^ UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                        WASHINGTON, O.C. 20460
                          JAW  I 2 1987
                                                                Office, of
                                                           THE INSPECTOR GENERAL
MEMORANDUM
SUBJECT:
FROM:
TO:
          Report on Interim Audit of Commonwealth
          of Pennsylvania Department of Environmental
          Resources' Administration of Its Superfund
          Cooperative Agreements
          •Audit Report Number P5BH5-11-0056-70538
          Kenneth D. Hockman
          Divisional Inspector General for Audit
          Internal Audit Division (A-109)

          James M. Seif
          Regional Administrator, Region 3
SCOPE AND OBJECTIVES

We have completed an interim audit of cooperative agreements awarded to
the Commonwealth of Penn$yjh/ajn_i_a Department! of Enyi£onmental Resources
(PADER) under~tlre Cgaipj^Rgns'iye rnyj]rj»nme_nMT..Response,. Compensation, and
Lia^lity...Act__of_J.280.-  Tne auBTT'was performed by the contract auditors
TTchenor, Resler, and" Eiche, CPAs.
          SV-*^T
The objectives of the audit were to:

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

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

     3.  Ascertain the Commonwealth's compliance with provisions of the
         Letter of Credit - Treasury Financial Communications System
         Recipients' Manual.               '
                                           i
     4.  Determine the reasonableness, allocability, and allowability of
         the costs claimed under the cooperative agreements with EPA.
                          U.S. JEavirooasutal  Protection
                          Library,  ROOB 8404  Ptt-211**
                          401 * Street,  S.H.
                                     DO

-------

-------
Specifically, the audit covered the cooperative agreements awarded for
the removal of hazardous wastes from the Multi-Site (Welsh, Voortman,
Dorney, East Mount Zion, and Berks Sand Pit|) and Enterprise Avenue sites.
The audit included an examination of costs (incurred and claimed under  the
referenced cooperative agreements from inception, February 9, 1984 and
May 15, 1984, respectively through June 30,! 1985.

SUMMARY OF FINDINGS

FINANCIAL RESULTS OF AUDIT
COOPERATIVE
AGREEMENT
Multi-Site
Enterprise Avenue
Totals

CLAIMED
$ 232,706
3,161,418
$3,394,124
AMOUNTED
ACCEPTED
$ 232,706
3,032,477
$3,265,183

QUESTIONED
$ -
128,941
$128,941
Questioned costs are claimed costs that we have concluded should not be
reimbursed by the Government or incurred as part of project eligible
costs because they are not allowable underjthe provisions of applicable
laws, regulations, policies, cost principle's, or terms of the grant or
contract.                                  '
                                           i
1.  COMMONWEALTH'S SUPERFUND PROCUREMENT SYSTEM NEEDS IMPROVEMENT
                                           i
The procedures used by PADER to procure contract services under Superfund
cooperative agreements were inadequate and not in compliance with all
requirements of the Federal regulations (40 CFR Part 33).  Under the
existing system, contracts were awarded under both cooperative agreements,
although PADER's procurement system did not meet the applicable require-
ments of 40 CFR Part 33.

A.  Multi-Site Cooperative Agreement

    The procedures PADER used to procure the Ecology and Environment
    Inc., (£• 4 E) contract were inadequate)and not in compliance with the
    the sections of 40 CFR Part 33 pertaining to Negotiation and Award of
    Subagreement, Privity of Subagreement,| Model Subagreement Clauses,
    and Cost and Price Considerations.  These conditions were primarily
    attributable to the discrepancies between Commonwealth and Federal
    procurement procedures.               '

B.  Enterprise Avenue Cooperative Agreement

    The engineering firm, Weston, added a 6-percent handling fee to all
    other direct costs.  A percentage add-on to other direct costs
    indicates a cost-plus-percentage-of-cost (CPPC) contract.  The CPPC
    contract method is specifically prohibited by 40 CFR 33.285, because
    there is no incentive for the engineer! to control costs.

-------

-------
    In addition, we determined that the agreement between the City of
    Philadelphia and Weston did not reference any of the model subagree-
    ment clauses requ-ired by 40 CFR 33.1030.

2.  NONCOMPLIANCE WITH SPECIAL GRANT CONDITIONS

PADER did not submit to EPA the required quarterly progress reports for
the Multi-Site cooperative agreement within the required timeframes.
Additionally, quarterly progress reports required by the special conditions
section of the Enterprise Avenue cooperative agreement were not submitted
by PADER to EPA although PADER was aware of this requirement.  PADER gave
no reason for its noncompliance.  As a result, EPA did not have written
documentation detailing expenditures, estimates of work completed, cost
and time variances, and dates of completion.  The Enterprise Avenue coopera-
tive agreement is currently in the process of being closed out and PADER
has not submitted the required final report.

3.  PROPERTY MANAGEMENT REQUIREMENTS

PADER did not maintain a property listing for property purchased with EPA
funds through Associated Chemical and Environmental Services, Inc. (ACES),
the construction contractor.  We identified three property acquisitions
which should have been included on such a| list:  a truck scale; area
lighting; and utility poles.  According to 40 CFR 30.531, PAPER should
have maintained a listing of all property1 purchased with EPA funds.  The
property listing should contain a description of the property, serial and
model  numbers, acquisition cost and date,j and the ultimate disposition
of the property.  Without such a list, adequate controls did not exist to
provide accountability for Federally-owne|d property upon completion of the
project.  PADER was unaware of property management requirements under the
Superfund program.

PAPER'S COMMENTS ON FINDINGS AND OUR EVALUATION

An exit conference was held with PADER officials on September 16, 1985
and with Region 3 officials on September 20, 1985.  The purpose of the
exit conferences was to present the findijngs and recommendations and to
ensure a clear understanding of the report by PADER and Region 3 manage-
ment.   At the conferences and during the Bourse of the audit, PADER and
Region 3 officials discussed their positions relative to the findings and
recommendations.  In addition, PADER provided us with formal written
comments on our draft report in a letter jdated July 30, 1986.  The Deputy
Secretary for Administration, PADER 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.  To provide a
balance understanding of the issues, PAOER's position is summarized at
appropriate locations in the report and included as Appendix 1 and
Appendix 2.

-------

-------

RECOMMENDATIONS

We recommend that the Regional  Administrator,  Region 3:

     1.  Verify that PADER incorporates all 40 CFR Part 33 requirements
         into its written procurement procedures, including a cost analysis
         required by 40 CFR 33.390.

     2.  Request that PADER amend the contract with E&E under the Multi-
         Site agreement to include the model subagreement clauses stipulated
         by 40 CFR 33.103.

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

     4.  Request PADER to submit the final report for the Enterprise
         Avenue cooperative agreement.

     5.  Instruct PADER to include in its property listing the truck
         scale, in accordance with 40 CFR 30.531.

     6.  Not participate in the $128,941 of|questioned costs, and direct
         PAOER to determine the reasonableness of the costs incurred
         under the Weston contract and.renegotiate the contract accordingly.

ACTION REQUIRED

In accordance with EPA Directive 2750, the!Action Official is required to
provide this office with a copy of the proposed determination on the
findings within 90 days of the audit report! date)  In addition, please
include an action plan with specific milestone dates for each corrective
action that was not fully implemented.

-------

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

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

B.  Regional Office

    Regional Administrator, Region  3
    Audit Follow-up Coordinator, Region 3

C.  Headquarters Office

    Director, Grants Administration
     Division (PM-216)
    Chief, Superfund Accounting Branch  (PMr226)
    Director, Resource Management Staff (WH-562A)
    Chief, Grants Policy and Procedures
     Branch {PM-216}
    Director, Facilities and Support Services
     Division (PM-215)
Copies

  5
  2
  1
  1
  1
  3

  1

  1

-------

-------
               REPORT OF INTERIM AUDIT OF
              COMMONWEALTH OF PENNSYLVANIA
         DEPARTMENT OF ENVIRONMENTAL RESOURCES'
 ADMINISTRATION OF ITS SUPERFUND COOPERATIVE AGREEMENTS
WITH EPA UNDER THE COMPREHENSIVE ENVIRONMENTAL RESPONSE,
         COMPENSATION, AND LIABILITY ACT OF 1980
  FOR THE PERIOD FEBRUARY 9, 1984 THROUGH JUNE 30, 1985
                TICHENOR, RESLER & EICHE
              CERTIFIED PUBLIC ACCOUNTANTS
                  THE SUMMIT, SUITE 200
                  4350 BROWNSBORO ROAD
               LOUISVILLE, KENTUCKY  40207

-------

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

SUMMARY OF FINDINGS

BACKGROUND

AUDITORS' REPORT ON COOPERATIVE AGREEMENTS V-003302 AND
 V-003298 AWARDED TO THE PENNSYLVANIA DEPARTMENT OF
 ENVIRONMENTAL RESOURCES            !
                                    i

AUDITORS' REPORT ON INTERNAL ACCOUNTING CONTROL AND
 COMPLIANCE

FINDINGS AND RECOMMENDATIONS

1 -  COMMONWEALTH'S SUPERFUND PROCUREMENT SYSTEM
      NEEDS IMPROVEMENT

2 -  NONCOMPLIANCE WITH SPECIAL GRANT CONDITIONS

3 -  PROPERTY MANAGEMENT REQUIREMENTS
                                              Page

                                                1

                                                2

                                                4



                                                8


                                                9
                                               11

                                               16

                                               18
EXHIBIT A -
EXHIBIT B -
EXHIBIT C -
APPENDIX 1 -
APPENDIX 2 -
COOPERATIVE AGREEMENTS AWARDED TO THE
PENNSYLVANIA DEPARTMENT OF ENVIRONMENTAL
RESOURCES SUMMARY OF COSTS CLAIMED,
ACCEPTED AND QUESTIONED FOR THE PERIOD
FEBRUARY 9, 1984 THROUGH JUNE 30, 1985
MULTI-SITE COOPERATIVE -AGREEMENT AWARDED
TO THE PENNSYLVANIA DEPARTMENT OF
ENVIRONMENTAL RESOURCES SCHEDULE OF
COSTS CLAIMED AND ACCEPTED FOR THE
PERIOD FEBRUARY 9, 1984 THROUGH
JUNE 30, 1985

ENTERPRISE AVENUE COOPERATIVE AGREEMENT
AWARDED TO THE PENNSYLVANIA DEPARTMENT
OF ENVIRONMENTAL RESOURCES SCHEDULE OF
COSTS CLAIMED, ACCEPTED AND QUESTIONED
FOR THE PERIOD MAY 15, 1984 THROUGH
JUNE 30, 1985

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT
OF ENVIRONMENTAL RESOURCES RESPONSE
TO DRAFT REPORT DATED JULY 30, 1986
                     I
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT
OF ENVIRONMENTAL RESOURCES RESPONSE    „
TO DRAFT REPORT DATED SEPTEMBER 8, 1986
                                                              19
                                                              20
                                                              21
                                                              23
                                                              35

-------

-------
                   REPORT OF INTERIM AUDIT OF
                •  COMMONWEALTH OF PENNSYLVANIA
             DEPARTMENT OF ENVIRONMENTAL RESOURCES'
     ADMINISTRATION OF ITS SUPERFUND COOPERATIVE AGREEMENTS
    WITH EPA UNDER THE COMPREHENSIVE ENVIRONMENTAL RESPONSE,
             COMPENSATION, AND LIABILITY ACT OF 1980
      FOR THE PERIOD FEBRUARY 9, 1984 THROUGH JUNE 30, 1985


SCOPE AND OBJECTIVES

We performed an interim audit of the Commonwealth of Pennsylvania
Department of Environmental Resources' (PADER)  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 primary
objectives of our audit were to:

1.   Determine  the  adequacy,  effectiveness,  and  reliability of
     procurement, accounting,  and management  controls  exercised
     by the Commonwealth  in  administering its cooperative agree-
     ments .

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

3.   Ascertain  the  Commonwealth's compliance with  provisions of
     the  Letterof  Credit  -  TreasuryFinancial Communications
     Systern Recipients' Manua1.

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

Specifically, our audit covered the cooperative agreements award-
ed for the removal of hazardous wastes from the Multi-Site (Welsh,
Voortman, Dorney, East Mount Zion, and Berks Sand Pit) and Enter-
prise Avenue sites.   The audit included  an  examination  of costs
incurred..and claimed  under  the referenced cooperative agreements
from inception, February  9,  1984  and May 15, 1984, respectively,
through June 30, 1985.

Our  examination  was  performed  in  accordance  with  generally
accepted  auditing  standards  and  the  Standards  for  Audit  of
Governmental Organizations,  Programs,  Activities  and  Functions
(1981Revision).Accordingly,  ourexaminationincludedsuch
tests  of   the   accounting  records   and  such  other  auditing
procedures as we considered necessary in  the circumstances.
                               -1-

-------

-------
CLAIMED
$ 232,706
3,161,418
$3.394.124
ACCEPTED
$ 232,706
3,032.477
$3.265.183
QUESTIONED
$ -
128,941
$128,941
SUMMARY OF FINDINGS


FINANCIAL RESULTS OF AUDIT

Subject to the effects  on  Exhibit  A of EPA's ultimate resolution
of  the questioned  costs referred  to in  the auditor's  report,
Exhibit  A  (summarized  below)  fairly  presents  the  financial
information and financial provisions of the grants.

   COOPERATIVE                     ,  AMOUNT
    AGREEMENT

Multi-Site
Enterprise Avenue

Totals                 	      ______      	

                                   i    . ?6~^/v-r       ~~~>j'-ii?'t ,-
Questioned costs are claimed  costs jthat  we have  concluded should
not  be reimbursed  by  the Government or  incurred  as  part  of  }
project eligible costs  because they are not  allowable  under the  /
provisions  of  applicable  laws,  {regulations,   policies,   cost  /
principles, or terms of the grant or contract.                    /

1.  COMMONWEALTH'S SUPERFUND PROCUREMENT SYSTEM NEEDS IMPROVEMENT

The  procedures  utilized by PADER,  to procure contract  services
under Superfund cooperative agreements were inadequate and not in
compliance with all  requirements of the Federal  regulations (40
CFR Part 33).  Under the existing  system,  contracts were awarded.
under  both  cooperative  agreements,j  although  PADER1s procurement
system did  not  meet the applicable  requirements of  40  CFR Part
33.

A.   Multi-Site Cooperative Agreement

     The procedures utilized  by  PADER to procure the Ecology and
     Environment Inc. ,  (E  & E) contract were  inadequate  and not
     in compliance with  the following  sections of 40 CFR Part 33:
     33.520-Negotiation and Award of Subagreement! 33.245-Privity
     of  Subagreement;   33.1030-Model  Subagreement  Clauses;  and
     33.290-Cost and Price Considerations.   These conditions were
     primarily attributable to the discrepancies between Common-
     wealth and Federal procurement procedures.

B.   Enterprise Avenue Cooperative Agreement

     The engineering firm, Weston, added a 6Z handling fee to all
     other  direct  costs.   A   percentage add-on  to  other  direct
     costs   indicates    a   cost-plus-percentage-of-cost    (CPPC)
     contract.   The   CPPC   contract  method   is   specifically
     prohibited by 40 CFR 33.285.  CPPC type contracts offer the

-------
SUMMARY OF FINDINGS  (Continued)
possibility for the contractor to permit the cost of the project,
and  the 6Z add-on,  to be  increased  in order  to  increase their
profit.   In  addition, we  determined that  the  agreement between
the  City  of Philadelphia  and Weston did not reference any of the
model subagreement clauses required by 40 CFR 33.1030.

2.   NONCOMPLIANCE WITH SPECIAL GRANT CONDITIONS

PADER did not  submit to EPA  the  required  quarterly progress re-
ports   for the   Multi-Site  cooperative  agreement  within  the
required  timeframes.   Additionally,  quarterly  progress  reports
required by the special conditions section of the Enterprise Ave-
nue  cooperative agreement  were not  submitted by PADER to EPA al-
though  PADER was aware of  this requirement.  PADER gave no reason
for  their  noncompliance.   As a. result,  EPA  did not have written
documentation  detailing expenditures,' estimates of work complet-
ed,  cost and time variances,  and dates of completion.  The Enter-
prise Avenue cooperative agreement is currently  in the process of
being closed out  and PADER has not  submitted the  required final
report.

3.   PROPERTY MANAGEMENT REQUIREMENTS

PADER did  not  maintain a  property listing for property purchased
with EPA funds through Associated Chemical and Environmental Ser-
vices,  Inc.  (AGES)  (the construction contractor).   We identified
three^property acquisitions  which  should have  been  included on
5uch"a  list:   a  truck scale, area  lighting,  and  utility poles.
According  to  40  CFR 30.531,  PADER  should  have maintained  a
listing of all property purchased with  EPA funds.  The property
listing should contain a  description of the property, serial and
model  numbers,  acquisition  cost  and  date,   and the  ultimate
disposition  of  the   property.   Without  such  a  list,  adequate
controls   did   not   exist   to   provide    accountability   for
Federally-owned property  upon completion of the project.   PADER
was  unaware   of  property  management  requirements  under  the
Superfund  program.

PAPER'S COMMENTS ON FINDINGS  AND OUR EVALUATION

An exit conference was held with PADER officials on September 16,
1985 and  with Region  3   officials  on  September  20,  1985.   The
purpose of the exit  conferences was  to  present our findings and
recommendations and to ensure a clear understanding of our report
by PADER  and Region  3 management.   At the conferences and during
the  course of  the audit,  PADER  and Region  3 officials discussed
their position relative to our findings and recommendations.  In
addition,  PADER  provided us  with  formal written comments on our
draft  report  in  a  letter  dated  July 30,  1986.   The  Deputy
jinrrrrnry  for  A dm 1n Infra firm t ^PADER gejterally_cjgacur.rjeydL.with our
findings, and recommendations, except  as  noted in the  Findings and
Recommendations  and" Notes   to  the  Exhibits  sections   ~e   -U4~

                               -3-
of  this

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


report,  and  indicated  corrective  actions  were  taken  or  were
planned to resolve  the issues citejd in the report.  We concluded
that  PADER'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  PADER's  position  at  appropriate  locations   in  the
report  and included  the response  as Appendices  1 and  2.   Two
attachments  included with  and referenced  in the  response  were
considered too  voluminous to  include  in  Appendix  1.   The entire
response, including these attachments, is available for review in
the  Office of  Inspection General,]  Internal Audit  Division,  in
Washington, D.C.

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 "Superfund11,
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
or  Commonwealth  governments to respond  directly  to any problems
at  uncontrolled hazardous  waste  sites,  not only  in emergency
situations,  but  also  at  sites  where  longer  term permanent
remedies were required.

The blueprint for  the Superfund program  under  CERCLA  is  the Na-
tional Contingency  Plan (NCP), firjst  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 were:  immediate removal, planned removal, and remedial re-
sponse.   The  first two types  of  responses were  for  short  term
actions in emergency  situations.   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 provided  for compiling a  National  Priority List (NPL) of
hazardous waste  sites  for remedialjaction.  In October 1981, EPA
compiled an interim priorities list of 115 hazardous waste sites.
The  sites  were  nominated by  the JEPA  Regional Offices  and the
States and Commonwealths,  primarily on  the basis  of potential
threat to the public health.  Also.j the threat  to  the environment
was considered.   In  September 1983,  EPA published the first NPL,
which consisted  of 406 sites.*
                               .4.

-------
BACKGROUND (.Continued!
CERCLA Section  104(c)(3) provides  that  no remedial actions shall
be  taken  unless the State  or Commonwealth in which  the release
occurred  first  entered into a contract  or cooperative agreement
with  EPA, with assurance  of payment  of  10  or  50   percent  of
remedial  costs.   The  State  or  Commonwealth 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 Commonwealth or a
political  subdivision thereof),  the  State or  Commonwealth  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.

PADER is  the designated Commonwealth Agency for identifying  and
ranking   sites   which  posed  a  risk   to  the   public   or  the
environment,  and performance  of remedial  investigation,  design
and cleanup at hazardous waste sites. During our audit, PADER was
actively  involved  in  the  Multi-Site  and   Enterprise  Avenue
cooperative agreements with EPA for remedial action.

Multi-Site Cooperative Agreement

Cooperative agreement  number  V-003302 was awarded to  PADER under
CERCLA on February 9,  1984.   This  cooperative  agreement  provided
for  100  percent Federal participation  for Pennsylvania  to take
the  lead  in  remedial  planning activities  at NFL hazardous waste
sites pursuant to CERCLA and the NCP.

1.   Welsh Road

     Mr.   Ernest Barkman owned and operated a  sanitary  landfill
     approximately  eight acres  in  size,  located in Honeybrook
     Township,  Chester County, Pennsylvania.  Disposal operations
     at the  unpermitted  landfill reportedly began prior to 1971
     and continued until PADER forced  the landfill to officially
     close in  1976.    During  the period  of operation, municipal
     and.  industrial  wastes  were reportedly disposed of  at  the
     site.   Samples  obtained  from on-site monitoring wells  in-
     stalled by  PADER  revealed detectable levels of organic con-
     tamination  in  the analysis.  Nearby residential wells sam-
     pled by PADER and the Chester  County Health Department  re-
     vealed high organic contents in the analysis.   PADER, over
     the  past  seven years,  had  been unsuccessful in having  the
     responsible party comply with all of  the requirements stated
     in the closure plan.

2.   East Mount  Zion

     The East Mount Zion site *is located  in Springettsbury Town-
     ship, York County,  east  of Mount  Zion,  Pennsylvania.  The
     landfill was  situated on top of a  hill  whose  southern  and
                                -5-

-------
BACKGROUND (Continuedl


     western  sideslopes  average  70) to  80  percent  grade.   Both
     municipal  and  industrial  wastes  had  been  accepted at  the
     site  during the  years between1  1947  and  1972.  The  final
     cover was  not completed  until! after  the  landfill's  final
     closure in  1972.   The  residents within a  one  mile radius of
     the site depend on groundwater for their water supply.

     Testing by the Commonwealth has shown  the presence of sever-
     al priority pollutants in the groundwater,  including  vinyl
     chloride and benzene.   Trichloroethylene, phenol,  and zinc
     were detected at significant levels in leachate samples col-
     lected.   Analysis of  the electroplating  sludge waste  which
     was accepted by  the landfill showed it  to  contain cyanide,
     chromium, cadmium, nickel, zinc,  and copper.

3.   Berks Sand Pit

     The Berks  Sand Pit site  is  located in  Long swamp Township,
     near   the   village   of   Huffs    Church,   Berks   County,
     Pennsylvania.  The  privately owned  site  was  a  sand pit of
     approximately one-fourth  acre in  size,  which was  used  for
     the disposal of  chemical  waste and  then  backfilled and  re-
     graded.   Domestic wells  adjacent  to the  site  have  been  se-
     verely   contaminated   with   organic   compounds   such   as
     trichloroethane  and 1,2-dichloroethane and high  levels  of
     some metals  have  also  been found.   Contaminated groundwater
     seeps are   discharging into  the  headwaters   of the  north
     branch of the Perkiomen Creek which is a  major public  water
     supply for  the Philadelphia Suburban  Water Company, and is
     used locally for recreational fishing.

4.   Dorney

     This site is located in Lehigh County near the Berks County-
     Lehtgh  border,  about  one  mile  south  of  Breinigsville,
     Pennsylvania in Upper  Macungie Township.  The site occupies
     37.5 acres  and was  active  from  1952-1978  operating  as  an
     open dump.    Between 1958  and 1978,  the site was operated as
     a landfill.  The site was leasejd during the last 12 years of
     operation.    A  variety  of municipal  and industrial  wastes
     were disposed of there over the years.

5.   Voortman

     This site is a farm, owned by  Henry and  John Voortman, in a
     largely agricultural area.  The surrounding geology is  lime-
     stone with a number of large sinkholes.  During 1979-80,  one
     such sinkhole on  the property was  filled with battery  cases
     and various  other wastes of an undetermined  nature.   There
     is a definite potential of groundwater contamination by lead
     and acid.   Several  other  sinkholes  on adjoining properties


                               -6-

-------
BACKGROUND (Continued)
     have  also  served  as  illegal  disposal  areas  for  similar
     wastes.

Enterprise Avenue Cooperative Agreement

The  57 acre  Enterprise  Avenue site  is  owned  by  the City  of
Philadelphia Water Department (PWD) and was used by the City from
1971  to  1976  for  landfilling  incinerator residue.    During  the
same time period, illegal burial of approximately 12,000 drums of
hazardous wastes occurred at the  site.   Exploratory excavations
and investigative work, by the  PWD,  disclosed  that  the drums  had
typically  been  buried  from  one  to  15  feet below  grade,  and
contained wastes such as paint sludges,  solvents, oils,  resins,
metal  finishing  wastes,  solid  inorganic wastes, and  laboratory
wastes.

PADER received a cooperative agreement (Number V-003298) from EPA
on May 15,  1984  to  implement  the off-site  disposal alternative
selected by PADER and  EPA- for  the  Enterprise Avenue  site.   An
emergency investigation  of  the  site was  conducted by  Weston  for
the PWD  in 1979.  PADER was responsible  for  the administration
and management of  the  implementation  of the  1984  agreement  and
the performance of the cleanup activities.

PADER  then  contracted with the City of  Philadelphia to continue
performing  all  remedial  work  at  the  site and  to procure  the
services of contractors  and  consultants.   The City also provided
an on-scene coordinator responsible for  the day to  day  on-site
monitoring, assuring  compliance to  the work,  safety and  quality
assurance plans  as well  as  keeping the  Commonwealth  updated on
all activities.
                                -7-

-------
      TICHENOR, RESLER & EICHE
         CERTIFIED PUBLIC ACCOUNTANTS                        THE SUMMIT. SUITE 200
                                                  4350 BROWNSBORO ROAD
                                                  LOUISVILLE. KENTUCKY 40:07
                                                  (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 COOPERATIVE AGREEMENTS  V-003302 AND
       V-003Z98 AWARDED TO THE PENNSYLVANIA DEPARTMENT Of
                     ENVIRONMENTAL  RESOURCES
                                    j
We have examined  the  costs  claimed by Pennsylvania  Department of
Environmental  Resources  (PADER)  related  to  the  Multi-Site  and
Enterprise  Avenue cooperative  agreements  from  February 9,  1984
through June  30,  1985  as  detailed ito Exhibit  A.  Our  examination
was  performed  in accordance  with , generally  accepted  auditing
standards   and   the    Standards   for   Audit   of  Governmental
Organizations.   Programs,   Activities,   and   Functions(1981
revision).Accordingly,  our examination  included such  tests of
the accounting  records and such ottier  auditing procedures  as we
considered necessary in the circumstances.

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

As  part  of our examination,  we determined the allowability of
costs claimed under the project  in  accordance with  the provisions
of the cooperative agreements and applicable Federal regulations.
Exhibit A sets forth the costs which we questioned  in  this regard
and  includes  an  explanation  of   tjhe  reasons  such  costs  were
questioned.

In  our  opinion,  subject   to   the effects  of  EPA's  ultimate
resolution of the questioned costs {referred to in  the preceding
paragraph*, Exhibit A presents fairly  the  costs claimed by PADER
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
September 20,  1985
                                -8-

-------

-------
      TICHENOR, RESLER & EICHE
        CERTIFIED PUBLIC ACCOUNTANTS                        THE SUMMIT. SUITE 200
                                                  4350 BROWNSBORO ROAD
                                                  LOUISVILLE. KENTUCKY 40:07
Mr. Kenneth D. Hockman                            15021893.0700
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 Pennsylvania
Department  of  Environmental Resources  (FADER)  related  to  the
Multi-Site  and  Enterprise  Avenue ',  cooperative  agreements   from
February 9, 1984 through June 30,  1985, as  detailed  in  Exhibit  A.
Our  examination  was  performed   in  accordance  with   generally
accepted  auditing  standards and  the  financial  and   compliance
provisions   of   the  Standards   for   Audit   of  Governmental
Organizations,   Programs,   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 FADER.  For the purpose of  this
report, we  have classified the significant internal  accounting
controls into the following  categories.
                    Disbursements
                    Payroll
                    Contractor procurement
                    Contractor performance  and billings
                    Cash management|(letter of credit  system)
                    Property and equipment
Our study included all of  the  control  systems  listed  above.

That study and  evaluation was limited to a preliminary review of
the system to obtain  an  understanding of the  control  environment
and  the  flow  of  transactions  through  the  accounting   system.
Because  the  audit  could  be  performed more  efficiently  through
additional  analysis  and  substantive  audit  tests,  thus  placing
very little  reliance on the  internal  control system, our  study
and evaluation of the internal accounting  controls  did not extend
beyond this preliminary  phase.   Accordingly,  we do  not express an
opinion on the  system of  internal accounting  controls  taken  as  a
whole.   Our  examination,  did  not  disclose any  conditions,  other
than those presented  in  the  Findings  and  Recommendations,  that we
believe to be material weaknesses.

As  a part  of  our examination, we  performed  certain tests to
determine  whether   or  not   Federal  funds  were   expended in
accordance with the provisions of the cooperative  agreements and
applicable   Federal   laws,    regulations,   policies   and   cost
principles.   The results of  our tests  indicated  that   for  the
items   tested,   PADER   complied  with  the   provisions   of   the
cooperative agreements and applicable Federal laws, regulations,


                                -9-

-------
Mr. Kenneth D. Hockman
Page. 2
policies,  and   cost  principles,  except   for   the  conditions
described  in  the  Notes  to the Exhibits.   Further,  for the items
not tested, based upon our examination referred to above, nothing
came to our attention which indicated that FADER 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
cooperative agreements  to  which  it  refers  and should not.be used
for any other purpose.
TICHENOR, RESLER & EICHE
Louisville, Kentucky
September 20, 1985
                               -10-

-------
FINDINGS AND RECOMMENDATIONS


1-  COMMONWEALTH'S SUPERFUND PROCUREMENT SYSTEM NEEDS IMPROVEMENT

The procedures utilized by PADER to procure contract services un-
der Superfund  cooperative  agreements were  inadequate and  not in
compliance with  all  requirements of Federal  regulations  (40 CFR
Part 33).  Under the  existing  system,  contracts  were awarded un-
der  both  cooperative agreements, |although  PADER's  procurement
system did not meet  the applicable requirements of 40  CFR Part
33.

PADER, in  its  procurement  certification,  elected to certify that
the  "Department  of  General  Services Field Purchasing  Manual
M610.5"  (Manual) contained  the applicable  State  regulations that
would be relied  on  for compliance jwith 40  CFR Part 33.   Our re-
view of  the  Manual referenced above,  indicated  that  the  Manual
appeared to be applicable to small purchases  such as typewriters,
rather than for  the awarding of subagreements,  and therefore did
not provide the  necessary   procurement guidelines for compliance
with 40 CFR Part 33.               '

A.   Multi-Site Cooperative Agreement

     The procedures utilized by PADER  to  procure the Ecology and
     Environment, Inc.  (E  & E)  contract were inadequate  and not
     in compliance with the following  sections of 40 CFR Part 33:
     33.520-Negotiation and Award ojf Subagreementj 33.245-Privity
     of  Subagreement;  33.1030-Model  Subagreement  Clauses;  and
     33.290-Cost and  Price Considerations.  These conditions were
     primarily attributable  to the  discrepancies between Common-
     wealth and  Federal procurement procedures.   Detailed below
     are items the procurement  system  failed  to address regarding
     the E &  E  contract,  awarded on  July  9, 1984, for  a total
     amount of $979,100.  The bidding  documents did not:

     0     Indicate  how  to  obtain!  a   copy  of   40  CFR  33.295,
        "  Subparts F  and G.        ;

     0     Specifically  state  in P,ADER's  request  for  qualified
           proposals  that  the   basis  for  awarding  the  contract
          would be  based on initial offers  alone as required by
           40 CFR 33.520.           !

     8     Set EPA and the United St-ates apart from the contractor
           selection process as  required by 40 CFR 33.245 (further
           explained by  (1) on page  13).

     0     Incorporate  all  required  EPA Subagreement clauses  in
           the  contract  awarded as  required by  40 CFR  33.1030
           (further detailed by  (2) on  page 13).
                              -11-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
          Require submission of a cost analysis as required by 40
          CFR 33.290
     These conditions were primarily
     a  written  procurement  manual
     which takes  into consideration
     requirements.  In addition, EPA
     submitting  qualified  proposals
     evaluated  and  that  the  best
     contract.
                 attributable  to  the  lack of
                 for  awarding  subagreements
                 40  CFR Part  33  procurement
                 has no  assurance that firms
                  were  fairly  and  uniformly
                  offeror   was  awarded  the
     The applicant  and recipient  are responsible  under 40  CFR
     33.110  to  evaluate  its  own  procurement  system  and  to
     determine whether  its  system meets the  applicable require-
     ments of  40  CFR Fart  33.   The  EPA  guidance for  the  above
     regulation  is   found  in  its  manual  entitled  State  Par-
     ticipation  in  the  Superfund  Remedial  Program"Chapter
     111-12 of  the  manual  requires  the  completion of  the  Pro-
     curement System  Certification Form  for Applicants for  EPA
     Assistance. EPA  form 5700-48.  Part  B of EPA  form 5700-48
     provides for the following certification language:

          "Based   upon   my   evaluation    of   the   applicant's
          procurement system,  I,  as  authorized representative of
          the applicant, certify that the applicant's procurement
          system will meet all the requirements of 40 CFR Part 33
          including the attached  subparts  before  undertaking  any
          procurement action with EPA assistance."

     The subparts referenced in the EPA form 5700-48 included, in
     part, the following:
      40 CFR
     Reference

     33.520
     33.245
     Subpart F
Section Title and Summary of Requirements

NEGOTIATION AND AWARD OF AGREEMENT.  Unless
the request for proposals states that the
award may be based on initial offers alone,
the recipient must conduct meaningful nego-
tiations with the best qualified offers.

PRIVITY OF SUBAGREEMENT.  Neither EPA nor the
United States shall be a party to any sub-
agreement nor to any solicitation or request
for proposals.

SUBAGREEMENT PROVISIONS.  Subagreements for
procurement under EPA Assistance must contain
the appropriate clauses, or their equivalent,
specified in this subpart.
                              -12-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
     33.290
COST AND PRICE CONSIDERATIONS.  System proce-
duresmust  allow  for  consideration of  cost
and price as required in this section.
     PADER's procurement procedures did not fully comply with the
     requirements of 40  CFR  Part  33irelating to  the  competitive
     negotiation  procurement method1  for  the  E &  E  contract.
     While  PADER  had  met  the   majority  of   the   competitive
     negotiation  requirements,  it  had  not  complied  with  those
     applicable  to  (i)  public  notice;   (ii)   *the   basis  for
     awarding  the contract;  and  (iii)  ^submission  of  a  cost
     analysis.   According  to 40 CFR  33.520, unless   the  request
     for proposal states  that  the  award may be  based on initial
     offers alone, the recipient must  conduct meaningful negotia-
     tions with the  best qualified offerers.  In this  case,  the
     awarding  of  the   contract  to  E  &  E  resulted  in  PADER
     obtaining  the engineer  with  the  lowest price offer  and the
     highest qualifications as determined  by an  evaluation panel
     comprised  of three EPA  officials and three  PADER officials.
     Nevertheless,  PADER  should  ensure  that   all   competitive
     negotiation requirements are  used  when  evaluating proposals
     to obtain  an  agreement most advantageous  to   the  Common-
     wealth.  The following  items  detail  the deficiencies noted
     above:

     (1)  Privity of Subagreement

          We tested PADER contracts awarded  under the Multi-Site
          cooperative   agreement   for   compliance    with   the
          requirements of 40 CFR 33.245.   We found that the team
          chosen to evaluate the engineering proposals consisted
          of three EPA officials and three PADER officials.  As a
         .result  of  EPA  participation   in PADER's  selection
          process, EPA's position  that  it  was not a party to any
          subagreement may be jeopardized.

          For  example,   EPA  involvement  in  PADER's  selection
          process increases  the risk  that  losing bidders might
          succeed in naming  EPA  as  a  defendant in  litigation
          concerning  the assistance  recipient's contract  award
          procedures.   In   addition,1   EPA  involvement  in  the
          selection process increases! the risk that other persons
          might  succeed   in  naming!  EPA   as   a defendant  in
          litigation concerning  the performance of the contract
          (e.g.,  contractor  claims j or   tort   claims).    These
          potential  problems   can be  avoided,  or  at  least
          mitigated, by ensuring that EPA employees only provide
          oversight  of  the procurement process  and  do  not
          participate on selection panels.

-------
FINDINGS AND RECOMMENDATIONS (Continued)
          Subsequent to  the award of  these contracts under  the
          Multi-Site cooperative  agreement,  EPA Issued  guidance
          which should be followed for future procurements:

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

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

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

     (2)  Part 33.1030 Model Subagreement Clauses

          The agreement between PADER and E & E states  that  the
          contractor is  to  perform the scope of work consistent
          with all appropriate Federal requirements, however,  the
          agreement did not  specifically  reference  the following
          required clauses:

                      Differing site conditions
                    * Price reduction for defective cost or
                      pricing data
                    * Gratuities
                    * Responsibilities of the contractor (Parts A
                      1-3 and 5)
                    * Final payment
                    * Privity of subagreement

          Additionally, the  following  clauses  although included,
          were not  equivalent  to  those required by 40  CFR  Part
        " 33:

                     Supersession
                   * Suspension of work
                     Termination
                     Responsibility of contractor (Part A-4)
                     Audit; access to records
                     Covenant against contingent fees
                     Changes

     *    A  similar  finding  was  identified  by  a  Management
          Assistance Visit performed by EPA Headquarters in their
          report, dated June 26,  1985.
                              -14-

-------
FINDINGS AND RECOMMENDATIONS (Conclriued)


B.   Enterprise Avenue Cooperative Agreement
                                    i
     The engineering firm, Weston, added a 6Z handling fee to all
     costs  except  direct  labor.   A  percentage  add-on  to  other
     di'rect  costs  and  subcontractor costs  is  a  CPPC  contract.
     (A  percentage  add-on  for indirect  costs,  if  it   does  not
     include  profit,  may  be  invoiced  by  the  contractor  if
     approved  in the  contract.)    The  CPPC  contract method  is
     specifically prohibited  by 40 | CFR 33.285.    CPPC  type  con-
     tracts  offer  the possibility  for  the contractor  to permit
     the cost of the  project,  and the 6Z add-on,  to be increased
     in order  to  increase their profit.   In  addition,  we deter-
     mined  that  the agreement  between  the City of Philadelphia
     and Weston  did  not reference any  of  the model subagreement
     clauses required by 40 CFR 33.1030.

PAPER'S COMMENTS ON FINDINGS

We   recommended   in   our   draft   report   that    the   Regional
Administrator,  Region  3  ensure   that  PADER establish  written
procedures and initiate improvements  to its procurement system to
meet all the requirements of 40 CFR Part 33.  We also recommended
that PADER  be advised to  amend the  E&E and  Weston contracts  to
include  the  model  subagreement  clauses  and amend the  Weston
contract  to remove the  CPPC  type  provisions.   In  addition,  we
recommended  that the  Regional  Administrator instruct  Regional
employees not to act as members of PADER's selection panels.

The  Deputy  Secretary  for  Administration,  PADER,   stated  in
response to the recommendations in our draft  report:

0    PADER has a written procurement  procedure which includes the
     following documents:  Invitation - Bid Proposal (ER-OSS-15),
     Federal  Program  Requirements, and  Contracting  for Services
     Manual (M215.1).  It is PADER1s  position that the procedures
     and'requirements  outlined in  these  documents substantially
     meet the requirements of the Federal Procurement Regulations
     40  CFR   Part   33.   However, j  PADER  agrees  that  future
     procurements under  EPA  cooperative agreements will:  inform
     respondents of  where and how  to  obtain a  copy of  40  CFR
     33.295,  Subparts F  and  G;  and specifically state  in  the
     Request for Qualifications and Proposals that the award may
     be based on initial offers alone (if appropriate).

     It  is  PADER's  position  that;  the  clauses   used  by  PADER
     are   equivalent   to  and   have   substantially  met   the
     requirements of  the  model sub'agreement clauses.   However,
     PADER  will  modify  its  subagreement  clauses  to  make  the
     language more parallel to the Federal model clauses.
                              -15-

-------
FINDINGS AND. RECOMMENDATIONS (Continued)
0    The work activities related to the Weston contract have been
     completed.   Therefore,  there  is no  need  to  change  the
     contract   to   remove  any   cost-plus-percentage   language.
     Future  contracts  will   not  contain  cost-plus-percentage
     provisions.

OUR EVALUATION OF PAPER'S COMMENTS

The   response    indicated   that   FADER's  written   procurement
procedures substantially met  the  requirements  of  40  CFR Part 33.
However,  our  review  of   the Contracting  for  Services  Manual
(M215.1) and the Invitation - Bid Proposal (ER-OSS-15) indicates
that these documents  did not  address  model  subagreement clauses
or privity of  subagreement.   Additionally,  a  copy of the Federal
Program  Requirements  mentioned  above  was  not  included  with
PADER's response.

The proposed actions  to incorporate these  provisions  for future
procurements are responsive to the intent of the recommendations
and  should  help  -to  ensure  that  firms  submitting  qualified
proposals are  fairly  and uniformly evaluated.  However,  we have
not examined the results of the proposed  actions  to  determine if
they are functioning as stated.

The  response  did  not address  the recommendation  to  include  a
requirement  for cost analysis  in  the  procurement  procedures.
Also,  the  response did  not  indicate  that the current contract
with E&E  had been  or would  be  amended  to include  the required
model subagreement clauses.

RECOMMENDATIONS

We recommend that the Regional Administrator, Region 3:

          Verify  that  PADER  incorporates  all  40  CFR  Part  33
          requirements  into its written  procurement procedures,
        • including a cost  analysis required by 40 CFR  33.290.

     0    Request  that  PADER  amend  the  contract with E&E under
          the   Multi-Site   agreement   to   include    the  model
          aubagreement clauses stipulated by 40 CFR 33.103.

     *    Instruct  Regional employees  not  to act as  members of
          State  selection  panels  until EPA'8 Headquarters Grants
          Administration Division issues  an agencywide directive
          on this matter.

2.  NONCOMPLIANCE WITH SPECIAL GRANT CONDITIONS

PADER  did not  submit to EPA  the  required quarterly  progress re-
ports   for   the Multi-Site  cooperative  agreement  within  the
                               -16-

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


required  timeframes.    Additionally,  quarterly  progress  reports
required by the special conditions section of the Enterprise Ave-
nue cooperative agreement  were  not submitted by FADER to EPA al-
though PADER was aware of  this requirement.  PADER gave no reason
for their  noncompliance.   As a result,  EPA  did not have written
documentation detailing expenditures,  estimates of work complet-
ed, cost and time variances,  and dates of completion.  The Enter-
prise Avenue cooperative agreement is currently  in the process of
being closed out  and PADER has noti submitted the required final
report.

PAPER'S COMMENTS ON FINDING

We   recommended   in   our   draft   j report   that   the   Regional
Administrator,  Region  3  request  PADER to  submit  the  required
quarterly  progress   reports  for  j the   Multi-Site  cooperative
agreement  on  a  timely basis  and  to submit  the  final report for
the Enterprise Avenue cooperative agreement.
                                    i
The  Deputy  Secretary  for  Administration,  PADER,  stated  in
response to the recommendations in our draft report:

0    The Multi-site Cooperative Agreement  quarterly reports have
     been  submitted each quarter one  to  two  months after the end
     of that quarter.  However, over the last several quarters we
     have  imposed  a  schedule of submitting  the quarterly report
     no  later   than  one  month after the  end  of  the  calendar
     quarter.  This meets with EPA approval.

0    The   Department  has   not  yet  received  but  is  actively
     soliciting   the   final   Enterprise  Avenue   invoices   and
     close-out report  from the City of  Philadelphia.   After the
     Department receives  this report, we  will  submit  the final
     progress  report   for  the  Enterprise  Avenue  cooperative
     agreement to EPA.              '

OUR EVALUATION OF PAPER'S  COMMENTS

The discussed and  proposed actions.are  responsive  to the intent
of  the  recommendations  and  should  help  to   ensure  that  EPA
receives timely information detailing expenditures, estimates of
work completed, cost  and  time variance,  and dates of completion.
However, we  have  not examined  the {results of  the  discussed and
proposed actions to determine if they are functioning as stated.

RECOMMENDATION

We recommend  that the  Regional Administrator,  Region  3  request
PADER  to  submit   the   final  report  for  the  Enterprise  Avenue
cooperative agreement.
                              -17-

-------
FINDINGS AND RECOMMENDATIONS (Continued)
3.  PROPERTY MANAGEMENT REQUIREMENTS

FADER did not maintain  a  property listing for property purchased
with  EPA funds through  the construction • contractor,  Associated
Chemical and Environmental  Services,  Inc.  (ACES).   We identified
three property acquisitions,  totaling  $61,200,  which should have
been  included on  such a  list:   a truck scale, area lighting, and
utility  poles.   Without such  a  list,  adequate controls  did not
exist to provide accountability for Federally-owned property upon
completion of  the project.   FADER  was unaware of  property man-
agement requirements under the Superfund program.

According to 40 CFR  30.531  (formerly  40  CFR 30.810-3), FADER was
required to maintain a listing of all property purchased with EPA
funds.  The property listing  should contain a description of the
property, serial  -and model numbers,  acquisition cost and date,
and ultimate disposition of the property.

PAPER'S COMMENTS ON FINDING

We   recommended   in   our  draft  report   that    the  Regional
Administrator, Region  3 instruct FADER  to  maintain a listing of
all property  purchased with  EPA funds  including the  $61,200 of
property identified above.

The   Deputy  Secretary   for  Administration,   FADER,  stated  in
response to the recommendation in our draft audit report that the
property acquisitions  listed  in the audit  report  are considered
by FADER to  be site  structures which did  not  require tracking.
It is the position of FADER that the existing property management
systems substantially meet  the requirements of 40 CFR  30.530.

OUR EVALUATION OF FADER'S COMMENTS

We  have- reviewed  FADER's  position  and  agree  that the  area
lighting and utility  poles  can  be considered site  structures.
However, we  do not  agree that  the truck  scale be considered a
site  structure.   The  truck  scale  should  have   a  significant
salvage value that would warrant it being included  in a property
listing.

RECOMMENDATION

We recommend  that the Regional  Administrator,  Region 3 instruct
FADER to include  in its  property listing  the truck scale, in
accordance with 40 CFR  30.531.
                               -18-

-------
EXHIBITS

-------
4

-------
                                                       EXHIBIT A
              COOPERATIVE AGREEMENTS AWARDED TO THE
        PENNSYLANIA DEPARTMENT'OF ENVIRONMENTAL RESOURCES
        SUMMARY OF COSTS CLAIMED. ACCEPTED AND QUESTIONgP
      FOR THE PERIOD FEBRUARY 9. 1984 THROUGH JUNE 30. 1985
COST CATEGORY
	AMOUNT	
 CLAIMED	'ACCEPTED   QUESTIONED	RdTE5
 (Note 1)      (Note 2)
Personnel and
Fringe Benefits
Travel
Contractual
 Services
Indirect Costs
Construction
 Management
Construction and
 Prdject
 Improvement

 Totals
$  117,734
        38

   100,500


   408,922


 2.752,496

$3,394,124
           $ , 117,734   $
             1      38

              100,500
               14,434

              279,981    128,941
            2;. 752.496
           $3.265.183   $128,941
Note 1    The amounts  claimed represent expenditures reported on
          the Federal  Cash Transactions  Report  (SF-272)  through
          June 30, 1985.            I

Note 2    See Exhibits B and  C  for ; schedules of  costs claimed,
          accepted and questioned by cooperative agreement.

Note 3    See  Exhibit  C  for  details   of  the  $128,941  costs
          questioned.
                               -19-

-------

-------
                                                       EXHIBIT B
                MULTI-SITE COOPERATIVE AGREEMENT
                   AWARDED TO THE PENNSYLVANIA
              DEPARTMENT OF ENVIRONMENTAL RESOURCES
             SCHEDULE OF COSTS CLAIMED AND ACCEPTED"
      FOR THE~PERIOD FEBRUARY 9. 1984 THROUGH JUNE 30. 1985
                                    •	AMOUNT	
     COST CATEGORY                 CLAIMEDACCEPTED
                                  (Note 1)

     Personnel and
      Fringe Benefits              $117,734             $117,734
     Travel                              38                   38
     Contractual
      Services (Note 2)             100,500              100,500
     Indirect Costs                  14.434               14.434

      Totals                       $232.706             $232.706


Note 1    The amounts  claimed  represent expenditures reported on
          the Federal  Cash Transactions Report  (SF-272)  through
          June 30, 1985.

Note 2    During  our  evaluation,  we noted  that  E &  E submitted
          invoices  totaling approximately  $81,000  to  PADER  for
          payment.  PADER was  dissatisfied  with the  quality  of
          the work performed  and  believed that E & E  was  not  in
          compliance with contractual requirements.   This result-
          ed  in  PADER's  decision to  suspend work  and withhold
          payments.  The  disputed invoices had  not  been claimed
          under  the cooperative  agreement.   Subsequent  to  our
          field work,  both parties agreed to meet with a nonbind-
          ing arbitrator,  which  resulted  in a  determination  to
          pay  the  bulk  of  these ' costs.   However,  work  has
          remained suspended.
                              -20-

-------

-------
                                                        EXHIBIT C
      ENTERPRISE AVENUE COOPERATIVE AGRPFMttMT
            AWAkUKD TO THE PENNdYLVAtfnT555*1
       DEPARTMENT Of ENVtfeONMENTAlTREsmjRnFfi
SCHEDULE OF COSTS CLAIMED. ACCENTED AND QUESTIONED
                           kl  THROUGH JUNE 30. T983
             ThE PERIOD MAY Is.
 COST CATEGORY
 Construction
  Management
 Construction and
  Project
  Improvement

  Totals

CLAIMED
(Note 1)
'AMOUNT
ACCEPTED


QUESTIONED
(Note 2)
               $   408,922


               2.752.496

               $3.161.418
$   279,981


  2.752.496

 $3.032.477
$128,941
                                                         $128,941
Federal Share  (50Z
  of accepted  eli-
  gible costs)
              $1.580.709
 $1.516.238
                                                        $ 64.471
Note 1
Note 2
  The amounts  claimed represent expenditures reported on
  the   Outlay   Report  and  'Request   For  Reimbursement
  (SF-271)  through March 31,:  1985  and  the  Federal Cash
  Transactions Report  (SF-272i)  through June 30, 1985.

  We questioned $128,941 of contractual services cost for
  the   Weston   contract  for   professional   engineering
  services, as  amended August  15,  1984.   Weston  added a
  6Z handling  fee to  all  costs except  direct  labor.   A
  percentage add-on to other (direct costs and subcontrac-
  tor costs is a CPPC contract.  (A percentage add-on for
  indirect costs,  if  it does! not include  profit,  may be
  •invoiced  by   the   contractor   if   approved   in  the
  contract.)  The CPPC contract  method  is  specifically
  prohibited by 40 CFR 33.285;.  CPPC type contracts offer
  the possibility  for the  contractor to  permit  the cost
  of the project,  and the  6Z1 add-on, to  be  increased in
  order to increase their profit.

  PAPER'S COMMENT ON FINDING

  We recommended  in our draft  report that  the  Regional
  Administrator not participate in the  $7,299 of  ques-
  tioned costs  and direct  PADER to renegotiate the Weston
  contract,  excluding  the  illegal CPPC  provision  before
  accepting any of the $401,623 costs.  The Deputy
                              -21-

-------
                                             EXHIBIT C
   ENTERPRISE AVENUE COOPERATIVE AGREEMENT
         AWARDED TO THE PENNSYLVANIA
    -DEPARTMENT OF ENVIRONMENTAL RESOURCES
SCHEPUCE OF COSTS CLAIMED, ACCEPTED AND QUESTIONED
                                        ¥E 30,
FOR THE PERIOD MAY 15. 1984 THROUGH JUN1
1985
Secretary  for Administration,  FADER,  did  not  address
this issue  in his July 30, 1986 response  to  our draft
report.  On  September  8,  1986 the  Deputy Secretary for
Administration, FADER,  provided the following response
to the recommendation  in our draft report.

0    If  it  is concluded  that  the  6Z handling  fee was
     essentially a profit multiplier and that it is not
     an  allowable  indirect  cost,  then  we  need  to
     address  the  questioned  amount  of  $7,299  and,
     specifically,  the $3,650  federal  share.   If EFA
     determines not  to participate  in the payment  of
     the 6Z  handling  fee, we will need  to determine a
     suitable resolution to the problem.

0    It  is  the  Department's  opinion  that while the
     federal  share of  the 6Z  handling  fee may  be  in
     question,  the  contract  as  a whole is  not  in
     question  and  that  the  proposal   to the  entire
     contract   expenditure    of   $401,623   is   not
     appropriate.

OUR EVALUATION OF FADER'S  COMMENTS

PADER's  response was  inadequate.  The only issue FADER
addressed was the  $7,299  of questioned costs  (based on
a 6Z handling fee)  in the draft report.   FADER did not
attempt  to show the reasonableness of the  $121,642 CFPC
portion  of  the contract  that the  $7,299  handling fee
was based on.  The CPPC portion of the contract is void
because  it  is illegal.   Thus,  we  questioned $128,941
($7,299  +  $121,642)  of the Weston  contract.   PADER's
response did not  provide  the  information necessary to
determine  the  reasonableness  of   the   costs  incurred
under  the  CPPC portion of the Wes ton contract.   It is
PADER's  and  Weston's  responsibility  to   provide  the
information  showing  the   value of  the work  actually
performed.

RECOMMENDATION

We recommend  that  the Regional Administrator, Region 3
not  participate  in  the $128,941 of  questioned costs,
and direct PADER to determine  the reasonableness of the
costs    incurred   under   the   Weston   contract   and
renegotiate  the contract  accordingly.
                     -22-

-------
                            APPENDIX 1
Auditors'  Note:  The  Deputy  Secretary for Administration,  PADER,
      included  the  following documents  as  attachments  with  the
      response  to the  draft audit report:   Invitation-Bid Proposal
      (ER-OSS-15),   Contracting  For  Services  Manual   (M215.1),
      Letter  dated  June 27,  1986  from the  Assistant Counsel  of
      PADER's Bureau of Legal Services,  and a Letter dated May  22,
      1986   from  PADER's   Director] of   the  Bureau   of   Waste
      Management.  The  document referred  to in  the response  as
      Federal  Program  Requirements was not  included.   The  first
      two   attachments  described  above were too  voluminous  for
      inclusion  in  this report.   The entire response,  including
      the ..attachments,  is  available  for review  in the  Office  of
      Inspector General, Internal  Audit Division,  in Washington,
*      D.C.                            !

-------

-------
                                   COMMONWEALTH OF PENNSYLVANIA
                                DEPARTMENT OF ENVIRONMENTAL RESOURCES
                                           Post Office Box 2063
                                       Hanrisburg, Pennsylvania 17120
  Deputy Secretary for
  Administration
                                              3uly 30, 1986
717-787-7116
Mr. Kenneth D. Hockman
Divisional Inspector General for Audit
Office of Inspector General
United States Environmental Protection Agency
Washington, DC 20460

Dear Mr. Hockman:

          The draft audit report of DER's administration of its Superfund Cooperative Agree-
ments with EPA under CERCLA has been reviewed by the Department.  You have asked us to
address the factual accuracy of data presented and any actions taken or planned to:

     1.   Establish written procurement procedures and initiate improvements to the state's
          procurement system.

     2.   Amend the Ecology and Environment contract to include the model sub-agreement
          clauses, and amend Roy F. Weston contract to include the model sub-agreement clauses
          and to remove the Cost Plus Percentage provisions.
                                                i
     3.   Ensure transmittal of the required quarterly reports for the multi-site cooperative
          agreement, and ensure transmittal of the final report for the Enterprise Avenue coop-
          erative agreement.

     it.   Maintain a current and accurate listing of! all  property purchased with Federal funds.

          Some of these issues have been previously, addressed in the Department's response to
the EPA Management Assistant Program Review Report. That letter of response as well as other
supporting documentation are  enclosed  for reference. The above issues are addressed as follows:


                          1. PROCUREMENT PROCEDURES

          The Department does have a written procurement procedure. Enclosed for your review
are the following documents:  Invitation - Bid Proposal (ER-OSS-15), Federal Program Require-
ments, and Contracting For Services Manual (M215.1).  It is the Department's position that the
procedures and requirements outlined in these documents substantially meet the requirements of
the Federal Procurement Regulations 40 CFR Part 33. Even though the Department believes it
has substantially complied with all Federal and State procurement requirements, we will further
adjust our procedures in future DER procurements to further address the concerns raised in the
draft audit report.  The Department agrees that future procurements under .EPA cooperative agree-
ments will: inform respondents of where  and how to obtain a copy *0 CFR 33.295 Sub-parts F
and G; and specifically state in the Request for Qualifications and Proposals that the award may
be based on initial offers alone (if appropriate).

                                         -23-

-------
Mr. Kenneth D. Hockman
-2-
3uly 30, 1986

                                2. CONTRACT CHANGES

          The Department's legal counsel has prepared a review of the model sub-agreement
clauses and their DER counterparts. This review document is attached for your reference. It is
the Department's position that the clauses used by the Department are equivalent to and have
substantially met the requirements of the model clauses; however, the Department will modify its
sub-agreement clauses to make the language more parallel to the Federal model clauses.
                               t
          The work activities related to the Enterprise Avenue cooperative agreement have been
completed. Therefore, there is no need to have the City of Philadelphia change its contract with
Roy F. Weston to remove any Cost Plus Percentage language. Future contracts will not contain
Cost Plus Percentage provisions.


                                 3.  PROGRESS REPORTS

          The findings concerning "non-compliance with Special Grant Conditions" are not com-
pletely correct.  The audit report states; TA DER did not  submit to EPA the required quarterly
progress reports  within the required time frames for the Multi-Site cooperative agreement."
Paragraph 10, Reporting Requirements, of the Special Conditions section of the Multi-Site Coop-
erative Agreement states;  "The state agrees to submit progress reports to the EPA Project Officer
at quarterly intervals commencing at the start of the project." The Multi-Site Cooperative Agree-
ment was executed in February 1984. The contract with the Project Management Contractor was
executed in 3uly 198* and work on the project started soon thereafter. The first report was sub-
mitted in October 1984 to  cover the 3uly 1984 to September 1984 quarter, plus the preliminary
activities leading up to the initiation of site work. Quarterly reports have been submitted each
quarter thereafter.  The quarterly reports for each calendar quarter were submitted one to two
months after the end of that quarter. This clearly meets the requirements  of the special conditions
section. The time lag between the end of the quarter and the submission of the report is needed
to collect and input the AMIS time records of DER employes who worked hours on the projects
which are covered under the Multi-Site Cooperative Agreement.  However, over the last several
quarters we have self imposed a schedule of submitting the quarter report no later than one month
after the end of the calendar quarter.  This meets with EPA approval.

          The Department has not yet received but is actively soliciting the final Enterprise
Avenue invoices and close-out report from the City of Philadelphia. After the Department receives
this report, we will submit the final progress report for the Enterprise Avenue cooperative agree-
ment to EPA.


                                  4.  PROPERTY LISTING

          The property acquisitions listed in the audit report, a truck scale, area lighting, and
utility poles are considered by the Department to be site structures which did not require tracking.
It is the position of the Department that our existing property management systems substantially
meets the requirements of 40 CFR 30.530.
                                           -24-

-------
Mr. Kenneth D. Hockman
-3-
3uly 30, 1986
          Thank you for the opportunity to comment on this draft audit report.  If you have any
further questions, please do not hesitate to contact me;
                                               Sin
                                                William A. Cook
                                               Deputy Secretary
                                                 for Administration
Enclosure
                                            -25-

-------

-------
Bureau of Legal Services
   COMMONWEALTH OF PENNSYLVANIA
DEPARTMENT OF ENVIRONMENTAL RESOURCES
             Post Office Box 2357
          Harrisburg. Pennsylvania 17120

                June 27, 1986

   Mr. Thomas C. Voltaggio, Chief                               -
   Superfund Branch
   U.S. Environmental Protection Agency
   841 Chestnut Building
   9th and Chestnut Streets
   Philadelphia, PA  19107

   Dear Mr. Voltaggio:

        In accordance with the letter dated May 22, 1986 to you from
   Donald A. Lazarchik, Director of the Bureau of Waste Management,
   Pennsylvania Department of Environmental Resources, I have been requested
   to respond to you concerning certain legal aspects of DER's contract/
   purchase policy and procedures in light of the EPA initial management
   assistance program review and the Tichenor, Pesler & Eiche auditor
   report.  In particular, I wish to respond to the concern that certain
   Pennsylvania subagreements have not used jword-for-word the Model Sub-
   agreement Clauses stipulated in 40 CFR 33.1030.
                                            i
        First, I point out that the opening jparagraph of §33.1030 states
   that the Model Subagreement Clauses "or their equivalent" must be used,
   "when appropriate", in each subagreementsIhe  "equivalency" standard
   indicates to me a certain degree of flexibility envisioned by EPA in
   allowing each State to adopt language following the content of each
   Model Clause in words substantially similar to, or as you state, providing
   "the same protection and rights as" those found in the Model Clauses.
   Also, the "when appropriate" language connotes  to me a certain amount of
   discretion on the part of the State in deciding whether to use the Model
   Subagreement Clauses word-for-word or, when justifiable, to exclude
   certain of the clauses, on a case-by-case basis.  Further, the Comonwealth
   by  law roust also comply with State procurement  laws which supplement and
   are not entirely consistent with  the language of the Model Clauses.  In
   any event, as I hope to point out herein, the protections and rights
   provided for by the contractual terms in agreements currently in use by
   the Pennsylvania program are'substantially in compliance with the  letter,
   as  well as- the intent,  of 40 CFR  §33.1030.   I shall discuss each of "the
   Model Subagrconent Clauses  in order, as [well as the Pennsylvania response
   thereto, by referring  to the executed subagreement between DER  and Ecology
   and Environment,  Inc. dated July  9,  1984, a  copy of which is enclosed
   herein.                                 |

                  1.    Supersession  - Ihe  Model Clause  states that all
             appropriate  Model Clauses under 40 CFR $33.1030 apply to a
             DER-contractor work contract, j and  that the Model Clauses
                                      -26

-------
Mr. Thomas C. Voltaggio
Page 2
June 27, 1986
          supersede any conflicting provisions of the contract.  In
          response thereto, DER points out that under DER General
          Conditions, "Ijayality", all work to be performed under any
          DER-contractor subagreement is to be performed in accordance
          with all applicable statutes, rules, and regulations of
          Federal, State and local governments.  Further, Section 14
          of the Request for Qualifications and Proposals ("RFJ2/P".}
          specifically states that all procurement activities under
          the subagreement shall be consistent with all applicable
          State and Federal procurement regulations in effect at the
          tine of such procurement.  Finally, we respectfully submit
          that so long as  the DER-contractor subagreement substantially
          covers the requirements set forth in the Model Clauses, as
          we believe it does, the specific "supersession" language is
          largely unnecessary.

               2.   Privity of Subagreement - The Model Clause states
          that the United  States is not a party to the contract between
          DER and contractor AND that  the DER contract is subject to
          the regulations  in 40 CFR Part 33 on the effective date of
          the assistance award for  the project.  DER responds that,
          as is evident  from the standard DER subagreement,  the  sub-
          agreement is executed only on behalf of the contractor and
          the Oantnonwealth of  Pennsylvania.   There  is no provision made
          for and no implication that the United States  is in any way  a
          party to  the subagreement.   Further,  the  DER General Conditions,
          "Legality", states in part that the work under the subagreement
          must be performed in accordance with all applicable  rules and
          regulations of the Federal Government.  Finally,  we  refer you
          to the language of Section 14  of the RFQ/P, as stated above,
          which states that all procurement activities under the sub-
          agreement must be consistent with all applicable State and
          Federal procurement regulations in effect at the time of such
          procurement.

                3.    Changes - The Model Clause sets forth certain standards
           to apply to construction, services and supplies subagreements.
           The construction standards are the most extensive.  They state
          ' that DER, without notice to the surety, by written Change Order
           can change work within the general scope of the contract,
          . including changes in specifications, the time, method or manner
           Of performing the work, the DER-furnished facilities, equip-
           ment, materials, services or site, and the speed with which
           the work is done.  The Change Order is defined to be a written
           order from DER  which causes a change, and which most contain
           the date* circumstances and source of the order.  If the
           Change Order affects the contractor* s cost or time required
           to do the work, DER is to make equitable adjustment therefor
           through a written modification of  the contract.  accept for
                                    -27-

-------
Mr. Thomas C. Voltaggio
                                              Page 3,
June 27, 1986
 C.
 ^*
f
          claims based on defective specifications, no claim can be
          allowed for cost incurred more than 20 days before the
          contractor gives written notice of the claim.  Further, the
          contractor has 30 days after receiving a written Change Order
          to submit a statement asserting
          assured an equitable adjustment
                                                     a claim.  The contractor is
                                                     for compliance with
          defective specifications.  Finally, the contractor cjnnot
          make a claim after final payment.

               In response DER submits that  it has 'substantially
          followed the Model Clauses on this issue.  Under its
          General Conditions, "Changes", DER states that no changes
          or additions to the work may be'  initiated without a
          written amendment to the contract.  Any increase in cost
          which would accrue from a change to the work is subject
          to negotiations, and no work can be done until the price
          is agreed to by the parties.  Further, in Article 10 of
          the subagreement and in its General Conditions, "Extension
          of Time", DER  states that the contract may be extended
          beyond its expiration  date by a  written amendment prior
          to the expiration of the contract. In the subagreement
          Article 8, referencing Section J6 of the RFQ/P, it is
          stated generally that  the contract can only be modified by
          written amendment.  Finally, Article  9 of the subagree-
          ment allows additional funding to  be  provided upon written
          amendment to the contract.

               4.   Differing Site Conditions - The Model Clause calls
          for the contractor to  promptly notify DER of any differing
          site conditions.  DER must then  promptly investigate  such con-
          ditions and  if necessary,  make an equitable adjustment and
          modify the contract in writing.   In response thereto, DER
          cites RPQ/P  Section 6.  Here,  the Department states that  it
          may be necessary due to unforeseen circumstances  to expand
          contract work beyond the current scope.   It is  stated that
          a contract amendment will be necessary to reflect this.

               5.    Suspension of Work -( The Model Clauses  state  that
          OCR can order the contractor to suspend,  delay or interrupt
          its work  at DER's convenience.   However,  if performance is
          suspended for an unreasonable period of time,  DER would adjust
          for the  increased contractor cost through a contract amendment.
          In response thereto, DER cites  its General Conditions,
           "Suspension", which states if the terms and conditions of the
          contract are not being met, the Department upon a 30-day
          advance notice to the contractor  can suspend the contract
          until corrective action is taken.
                                   -28-

-------
Mr. Thomas C. Vbltaggio
Page 4
June 27, 1986
                6-   Termination - The Model Clause states that the
          contract may be terminated for cause by either party upon  10
          days prior written notice and an opportunity of the other
          party to consult prior to termination.   Also, the contract
          may be terminated for the convenience of DLR with 10 days
          prior written notice and an opportunity to consult before
          termination.  The Model Clause calls for an equitable dollar
          adjustment  if DER terminates the contract.  Also, upon  ter-
          mination, the contractor should stop work and deliver all
          drawings to DER.  UER can then take over the work and reaward
          the contract.  In response thereto, DER cites the following:

                    a.   General Conditions, "Termination" - This clause
                allows DER to terminate the contract for cause in  whole  or
                in part.  In further explanation.  Article 16 of the sub-
                agreement, in explaining termination for cause, states
                that such termination may take place immediately if
                there is a threat to the public health and safety.
                Alternatively, other terminations for cause require 10
                days prior written notice and an opportunity not only to
                consult,  but to arrive at an alternative arrangement
                satisfactory to DER by the contractor prior to ter-.
                mination.  Finally, the General Conditions call for
                payments or recoveries to be made or received by the
                Department upon termination as the situation may apply,
                addressing the "equitable adjustment" referred to in the
               .Model Clause.

                     b.   The General Condition,  "Termination", calls
                for termination at the convenience of DER with 30 days
                prior written notice  to  the contractor.

                     c.    General Conditions,  "Termination", also pro-
                vides  for termination for inavailability of funds.

                 7.   Remedies -  There has been no question raised by EPA
           as to Pennsylvania's  compliance with this clause.

                 8.   Price Reduction for Defective Cost or Pricing Data -
           
-------
Mr. Thomas C. Voltaggio
Page 5
June 27, 1986
               9.   Audit; Access to Records - The Model Clause calls
          for the contractor to keep adequate books on its operation
          and those of any subcontractors!  Access for inspection or
          audit to the records can be gained by DER during normal
          business hours.  The audits are to be conducted in accordance
          with generally accepted auditing standards, and the length
          of tine the records are to be be maintained is referenced. '
          In response thereto, DER cites various of its General
          Conditions, including:

                    a.   Fiscal records - Ihe contractor is required
               to keep contract and subcontract records in accordance
               with generally accepted accounting principles and DER
               fiscal guidelines.

                    b.   Retention of records - Contractor must keep
               the records for 3 years after'final payment has been made,
               the Agreement has expired
               been resolved.
      and all pending natters have
                    c.   Right  to Audit -j EER, the Auditor General and
               authorized representatives thereof are given the right
               to audit  the contractor books, and to make copies of
               contractor's records during  the audit.

          Furthermore, Section  5 of the HFQ/P details the contractor exist
          records, and progress reports and deliverables to be given to
          DER, under  the contract.
                                       «
               10.  Covenant  Against  Contingent  Fees - The Model Clause
          states that contractor must assure  that no one has been retained
          to secure its  agreement with DER for a contingent fee, except
          bona fide employes  or bona  fide established commercial or
          selling agencies maintained byj the  contractor to secure
          business.   While EER has no precise language dealing with this
          Model Clause  in  its subagreement, we point out that in
          accordance  with our General Conditions,  "Termination", the
          contract may be  terminated  at  the discretion of the Department
          within 30 days after contractor was notified in writing, for
          example, that it has  not complied with all of  the applicable
          Federal regulations.   This  would include the regulation
          concerning  covenant against contingent fees.   We further  '
          point out the provisions of Article 14 of the  subagreement,
          which references Section IS of the RPQ/P, and the appro-
          priate provision of our General Conditions, both entitled
          Conflict of Interest.  According to the General Conditions,
          the contractor must certify that it has no interest which
          would conflict with its performance of its services under
          the contract.   It must also certify that it will not knowingly
          employ any person having such' interest.   In Section 15 of  the
          RFQ/P the  Department is given the right to terminate the
                                   -30-

-------
           Mr. Thomas C. Voltaggio
                          Page 6
June 21, 1986
jr.-
 contract for convenience in whole or in part if  it deems such
 termination necessary to avoid an organizational conflict of
 interest on the part of contractor.   Further/ if the con-
 tractor was aware of a potential organizational  conflict of
 interest prior to the award or discovered it after the award
 and did not disclose or misrepresented relevant  information.to
 DER, DER may terminate the contract, bar the contractor from
 DER contracting or pursue other such remedies as nay be
 provided by law or under the contract.  Finally, said  Section
 15 provides in the case of personal conflicts of interest,
 Contractor agrees to notify DER of such and disqualify the
 affected individual from taking part in the performance of the
 assigned work creating the conflict of interest  situation.

      11.  Gratuities - The Model Clause basically calls for no
 gifts to be made by~contractors to DER officials for favorable
 treatment in the awarding of a contract.  In this regard, DER
 responds that the General Conditions, "Conflict  of Interest",
 Paragraph (a) states that no officer, member or  employe of the
 Commonwealth who exercises any function or responsibilities
 under the agreement can participate in any decision  relating
 to the agreement which affects his personal interest or  the
 interest of any organization in which he is interested.
 Furthermore, no such officer, member or employe may  have any
 interest in the agreement or the proceeds thereof.  This is
 all in accordance with the requirements of 65 P.S. §403, which
 states that no Pennsylvania public official or employe may use
 his public office for financial gain other than for  compen-
 sation provided by law.  Likewise, the statute states that no
 person may offer to a public official or employe, nor may such
 official or employe accept, anything of value, based on the
 understanding that his official actions would be influenced
 thereby;  Finally, the State Adverse Interests Act,  71 P.S.
 §776.1, et seg. prohibits public officials or employes from
 having an adverse interest  in certain State contracts.

      12.  Buy American - This clause does not apply to superf und
 contracts.
*

      13. - Responsibility of the Contractor - The Model Clauses
 •tt forth clauses for contracts  involving services and conr
 struction.  For services, the contractor is responsible for the
 professional quality of  its services.   Further, .contractor is
 liable for all damages caused by  its negligent  performance of
 any of the services under the contract.  For  construction, con-
 tractor guarantees  a one year warranty after substantial
 completion of  the work.  The performance bond remains in full
 force and effect throughout the guarantee period.  In response
 thereto, DER submits that implicit in the subagreement is the
                                              -31-

-------
Mr. Thomas C- Voltaggio            Page 7                 June 27, 1986


          ;ontractor responsibility to take all necessary treasures to
          carry out the project in accordance with the proposal and
          Scope of Work set forth in the contract.  Further, Article
          16 of the RFQ/P sets forth an indemnification paragraph under
          which contractor mist hold harmless the Commonwealth from and
          against all claims for personal \ injury or property damage in
          connection with work performed under the contract.  £aid
          Article 16 requires showings of substantial financial re-
          sponsibility in the areas of general liability, automobile
          liability and workers compensation insurance on the part of
          any contractor to the subagreement.  Finally, DER has included
          performance bond requirements oh all subagreements involving
          construction.

               14.  Final Payment - Ine Model Clause states that upon
          satisfactory completion of the work and after release of all
          of its claims, final payment will be made to the contractor.
          However, the State is not obliged to release all of its
          claims at this time.  In response thereto, DER cites Articles
          6 and 12 of its subagreement.  Article  6 calls on both parties
          to assure that the Scope of Work is implemented in a cost-
          effective and efficient manner.|  Article 12  states that  for
          different items in the contract, the Department will only pay
          the final price upon satisfactory submission of deliverables
          and monthly  invoices applicable thereto.

      It  is my legal opinion as contracts | counsel  for  the Department of
Environmental Resources  that the protections  and  rights  set forth  in  the
Pennsylvania standard  contract substantially  comply with the  letter and
the  intent of the Model  Subagreement Clauses,  and that the  wording of  the
standard contract  in no  way justifies action to revoke DER's  procurement
certification.  We do  update and modify the wording  in standard  contracts
on a regular basis, and  at such time will consider incorporating into
our  standard contract  to an even greater extent the precise language of
the  Model Subagreement Clauses.

      I appreciate  the  opportunity to respond to your concerns in this
letter and will be happy to meet with you at your convenience to discuss
any  other questions you might have concerning our contracts.

                                    Very truly yours,
                                    William B. Calder, Jr.
                                    Assistant Counsel
 WBCtss
 Enclosure
                                   -32-

-------

-------
                                               *.4ay 22, 192S
                                                                          717-733-73U
Mr. Thomas C. VoJtassio, Chief
Super fund Sranch                                                     i
U.S. Environmental Protection Agency
341 Chestnut Suilding
9th and Chestnut Streets
Philadelphia, PA  19107

Dear .Mr. Voltaggio:

           I agree that it is in DEIVs best interest to implement corrective measures to resolve
"rear deficiencies raised by the EPA initial Management Assistance Program Review and the
Tichcnor, Heslcr & Eiche (T3E) Auditors noted in your letter to me dated April 1, 1?36. I do not
agree that all the issues raised, especially those raised by T?.E, are "real.*1 For instance THE
Auditors did not obtain all Commonwealth Contracting For Services policy and guidance documents
during their short visit.  Enclosed for your review are three (3) items. Invitation - 3id Proposal
(EH.-OSS-15), Attachment * Federal Program Requirements and the Governor's Management
Directive M215.1 entitled "Contracting For Services]*, all of which T3E Jailed to review during
their half-hour visit to our purchasing unit.  I believe that a number of  issues  raised by TR2 may
be adequately covered by these documents.

           The following is an item-by-item response to the issues raised by the Management
Assistance  Program tlevie'v conducted by E?\, as set forth in your EXH13IT  1 A, Assistance
Agreement Management System:

      1.    Progress in executing the Multi-Site Cooperative Agreement C.'.SCA).

           Thii was the first  time DEH has awarded a MSCA.  This -vas a new program requiring
           DZ3. to exercise more attention and time to the first agreement.  I would expect that
           future awards will be more "routine" requiring less  time.

      2.    DEIl Staffing.

           Dell's management «vill negotiate appropriate levels of effort outputs by Grant and/or
           Grant amendment^). This is the appropriate place to deal  with this issue.

      3.    HPA regulations.

           1 am sure that as OE?. staff works with the development of this program, they will
           learn all of the "appropriate c?A regulations." I would like to point out that neither
           your staff nor 3E3 tad an EPA  document titled "STATE PARTICIPATION 1M T!IS
           STJP5a?UN3 ?!lOGr>AMt" Volume II, dated March 193S, when this program and initial
           contracts were starting. Yet, OER was audited on this and other federal documents.
           Once OE2. determines which issues are appropriate, I may accept your offer to provide
           EPA staff to conduct some training.
                                          •33-

-------
f-
f"
     Mr. Thomas C. Voltagsio                    - 2 -

           *.    Procurement Evaluation Committee.
                                                                              May 22, l<)Zi
           The internal contracting policies and/or procedures of DEn may be more restrictive
           than EPA and/or federal guidelines. This is a DETl prerogative.

           The lollo-ving is in response to the issues raised by the Management Assistance Program
Ileview conducted by EPA as set forth in your 2XH131T I 3, General procurement Requirements.

           DZH Legal Counsel is conducting a comprehensive review of state and DER
contract/ pur chase policy and procedures to ascertain valid issues versus matters of interpretation.
Counsel will also evaluate issues and recommendations in light of compliance with state law. This
process will take aboust sixty (60) days at which time I will send DEH's response.

           The following is in response to the issues raised by TOE, as set forth in your EXHIBIT n,
THE Summary of Findings and Recommendations:

      U    Super-fund Procurement System.

           Some of the issues raised by T3.5 are  not "real." THE did not obtain all Commonwealth
           Contracting For Services policy and guidance documents during their short visit. As
           noted  above, we have enclosed for your review three (3) items, Invitation • 3id Proposal
           (ER-OSS-15), Attachment * - Federal Program Requirements and Contracting For
           Services Manual (M 215.1), which they did not receive curing their half-hour visit to our
           purchasing unit.  I believe that a number of issues raised by THE may be adequately
           covered by these documents. I particularly disagree that there are any significant
           issues that should lead Z?A to even consider revoking DETl's procurement certification^

           Findings 2,  3, *», 5, and 7 either do not require response or have already been corrected.

      6.,   Property Mana-ement requirements.

           DER's existing system has successfully undergone numerous federal and state audits
           without question. 1  submit that DEH.  substantially meets 40 CFH 30.530 requirements.

           1 am confident that  the remaining minor issues can be resolved in an amicable and
cooperative environment.

                                                Sincerely,
      Enclosures
                                                Oonald A. Uazarchik, Director
                                                3urcau of v/aste Management
      cc:  Mr. Lazarchik
           Mr. Snyder
           Mr. Mains
           Ms. Lindsay
           Mr. Geotz
           Atty. Calder
           File
           Chron.
      DAL:kbn
                                          .34-

-------
APPENDIX 2

-------
4

-------
                        COMMONWEALTH OF PENNSYLVANIA
                     DEPARTMENT OF ENVIRONMENTAL RESOURCES

<717) 787-7116                             September 8, 1986
Roland Cyr
Office of Inspector General
United States  Environmental  Protection  Agency
Washington, DC  2O46O

Dear  Mr. Cyrj

      This  letter  is in response to the recent telephone
request  to the Department in which you addressed the
issue o-f the cost-plus-percentage portion o-f the contract
between  the City o-f Philadelphia and
Weston Inc.
     Me understand that 40  CFR 33.285 does prohibit the
cost-plus—percentage—o-f-cost type of contract  where the
multiplier includes pro-fit.  The contract between the  City
of Philadelphia  and Weston Inc., did include  a  provision
for a 6% handling  -fee on reimbursable  expenses. Your audit
questioned $7,299, which you determined  to  be the total o-f
the 6%  handling -fee invoiced by Wesson as o-f June 3O,
1986.  The federal share (5O7.) o-f this questioned expense
would be  $3,65O.

     It  is reasonable to  assume, based  on  our  staff review
o-f the  documents,  that Weston did incur some indirect
costs, exclusive o-f pro-fits,  associated with direct costs
other than direct  labor costs. Apparently, the contractor
chose thw 6% handling -fee  to estimate those  indirect
costs.                               '

      I-f  it is concluded that the  67. handling  fee  was
essentially a profit multiplier and  that  it  is not an
allowable indirect  cost, then we need to  address  the
questioned amount of *7,299  and, specifically, the *3t65O
federal share. If EPA determines  not: to participate  in  the
payment of  the 6% handling fee we will need to determine a
suitable resolution to the problem.

-------
      It is the  Department's  opinion that while the federal
share of  the 6% handling fee may be in question, the
contract  as  a whole is not in question and that the
proposal  to  set aside the entire contract expenditure of
$401,623 is not appropriate.

      Relative to making the final determination on this
issue, it  should be noted that EPA Region III played an
active role in the review and approval of  the contracts as
well as the  technical activities  at the Enterprise Avenue
site.

      If you  have any further questions concerning this
matter please do not hesitate to contact  me.
                         Sincere!
                         William  A. Cook
                         Deputy  Secretary for Administration
cc:
     Mr. Cook
     Mr. Snyder
     Mr. Becker
     Mr. Crownover
     Attorney Holland
     Attorney Calder
     •File
     Qvoru
                              -36-

-------