mtf*
          UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                      WASHINGTON. D.C. 20410
                           II  9Q iQpo                   OFFPCE o*
                          *AA. t* l^W                THE iNSF-ECTOR GENERA,.
MEMORANDUM

SUBJECT:  Audit Report E5EH7- 11-0043-81554
          Resolution of Superfund Contract Audit Reports
FROM:  i^ Kenneth D. Hockman  W10&L. Q.
      f   Divisional Inspector General for Audit
      U   Internal Audit Division  (A-109)

TO:       David J. O'Connor, Director
          Procurement and Contracts
          Management Division (PM-214)

Attached is a copy of our report entitled  "Resolution  of
Superfund Contract Audit Reports", Audit Report E5EH7-11-
0043-81554 .   This report provides  important  findings and
recommendations regarding the procedures used to  resolve audits
of costs claimed under contracts to perform  emergency  cleanups
at hazardous waste sites.

As the action official, you are requi-ed under EPA  Directive
2750 to provide this office a written, response to the  audit
report within 90 days of the audit report  date.   "   addition,
the Director, Resource Management  Division in EPA Headquarters
requests that you forward a copv of your response to the Agency
Internal Control Official (PM-2:5): c/o Resource  Management
Division, and to your organization's  Audit Followup Coordinator

Should you or your staff have any  questions  or need additional
information, please contact Melissa Heist  of my  staff  on
475-P206.

Attachment

-------
                       T-A£lii.. -..-*• CONTENTS
SCOPE AND OBJECTIVES  ........................................  1

SUMMARY OF FINDINGS  ......................................     3

ACTION REQUIRED ..............................................  5

BACKGROUND [[[  5

FINDINGS AND RECOMMENDATIONS  .................................  6

1.  MORE COMMUNICATION NEEDED BETWEEN CONTRACTING OFFICERS
    AND AUDITORS .............................................  6

2.  NEGOTIATION MEMORANDUMS NEED TO BE WRITTEN MORE CAREFULLY
    AND COMPLETELY ...........................................  8

3.  IMPROVEMENTS IN EFA CONTRACTOR'S ACCOUNTING SYSTEM
    NOT MADE IN A TIMELY MANNER ...............................  11

4.  CONTRACTORS TOOK ADVANTAGE OF AMBIGUOUS CONTRACT
    CLAUSES ..................................................  14

EXHIBIT A - SAMPLE OF TEN AUDITS OF SUPERFUND CONTRACTS  ......  17

EXHIBIT B - AUDIT REPORTS ISSUED ON ONE CONTRACTOR  ...........  18

APPENDIX 1 - JUNE 29, 1988, RESPONSE TO DRAFT AUDIT REPORT
             FROM THE DIRECTOR OF THE PROCUREMENT AND
             CONTRACTS MANAGEMENT DIVISION ....................  20


-------
          UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                       WASHINGTON. O.C. 204CO
                           JUL 29 BBS
                                                   THE
                                                          iCE OP
                                                             GENERAL
MEMORANDUM
SUBJECT:
FROM:
TO:
        L
       £
 Audit Report  E5EH7-11-0043-81554
 Resolution  of Superfund  Contract Audit Reports

. Kenneth D.  Hockman j&Mditrrl <1 -
 Divisional  Inspector  General  for Audit
 Internal Audit Division  (A-109)

 David J.  O'Connor,  Director
 Procurement and Contracts
 Management  Division (PM-214)
SCOPE AND OBJECTIVES

We have completed an audit of the procedures used to resolve
audits of costs claimed under contracts to perform emergency
cleanups at hazardous waste sites.  Our audit objectives were
to:  (1) determine whether contracting officers made appropriate
decisions to resolve issues addressed in the audit reports;  (2)
identify the areas of disagreement between the auditors and
contracting officers concerning questioned or set aside costs;
and (3) reconcile differences between the auditors and contract-
ing officers.

Our field work was performed from August 3, 1987 to January  8,
1988.   We evaluated the resolution of ten audit reports that
addressed costs claimed under emergency cleanup services
contracts.   The ten audit reports were selected from a universe
of 25 audit reports issued by the Office of Audit from October  1,
1985 to June 15, 1987.  We used this time period because we  were
more interested in the resolution of audit reports applicable
to the emergency response cleanup services zone contracts  than
the notices to proceed that were utilized before the zone  con-
tracts.   The reports were not randomly selected because at the
time we started our audit work, the Procurement and Contracts
Management Division (PCMD) had closed only four audit  reports
from our universe that contained questioned or set aside costs.
Therefore,  we included these four audit reports in our sample,
plus the next six audit reports with questioned or set aside
costs that PCMD closed.  Exhibit A identifies the audit reports
in our sample.

-------
 Most  of  our  audit work was performed at PCMD, in Headquarters,
 where  the contracting officers responsible for resolving the
 audit  reports .were  located.  We reviewed PCMD's pre- and post-
 negotiation  memorandums and other documents from the contract
 files  that explained how  the ten audit reports in our sample
 were resolved.  We  also obtained additional information through
 discussions  with the appropriate contracting officers.  In
 addition, we visited cur  audit offices in Atlanta and Chicago
 to discuss the auditors'  concerns on the resolution of the
 audit  reports.

 Our audit was conducted in accordance with the Standards For
 Audit  of Governmental Organizations. Programs. Activities, and
 Functions (1981 Revision) issued by the Comptroller General of
 the United States.  Internal control weaknesses, disclosed as a
 result of our audit, are  included in the Findings and Recommen-
 dations  section of  this report.  We had no indication that
 items  not tested would disclose further weaknesses beyond those
 described .

 SUMMARY  OF FiniHIGS
Our analysis of the ten audit reports in our sample showed that
of the $782,475 questioned L/ and the $546,900 set aside zy
by the auditors, contracting officers attempted, during negotia-
tions, to recover $495,910 from the contractors.  The contracting
officers actually recovered $148,512 or 11.2 percent of the
questioned or set aside costs.  In most instances, contracting
officers either did not attempt to recover or failed during
negotiations to recover questioned or set aside costs because:
(1) contractors provided the contracting officers documentation
not made available to the auditors; (2) contracting officers
consulted with an on-scene coordinator who stated that they had
approved the cost; (3) contracting officers performed price
analyses to establish a final rate for equipment with a provi-
sional billing rate; or (4) PCMD's legal counsel advised the
contracting officers that under the terms of the contract the
Agency was obligated to pay the costs.

The following paragraphs summarize our findings concerning
contracting officers' resolution of the questioned and set
aside costs.

i_/ Auditors questioned costs they concluded should not be
   reimbursed by the government because they were not allow-
   able under the provisions of applicable laws, regulations,
   policies, cost principles or terms of the contract.

2.X Auditors set aside costs they could not accept without
   additional information or evaluations and approvals by
   responsible program officials.

-------
1-  MORE COMMUNICATION NEEDED BETWEEN CONTRACTING OFFICERS
    AND AUDITORS

Contracting officers accepted $134,789 of questioned and set
aside costs based on additional supporting documentation provided
by the contractor, but not made available to the auditors during
their field work.  Although auditors were in the best position
to determine if this information adequately supported questioned
or set aside costs, contracting officers often relied on this
information without obtaining feedback from the auditors on the
adequacy and accuracy of the documentation.   Also,  contracting
officers ignored cost information provided by the auditors in
arriving at a fair and reasonable price for provisional rate
equipment.  Auditors did not, receive 12 of the 18 pre-negotia-
tions memorandums in our sample before final negotiations were
held with the contractor.  More communication between contracting
officers and auditors before and during negotiations would have
ensured that contracting officers and auditors agreed on the
resolution of questioned and set aside costs and that contracting
officers entered neg ^iations in the best possible negotiation
position.  We are recommending that contracting officers discuss
significant differences between their pre-negotiation position
and the recommendations made by the auditors before they hold
final negotiations with contractors.  We are also recommending
that contracting officers obtain feedback from the auditors on
additional supporting documentation provided by the contractor
but not made available to the auditors during their audit field
work.

2.  NEGOTIATION MEMORANDUMS NEED TO BE WRITTEN MORE CAREFULLY
    AND COMPLETELY

Twelve of the 18 post-negotiation memorandums we reviewed
were either incomplete or contained errors.   As a result, the
negotiation memorandums did not adequately document the results
of negotiations.  The primary purpose of a negotiation memoran-
dum is to document how the contracting officer determined or
negotiated the final cost of a delivery order or a contract.
These memorandums may be used in cost recovery cases or as a
precedent in future contract negotiations.  Therefore, memoran-
dums should be carefully written so that readers can clearly
understand how the final cost was negotiated.  Problems with
negotiation memorandums were partly caused by PCMD hurrying to
complete the negotiations for several audit reports before the
end of fiscal 1987.  The format for the negotiation memorandums
was also a contributing factor.  Consequently, we are recommend-
ing that improvements be made in the format of the negotiation
memorandums and that PCMD's Quality Assurance Staff expand their
annual contract review to include a special review of negotiation
memorandums.

-------
3.  IMPROVEMENTS IN EPA CONTRACTOR'S ACCOUNTING SYSTEM
    NOT MADE IN A TIMELY MANNER
             •»
The Agency paid one EPA contractor $141,082 for handling,  and
general and administrative expenses without assuring that the
amount was fair and reasonable,  Auditors questioned or set
aside these costs because the contractor's accounting system
could not support the costs.   PCMD was not aggressive in requir-
ing the contractor to improve its accounting system even though
they had been aware of deficiencies in the system since November
1983.  Despite these deficiencies PCMD continued to make awards
to the contractor,  and as of September 30, 1987, the Agency had
more than $72 million obligated against open contracts with the
contractor.  Since the contractor recently made improvements in
its accounting system, we are not making any further recommenda-
tions .

4.  CONTRACTORS TOOK ADVANTAGE OF AMBIGUOUS CONTRACT CLAUSES

The Agency paid $42,047 more for labor under ten delivery orders
and one notice to proceed than they would have been required to
pay had the contracts been better worded.  Contractors billed
the Agency at labor rates that exceeded the straight time rate
even though they did not pay their employees the overtime or
holiday premium.  Auditors questioned the difference between
the premium rate billed to the Agency and the rate paid to the
employees.  However, the Agency's legal counsel, in an oral
opinion,  stated that since the contract language was ambiguous
the contractors did not have to pay the premiums as a precondi-
tion to billing the Agency at the premium rates.  PCMD personnel
told us that since they cannot rec^'e  the premium costs, they
are asking contractors to pay the applicable employees and to
submit certifications that employees were paid.    , are recommenc-
ing that contracting officers obtain documentation from contractors
to support the certifications.

     PCMD COMMENTS AND OIQ EVALUATION

The Director, Procurement and Contracts Management Division
provided formal written comments on our draft audit report  in a
memorandum dated June 29, 1988.  In addition, an exit conference
was held with the Associate Director for Superfund/RCRA Procure-
ment Operations on July 11, 1988, to discuss the report's
findings and recommendations and PCMD's comments.  At the exit
conference, the Associate Director provided additional  informa-
tion about actions either already taken or planned to implement
the recommendations contained in the draft audit report.  We
have summarized PCMD's position at appropriate  locations in the
report and included the complete response as Appendix  1.

-------
 ACTION  REQUIRED

 In  accordance.with EPA  Directive  2750, the action official is
 required to provide  this  office a written response to the audit
 report  within 90 days of  tne  audit report date.

 BACKGROUND

 Since passage of the Comprehensive Environmental Response. Com-
 pensation, and Liability  Act  of 1980  (CERCLA), commonly referred
 to  as Superfund, the Agency has awarded contracts for the cleanup
 of  hazardous substances at locations  throughout the United States.
 Many of the Superfund activities were short-term cleanups designed
 to  alleviate imminent threats to the  public health and welfare.
 To  obtain contractors for these cleanups, the Agency initially
 used letter contracts activated by a  notice to proceed.  The
 contract terms were  negotiated after  the contractor had started
 and, in many cases,  completed the work.

 Beginning in fiscal  1984, contracts were awarded that covered
 all short-term cleanup  activities in  a particular geographic
 area.   These contracts  are referred to as zone contracts.
 Contractors were required to  furnish  the necessary personnel,
 materials and equipment at sites specified in delivery orders.
 The Agency reimbursed the contractors for the cleanup services
 ordered on a time and material basis.  For managing the cleanup
 activities in the area,  the Agency reimbursed the contractors
 on  a cost-plus-fixed-fee  basis.

 The Office of Audit  has audited costs claimed for notices to
 proceed, delivery orders, and management efforts to assist
 contracting officers in determining the amount to be paid to
 contractors.   Specifically, the objectives of these audits were
 to determine the allowability of costs claimed; to confirm the
 quantities billed; and to determine whether the contractor com-
 plied with the terms of the contract.  During the period January
 1982 through June 1987,  the Office of Audit issued 91 reports
 covering costs claimed for Superfund  work.  Of the $52,000,992
 claimed by contractors,  auditors questioned $4,307,599 (8.3
 percent) and set aside $7,790,588 (15 percent).  Only 11 of the
 91 reports accepted  all of the audited costs.  As of December  31,
 1987,  75 of the 91 audit  reports were reported closed in the
Office  of Audit's audit tracking and  control system.  For these
 75 reports,  the contracting officers  recovered $915.740 (10.5
percent) of the $8,717,315 questioned or set aside by the
auditors.

-------
FINDINGS AND RECOMMENDAT|Q|fJ§

1.  MORE COMMUNICATION NEEDED BETWEEN CONTRACTING OFFICERS
    AKD AUDITORS

We found that contracting officers did not always consult with
auditors before and during negotiations or use cost information
provided in audit reports.  As a result, disagreements existed
between contracting officers and auditors about the resolution
of questioned and set aside costs.  Also, contracting officers
had limited assurance that information and supporting documenta-
tion provided by the contractor, but not made available to the
auditors during their field work, were reasonable and accurate.

Some of the disagreements between contracting officers and
auditors could have been resolved if contracting officers had
provided auditors with copies of the pre-negotiation memoran-
dums before final negotiations were held with contractors.
Twelve of the 18 pre-negotiation memorandums in our sample
were not provided to the auditors before final negotiations
were held with the contractors.  If the auditors had reviewed
the memorandums, they would have been able to clarify audit
issues.  In addition, the auditors would have been able to
provide information on the contractor's accounting system and
overall operations.  Thus, contracting officers would have
entered negotiations more knowledgeable and in a better position
to negotiate with the contractor.  More communication between
contracting officers and auditors before and during negotiations
could ultimately result in a greater recovery of questioned and
set aside costs.

Contracting officers accepted $134.789 of questioned and  set
aside costs based on information and supporting documentation
provided by the contractor, but not made available to the
auditors during their field work.  Contracting officers often
relied on this information without receiving assurance from the
auditors that the information was reasonable or accurate.  Auditors
could have provided valuable feedback on this information because
they were knowledgeable of the contractors' accounting systems and
why costs were questioned or set aside.

For two audit reports in our sample, E9CT6-05-0273-79007  and
E9CT6-05-0143-79013, auditors provided cost information to
assist the contracting officer in negotiating a fina. cost for
provisional rate equipment.  The contracting ^ff.cers arrived
at their negotiation positions using price analysis rather than
the cost information provided by the auditors.  Contracting
officers did not document in their negotiation memorandums why
the cost information was not used, even though there was  a large
difference between the cost and price information.  For example,

-------
auditors developed an estimated cost of $26.85 per hour for one
piece of equipment.  The contracting officers ignored this cost
information and accepted the contractor's provisional rate of
$360 per day based on other contractors  price lists that showed
a rate of between $345 and $351 per day.   The cost information
provided by the auditors was not used by the contracting officer
in arriving at a fair and reasonable rate for the equipment even
though it was the best information available.

More communication between auditors and contracting officers
before negotiations is needed to ensure that contracting
officers have adequately addressed questioned and set aside
costs in developing their negotiation positions.   In addition,
contracting officers should obtain feedback from the auditors
on additional supporting documentation provided by the contractor.
Also, more communication between auditors and contracting officers
would help ensure that contracting officers enter negotiations
with the best information available.

PCMD's COMMENTS AND PIG EVALUATION

In the June 29, 1988,  response to the draft report, tr.e Director
agreed that discussions between contracting officers and auditors
at the time pre-negotiation objectives were being established
might be helpful or desirable, but he did not believe that
submission of these objectives to the auditors for review prior
to entering into negotiations was appropriate.  The Director
stated that such a review process would be contrary to the
intent of procurement regulations and might cloud or imperil
contracting officer's decision making responsibilities.  At the
exit conference, the Associate Director for Superfund/RCRA
Procurement Operations indicated that the Director, PCMD would
issue a memorandum to contracting officers strongly encouraging
them to discuss with the auditors any significant differences
between the contracting officers pre-negotiation position and
the recommendations made by the auditors.

We do not believe that submission of the contracting officer's
pre-negotiation memorandum to the auditors is inappropriate,
nor do we believe that it is contrary to the  intent of the
procurement regulations since contracting officers would  still
maintain full authority to negotiate with the contractor.
However,  PQflD's proposed action does meet the intent of our
recommendation, which was to ensure that disagreements between
contracting officers and auditors were resolved prior to  holding
negotiations with contractors.  Therefore, we are  revising  our
recommendation.

-------
RECOMMENDATIONS

We recommend J.hat the Director. Procurement and Contracts
Management Division -.-r. ~->urage contracting officers to:

     -- discuss differences between the contracting officers
        pre-negotiation position and the recommendations mad'j
        by the auditors, and

     ~- obtain feedback from the auditors on additional
        supporting documentation provided by the contractor
        that was net providva to the auditors during their
        field work.

2.  NEGOTIATION MEMORANDUMS NEED TO BE WRITTEN MORE CAREFULLY
    AND COMPLETELY

Twelve of the 18 post-negotiation memorandums we reviewed did not
adequately document the results of negotiations between PCMD
and the contractor.  The memorandums contained errors, did not
address all audit issues,  or did not explain how the contracting
officer negotiated a final cost.  Since these memorandums may
be used in future cost recovery cases or as a precedent in
future contract negotiations,  they should contain sufficient
information to completely explain how the contracting officer
negotiated the final cost.  Also, since auditors rely on these
memorandums in closing audits and in performing future audit
work,  they should be complete and accurate.

The requirements for negotiation memorandums are set forth
in Title 48 CFR l-15.808(a).  This regulation requires that
negotiation memorandums include a summary of the reasons for
any pertinent variances from the audit recommendations.  It
also requires the memorandum to include significant facts or
considerations controlling the establishment o: the pre-negotia-
tion price objectives and the negotiated price, including an
explanation of any significant differences between the two
positions.

The post-negotiation memorandums we reviewed were difficult  to
understand because they contained incomplete information or
errors.  The problems with the negotiation memorandums were
partly caused by PCMD hurrying to complete the negotiations  for
several audit reports before the end of fiscal 1987.  The
format for the negotiation memorandums was also a contributing
factor.
                               8

-------
     A.  Post-Negotiation Memorandums Contained Errors

Five of the 18 post-negotiation memorandums we reviewed contained
errors.  The errors were generally inaccurate mathematical calcula-
tions  or transposition errors.  Post-negotiation memorandums for
audit  reports E9CT6-05-0273-79007 and E9CT5-04-0044-61561 contain
illustrations of the types of errors we found.

The first of these audit reports, E9CT6-05-0273-79007,  covered
costs  claimed under delivery order 6894-05-030 from contract
68-01-6894.  During our review of the post-negotiation memoran-
dum, we fou.-.d the following errors.

     1.  The "Labor" total under "Negotiated Agreement" from
         the summary table, page 4 of the memorandum, does not
         include $1,880 for overtime accepted by the contracting
         officer.

     2.  The total credit due the Agency for provisional rate
         equipment, shown on page 3 of the post-negotiation
         memorandum, should be $857 not $939.

     3.  The three percent handling charge was incorrectly
         calculated.  The handling charge should be $15,573
         rather than $15,469.

The post-negotiation memorandum associated with audit report
E9CT5-04-0044-61561 contains examples of typographical and
transposition errors.  The audit report covered costs claimed
for nine delivery orders under contract 68-01-6859.  For delivery
order  6859-04-007, the auditors questioned $4,795  in overtime
claimed by the contractor but not pau to its employees, $6,57C
for travel and subsistence claimed in excess of *'- •? maximum
allowed, and $3,039 for handling charges.  The contract specialist
mistakenly picked up $1,058 fo1- the overtime questioned, $6,756
for the travel and subsistence questioned, and $3,037 for the
handling charge questioned.  Similar errors were found  in the
post-negotiation memorandums for delivery orders 6859-04-034
and 6859-04-035.

     B.  Negotiation Memorandums Were Incomplete and Disorganized

The negotiation memorandums we reviewed did not adequately
address all audit issues.  For three memorandums,  we needed to
contact the contracting officer to obtain additional informa-
tion before we could understand how questioned and set  aside
costs were resolved.  In one instance, the contracting officer
could  not explain how he arrived at th3 total negotiated amount
for travel and subsistence.  If the contracting officer had
included more detail in the post-negotiation memorandum, he
would have remembered how he had arrived at the negotiated
amount.

-------
The Office of the Inspector General's Northern Audit Division
has also noted that negotiation memorandums are incomplete.
They requested PCMD to submit a revised memorandum for audit
report E9CT6-05-0143-79013 so that the auditors could close the
audit.   PCMD provided the auditors with a supplement to the
post-negotiation memorandum; however, the supplement still did
not explain why some questioned and set aside costs were accepted,

In addition to the negotiation memorandums being incomplete  we
found them difficult to follow and analyze because of the irrmat
used.  The contracting officer's determination could be located
in as many as four separate sections of the memorandum: the pre-
negotiation narrative, the summary schedule, the price analysis,
and the post-negotiation narrative.  PCMD's Quality Assurance
Staff has also found the content and format of negotiation
memorandums to be a problem.  However, higher priority projects
have prevented them from working with contracting officers to
develop a more acceptable format.

Thirteen of the 18 negotiation memorandums in our sample were
completed at the end of fiscal 1987.  At that time PCMD was
attempting to close out audit reports before the fiscal year
end.   Therefore, the memorandums we reviewed may not be repre-
sentative- of all memorandums prepared by PCMD.  However, all
memorandums,  regardless of when they are prepared, should be
complete and accurate.

CONCLUSION

We found post-negotiation memorandums were incomplete  and
contained errors.   Since the primary purpose of a negotiation
memorandum is to document how the  contracting officer  deter-
mined or negotiated the final cost of a delivery order or a
contract, the memorandum should be carefully written so that
readers can clearly understand how the final cost was  negoti-
ated.  The memorandums we reviewed may, at some time in the
future,  be used for cost recovery  cases or as a precedent in
contract negotiations.  Therefore, the memorandums need to
contain enough information to explain how costs were negotiated.
In addition,  they need to be accurate because auditors rely  on
the memorandums in closing out audits and in performing future
audits.
                                10

-------
PCMD'a COMMENTS AND QJG EVALUATION

In his memorandum of June 29, 1988, the Director, Procurement
and Contracts Management Division agreed that the negotiation
memorandums were not written as well as they could have been.
He stated that the Emergency Response Branch had definitized a
limited number of delivery orders under the Emergency Response
Program, and PCMD.was attempting to train and sensitize its
staff to recognize issues important to this effort—including
audit issues.  At the exit conference, the Associate Director
for Superfund/RCRA Procurement Operations informed us that PCMD
has issued a draft revision tc the Acquisition Handbook.  This
revision deals with preparation of negotiation memorandums.  We
are pleased to see that PCMD has initiated actions to improve
the quality of negotiation memorandums.

The Director's memorandum also stated that PCMD's Quality
Assurance Staff reviews negotiation memorandums as part of its
annual review process.   Although the Quality Assurance Staff's
review does include negotiation memorandums, we believe a special
review emphasizing the area is needed to ensure that the
deficiencies we noted in the memorandums are corrected.

RECOMMENDATIONS

We recommend that the Director, Procurement and Contracts
Management Division:

     -- Develop a negotiation memorandum format that will
        assist contracting officers in presenting the results
        of negotiations in a clear and orderly manner.

     -- Expand the Quality Assurance Staff's annual contract
        review to include a special review of a sample  of
        negotiation memorandums.  The special review should
        concentrate on determining if the negotiation memo-
        randums are accurate and clearly explain the rationale
        for resolving questioned and set aside costs.

3.  IMPROVEMENTS IN EPA CONTRACTOR'S ACCOUNTING SYSTEM
    NOT MADE IN A TIMELY MANNER

The Agency paid one contractor $141,082 for handling, and
general and administrative expenses which were questioned  or
set aside by auditors in three of the sample avdi~ reports.
Auditors questioned or set aside these costs because the con-
tractor's accounting system could not support them.  During
negotiations PCMD's contracting officers accepted these costs.
Considering the auditors'  findings concerning these costs, we
question how the contracting officer could have  determined that
                               11

-------
the costs were fair and reasonable.  Auditors from the Office
of the Inspector General's Northern Audit Division, who per-
formed the audits, reported that they could not determine a
general and administrative expense rate for the contractor
because the contractor's accounting system was not adequate for
determining such a rate.  Similarly, the auditors stated they
could not determine a rate for handling charges because the
contractor's accounting system could not identify the costs
associated with the charge.

PCMD received numerous audit reports outlining deficiencies
in the contractor's accounting system.   (See Exhibit B for a
list of these audit reports.)  However, PCMD continued to
make awards to the contractor even though deficiencies in the
contractor's accounting system were corrected only recently.
For example, as of September 30, 1987,  the Agency had three
open contracts with the contractor with obligated funds
totaling more than $72 million.

     A.  PCMD Was Aware of Deficiencies in the Contractor's
         Accpur. r^ng System

PCMD was informed of deficiencies in the contractor's account-
ing system in 1983.  In a November 1983 report, the Defense
Contract Audit Agency (DCAA) stated that the contractor
was working with its accounting firm to implement accounting
changes to conform with the indirect expense pools used in
making indirect cost projections.  The contractor indicated
that the changes would be implemented for its fiscal year
ending March 31,  1984,  if it was awarded a contract.  DCAA
recommended that until these changes were made, initial vouchers
be audited prior to payment in order to ensure that accounting
changes had been implemented.   PCMD's Washington Cost Advisory
Operations reviewed DCAA's report and had similar conclusions.

In a memorandum dated September 13, 1985, the former Director
of PCMD also acknowledged that after awarding the emergency
response cleanup contracts, PCMD discovered that contractors'
accounting systems did not support the proposed handling charge
rate.   However, PCMD decided to leave the handling charge  issue
open until it received audit reports providing details on  the
contractors' accounting practices.  Although PCMD  received
numerous audit reports (see Exhibit B) questioning and setting
aside costs based on the contractor's accounting system, the
deficiencies were not corrected in a timely manner.  PCMD
personnel told us that they are working with the contractor to
make improvements in the contractor's accounting system.   It
appears that the contractor has made improvements  in its accoun-
ting system.  A financial monitoring review of the contractor,
completed by PCMD on May 6, 1988, did not find any evidence of
significant problems with the contractor's accounting system.
In addition, a recent audit report from the Office of the

                               12

-------
 Inspector General stated that, as of March 31, 1987, the contractor'
 accounting system was, in general, adequately designed to estimate,
 identify and accumulate Federal contract costs.  This audit
 report  (P9AH7-05-0655-81203) was issued by the Northern Audit
 Division on June 1,  1968.

     B.  Examples of Questioned Handling Charges

 Our sample included  two audit reports which covered costs claimed
 by the contractor under contract 68-01-6893.   The contractor
 billed the Agency $53,663 for handling charges under delivery
 order 6893-01-005 and $62.546 for handling charges under delivery
 order 6893-01-006.   Northern Audit Division auditors questioned
 these costs because  the contractor's accounting system did not
 separately identify  handling costs, and it was not clear whether
 such costs were removed from the indirect cost pools.  PCMD con-
 cluded that since the handling rate was lower than the general
 and administrative rate, it was more cost effective to accept
 the handling charge  rather  than risk paying the higher general
 and administrative rate.  However, PCMD had no assurance that
 the handling rate was fair  and reasonable.

 Title 41 CFR l-3.406(a) states "Material handling costs may be
 included in the charge for  'material at cost,' to the extent
 they are clearly excluded from any factor of the charge computed
 against direct labor hours."  Since the contractor could not
 show it excluded handling costs from its indirect cost pools
 nor could it support a handling cost pool, the contracting
 officer should not have accepted these costs.

     C.  Examples of Set Aside General and Administrative
         Expenses

 The same contractor  acted as a subcontractor under contract
 68-01-6894.   Under three delivery orders from this contract and
 contract 68-01-6893, the contractor charged $24,568 for general
 and administrative expenses related to travel expenses and
 security services.   Both contracts allowed general and admini-
strative expenses,  if applicable, to be included in travel
 claims.  However, Northern  Audit Division auditors set aside
 these costs because  the contractor's accounting system was not
 adequate for determining a  general and administrative expense
rate.
                               13

-------
Title 41 CFR 1-15.201-1 states "The total cost of a contract is
the  sum of the allowable direct and indirect costs allocable to
the  contract,mincurred or to be incurred .  .  .  ."  Since the
contractor's accounting system cannot support a general and
administrative expense rate, the Agency cannot be sure the
contractor properly allocated the general and administrative
costs it claimed.

PCMD's COMMENTS AND PIG EVALUATION

In his response, the Director, Procurement and Contracts
Management revision stated that PCMD has for some time been
aware of deficiencies in contractors' accounting systems.   He
also stated that PCMD believes that they have made considerable
progress in requiring contractors to correct these deficiencies.
In July 1987, a Financial Analysis Section was created within
PCMD.  The responsibilities of this section include performing
limited reviews of the billing and accounting processes under
individual contracts.

The  Director agreed that there had been problems associated
with handling charges.  Since the contracts allowed handling
charges, it was necessary to negotiate charges with the
contractors.  However, handling charges have been eliminated
entirely from subsequent contracts which provide for
reimbursement of indirect costs in accordance with individual
contractors' accounting systems.

We believe that the necessary improvements have been made to the
contractor's accounting system.  Therefore, we are making no
further recommendations.

4.   CONTRACTORS TOOK ADVANTAGE OF AMBIGUOUS CONTRACT CLAUSLS

Three of the five contractors in our audit sample billed the
Agency at labor rates exceeding  i^e straight time rate even
though they did not pay their employees the overtime, Sunday or
holiday premium (overtime premium).  The contractors contended
that the contract provisions did not require them to pay the
premiums in order to bill the Agency at the premium rates.  The
auditors questioned the difference between the premium rate
billed ^o the Agency and the rate paid to the employees.  They
questioned this amount based on the premise that costs must be
incurred in order to be allowable.  However, the Agency's legal
counsel concluded that the contract language was ambiguous and
the contractors did not have to pay their employees the premiums
as a precondition to billing the Agency at the premium rates.
As a result, the Agency paid $42,047 more for labor than it
would have been required to pay, had the contract provision
been more carefully worded.
                               14

-------
EPA contractors would not have been able to charge the Agency
for costs not incurred,  if PCMD had taken more care in writing
and negotiating the clause that deals with overtime premiums.
Title 48 CFR'1.602-2 r^^-'.ir^z contracting officers to safeguard
the government's interests, i.^ contractual agreements.
Auditors questioned the
1-15.201-1 which states
allowable costs allocabl
to be incurred",  The au
their position based on
the former Director of '?
for Audit.  The mcrmorand
subcontractors are not p
their labor costs have n
more than straight time
overtime premium based on Title 41 CFR
that, the cost of a contract is the
•= t •„' the contract that are "incurre: ,r
ditors believed PCMD would support
.j September 13, 198t>, memorandum from
CMI> tu the Assistant Inspector General
um stated; "If the contractor or his
ayir.a- their employees premium pay, then
ot changed and they should not be allowed
fixed rates."
We found that PCMD did not negotiate questioned overtime premium
costs based on the September 13, 1985, memorandum.  Rather,
FCMD discussed this  issue with  its legal counsel.  PCMD's  legal
counsel provided an oral opinion stating that based on the
contract language, the Agency was obligated to pay the overtime
premium for all overtime hours  worked and claimed.  The pertinent
contract clause stated  "... After eight hours of work, overtime
premium shall apply.   Thus, the contract language did not require
contractors to reimburse their  employees an overtime premium  as
•a precondition to billing the Agency the overtime premium  rate.

PCMD recognized the problem and modified zone contracts to more
clearly state the Agency's position on payment of overtime
premiums.   For the three zone contracts covered by our sample
{68-01-6894,  68-01-6893, and 68-01-6859), the modifications were
issued January through July 1986.  In addition, we were told
that future emergency response  cleanup contracts would require
that employees be paid premium  rates before the Agency would
reimburse the contractor at the premium rate.  According to the
contracting officer, the modifications are not retroactive and
the overtime premiums incurred  before the modifications were
issued cannot be recovered.  PCMD personnel told us that since
they cannot recover the premium costs, they are asking the
contractors to pay the applicable employees and to submit  certi-
fications that employees were paid.

FCMD's COMMENTS AND 01(3 EVALUATION

In his response to the draft report, the Director stated that
PCMD had made substantial improvements in contract language
since the first generation cleanup contracts.  The second
generation contracts as well as the Regional contracts contain
                                Ib

-------
 a  requirement that the  contractors actually pay their employees
 overtime premiums before submitting a claim for reimbursement.
 These contracts also  require that the contractors maintain
 records to track and  support the costs.  We agree that these
 improvements should prevent contractors form being able to
 recover overtime premiums from the Agency, if the premiums were
 not paid to the employees.

 We recommended in the draft report that PCMD's contracting
 officers obtain documentation from contractors to support
 certifications that employees were paid overtime premiums
 before they accept the  costs for the overtime premiums.   At the
 exit conference, the  Associate Director for Superfund/RCRA
 Procurement Operations  expressed concern about getting supporting
 documentation for all the certifications.  She agreed that the
 contracting officers should obtain documentation to support a
 sample of the certifications made by each contractor.  We believe
 that this is an acceptable means of ensuring that contractors
 who certified that they had paid their employees overtime actually
 did make the payments.

 RECOMMENDATION

We recommend that the Director, Procurement and Contracts Manage-
ment Division require contracting officers obtain documentation
to support a sample of  the certifications made by each contractor
that employees were paid overtime premiums before they accept
the costs for the overtime premiums.
                               16

-------
X A> O • «/>
- cv o *» c
i a * e» w»
B — f» d «•»
*> 3 vi a A>
* —.   ^ —.
  V* Vt
     c
     Ml
•» e» Oi
« — — . f* O
  <  3 O  VI
— <* v» o 3
a.*    < if
  vt «e <»
T   T n r>
»*»•»•  2T
  3- ft.   O
•> *• f*   VI
3 3 l»   I*

< »»     O

??$   s
»   A>   f»

,83   "
V 3 O  O

rJS   i

x <•» vi   »»

r~o   o
    *    1
    y»    O>
  o r*

J2o    ^
»  •*• 3
    —.   Of
                                         vO
                                         O
                   9>

                   O
                   in
                          6
                          in

                          o
                          IM
                  O
                  in
                  i
             in
             i
             O
                                                                  in

                                                                  O
                   «"»     (M      •—      O      O
                   Jk     -SI      N-      S      •=>
                                                 O
                                                 o
                   Ul
                          8
                          q.
                                         o
                                         00
                                                o
                                                u>
                                                 fo
                                                 ro

                                             r   ?
                                             9t   CT»
                                                             9<    *
                   9t
                   OB
                   to
S?
VO —

I  <
O <*
                        1  <
                        O *•
                                  9)
                                  OB
                                 9t
                                 OB

                                 2
                               S?
                               VO —
                               u> —

                               0$
                                                            9>
                                                            OB
                                                                 9>
                                                                 OB
                                         i
                                        9>
                                        CD
                                1
                                9>
                                                            2   *
             1
            9i
            OB
            in
                                      -% Z   9>
                                      O AT   OB

                                      ••2   S
              OB
              •

              9<
                  i     O
                  i O   U» O

                  1   °J
O   O O 9> O
*   *- — OP if
^   -^ ui en —


<«   O O O S
                                      OS   O     «  •  O


                                      *o   ^?   22.5?

                                      A) VI      1   *  "  2 "*

                                        vi          O   vO
                                      •••             UI   •
                                                    in
                  in
                  o

                  s
                                 o

                                 CD

                                 O
                                                 o
                                                 o
                                                                 in
                                            rs>

                                            UI   IN>

                                            OB   4k

                                            OB   "PS>

                                            9>   OB
in   «/i
 i     i
O   —
                           9»   9>
                           vO   O
                           i    <
                           9i   9)
                           —   O
0i   9>
OB   OB
 I    i
{"J   ^J


r   I

S   8
UI   IN»
                                                                                       vO
                                                                                        O
                                                                                        I
                                                                                       VO
                                                                                        i

                                                                                       9*
                                                                                       OB

                                                                                       O

                                                                            O
                                                                            e
     r*   O
     »    n
                                                                          i
                                                                        -< 4
                                                                        Si
                                                        •
                                                        i
                                                                         o e
                                                                         3 1
                                                                                            n
                                                                                            o   a
                                                                                            VI   «»
                                              e <
                                            rs
                                            ?   ?
                                                                                                      
                                                                                       in
                                                                                            — o
                                                      o
                                                      o
    «•   S
    —   e

    cT   •*

    vi   n
                                 M      OB
                                 tfl
                                         QB      0i
                                         in      ro
                                         vo      in
                                                            »s»
                                                            S   5
                                                            QB   ^
                                                                               UI

                                                                               3
                                                                                               O O
                                                                                               T O
                                                                                                         (/I
l» l»    I*
no.    a

S»    !?
vt —.    2

**    1
*» »
^ »

sl  3
   •>    o
3 •    »
9* 3    r»

o>      eT
  10    9
vi

1
             tfl
             *-
             N»
                                 tfl
                                        e
                                        UI
                                                            91   no
                                                            9t   UI
                                                            UI   U»
                                                            (NJ   M>
                  ^>>     UI      *•
                                 vO      O     f\»
                                 *-      X     *.
                                 VI
                                                                tui
                                                                UI
                                                                 UI
                                                                 UI
                                                   17
                                                           IN*


                                                           OB   UI
                                                          V    *

                                                               SUI
                                                               UI
                                                           U)   ^3
                                                                                       3
                                                               fN»      OB
                                                               UI      «•
                                                                                            •^»< o
                                                                                            1 **
                                                                                               9 3
                                                                                               » 0
                                                                                               3 O
                                            • 3 V»
                                            «*   e

                                            3'S
                                            v%   .*

                                                 i

-------
0
,— . tn
C X
o. tn
M- 1
et O

cr i
X 0
o *•*
O tn
£tn
** i— '
ro
CD
CO
o
CO
X.
o
CD
X.
00
tn

*S M 3 "1
H- < a A
n 0 A 0
A t™1 *1 5
U C 0
<— 0 JO hi
^. S rt
H- T3 1
0 W
3 Z £
0 0*
o • rt
i-h O
€ 9
0>ct
0 CO »1
c* tn 0
0 i n
H- C_i ct
O O O
OQ ~J hi
ro

SS
A J^
•0
e* C
H- 9
O 0
9 0*
cr A*
0
u <*
A O
a
A
O <
9 0

O C
0 0
c* ft
0 A

O O

0

K*
O H.
A O
U 1

^ O
c x
Q. tn
H- 1
ft 0
tn
cr i
X 0
Q 00
let
«•* O
CD

00
o

X.
to
CO
x
OD
tn
o ""0

fiB A
» 0
1 £
O0
(— 1
CD a
CO
1

70
**)
"0

z
o







0 >
H> 0
c* O
A O
•t C

hi ft
A H"
O 9
i:
A X
9 tt
a e*
A A
aP

0 *
9* H-
0 I-1
9 •"•
OQ
A CT
U A

0 0
HI a
»A
CP
§1
act
A A
M
en
X
tn
|
O
tn
i
O
*OD
-J
1
tn
O
CO
ro
O
O
CO
X.
O
^^
X.
OD
tn
— « O
30
A 9
a c*

A 0
X 0
c*
hi Z
0 0
•o •
A
n Oi
r»- OD
X I

^
i
O
0
ro


rt W
O A
ft
H-
3 0
0 U
a H-
« a
iO A
ll

0 10
o c
0 A
o u
C ct
9 t~
e* 0
M- 9
9 A
OQ a

M O
X O
U C*
A U

C
A
M
i
O
tn
i
§
to
CO
1
tn
O
CO

ro
O
CO
x
o
I-*
X.
00
tn
— 0
>0
hi 3
H» ft
M* hi
9 0
OQ O
ft e*
O
3 Z
O
w •
t— 1
A W
3 00
a i
H- CD
9 *

— O
O
CO
ro

Q A
ft
H-
9 0
0 U
an-

£ A
§0
SI

0 10
o e
0 A
o u
C ft
9 H-

H- 9
9 A
OQ a

n e>
X 0

8u

c
A
C >
a x
ft* 1
o
CT tn
X i
o
o *-
O CO
> tn
*" O
tn
CO
ro
o
ro
x.
ro
en
x
CO
tn
O 13

i A
00 0
* t
1 0
O t
*- a
00
CO 1

50
**1
TJ

Z
O
•






0 >
c* O
si
9
hi ft
A >*
0 9
§ U
A X
9 U
act
A A
as

0 t
9* H-
0 «-•
9 H-
OQ
A cr
U A

0 0
hi a
A Cif
«

a ft
A A
E5AH5
|
o
en
i
0
0
tn
03
1
en
O
en
tn
ro
O
ro
x
o
-J
X,
CD
en
— O
HO
0 3
t ft

n 0
n
Oft
(t Z
3 0

n
0 CO
1— 00
— ' 1
to

1
0
o
ro
OJ

ft en
O A
ft
H-
9 0
0 U
a H-
A a
•O A
c
0 0
ft 9
A a

0 10
n c
n A
o c*
C ft
9 H-
ft 0
M- 3
9 A
OQ Cu

U 0
X 0
u u
A U

C
A
E5AH5
i
o
tn
i
O
O
en
o
i
en
0
en
^
*.
O
ro
X.
O
CO
X,
CO
en
~ o
O O
0 9
i-- ft
^^ ^1
0 0
^ O
0 et
X
- Z
0
*-3 '
Z
•— ' CO
CO
1
CO

1
0
0
to
to

0 A
ct
M-
9 0
0 U
a*--
A a
A A
§0

0 10
0 C
0 A
O »
C ct
9 H-
ct 0
M- 9
9 A
OQ a

U 0
X 0
U u
A U

C
A
M
tn
s:
i
0
en
i
0
00
CO
1
en
O
en
O
*>
O
t-*
x.
CO
h^
X.
00
tn
— 0
wo
M- 9
OQ ft
h^
Cwte
o o
9
Z
CO O
0 •
1^
< CO
0 00
OQ i
A CO

1
O
0
ro
O)

o A
ft
H-
9 0
0 U
an-
A a
,0 A
0 0
rt 9
A a

0 10
0 C
0 A
0 M
C ct
9 M"
ft O
M-9
9 A
OQ a

u n
x o

A U
?a
c
A
;> to
c >
a x
*•• en
rt t
O
cr en
^i i
O
00
O 03
£r
*_, en
O
i^
H-
tn
O
h^
x<
O
"•*)
X.
CD
en

TJhl
^3 C6
0
^^ 3C
0 0
• *J
a
>cn
00 C
A. cr
I O
xo
0 3
CO ft
CO *t
0
O
f*
O
hj

O
0 n
ao
A U
i0 ft
c
0 0
ct 0

• O
9
ft
H-
3
OQ
C*
X
U
ft
A
9

O
O
9
t*
»r
A
rt
A
a

tn
en
0
t
O
tn
i
0
ro
CO
1
o
O5
CO
""
O
ro
x.
to
CO
X,
CO

~.o
9o
H 9
0 C*
9? ^f
A 0
O
Oft
A Z
a o
H- •
0
0 CO
MOO
^ 1
CO
CO
1
o
o
•«j
^

0 O
n c
n A
o c*
C ct
9 P-
ft O
H-9
3 A
OQ a
U O
X 0
u u
ft ft
A C*
• a
c
A

c*
O

M*
9
0
a
A
0
ct
A
O
*-. en
G X C
a •*>• (
H- 1 I
ft 0 (
tn Y
cr i
X 0
o
O1 1^ 1
O M
£ i
> *•
•w O
h^
03
0>
H*
*-*
X,
0
*>
X.
03
CO
» coti
^fl A hi
*T) hi A
< 0
Z M- t
o n 0
• A hJ
u a
*

CD 3 0
CO D. 9
1 A 0
S hi OQ
O A
to 3
O A
^ 9

M
50
O
W

o » « no
0 C X 1
3 H- CO O
ft ft cfO
*•» 0 A 0
0 era u
OH- A

I ft H-
•0 9
|M* M"
C 9 ft
tt 9*
1 0 A
M»
K-U 0
H X 0
A U 0
a ft o
1 A C
I IV »•
H.3 9
A ft
A H.
9
OQ
aa
V
3

1
•+
Z
1*
3
6
•J




- O
J) 0
A f*
: A
t
a.



O
A
U
f)
h
^«
o
rt
^*
0
3

O
^

^
C
a
h*
ft


0
>
!
»
3
+
•
0
3
>
5
O
O
rt
3
^
•"
3
n

h/5
<
u
c*
_



                                        CO
                                        en
                                        a
                                        00
                                        Z H*
                                        il
                                        H W
                                        O
                                        H
                                        i
                                              Wi-
                                                c
                                              *-• »-
                                                ^
                                              0
                                              H,C

                                              ro
18

-------
TJ M
CO CO
> >
=C H
-J -^
' 1
I ? ?
W 0
en
t*
* V*
^1
1
GO
^^
PO
o

CO
f.^

o
m
V^
x
»->
i^
x_
OD
-«}
Preaward-RFP No.
(Dioxin site)
ae
>
CD
O)
S
to
PO


t=q
co
o
-3
OJ
i
O
Ol
0
!-•
*
00
1
-J
CO
0
»— >
_J
^•d
o
to
X
PO
o
00
~J
Delivery order 6E
(Ambler)
CO
CO
1
O
»-»
i
O
o
to


M n
CO CO
2 «
H ^i
O5
1
O
w
0
l-»
* *.
-xj
1
-J
CD
0
H—
W
O
to
\
h^
00
X
00
-4
Delivery order 6(
(Malatovsky Drum;
^-" SJW
CO
CO
1
O
l-»
1
o
(-»
yi


Set aside and questioned
due to inadequate accouni
procedures .
Set aside and questioned
due to indequate account j
procedures .
Set aside and questioned
because of inadequate ace
procedures.
o o a o
52 « o
a ct (• i
c* e* re
M- U (i
a
n
f
M. O
a o
n w
t»
u
^
m
j
0
en
t
o
1— •
^
CO
i
•^j
CO
o
»— >
CO
O
ro
x
o
C7I
X
00
-J
Delivery order 61
(Union Chemical)
go
rn
*^j
U?
1
o
}m+

1
O
o
m
W4

Set aside and questioned
due to inadequate accoun
procedures .
c»
M- O
a o
a u
&
u
M
CO
O
"3
V
t
0
CTI
o
h- »
p.^
-J
1
*^3
CD
0
O
O)
o
»-^

CO
X
00
-0
Delivery order 6
(Iron Horse Park
<**> CO
CO
co
1
O
^*
i
O
O
w

Set aside and questioned
due to inadequate accoun
procedures.
c+
M- O
a o
A c*
et
U
M
CO
CD
H
-J
i
O
CJl
i
0
o
H^
1— •
1
-»3
0
*>
t 0
ao
0 C* 3
a TJ
D. M
m
CO
H
o>
1
0
C/i
1
o
CO
H^
CO
1
-*]
o
H*
1^
00

N^
o
X
PO
ifit
X
OD
O)
Preaward-RFP No.

*
00
O5
I
X
CO
1— •

Accounting system defici
identified.
encies
w
CO
>
H
CT>
1
O
CJl
1
o
PO
-J
CO
1
-«J
o
h-»
^*
h-

h-
0
X
PO
^*
X
00
Ol
Preaward-RFP No.

«
00
en
i
x
h^
CO
O

Accounting system defici
identified.
.encies
w
CO
>
-3
OJ
1
O
CT*
I
0
to
-3
•>g
i
-3
O
o
en
-«3

h->
O

l-k
o
X
00
Oi
Preaward-RFP No.

*
oo

rt&

Accounting system deficj
identified.
Lencies
TJ
CD
-3
/Vs
c?>
i
O
CJI
1
o
to
Jh
_^
^w
1
CD
t— >
CJ>
0
CO

o
CO
•v
^"i.
i— '
00
X
00
O)
Preaward-RFP No;
C I 86 -0002 and
CI85-0205
w







Accounting system defic
identified.
Lencies
w
C7!
-3
V
I
O
C71
1
O
to
O3
•~sj
J
en
O
»->
oo
01

»->
^**
N.
^
o
00
X
OD
cn
Preaward-PCB So
Facility
H^
0»
ct





Labor costs were not suj
pported .
                                                            > X

                                                            Sz
                                                            n i—i
                                                               BO
                                                            PO i-i

                                                            o^3
                                                            Hi Q3


                                                            PO
19

-------
                                                 APPENDIX 1
  UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                 WASHINGTON, D.C. 20400
                       JUN 29
                           OFFICE OF
                         ADMINISTRATION
                         AND RESOURCES
                         MANAGEMENT
 MEMORANDUM

 SUBJECT:   Draft Audit Report E5EH7-11-0043,  Resolution of
           Super fund Contract Audit Reports

 FROM:      David J.  O'Connor, Di
           Procurement and Contracts
             Management Division  (PM-214F)

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

     Thank  you  for  the opportunity to comment on the subject
 report.   The specific comments  below are arranged to
 parallel  the findings and recommendations set forth in the
 subject draft report.
1.  MORE  COMMUNICATION
    AND AUDITORS
NEEDED BETWEEN CONTRACTING OFFICERS
     We agree  that  more  communication between contracting
officers and auditors  is needed.   We will  make a concerted
effort improve this communication  in the future.

     By regulation,  contracting officers are assigned final
accountability -for  the contracts they place to fulfill the
Agency's Removal  Program mission.   The contracting officer
"•» the obligation  and ultimate responsibility to determine
fair *nd reasonable pricing.   The  audit report is one of
many tools available to  him  to fulfill this duty.  He must
exercise business judgement,  And weigh all other information
available to him  before  making a final determination.
     While discussion  with  auditors at the time
prenegotiation objectives are being established may be
helpful or desirable,  we do not  believe that submission
                                 of
                          20

-------
these objectives to the  auditors  -for  review prior  to
entering into negotiations  is  appropriate.   In o'jr
judgement, the proposed  review process would b« contrary to
the intent of procurement regulations.   Communication does
not necessarily assure that there will  be agreement between
the contracting o-f-ficer  and auditor.  Creation o-f a  review
procedure might cloud or imperil  contracting of-ficer
decision making responsibilities.

     2.  NEGOTIATION MEMORANDA NEED  TO BE WRITTEN HQRE
         CAREFULLY AND COMPLETELY

     Our Polic:/  en in the
first generation ERCS as a  result of  the  1C  -eports.  Since
the contracts allowed handling charges, it was necessary  to
negotiate changes with the  contractors.  Handling charges
were eliminated entirely from  subsequent contracts  which
provided for reimbursement  of  indirect costs  in ac.-or dance
with individual contractor's accounting ^-sterns.


                         21

-------
4.  CONTRACTORS TQQK ADVANTAGE  DF  AMBIGUOUS CONTRACT CLAUSES

     The reference to ambiguous contract  clauses pertains to
the absence of an express requirement  in  the first
generation ERCS contract requiring that contractor's
actually pay overtime premiums  as  a prerequisite to billing
EPA at the fi::ed overtime rates in the contract. We have
made substantial improvements in contract language since the
•first generation ERCS contracts.   The  second generation ERCS
contracts as well as the Regional  ERCS contracts contain a
requirement that the contractors actually pay their
employees overtime premium  before  submitting a claim for
reimbursement.  These contracts also require that the
contractors maintain records to track  and support the costs.

     Me look forward to continued  cooperation b=>*t»"=en our
two groups.
                        22

-------
                                           APFENLIX i
                          DISTRIBUTION
Action Cifi:.al  Director,  Procurement'
  and Contracts Management Division (PM-214F)       3

Director,  Office of Administration (PM-217)         1

Assistant Administrator for Administration
  and Resources Management (PM-208)                 1

Agency Followup Official:  Director, Resource
  Management Division (FM-225)                      1
                               23

-------
          UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                         WASHINGTON. D.C. 20460
                       NOV2I 1988
                                               OFFICE OF
                                             ADMINISTRATION
                                             AND RESOURCES
                                              MANAGEMENT
SUBJECT:


FROM:



TO:
Audit Report E5EH7-11-0043-81554 , Resolution of
Superfund Contract Audit Reports
David J. O'Connor, Director
Procurement and Contracts
Management Division (PM214-F)
                                    d Q ' 0 '£
                                       a
                                      /
Kenneth D. Hockman
Divisional Inspector General for Audit
Internal Audit Division (A-109)
     The following supplemental information is furnished  in
support of our response to the subject audit.  The numbers below
correspond to the numbers in our response.

1.  MORE COMMUNICATION NEEDED BETWEEN CONTRACTING OFFICERS AND
    AUDITORS

     Attachment 1 is a copy of the memo issued to Contracting
Officers encouraging them to send the auditors copies of
prenegotiation objectives, to discuss with the auditors any
significant differences between the contracting officer's
position and the recommendations made by the auditors, and to
obtain feedback from the auditors on additional supporting
documentation provided by the contractors but not made available
to the auditors during their audit field work.

2.  NEGOTIATION MEMORANDA NEED TO BE WRITTEN MORE CAREFULLY AND
    COMPLETELY

     Attachment 2 is a copy of the revision to the Acquisition
Handbook which implements the use of the new formats for
prenegotiation objectives and summaries of negotiations.

-------
     Annual reviews by the Quality Assurance Staff of major
contracting operations will include a sampling of contracts under
which final audits have been performed.  Prenegotiation
objectives and summaries of negotiations using the new formats
will be included in the review.  If major deficiencies are found,
and it is determined that a special review may be required, such
review will be initiated.

4.  CONTRACTORS TOOK ADVANTAGE OF AMBIGDOOS CONTRACT CLADSES

     All delivery orders under the 1st Generation EFCS contracts
require definitization.  This effort is currently underway.  In
negotiating final costs under these delivery orders where
significant amounts of overtime are involved, supporting
documentation of actual payment will be required.  Attachment 3
is a copy of the memo issued to contracting officers requiring
certifications and supporting documentation.

Attachments

-------
                                                   Attachment 1
                                                   Page 1 of 12
 MEMORANDUM
SUBJECT:
FROM:
           Revised  Unit  Three  of  tne  Acquisition Handboox,
           "fiegotiation  Procedures"
           David  J.  O'Connor,  Directqjfcvid J- O'Connc*
           Procurement  and  Contracts  Management Division
TO:        Associate  Directors
           PMSS  Staff Director
           PCMD  Brancn  and  Staff  Chiefs
           Douglas  Richmond,  RTF
           William  Bailey,  CINN
           Richard  Feldman, OGC
           Regional Contracting Officers

     Attached for  your  information  and compliance  is  a  revised
Unit Three of the  Acquisition Handbook,  "Negotiation  Procedures.1

     The revised unit  distinguishes more clearly between
prenegotiation  and postnegotiation  activities.  Separate
requirements and documentation are  now prescribed  for tne
prenegotiation  plan  and  the  postnegotiation  summary.   Addi-
tionally,  responsibilities associated with the  negotiation
procedures are  better  defined in the revised unit.  Th« unit
incorporates comments  received on tne draft  version previously
submitted  for your review.

     The revised unit  results from  an inspector General report
that recommended improvements in documenting tne results  of
negotiations.

     Separata distribution of the unit is being made,to members
of your staff.  Zf you need  further information, please contact
Joe Nemargut at 475-9790.

Attachment

PM214?:Nemargut:9/8/88:Di3k  Nemargut Lexitype item 66

-------
                                                  Attachment 1
                                                  Page 2 of 12
          ACQUISITION HANDBOOK - TRANSMITTAL  NO.  25
 1.  PURPOSE;  This  transmittal  revises  Unit  Three,  "Negotiation
    Procedures"  to  the Handbook.

 2.  EFFECTIVE DATE;   Upon  receipt.

 3.  EXPLANATION;  Unit Three  has  been revised  to distinguish
    more clearly the  procedures and  documentation for  pcene-
    gotiation and postnegotiation activities.

 4.  FILING;  File this'transmittal in the back of the
    Acquisition  Handbook.

    REMOVE
    Page  (i), Contents
    Unit Three  in  its entirety,
           INSERT

           Page  (i), Contents
           Unit Three in its entirety,
    JO,
Date
David J. 
-------
              0.  S.  ENVIRONMENTAL  PROTECTION AGENCY

                       ACQUISITION HANDBOOK
                                               »
                            CONTENTS
                                                   Attachment 1
                                                   Page 3 of 12
 SOLICITATION/CONTRACT FORMAT AND LANGUAGE

      Volume  I - Builders Checklists
      Volume  II - Clauses and Provisions
      Volume  III - Blanket Purchase Agreement

 QUICK CLOSEOUT PROCEDURES

 NEGOTIATION  PROCEDURES*

 COST ADVISORY FUNCTIONS

 REVIEWS, CONCURRENCES, AND APPROVALS

 ANNOUNCEMENT OF CONTRACT AWARD

 PROTESTS AGAINST AWARD

 SMALL PURCHASES—DATA MANAGEMENT

      1.   PURCHASE ORDER NUMBERING SYSTEM
      2.   STANDARD PROCUREMENT LEADTIME

 INDIRECT COST RATE AGREEMENT

 CONTRACT FUNDING  CITATIONS

 INDEX OF EPA  FORMS

 EQUAL EMPLOYMENT  OPPORTUNITY CLEARANCE PROCEDURES

 DEOBLIGATION  AND  RBCCRTIFICATION OF CONTRACT FUNDS

 CONTRACT ADMINISTRATION

 ACQUISITION CAREER MANAGEMENT PROGRAM

 SERVICE  CONTRACT  ACT DIRECTORY  OF OCCUPATIONS

CONTRACT MANAGEMENT  REPORTING REQUIREMENTS

APDS  RELATED  CHANGE  PROCEDURES

ADP PROCUREMENT AUTHORITY
                      Unit Number

                      (See Unit One)
                        TWO

                        THREE

                        FOUR

                        FIVE

                        SIX

                        SEVEN

                        EIGHT
                        NINE

                        TEN

                        ELEVEN

                        TWELVE

                        THIRTEEN

                        FOURTEEN

                        FIFTEEN

                        SIXTEEN

                        SEVENTEEN

                        EIGHTEEN

                        NINETEEN
TN-25
(i)

-------
                                                Attachment 1
                                                Page 4 of 12
                          UNIT THREE
                    NEGOTIATION PROCEDURES
A.  The  following  negotiation procedures apply to all negoti-
ated acquisitions  over $25,000.  (For fixed-price acquisitions
for supplies,  see  B. below).

1.  Preliminary  Review.  After receipt of proposals submitted
in response  to an  RFP, the contract specialist, cost analyst,
Contracting  Officer, or Business Evaluation Panel shall perform
a review of  the  proposals to determine whether each offerer
has followed the RFP directions  for preparing business proposals.
The review of  the  cost proposal  should include a review of the
number of hours, labor categories, and other direct costs.
                     »
2.  Performance  of Cost or Price Analysis.  On procurements
of $500,000  or less, the Contracting Officer is authorized to
perform  the  cost or price analysis.  If the action is over
3500,000, the  Contracting Officer shall forward the proposals
to the local cost  advisory operations unless information
available to the Contracting Officer is adequate to determine
the reasonableness of the proposed cost or price.  The cost
advisory operations shall either request audits on the proposals,
perform  an appropriate audit, or recommend to the Contracting
Officer  that audit be waived because data is available through
other means  to perform a detailed analysis in-house.  Termi-
nation settlement  proposals shall be referred for audit when
the proposal exceeds $25,000  (see FAR 49.107).

3.  Prenegotiation Plan.  Based  on the results of the technical
evaluation,  a  review of the proposals, and either audits  or
cost advisory  reports, the contract specialist shall prepare
a prenegotiation plan for inclusion in the contract  file
using the format in Attachment 1.  The plan shall address the
planned  disposition of all questioned and set-aside  costs
resulting from an  audit.  If a firm is selected  for  award
without  negotiations, the contract specialist shall  document
the price or cost  analysis that  was performed and state  the
exception in FAR 15.610 that authorizes an award without
discussions.

     EPAAR 1515.610-70(b) authorizes the Contracting Officer,
instead  of full  cost and technical negotiations  with all
firms in the competitive range,  to conduct  limited  cost/full
technical discussions with firms in the competitive range,
and final in-depth negotiations  with one  or more firm(s)
still within the competitive  range after evaluation of revised
proposals.   Use  of Attachment  1  is not  required  prior to
limited  cost/full  technical discussions.

-------
                                                  Attachment 1
                                                  Page 5 of 12
                              -2-
      The Chief of the Contracting office nay 'issue procedures
 that do not require a formal prenegotiation plan in accordance
 with Attachment 1.   The  procedures shall require as a minimum
 that the contract specialist discuss all significant objectives
 with the Contracting Officer or applicable branch chief or
 section head prior  to initiating negotiations.  The contract
 specialist  shall document  the contract file as to the results
 and  date of the discussion.

 4.   Postnegotiation Summary.  At the conclusion of each nego-
 tiation, the contract specialist shall promptly prepare a
 summary of  the principal elements of the negotiation, using
 the  Postnegotiation Summary format (Attachment 2).  The
 summary shall address ,the  disposition of all questioned and
 set-aside costs resulting  from an audit.  The memorandum
 shall be included in the contract file.

 5.   Approvals.   The Contracting Officer shall approve the
 prenegotiation plan prior  to the start of negotiations.  The
 Contracting Officer shall  approve the postnegotiation summary
 prior to submitting the  proposed contract award for review.

 6.   Distribution.  The contract specialist shall provide the
 cost advisory group with a copy of the postnegotiation summary
 for  each offeror who was audited.  After completion of the
 negotiations,  the cost advisory group shall distribute a copy
 of the  postnegotiation summary to both the EPA Audit Division
 and  the office performing  the audit.  The cost advisory group
 shall provide the Contracting Officer with a  record of the
 transmittal  for insertion  into the official contract file.

 7.   postaward Audits. The Contracting Officer is  responsible
 for  notifying the appropriate EPA Audit Division on the dis-
 position of  the final audit report.  If desired, the Chief  of
 the  Contracting Office may delegate  this responsibility to
 the  cost advisory group.   If the final audit  report makes no
 recommendations, no response is necessary.


 B.   The following procedures apply to fixed-price  acquisitions
 for  supplies.

     The contract specialist shall follow  the procedures  in
paragraphs  1  through 5 above, except for  the  following:

1.   The  preliminary review of proposals  will  not include  a
review  of the number of  hours,  labor categories, and other
direct  costs.

-------
                                                  Attachment 1
                                                  Page 6 of 12
                             -3-
2.  The contract specialist need not prepare the prenegotia-
tion position and the postnegotiation abstract  in accordance
with the formats prescribed in Attachments 1 and 2.  The
Contracting Officer shall ensure that the prenegotiation
position and the postnegotiation abstract explain and support
all significant negotiation objectives, and the results
achieved in negotiations.

-------
                                                   Attachment 1
                                                   Page 7 of 12
                     PRENEGOTIATION PLAN
 1,

 2,

 3,

 4.

 5,


 6.

 7,

 8.
11.

12.

13.

14.
     RFP f:
Date Issued:
Date Closed:
     Brief description of work:
     Explanation of why sealed bidding was not used:

     Proposed type of contract:  _____	
     Period of performance/delivery schedule (list option periods
     separately):  	
     Amount of funds available:

     Date synopsized in CBD:  _
                   ., or exception:.
     Procurement set-aside  (small business, labor surplus area,
     8 (a)):  	
     Number of firms solicited:
                                          No. responding:
     Late proposals and disposition:
     Name of firms in competitive range:

     Clearances required/obtained:  _____

     Unique features of acquisition:  	
     Technical Evaluation Reports  (title and date):
15.  Narrative:  (Include a brief discussion  of  each  element of
     cost for each proposal using the prenegotiation position
     form.  The discussion shall explain  and support the Govern-
     ment's prenegotiation objectives,  including  the proposed
     resolution of any questioned costs or costs  set-aside  in
     an audit.  The CO/specialist shall attach  a  copy of the
     profit/fee objective using EPA  Form  1900-2 with a brief
     description of the weights assigned.)

16.  Other objectives:  (Discuss any  special  provisions, such  as
     cost-sharing, data rights, deviations to contract clauses,
     any provisions challenged by the  offeror,  technical discus-
     sions, etc.)

17.  Socioeconomic Requirements:  (Discuss whether incentives  or
     subcontracting goals are  involved.)

-------
                                                    Attachment 1
                                                    Page 8 of 12
 18.  Subcontracts:   (Discuss  any  anticipated  subcontractor
     problems  and any  special subcontract  provisions.)

 19.  Government-furnished  property:  {  Is property  to be
     authorized  in  the contract?  Here proper justifications
     prepared?)

 20.  Method  of Payment:  (progress payments, letter of  credit
     advance payment,  incremental funding, pre-contract costs
     authorized.)
21.  Summary  of  audit  reports  received:
Name of
Offeror
  Audit
Report No.
 Name/Address
of Audit Office
  Questioned/
Set-Aside Costs
Remarks
22.  Other  information:
Prepared by:

Signature:
                                     Date:
Approval:

Signature:
                                      Date:

-------
                                                  Attachment 1
                                                  Page 9 of 12
                       PRENEGOTIATION POSITION
 Offerer
 A.  Base  Period
 1.
 2.
 3.
 4.
 5.
 6.
 7.
 8.
 9.
1.
2.
3.
4.
5.
6.
7.
8.
9.

C.
1.
2.
3.
4.
5.
6.
7.
8.
9.
    Cost  Element
                    Proposed    Objective
Narrative (may be  set
forth in footnotes}
Subtotal
Fee/Profit
Total
B.  Option Period 1
    Cost Element
                    Proposed    Objective   Narrative
Subtotal
Fee/Profit
Total

Option Period 2

Cost Element
                        Proposed    Objective   Narrative
Subtotal
Fee/Profit
Total
D.  Total  (maximum contract  all  options)
1.  Total Est. Cost
2.  Fee/Profit
3.  Total Including
      Fee/Profit
(NOTE:  a separate  sheet  is  required for each offerer in the
        competitive range)

-------
 1,

 2,

 3,

 4,

 5.
                   POSTNEGOTIATION SUMMARY

     Name of Offerer:  	

     RFP Number:
     Date of Negotiation:  Opened:

     Purpose of Negotiation:  	
                                                   Attachment 1
                                                   Page 10 of 12
Closed:
     Name, position and organization of government employees
     involved in negotiation:  	
     Name, position and organization of contractor employees
     involved  in negotiation:  	
     Status of contractor's purchasing system  (if applicable)
 8.  Was certified cost or pricing data required?     	
     If yes, date certified as accurate, complete, andcurrent;
     if no, refer to attached waiver:	
10
11
12
 9.  Was this data relied on  in negotiating  cost/price?
     If not, why not?  	
     Did members of Congress, other agencies  or higher  level
     officials, not normally  involved  in  the  award  and  review
     process have significant effect on this  action?  	
     If yes, explain.  	
     Basis for determining the profit  or  fee  if  different  from
     the prenegotiation objective:  ^_____„__
     Are subcontracts/consultants  to be  approved  in  the  contract
     document?  	 If yes,  list subcontractors/consultants:
13.  Was subcontractor certified  price  data  received (cite waiver
     if applicable}:  	
14.  Best and Final Offer  received?
                                                 Date:
     Explain any variance  from  negotiated agreements:  	

15.  Have all required  representations  and certifications been
     completed?  	

-------
 16.
 17,
18,
                                                    Attachment 1
                                                    Page 11 of 12
Narrative:  (Include  a  discussion  for  each  cost  element
where  the  final  agreed to  cost element  differs  from  the
Government's  prenegotiation  objective.  The  discussion
shall  provide a  thorough rationale  for  arriving at the
negotiated  amount.)

Technical  negotiations:   (Include a discussion  of any
technical  negotiations held.)
Name of selected  offerer:
SELECTED OFFEROR ONLY

19.  Is offerer debarred,  ineligible or suspended?

20.
Has the Equal Employment Opportunity  program been
approved?  	
21,
Does the offerer meet  the  responsibility standards of
FAR Subpart 9.1?  	
22.  Other  information:
Prepared by:

Signature:
                                          Date:
Approval:

Signature:
                                          Date:
                                                           -....: .-.i^L '.' .. : •. \-f

-------
                                                   Attachment 1
                                                   Page 12 of 12
                        POSTNEGOTIATION ABSTRACT
  Offerer
 A.  Base  Period

     Cost  Element
  1.
  2.
  3.
  4.
  5.
  6.
  7.
  8.
  9.

 B.
 1.
1.
2.
3.
4.
5.
6.
7.
8.
9.

D.

1.
2.
3.
                          Proposed    Objective   Negotiated
                                                             Narrative  (.a
                                                             be set  forth
                                                             in footnotes)
Subtotal
Fee/Profit
Total

Option Period 1

Cost Element
                         Proposed    Objective   Negotiated  Narrative
2.
3.
4.
5.
6.
7.
8.
9.
C.





Subtotal
Fee/Profit
Total
Option Period








2
    Cost  Element
                         Proposed     Objective   Negotiated  Narrative
    subtota
    Fee/Profit
    Total
    Total  (maximum contract -all  options)
    Total Est. Cost
    Fee/Profit
    Total Including
      Fee/Profit
(NOTE:   a separate sheet  is required  for  each offeror in the
        competitive range)

-------
                                                  Attachment 2

           UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                          WASHINGTON, D.C. 20460
                            NQV2I see
                                                           OFFICE OF
                                                         ADMINISTRATION
                                                         AND RESOURCES
                                                          MANAGEMENT
MRMQRAMDOM

SOBJBCT:  Discussion of Prenegotiation Objectives with
          Auditors
FROM:     David J. O'Connor, Director
          Procurement and Contracts Management Division

TO:       PCMD Staff
     Several recent IG Audit reports have criticized EPA for
lack of communication between auditors and contracting
officers.  We have committed to making a concerted effort to
improve this communication.

     Contracting Officers  (C.O.e) are strongly encouraged
where an audit has been performed and time permits, to send
the auditors a copy of the prenegotiation objectives.

     C.O.c are also encouraged to discuss with the auditors
any significant differences between the C.O.'s
prenegotiation position and the recommendations made.by the
auditors.  When supporting documentation is provided by the
contractor but not Bade available to the auditors during
their audit field work, C.O.s are encouraged to obtain
feedback fro* the auditors.

-------
                                                  Attachment 3
                                                  Page 1 of 2


           UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                          WASHINGTON, O.C. 20460
                            NOV2I 1968
                                                          OFFICE OP
                                                        ADMINISTRATION
                                                        AND RESOURCES
                                                         MANAGEMENT
MKHOBAMPOM

SOBJBCT:  Definitization of let Generation ERCS Delivery


FROM:


TO:       Emergency Response Branch
 alyanne
Superfund/
rper, Aasocat
RA Frocuremen
                                        rector
                                      perations
     As part of the resolution of the recent Superfund
Contract Audit Report, we agreed to attempt to obtain
certifications from 1st generation ERCS contractors that
overtime billed under the contracts was actually paid to the
contractor's employees.  We also agreed to obtain
documentation on actual payment of overtime on a sampling of
the certifications.

     Attached is a sample certification which should be
included as supporting documentation to the summaries of
negotiations for definitizatlon of ERCS 1st generation
delivery orders.  Documentation on actual payment of'
overtime should be obtained from the contractor where
significant amounts of overtime are involved.  If you are
unable to obtain the certification or supporting
documentation, this should be addressed in the summary of
negotiations.

-------
                                                  Attachment 3
                                                  Page 2 of 2
               Certification  of  Overtime  Payment
     I hereby certify that all  overtime  billed to  the
Government under Delivery Order No.  	
           has
been paid to individual employees  working  under the
delivery order.
Signature:
Date:
Typed Name:


Title: 	

-------