rr •: v -
00
                         (
                         AT
X-,,„_».  .
                                                  t » < ~ 4.1^ <|_w ,
UNITED STATES ENVIRONME^TALPROTECTJON AGENCY
                       t O.C. 20460
                                     f 9 "
                                              OFFICE OF
                                          THE INSPECTOR GENERAL
       MEMORANDUM

       SUBJECT:  Audit of Superfund Interagency
                 Agreements with the Corps of Engineers
                 Aidex Corporation Site
                 Audit Report No. M5BG8-11-0040-80781

       FROM:      Kenneth D. Hockman T^vvjctfe  
-------
RECUW1ENDATIONS
We recommend that the Director, Grants Administration Division^"
         Evaluate the appropriateness of Corps of Engineers '
         actions for ensuring that fair and reasonable prices
         were obtained for the contract modifications referred
         to on page 23 of the report.  Should deficiencies be
         found, consideration should be given to adjusting the
         amount EPA has paid or will pay the Corps of Engineers
         for work done at the Aidex site.

         Reclassify the $19,850 improperly charged to the
         design phase to the construction phase and initiate
         action to obtain from the State of Iowa its required
         cost share.
ACTION REQUIRED
In accordance with EPA Directive 2750, the Action Official is
required to issue a final determination within 150 days of the
audit report date.

Should your staff have any questions concerning the  report,
please have thorn contact John Walsh of my staff on 475-6753.

-------
                                                     .•U2—
-------
                      JoTKiBL'T^.N OF REP OKI
Regional Administrator, Region V

:'hlel. Grants Information and Analysis
  Branch (rM -2 Loi

i'-irect'-'r,  Financial Management Division  tPM-226)

Director,  Office of Emergency and Remedial
  Response JWH-543)

Agency Foliowup Official
  Attn: Resource Management Staff  (PM-208)

-------
 UNITED STATED
                                         i. f-aOTECTlOlM AGENCY
                                     , o,c. 2G-.60
                             UN
                                                               Or
MEMORANDUM
                                                ND
SUBJECT;   Audit of COE Superfund  Interagency
           Agreement - Aldex Corporation Site
           Audit Report No. M5BG8-11-0040-80781
PROM:
TO:
Harvey" G.'Pippen,. Jr., Director
Grants Administration Division (PM-216P)

Kenneth D. Hockinan
Divisional Inspector General for Audit
Internal Audit Division (A-109)
     On March  18,  1988, you transmitted an audit  report  Issued by
the Army Audit Agency  (AAA) on Corps of Engineers  (COE)  activities
at the Aidex Corporation site, with two Issues highlighted  for
attention of EPA management.  The  Issues  Involve  proper  classifi-
cation of costs and COE procedures for assuring that  fair and
reasonable contract prices are obtained under Superfund  lAGs .  We
are reviewing  both of  these issues in regard to EPA policy  options.

     However,  findings in the AAA  report  do not represent the final
determinations of  the  Department of the Army since the Army "command-
reply process" had not been completed at  the time  the report was
forwarded to EPA.  Given the interim status of the AAA report, I
believe It is  inappropriate at this time  to Initiate  discussions
with the COE on the issues you highlighted.  My staff will  continue
to consider with other EPA offices the policy implications  of those
issues, but we will not proceed ulth formal resolution of the
points raised  until a  final report is forwarded by the Department
of the Army.
     Should you have further questions  on  this matter,  please     ^
me, or have your staff contact Thomas  L. Hadd, Chief,  Grants  Infor-
mation and Analysis' Branch, at 476-8270.
cc:  Paul Nadeau, WH-548E
     Deborah Dietrich, WH-548D
     Karen Clark, LE-132C

-------
                      ARMY POSITION STATEMENT
   I.   TITLE:   ^J^Con.truction,  Mdex Corporation  Site,


  II.   REPORT  NUMBER/DATE:   MW 88-600,  28  January 1988

 III.   DA  ELEMENT HAVING INTEREST OR ACTION:

       Office,  Chief  of  Engineers

  IV.   ARMY  POSITION:

       Comm-and  agreed  with  the recommendations  or  proposed
alternative corrective  actions.   The actions taken  or plan
implement the  recommendations  were  satisfactory   There WP
measurable monetary benefits  derived by the Army  from this
  V.  DATE ARMY POSITION ESTABLISHED:  19 July  1988

-------
JAIG-PA (Cr*AO/2!?JnnnoM?6-5c)  1st  End  rir. Qui nn/ah/G9*- •', 6-1 9
Sl'RjrCT :  L'SAAA  Audit  of  Snperfund Construction--Aidex
Ccrpcration  Si'^e,  Council  Dluffs,  Iowa,  U.S. Army engineer
District, Omaha,  r;c

HQDA("A!G-PA} , V.V.SH  CC  2021^-1734        2 0 JUL 1388

FOR:  HCDA(CEAO),  V.'ASH DC   2C314-1RCJO

1.  The co.iur.and  reply  to  LJSAAA Audit Report MW 8S-5C33 has been
reviewed and  found responsive to  the audit findings and recom-
mendations.   The  HQDA  position concerning the partial non-
concurrences  with  recommendations  A-2, B-l, B-2 and B-4 is that
the pommand  position is sustained.  The actions taken or planned
meet the intent  of the recommendations.   The reply to
recommendation E-4 is  considered  responsive based on command's
determination that administrative  costs would negate any possible,
savings.

2.  The command  reply  process is  completed in accordance with
AR 36-2.

FOR THE INSPECTOR  GENERAL:
Enc 1 wd
CF:
SAAG-PRP
SAAG-LFF
SACW  (ATTU:
Mr. Ruiz)
                   JWE?
         GREEN
Colone/, IG
Chief, Plans and Analysis
  Division

-------
                           DEPARTMENT OF THE ARMY
                              L. S
                                 A"*iv C'J'1'4 Ol f "(Jinff'l

                                      DC 20314-1000
           Pf ML v 1 f j
MEMORANDUM FOR:   SECRETARY OF THE ARMY INSPECTOR GENERAL, ATTN:   SAIG-PA

SUBJECT:  USAAA  Audit of Superfund Construct1on--A1dex Corporation Site,
Council Bluffs,  Iowa,  U.S.  Army  Engineer  District,  Omaha, NE

1.  The Command  position 1s  as reflected  In the report except for the
additional  facts, and  the revised  position  stated below.

Recommendation  B-l:  Command agrees that a contract modification should have
been issued during closeout to cover all  variations 1n estimated  quantities on
the Aidex  contract that were not covered in modifications previously issued.
However; Command  does  not believe that issuing a modification at  this juncture
would serve any meaningful purpose, unless  requested  by the customer  - EPA,
since the contract has  already been finalized.  Guidance will be issued
requiring future  superfund contracts  to be modified during  the  closeout
process,  as recommended.

Recommendation B-2:   The revised  Command position  1$  that 1n addition to
obligating cost  overruns on a Miscellaneous Obligation Document (DA Form 3717)
and notifying the  contractor accordingly, a modification  will be  Issued  during
closeout to reconcile the total contract cost to the  individual line items.

Recommendation  B-4:  As stated in our position on Recommendations B-l and 8-2,
Command agrees that a modification should have been issued  to record  the
increase 1n the total contract dollar amount.  Also, the dollar  amount of  the
change did technically  meet the requirements 'for requesting certified cost or
pricing  data from  the  contractor  for  possible collection  actions.   However;  the
administrative expense of  preparing  another government  estimate;  modifying  the
contract to reconcile the total cost  to individual line  Items; and auditing  the
certified cost or pricing  data would negate any  possible cost savings.  Appli-
cable future Superfund contract files will contain supporting  documentation
and/or an  explanation  for  not taking collection actions against the contractor.

Recommendation C-l:   All expenses will  be costed In accordance  with  the
applicable inter-agency  agreement  (IAG)  between the Corps  and EPA.
2.   The report did not contain  any  reportable  monetary benefits.  In
opinion, there Is no need to classify or protectively  mark any portion of
report or responses  thereto.
                                                                       our
                                   /GWUGE  K. WITHERS,
                                   1 tfajor General,  US
                                    Deputy Commander
                                                          JR
                                                       A

-------
                DEPARTMENT OF THE ARMY
               OFFICE OF THE AUDITOR GENERAL
                    3101 PARK CENTER DRIVE
                 ALEXANDRIA  VIRGINIA 22302
                      28 January 1988
Commander, U. S. Army Engineer District, Kansas City
Commander, U. S. Army Engineer District, Omaha
    This is our report on the Audit of Superfund Construc-
tion for the Aidex Corporation site at Council Bluffs,
Iowa.  The audit was made from April through November 1987
at your commands and was part of a multilocation Audit of
Superfund Construction.

    Procurement practices used for both the design and con-
struction projects at the Aidex Corporation site were in
accordance with prescribed procedures for contracts and
contract modifications, except for variations in estimated
quantities used in the construction contract.  Surveillance
of the design contractor was adequate, but surveillance of
the construction contractor was not fully effective.
Except for obligations, accounting transactions were
generally recorded promptly and accurately.  The U. S. Army
Corps of Engineers' direct and indirect costs for the
Superfund project were consistent with established
procedures; however, some in-house, construction costs were
incorrectly charged to the design effort.  Actions to
implement the Army's Internal Control Program as it relates
to Superfund construction were adequate.  The results of
audit are summarized in Part I and the details are in
Part II of this report.  Copies of the report are being
furnished to the activities listed in the Annex.
                                5LD L.  STUGAR
                             The Auditor General

-------
              AUDIT OF SUPERFUND CONSTRUCTION
                   AIDEX CORPORATION SITE
                   COUNCIL  BLUFFS,  IOWA
                          CONTENTS
Letter of Transmittal
PART I
PART II
                                                      Page
SUIKARY

Preface	    1

Objectives and Scope 	    2

Background 	    3

Observations and Conclusions 	    3

Command Reaction 	    8

Responsibilities and Resources 	    8

FINDINGS, RECOIMENDATIONS, AND
COMMAND COMIENTS

A - Contract Administration  	   11

B - Variations in Estimated
       Quantities 	  20

C - Reimbursable Orders  	  28

ACTIVITIES FURNISHED COPIES  OF
THE AUDIT REPORT	  31

-------
                  U. S. ARMY AUDIT AGENCY
              ALEXANDRIA,  VIRGINIA  22302-1596

              AUDIT OF SUPERFUND CONSTRUCTION
                   AIDEX CORPORATION SITE
                    COUNCIL BLUFFS,  IOWA
AUDIT REPORT:  MW 88-600
28 JANUARY 1988
                           PART I

                          SUMMARY
PREFACE

     The      Comprehensive      Environmental     Response,
Compensation, and Liability Act of 1980 (Public Law 96-510)
mandated  the  establishment  of  the  Hazardous  Substance
Response   Trust   Fund,   which   is   commonly  known   aa
"Superfund."  The     Superfund,     managed     by     the
U. S. Environmental  Protection  Agency, was  established to
respond to  emergency hazardous conditions and to  fund the
cleanup  efforts required  to remove  or  control  hazardous
waste  substances in  instances  when the  responsible party
cannot be  identified or will  not perform the cleanup and
the  State  will  not  assume  responsibility.   In  February
1982,   the   Environmental   Protection   Agency   and   the
U. S. Army Corps of  Engineers  reached an agreement for the
Corps to provide technical  assistance, contract for design
and  construction work,  and  perform contract administration
functions  when  the  Federal  Government  assumes  cleanup
responsibility   for   hazardous   waste  sites.  The  actual
cleanup is accomplished  by  contracting with private firms.
Contract costs are paid by the Corps and then  reimbursed by
the Environmental Protection Agency.

     The public law establishing the Superfund requires the
Inspector General, Environmental Protection Agency to audit
Superfund as  appropriate and requires Federal agencies to
cooperate  with  the  Inspector   General's   efforts.  The
Inspector7  General  requested  audit   assistance  from  The
Auditor  General  of  the Army  in evaluating the  Corps'
management: of Superfund  cleanup efforts.  Representatives
of The  Auditor General  and the  Inspector  General decided
that an  audit during  1987  of the  Corps'  involvement  with
Superfund would evaluate the  effectiveness  of accounting,
procurement,  and   contract  administration   for  selected
Superfund projects  and would  evaluate the  appropriateness
of Corps'  in-house  costs  charged  to  the projects.    This

-------
  report gives our audit results for the design and construc-
  tion  projects  for  the Aidex  Corporation  Superfund  site,
  Phase III.

  OBJECTIVES AND SCOPE

       By agreement with the Environmental  Protection Agency,
  the  mission of  the  Corps  includes  providing   technical
  assistance for  the  cleanup of  the  Aidex Corporation hazard-
  ous waste  site,  contracting  for  design  and construction
  work  at   the  hazardous  waste  site,  and  performing the
  associated  contract   administration   functions.  Specific
  audit  objectives for  our  review  of  the  Aidex Corporation
  hazardous   waste  site  cleanup  effort were   to   determine
  whether:

     - Contracts  and contract modifications  were  awarded in
      accordance with prescribed procedures  and if procure-
      ment  practices ensured that services were received at
      fair  and reasonable prices.

     - Surveillance of contractor performance was adequate to
      ensure  contract  requirements  were  met and whether
      payments made  to contractors were proper.

    - Accounting  transactions  (obligations,  disbursements,
      receivables,   and   collections)  were   promptly  and
      accurately recorded in  the  accounting  records,  and if
      any  rejected  transactions  were  corrected  and  re-
      entered in a timely manner.

    - Direct and indirect cost  charges were  consistent with
      established Corps of Engineers procedures.

    - Actions taken to implement the Army's Internal Control
      Program,  as it relates to Superfund construction, were
      adequate.

      The audit,  performed from April  through November 1987,
was  made in  accordance  with generally  accepted  government
auditing standards and,  accordingly,  included such tests of
internal controls  as we  considered  necessary in the circum-
stance*.  The   audit   was   an  integral  part   of   the
raultilocatlon  Audit of  Superfund  Construction,  and  the
result*  will be  included  in an overall  report  to  higher
management  levels.   Additionally, the results  of  audit will
be   furnished  to  the  Inspector  General,   Environmental
Protection  Agency.  Audit york  was performed  at  Headquar-
ters,  U. S. Army  Engineer  District,  Kansas  City; and  at
Headquarters,  U.  S.  Army Engineer  District,  Omaha and its
Fort  Crook  Field  Office.   The  audit covered  transactions

-------
that were representative  of  operations  current at the time
of the audit.

BACKGROUND

     The Aidex  Corporation operated  a pesticides formulat-
ing  and packaging  plant on  a 15-acre  site  near  Council
Bluffs, Iowa, during  the  1970's.   The plant was damaged by
fire  in 1976  and the  corporation declared bankruptcy  in
1980.  Extensive   contamination   of   warehouses,   surface
soils, and  shallow  groundwater resulted from fire fighting
and   the    plant   housekeeping  practices   used  by  the
corporation.  The  site  was  identified  for  Federal  cleanup
by  the Environmental Protection  Agency  and   the  cleanup
effort  involved  three  phases.  Cleanup and   disposal  of
spilled and drummed  granular pesticides,  highly contami-
nated  soils,  and  liquid wastes  were  accomplished  during
Phases I  and  II.   Phase III  consisted  of excavation  of
contaminated soil and offsite disposal in an approved land-
fill facility, decontamination of buildings, rehabilitation
of existing monitoring wells, and installation  of three new
monitoring wells.

     To accomplish  Phase  III,  the  Environmental Protection
Agency provided the Corps about  $8.3 million.  The Kansas-*
City District  awarded the design  contract  for the cleanup
effort  in  January  1985  and  awarded  the construction CQJV-
tract  fojrfne  cleanup"  effort in  July  1966~!Th"e3esign
contract vFas  adminTsTsred By"the  Kansas City District and
the  construction contract  was administered by  the Omaha
District.   The  construction  contract   responsibility  was
transferred to  the  Omaha District  following contract award
because  the  cleanup  site  was  located  within  the Omaha
District's  geographic   boundary.   Cleanup  of  the  Aidex
Corporation  site  was 99-percent  physically  completed by
November 1986.

OBSERVATIONS AND CONCLUSIONS

     Contract and  contract modifications for the design of
the Aidex Corporation site cleanup  were awarded in  accor-
dance  with  prescribed  procedures,   and  the  procurement
practices ensured that services were received at fair  and
reasonable  prices.   The design contract was  advertised in
the Commerce Business Daily  and 19 architect-engineer firms
responded.  Preselection  and selection boards  evaluated
each firm's qualifications and prioritized  three firms  con-
sidered for  contract award.  Prior to  negotiation,  cost
data was obtained from the  pr9spective firm selected and  a

-------
   government  cost estimate was used  to  evaluate the reason-
   ableness  of the bid proposal.   A firm-fixed price contract
   was  awarded during January 1985 in the  amount of $177,341
   for predesign and preliminary design services,  and the con-
  tract  included  an  option  of   $70,659  for  final  design
  services.   There  were  seven  modifications to the  design
  contract valued at $216,037.   Each  was  issued in accordance
  with the  Federal  Acquisition  Regulation  and  the  Engineer
  Federal  Acquisition  Regulation Supplement.


      Contract  and  contract  modifications  for the construc-
 tion effort  at the Aidex Corporation Site  were awarded in
 accordance  with  prescribed  procedures,   and  procurement
 practices ensured  that  services  were received  at  fair and
 reasonable   prices  except  for   variations  in  estimated
 quantities  listed in the construction contract.

        - The construction contract  was advertised in  the
          Commerce  Business  Daily   and  nine  prospective
          contractors    responded.  A   government    cost
          estimate  was  used  to  evaluate  bid  proposals
          received and the lowest bid proposal submitted by
          a  responsive contractor was selected for contract
          award.   A   firm-fixed  price  contract  for  about
          $6.9 million was  awarded during July 1986 for the
          construction  project.   After  award, there  were
         three  modifications valued  at  $312,520 for  the
         construction  contract.   Procedures  used to issue
         two  of three  modifications  were appropriate,  but
         procedures used  to  issue the other modification
         valued at $311,754 were  not  adequate to ensure a
        fair    and   reasonable   price.   The  government
        estimate  prepared  for   the  modification was  an
        analysis  based on the price and quantity already
        on  contract rather  than  a  detailed analysis  of
        increased costs  due to the  additional  quantity.
        The  estimate  included   about  $50   a   unit   for
        transportation  that  waa  not applicable  to the
        additional quantity.   And, the contractor was not
f       requested  to  provide certified  cost or pricing
       data as required by  the contract  and regulatory
       guidance.  Actions  were  needed   to  make  another
       government estimate and to request  the contractor
       to provide certified  cost or pricing data.   If
       the  results   show  the   unit  price  for  the
       modification was  too high,  actions  are needed  to
       collect the overpayment.

-------
                     - The  construction   contract  was   modified  to
                       increase the total contract price for only  about
                       60 percent of the  amount  paid for variations in
                      •estimated quantities.  As  a result,  obligations
                       totaling  about   $195,000  were   not   recorded
                       promptly or  accurately for variations  not covered
                       by contract  modifications,  and payments to the
                       contractor exceeded the value of the  contract as
                       shown on contract documentation.   Use  of  contract
                       modifications for  all  variations  in estimated
                       quantities would ensure that proper  documentation
                       for recording obligations  is  available  and  that
                       total  payments   made  are  within  the   contract
                       price.

                  Surveillance  of  the  design contractor's  performance
             was adequate to  ensure contract requirements were met and
             payments  made  to  the   contractor   were   proper.  Timely
             reviews were made by   Corps  personnel of design documents
             submitted by the contractor.   Corps  personnel  verified that
             services were performed before  giving approval  for payment
             to 11 requests  for progress payments received from  the con-
             tractor.

                  Surveillance of the  construction contractor's perfor-
             mance   was   not   fully   effective   to  ensure   contract
             requirements  were  met  and   all   payments   made  to the
             contractor were proper.  Of about $7.4 million of services,
             quantities of  work valued at  about  $1.6 million  were not
             verified  in accordance  with  contract  requirements. The
             government did not  obtain second party assurance  that the
             services paid  for were received because a  survey  firm was
             subcontracted  to verify  only  part  of the  pay  quantity
             measurements, separate pay quantity  measurements  were not
             adequately controlled, and onsite Corps personnel did not
             observe all measurements taken.  Action was needed to make
             the Corps rather  than  the  contractor primarily responsible
             for  survey  measurements  for  pay  quantities  on  future
             Superfund contracts when  the  basis  for  payment  is cubic
             yards excavated and to make  weight  rather  than cubic yards
             excavated the primary basis for payment when transportation
             is the significant cost factor.  Contract requirements con-
             cerning holding progress  meetings,  maintaining transporta-
             tion logs,  and monitoring quality  control  were met.  But,
             contract  requirements  concerning  the  basis  for  making
             progress  payments,  approval  of trucking  firms,  and site
             entrance  control  were   not   fully  enforced by   Corps
             personnel.  The   -necessity    (or    contracting    officer
             representatives  to be totally  familiar  with  and  enforce
             contract   requirements    and   modify    contracts    when
             requirements are changed needs to be  reemphasized.
f
I

-------
     Except  for  about  $245,000  of  obligations  for  the
construction effort, accounting transactions  for  the  Aidex
Corporation  cleanup were generally  recorded promptly  and
accurately in the accounting records  and  rejected transac-
tions were corrected and reentered in a timely manner.

   - About $465,000 of obligations  were  recorded for  the
     design  effort  during  the  period January  1985  through
     April 1986,  and  about $7.5  million  was recorded  for
     the construction  effort during  the period April  1986
     through  April   1987.  Except   for  about   $245,000,
     obligations were  accurately  and promptly recorded in
     accordance with AR 37-21  and Engineer Regulation  37-2-
     10. .Contract   and   contract    modifications    were
     obligated in the  month issued.   Labor,  overhead,  and
     various small  expenses  such as supplies and  vehicle
     usage were obligated in the month of the expense  using
     miscellaneous  obligation   documents.  A  reimbursable
     order   issued   for  the   construction  project   was
     obligated  in  the  month  accepted.  And, travel  funds
     were  obligated in  the  month the  travel orders  were
     issued.   However,   obligations of about  $195,000  were
     not  properly  recorded  for  variations  in  estimated
     quantity   for    the   construction    contract,    and
     obligations  of   about   $50,000  were   not   promptly
     recorded  for  laboratory   testing  performed  by  the
     Missouri River  Division Laboratory in  support of the
     construction effort.

   - About $70,000  of  disbursements  were recorded  for the
     design  effort  during  the  period January 1986 through
     January 1987, and about $7.3 million was recorded dur-
     ing the period April  1986 through April  1987  for the
     construction effort.  In  total, 32  transactions were
     recorded.   Disbursements  were  made  for  design  and
     construction  contractor  invoices,  purchase  orders,
     travel vouchers, imprest fund purchases, and reimburs-
     able order invoices.  All  24 disbursement transactions
     reviewed were  promptly and accurately recorded within
     30 days of the approval for payment.

   - About $63,000  of  receivables  were  recorded  for the
     d«cign  effort  during  the  period  January 1986 through
     January  1987,   and about  $7.3   million  was recorded
     during  LJie  period  September 1986 through  April  1987
     for construction   effort.  In  total,  21 transactions
     were recorded.  The receivables were based on monthly
     bills sent to the  Environmental Protection Agency.
     All 12  receivable transactions  reviewed were promptly
     and accurately recorded within the sane  month that the
     bills for reimbursement were sent to the Environmental
     Protection Agency.

-------
    - About  $84,000  of  collections were  recorded for  the
     design  effort during the period  January  1986  through
     January 1987, and about $7.3 million was recorded dur-
     ing the period  October 1986 through April 1987 for the
     construction  effort.   In  total,   19  transactions  were
     recorded.  Of   16  collections   reviewed,   15   were
     promptly  and  accurately  recorded  within  3 workdays
     after receipt of  the  check.   The  other  collection was
     accurately  recorded 4 workdays  after receipt of  the
     check.

    - A  total  of  7  rejected  transactions  for the  design
     effort^ occurred during the 6 months  ended  June  1986,
     and  ^jP  rejected  transactions  for  the  construction
     effort occurred during the  6  months  ended March  1987.
     All  11  rejects reviewed  were corrected  promptly  and
     re-entered to the accounting records within the same
     month that the  rejects occurred.

     Direct  and  indirect Corps costs  charged  to  the  Aidex
Corporation design and construction efforts were consistent
with established  Corps procedures.  However,  a  portion of
the  costs  associated  with the   construction effort  was
charged  to the design  effort.   Through April  1987,  about
$71,000 of inhouse Corps costs were incurred for the design
project  and about  $114,000  of  inhouse  Corps  costs  were
incurred for the  construction  project.  According to Engi-
neer Regulation 37-2-10,  in-house expenses  such  as labor,
travel,  supplies,   and  reimbursable  orders  that  can  be
directly  related  to a  specific  Corps  project  should be
costed  to that  specific  project.  Overhead  and indirect
costs are  then charged to  the  project based on a predeter-
mined rate  applied  to actual direct  labor hours incurred.
A total of 11 Corps  personnel charged  direct labor hours to
the  construction  project   and  29 Corps  personnel  charged
direct  labor  hours  to  the design  project.   All  17 Corps
personnel we interviewed performed tasks that  benefited the
Aidex Corporation Superfund site.  But the coats  of as much
as  $25.pOC)a330ciated  with advertising  and  awarding -the
constructToTr~cpntract-  umr» charged  to the  design effort.
Actionw^s neededto  transfertheexpense€oEH8proper
project.  All  costs  reviewed  for  travel,   supplies,  and
reimbursable work charged to the projects  were  expenses
that directly  benefited  the  projects.  The  only  overhead
and  indirect costs  charged to  the projects  were amounts
based on  direct  labor hours.  Overhead and indirect  costs
charged  to the Aidex  Corporation Superfund site  projects
were based on the  same  allocation  method  and  rates  that
were used for  all projects  performed by the  Kansas  City and
Omaha Districts, at the time of review.

-------
           Actions taken to implement the Army's Internal  Control
      Program,  as it relates to Superfund construction,  were  ade-
      quate.   Superfund  functions  were  not  designated  as  a
      separate  assessable unit but rather the various aspects of
      Superfund  efforts   were   included   in  several  assessable
      units.  No  DA or  Corps  published  internal  control  check-
      lists specifically  for Superfund functions  were available
      at the  time of our  review.  The  overall  implementation of
     the  program by  the Kansas  City District  was  covered  by
     another  audit  of  the District  during 1987 and the  results
     will  be  included in  the report  for  that audit.   Omaha Dis-
     trict required key managers having  Superfund  responsibili-
     ties  to  have internal control responsibilities in their  job
     descriptions  and  performance   standards.  Omaha  District
     also  completed 10 internal  control   checklists  during  the
     19 months  ending June  1987  and another 10 were in progress.
    Some  of  these  checklists  related to aspects  of Superfund
    functions.

    COMIAND REACTION


        The  Commander,  U. S.  Army  Engineer  District,  Omaha
   partially  agreed  with  the findings  and  recommendations.
   The  Commander  did  noJL_ajjre«—wi*-h   fh^  r*»gQmmfnr!a1-jqn  tn
   majte__the  Corps  primarily  responsible  ^~-  J"
   contract pay cfuantities and  to use"!	M  	*~;
   yards  as   the  pay  measure  when  transportation  is  the
   significant	CoTTtractcost  iactdH1	(A-2).—Also,   the
   Commander  did  not  agree  that  contract modifications  were
   needed  when variations  in estimated quantity occurred (B-l
   and B-2)  or that cost  and pricing data should  be  obtained
   for  a   modification  issued  for  the  Aidex   Corporation
  hazardous  waste  site construction  contract (B-4).
  **


       Detailed  command  comments are  presented  after  each
  recommendation in Part  II of  this report.  The Army's posi-
  tion on  the findings, recommendations, and command comments
  will be  established when the official command-reply process
  prescribed  by AR 36-2 is completed.
                  _ _  -  *.0  cwmpK

RESPONSIBILITIES AM) RESOURCES
      By agreement with the Environmental  Protection Agency,
 the  Corp* of  Engineers  is  responsible  for  managing  the
 design and construction  of Federal  cleanup sites paid  for
 with money from  the Superfund Trust Fund.   Design work  is
 managed vithln the Corps' Missouri  River Division and con-
 struction  is  managed by the Corps'  district with jurisdic-
 tion  over  the" geographic  location of the cleanup site.  The
Environmental  Protection Agency  provided $485,000  for the
design  of Aidex  Corporation   cleanup   site,   Phase III;
                             S

-------
costs.  Engineering,    construction    contr
resource  management  personnel   are direc?ly
          ^  SUPerfUnd  Actions at the

-------

-------
                          PART II

       FINDINGS. RECOMMENDATIONS. AMD COMMAND COMMENTS

   FOR TOR COMMANDER, U. S.  ARMY  ENGINEER DISTRICT, OMAHA
                A - CONTRACT ADMINISTRATION
FINDING
     Surveillance  of  the  construction  contractor at  the
Aidex  Corporation  Superfund site was  not  fully effective.
Quantities  of work valued  at about $1.6 million  were  not
verified  in  accordance with contract  requirements.  The
government  did not obtain second party  assurance  that  all
the  services  paid  for were received because  a survey firm
was  subcontracted  to verify only part of  the pay quantity
measurements.  Additionally,  adequate survey  control  was
not  maintained over  the initial or  lump sum  quantity of
material  excavated   versus   the  additional   quantity  of
material excavated.   U.  S.  Army  Corps  of Engineers person-
nel  did not  observe  all  measurements taken  nor  document
results  of  measurements  observed or  independently taken.
Weight of material  removed from  the Superfund cleanup site
was  not used  as  a  basis for payment even though weight was
the  significant  cost  factor  that could have been readily
verified  fay  the government.  Also,  contract  requirements
concerning  progress  payments, approval  of trucking firms,
and  site entrance  control  were not fully enforced by Corps
personnel.

                         DISCUSSION

1.   Background.  A primary  objective  of contract adminis-
tration is  to ensure  that  contract terms are  met and the
services  paid  for   are  actually  received.   The  Federal
Acquisition Regulation prescribes policies, procedures, and
responsibilities for  administering contracts.  Contracting
officers  may  appoint  qualified  government   employees  as
their  authorized representatives to  administer contracts.
Personnel oX the Construction Division, U. S. Army Engineer
District,   Oftttha,   were   appointed   as   the  contracting
officer's   representatives   for   administering  the  Aidex
Corporation    Superfund   site    construction    contract.
Representatives  are  required to  perform  surveillance of
contractor  performance to assess 'compliance  with  contrac-
tual terms.  When  services are not performed in accordance
with  contractual  terms,  action  should  be   initiated to
require  contractors  to  correct  noted deficiencies  or to
reduce the contract price by the value of  services  not  per-
formed.
                             11

-------
2.   Verification of  Quantities.  Additional  quantities  of
excavated contaminated  material  claimed by the  contractor
were not verified in accordance with contract  requirements.
As a  result,  the government lacked  second party assurance
that  all of  the  services,  for  which  payments of  about
$1.6 million were made,  were actually received.

     a.   Contract:  Iteas  and  Requirements.  The  contract
for construction at  the  Aidex Corporation Superfund  site
consisted of 20  lines;  2  lines covered removal  of contami-
nated  material,   while  2 other  lines   covered  offsite
transportation  and  disposal   of  the  material.  Both  the
removal  and disposal  categories  of work were divided  into
an initial  quantity  and  an additional  estimated quantity
with the unit of measure as the cubic yards excavated.   The
contract did not require that government personnel take the
survey measurements that would be the basis for payments to
the contractor.  Rather, the contract stated that surveyors
with  current  State of  Iowa registration  should supervise
all surveying activities  and all  surveying required for
measurement of  pay quantities should be performed  in the
presence of the  contracting officer's representative.  The
contractor  was  paid  about $6.4 million for the removal,
transportation,  and  disposal   of  contaminated  material
through  the fourth  progress payment  made during January
1987.   Payments  were  as follows:
Contract
  ...Line,	

    5

    6

   15


   16
    Description
Initial Quantity
  Removal
Additional Quantity
  Removal
Initial Quantity
  Transportation and
   Disposal
Additional Quantity
  Transportation and
   Disposal
Unit Price

Lump Sum
 for Job
$10 Per
 Cubic Yard

Lump Sura
 for Job

$275 Per
 Cubic Yard
  Amount


$  300,000

    58,590


 4,424,700


 1.611.225

$6.394.515
     b.   Surveys.  Requirements  of the  contract for certi-
fied surveys were not  fully  met.

          (1)  Total Quantity.  Adequate survey control was
not maintained over the to*tal quantity of material  exca-
vated.  The contractor's final report for the  cleanup site
stated  that  a total of  20,412 cubic yards  of  contaminated
                             12

-------
 material was
               excavated

notes,  how        .add*tional excavation   i V™ ,dld  not

   not
   m.terial  excavated,  item,
                                           .urvey  control
                                      lumP •«»
       l

•ft.r the
            r..urv.y
                   '
                     14
                                         «••

caiculated             .
reVl.v  „. eould      find
excavation  was  include
Payment quantity „
                                      b«  ««roU^
                                      don*'  "u*1"*  °ur
                                  h"  a"Y of  th«  •»•!•
                                            °r lu»P  "»
                         13

-------
     c.   Measurements  Observed.   A representative of  the
contracting   officer   did   not   observe  all   surveying
measurements-for-pay   quantities   as   required   by   the
contract, and  results  of observations made were  not  docu-
mented.  Two Corps employees were  present at  the  cleanup
site on a full-time basis to monitor the cleanup project as
representatives of the contracting officer.  Observation of
survey measurements-for-pay  quantity was one of  the  tasks
assigned to the onsite Corps personnel.  The Corps employee
assigned  responsibility  to  monitor  survey  measurements
stated that  about 75 percent of  the contractor's measure-
ments were monitored and  some  spot check measurements were
taken.  Measurements observed  and  independently taken  by
the Corps  employee,  however, were  not  recorded in govern-
ment  inspection  reports or  other  documentation that  could
be  used  to  verify contractor measurements  that were  not
certified by the survey firm.

     d.   Services  Received.  Because prescribed controls
for verification of pay quantities were not followed,  there
is no second party assurance that all  of the services paid
for were actually performed.

          (1)  Capacity of Trucks.   Capacity of trucks used
to  transport  contaminated  materials  from the  site  raise
doubt  if  the  total  quantity of  cubic yards paid  for was
actually  excavated.  Transportation manifests  showed that
a total  of 1,003 trucks loaded  with contaminated material
were  dispatched  from  the  Aidex   Corporation   site.  The
trucks used had a maximum capacity  of 24 to 30  cubic yards,
but because  of highway weight and other restrictions, the
trucks were  always loaded less  than full.  Manifest docu-
ments  that   accompany  contaminated   material  shipments
require a quantity amount.   Weight rather than cubic yards
was used for  most of  the  shipments  from  the  site.  For
35 truck  shipments made  during   a  period when the onsite
truck scale was inoperative, an estimate of cubic yards was
indicated  on  the  manifests.  Each  of   the   35 manifests
showed 15 cubic  yards   as  the  load  estimate.  Although the
cleanup site did not have measuring devices for cubic yards
loaded,  it is reasonable  to  believe the  estimates were
fairly accurate  because a Corps  employee signed the mani-
fests  indicating  that  the  shipments  were   accurately
described, and a truck driver signed acknowledging  receipt.
The trucks -wymld  have  had to average over 20 cubic yards  a
load to move the 20,412 cubic yards excavated as  claimed by
the contractor.  The volume  of material on the  trucks  would
be greater  after excavation because the material was dis-
turbed rather  than  compacted.  The 20,412 cubic yard pay
                             14

-------
    quantity  represents  compacted,  in-ground material.  Based
    on  the  35  manifests showing IS cubic yards,  there is doubt
    if  the  over  20 cubic yard average a truck was obtained for
    all shipments  made.


             (2)  Command Analysis.  At our request,  personnel
   of the  Omaha District's  Construction Division performed an
   analysis and concluded that 20,412  cubic  yards  of contami-
   nated material  could have  been  removed from  the  Aidex
   Corporation  Superfund site.   The   estimate  of  the  cubic
   yards  excavated  was  based  on the  weight of  contaminated
   material shipped from the site as shown by the  truck  mani-
   fests.   The  conclusion reached was  not  exact  because  it
   relied  on  assumptions about  the  type of  soil  and debris
   removed  from the site for  conversion of  weight  to  cubic
   yards.   The  analysis showed that the contractor's payments
   could have been proper, but does not  provide assurance that
   they  were.   When  after   the   fact  remeasurements  are not
   possible,  as  in  this  case  because of  backfilling  and
   grading  at the  site,  there is  no substitute for proper work
  verification  controls during  construction.  Based  on the
  problems   experienced   with   this   Superfund   project,
  consideration needs  to be  given  to  making the  government
  primarily  responsible  for  survey  measurements  for  pay
  quantities  on future  Superfund construction contracts  when
  cubic yards  excavated is  a basis for payment.

       e.   Basis   for  Payment.   Weight rather   than   cubic
  yards  excavated  would  have  been a better unit of  measure-
  ment  for  the transportation  and disposal  lines  of  the
  contract  (lines  IS and 16).   Most of  the total payments  to
  the contractor were  for transportation and  disposal of  con-
  taminated material  (about  $6 million  of about $7.3 million)
 but  the   unit  of  measurement   for  payment  of  cubic  yards
 excavated  was not  directly  related  to  the   contractor's
 costs for these  services.   Weight  loaded  onto trucks was
 closely  monitored  because  of  highway  restrictions,  so
 second party verification  of  services performed would have
 been  simpler.  The  trucks  were  weighed  at least  twice,
 before a  load left the Aidex Corporation Superfund site and
 at the disposal  site.   The disposal  site  was paid based on
 weight.  Consideration needed to be given  to using weight
 rather  than cubic  yards excavated  as the  measurement  for
 payment  on  future  Superfund construction  contracts  when
 transportation  <^id  disposal is  a major cost  of  the project.

 3.   Other Requirements.  Contract requirements  concerning
progress payments,   approval  of, trucking  firms,  and  site
entrance control  were  also not fully met.
                             IS

-------
     a.   Progress  Payments.  Progress  payments  were based
on  esfrima-f.es  of future work, not  work  actually completed.
There  were  four progress~-payments made to  the contractor
through January 1987, totaling about $7.3 million.  Accord-
ing to the  contract,  the  contractor could request progress
payments for  completed  work supported by quantity surveys.
Corps personnel were responsible for determining the amount
of  the payment based on supporting records  such as survey
reports  provided   by  the  contractor.   Corps   personnel
invo* td in approval  of progress  payments  stated that the
four payments made were based on actual surveys, as well as
estimated work  for  about  a 15-day period  until  the end of
the month.  Contractor and  Corps personnel met at mid-month
to  jointly determine  payment  amounts.  Allowing progress
payments for  estimated  work was not in  accordance with the
contract  and did  not  ensure  amounts  were  paid  only for
actual work performed.

     b.   Trucking Firms.   The construction contractor used
truck  firms that were  not  approved by  Corps  personnel to
remove  contaminated  material  from  the Aidex Corporation
site.  Trucks from  seven  firms  were used to transport con-
taminated  material  from  the  cleanup  site.   The  contract
required that  the Corps approve in advance the use of each
trucking firm  and  that  a  transportation plan for each firm
b^ provided to the contracting officer.  The transportation
plan includes U. S. Environmental  Protection Agency identi-
fication number,  types  and sizes  of  equipment to be  used,
description  of transportation methods  and procedures, and
information on  necessary  permits to transport  contaminated
material.  Contract  files  did   not  indicate  approval for
three  firms used,   and  transportation plans  were not pro-
vided  for   two  firms   used.   Although  no   accidents   or
incidents  occurred,  the  Corps  was not adequately  assured
that  all  trucking  firms  used -were qualified  contaminated
material transporters.

     c.   Site  Entrance Control.  Entrance control records
for the  cleanup site were  incomplete.   The contractor was
required  to  maintain  records  on  visitors  and  vehicles
entering  and  leaving  the  cleanup  site.   Vehicle  r*gQ,r«?g
                 only for^4 rlayg *
-------
RECOMMENDATIONS AND COMMAND COMMENTS

A-l  Require representatives of  the  contracting  officer  to
record,  in government  documentation,  results of  measure-
ments for pay quantities independently taken and observed.

Command  agreed  and  stated that guidance was  issued  to  the
office responsible for administering the Aidex construction
contract.  This guidance,  issued 23  September 1987,  empha-
sized the  requirement  that government documentation  should
include the results of measurements for pay quantities that
were  independently  taken  and  observed.  Similar  guidance
will be issued to other contracting officer representatives
by second quarter FY 88.

A-2  Coordinate  with  the  U.  S. Army  Engineer  District,
Kansas  City  (the  other  Corps   District  responsible  for
awarding Superfund construction contracts) and:

   - Make  the Corps,  rather^than the contractor, primarily
     responsible for survey"measurements for pay quantities
     on  future   Superfund  contracts  when   cubic   yards
     excavated is a basis  for payment.

   - Make weight rather than cubic yards excavated the pri-
     mary basis for payment for  future Superfund  contracts
     that  involve  significant transportation and disposal
     costs.

Command did not agree and  stated  that:

   - Corps of Engineers personnel should not  assume primary
     responst...ility for survey measurements for pay quanti-
     ties  on  future Superfund contracts  where cubic yards
     excavated are a basis for payment.  Corps Districts do
     not have the personnel  resources needed to accomplish
     the   survey   measurements.   If  the   Corps  is  made
     primarily responsible,  a  separate contract would have
     to  be established to perform this service.  Contract
     fees  and internal Corps charges  associated with manag-
     ing   another  contract  would  cause   an increase  in
     supervision  and  administration costs   and  manpower
     requirements and thus an overall increase in the total
     project  construction  cost   to   the  Corps.   A  blanket
     waiver will be requested to allow for  this  performance
     of  initial  and final survey by other than Government
     employees.
                             17

-------
    -  Corps of Engineers Quality Assurance personnel already
      have the  primary responsibility  to  ensure  that  the
      contractor's  Quality  Control  Program  is  functioning
      effectively.  This  also  applies  to  the contractor's
      Quality Control  Program regarding survey measurements
      for pay quantities.    The importance  of this already
      established responsibility will be emphasized in guid-
      ance that will  be issued to Quality Assurance person-
      nel  by  second  quarter  FY 88.   This  response  was
      coordinated with  the Kansas City District.

    -  Weight,  rather than  cubic yards  excavated, will  be
      considered as   the  basis  for   payment   on  future
      Superfund construction contracts involving significant
      transportation and disposal cost.  However, the use of
      such a payment basis may not  be  appropriate for some
      Superfund  construction   contracts.   Therefore,   each
      project will  be  considered  on a  case-by-case  basis.
      This response was  coordinated with  the  Kansas  City
      District.

II.  S. Army Audit  Agency  Evaluation.   The  preferred method
of  performing pay  quantity surveys  is by government person-
nel.  The  Federal  Acquisition  Regulation  states  that
government personnel should conduct the original and final
quantity surveys for pay  purposes  unless a level above the
contracting  officer determines that it  is impracticable for
government personnel  to perform the  surveys.  The circum-
stances   of   each  contract   should be considered  before
approval is obtained  to  not use government personnel for
surveys.   Superfund   construction   contracts  are  larger
dollar  value  contracts;  usually   greater  than  a million
dollars   each.  Command  did  not quantify  the additional
costs of having government personnel  perform the quantity
surveys  or the additional  cost to  administer separate con-
tracts compared to allowing  the contractor to perform the
surveys.   We believe the difference would Jbe small compared
to  the   potential  for  overpayment  due   to  construction
services not being properly  verified.  Our  recommendation
would provide second party assurance that all  construction
services paid for were received.   Command's comments that
the use  of weight  rather than cubic yards excavated will be
considered as  the pay  quantity measure  for  future  Superfund
contract* on  a  case-by-case basis is responsive to our rec-
ommendation.   We agree there  might  be some  instances where
cubic yards excavated  might  be more  appropriate.  But in
instances where transportation  is the major  cost  of the
cleanup   effort,   we  believe  weight,   which  is  easily
verified,  would be a  more  appropriate unit  of  measurement
for pay  purposes.
                             IS

-------
responsibility £or Superfund^   offi«s   J "^ **
-------
     FOR THE COMMANDER, V. S. ARMY ENGINEER DISTRICT, OMAHA
             B - VARIATIONS IN ESTIMATED QUANTITIES
   FINDING
        The construction  contract  for  the  Aidex Corporation
   Superfund site was modified to increase the total contract
   price for only  about  60 percent  of the actual amount paid
   for variations in estimated quantities.  As  a  result, obli-
   gations totaling about $195,000 were not recorded promptly
   or accurately  for variations in  estimated  quantities not
   covered by contract modifications,  and  payments to the con-
   tractor exceeded  the  total value  of the contract.  Also,
   the price analysis  made for a modification issued was not
   adequate  to  ensure  a fair  and  reasonable price.  The
   government estimate was an analysis based on  the price and
   quantity already on contract rather  than a  detailed  analy-
   sis of increased costs due to the additional quantity.  The
   government  estimate   included   about  $50  a  unit  for
   transportation  that was  not  applicable  to the  additional
   quantity.   Also, the  contractor  was not requested to pro-
   vide  certified  cost  or  pricing  data  as required  by the
   contract  and   regulatory  guidance.  As   a  result,  the
   contracting officer did not have sufficient data for evalu-
   ating the price and the price paid may have been too high.

                           DISCUSSION

   1.   Background.  The Aidex Corporation Superfund site con-
   struction contract  included eight lines of work that were
   unit-priced  and  an   estimated   quantity   of  units  were
   indicated for the eight lines.   The contract had  a varia-
   tions in estimated  quantities clause.  This  clause provides
   that if the quantity of a unit-priced item is estimated and
   the  actual  quantity varies  more than   plus  or  minus
   15 percent  from  the  estimated  quantity,  an  equitable
   adjustment in the contract price can be made upon demand of
   either  the government or  the  contractor.   The equitable
   adjustment should be based upon any increase or decrease in
   costs due  solely to variations  in the estimated quantity.
   Headquarters, Corps of Engineers has  issued supplemental
   contracting guidance  that requires contracting officers to
   take gfpp following actions when  actual  work  exceeds the
   estisaifed  quantity of work  on  a  contract  by more than
   15 percent:
f
- Where  the  difference  .in  cost  between  the   actual
  quantity  and  115 percent of  the  estimated quantity
  exceeds $25,000, the coujtracting_jafficer shall  make  a
  demand on  the contractor for  a reduction in contract
                                20

-------
      unit  price  unless  it is found,  in writing, that  unit
      costs have  not been sufficiently reduced to justify a
      demand for  reduction.

    -  Where  the  difference  in  cost  between  the  actual
      quantity  and  115 percent  of the estimated quantity is
      $25,000 or  less,  the contracting office  shall  make a
      demand for  adjustment only  if it is determined that it
      will  be to the government's  interest to  make  such a
      demand.

Contract   modifications  are  issued  to  cover  changes  in
requirements after award of a  contract.   Basic policy and
procedures  for   processing  contract   modifications   are
included   in  the  Federal  Acquisition  Regulation  and  the
Engineer Federal Acquisition Regulation Supplement.
2.
Contract: Modification
     a.   Variations  in Quantity.   Variations in estimated
quantities  occurred  for the Aidex Corporation construction.
contract, but the contract was modified to cover only about
60 percent  of the variations  that were  paid.   A contract
modification  was  issued for $311,754  during November 1986
for variations  in  estimated quantity of contract line 16.
But  the modification  only  covered the  quantity variation
amount  that was over 115 percent of the estimated quantity
for  the one  line  of  the contract.  The  first 15-percent
variation  for the contract  line,  about  $169,496,  was not
covered by the modification.   Variations in  quantity for
other contract lines,  totaling about $17,865, were also not
covered by  a contract  modification.  Personnel of the Omaha
District's  Construction Division staged modifications were
not necessary because the contract -as written, allowed for
variations  and  the  only reason  for the  one modification
issued  was  to placate finance  and accounting personnel who
would not process a progress payment without an increase to
the  total   contract  price.   The use  of  contract modifica-
tions  for  all  variations  in  estimated  quantities would
ensure  proper documentation  for  recording  obligations as
well aa help to ensure  payments  to  contractors are within
the total contract price.
         •3»*s,  ^
     b.   Obligatlona.   Obligations  totaling  $195,226 for
variatioMlf in  estimated  quantities  were  not  properly
recorded  on the  accounting records.   The  Corps  uses the
finance and accounting subsystem of the  Corps of  Engineers'
Management  Information System t6 record  accounting transac-
tions for  Superfund  projects.    An obligation was promptly
recorded for the variations  covered by the contract  modifi-
cation, but obligations were not timely for variations not
covered  by contract  modifications.  During January  1987,
                             21

-------
when  the  progress payment  covering  the  variations  was
paid, finance and  accounting personnel  recorded  an  obliga-
tion  of  $169,496,  2 months  after  the  work,   to  cover
variations not  covered by the  contract modification.   But
no obligations  were  recorded through June  1987  (7  months)
for variations  in  the  other  lines  that  totaled $17,865  and
were not  covered by a contract  modification.  Finance  and
accounting personnel  also recorded an  obligation  totaling
$7,865  during  January 1987  to  cover potential  variations
for  other lines based solely on the variations clause in
the  contract; funds  remained obligated  through  June  1987,
5 months  later.   This  recorded  obligation  was  not  proper
because the  variations had not occurred  and  AR  37-21  does
not  allow recording  obligations  for  permitted variances
until authorized by the contracting officer or until actual
delivery  and acceptance.

     c.   Payments.  Total payments made to the  contractor
exceeded  the total  contract price as  shown on  contract
documentation.   According  to the  payments  clause  of  the
contract, the government  will pay  the contractor the price
as provided  in  the contract.  Through  the  fourth progress
payment made during January  1987, $7,311,598 was  paid to
the contractor,  but the contract price  as shown  on contract
documentation was  only $7,251,710.
              Document*
     Basic
     Modification 1
     Modification 2
     Modification 3
   Amount

$6,939,190
         0
   311,754
       766
     *    Contract  modification 1 covered  assignment
     of  the  contracting  officer's   representative,
     modification 2  covered variations  in  estimated
     quantities    as   previously   discussed,    and
     modification 3  covered crop  damage and  closure
     of building openings.

Th«  difference  resulted from  variations  in  quantity  not
included   in   contract   modifications   ($187,362)   less
unliquidated  obligations for amounts  shown  on the contract
($127,474).   Unless estimated  quantities  are adjusted  to
actual   quantitites,   contract   documentation   will   be
incomplete  because  the  actual  contract  price will not be
shown  and finance  and accounting personnel will  not know
the maximum authorized payment  amount.
                             22

-------
3.   Procedures for Determining Fair and Reasonable Prices.
The  analysis  made  for  the  price  on  the  modification
actually issued was not  adequate  to  ensure  a fair and rea-
sonable  price   for  the  government,  According   to  the
Engineer  Federal  Acquisition  Regulation Supplement,  when
the  actual quantity exceeds  115  percent for  an  estimated
quantity  and the  value exceeds  $25,000,   the  contracting
officer shall make  a demand  on the  contractor for a reduc-
tion  in the  contract  unit  price  unless   the  contracting
officer finds in writing that unit costs have not been suf-
ficiently  reduced  to  justify a reduction.   The  finding of
fact   for  the   modification  issued   stated   that  the
contractor's unit  price compares  favorably  to  the govern-
ment  estimate  so  no   revision  to  the   unit  price  is
necessary,  and the  price  is  considered  to  be  fair  and
reasonable.  Our  review,  however,   showed   that   the  unit
price was overstated on the government estimate.  Also, the
contractor was not  requested to provide a  written proposal
and certified cost  or pricing data.   As a  result, the unit
price  may be  too  high for variations in  the  estimated
quantity on line 16 of the contract.

     a.   Government   Estimate.  An   in-depth  government
estimate was  not  prepared for the  modification.  Guidance
for preparation of estimates is provided in  Engineer Manual
1110-2-1302.  According  to  the manual,  estimates for con-
tract modifications should be based on a detailed analysis
of the change in requirements and contractor's actual costs
should  be  used as  much as  possible.   The  17 October 1986
government estimate  for the modification  was actually an
analysis  based  on  the  price  and  quantity  already  on
contract rather than an analysis  of increased costs due to
the additional quantity.  The increased quantity  and  actual
contractor costs were not  used.  In addition, the estimate
for the modification assumed 80 percent of  the contaminated
materiel would be  transported 980 miles to  a disposal  site
in Alabama and 20 percent would be transported 610 miles to
Indiana.  However, the  contractor indicated during Septem-
ber  1986  progress meetings  with  Corps  personnel that the
closer  disposal  site would  be used for all shipments as
soon as  approval  from the Environmental Protection  Agency
was  obtained.  Shipments  to  the   closer  disposal   site
started 2 October 1986,  15 days before  the  government esti-
mate  fo*%.-.,t$*  modification  was  prepared.   The  government
estimate. ^.-£«r   the  modification  did  not  reflect  the
transporti££on of all material  to the  closer disposal site.
The government estimate  for  the modification was  overstated
by about $50 a  cubic yard for transportation.   Altogether,
the potential existed to reduce the  contract price by about
$87,000.
                             23

-------
     b.   Coat  Or Pricing  Data.   The  contractor  was  not
requested to provide certified cost or pricing data for the
modification  issued.   The  Federal  Acquisition  Regulation
requires that  certified cost  or  pricing data be  obtained
from the contractor before  modifications  over  a.  set amount
are  accomplished  and  the  requirement  relates  to  both
formally advertised  and  negotiated  contracts unless  ade-
quate  price  competition exists.   A clause of  the  contract
set the cost or  pricing data requirement for modifications
expected to  exceed $100,000.  The modification  issued met
the requirements,  but  the contractor was not  requested to
provide certified cost or pricing data.  As a result, regu-
latory  requirements  were  not  met  and  the  contracting
officer did not  have sufficient data  for evaluating if the
price  for  the   modification  was   fair and  reasonable.  A
lower price may have been negotiated if required procedures
were followed.
RECOMMENDATIONS AND COMMAND COMMENTS

B-l  Issue a contract  modification  to cover all variations
in estimated quantities  on the Aidex Corporation Superfund
site  construction   contract  that   are   not   covered  in
modifications previously issued.

Command  did  not agree and stated that issuance  of a con-
tract modification to cover  all  variations  in estimated
quantities on  this contract is  not necessary.  The varia-
tions  in  estimated  quantities  clause  of this   contract
states  that:   "...If...the  actual  quantity  of  the unit-
priced item varies  more  that 15 percent above or below the
estimated quantity, an equitable adjustment in the  contract
price shall  be made  upon demand of either party."  Para-
graph 36.2/9002(a)  of the  Engineer  Federal  Acquisition
Regulation Supplement states  that:   "where the difference
in cost  between the actual quantity and US percent of the
estimated quantity exceeds $25,000,  the contracting officer
shall make  a demand  on  the contractor for a reduction  in
the  contract  unit price...unless he shall find in writing
that  unit  costs  have not  been  sufficiently  reduced  to
justify  a demand for  a reduction."   Modifications for other
variations in  estimated  quantities are not required by the
tersjs>  of  the  contract.   Execution  of a  modification  to
cov** all quantity variations in this  contract would  be  an
unnecessary  expense,   and  not  be in the  government's best
interest.

B-2  Direct  that contract 'modifications  be issued for  all
variation   amounts  in   estimated   quantities   on  future
                             24

-------
    Superfund site construction  contracts  having a variations
    in estimated quantities  clause.

    Command  did not  agree  and stated  that  contract modifica-
    tions  should not be required  for all variations in estimat-
    ed  quantities  on  future   Superfund   site  construction
    contracts with a variations in estimated quantities clause.
    The  variations  in  estimated quantities  clause  of  this
    contract states that:  "...If...  the actual quantity of the
   unit-priced  item varies more than 15 percent above or below
   the estimated quantity,  an equitable adjustment in the con-
   tract  price  shall be  made upon demand  of either  party."
   Paragraph 36.2/9002(a)  of  the Engineer Federal  Acquisition
   Regulation Supplement states  that:   "where the  difference
   in cost between the actual quantity and  115 percent  of  the
   estimated quantity exceeds $25,000,  the contracting  officer
   shall  make a demand  on the contractor for a reduction in
   the contract unit  price...unless the  contracting  officer
   shall   find   in  writing  that  unit   costs  have  not been
   sufficiently  reduced  to  justify  a demand for a reduction."
   This type of  contract provides for variations in quantities
   up  to  115 percent. Execution  of  a  modification  for every
   variance  in  quantity  is not necessary and  would be costly
  to the government.   Although contract modifications are not
  required for  all variations in quantities, variations which
  result  in overruns  will  be obligated based on  a Miscella-
  neous Obligation Document  (DA Form 3717).   Guidance to this
  effect will be issued by second quarter FY 88.

  U.  S.   Any  Audit  Agency Evaluation.  With   regard  to
  Command's  comments  on  Recommendations B-l and  B-2,  the
  total  dollar  value  of the contract  increases or  decreases
  when variations occur  in  the  estimated  quantities.  This
  changes  the terms of the contract  (total value)  and a modi-
  fication to the contract is required.   If  modifications are
 not  issued for  variations,  the  contract haa  no maximum
 authorized total value.  Issuing contract  modifications for
 variations provides a control over the total dollars  autho-
 rized since a  maximum  amount is specified and this ensures
 that funds  are available  before  the government  creates a
 liability.   Modifications  should be periodically issued  to
 increase thf>  authorized ceiling  as  new  estimates  of the
 quantitiesjH|sjbove  the  ceiling  are   determined.  In  the
 instances* iBire the  total variations in quantity are within
 the  amoiufllP allowed  by   the  contract   (plus  or  minus
 15 percent* for  the  Aidex  construction  contract),   a
modification  could.be  issued during  the contract closeout
process after  the work  is  completed.

B-3  Make a  review of the  accuracy of obligations recorded
for variations  in estimated quantities for  all  lines of the
                             25

-------
Aidex Corporation Superfund site construction contract hav-
ing- estimated  quantities.  Adjust the obligations  recorded
based on the review.

Command agreed and  stated that  a  review  of  obligations was
completed during October 1987.  Action was  taken to  adjust
obligations involving estimated quantities  as  supported by
the review.

B-4  Prepare another government estimate  for variations in
the estimated  quantity for  line  16  of  the  contract  using
the  guidance  provided  in   Engineer  Manual 1110-2-1302.
Request the contractor to provide certified cost or pricing
data for  the variations.  If the results show the  $275 a
unit price of the modification was too high, take appropri-
ate actions to collect the overpayment.

Command  did not  agree  and  stated  although  a  government
estimate to cover transportation  and disposal of additional
contaminated   soil   and  waste   was  prepared  using  the
guidance  provided  in  Engineer  Manual  1110-2-1302,  the
justification  under paragraph  36.2/9002(a)  of the Engineer
Federal Acquisition Regulation Supplement for contract  item
number 16  was  inadvertently  prepared   as   a  modification
instead of  the required finding of fact.  The modification
package  justifies  no  price  change  for the overrun  above
115 percent  of the estimated  quantity.   A  conscious  deci-
sion was made  to process the change order in lieu  of  repro-
cessing    as   a   finding    of   fact.  The   additional
administrative expense was  not considered  justified.   The
change   order   was,  therefore,   not  considered  a   true
modification and  cost  or pricing data was not obtained.  A
true   modification   would  -require   an   audit   of   the
contractor's cost or pricing data.  All future findings of
fact will  not  be allowed to be processed as change  orders
because of  the resulting confusion.

0.  S.  Any Audit Agency  Evaluation.  As  stated  in  our
evaluation  of  the  Command comments on Recommendations B-l
and B-2,  an increase  in the  total contract dollar  amount
vaai a change in the terms  of the contract so a modification
stoould  have been  issued.  The dollar amount of the  change
    the requirements  for requesting certified cost or pric-
    •data frfm  the contractor.
      Issue guidance reemphasizing the need  to prepare gov-
ernment estimates in accordance  with Engineer Manual 1110-
2-1302  and the  need to* request  certified  cost  or pricing
data from Superfund cleanup  contractors when modifications
meet 'the specified dollar criteria.
                              26

-------
Command agreed
                                                      con-
                                            t
                        27

-------
   FOR THE COMMANDER, U. S.  ARMY EMGINEER DISTRICT,  OMAHA
                  C - REIMBURSABLE ORDERS
FINDING
      Controls  over  reimbursable  orders  issued to  Corps
 activities  supporting the Aidex Corporation cleanup efforts
 were not  adequate to ensure that all costs were accumulated
 against the appropriate Superfund project or to ensure that
 obligations were recorded  in  a timely  manner.   Costs  for
 award of  the  construction  contract were charged to project
 design,   and  obligations  of  $49,636  were  not  recorded
 promptly  because a reimbursable order was  not issued when
 laboratory   work  was  authorized   for   the  construction
 project.  Timely obligations are  necessary for proper con-
 trol of  funds.   Also,  State governments  share in the cost
 for construction projects  but not in the  cost  for design
 projects  and  therefore  the proper accumulation of expenses
 against   Superfund   projects   is   important.  Unless  coat
 transfers  are made,  the Superfund Trust Fund could absorb
 costs that  should be paid by a State.

                         DISCUSSION

 1.   Background.  Each government  agency is directed by law
 to establish  and maintain  an  adequate system of  accounting
 and internal controls  over obligations,  accrued expendi-
 tures,  applied  costs,  and  outlays.  The  Corps  uses  the
 finance and accounting  subsystem  of the Corps of Engineers
Management  Information System to record  accounting transac-
 tions   for   Superfund  work.   When   a   Corps  district
 responsible for a Superfund project needs assistance from
 another Corps district or  laboratory,  Engineer  Regulation
37-2-10 requires  that a reimbursable order (DA  Form 2544)
be used to  authorize and control the work.  Obligations are
to be  recorded by  the  requesting  activity for the full
amount of the  reimbursable order based  on receipt of the
accepted order  from the servicing Corps  activity.

V ., .JisMimintlnj for  Expenses.    As  much as $25,000 of in-
                costs   for  Aidex   Corporation   Superfund
          ton  project were  charged  to  the design project.
          ril 1986,  Omaha  Engineer District issued  a  DA
            reimbursable  order  to  Kansas  City Engineer
              $25,000 to advertise and  award  the construc-
            :t.  The order was accepted on 25  April 1986 and
the construction contract'was  awarded   10 July  1986.  How-
ever,   through   April   1987,   only  $61   for  reproduction
expense* was  charged to the reimbursable order.   Workorders
in the  design  project  files  at  the Kansas City Engineer
                             26

-------
District  showed work was performed for tasks covered by the
construction project reimbursable order, but the accounting
code  cited was for the design project.  An accounting code
for  tlSpy., reimbursable  order  was  not  established in  the
accounwilg system  until  August  1986,  a  month after  the
award  j^. the  contract.  The  files did  not show  how much
work  wa*  actually  accomplished  and charged to  the design
project,  and  cost transfers were not  made after the proper
accounting code  was  established.  Proper  accumulation  of
cost  against  Superfund project  funds  is  important because
under  Superfund  laws,  State governments  share  in  the cost
for  construction  projects  (10 percent),  but States do not
share  in the  cost  of  design  projects.   Unless  cost trans-
fers  are  made  for expenses that are incorrectly charged to
the  design project, the Superfund Trust  Fund  could absorb
costs  that should be paid by a State.

3.   Obligations.   Obligations  were not  recorded  promptly
for  about half of  the  dollars  authorized for reimbursable
work on the construction project.  In total, about $102,000
of reimbursable work  was authorized.   Missouri  River Divi-
sion Laboratory provided $49,636 of laboratory services in
support  of the construction project from September through
November  1986, but an obligation  for  the effort  was not
recorded  until April  1987 when a billing was received from
the  laboratory.  A reimbursable  order  or other written
authorization  was not  issued by Omaha Engineer District to
the laboratory as required by Engineer Regulation 37-2-10.
Without  an accepted DA Form 2544, finance and accounting
personnel  did  not have a basis for recording an obligation
in  advance of  the services  being performed.  Balances of
funds  available  for future obligation  were overstated and
reports of monthly funds obligated were understated due to
the  way  obligations   were  recorded 'for  the  reimbursable
work.  Proper  accounting for  obligations  is  necessary at
all times for fund control to  prevent actual expenditures
from exceeding authorized expenditures and to ensure accu-
rate monthend reports.
                   the Kansas City Engineer District  deter-
                ot the  expenses incurred  to  advertise  and
                   Corporation  construction  contract  were
                      project  and transfer  these expenses to
                 project.

Command agreed  and stated  that*a cost  transfer  was prepared
to transfer  $19,850.53 from the design account  to the con-
struction  account for Aidex  Corporation site Phase  III.
These  transactions were  completed  in October  1987.  This
response was coordinated with the Kansas City District.
                             29

-------
f* » o


                                                          of
                     30

-------
                                                    ANNEX
      ACTIVITIES FURNISHED COPIES OF THE AODIT

          this report are being  furnished to  the  following
acti
        es
Assistant Secretary of the Army (Civil Works)
Assistant Secretary of the Army (Financial  Management)
Assistant Secretary of the Army (Installations
  and Logistics)
The Inspector General
Director of the Army Staff
Chief of Public Affairs
Deputy Chief of Staff for Personnel
Deputy Chief of Staff for Logistics
Chief of Engineers
Commanders
  U. S. Army Corps of Engineers
  U. S. Army Criminal Investigation Command
  U. S. Army Engineer Division, Missouri River
  First Region, U. S. Army Criminal Investigation Command
Commandant, U. S. Army Logistics Management Center
Inspector General, U. S. Environmental Protection Agency
This report is not to be released outside the Department of
the Army  for 60 days.  After that  period has elapsed, the
report  may be released  in accordance  with the procedures
prescribed in Army  Regulation 340-17 and Department of the
Army Memorandum  36-1.  However, the  results of audit will
be furnished  to  the Inspector General,  U.  S. Environmental
Protection Agency, who requested this audit.
                             31

-------
                        ai
                                                               p. 1
TO /
                             n
     TV*,
       fijo
b")
                r^ tfo, fHwJ  ^8
                     ,  c
                                   (I)

-------
Ji-tft  c-4  'a'a  i-J-J
                    •.c.c.-_~c.c
                                                         1 4t,u«4jLc4
                                                                                  W ^6.  )
                                                  (Z)

-------
                           MMIITMINT Of THf AWMJY                  p 3
                               U.& Army €**• o* ln|m»n
                                          K»1*-tOOO
 CU*    «f                                                MJUWWBB
 MEMORANDUM:  SECRETARY OF THE ARMY INSPECTOR GENERAL, ATTNs  SAXG-PA

 SUBJECT:  USAAA Audit of Suptrfund' Construction—Aldtx Corporation Stte,
 Council  Bluffs,  Iowa, U.S.  Army  Englnttr District, Omaha, NE

 1.  Tht Command position Is as  rtfltcttd 1n tht report  except for tht
 additional facts, and tht revised position  stattd btlow.

 Recommendation B-l:  Command agrtts that a contract modification  should havt
 bttn Issutd during clostout to covtr all variations 1n estimated quantities on
 tht Aldtx contract that were not covtrtd In modifications previously Issutd.
 However; Command dots  not believe that Issuing a modification at this  juncture
 would serve any meaningful purpose, unless requested by tht customer - EPA,
 since tht contract has already bttn  finalized.   Guidance  will bt Issutd
 requiring futurt  suptrfund contracts to bt modified during  the  closeout
 process, as  recommended.

 Recommendation 8-2:   Tht revised Command position 1s that In  addltlo* to
 obligating cost overruns on a Miscellaneous Obligation Document (DA For*  3717)
 and notifying tht contractor accordingly, a modification  will bt Issutd dtrtng
 clostout  to rtcondlt  tht total contract  cost to  tht  Individual lint Iftms.

 Recommendation B-4:  At stattd In our position  on Recommendations B-l  and 8-2,
 Command-agrees that a modification should havt  bttn  Issutd to record tht
 Increase .in tht total contract dollar amount.  Also, tht dollar amount of tht
 changt did technically meet tht  requirements for requesting ctrtlfltd cost or
 pricing data'from tht contractor for posslblt collection actions.  However; tht
 administrative expense of preparing anothtr government estimate; modifying tht
 contract to rtcondlt tht total cost to Individual  11nt Items; and  auditing tht
 ctrtlfltd cost  or pricing data would negate any possible  cost savings.  Appli-
 cable futurt Suporfund  contract flits will contain supporting documentation
 and/or an  explanation for not taking collection  actions against tht contractor.

 Recommendation c*l:   All txptnsts will  bt costtd In  accordance with tht
 applicableijAttr-aftncy agreement  (IAG)  bttwttn tht  Corps and  EPA.

*•  Th* fJ^^Hfc "* cont*1n "W reportable monetary  benefits.   In our
opinion f^^HpMt* to classify or protectively mark any portion of this
report •^^•iW thereto.
                                    __. I6E K. WITHERS, JR.
                                    Major  General, USA
                                    Deputy Commander


-------
                                                                         r.4
           FCti
oioa,  AIM i   CJWD-CD-QA
                                        Iti April ifbb

        . Any oorpa of  knfiaoor*, Kov  laglafld
         fttor  toioJ,  424  I'rapolo  teao, Valuta*,
irrojoct

i.  Ihu •oaotaaooja la ia roopoaao to  your
19**,  N«  A-I liability oiiaca  for ceamcc
         lor OAOB oBOOOMat aro ai follow* i
                                                         W.t.rlint
                                          U
                 to
  MI  Ucvrroc «oMfoi
           la  « tlftiUr
            «a4 a* ei
             U*  firat  C
                                        a«t«d  to
                                     chfOU|h 7,
                                                                iiovovcr,
                                                                         Ta*
                     eb«
                                                        work
     iM»vrt4
                                            o«turr«d,  Finally, if th« do«l«a
                                            thU
    to.   Mo4 J roJuliM ift apieo of tho A-B'i  of fort*  10 toconino Ail portf
•oat  burio*  utiliciM.  Tho  erafcruotio*  AO^UOOAO hM MS  ciuaso^ «ad  ao
liao 4oUy ooourro4.
    a.   MoJ 4 roouleo^ fro* • ehjn|«4  ilco eostficitft.  TIM tttboiurfoco invoi-
         it  tfco  rtvor MM teooMl Ad«q««tt at  tho  tiojo of 
-------
             CEiC-Kft
                                                                     P. 5
it &AOf45-|«-C-0233,  CharUc
                                                       Vftttrlin* Suparfuud
                                                Mr.
                        T«l*phoa*i   (402) 221-4*32.
laal
Cf (WteeUi
     •n-u
       } die
              i.  L. caioai, r.i,
                                                        Iraneh


-------
                 CEEC-£B
                             MPAKTMINT Of THE AHMY
                                    nvmoN, com «
                            WMtfHAM. MAtaACHUMTTB 01U441«
                                                            I April  It «f

                          *          fc|iaoarin| ttYioion, Miaaourt liv.r
                District, ATOli  Mr* lobtrc I,  Z«rub«, P,|, CIMKOD-U,
 213 lotth 17th Ittate,  Ouht, MtbtfMka  6H02-4978
 WiJICTi  CoacrMt MA.   DACW43-86-C-0233,
                    Project.
 i.  Ih« U.l, Aiigr Audit Aftncy rtemtly coaplmd ita *udii of th« sublet

 !!flil*5?.*f*,ihf ^S4 liU  t!llt "" ¥
-------