  made a   site  in-
spection  in  June  1980.   Surface  water  samples   were  collected
which indicated  levels of dissolved  lead  greater than  allowable
standards.  The owners of the property hired Geraghty and Miller,
Inc. in August 1981,  to perform an assessment of ground water and
surface water conditions at  the site. The results of  that study
indicated  no  substantial  degradation of  the  surface or  ground
water.

Geraghty  and   Miller,  Inc.  'conducted another sampling program
between November  1982 and February  1983.   Preliminary review of
the  data  indicated  elevated  levels  of lead at  several  sampling
locations.

Hazardous Waste Site Inventory  (V004481-85)

In  October  1983,  Congress appropriated ten  million dollars  in a
one-time,  non-recurring appropriation  to  assist  each  state  in
establishing  a  hazardous   waste  site   inventory.   Money  was
allotted  to  states  in proportion to the  number of sites  each
state had  on  EPA's  Emergency and Remedial  Response Information
System  (ERRIS)  list  of  sites.   During calendar  year  1984,  FDER
received $289,000 to  complete 110  preliminary assessments and 40
site  inspections.    This  amount   included   $120,000  for  sample
analysis to be  performed by a private lab.   To date, Florida has


                                -9-

-------
BACKGROUND (Continued)
completed all  110  preliminary assessments and  submitted  them to
EPA,  and  completed  all  site   inspection  work.   During  1984,
Florida also established a discovery program for adding new sites
to the ERRIS list.

As  of January 1,  1985,  monies  for this  inventory were  funded
under  CERCLA.   This  cooperative agreement will assist FDER in
conducting  its hazardous waste functions under  CERCLA which re-
quires  investigation,  assessment  and  inspection  of  hazardous
waste disposal sites.  The information generated will be vital to
both  FDER's  and  EPA's roles in  improving their programs  for re-
sponse to releases or threats of releases of hazardous substances
from facilities or other sources.
                              -10-

-------
      TICHENOR, RESLER  & EICHE
         CERTIFIED PUBLIC ACCOUNTANTS                        THE SUMM|T, SUITE 200
,.   .,     ,  -  „  .                                4350 BROWNSBORO ROAD
Mr. Kenneth D. Hockman                             LOUISVILLE, KENTUCKY 4020?
U.S. Environmental Protection Agency               (502)893-0700
Divisional Inspector General for Audit
Internal Audit Division
Office of the Inspector General
Washington, D.C.

           AUDITORS' REPORT ON COOPERATIVE  AGREEMENTS
        0(810030-01, VOQ4472-01, V004473-01,  V0044"7?::01,
        V004475-01, V004476-OI AND V004481-85 AWARDED  TO
       THE FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION

We  have  examined the costs  incurred and claimed by  the Florida
Department  of Environmental  Regulation  (FDER),  related to  the
Miami  Drum  Services, Whitehouse  Oil Pits,  Sapp Battery, Cabot/
Koppers,  Pioneer  Sand  Company,  62nd  Street Dump  and  Kassouf/
Kimerling, and Hazardous  Waste  Site Inventory  (HWSI)  cooperative
agreements  from  December 11,  1981  through  March 31,  1986,   as
detailed  in  Exhibit  A.   Our examination  was performed in accor-
dance  with  generally accepted  auditing standards  and the  Stan-
dards  for Audit of Governmental  Organizations,  Programs, Activ-
ities, and  Functions  (1981 revision).  Ac cord.Ingly, our  examina-
tion amination included such  tests  of the  accounting  records  and
such other  auditing  procedures  as we considered necessary in  the
circumstances.

As  part  of  our  examination, we  determined  the allowability  of
costs claimed under the project in accordance with the provisions
of  the cooperative 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.

The Summary  of  Costs  Claimed,  Accepted, Questioned and Set-Aside
(Exhibit  A) was prepared  on the basis of  regulations and  criteria
established  by  the U.S.  Environmental Protection Agency  relating
to  Superfund  Cooperative Agreements  pursuant  to   Public  Law
96-510.   Accordingly, Exhibit A is not  intended to present finan-
cial  position  and  results , of  operations  in  conformity  with
generally accepted accounting principles.

In  our opinion,  subject  to the effects of  EPA's ultimate resolu-
tion  of  the  questioned  and set  aside  costs referred to in  the
preceding paragraphs, Exhibit A presents  fairly the costs claimed
by  the Florida Department of  Environmental  Regulation under  the
cooperative  agreements with EPA on  the  basis described above.

This  report is intended  for use  in connection  with the  coopera-
tive agreements  to which  it refers  and  should not be used for any
other  purpose.
TICHENOR, RESLER  &  EICHE
Louisville, Kentucky
August 1, 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  claimed  by  the  Florida
Department  of Environmental  Regulation  (FDER),  related  to  the
Miami  Drum  Services, Whitehouse  Oil Pits,  Sapp  Battery, Cabot/
Koppers,  Pioneer  Sand  Company,  62nd  Street  Dump  and  Kassouf/
Kimerling,  and   Hazardous  Waste   Site   Inventory  cooperative
agreements  from  December 11,   1981  through  March 31,   1986,  as
detailed  in  Exhibit  A.   Our examination  was performed in accor-
dance with  generally accepted auditing standards  and the finan-
cial  and compliance  provisions  of  the  Standards  for  Audit of
GovernmentalOrganizations,  Programs,  Activities, and Functions
(1981 revision).Solely  to  assist usin planning and performing
our  examination,  we   made  a   study  and  evaluation  of   the
significant   internal  accounting  controls  of  FDER.    For   the
purpose  of  this  report,  we  have   classified  the significant
internal accounting controls into the following  categories;

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

Our study included all of  the control systems  listed above.

That study  and  evaluation was limited  to a  preliminary review of
the system  to obtain an understanding  of the  control environment
and the  flow  of  transactions through the accounting system.   Be-  •-••
cause the audit could be performed more efficiently  through  addi-
tional  analysis  and substantive  audit tests,  thus  placing  very
little  reliance  on  the  internal accounting control system,  our
study  and  evaluation  of  the  internal accounting  controls  did
not extend beyond  this preliminary review phase.  Accordingly, we
do  not  express an opinion on  the system of  internal  accounting
controls  taken as a whole.   Also, our examination, made  in accor-
dance with  the standards  mentioned  above,  would  not necessarily
disclose  all  material weaknesses  in the system  of internal  ac-
counting  control.   Our examination did not  disclose  any  con-
ditions, other than those  presented  in  the  Findings  and Recommen-
dations,  that we believe  to  be  material weaknesses.
                               -12-

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

As a part  of our examination, we performed  certain  tests to de-
termine whether or not  Federal  funds  were expended in accordance
with provisions of the cooperative agreements and applicable Fed-
eral laws,  regulations,  policies,  and cost  principles.   The re-
sults of our  tests  indicate  that  for  the items tested, FDER com-
plied with  the  provisions of the cooperative  agreements  and ap-
plicable 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  FDER 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
August 1, 1986
                              -13-

-------
FINDINGS AND RECOMMENDATIONS
1.   NONCOMPLIANCE WITH PROCUREMENT REQUIREMENTS

The procedures  utilized by FDER to procure  contractual  services
under its cooperative agreements with  EPA were not in compliance
with all  the requirements  of Federal  regulations (40 CFR  Part
33).  These conditions were primarily attributable to FDER's  lack
of understanding of  the applicable  Federal regulations,  or their
belief that  Federal  regulations were being  complied  with.   FDER
was required to comply with 40 CFR  Part 33  as  a condition  of
obtaining EPA funding.    We examined  contracts  awarded  by  FDER
under cooperative agreements on a non-statistical basis and noted
the following:

     A.    FDER  awarded  prohibited  cost-plus-percentage-of-cost
          (CPPC) type of contracts.

     B.    Cost  analyses were  not  documented  for procured  con-
          tracts.

     C.    The noncompetitive  negotiation method used  to  procure
          two contracts did not comply with Federal regulations.

     D.    FDER did not  document affirmative steps taken to assure
          that small, minority,  and women's  businesses were  used
          when possible.

     E.    The notice for request for proposal  (RFP) did not state
          how  to obtain  associated  documents, including  40  CFR
          33.295, Subparts  F and G, and  the basis for subagree-
          ment award.

     F.    Procurement files did not document  written justifica-
          tion  for  selection  of   procurement method,  type  of
          subagreement, basis for award cost or price, or contain
          documentation of negotiations.

     G.    All   required  EPA   subagreement    clauses  were   not
          incorporated  in the contract's awarded.

     H.    FDER did not  obtain copies  of subagreements awarded by
          contractors.   We  could not determine  if 40 CFR 33.295
          had been complied with.

A.   Cost-Pius-Percentage-Of-Cost Contracts

     FDER  awarded  four  contracts   that  contained   elements  of
     prohibited  CPPC   contracts.   We  questioned  $543,907  as
     detailed below:

                              -14-

-------
     FINDINGS AND RECOMMENDATIONS (Continued)
Cooperative
 Agreement   Contractor
Whitehouse
 Oil Pits
Whitehouse
 Oil Pits
Sapp
 Battery
Cabot/
 Koppers
    Ecology
     and
  Environment
Inc. (E and E)

    O.H.
  Materials,
  Inc.  (OHM)

Environmental
 Science and
 Engineering,
 Inc. (E S
 and E)

    IT Cor-
   poration
  (IT Corp.)
                           Amount    Reference
	Element of CPPC     Questioned Exhibit Note

Fixed percent add-on for
fringe (25Z), overhead
(55Z), and general and
administrative (25Z).    $178,041*     C  .   2
Fixed percent add-on to
subcontractor costs and
field purchase (15Z).

Fixed percent add-on for
overhead (133.3Z).
Fixed percent add-on for
overhead (129Z) and gen-
eral and administrative
(15.4Z).

Total
                                                    25,181*
                                                    95,844*
                                                   244.841

                                                  $543,907
                                       D
* contract terminated
2(a)
                                                                   The
CPPC  contracts  are  prohibited  by  40  CFR  33.285.c
Comptroller General addresses the issue by stating:

     In as much as the amount paid as reimbursement for
     overhead will  diminish or  increase  in proportion
     to  the  direct  costs  incurred rather  than  the
     overhead incurred by the contractor, we are of the
     opinion  that  the  contracts  violate  the  express
     prohibition  against  the  cost-plus-percentage-of-
     cost  system of  contracting  and,  therefore,  are
     illegal.  Furthermore,  the  use  of'fixed rates for
     overhead__may_ be unfair  to either the Government of
     the  contractors"!   Such fixed rates  are inconsis-
     tentwiththe basic  principles  of  a  cost-type
     contract in  that they will  not  normally result in
     reimbursement  of  the  actual cost.   Accordingly,
     the  practice of paying overhead on  the  basis of
     fixed  percentage rates...should be  discontinued.
     (Emphasis added.)   35  Comp.  Gen.  434, 436 (1956).
     Accord, 35 Comp. Gen. 590, 591  (1956).

As stated above,  the use  of a  fixed rate  may  be unfair to
the Government  or contractor.  Their use will not normally
result in reimbursement of the actual cost.
                                   -15-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
     FDER officials indicated  they believed  the  CPPC prohibition
     pertained only to  profit  associated with the  contract,  and
     the  use  of  percentages,  in  regard to overhead,  is  not
     prohibited.   At  the exit  conference,  FDER maintained  that
     the CPPC prohibition pertained only to the profit associated
     with the contract.

B.   Cost Analyses

     We set  aside  $1,054,858 because FDER did not  document  cost
     analyses for the following contracts:
     Cooperative
      Agreement

     Whitehouse
      Oil Pits

     Cabot/
      Koppers

     62nd St. and
      Kassouf/
      Kimerling

     HWSI
     Total
    Contractor
  Amount
 Set-Aside
E and E
IT Corp.
Mayes,  Sudderth and
Etheredge, Inc.
(MS & E)

E.C. Jordan
Company
(Jordan)
$  178,041*q


   244,841 q




    85,072



   546,904 s

$1.054.858
 Reference
Exhibit Note

          2
                                                       H
     *  contract terminated
     q  amount previously questioned in Finding Number l.A
     s  amount also set aside in Finding Number l.C
                             t

     A cost  analysis  is defined as  the  review and evaluation of
     each  cost  element to determine  the' reasonableness, alloca-
     bility  and  allowability  of  the  cost.   This  evaluation
     includes   a   comparison  of  the   offerer's   current  cost
     estimates  with:   costs  previously  incurred by the offerer,
     the  offerer's  last prior  cost  estimate  for  similar items,
     current  cost  estimates,  or historical  costs  from  other
     contractors for  the same or similar items.

     According  to  40  CFR 33.290(a), a  cost analysis is required
     for   each   negotiated  subagreement   estimated   to  exceed
     $10,000.   Additionally,  40 CFR  33.2SO(a)(5) .requires that a
     copy  of the  cost analysis be maintained in the procurement
     files.
                               -16-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
C.
FDER's  files  did  not  contain  written  documentation  to
support  the  performance of  cost analyses.   FDER officials
stated that  they were  unaware that cost analyses  had to be
documented.    Without   evidence  of   cost   analyses,   the
reasonableness, allocability and allowability  of the  con-
tractual costs cannot be determined.

Noncompetitive Negotiation

We  set  aside  $751,498  because  FDER  did not follow proper
procedures in using the noncompetitive negotiation method of
procurement  pursuant  to  40  CFR 33.605.   As  a  result  of
FDER's lack of understanding of the procedures,  there was no
assurance  that the  services could not  have been obtained
from an equally qualified contractor  at  a  lesser cost.   The
set-aside costs are detailed as follows:
      Cooperative
       Agreement

     Sapp Battery

     HWSI

     Total
                                              Reference
               Contractor

               E and E

               Jordan
Set-Aside

$204,594

 546.904 s

$751,498
     s  amount also set aside in finding I.E.

     Pursuant to 40 CFR 33.605, recipients may use noncompetitive
     negotiation only  when the  other three  procurement  methods
     are inappropriate because:

     1)   The item is available only from a single source;
     2)   A public exigency or emergency exists  and the urgency
          for the requirement* will not permit a delay incident to
          competitive procurement;
     3)   After   solicitation   from   a  number  of   sources,
          competition is inadequate; or
     4)   The   EPA   award  official   authorizes   noncompetitive
          negotiation.

     Neither of the contract procurements were in conformity with
     Federal regulations  due  to FDER's  lack  of  understanding of
     the  requirements.   Competition  was  eliminated  from  the
     procurement process.   Consequently,, there was  no assurance
     that  the  services  could  not  have been  obtained  from an
     equally qualified contractor at a lesser cost to the Federal
     government.
                              -17-

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


D.   Affirmative Action

     AH six contracts tested were not  in  compliance  with 40 CFR
     33.240.  The CFR states "The recipient must take affirmative
     steps to assure that small, minority,  and women's businesses
     (MBE's) are used when  possible  as  sources of supplies,  con-
     struction and services."   The regulation  further states,  in
     part,  that  affirmative  steps  shall  assure:   that  these
     businesses are  included on  solicitation  lists;  that  these
     businesses  are   solicited  whenever  they   are  potential
     sources;  that  the  services  and  assistance of the  Small
     Business Administration and  the Office of Minority Business
     Enterprise of  the  U.S. Department  of Commerce  are  used  as
     appropriate.

     FDER's contract administrator  stated that, while  steps may
     have been  taken to award  a  fair  share of  subagreements  to
     MBE's, FDER's  procurement files contained  no documentation
     that MBE's were solicited.   The contract  administrator fur-
     ther stated that the State is currently using an MBE catalog
     to identify potential  offerers.  As a result of FDER's non-
     compliance, MBE's  may not have been fairly  represented  in
     the  procurement process  and may  not have  been given the
     opportunity to compete for the Federally funded contracts.

E.   Notice Of Request For Proposals

     The notice  of RFP  did not  state  how to  obtain associated
     documents, including a copy of 40 CFR 33.295, Subparts F and
     G, and the basis for subagreement award.   The five contracts
     listed below were not in compliance with 40 CFR 33.510 which
     requires the items listed above to be included in the RFP.

           Cooperative
            Agreement        '           	Contractor	

          Whitehouse Oil Pits           E and E
          Sapp Battery                  E S and E
          Cabot/Koppers                 IT Corporation
          Pioneer Sand                  Woodward-Clyde
                                         Consultants
          62nd Street Dump and          Mayes, Sudderth and
           Kassouf/Kimerling             Etheredge, Inc.

     Both the previous and current contract administrators stated
     that they were unaware that  the notice of RFP must state how
     to obtain  associated  documents, including a  copy  of 40 CFR
     33.295,  Subparts  F and  G,  and the  basis  for  subagreement
     award.   As  a result,   offerers  may not be  aware of Federal
                              -18-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
H.
regulations nor have a  clear  understanding  of their respon-
sibilities.

Documentation

Our review of six  contracts  awarded under  the  cooperative
agreements disclosed that  the procurement records  and files
did not contain the documentation required  by 40 CFR 33.250
(See Exhibit  I).  FDER  project officers  indicated  that they
were not  aware  of the documentation requirements of  40 CFR
33.250.   As  a result,  EPA  cannot be assured  that  the pro-
curement  of contractors was done  in  a  reasonable manner and
that the  best contractor was awarded the contract.

Subagreement Provisions

Our review of six  contracts  awarded under  the  cooperative
agreements  disclosed  that these agreements  omitted several
of the.required subagreement clauses, per 40 CFR 33.1030, in
whole  or  in  part,  and did not contain equivalent clauses
(See Exhibit J).  The contract administrator stated that the
omission  of,  or  changes  in the model  subagreement clauses
was due to an oversight or the fact  that contracts were not
adequately reviewed for compliance with  40  CFR 33.1030.  As
a result,  the best interests  of the Federal government may
not be adequately  protected  -if any contractual claims or,
disputes  arise between FDER  and  the contractors  retained
under the  cooperative agreements.

The subagreements awarded under the cooperative agreements
were not  in compliance  with 40 CFR  33.1030  which stipulates
that "Recipients must include, when appropriate,  the follow-
ing clauses or  their  equivalent in  each subagreement".  The
clauses referred  to  described the minimum assurances, guar-
antees ,   indemnity  and   other  contractual  requirements
necessary to  assure  fchat the Federal  government's  best
interests  are protected.
                                   *
Subcontractor Agreements

FDER did  not obtain  copies of all  subcontracts awarded by
its prime contractors.  Without copies of the subcontracts,
we  could  not  determine  if  the  subcontracts   were  in
compliance with 40 CFR  33.295  which  states:    1)  a contractor
must  comply  with  the  prohibited  type  of  subagreements
provision in  33.285; 2)  the   cost and  price  considerations
provision in  33.290;  and  3) include  the applicable required
subagreement  clauses in Subpart F of 40 CFR  Part 33.
                              -19-

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


     We could not determine  if  prohibited contracts  were awarded
     to  the  subcontractors  or  if  the  best  interests  of  the
     Federal government were adequately protected.

FDER'S COMMENTS ON FINDINGS

We  recommended  in  our  draft  audit  report  that  the  Regional
Administrator, Region 4:

A.   1.   Instruct FDER not  to use  CPPC contracts in the future;
          to  recover  any  payments  in  excess  of the  fair  and
          reasonable value of  services rendered under  the  E and
          E, OHM, and ES  and C  contracts;  and to renegotiate the
          contract with IT Corp. to exclude the CPPC provision.

     2.   Participate   in  only   the   calculated   amount   that
          represents the  fair  and  reasonable value  of services
          under the IT Corp.  contract.

B.   Participate only in  those  costs which are reasonable  based
     upon cost analyses prepared for each contract and documented
     by FDER in accordance with Federal guidelines.

C.   Determine  if  noncompetitive  negotiation was warranted and
     establish  the reasonableness  of  the   contractual  amounts
     before accepting costs for the E and E and Jordan contracts.

We  also  made  recommendations  concerning  affirmative  action,
notices  of  request  for  proposals, documentation,  subagreement
provisions and  subcontractor agreements.  The  Secretary  of FDER
stated in response to our recommendations:

     A.   Cost-Plus-Percentage-of-Cost-Contracts

     In  contracting  under  Federal  Cooperative Agreements,
     FDER does  not use CPPC contracts.   FDER  awarded the
     four contracts noted in the audit report on a cost plus
     fixed fee basis.

     In  cost  plus  fixed  fee  contracts,   the  profit  is
     established  as  a  fixed  amount,   in addition   to  the
     direct and  indirect  costs.  FDER  does  use percentages
     in their contracts as a method of establishing overhead
     and other indirect costs.   The use of these percentages
     or  indirect  costs  rates   is a  common  contracting
     procedure  due  to  the  difficulty   involved in applying
     actual overhead costs to various contracts.

     B.   Cost Analysis

     Section 33.005 of  40 CFR defines  costs  analysis as the


                              -20-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
     review and  evaluation  of each element  of  subagreement
     cost  to  determine  reasonableness,   allocability  and
     allowability.   Cost  analyses, which  fit this  defini-
     tion, were prepared for  each  contract  during  the nego-
     tiation process.

     The development of a government cost  estimate, compari-
     son of contractor  cost proposals with  that cost esti-
     mate and requesting supplementary cost information when
     appropriate,  represent  a valid and  acceptable  cost
     analysis.   All  such  information is  available  in  the
     project files.  FDER is  modifying procedures  such that
     cost analysis  information will  also  be placed  in  the
     contract files.  If deemed necessary by EPA,  FDER will
     summarize the  cost analysis  information for  the  four
     cited contracts and  place it under a  separate heading
     in the contract files.

     C.   Noncompetitive Negotiation

     Sapp Battery

     FDER did follow proper procedures for  the  Sapp Battery
     contract.  FDER used the original solicitation list to
     select a contractor to complete the work under the term-
     inated  contract.    A  reprocurement  is, technically  a
     "purchase" for the terminated contractor and  not a new
     purchase.  Therefore,  FDER  did not have to  go through
     another public notice and evaluation process.

     HWSI

     The contracting procedures were  not  in conformity with
     Federal  regulations  in  the  noncompetitive  negotiation
     of  the  contract  with  E.G.   Jordan  Company for  the
     Hazardous Waste Site Inventory.  However, FDER believes
     that  competition  was  not  eliminated  and  that every
     assurance was made  to  contract with  the best qualified
     contractor at the least  cost.

     The  Department  initially contracted  with  E.C.  Jordan
     Company  as  a  result of  a Request for  Proposal (RFP).
     When  EPA required  additional work  to  be done,  FDER
     decided  to  amend  the  contract with   Jordan  because
     specific  criteria had been  mandated by  EPA  for  the
     grant work and E.G. Jordan Company had attended  the EPA
     training seminars.   State of Florida  rules and  regula-
     tions  were followed  and a   Sole  Source  approval  was
     obtained   from   the   Florida Department   of   General
     Services.
                              -21-

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


     D.   Affirmative Action

     FDER  concurs  that  FDER  did not  comply  with 40  CFR
     33.240 in regard to affirmative action.  However,  since
     July 1,  1985,  FDER  has  taken  steps  to  correct  this
     problem  by  soliciting   MBE's;   including  evaluation
     criteria in all RFP's for minority responders and those
     planning  to  use minority subcontractors; and sending
     copies  of solicitations  to  the   appropriate  minority
     business  programs   and  centers.    FDER  is   now  in
     compliance and  will continue  in  the  future  to comply
     with  the affirmative  action  requirements  of 40  CFR
     33.240.

     E.   Notice of Request For Proposals

     FDER  was  not  in  compliance  with  the  notification
     requirements of  40 CFR  33.295.   FDER has since  taken
     action to correct this omission from the RFP's.

     F.   Do cumentat ion

     FDER's contract files  contain all  of the documentation
     required by 40 CFR 33.245 except,  as noted in I.E., the
     cost  analyses  were  not  summarized  in  the  contract
     files.  FDER files  do  contain sufficient documentation
     to assure that  the  procurement of  contractors was done
     in a reasonable manner and that the best contractor was
     awarded  the  contract.   FDER will  continue  to improve
     the documentation maintained  in the contract files.

     G.   Subcontractor Provisions

     FDER  concurs  and  will  in  the  future  include  all
     agreement clauses  in the contracts  in accordance with
     40 CFR 33.1030.         '

     H.   Subcontractor Agreements

     FDER   did  obtain   subcontracts    for  some   of  the
     cooperative agreements, however, FDER  concurs  and will,
     In the future, obtain  a copy of all subcontracts to be
     placed in the contract file,  after review  and  approval.

OUR EVALUATION OF FDER'S COMMENTS

The  response  regarding  CPPC  contracts,   cost   analysis,  and
noncompetittve  negotiation  was   not  adequate  to  resolve  these
issues and are further discussed  under  items  A.-C.  below.
                              -22-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
A.   Cost-Plus-Percentage-Of-Costs Contracts

     The response indicated that  FDER  awarded the four contracts
     on a  cost plus fixed  fee basis,  although  percentages  were
     used  to  establish  overhead   and   other  indirect  costs.
     However, since the mid 1950's,  the  U.S.  Comptroller General
     has ruled  that predetermined fixed  overhead percentages  in
     federally-funded  contracts  are  illegal.   The  Comptroller
     General, in interpreting the intent of Congress on the issue
     of CPPC  contracts  in 55  Comp.   Gen.  554  (B-183705,  December
     10, 1975),  set forth an explanation of  four distinguishing
     elements  of  CPPC  contracts.    These  elements  are:   (1)
     payment  is on a  predetermined  percentage  rate;  (2)  the
     predetermined   percentage   rate   is  applied  to   actual
     performance costs; (3) contractor's entitlement is uncertain
     at the time of contracting; and (4) contractor's entitlement
     increases with increased performance costs.

     In reviewing vouchers  for  payment under  a CPPC subcontract,
     the Comptroller  General  issued a  strongly-worded  decision
     that  payment  should  not be made under  a  prohibited  CPPC
     contract.  The Comptroller General stated:

          Where a subcontract (or contract) violative of the
           (CPPC) prohibition  is  made—in whatever  form or
          disguise—it  is  plainly invalid  at  least insofar
          as establishing an obligation of the Government to
          make reimbursement  of an  amount  representing the
          subcontractor's claimed costs plus a percentage of
          such costs.

     More  recent Comptroller  General decisions  have  not been as
     harsh  to contractors as  the early  decisions.  Contractors
     are now permitted to recover a  reasonable value of the goods
     or  services accepted  by  the   Government  based on implied
     contracts  for  quantum > meruit or  quantum  valebant.   The
     Comptroller General has stated:

          At  [one]  time,  the position was  taken that where
           the  [CPPC]  prohibition was  violated the contract
          was  void  and no  payment could. be  made  by  the
          Government for  the supplies and services  furnished
          under  it, whether by the  prime contractor or by a
           subcontractor	However,  it  was
           subsequently concluded  that  .  .  . under agreements
           inadvertently  entered  into  in violation  of  the
           prohibition  reasonable  payment could  be made for
           supplies  or  services  actually furnished  to  and
           accepted  by  officers  of the  Government  having
           authority to purchase them.
                               -23-

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


     The four contracts  each contain the  four elements of  CPPC
     contracts cited  above,  either percentage  add-on for  over-
     head,  fringes, general and administrative,  or  subcontractor
     costs  and field  purchases.   As  a result, we have  concluded
     that these contracts  are  prohibited by Federal law and EPA
     should not participate  in reimbursement for costs  incurred
     under   these  contracts,  except   on  the  basis  of  fair -and
     reasonable  value of the services  provided.

B.    Cost Analyses

     FDER's response  indicated that acceptable cost analyses had
     been prepared for each of the contracts  and were maintained
     in  the  project  files.    However,   FDER  did  not  provide
     documentation of these analyses  during our fieldwork or with
     the response to our draft report.  Without documentation, we
     can not  determine  if  adequate cost analyses were  performed
     or if  the analyses  indicated by FDER meet  the requirements
     of 40  CFR 33.290.

C.  .  Noncompetitive Negotiation

     Sapp Battery

     FDER's  response   indicated   that   the  selection  of  the
     contractor (E and E)  was  a reprocurement under a terminated
     contract and accordingly, did  not  require another  public
     notice and evaluation process.  The U.S.  Comptroller General
     decisions  on  this  issue  indicate  that  a  reprocurement
     following a  termination  of  a contract for  default  does not
     require  justificationforuseof  noncompetitive  negotia-
     tion.   However, this exception is limited to cases  where the
     reprocurement does not exceed the  scope or quantity  of the
     defaulted contract.

     We received no documentation  from FDER  to  indicate  that the
     original contract was terminated for  default.  In  fact, E S
     and E was paid $95,844 by FDEC under  the original  contract,
     which  had been amended in amount to $110,272.   FDER provided
     no documentation to indicate  that a new  contract was  issued
     or that FDER considered or claimed damages against  E S and E
     for  additional  costs  incurred for  completion   of  this
     contract.

     In addition,  our review of  the  E  and E  contract  disclosed
     that the scope of  work was  substantially different from the
     original contract  with  E S  and  E.   The E  S and E contract
     was for  a  fast  track feasibility  study  (original  contract
     amount  - $95,040)  and  the   E   and  E  contract  was  for  a
     remedial action  feasibility  study  (original contract  amount
     - $396,500).   Consequently,  we do not accept FDER's position


                              -24-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
     that the award  of the E and  E contract was justified  on  a
     noncompetitive negotiation basis.

     HWSI

     FDER concurred  that  the  contracting procedures were not  in
     conformity with Federal  regulations under  40 CFR  33.605.
     The remainder  of FDER's response .attempted to justify the
     award of the contract on a sole source basis.  However,  FDER
     did not adequately  demonstrate that the services  under the
     contract  were   available  from  only  a   single  source,
     competition was  inadequate,  or that an emergency  or  urgent
     situation existed.  Finally, FDER did not indicate that  they
     sought  EPA award official  approval.   Since  none  of  the
     requirements for noncompetitive  negotiation  were met, we  do
     not  consider  FDER's  response  sufficient  to  resolve  this
     finding..

The  response indicated  that  FDER  was  in agreement  with  our
recommendations regarding affirmative action, notices  of request
for proposals, documentation,  subagreement provisions and subcon-
tractor agreement,  identified  as items D.-H. in  FDER's response
above.  These proposed actions  are  responsive  to  the  intent  of
the  recommendations  and should  improve compliance with Federal
regulations and help ensure that contractors submitting proposals
are  fairly  and uniformly  evaluated.   Consequently,  we make  no
further  recommendations.    However,   we  have  not  examined  the
results  of  the  proposed  actions   to  determine  if  they  are
functioning as stated.

RECOMMENDATIONS

We recommend that the Regional Administrator, Region 4:

A.  Instruct FDER:
                            t
     1.   Not to use  any  element of  cost-plus-percentage-of-cost
          (CPPC) method in contracts  awarded in the future;
     2.   To  recover  any  payments  in  excess  of  the   fair and
          reasonable value  of  services  rendered  under  the  E and
          E, OHM, and E S and E contracts;
     3.   To renegotiate  the contract  with IT Corp.  to exclude
          the CPPC provision?
     4.   To provide cost analyses for the E and  E, IT Corp., M S
          and E, and Jordan contracts;
     5.   To use  noncompetitive  negotiation only  in
          with Federal regulations; and
     6.   To provide  sufficient  documentation  to  establish the
          reasonableness or fair value  of services under  the E
          and  E and Jordan  contracts   that  were  awarded
          noncompetitive negotiation  basis.
accordance
     on
                              -25-

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


B.   Recover the  excess  payments resulting from  FDER's  analysis
     and recovery in A.2. above.

C.   Participate  in  only the  calculated amount  that  represents
     the  fair  and  reasonable  value  of  services under  the  IT
     Corp. contract,  prior to FDER's renegotiation resulting from
     A.3. above.

D.   Participate only in those costs that are fair and reasonable
     based  on  the cost  analyses provided  as a  result of  A. 4.
     above.

E.   Participate only in those costs that are fair and reasonable
     based on documentation provided as a result of A.6.  above.


2.   COST RECOVERY NOT CREDITED TO COOPERATIVE AGREEMENT

We questioned  $22,044 of cost  recovery  payments which were not
credited  to  the  62nd Street Dump and  Kassouf/Kimerling  coopera-
tive agreement.   FDER did not follow the proper  procedures when
cost reimbursement payments  were received.   In effect,  FDER was
reimbursed twice for the same expenditures due to its handling of
recovered costs.

FDER received  cost  recovery payments from  the Kassouf/Kimerling
site's responsible parties for reimbursement of costs claimed for
the Kassouf/Kimerling site pursuant to the July 12, 1985,  Consent
Order  between  the State  of  Florida Department  of Environmental
Regulation  and  the  responsible  parties.    The  payments,  for
$20,621  and $1,423,  were  credited to  the  FDER  Hazardous  Waste
Fund and the Pollution Recovery Fund, respectively.  The Chief of
Accounting and Budgeting  stated  that, until recently,  it  was not
determined that the recovery pertained to a Superfund agreement.
                             t
The  December 15,  1982,  EPA memorandum  regarding "Treatment  of
State  Recoveries  from Responsible Parties" from  the Director of
the  Office  of  Emergency  and Remedial  Response,  states  in  part:
"In order for  a  site to  qualify for Superfund financing,  a state
that  recovers  money from  a  responsible  party  must apply the
recovery  to the cost of the  remedial action".

EPA  reimbursed FDER  for costs  claimed  which  were  subsequently
recovered from the responsible parties  in the amount of $22,044.
Consequently, by  not  crediting the  cooperative agreement for the
recovered costs,  FDER was reimbursed twice  for the same expendi-
tures.  For details of questioned costs, see Exhibit G.

FDER'S COMMENTS ON FINDING

We recommended in our draft  report  that the Regional Administra-


                               te-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
tor, Region 4, direct FDER to ensure that EPA shares equitably in
the total cost recovery  from responsible parties.   The Secretary
of FDER stated in the response:

     Special condition 6 of the cooperative agreement states
     that neither  party, to  the  Agreement shall attempt  to
     negotiate for nor collect reimbursement of any response
     costs on behalf of the other party, and authority to do
     so is  negated and denied.  Therefore,  FDER's handling  ,
     of the cost recovery monies was appropriate.

OUR EVALUATION OF FDER'S COMMENTS

The general  conditions of  the cooperative agreement  state that
the recipient will  complete the work in  accordance  with  all ap-
plicable  provisions of  40  CFR  Chapter  1,  Subpart  B.   Section
33.275  of 40 CFR  states  that State  and local  governments must
comply with OMB  Circular A-87 to determine allowable costs.  OMB
Circular A-87 C.2. and 3. states:

     0    To be  allowable under  a  grant program, costs must
          meet  the following  general criteria...Be  net  of
          all applicable credits.

     0    Applicable credits  refer  to those  receipts or re-
          duction  of  expenditure-type   transactions  which
          offset or reduce expense  items  allocable to grants
          as  direct or  indirect costs.   Examples  of such
          transactions are:...recoveries  ...

The  special condition  cited by  FDER in the response does not
preclude  EPA from  sharing  equitably in cost recoveries under the
cooperative  agreement.   Since  the  costs .recovered  from  the
responsible  parties were   funded   100Z  by  EPA,  it  seems  only
reasonable that  the recovered funds should be returned to EPA or
used to offset claimed costs:

RECOMMENDATIONS

We  recommend  the Regional  Administrator, Region 4,  instruct FDER
to  apply  the  recovered costs to the costs claimed under this co-
operative agreement.


3.   FRINGE  BENEFIT AND  INDIRECT  COST  RATES  HAD  NOT  BEEN FI-
     NALIZED

The  fringe  benefit and indirect costs  incurred and claimed from
July 1,  1984  through  March 31,  1986  were based upon  provisional
rates  approved  by EPA  for FDER.   FDER  is currently  negotiating
with the  Cost Policy and Rate  Negotiation Section  of the Planning
                               -27-

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


and Cost Advisory Branch of EPA to establish final fringe benefit
and  indirect  cost rates  in accordance with OMB Circular  A-87.
Allowable  costs  under  the  agreements  may  increase or  decrease
based upon the final negotiated rate.

OMB Circular A-87 requires  recipients  to  follow instructions es-
tablished  by  the Department of  Health and Human Services  (HHS)
for the  preparation  of cost allocation plans.   Section  II,  Page
10 of  the Cost  Principles  and Procedures for  Establishing  Cost
Allocation 7lans and Indirect Cost Rates for Grants  and Contracts
with the Federal Government (OASC-10) prepared by HHS states that
theindirect  costproposals that are  submitted  by  the recipient
for approval, will be analyzed by the cognizant Federal agency to
determine that the method of cost distribution is reasonable, the
services provided are necessary  to  the successful conduct of the
Federal programs, the level of costs incurred are reasonable, and
the costs  claimed are otherwise  allowable in accordance  with OMB
Circular A-87.

We set aside all  fringe benefits  and indirect costs incurred and
claimed  from  July 1, 1984  through  March 31, 1986.  The amounts
set aside are detailed below:

                                 Set-Aside          Reference
Coopcrative Agreement    Fringe    Indirect Cost  Exhibits  Notes

Cabot/Koppers            $4,972     $9,412          E       2
Pioneer Sand               3,386       6,410          F       2
62nd Street Dump and
 Kassouf/Kimerling         5,371      10,166          G       3
HWSI                      24,797      46,938          H       3

Totals                   $38,526     $72,926


Region 4 and Headquarters sta"ff who comprised a Management Assis-
tance team  identified  a  similar finding and included it in their
report, dated July 18, 1986.

FDER'S COMMENTS ON FINDING

The Secretary of FDER  stated in response:

     FDER  concurs  with  the audit  findings in  that fringe
     benefit  and  indirect  cost  rates  have  not  been final-
     ized.   However,  the  cost  rates  used by  FDER  were
     informally approved by EPA.  The  finalization of fringe
     benefit and indirect cost rates relies  on EPA's accept-
     ance  and approval of  the  State  of  Florida,  Office of
     the Auditor General's  report.   The Auditor General has
                               -28-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
     not,  as  of  October  20,  1986,  released  the  1984-85
     Statewide  Federal  Financial  Assistance  Audit.   Dis-
     cussions with  the Auditor General staff  indicate  that
     the release of this audit is still 30-60 days away.

OUR EVALUATION OF FDER'S COMMENTS

The response  indicated that  FDER was  aware that the final fringe
benefit and indirect cost rates must be approved by EPA.  We con-
cur that  no further action  on this  matter can  take  place until
the Auditor General  of the State of  Florida releases the neces-
sary  information to FDER,  which should then be provided  to EPA
for negotiation of final rates.

RECOMMENDATIONS

We recommend that the  Regional Administrator, Region 4:

A.   Instruct FDER to provide the necessary information to estab-
     lish  final  fringe benefits  and  indirect cost  rates  for the
     cooperative agreements  as soon  as  the information is avail-
     able.

B.   To not close  out  the  cooperative agreements until the final
     fringe benefits and indirect  cost.rates are established and
     approved by EPA's Planning and:Cost  Advisory  Branch of the
     Procurement and Contract Management Division.
4.   MINOR FINDINGS - CORRECTIVE ACTION TAKEN

A.   Quarterly  progress  reports were not  filed  with EPA project
     officers as  required by a special condition for the follow-
     ing cooperative agreements:

          1)   Miami Drum Services
          2)   Whitehouse Oil  Pits
      •    3)   Sapp Battery
          4}   Cabot/Koppers
          5)   Pioneer Sand  Company
          6)    62nd Street Dump and Kassouf/Kimerling

     All of  the aforementioned agreements contained special con-
     ditions which required  quarterly progress reports to be sub-
     mitted  to EPA project officers.

     FDER project officers indicated that  they had  frequent tele-
     phone  conversations with  EPA project officers in which  the
     types of information required by the  special 'conditions were
     discussed.   All  parties   involved,  including  FDER  and  EPA
     believed  that this  was  adequate  to  meet  the special con-
     ditions .
                               -29-

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


     Without the reports  there is no  assurance  that EPA  is  re-
     ceiving sufficient information from which they  can properly
     evaluate the performance  of  the State" in administering  the
     agreements.   Bi-monthly  progress  reports  were  filed with
     EPA's   Director,   Division   of   Waste   Management  from
     approximately mid-1985 to  present but not with  the project
     officers who handled  day-to-day situations.   Further, should
     there be a  change  in either  the State or EPA project offi-
     cers , the quarterly  progress  reports  would provide  a means
     by which the  successor could quickly gain  some history  on
     the work performed.

B.   Drawdowns for the  Kassouf/Kimerling and  Cabot/Koppers sites
     were excessive.   As   of  March 31,  1986,  expenditures were
     $33,983  and  $282,659,  respectively;  and  drawdowns were
     $46,011 and $303,454, respectively.   The excess  drawdowns
     occurred when FDER was switching to  the Treasury  Financial
     Communications  System  (TFCS)  method.   FDER was  required  to
     estimate its cash requirements  in  advance since  drawdowns
     would not be  available during  the conversion period.   The
     actual  expenditures   were  less  than  that  estimated  and
     through an oversight  the  funds were not  promptly reallocat-
     ed.  Other  drawdowns  were based on actual  expenses already
     incurred.

     The Letter of Credit-Treasury Financial Communication System
     Recipients Manual states in part;

          The recipient organization  should request  funds
          based  on   immediate  disbursement   requirements
          whenever possible and disburse  funds  as  soon as
          possible to minimize the Federal cash on hand.

     FDER agreed with this finding and indicated they would real-
     locate the funds to another site  or phase which was in need
     of additional cash to meet disbursement requirements.

CORRECTIVE ACTION TAKEN BY FDER

The Secretary of FDER stated  in response  to  our recommendations
that FDER is currently filing quarterly progress reports with EPA
project officers and is monitoring drawdowns  to  assure that they
are directly related to expenditures and are correctly allocated.
The discussed  actions  are  responsive  to  the intent  of the rec-
ommendations, and  consequently, we  make   no  further recommenda-
tions.   However,  we have  not  examined  the  results  of the dis-
cussed actions to determine if they are functioning as stated.
                              -30-

-------

-------
EXHIBITS

-------

-------
                                                       EXHIBIT A
          COOPERATIVE AGREEMENTS AWARDED TO THE FLORIDA

SUMMARY OF
FOR THE
DEPARTMENT OF
COSTS CLAIMED
ENVIRONMENTAL REGULATION
, ACCEPTED,
PERIOD DECEMBER 11, 1981
QUESTIONED AND
THROUGH MARCH
SET- AS IDE
31, 1986
AMOUNT
COST CATEGORY

Personnel
Fringe Benefits
Travel
Equipment
Materials and
Supplies
CLAIMED
(Note 1)
$ 99,988
40,610
55,199
17,928

9,798
Contractual Services 3,656,304
Other Direct Costs
Indirect Costs
Totals
3,159
77,103
$3,960,089
ACCEPTED
(Note 2)
$ 90,819
2,084
53,305
17,928

9,798
2,263,976
3,159
4,177
$2,445,246
QUESTIONED

$ 9,169
353
1,894
-

-
555,758
-
669
$567,843
SET- AS IDE

$
38,173
-
-

-
836,570
-
72,257
$947,000
                                                                NOTES
                                                                  3
                                                                 ,  5
                                                                  6
                                                                7,  8

                                                                9,  10
Note 1    The amounts claimed represent  expenditures  reported on
          the Financial Status Reports (SF 269) through March 31,
          1986.

Note 2    See Exhibits B,  C,  D, E,  F,  G and H for  schedules of
          costs claimed,  accepted,  questioned and set-aside by
          cooperative agreement.

Note 3    The $9,169  questioned consists  of $8,299  (Exhibit G)
          and $870 (Exhibit H).

Note 4.    See Exhibit H for details of the $353 questioned.

Note 5    The $38,173  set  aside consists of  $4,972  (Exhibit E),
          $3,386 (Exhibit F), $5,371 (Exhibit G) and $24,444  (Ex-
          hibit H).

Note 6    See Exhibit G for details of the $1,894 questioned.

Note 7    The $555,758 questioned consists of $203,222 (Exhibit
          C),  $95,844  (Exhibit  D),  $244,841  (Exhibit   E)  and
          $11,851  (Exhibit G).

Note 8    The $836,570  set  aside  consists of  $204,594 (Exhibit
          D), $85,072 (Exhibit G) and $546,904 (Exhibit H).

Note 9    See Exhibit H for details of the $669 questioned.

Note 10   The $72,257  sec  aside consists of  $9,412  (Exhibit E) ,
          $6,410  (Exhibit:   F) ,  $10,166  (Exhibit  G)  and   $46,269
          (Exhibit H).
                              -31-

-------

-------
                                                       EXHIBIT B

     MIAMI DRUM SERVICES COOPERATIVE AGREEMENT (CX810030-01)
  AWARDED TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION
             SCHEDULE OF COSTS CLAIMED AND ACCEPTED
     FOR THE PERIOD DECEMBER II, 1981 THROUGH MARCH 15, 1984
                                             AMOUNT
COST CATEGORY
Travel
Materials and Supplies
Contractual Services
Other Direct Costs

Totals
   CLAIMED
  (Note 1)

$    3,187
       772
 1,539,350
	67

$1,543,376
  ACCEPTED
$    3,187
       772
 1,539,350
	6_7

$1,543.376
Note 1    The amounts  claimed  represent expenditures reported on
          the Financial Status Reports  (SF 269) through March 15,
          1984.
                               -32-

-------

-------
                                                       EXHIBIT C

     WHITEHOUSE OIL PITS COOPERATIVE AGREEMENT (VOQ4472-01)
  AWARDED TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION
       SCHEDULE OF COSTS CLAIMED,  ACCEPTED AND QUESTIONED
       FOR THE PERIOD JUNE 29,  1982 THROUGH JUNE 30, 1985
                                       AMOUNT
COST CATEGORY
Travel
Equipment
Materials and Supplies
Contractual Services
Other Direct Costs

Totals
 CLAIMED    ACCEPTED   QUESTIONED    NOTE
(Note 1)
$  5,908
  12,729
   4,996
 387,303
   2,062
$  5,908
  12,729
   4,996
 184,081
   2,062
$412,998    $209.776
203,222
             $203,222
Note 1    The amounts claimed represent  expenditures  reported on
          the Financial Status Reports  (SF  26?)  through  June 30,
          1985.

Note 2    We questioned  $203,222  because FDER  awarded  contracts
          which contained CPPC provisions which are prohibited by
          40 CFR  33.285,  as detailed  in Finding Number  l.A and
          below:
          Contractor

          E and E
          OHM
 Element of CPPC

 Fixed percent add-on
 for fringe benefit
 (25%), overhead (55%)
 and general and admin-
 istrative (25%).

 Fixed percent add-on
 to subcontractor costs
 and field purchases
 (15%).
              Amount
          Total Questioned
                                                  $178,041
                25.181

              $203.222
The contractual service costs  related to  E and E would also have
been  set aside  because  FDER  did  not properly  perform a  cost
analysis.  See Finding Number l.B for further details.
                              -33-

-------

-------
                                                            EXHIBIT D

              SAPP BATTERY COOPERATIVE AGREEMENT (V004473-01)
       AWARDED'TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION
       SCHEDULE OF COSTS CLAIMED, ACCEPTED, QUESTIONED AND SET-ASIDE
          FOR THE PERIOD SEPTEMBER 1, 1982 THROUGH MARCH 31.  1986
                                         AMOUNT
COST CATEGORY
Travel
Equipment
Materials and
 Supplies
Contractual Services
Other Direct Costs

Totals
 CLAIMED   ACCEPTEDQUESTIONED SET-ASIDE  NOTE
(Note 1)
$ 12,826
   5,199

   3,362
 438,426
     726
$ 12,826
   5,199

   3,362
 137,988
     726
$460,539   $160.101
95,844    204,594    2
             $95.844   $204.594
     Note 1    The amounts claimed  represent  expenditures reported on
               the Financial Status Reports (SF 269) through March 31,
               1986.

     Note 2    We  questioned  $95,844  and   set   aside  $204,594  of
               contractual services, as detailed below:
                                                 Amount
                    Reference

                       (a)
                       (b)

                      Total
                  Questioned

                   $95,844
                   $95.844
                      Set-aside

                      $
                       204,594

                      $204.594
          (a)  We  questioned $95/844  of  contractual  costs  paid and
               claimed  under a contract  awarded to  E S and E.   The
               contract contained a  fixed percent add-on for overhead
               (133.3Z),  which  is  a  CPPC  provision.   See Finding
               Number l.A for further details.

          (b)  We   set   aside   $204,594   because   a  noncompetitive
               negotiated contract  was executed  between E  and  E and
               FDER  for engineering  services under  the  Sapp Battery
               cooperative agreement.   The noncompetitive negotiation
               method used  was not  in compliance with  Federal  regu-
               lation 40 CFR 33.605.

               The resulting evaluation scores from FDER's RFP,  dated
               September 15, 1983, for  feasibility studies at both the
               Whitehouse Oil Pits site and the Sapp Battery  site,
                                   -34-

-------
                                              EXHIBIT D
                                             . (CONTINUED)
SAPP BATTERY COOPERATIVE AGREEMENT (VOOA473-01)
                                           ,             •!

 indicated that E and  E was the most qualified  firm to
 perform the feasibility studies  for both  sites.   Since
 E and E did not  indicate  the capacity to  perform both
 feasibility studies at one time, they were  contracted
 only  for  the  Whitehouse  Oil  Pits site.   The  second
 ranked firm,  E S and  E, was  selected as the  contractor
 for the Sapp Battery  site.  On May 16, 1985, FDER sent
 a'letter to E  and  E  indicating that FDER  would not be
 renewing the contract with E S  and  E  to  complete  the
 feasibility  study   for the  Sapp  Battery  site.   The
 letter  also  stated  that   due  to  E  and  E's  original
 ranking on the Sapp Battery procurement and because the
 Whitehouse feasibility study was complete, E and E was
 selected  to   complete  the  Sapp  Battery  feasibility
 study.

 FDER did not think  it was  necessary to repeat  the com-
 petitive negotiation  procurement process because E and
 E was still thought to be the most qualified  firm for
 the Sapp Battery site  one year and eight  months later.
 Competition was  eliminated from  the  procurement  pro-
 cess.   In  the  time that  elapsed between  the  original
 RFP and the solicitation  of E and E,  there  could have
 been many changes in  the qualifications of other firms
 as  well as E  and E.   At the exit  conference,  FDER offi-
 cials  maintained that they  did not need to  repeat the
 procurement process.   See  Finding Number  l.C  for fur-
 ther details.
                     -35-

-------
                                                            EXHIBIT E
             CABOT/KOPPERS COOPERATIVE AGREEMENT (V004474-01)
       AWARDED~TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION
       SCHEDULE OF COSTS CLAIMED, ACCEPTED, QUESTIONED AND SET-ASIDE
          FOR THE PERIOD FEBRUARY 15>  1984 THROUGH MARCH 31,  1986
                      5s
                      'HI
                                       AMOUNT

COST CATEGORY
Personnel
Fringe Benefits
Travel
Materials and
 Supplies
Contractual Services
Indirect Costs

Totals
 CLAIMEDACCEPTEDQUESTIONEDSET-ASIDE  NOTES
(Note 1)
$ 15,276
   6,215
   4,413

      10
 244,841
  11.903
$15,276
  1,243
  4,413

     10

  2,491
244,841
             4,972
             9,412
3
2
$282.658    $23,433    $244,841    $14,384
     Note 1    The amounts claimed  represent  expenditures  reported on
               the Financial Status Reports (SF 269) through March 31,
               1986.

     Note 2    We set  aside  $4,972 of  fringe benefits and  $9,412 of
               indirect costs  incurred  and claimed .from July 1,  1984
               through  March 31,   1986.   The   fringe benefits   and
               indirect costs were not based upon final approved rates
               during  this  period as required  by OMB  Circular A-87.
               See Finding Number 3 for further details.

     Note 3    We questioned $244,841  of  contractual service  costs
               because  the   contract   awarded  to   IT   Corporation
               contained  a  fixed percent  add-on for  overhead (129%)
               and general and  administrative expenses (15.4%), which
               is a prohibited CPPC provision.  See Finding Number l.A
               for further detail^.   Additionally,  we would have oth-
               erwise set-aside the amount because a cost analysis was
               not properly  prepared  or documented under  a contract.
               See Finding Number l.B for further details.
                                   -36-

-------

-------
                                                       EXHIBIT F

     PIONEER SAND COMPANY COOPERATIVE AGREEMENT (V004475-01)
  AWARDED TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION
        SCHEDULE OF COSTS CLAIMED, ACCEPTED AND SET-ASIDE
      FOR THE PERIOD APRIL 30, 1984 THROUGH MARCH 31, 1986
                                      AMOUNT
COST CATEGORY
Personnel
Fringe Benefits
Travel
Materials and Supplies
Contractual Services
Indirect Costs

Totals
 CLAIMED
(Note 1)

$  9,027
   3,668
   2,087
     107
 357,928
   6,974

$379,791
ACCEPTED
$  9,027
     282
   2,087
     107
 357,928
     564

$369,995
SET-ASIDE
    3,386
    6,410
NOTE
   $9,796
Note 1    The amounts claimed  represent  expenditures  reported on
          the Financial Status Reports (SF 269) through March 31,
          1986.

Note 2    We set  aside  $3,386 of  fringe benefits and  $6,410 of
          indirect costs  incurred  and claimed from July  1,  1984
          through  March  31,  1986.   The  fringe  benefits  and
          indirect costs were not based upon final approved rates
          during  this period,  as required by  OMB Circular A-87.
          See Finding Number 3 for further details.
                               -37-

-------

-------
                                                           . EXHIBIT G

     62ND STREET DUMP AND KASSOUF/KIMERLING COOPERATIVE AGREEMENT (V004476-01)
       AWARDED TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION
       SCHEDULE OF COSTS CLAIMED. ACCEPTED. QUESTIONED AND SET-ASIDE
            FOR THE PERIOD MAYJ5^
ED. Ql
THROUC
                         MARCH 31,
                                         AMOUNT
COST CATEGORY
                      (Note 1)

Personnel             $ 14,594    $ 6,295
Fringe Benefits          5,930        559
Travel                   3,774      1,880
Materials and Supplies      89         89
Contractual Services    96,923
Indirect Costs          11,288      1,122

Totals                $132,598    $ 9,945
CLAIMEDACCEPTEDQUESTIONEDSET-ASIDE  NOTES
                       $ 8,299

                         1,894

                        11,851
                   5,371
                  85,072
                  10.166
                       $22,044   $100.609
 2
 3
 2

2, 4
 3
     Note 1    The amounts claimed  represent  expenditures reported on
               the Financial Status  Report  (SF 269)  through March 31,
               1986.

     Note 2    We  questioned   $22,044   of  project   costs   claimed
               consisting  of  personnel,  $8,299;  travel,  $1,894;  and
               contractual, $11,851.   The amounts represent  cost re-
               coveries  not   properly  credited  to   the  Superfund
               project, as  required by EPA memorandum dated December
               15, 1982.   See  Finding Number  2  for  further detail.
               The contractual  amount  of  $11,851  would also have been
               set aside for  the reasons and  criteria  stated in Note
               4.

     Note 3    We set  aside  $5,371  of fringe  benefits  and $10,166 of
               indirect costs  incurred and claimed  from July 1, 1984
               through  March  31,   1986.    The  fringe  benefits  and
               indirect costs were not based upon final approved rates
               during  this  period",  as required by OMB Circular A-87.
               See Finding Number 3  for further details.

     Note 4    We  set  aside  $85,072  of  contractual   service  costs
               because  FDER  did not properly  perform  a cost analysis
               for  the  contract   awarded   to  Mayes,  Sudderth  and
               Etheredge,  Inc.  See Finding  Number l.B  for further
               details.  The  amount  set-aside represents  total pay-
               ments to date,  less the amount  questioned  in Note 2.
                                    -38-

-------

-------
                                                            EXHIBIT H

     HAZARDOUS WASTE SITE INVENTORY COOPERATIVE AGREEMENT (V004481-85),
       AWARDED TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION
       SCHEDULE Of COSTS CLAIMED. ACCEPTED. QUESTIONED AND SET-ASIDE
           FOR THE PERIOD JANUARY 1, 1985 THROUGH MARCH 31,  1986
                                         AMOUNT
COST CATEGORY
Personnel
Fringe Benefits
Travel
Materials and
 Supplies
Contractual Services
Other.Direct Costs
Indirect Costs

Totals
 CLAIMEDACCEPTEDQUESTIONED  SET-ASIDE  NOTES
(Note 1)
$ 61,091
  24,797
  23,004

     462
 591,533
     304
  46.938
$ 60,221

  23,004

     462
  44,629
     304
$  870
   353
                 669
$    -       2
  24,444   2, 3
          546,904     4

           46,269   2, 3
$748.129   $128.620
              $1,892   $617,617
     Note 1    The amounts claimed  represent  expenditures  reported on
               the Financial Status Reports (SF 269) through March 31,
               1986.

     Note 2    For the month of January  1985,  a  portion of the salary
               of an FDER employee  was  charged to the Hazardous Waste
               Site Inventory cooperative  agreement  due to a data en-
               try error.
               The questioned costs are:

                         Cost Classification

                           Personnel
                           Fringe Benefits
                           Indirect Costs

                           Total Questioned
                            Amount

                            $  870
                               353
                               669

                            $1,892
               The  associated costs  should be  credited to  the HWSI
               cooperative agreement  (V-004481-85) and this action re-
               flected  in  the Financial Status  Report  (SF  269) under
               the categories that they were originally claimed.  This
               was  an  isolated   instance,  and  no  recommendation  is
               deemed necessary.  The fringe benefit and indirect cost
               amounts of $353 and $669, respectively, would also have
               been set  aside for the reasons  and criteria stated in
               Note 3.
                                   -39-

-------
                                                       EXHIBIT H
                                                       (CONTINUED)

HAZARDOUS WASTE SITE INVENTORY COOPERATIVE AGREEMENT (V004481-85) '

Note 3    We set aside $24,444 of  fringe  benefits  and $46,269 of
          indirect costs  incurred  and claimed  from July 1,  1984
          through  March 31,  1986.    The  fringe   benefits   and
          indirect costs were not based upon final approved rates
          during this period,  as required by OMB  Circular  A-87.
          The  amounts  set-aside represent  total claims  to  date
          less  amount  questioned  in  Note  2  above.  See Finding
          Number 3 for further details.

Note 4    We  set aside  $546,904  of  contractual -service  costs
          because FDER  did  not properly  perform a  cost analysis
          for the contract awarded to Jordan.   See Finding" Number
          l.B  for further  details.   Additionally,  this  amount
          would  otherwise  have   been set  aside  because   the
          contract  between  Jordan   and   FDER  for  preliminary
          assessments and site  inspections under  the  Hazardous
          Waste   Site   Inventory   cooperative  agreement   was
          improperly  procured  using  noncompetitive negotiation.
          FDER  indicated  that  the  EPA project  officer  had given
          verbal  approval to  use  noncompetitive  negotiation in
          procuring  the  contract  with  Jordan, but no written
          approval was obtained from the  award official.

          Competition was eliminated  from the  procurement  pro-
          cess.   Consequently,  there  was'no' assurance  that  the
          services could  not  have  been obtained from an equally
          qualified contractor  at  a  lesser cost  to the Federal
          government.  The  EPA project officer did not have  the
          authority to authorize noncompetitive negotiation.   See
          Finding Number l.C for further  details.
                               -40-

-------
                                                       EXHIBIT I

   SCHEDULE OF THE LACK OF ADEQUATE PROCUREMENT DOCUMENTATION
    Documentation
    Requirements

Written Justifica-
 tion for Selection
 of the Procurement
 Method

Written Justifica-
 tion for the type
 of subagreement

Basis for Award
 cost or price,
 including a copy
 of the cost or
 price analysis
 made in accordance
 with 40 CFR 33.290

Documentation of
 Negotiations
                 Cabot/ Pioneer 62nd
Whitehouse Sapp Koppers  Sand  Street HWSI
                    X
     X
             X
X
X


X
X
X
       X     X


             X
X - Indicates noncompliance with documentation requirement of 40
    CFR 33.250.
                              -41-

-------

-------
                                                  EXHIBIT J

        SCHEDULE OF MODEL SUBAGREEMENT CLAUSES OMITTED OR
NOT EQUIVALENT FOR THE SUBAGREEMENTS
Required Subagreement Contractor
Clauses - 40 CFR 33.1030 E&E ES&E IT W.C.
nges X X
ruination X
ledies X X

MS&E ECJ
X
Audit; Access to Records
Covenant Against
 Contingent Fees
Price Reduction
 for Defective Cost
 or Pricing Data
Responsibility of Contractor
X
           NO
NO
NO
NO - Subagreement did not contain clause or their equivalent.

X  - Subagreeraent clauses not equivalent  to  those required by 40
     CFR 33.1030.

E&E  Ecology and Environment, Inc.;  Whitehouse Oil Pits coopera-
     tive agreement.

ES&E Environmental  Science  and  Engineering,   Inc.;  Sapp Battery
     cooperative agreement.

IT   IT Corporation; Cabot/Koppers cooperative agreement.

W.C. Woodward Clyde Consultants; Pioneer Sand  Company cooperative
     agreement.

MS&E Mayes,  Sudderth  and Etheredge,  Inc.;  62nd  Street Dump and
     Kassouf/Kimerling cooperative agreement.
                             r
ECJ  E.C. Jordan; HWSI cooperative agreement.
                              -42-

-------

-------
                            APPENDIX
Auditors'  Notes

1.   The error has been corrected in this report.

2.   We reviewed the report to determine which statements attrib-
     uted to FDER personnel may  have presented negative views or
     might have been taken out of context.  We removed any state-
     ments that were  not directly attributable  to  specific per-
     sonnel as documented in our workpapers.

-------

-------
                                                                    APPENDIX  1
                                  STATE OF FLORIDA

            DEPARTMENT OF  ENVIRONMENTAL REGULATION
TWIN TOWERS OFFICE BUILDING
26OO BLAIR STON6 ROAO
TALLAHASSEE. FLORIDA 32301-8241
       BOB GRAHAM
        GOVERNOR

VICTORIA J. TSCHINKEL
        SECRETARY
                                  October 27, 1986
   Mr. Kenneth D.  Hockman
   Divisional Inspector  General for Audit
   Office of the Inspector General
   U.S. Environmental  Protection Agency
   Washington, D.C.   20460

   Dear Mr. Hockman:

   We have enclosed our  response to your draft audit report entitled:  "Report of
   Interim Audit of Florida Department of Environmental .Regulation's Administration
   of its Superfund Cooperative Agreements With EPA Under the Comprehensive,
   Environmental Response, Compensation, and Liability Act of I960."

   As requested, our  comments address the factual accuracy of the data presented
   along with any  corrective actions taken or planned.

   We appreciate the opportunity to relate our comments.   Should you or your staff
   have any questions  concerning this response, please contact Steve Dana at (904)
   488-9831.

                                     Sincerely,
                                     Victoria J. Tschinkel
                                     Secretary
   VJT/jh

   Enclosure
                                       -43-
                          frotectlng Florida and Your Quality of Life
                                                                          ./ "

-------
                                                        APPENDIX  1
                                                        (CONTINUED)
                         Response  to

Report of Final  and Interim Audits  of  Florida Department of
Environmental  Regulation's Administration  of  its Superfund
Cooperative Agreements  with EPA under  the  Comprehensive
Environmental  Response, Compensation,  and  Liability Act of
1980 For the Period December 11, 1981  through March 31, 1986
                          -44-

-------
                                                                 APPENDIX  1
                                                                 (CONTINUED)


NONCOMPLIAHCE WITH PROCUREMENT REQUIREMENTS

A.  Cost-Plus-PercentaRe-of—Coat-Contracts

    In contracting under Federal Cooperative Agreements, the Florida
    Department of Environmental Regulation (FDER) does not use CPPC
    contracts.  Section 33.285 of 40 CFR 33, defines  the prohibited cost
    plus percentage of cost contracts as having a multiplier which includes
    profit.  In contrast, the FDER awarded the four contracts noted in  the
    audit report, on a cost plus fixed fee basis.

    In the cost plus fixed fee contracts, the profit  is established as  a
    fixed amount, in addition to the direct and indirect costs.  This is  in
    accordance with EPA directives which state that with a cost  plus fixed
    fee subagreement, both a cost ceiling, made up of direct and indirect
    costs...and a fixed contract or fee for the work, are established.  The
    negotiated fee schedule method used on the O.H. Materials, Inc.
    contract, fixed a negotiated amount of profit to  each piece  of equipment
    or service utilized.

    As noted in the audit report, the FDER does use percentages  in their
    contracts as a method of establishing overhead and other indirect costs.
    The use of these percentages or indirect costs rates is a common
    contracting procedure due to the difficulty involved in applying actual
    overhead costs to various contracts.  Overhead, as explained by the
    Office of Federal Procurement Policy, is a percentage used to assign  a
    grouping of indirect costs to a proposed contract task.  In  contracting,
    the FDER uses the contractor's indirect cost rates which have been
    audited by the federal government.  The provisions of the FDER contract
    allow for recovery, should these rates prove defective.

    The audit report cites E.G. Jordan Company as the contractor for the     Note
    $25,181 Whitehouse Oil Pits contract, this is incorrect.  The contractor
    for the initial work was O.H. Materials, Inc.

B.  Cost Analysis

    As stated in the audit report^ Section 33.005 of  40 CFR 33 defines  costs
    analysis as the review and evaluation of each element of subagreement
    cost to determine reasonableness, allocability and allowability.
    Although not summarized under a separate cost analysis heading  in  the
    files, cost analyses, which fit this definition were prepared  for  each
    contract during the negotiation process.

    The FDER conducted rigorous cost negotiations  for each contract which
    included various elements of the cost analysis as follows:

       0 Preparation of a detailed cost estimate  for  site  specific  work for
         each cooperative agreement.  After  review by EPA  and modification
         if necessary, this estimate represented  the  government  cost
         estimate for the project;

         Obtaining a cost proposal, separate  from  a  technical  proposal,
         from the candidate firms.  This cost  proposal  included  the OMB
         approved Optional Form 60 (Contract  Pricing  Proposal);

                                   -45-

-------
                                                                  APPENDIX  1
                                                                  (CONTINUED)
Page Two
           0 Reviewing the submitted 'cost proposals  for  reasonableness and
             comparing them against the government cost  estimate; and

           * Requesting additional cost information  when necessary and
             negotiating cost  reduction and modifications  to  the  scope of work.

         The development of a  government cost estimate,  the comparision of
         contractor cost proposals with that cost estimate and  the requesting  of
         supplementary cost information when appropriate,  represent a valid  and
         acceptable 'cost analysis.  All such information is available in the
         project files.  The FDER is modifying procedures  such  that cost
         analysis information  will also be placed in the contract files.  If
         deemed necessary by the EPA,  the FDER will  summarize the cost analysis
         information for the four cited contracts and place it  under a separate
         heading in the contract files.

    C.  Honcompetitive Negotiation

         Sapp Battery

         The FDER did follow proper procedures for the Sapp Battery contract as
         noted below:

            As noted in. EPA's  Report on Management Assistance Visit to the
            Florida Department of Environmental Regulation, dated July 18,  1986,
            FDER used the original solicitation list to  select  a  contractor  to
            complete the work  under the terminated contract.  A reprocureraeut  is
            technically a "purchase" for the terminated  contractor and not  a new
            purchase.  Therefore, FDER did not have  to go  through another public
            notice and evaluation process.

         HWSI                                                             ;

         The contracting procedures were not in conformity with Federal
         Regulations in the non-competitive negotiation  of the  contract with
         E.G. Jordan Company for the Hazardous Waste Site  Inventory.  However,
         FDER feels that competition was not eliminated  and that  every assurance
         was made to contract  with- the best qualified contractor  at the least
         cost.  Extenuating circumstances were encountered during the
         contracting period as follows:         •

            The Department initially contracted with E.G.  Jordan Company as a
            result of a Request  for Proposal (RFP).   EPA required additional
            work to be done after a major portion of the initial  project had
            been completed.  Specific  criteria had  been  mandated by  EPA  for the
            grant work and EPA had held special  training seminars which were
            attended by E.G. Jordan Company.   For  these  reasons,  along with the
            time constraints imposed by EPA, the  FDER decided to amend  the
            contract with Jordan  to allow  for  the  additional  work.   State  of
            Florida rules and  regulations were  followed  .and  a Sole  Source
            approval was obtained  from the Florida  Department of General
            Services.
                                     -46-

-------
                                                                 APPENDIX  1
                                                                 (CONTINUED}


Page Three

    D.  Affirmative Action

        The FDER concurs with the audit finding  in  that the FDER did not comply
        with 40 CFR 33.240 in regard  to affirmative action.  However, since July
        1, 1985, FDER has taken steps to correct this problem by:

           •Soliciting MBE's;
           "Including evaluation criteria in all RFP's for minority responder8
            and those planning to use minority subcontractors;
           •Sending copies of solicitations to the appropriate minority business
            programs and centers.

        The FDER is now in compliance and will continue in the future to comply
        with the affirmative action requirements of 40 CFR 33.240.

    E.  Notice of Request For Proposals

        The FDER concurs with the audit finding  in  that the FDER was not in
        compliance with the notification requirements of 40 CFR 33.295.  The
        FDER has since taken action to correct this ommissioa from the RFP's.

    F.  Documentation

        The FDER's contract files contain all of the documentation required by
        40 CFR 33.245 except, as noted in I.E.,  the cost analyses were not
        summarized in the contract  files during  the audit period.  The FDER
        files do contain sufficient documentation,  including the selection
        committee's rating sheets,  to assure that  the procurement of contractors
        was done in a reasonable manner and that the best contractor was awarded
        the contract.  The FDER has and will continue to improve the
        documentation maintained in the contract files.                  ,

    G.  Subagreement Provisions

        The FDER concurs with the audit finding  and will in the  future  include
        all agreement clauses in the  contracts  in  accordance with 40 CFR
        33.1030.

    H.  Subcontractor Agreements

        The FDER did obtain subcontracts  for some  of the cooperative agreements,
        however, the FDER concurs with the audit finding and will,  in the
        future, obtain a copy of all  subcontracts  to be placed  in  the contract
        file, after review and approval.
2.  COST RECOVERY NOT CREDITED TO COOPERATIVE  AGREEMENT

        For the treatment of cost recovery  payments  from responsible parties,
        the audit report cites special  condition  19  of the  cooperative
        agreement.  However, special  condition 3  of  the grant award, (April  17,
        1984), deleted special condition  19  from  the State's grant  application,
        dated March 20, 1984.


                                     -47-

-------
                                                                   APPENDIXI
                                                                   (CONTINUED)
Page Four
        Special condition 6 of the cooperative agreement states that neither
        party to the Agreement shall attempt  to negotiate  for nor collect
        reimbursement of any response costs on behalf of the other party, and
        authority to do so is expressly negated and denied.  Therefore, the
        FDER's handling of the cost recovery  monies was appropriate.
3.  FRINGE BENEFIT AND INDIRECT COST RATES HAD NOT BEEN FINALIZED

        The FDER concurs with the audit  finding  in that fringe benefit  and
        indirect cost rates have not been  finalized.  However, the cost  rates
        used by the FDER were informally approved by EPA.  The finalization of
        fringe benefit and indirect cost rates relies on  the EPA's acceptance
        and approval of the State of Florida, Office of the Auditor General's
        report.  The Auditor General has not, as of October 20,  1986,  released
        the 1984-85 Statewide Federal Financial  Assistance Audit.  Discussions
        with the Auditor General staff  indicate  that the  release of this audit
        is still 30-60 days away.
4.  MINOR FINDINGS REQUIRING CORRECTIVE ACTION

    A.  Quarterly Reports

        The FDER concurs with the audit  finding  and  is  currently  filing
        quarterly progress  reports with  EPA  project  officers as well  as Senior
        Management in Region 4.

    B.  Drawdowns

        The FDER concurs with the audit  finding  and  has reallocated the funds.
        The FDER will continue  to monitor the drawdowns to assure that they are
        directly related to expenditures  and will  followup on excess  drawdowns
        to ensure that they are  correctly allocated.


                   CORRECTIVE ACTION  BEING TAKEN BY  THE FDER
                                    /
        The FDER is  taking  positive steps toward the correction of many of the
        minor audit  findings brought  out  in  this .report by developing a' contract
        checklist.   This checklist will  include  all  contracting requirements at
        both the State and  Federal levels.  The  proper use of this checklist
        will enable  the FDER to  comply with  these requirements in an efficient
        manner.
                                       -48-

-------
                                                                 APPENDIX 1
                                                                 (CONTINUED)
Page Five
                        STATEMENTS BY THE FDER PERSONNEL
Throughout Che draft audit report,  the auditors  have  used  statements attributed  Note  2
to the FDER personnel.  All of the  statements  present a  negative view of the
FDER's procedures or handling of various contracting  requirements.  We discussed
these comments with the individuals in the  positions  cited  by  the audit report.
In all instances, the FDER personnel disclaim  making  the statements or indicate
that the statements were taken out  of context.  The FDER requests that, unless
the auditors have taped or written  documentation to verify  the statements used
in the audit report, these statements be removed prior to  release of the final
report.
                                      -49-
                                                                      Oboes')

-------
M Str^..  ,.,
        DC ""30480

-------