<\ Ci--  j
*• 006% V
y*!>.
         UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                      OFFICE OF THE INSPECTOR GENERAL
                          EASTERN AUDIT DIVISION
'-< *&*
                        J F
                             KENNEDY FEDERAL BUILDING
                                 Room 1911
                           Boston, Massachusetts 02203-2211
                                 (61 7 1 565-31 60
                                 FTS 6-835-3160
NEW YORK OFFICE

90Churcn Street
Suite 802
New York NY 1QOO"
.2'2) 264-5730
                            March  29,  1989
  MEMORANDUM
            New Jersey Department of Environmental  Protection
            Interim Audit,  Cooperative Agreement V-002550-84
            Burnt Fly Bog Site
            Audit Report No. P5bG*7-02-0084-9100226
SUBJECT;
  FROM:      Paul  D.  McKechniij_
             Divisional Inspector General
             Eastern Audit Division

  TO:        Herbert Barrack
             Assistant Regional Administrator
               for Policy and Management
             Region 2
  SCOPE  AND OBJECTIVES

  We have completed an interim audit  of  Cooperative Agreement
  Number V-002550-84 awarded to the New  Jersey Department of
  Environmental Protection under  the  Comprehensive Environmental
  Response, Compensation and Liability Act  of 1980 (CERCLA) for
  remedial design and initial remedial action for the removal of
  hazardous waste from the Burnt  Fly  Bog Site, Marlboro Township,
  New  Jersey.   The audit was performed by the contract auditors,
  Samuel M. Fisher Company, CPAs.  The audit field work began on
  August 11, 1987 and was completed on March 9,  1988.

  The  primary objectives of our audit were  as follows:
   1.
   2.
   3.
      To determine the adequacy,  effectiveness and reliability of
      procurement, accounting and management controls exercised by
      the State in administering  the  cooperative agreement.

      To ascertain the State's  compliance with provisions of  the
      cooperative agreement  and applicable Federal regulations and
      instructions.

      To determine the reasonableness,  allocability and
      allowability of costs  claimed under the cooperative
      agreement.
    in
    CM
                           ENVIRONMENT*! P
                           WASHINGTON !>(

-------
The audit covered  the grantee's claim for the period December 7,
1983  through June  30, 1986.

Our examination was made in accordance with generally accepted
auditing standards and  the "Standards for Audit of Governmental
Organizations, Programs, Activities, and Functions" issued by the
Comptroller General of  the United States.  The audit included
tests of the accounting records and other auditing procedures we
considered necessary under the circumstances.  The Environmental
Protection Agency's Audit Guide for CERCLA Cooperative
Agreements, issued on August 13, 1985, was also used as a guide
in our examination.

SUMMARY OF FINDINGS

Based upon the results of audit tests conducted on the grantee's
claim for the period December 7, 1983 to June 30,  1986, we have
concluded that generally the procurement, accounting and manage-
ment controls were adequate and effective and the grantee was in
compliance with the provisions of the cooperative agreement and
applicable Federal regulations and instructions.  The costs
claimed were reasonable, allocable and allowable under the
cooperative agreement, except as noted in Schedules A-l and A-2,
Exhibit B and the  supporting notes.

We have set-aside  grantee claimed contractual services of $13,632
for Remedial Design which were not supported by an appropriate
change order and costs analysis.  We have also set-aside
$1,126,044 claimed for Initial Remedial Action pending EPA review
of the grantee's compliance with applicable procurement regula-
tions.  The grantee did not adhere to conditions imposed by EPA
in approving deviations from standard procurement practices.   We
also found that the grantee was not in strict compliance with
certain EPA regulations, details of which are shown in Exhibit B,
including the fact that certain costs have inappropriately not
been charged as direct costs.

Details of our audit results are contained in Schedules A-l and
A-2, and the respective supporting notes.  The contents of the
report have been discussed with the grantee,  who responded in a
letter dated October 14, 1988.

We recommend that the action official evaluate the appropriate-
ness of funding the total set aside costs of  $1,139,676 in light
of the comments contained in Schedules A-l and A-2 and the
related notes.

-------
ACTION REQUIRED

In accordance with EPA Order 2750, the action official is
required to issue a final determination and any other recommenda-
tions in this report within 150 days of the transmittal of the
audit report.  Where the action official considers a position on
the audit findings that differs from our recommendations, we
would appreciate the opportunity to discuss management's position
before the determination is issued to the auditee.  A copy of the
final determination should be provided to our office when issued.

-------
..to si
          UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
 i
 *
;/
                       OFFICE OF THE INSPECTOR GENERAL
                           EASTERN AUDIT DIVISION

                          J.F. KENNEDY FEDERAL BUILDING
                                 Room 1911
                          Boston Massachusetts 022C3-2211
                                (617,565-3160
                                FTS 8-835-3160
                                                  NEW YORK OFFICE
                                                  Sj'1? 602
                                                  New v"'« \ v
                             March 29,  1989
  MEMORANDUM
  SUBJECT:
Report on Audit of New Jersey Department of
Environmental  Protection
Cooperative  Agreement No. V002550-84
Burnt Fly Bog  Site
Audit Report No.  p5bG*7-02-0084-9100226
  FROM:
  TO:
Paul D.             ^_ ^  ^
Divisional  In spec tor" General'
Eastern Audit  Division
Ronald S. Taminski
Director, Division  of Financial Management,
Planning and General Services
New Jersey Department of Environmental  Protection
       Attached  is  an  informational copy of  the  subject audit
  report on the  Burnt  Fly Bog Site.  The corrective actions
  necessary to resolve the findings and recommendations in this
  report will be determined by Herbert Barrack,  Assistant Regional
  Administrator  for Policy and Management.
  Attachment

-------
DISTRIBUTION
OIG (A-109)
Lisa Karpf - Director, Audit Operations
Frances Tafer, Chief,
  Financial and Compliance Unit

HAD - Boston Master File
      NY Followup File

REGION 2
Herbert Barrack,  Assistant Regional Administrator
  for Policy and Management
Stephen Luftig, Director,
  Emergency and Remedial Response Division
Helen Beggun,  Chief Grants Administration Branch
  (ATTN: Elliott Sanderwitz)

HQ
Director,  Grants Administrative Division (PM-216)

-------
                     AUDIT  RtPQRT  ANALYSESWORKSHEET
 l)  Audit Report Title New Jersey Department of Environmental Protection-Burnt Fly Bog
(2)  Audit Report Number p5bG7-02-008A-9100226   (3)   issue  Date3/29/89
(<}  A1C  Samuel M.  Fisher Co.	 (5)   Supervisor H. Maletz
(6)  Signatory Official palll n  MrtterhnieT  Divisional Inspector  General for Audit
(7)  Staff Days Used:
     Less Trainee Time;	—
     less Grid Computer Credit: --
     Total Staff Days	72
                                           (8)  Cost  of Audit  $15,596
                                                £7 INTERNAL
                                                    £7  National
                                                    £7  Pilot
                                                    £7  Follow-on   "
                                                    £7  Single Location
                                                         Other (Identify)
(9)  Type of Audit:
      £J EXTERNAL
           £J  Request by EPA Staff
      *
           /"7  Hotline Citizen Complaint
           £7  Request by U.S. Attorney
           £7  Congressional  Request
           £7  Initiated by OIG
           £7  Interim Audit
           £7  Follow-up Work
           £J  Other  (Identify)
(10)  Other Audit Results:
           £7  Referrals to DIGI
            f~J  Referrals for  additional external audits
         .   fj  Suggestions for Annual Audit Plan (internal)
           £7  Deficiencies 1n EPA performance/programs also reported to
                program officials (for external audits only)
           £J  Recommendations to  program staff for administrative actions
                and/or legal action against program participants
           £7  Other  (identify)
(11)  Audit Problems and Additional Information  (briefly explain any circumstances
      having a  significant effect upon timely completion of the audit).
                      See attached explanation

-------
 II-  AUDIT PROBLEMS AND ADDITIONS  INFORMATION

 Several  factors contributed  to  the  delay  in  issuing  this Superfund cooperative
 agreement  audit report.   During  the compliance review,  the contract  audit  firm
 determined that the auditee  utilized innovative procurement  procedures  to
 obtain contractual  services  utilized in the  remedial work performed  at  the
 site.  In  this  regard, the audit firm raised issues concerning  the
 appropriateness and eligibility of  the contracts and related change  orders.
 The auditee asserted that it had received approval from the EPA Region  2
 office for the  procurement methods used, but did not produce the necessary
 supporting documentation during the audit field work.  The auditors  initial
 attempts to obtain  this documentation from the Region were also unsuccessful.

 Due to the issues raised, we held several meetings with the contract audit
 firm to  gain a  better understanding of the issues.  We also performed a
quality  control  review of the firm's workpapers.

At the March 9,  1908 exit conference the auditee disputed the audit  findings
contained  in the preliminary draft report and we agreed to allow additional
 time for them to provide documentation to support their position.  Documen-
 tation was received, reviewed, and the contract  audit firm submitted a  revised
draft for  our review on April 7, 1988.   We suggested revisions  to the draft
report (which were made), and the draft report was issued on June 6, 1988.  A
copy was provided to DIG Headquarters.   The OIG Headquarters reviewer had a
number of  questions  concerning the report which, along with the auditee
response,  required additional work by the contract audit firm as well as a
 legal review from the Region 2 Regional  Counsel's office.   A revised draft
report was issued on September 16,  1986.  The auditee responded to this
revised draft report on October 14,  1988.   The contract auditor provided the
final report to us on February 14,  1989.

 We had delayed  preparation of the final report awaiting the Region's response.
 Due  to an  apparent  inability of  the Region 2 staff to reach a consensus on
 what the Region's official position is on the  findings contained in  this
 report,  the Region  subsequently advised there  would be no official response
 to the draft report.

-------
                                                                                                                        , -p*"-
 . -i. "a
•r.'-- .  -.
      '
         -T •*-<»-- ,-
         • > ^, r.'
         W- - V!
         '•>« i J

         >?» ' rtr"
                                                                                                               Mf-
                                                      *.-<- «.*«*=»--
                                                                                "/H."
                                                                                         -.:'-"'•'•- :  -v -.:;";    :-"' •&.&'.:.
                                                                                         :-Vr-v^   .   -T.   . ,..; _,..* .-.>,fi'«-^,',..•
        '  *-      '---  -»-    •••'.  -     -"                                   f
                                                                                                                                    •r _.''
                                                                                                                                    igt.... --

-------
         ENVIRONMENTAL PROTECTION AGENCY
              COOPERATIVE AGREEMENT
             REPORT OF INTERIM AUDIT
                       OF
NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION
               BURNT FLY BOG SITE
          MARLBORO TOWNSHIP, NEW JERSEY
     COOPERATIVE AGREEMENT NUMBER V002550-84
FOR THE PERIOD DECEMBER 7, 1983 TO JUNE 30, 1986

-------
               NEW JERSEY DEPARTMENT OF  ENVIRONMENTAL PROTECTION
                              BURNT FLY  BOG  SITE
                         MARLBORO TOWNSHIP,  NEW JERSEY
                    Cooperative Agreement Number V002550-84
                                 INTERIM AUDIT
                               CONTENTS



                                                                       Page

AUDITORS' REPORT                                                       1 and  2

Summary of Costs Claimed, Accepted, Questioned and
  Set Aside - Exhibit A                                                      3

Schedule of Costs Claimed, Accepted, Questioned and
  Set Aside, Remedial Design - Schedule A-1                                  4.

Notes to Schedule A-l                                                        5

Schedule of Costs Claimed, Accepted, Questioned and
  Set Aside, Initial Remedial Measures - Schedule A-2                        6

Notes to Schedule A-2                                                  7 and  8

Auditors' Comments on Compliance, Performance and
  Internal Control - Exhibit B                                           9-12

Grantee Comments and Auditor Response to Comments                       13-16

Grantee Additional Comments and Auditor Response to Comments            17-22

Deviation Letter dated October 7, 1966 - Appendix A

Deviation Letter dated December 24, 1986 - Appendix B

Letter Requesting NJDEP to allow Incremental billing
  for bonding purposes - Appendix C

-------
                     SAMUEL M. FISHER COMPANY
                     CERTIFIED PUBLIC ACCOUNTANTS
                                 401 PARKWAY
                          BROOMALL, PENNSYLVANIA leooa
                                    328-39OO
Environmental Protection Agency
Divisional Inspector General for Audit
Eastern Audit Division
New York, New York 10007

     We  have performed  an  interim audit  of  the  New  Jersey Department  of
Environmental Protection's (NJDEP), Burnt Fly  Bog  Site,  Cooperative Agreement
Number  V002550-84  with  Environmental  Protection  Agency  (EPA)  under  the
Comprehensive, Environmental Response, Compensation, and Liability Act of 1980
(CERCLA).  The primary objectives of our examination were as follows:

     1.   To  determine   the  adequacy,  effectiveness  and   reliability   of
          procurement,  accounting and  management  controls  exercised by  the
          State in administering the cooperative agreement.

     2.   To  ascertain   the  State's  compliance  with   provisions   of   the
          cooperative  agreement  and   applicable  Federal  regulations   and
          instructions.

     3.   To determine  the  reasonableness,  allocablllty  and  allowability  of
          costs claimed under the cooperative agreement.

     Our examination covered costs  claimed  from December  7, 1983  to June  30,
1986,  for  the removal  of hazardous wastes  from the  Burnt  Fly Bog  site,  as
presented in the summary of expenditures from the State's accounting records.

     Our audit  was performed In  accordance with generally  accepted  auditing
standards  and  the  "Standards   for  Audit   of Governmental   Organizations,
Programs, Activities and  Functions"  issued  by the Comptroller General of  the
United States.  The Environmental Protection Agency's  "Audit Guide  for CERCLA
Cooperative Agreements",  issued August  13,  1985, was also used as  a  guide  In
our examination.  Accordingly, the audit included such tests of the accounting
records and  such  other  auditing procedures  as we considered necessary in  the
circumstances.

     Exhibit A sets forth the  costs claimed by the State  and  the  costs which
we questioned or set aside, including an explanation of the reasons such  costs
were questioned or set aside.

-------
Environmental Protection Agency
Divisional Inspector General for Audit
Eastern Audit Division
Page 2
     In  our  opinion, subject  to  the effects  on  Exhibit A  of  EPA'a ultimate
resolution  of  the  questionable  expenditures  referred to  in  the  preceding
paragraph, and subject to the  results of litigation in progress, If any, which
may  lead  to recovery  of  costs  of  site  clean-up,  Exhibit  A presents  the
financial  information   in   accordance   with  generally  accepted  accounting
principles and financial provisions of the agreement.

     In addition,  Exhibit B  shows our report on the review of the State's (1)
procurement, account and management controls  (based on criteria established by
EPA and  set  forth in the aforementioned audit  guide) and  (2) compliance with
provisions   of    the   agreement  and   applicable  Federal   regulations  and
instructions.

     This report  is  intended for use in connection with the agreement to which
it refers and should not be used for any other purpose.
Broomall, Pennsylvania
March 9, 1988

-------
                                                                  EXHIBIT A

                      NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION
                                     BURNT FLY BOG SITE
                             Marlboro Township, New Jersey
                           Cooperative Agreement Number V002550-84
                Summary of Costs Claimed, Accepted, Questioned and Set Aside
                      For the Period December 7, 1983 to June 30, 1986
                                         INTERIM AUDIT


                               Claimed     Accepted   Questioned  Set Aside  Schedule

Remedial Design              $  825,364   $  811,732   $      -  $   13,632     A-l

Initial Remedial Measures     4.557.026    3.430.982   	z   1,126,044     A-2

     Total                   $5.382.390   $4.242.714   $	-  $1.139.676
Cooperative Agreement  Number V002550-84, originally Numbered  CX81147-01  and awarded
on December 7,  1983 to the NJDEP under  Public  Law  96-510,  provides  for 100% Fede'ral
participation in remedial design and 90% Federal participation in remedial action for
the clean-up of  the Burnt Fly Bog Site, Marlboro Township,  New  Jersey.  The maximum
Federal participation is as follows:
  Original Award

  Amendment Number 1

  Amendment Number 2

  Amendment Number 4


  * Including $61,248 credit to NJDEP for "window period" costs from January 1, 1978
    to December 11, 1980.  The Comprehensive Environmental Response, Compensation,
    and Liability Act provides for reimbursement to the Federal Government funds
    expended by It, from those subsequently identified as responsible for the
    condition requiring clean-up.
Date
12-07-83
9-28-84
6-28-85
4-07-87
Remedial
Design
$ 497,313
548,661
998,661
2,218,661
Remedial
Action*
$ 1,686,132
12,005,258
12,005,258
27,986,258
Total
$ 2,183,445
12,553,919
13,003,919
30,204,919
                                         -3-

-------
                                                           SCHEDULE A-l

                    NEW JERSEY DEPARTMENT  OF ENVIRONMENTAL  PROTECTION
                                  BURNT FLY BOG SITE
                              Marlboro  Township,  New Jersey
                        Cooperative  Agreement Number V002550-84
                                    Remedial Design
                   Costs Claimed,  Accepted,  Questioned  and  Set Aside
                    For the  Period December 7,  1983  to  June 30,  1986
                                     INTERIM AUDIT
Personnel costs

Fringe benefits

Indirect costs

Contractual services

Other costs

     Total

Federal share (100%)
Claimed
$




$
$
28
6
8
780

825
825
,503
,920
,502
,587
852
.364
.364
Accepted Questioned** Set Aside***
$ 28
6
8
766

S 811
$ 811
,503 $ - $
,920
,502
,955 - 13,632
852 - -
.732 $ S 13.632
.732* $ 5 13.632
Notes
1
2
3
4



  *This amount should not be construed as being the final determination of the
   Federal share of accepted costs.  The amount may vary depending upon the
   resolution by EPA of the set aside costs of $13,632.

 **Questioned:
     A proposed  or claimed amount which  should  not be reimbursed  by  the Government
     because  they  are  not  allowable   under the  provisions  of  applicable  laws,
     regulations, policies, cost principles, or terms of the grant.

***Set Aside:
     A proposed  or claimed amount  that  does not  require  questioning but  cannot  be
     given unqualified  acceptance by  the auditor  at  the  time  the audit  report  is
     issued because of:

       a)  A need for additional documentary evidence which the auditor has reason to
           believe will be forthcoming In a reasonable time; or
       b)  A need for program official assessment of the appropriateness of an
           expenditure or profit factor applied.
See Notes to Schedule A-l.
                                         —L—

-------
                   NEW JERSEY DEPARTMENT OF  ENVIRONMENTAL PROTECTION
                                 BURNT FLY BOG SITE
                             Marlboro Township, New Jersey
                       Cooperative Agreement Number V002550-84
                                Notes to Schedule A-l
                                     INTERIM  AUDIT
Note  1.   Personnel

          Personnel  costs  include additive factors  for  vacations,  holidays, etc. of
          21.09Z for FY 84, 20.66Z for FY 85 and 22.652  for FY 86.


Note  2.   Fringe Benefits

          Fringe  benefits  were  calculated  at  a  fixed percentage  of  salary  cost
          (including additive), approved annually by  the U.S.  Department  of Health
          and Human  Services.   These fixed percentages  were  24.72 for  FY  84, 24.82
          for FY 85 and 24Z for FY 86.
Note 3.   Indirect Costs
          These  were calculated  at 242  of  salary  cost  and  fringe  benefits.   The
          negotiated  provisional  rates were 24Z  for  FY  84,  28.332  for  FY  85  and
          30.312 for  FY  86,  but the State elected to use  the  242 rate authorized by
          the cooperative agreement.
Note 4.   Contractual Services

          No  change  order  was  made  available  to  us  for  the  following  payment  to
          Ebasco Services,  Inc.:
                  NJDEP
                 Invoice
                 Number

                 499323
            Description

Additional out-of-scope services to
Task 5, Addenda to IRM-RFP, etc.
Amount
          We, therefore, set aside these costs pending receipt of the appropriate
          change orders.  40 CFR 33.290 requires that cost analysis be documented for
          all change orders approved over $10,000.

-------
                                                               SCHEDULE A-2
                   NEW JERSEY  DEPARTMENT OF ENVIRONMENTAL PROTECTION
                                  BURNT FLY BOG SITE
                             Marlboro  Township,  New Jersey
                        Cooperative  Agreement Number V002550-84
                               Initial  Remedial Measures
                   Costs Claimed,  Accepted,  Questioned  and Set Aside
                   For the Period December  7,  1983  to  June 30,  1986
                                     INTERIM AUDIT
Personnel costs

Fringe benefits

Indirect costs

Contractual services

Other costs

     Total

Federal share (90%)
Claimed
$


4

$4
$4
138,465
32,741
41,089
,344,265
466
.557.026
.101.323
Accepted Questioned** Set Aside*** Notes
$ 138
32
41
3,218

$3.430
$3.087
.465 $
,741
,089
,221
466
.982 $
.883* 3 	
$ - 1. 4
- 2, 4
- 3, 4
1,126,044 5
_ _
$1.126.044
$1.013.440
  *This amount should not be construed as being the final determination of the
   Federal share of accepted costs.  The amount may vary depending upon the
   resolution by EPA of the set aside costs of $1,126,044.

 **Questioned:
     A proposed  or claimed amount which  should  not be reimbursed  by  the Government
     because  they  are  not  allowable   under the  provisions  of  applicable  laws,
     regulations, policies, cost principles, or terms of the grant.

***Set Aside:
     A proposed  or claimed amount  that does not  require questioning but  cannot  be
     given unqualified  acceptance by the  auditor  at  the time  the audit  report  is
     issued because of:

       a)  A need for additional documentary evidence which the auditor has reason to
           believe will be forthcoming in a reasonable time; or
       b)  A need for program official assessment of the appropriateness of an
           expenditure or profit factor applied.
See Notes to Schedule A-2.
                                         -6-

-------
                   NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION
                                 BURNT FLY BOG SITE
                             Marlboro Township, New Jersey
                       Cooperative Agreement Number V002550-84
                                Notes to Schedule A-2
                                    INTERIM AUDIT
Note 1.   Personnel
          Personnel  costs  include  additive factors  for  vacations,  holidays,  etc. of
          21.09% for FY 84, 20.66% for FY 85 and 22.65% for FY 86.
Note 2.   Fringe Benefits
          Fringe  benefits were  calculated  at  a  fixed  percentage  of salary  cost
          (Including  additive),  approved annually  by  the U.S.  Department  of Health
          and  Human  Services.   These fixed percentages  were 24.7% for FY  84,  24.8%
          for FY 85 and 24% for FY 86.
Note 3.   Indirect Costs
          These  were calculated  at  24%  of  salary  cost  and  fringe  benefits.   The
          negotiated  provisional  rates were  24%  for  FY  84,  28.33%  for  FY  85  and
          30.31% for  FY  86,  but  the  State elected to use  the  24% rate authorized by
          the cooperative agreement.
Note 4.   Excess Over Administrative Budget

          We  noted that  the  State's  claim  for  the  foregoing  costs exceeded  the
          administrative  budget  for  Phases  I  and  II  under Amendment  Number 2  as
          follows:
Costs
Claimed
$138,465
32,741
41,089
Costs
Budgeted
$103,825
25,644
31,072
Excess
$ 34,640
7,097
10,017
$212.295 S160.541 $ 51.754
            Personnel

            Fringe benefits

            Indirect costs

                 Total

          However, since  the  budget items  for  these costs were  later  substantially
          increased under Amendment Number 4, we have accepted all costs claimed.
                                         -7-

-------
                 NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION
                                 BURNT FLY BOG SITE
                             Marlboro Township, New Jersey
                       Cooperative Agreement Number V002550-84
                                Notes to Schedule A-2
                                    INTERIM AUDIT
Note 5.   Contractual Services

          Under  term  contract X-350, NJDEP  engaged Accutech  Environmental Services
          Inc.  for  transportation of  hazardous wastes  In an  amount not  to  exceed
          $250,000.   Upon subsequent Issuance  of  additional  purchase  orders  under
          contract X-350, ultimate payments to Accutech totaled $1,126,044.  Although
          NJDEP subsequently obtained approval of deviation from 40 CFR 33.405 and 40
          CFR  33.605  for contract X-350 as an  innovative procurement  method,  such
          deviation excluded  transportation or disposal  of hazardous substances, and
          required  EPA  and  NJ  Department  of  Treasury  approval  if  costs  exceed
          $100,000 and $250,000 for options one and two,  respectively.  A copy of the
          deviation approval  letter  is  enclosed as Appendix  A.   Since  these  costs
          were specifically for transportation and  disposal of hazardous' wastes, and
          since EPA approval was not  obtained, we set aside these costs pending NJDEP
          request for clarification of the deviation approval  letter, and EPA should
          indicate their intent.

          EPA Region II has been provided a copy of  this Tentative Draft Report  with
          both sets of grantee comments  and auditor  responses, and are reviewing the
          circumstances of NJDEP utilization of  this contract.  A final decision has
          not been made at this time.


               Set aside                        $1,126,044
                                         -8-

-------
                                                              EXHIBIT B

                  NEW JERSEY DEPARTMENT OF  ENVIRONMENTAL PROTECTION
                                 BURNT FLY  BOG SITE
                            Marlboro Township, New Jersey
                       Cooperative Agreement Number V002550-84
              Comments on Compliance, Performance and  Internal Controls
                                    INTERIM AUDIT
As a part of our examination, we reviewed and tested the Grantee's system of internal
accounting  controls  to the extent we considered  necessary  to  evaluate the system as
required  by generally  accepted auditing standards.   This  evaluation  established a
basis  for  reliance  on the  Grantee's  accounting  control  system in  determining the
nature,  timing and extent of other  auditing procedures necessary  for expressing an
opinion on  the  financial reports.

The  objective  of  internal  accounting  control  is  to provide  reasonable, but  not
absolute,   assurance   that  the  (1)  assets  are  safeguarded   against  loss  from
unauthorized use or disposition and  (2)  financial records  are  reliable for preparing
financial  statements  and  maintaining  accountability  for  assets.   The concept  of
reasonable  assurance  recognizes that  the  cost  of  a  system of  Internal  accounting
controls  should  not  exceed the  benefits  derived  and also  recognizes  that  the
evaluation  of  these   factors   necessarily  requires   estimates  and  judgments  by
management.

There are inherent limitations  that should be recognized in considering the potential
effectiveness  of any  system of internal accounting  controls.   In the performance of
most control  procedures,  errors  can result  from misunderstanding  of instructions,
mistakes  of judgment,  carelessness  or other  personal factors.   Control  procedures
whose  effectiveness  depends upon  segregation  of  duties   can  be   circumvented  by
collision.   Similarly,  control  procedures  can  be  circumvented  Intentionally  by
management, either with respect to  the execution and recording of  transactions  or
with respect to the estimates and judgments required In the preparation of financial
statements.  Further, projection of any  evaluation of  internal accounting  control to
future periods is subject to  the  risks  that the procedures  may  become  inadequate
because  of  changes   In conditions  and  that  the  degree  of   compliance  with  the
procedures may  deteriorate.

The EPA  Audit   Guide for CERCLA Cooperative Agreements, issued  on August  13,  1985,
requires  a  review and  evaluation of  the adequacy of  the  controls exercised  by the
State   through  its    financial  management,   accounting,   procurement,   contract
administration,  and  property   management  systems to  provide  assurance that  costs
claimed  are  reasonable,   allowable  and  allocable  to  the  sponsored  project.   We
understand  that EPA  considers  procedures  conforming  to the  criteria In  its  audit
guide to  be adequate  for EPA purposes.  Procedures  that are not  in  conformity with
the  audit  guide  indicate  some   inadequacy for  EPA purposes.    Based  on  this
understanding  and  on  our  study, we  believe  that  the  Authority's  procedures  were
adequate for EPA purposes, except for the following conditions:
                                         -9-

-------
  New Jersey PEP Currently does not provide  for  certain coats to be charged as direct
  costs.

Our review of NJDEP's computer run of expenditures disclosed that no travel, material
and equipment  costs were  allocated  to  and  claimed for  this  cooperative agreement.
According to the Division  of Financial Management, Planning and General Services, it
was difficult, time  consuming and not  cost  effective to  track down these costs under
the circumstances  where for  instance,  employees were assigned to  several sites and
must travel to and from these sites in a single  working day.  Rather than claim these
costs, which  cannot be adequately documented, NJDEP considered them  as included in
the  indirect  cost  rate applied  to  personal  service  costs.   The  same  problem was
mentioned   in   EPA   Interim   Audit   Report   Number   E5bH5-02-Ol40-61573   dated
September 30, 1976  covering  the project period  through  June 30,  1975.   Chapter 33,
paragraph 4 of the EPA Assistance Administration Manual, requires that clean up costs
must  be  accounted  for  by  site and  activity to support Federal  Enforcement  cases
against  responsible  parties  and to determine  State  cost  shares for those activities
that require cost sharing.

Recommendation:   We recommend that, In accordance with  Chapter 33 Paragraph 4 of
                  the EPA Assistance Administration Manual,  cleanup costs, Including
                  travel,  material  and equipment,  be  accounted  for  by site .and
                  activity to support  Federal Enforcement cases  against responsible
                  parties  and to determine  State  cost  shares  for  those activities
                  that  require  cost  sharing.    Financial management  and  reporting
                  under  Superfund,   therefore,   require  more   detailed  accounting
                  policies and procedures than other EPA programs.

                  We further  recommend  that NJDEP  indicate which costs  are Included
                  in the  Indirect cost  rate and to demonstrate  to EPA how it  was
                  determined  that  it  is not  cost  effective   to  account  for  these
                  costs.

Contract Procurement Procedures

In  our  review  of  the  contracts  awarded   under this  cooperative we observed  the
following:

  a)   Accutech Environmental Services, Inc..

       This was an  award  for transportation of  hazardous wastes  under Term Contract
       X-350 for  "Non-Emergency  Small Hazardous Substance  Cleanup" for  an original
       amount not to exceed $250,000.  Subsequently, the extension of the award above
       the  $250,000  ceiling  was  authorized  and  additional   purchase  orders  in
       increments of $249,744 each were Issued  until the total payments to Accutech
       reached $1,126,044 as of June 30, 1986.   Subsequently at  the request of NJDEP,
       EPA approved  a deviation from  40 CFR 33.405, 40 CFR 33.505  and 40 CFR 33.605
       for Contract  X-350 as  an Innovative procurement method  with the  following
       qualifications:

       1)  The contract does not include transportation or disposal of  hazardous
           substances.

       2)  Services procured pursuant to it may be used only for work which DEP
           anticipates  will cost less than  $100,000  (for work assigned  under
           engagement option one)  or $250,000 (for work assigned under engagement
           option two).

                                        -10-

-------
     3)  If there is to be Federal participation In the costs, approval of EPA as
         well as the New Jersey Department of the Treasury will be required in any
         cases in which the costs of the Job assignments will exceed the $100,000
         and $250,000 limits for options one and two, respectively.

     We  have  not   been   furnished   EPA  approval  of  a  similar  deviation  for
     transportation  services.  Neither have we been shown EPA approval for costs in
     excess of the  $100,000  limit  for  option one.   In addition, according to NJDEP
     the original estimate for this job was more than $1,000,000, which far exceeds
     the option  one  limit  of  $100,000.   The foregoing  facts clearly  indicate  a
     failure to comply with the conditions under which EPA approved the deviation.

b.   Waiver of^ _Adve rt is ing

     The State Treasurer approved the following request for waiver of advertising:

       Waiver
       Number                      Explanation                       Amount
        C-572        Blanket waiver for supplemental change
                     orders within the general scope of exist-
                     ing hazardous waste contracts for which
                    pricing was not provided by the contract
                    but deemed necessary for completion of the
                    project                                        $2,000,000

     Per information from NJDEP,  State  procurement  statutes  require  a waiver  of
     public advertising  when there  is  no open  competitive bidding.  The  blanket
     waiver was a procurement mechanism,  approved  by  the  State Treasurer,  which in
     effect delegated authority to DEF for certain kinds  of contract modifications
     (for all  hazardous waste  cleanup  projects, not  just  Burnt Fly  Bog)  without
     having to submit individual Waiver of Advertising Requests to Treasury.  There
     was no  required  limitation  on  the  dollar  amounts   In using  this  waiver
     authority.   We  believe  that  the   absence   of  any  restriction  other  than
     supplemental costs was Inappropriate  and not  in  accordance with 40  CFR 33.405
     or 40  CFR 33.505.

     Recommendation:     We recommend that EPA instruct NJDEP

                         1)  To refrain from  using contracts such as X-350,  with a
                             small cost ceiling,  for jobs  originally estimated to
                             cost more than $1,000,000.

                         2)  To comply with conditions required in EPA approval of
                             deviations from procurement requirements.

                         3)  To comply with 40 CFR 33.405  or 40 CFR 33.505 for
                             significant  changes  in scope  or price of the original
                             contract.
                                      -11-

-------
Monthly Progress Reports Submitted Directly to EPA Project Officer

In response  to  our  inquiry on monthly progress reports, we were informed that
in order  to  avoid  delay,  these  reports  were  submitted  by  the  contractors
directly  to  the EPA Project Officer without  prior  review  and approval by the
NJDEP  Site  Manager.   A  quarterly  reporting problem  was  mentioned  in  EPA
Interim Audit  Report  E5bH5-0140-61573  dated  September 30,  1986  covering the
project period  through June  30,  1985.   The EPA Project  Manager agreed to this
procedure since he wanted to keep close track of the progress of work at Burnt
Fly  Bog.    However,  this  procedure  shifts   the  primary  responsibility  of
monitoring contractors' work at  the site  from NJDEP to EPA,  which  is not the
intent of the cooperative agreement.

Recommendation:     We recommend that monthly progress reports of contracts be
                    reviewed  and approved  by the  NJDEP  Site Manager before
                    transmittal  to the EPA Project Officer.
Late Filing of Financial Status Report

We noted  that  the Financial Status Report for the  fiscal  year  ended June 30,
1987 has not yet  been  filed as of the date of our  audit  report.   This report
was due  on September  30,  1987.   According to NJDEP  the  delay was  caused by
numerous adjustments relating  to  advance  matching.  However,  we believe there
was sufficient time for these adjustments to be made before the due date.

Recommendation:     We recommend that EPA instruct NJDEP to submit financial
                    status reports on a timely basis.
                                     -12-

-------
               NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION
                              BURNT FLY BOG SITE
                         Marlboro Township, New Jersey
                    Cooperative Agreement Number V002550-84
               Grantee Comments and Auditor Response to Comments
                                 INTERIM AUDIT
The preliminary  contents  of  the draft report were  discussed  with the Grantee
prior to  Issuance  of the  report in an exit  conference  held on March 9, 1988.
The Grantee commented on  the Report in a  letter  dated July 6, 1988, a copy of
which is attached.
Schedule A-l
     Contractual Services (Note 4)

     We  set  aside $13,632  because we were  not provided  a change  order for
     invoice number 499323 from Ebasco Services, Inc.
     Grantee Comment:
     Auditor response;
This invoice precedes the formal change order process
and purchase was  made using a waiver as authority in
accordance with New Jersey Statutes.

Invoice Number 499323 was dated August 16, 1985 while
the earliest formal  change  order for Ebasco Services
(Number 85-003A)  was dated  April 24, 1985.  Also, 40
CFR 33.290 requires  that  cost analysis be documented
for  all Change  Orders  over  $10,000.  We therefore
continue to set aside these costs.
Schedule A-2
     Contractual Services (Note 5a)

     We  questioned  $3,812  billed  for
     contaminated drums at a unit price
                disposal  of  60.51   tons  of
                in excess of bid proposal.
crushed
     Grantee Comment:
     Auditors response:
Crushed Contaminated drums are classified as trash
and debris for which the  correct  unit  price is $250,
not $180.

Based upon consultation with EPA, Region II, we find
that  crushed contaminated  drums  are  classified  as
trash and debris for which  the  correct price is $250
per ton.  Our report has been revised to reflect this
change.
                                       -13-

-------
     Contractual Services (Note 5 a)

     We set  aside  $8,350  because we  were  not provided  change orders  for 2
     invoices from D'Annunzio Brothers.

     Grantee Comment:    This invoice precedes the formal change order process
                         and purchase was made using  a waiver  as authority in
                         accordance with New Jersey Statutes.

     Auditors Response:  These invoices stated they were covered by Contract
                         (Purchase  Order)  Number  S84096.   Reference  to this
                         contract  showed  that  the  invoiced  items  were  not
                         included   in   the   award  to  D'Annunzio  Brothers.
                         Neither  did   the   invoices  Indicate  any  waiver.
                         However, 40 CFR 33.290 requires that cost  analysis be
                         documented for all change orders  over $10,000.   We
                         therefore now accept these costs.
Exhibit B
     New Jersey PEP currently does not provide for^certaln costs to be charged
     as direct costs.

     We stated  that  no travel, material  and  equipment costs were  charged  to
     and claimed  for this cooperative agreement.   Rather, since  these  costs
     cannot be  adequately  documented,  they are Included in  the  indirect cost
     rate applied to personal service costs.

     Grantee Comment:    The NJDEP maintains that all costs chargeable to
                         Superfund sites  are charged by site and activity.

     Auditor Response:   Since no travel,  material and equipment was charged
                         to this cooperative agreement, and since we were told
                         by the Division  of Management, Planning  and General
                         Services  that  such  costs  were   Included   in  the
                         indirect cost rate, we stand by our comments.

     Contract Procurement Procedures - A_ccute_ch_Environmental Services, Inc.

     We stated  that  NJDEP had  engaged,  under term contract X-3SO,  Accutech
     Environmental Services,  Inc.  for transportation and disposal of hazardous
     wastes in an amount not  to exceed $250,000,  that they subsequently issued
     purchase orders  until the amount  paid  to  Accutech  totaled  $1,126,044.
     Although EPA ultimately approved deviation from  40  CFR  33.405  and 40  CFR
     33.605 as  an innovative  procurement  method,  the  deviation, more  fully
     described  in  the  enclosed   Appendix  A,  excluded  transportation  and
     disposal of hazardous wastes,  and required  EPA approval if  costs exceed
     $100,000 and $250,000 for options one and two respectively.

     Grantee Comment:    The  initial award to Accutech was based on an
                         estimated cost of $789,000, while the issuance of  the
                         original  purchase order for  $250,000, and  subsequent
                         Incremental  purchase  orders,  was  due  to  bonding
                         limitations for  transportation services.
                                     -14-

-------
Auditor Response:   Since the Grantee states they intentionally issued
                    incremental purchase orders, even if for bonding purposes,
                    we feel we must set aside these costs pending EPA approval
                    of   a   deviation  for  transportation   and   disposal  of
                    hazardous wastes,  and  EPA approval of  costs  in excess of
                    $100,000 for option one.  In addition, we believe that the
                    use  of  a contract such as  X-350,  which by its own terms
                    was  limited  to  $100,000,  for  work  initially known  to
                    exceed $1,000,000 was Inappropriate.

Contract Procurement Procedures - Waiver of Advertising

We  stated  that  the  blanket  waiver  of  public  advertisement  used  as  a
procurement mechanism  in effect delegated to DEP authority for  certain kinds
of contract modifications  (for  all  hazardous  waste  cleanup projects, not Just
Burnt  Fly Bog)  without having to  submit  individual  waiver of  advertising
requests  to  Treasury,  is  not  in  accordance  with  40  CFR  33.405  and  40  CFR
33.505.

Grantee Comment:    The blanket waiver of advertising referenced by the
                    audit has no relevance  to the Burnt  Fly Bog  project.  Its
                    use  was  restricted by  limitations  contained  in  DEP's
                    written change order procedures.

Auditor Response:   The blanket waiver of advertising covers all
                    hazardous waste  sites  in  the state of  Mew Jersey,  and is
                    thus relevant to the Burnt Fly Bog project.   Also, written
                    change  order  procedures  submitted for review  are  dated
                    November 7, 1987, after the June 30, 1987 audit date.

Monthly Progress Reports Submitted Directly to EPA Project Of_fice_r,

We stated that the Grantee should submit monthly progress reports to the NJDEP
site manager for review and approval prior to  their  being forwarded to the EPA
Project Officer.

Grantee Comment:    A copy of the monthly progress report is forwarded to
                    USEPA  as  a courtesy  for  informational purposes.   NJDEP
                    remains  responsible for  administering the  contractor's
                    work.

Auditor Response:   We still recommend that monthly  progress reports be
                    reviewed and  approved  by  the  NJDEP  site manager  before
                    transmlttal to the EPA project officer, in order to ensure
                    that the Information  submitted  is accurate.   A quarterly
                    reporting  problem  was  mentioned  in   EPA  Interim  Audit
                    Report E5bH5-0140-61573 dated September 30,  1986 covering
                    the project period through June  30, 1985.
                                     -15-

-------
LateFiling of Financial Status Report (FSR)

We stated that the FSR for the fiscal year ending June 30, 1987, due September
30, 1987, had not been filed by  the date of our audit report.

Grantee Comment:    DEP concedes that the FSR for the fiscal year ending June
                    30, 1987 was not filed on time, but was filed on March 15,
                    1988 prior to  the  date of the draft  audit  report.   Delay
                    was  caused by the  lengthy  process   of  identifying  all
                    grant-eligible  costs  from other  NJDEP accounts prior  to
                    the re-authorization of Superfund.

Auditor Response:   This FSR was filed March 15,  1988, after the March 9, 1988
                    date of  the  draft audit  report.   We  still  believe  there
                    was adequate  time  to make all the necessary  adjustments
                    prior to the due date of the  report.
                                    -16-

-------
               NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION
                              BURNT FLY BOG SITE
                         Marlboro Township, New Jersey
                    Cooperative Agreement Number V002550-84
               Grantee Comments and Auditor Response to Comments
                         on Revised Draft Audit Report
                                 INTERIM AUDIT

The preliminary  contents of  the original draft  audit report  were  discussed
with  the  Grantee in an  exit  conference held  on  March 9,  1988.   The grantee
commented on this report  in a letter dated July 6, 1988, a  copy  of  which was
attached  as part  of  the  report,  which we  revised   In  accordance  with  our
response to their comments.

In a  letter dated October 14, 1988, a copy of which  is  attached, the grantee
submitted a second  set  of comments of the Grantee on  the revised draft  audit
report.

EPA Region  II  has been  provided a copy of  this  Tentative Draft  Report  with
both  sets  of grantee  comments  and  auditor  responses,  and  is reviewing  the
circumstances of NJDEP utilization of the X-350 contract  (see Initial Remedial
Measures -  Contractual  Services  (Note 5) - Comments  and  Responses).   A  final
decision has not been made at this time.

The following  is a  summary  of  the  second set of  comments and  our  response
thereto.

Schedule A-l

Remedial Design - Contractual Services (Note 4)

We continued  to set  aside these  costs due  to  lack  of a  change order  for
invoice number 499323.

Grantee's Comment:   The grantee reiterates its previous comment that this
                    invoice preceded  the  change  order  process,   adding  that
                    this process was  fully implemented in November,  1985.   To
                    make   the  process  clearer,   the   Grantee   submits   a
                    chronological sequence of events as follows:

     7/24/84        Waiver of advertising    $111,017  requested
     10/10/84       Requisition R29080         45,577  posted against C-166
     3/19/85        Purchase Order P10131      45,577  posted against R29080
     7/02/85        Invoice 499323             13,632  posted against P10131

Auditor Response:   In Interim Audit Report Number E5bH5-02-0140-61573 dated
                    September  30,  1986  covering  the  project   period  through
                    June  30,  1985, EPA  reported  a lack  of  cost  analysis  in
                    support of change orders, resulting in change  orders  being
                    approved  without  adequate   documentation.    During   our
                    audit, the grantee was unable to  provide us with  a change
                    order covering invoice number  499323  dated  August  16,  1985
                    in  the amount  of  $13,632.   A  review  of the  grantee's
                    invoices  posted  against  Purchase  Order  P10131 shows  the
                    following:


                                     -17-

-------
                     Date          Invoicet      Amount
                    4/22/85         499277        $13,822
                    4/22/85         499278         10,073
                    8/16/85         499348         21.682
                    Total                         $45.577

                    Since these Invoices  total  $45,577,  which agrees with the
                    grantee's figure,  and Invoice number 499323  is  not  among
                    them, it  is clear that  the questioned  invoice  could not
                    have  been  Included   in  Purchase  Order  P10131  and  the
                    related Requisition R29080  and waiver of advertising.  In
                    addition, 40  CFR  33.290  requires that  cost analysis  be
                    documented  for  all   change  orders  over  $10,000.   We
                    therefore, continue to set aside $13,632.
Schedule A-2
Initial Remedial Measures - Contractual Services (Note 5)

We continued  to  set aside $8,350 for Invoice numbers 499243  and  499244  under
Contract S84096  not covered by  a  change order and  set  aside in  the  revised
report $1,126,044 for payments under Contract X-350  which did not comply with
the conditions cited in the EPA approval of  a deviation  of this  contract from
40 CFR 33.405 and 40 CFR 33.605.

Grantee Comment:    a)    The grantee reiterates its previous comment that
                         invoice   numbers  499243  and   499244  preceded  the
                         implementation  of  the current  change order  process
                         and  in  clarification  of   this  matter  submits  a
                         chronological sequence of events as follows:

     7/24/84   Waiver of advertising #C-166  $111,017 requested
     10/10/84  Requisition R2911S              65,460 posted against C-166
     3/19/85   Purchase Order P10131           65,460 posted against R29118
     7/02/85   Invoice 499243 and 499244        8,350 posted against PI 1496

                         In  addition,   the  Grantee  states  that   It  was  not
                         necessary to reference the  waiver since  the  purchase
                         order was  processed  against   the  waiver  and  the
                         invoices were  processed  against  the  purchase  order.
                         Further, the Grantee states  that the regulation cited
                         in our  response,  40  CFR 35.938-500 is  applicable
                         specifically to "Grants for  Construction of Treatment
                         Works -  Clean Water  Act," not Superfund  Program.

                    b)    The grantee strongly disagrees with  the  set  aside of
                         $1,126,044 for transportation services under Contract
                         X-350 and  with  our comment that  the   use  of  this
                         contract was inappropriate for  the following reasons:
                         1)   The  X-350   contact   specifically    provides   a
                              procedure  to  be   followed  for exceeding  the
                              limits stated  in  the contract, which the  State
                              chose   to   follow    given   the    exceptional
                              circumstances   detailed    in   the   approval
                              correspondence.

                                     -18-

-------
                         2)   The correspondence cited  in  the  audit that requires
                              EPA  approval  to  exceed  the  limits  in  the  X-350
                              contract  occurred  more  than one  year  after  the
                              fact; the State  obtained  all approvals required at
                              the time the action was taken.
                         3)   The  statement  in  EPA's  letter  that  the  X-350
                              contract"...   does not  include  transportation  or
                              disposal  of   such  hazardous  substances"   is  a
                              misstatetnent rather than  a qualification placed on
                              its  approval  since   the  contract   does  contain
                              provisions  for transportation services  and  if  EPA
                              meant to  approve only  a  portion of  the contract,
                              Its approval would have been qualified in that way.
                         4)   The  State's use  of  the  X-350  term contract  was
                              discussed with EPA  prior  to initiation of the work
                              and was detailed in a letter to  EPA dated September
                              25, 1985 and acted on EPA's advice to seek approval
                              for  the  contract  as  an  innovative  procurement
                              method  rather  than specifically for  the Burnt  Fly
                              Bog project.   EPA  gave its  approval more than  one
                              year later  by  which  time it was not  possible  for
                              the State to comply with  any special provisions or
                              qualifications imposed by EPA.
Auditor Response:
a)   In Interim Audit Report Number E5bH5-02-Ol40~61573
     dated  September  30,  1986  covering  the  project
     period through  June  30,  1985,  EPA reported  a  lack
     of  cost   analysis In support  of  change  orders,
     resulting In  change  orders being  approved  without
     adequate   documentation.    During  our  audit,   the
     grantee  was  unable  to provide  us  with  a  change
     order  covering  invoices Number  499243 and  499244
     dated  February  22,  1985 In  the  amounts  of  $6,550
     and  $1,800  respectively.   There  appears  to be  an
     interruption in chronological sequence of  events as
     Indicated by  the  Grantee's  statement that invoices
     number 499243 and  499244,  for $8,350, were  posted
     against  PI 1496  when   the  preceding  purchase order
     cited was P10131.  Secondly, per  the Grantee's  own
     statement (Attachment II)  submitted to us  after  the
     exit conference  but  prior to  the issuance of  the
     original   draft  report  so  that  we  would allow
     $66,165  in payments  to  D'Anunzio  Brothers,   the
     following  invoices  were  applied  against  Purchase
     Order 11496:
                                     -19-

-------
          Invoice 0                Amount
           499250                  $13,221
           499256                    5,597
           499257                    9,814
           499258                    9,466
           499288                    9,652
           499341                    9,575
           499276                    8,840
           Total                   $66.165
                                     • I^M I  ^

     As  the  invoices  totaling  $66,165  exceed  the
     amount  of  Purchase Order  11496  for  $65,460, it
     is  evident  that  invoice  numbers  499243  and
     499244  could  not have been  processed  under the
     aforesaid  purchase   order.   However,  40  CFR
     33.290  requires that cost analysis be documented
     for all change orders over  $10,000.   Hence, we
     now accept $8,350.

     We  agree  that  the  regulation  cited  in  our
     previous  response,  40  CFR   35.938-5   (b),  was
     Incorrect.  It should have been 40 CFR 33.290. "

b)   Our response  to the  reasons for  the  grantee's
     strong  disagreement  to   the setting  aside  of
     $1,126,044 under Contract X-350 is as follows:
     1)   Granting   that   the   contract   specified
          procedures for  exceeding the limits stated
          therein, which  the  State chose  to follow,
          these procedures are not in conformity with
          EPA procurement regulations as indicated by
          the fact that the Grantee had to  request a
          deviation from EPA and further confirmed by
          the  imposition  by  EPA  of   conditions  for
          exceeding said limits.
     2)   The fact  that EPA  advised  the Grantee to
          seek  a  deviation   from  EPA  procurement
          regulations  for  the  1-350  contract was  a
          definite indication that the  contract  was
          not  in  conformity  with these  regulations
          and   any   consequent   approval   of   the
          requested      deviation     cannot      be
          unconditional.   Therefore  if the  Grantee,
          without   waiting    for   EPA    approval,
          nonetheless proceeded with  the execution of
          the contract, it did so at  its own risk and
          cannot  now  complain that  the  conditions
          imposed  by  EPA  came more   than  one  year
          after the fact.
     3)   The supposed mlsstatement in EPA's approval
          letter was based on the Purpose and Intent
          mentioned in  the request for proposal  for
          Contract X-350, quoted as follows:
           -20-

-------
"1.0 Purpose and Intent
     The  purpose of  this Request  for Proposal
     (RFP)  is  to  establish  a  one  year  term
     contract    for    Non-Emergency    Cleanup
     Services.  Such services encompass staging,
     sampling, loading, detection, inspection or
     investigation of petroleum fuel, crude oil,
     or other hazardous substances discharges to
     ameliorate or prevent damage  to  the public
     health   or    environment.     A   complete
     description   of   services   Involved   is
     included In the SOW."

     The  services  enumerated  do  not  include
     transportation  and  disposal.   However,  If
     indeed the contract does contain provisions
     for  transportation  services,  the  Grantee
     should have  taken  steps to request  EPA to
     correct the mlsstatement.
4)   The Grantee's insistence  that  approval was
     sought for Contract  X-350 as  an Innovative
     procurement  method,  not  specifically  for
     the Burnt Fly Bog project,  Is  not relevant
     to the  point at  issue.   The  fact  remains
     that the Grantee  incurred costs  under this
     contract for the Burnt  Fly  Bog project and
     any deficiency  of the contract necessarily
     affects  the   eligibility  of   the   costs
     Incurred thereunder.   As noted above, since
     the  Grantee,   without   waiting  for   EPA
     approval   of   the   requested   deviation,
     proceeded at Its own risk in  the execution
     of  the  contract,  it cannot  now  complain
     that it  could  not  comply with  conditions
     imposed by EPA more than one year later.

     The Grantee  did not  address  directly  the
     issue of why Contract X-350, a contract for
     "Non-Emergency Small Clean Up  of Hazardous
     Substances"  with limits  of  $100,000  for
     option one and $250,000  for  option two, was
     used for  work  with  an initial  estimated
     cost of  $789,000 and an  ultimate cost  of
     $1,126,044.    In  addition,   the  Grantee's
     statement that this contract does not apply
     specifically to  the  Burnt Fly Bog  project
     Implies that the contract could be utilized
     for any  or  all of  the  more  than  twenty
     other hazardous waste sites  in the State of
     New Jersey.   If used  in  the  same  way it was
     for Burnt  Fly  Bog,  the  problem  will  be
     proportionally compounded.
       -21-

-------
                                    EPA Region II has  been provided a copy  of
                                    this  Tentative Draft Report with both  sets
                                    of grantee comments and  auditor  responses,
                                    and  are   reviewing  the  circumstances  of
                                    NJDEP  utilization   of   this   contract.    A
                                    final decision has  not been  made  at  this
                                    time.

                                    Accordingly,   we  continue  to  set  aside
                                    $1,126,044.
Exhibit  B
Hew  Jersey PEP currently does not provide  for  certain costs to be charged as
direct costs

We  stated that  no  travel, material  and  equipment costs  were  charged to and
claimed  for  this cooperative agreement.   Rather than claim these costs, which
cannot be  adequately  documented by site and activity under the present  system,
NJDEP  considered  them as  included  in  the  indirect  costs  rate  applied to
personal  service costs.
Grantee Comment:
Auditor Response:
The NJDEP continues to maintain that all costs chargeable
to  Superfund  sites are  charged  by site and  activity and
adds that since no costs were Incurred on this project for
items such as materials and equipment, no charges therefor
were claimed against these budget items, that the auditors
were unable  to identify  any  specific items  which  should
have been charged to this project.

In the draft audit report we referred specifically to
travel costs to and from  the  sites.   The point  we seek to
emphasize is that  in  recovery actions,  if  the responsible
party  establishes  that  indirect  costs  included  certain
direct  costs,   such  as  travel,  which  should  have  been
allocated by site  and  activity,  doubt may be cast  on the
whole system of accumulating  costs by site  and activity.
We  have  been   informed  that  this  problem   has  been
encountered in  several EPA  recovery actions.   Since the
current accounting  system of NJDEP  does  not provide for
the allocation  of  travel costs  by site and  activity,  we
stand by our previous comments.
Contract Procurement Procedures - Accutech Environmental Services, Inc.

We  stated  that  NJDEP  failed to  comply with  the  conditions under  which EPA
approved a deviation for Contract X-350 as an  Innovative procurement method.
Grantee Comment:
The Grantee strongly disagrees for the reasons stated in
their comment to Note 5 (b), Schedule A-2, above.
Auditor Response:   We reproduce our response to the Grantee's comment to Note
                    5 (b), Schedule A-2, above.
                                     -22-

-------
GRANTEE COMMENTS

-------
                                        of JJeto
                       DEPARTMENT OF ENVIRONMENTAL PROTKtTION
                 DIVISION OF FINANCIAL MANAGEMENT. PLANNING & r.rNEKAI.SF" VICES
                                         CN402
                                    TRENTON, NJ. OK625
Koo»ld S. Tuminski                             July6,  1988                        E. David B4rth
Director                                                                        Deputy Director


 Paul D. McKechnie
 Divisional Inspector General for Audit
 Eastern Division
 USEPA
 150 Causeway Street, Room 715
 Boston, Massachusetts  02114

 Dear Mr. McKechnie:

 We have reviewed  the draft  audit  report  #P5G7-02-0084  on  the Burnt Fly  Bog
 Superfund Cooperative  Agreement.   We welcome this opportunity to  clarify  our
 position regarding the  findings contained  in  the draft  audit.   Our contents
 relating to the individual findings are as follows:

 1.    Schedule A-l Remedial Design Set Aside Costs $13,632

      The auditors set aside charges for Invoice  1499323 because no change order
      was made available.   Ihe invoice preceded the formal change order process
      and forms that were implemented in November 1985.   Accordingly, the purchase
      was made utilizing a waiver as  the procurement authority in accordance with
      New Jersey Statutes Annotated  (N.J.S.A.)  52:34-9 and 52:34-10.  Waiver C-166
      was approved  in  the amount of $111,037.   A  copy  of Waiver C-166 and  the
      subsequent Requisition 29080,  Purchase  Order P10131 and  Invoice 499323  are
      attached with the corresponding waiver  authority highlighted (See Attachment
      i/»

      Please note that the set aside  costs  in  Schedule A-2 were also charged prior
      to  the  implementation of the formal  change order process and form.  Waiver
     C-166 also provided the procurement  authority for those costs  as follows:

     Waiver C-166                                            $lllfQ37
     Requisition R29080                      $45,577
     Ebasoo Services
     Purchase Order PI0131                     45,577          45,577

     Requisition R29118                      $65,460
     D*Annunzio Brothers
     Purchase Order P11496                     65,460          65,460
                                                             $111,037
     Copies of the D'Annunzio documents are included in Attachment III.
                             New Jersey is an Equal Opportunity Employer
                                      Recycled Taper

-------
  ail D. McKechnie
  ly 6, 1988
 Page Tvo
2.   Schedule A-2 Initial Remedial Measures Questioned Costs $3,812

     These  costs were questioned by the  auditors because  the price  paid for
     disposal of contaminated crushed drums was $250 per ton rather than $180 per
     ton.   A copy of the invoice and the pertinent excerpt from the bid proposal
     are attached.  The auditors mistakenly identified the invoiced items as drum
     wastes or the contents of the drums which have a unit disposal price of $180
     per ton.   Invoice 1499711  is for disposal of the contaminated crushed drums
     themselves  which are  classified as contaminated  trash and  debris.   The
     correct  unit  price,  therefore,  is  $250 per  ton  as was  charged.    (See
     Attachment II).

3.   Schedule A-2 Initial Remedial Measures Set Aside Costs $8,350

     The auditors  set aside charges  for invoice  4499243  ($6,550) and 1499244
     ($1,800) because no change orders were made available. These  invoices also
     preceded the formal change order process and forms and utilized a waiver for
     procurement authority.   Waiver C-166  was approved for  these charges  as
     explained  in  our comments  for  Schedule A-l.   Copies  of the  documents are
     attached  with   the corresponding   waiver authority  highlighted.    (See
     Attachment III).

Exhibit B

4.   flew Jersey PEP currently does not provide for certain costs to be charged as
     direct costs.

     The NJDEP maintains that all costs chargeable to Superfund sites are being
     charged by site  and  activity.    The Department  recognizes that  financial
     management and reporting under the Superfund Program requires  more detailed
     accounting  policies.    The  Cost  Accounting  System allocates salary  and
     non-salary charges  by  site and  activity or  phase.  This information  is
     available  to  support  both  Federal  and  State Enforcement  cases against
     responsible parties and to  document State cost shares.

5.   Contract Procurement Procedures  - Accutech Environmental  Services, Inc.

     We take  issue with the findings concerning  the  award of  transportation
     services to Accutech Environmental  Services under the X-350 term contract.
     The initial award to Accutech was  based on an estimated cost of $789,000
     based on the lowest unit price  bid under the transportation section  of the
     X-350.   Purchase orders were issued  in  $250,000 increments due  to bonding
     limitations for the transportation services.   (See Attachment IV).

-------
 Paul D.  McKechnie
tJuly 6,  1988
 Page Three
      While we recognize the qualifications imposed by EPA in its approval of the
      X-350 contract,  this approval took place  approximately one year after  this
      work was done.   It is therefore not reasonable that NJDEP would be expected
      to comply with conditions that  did not yet exist.  We feel  that NJDEP did
      comply with the  terms and conditions  of the contract  in  that awards  were
      made to the lowest price contractors, the Director of Purchase and Property
      approval was obtained to  exceed the dollar limits in  the  contract and the
      contract did include transportation services bids.

 6.    Contract Procurement Procedures  - Waiver of Advertising

      The blanket waiver of advertising referenced by  the  audit has no relevance
      to  the Burnt  Fly  Bog  project.    This  blanket  waiver  was used  as an
      administrative  mechanism to  allow for a structured change  order approval
      procedure.   All contract changes are approved through a written change order
      signed by both the contractor and  the  DEP with the approval  of EPA and the
      Department  of Treasury where appropriate.  Use of this waiver was restricted
      by  limitations  contained  in DEP's  written  change order procedures   and
      requires higher level approvals as the cumulative dollar  amount  of change
      orders increases.   (See Attachment V).

      Monthly Progress Reports^ Submitted Directly to EPA Project Officer

      The Departjnent disagrees with  the  auditors  with  regard to the  monthly
      progress report transmittals.   A  copy of the monthly progress  report is
      forwarded to USEPA as a courtesy for informational purposes.  This procedure
      does not shift the responsibility  of monitoring the contractors  work  from
      NJDEP to EPA.  NJDEP  remains  responsible  for administering the contractor's
      work.

8.    Late Filing of Financial Status Report  (FSR)

      While the  Department  concedes  that the  FSR  for the  fiscal year  ending
      June 30,  1987  was  not  submitted on  time, it was  filed on March 15,   1988
      prior to the date of this draft audit  report.   The delay  in  filing  of the
      FSR was caused by the  lengthy  process of  identifying all  grant-eligible
      costs made  from other NJDEP accounts  prior to  the reauthorization of Super-
      fund.   Rather than submitting an inaccurate  FSR and  subsequent  revision,
      NJDEP spent the  additional time  to prepare  an  accurate  FSR.   With  the
      reauthorization of Superfund as SARA,  delays for this reason will not occur.
      NJDEP intends to submit all future FSR's by  the established deadline.   (See
      Attachment VI).

-------
 Paul D.  McKechnie
(July 6,  1988
 Page Four
      We feel  that this  information addresses  the audit  findings, however,  if
      further information is needed please do not hesitate to qaj*»ct try office at
      (609)  292-9230.
                                         Ronald S.  Tuminski,  Director
                                         Division of Financial Management,
                                         Planning and General Services
 RST/maf
 c  Zelda Wnotzlovsky, USEPA
    Samuel M. Fisher Company
    Assistant Commissioner Gaston
    Assistant Commissioner White
    Director Farro

-------
GRANTEE ADDITIONAL COMMENTS

-------
Ronild S. Tuminib
Director
                                   $laU of JJcto Jersey
                       DEPARTMENT OF ENVIRONMENTAL PROTECTION
                 DIVISION OF FINANCIAL MANAGEMENT, PLANNING & GENERAL SERVICES
                                          CN402
                                   TRENTON. NJ. 08625-0402
                                              October 14,  1988
                          E. David Earth
                          Deputy Director
Mr. Paul D. McKechnie
Divisional  Inspector General  for Audit
Eastern Division
USEPA
150 Causeway Street, Room  715
Boston, Massachusetts  02114

Dear Mr. McKechnie:

We have  reviewed the  second  draft audit  report  #P5bG7-02-0084 on  the  Burnt  Fly
Bog Superfund  Cooperative  Agreement.  We  would like to express  our deep concern
that  the  Set  Aside  Costs have  increased from a total of  $21,982 in  the  first
draft to $1,148,026 in this most  recent draft.  Despite  our  continuous efforts to
provide appropriate explanations  for  all of  the set  aside  costs,  the costs listed
as set aside  Increased dramatically  between the  first and  second  drafts without
any prior  indication  or notification to  the NJDEP.   In addition,  we  continue to
disagree with  the auditors on several issues as noted below:

1.   Schedule A-l Remedial Design  Set Aside  Costs  $13,632

     The auditors continue to set  aside charges for  Invoice  number  499323 because
     no change order was made available.  As stated  in our earlier comments,  the
     invoice preceded  the  change order  process   that  was  fully  implemented  in
     November  1985. The  Chang*  Order Form (DWM-042)  was developed  in March  1985
     and implemented In April 1985 with  Change Order No.  85-003A being  the  first
     formal  change order  form  processed  on  April 24,  1985  as   noted in  the
     Auditors'  response  on page  13.  Prior  to  that  time,  the waiver  process  was
     the official mechanism to  modify a contract.   The Waiver of  Advertising is
     an official  form  that is  approved  by  the Commissioner  of NJDEP as  well as
     the Director  of  the N.J.  Department  of Treasury's  Purchase  Bureau  and  the
     State  Treasurer  prior  to  the  obligation of  funds.  The  auditors'  lack of
     understanding of the State of New Jersey System for the  expenditure of  funds
     results in  these  costs continuing   to be set  aside.    Copies  of all  the
     following  documents which were provided previously are attached,  but perhaps
     a chronological sequence of  the documents would make  the process  clearer.
     7/24/84   Waiver of Advertising IC-166
     10/10/84  Requisition R29080
     3/19/85   Purchase Order P10131
     7/02/85   Invoice 499323
$ 111,017 requested
   45,577 posted  against C-166
   45,577 posted against R29080
   13,632 posted against P10131
                              New Jersey is an Equal Opportunity Employer
                                       Recycled Paper

-------
     As noted above, invoice number 499323 was ultimately paid on 7/2/85, however
     the actual  process  was initiated ouch  earlier on  7/24/84 with  the request
     for waiver.   As we stated  in our earlier comments, the waiver  process was
     the appropriate  procurement authority  at  the time  in accordance  with New
     Jersey  Statutes Annotated   (N.J.S.A.)  52:34-9  and  52:34-10.    Since  the
     procurement authority  was obtained  and the funds  obligated,  there was  no
     need to process a change order form for invoice number 499323.   We therefore
     feel that these costs should be accepted.

2.A- Note 5a - Schedule  A-2 Initial Remedial Measures Set Aside  Costs $8,350

     The procurement aothority for invoice numbers 499243 and 499244  was also the
     Waiver  of  Advertising (Number  C-166)  which was   approved  prior  to  the
     implementation of the  current change order form.   The sequence of events for
     these invoices follows:
     7/24/84   Waiver of Advertising 0C-166
     10/10/84  Requisition R29118
     3/19/85   Purchase Order P10131
     7/02/85   Invoice 499243 & 499244
$111,017 requested
  65.460 posted  against  C-166
  65,460 posted against  R29118
   8,350 posted against  PI 1496
     In addition, in the Auditors'  response to our earlier comments,  the auditors
     stated that the invoices did not Indicate  the waiver.   It was not  necessary
     to reference the waiver  since  the  purchase order was processed  against  the
     waiver and the  invoices were processed against  the purchase  order.

     The auditors also referenced 40 CFR  35.938-5(b) as  the  basis for continuing
     to set aside these  costs.   Regulations contained in 40 CFR Part  35  Subpart  E
     including  Part  35.938-5(b)  are  applicable  specifically  to  "Grants  for
     Construction of  Treatment  Works  -  Clean  Water Act"  not  the  Superfund
     Program.    We  feel  that we  have adequately  proven  that we  obtained  proper
     approval  for the payment of these invoices and  therefore, request  that they
     be accepted.

  B- Note 5b - Schedule  A-2  Initial  Remedial Measures Set  Aside Costs  $1,126,044

     The  DEP  strongly  disagrees with  the audit set  aside of  $1,126,044  for
     transportation  services related to  Phase I surface cleanup at the  Burnt  Fly
     Bog site.   We  also  strongly  disagree that  the use  of the X-350  contract
     for this  work was inappropriate.  The X-350 contract  specifically provides  a
     procedure to be  followed  for exceeding  the  limits stated in the  contract.
     The  State  chose   to   follow  these  procedures  given  the   exceptional
     circumstances  which were  detailed  in  the  approval correspondence  and  have
     been submitted  in response  to the audit.

     The correspondence  cited in the audit that requires EPA approval  to  exceed
     the limits in the X-350 contract occurred more than  one  year after  the fact;
     the State obtained  all  approvals required at the  time the action was  taken.

-------
                                       -3-


     We  also  feel  that  the statement  in  EPA's  letter  that the  X-350 contract
     "...does   not   include  transportation   or  disposal   of   such  hazardous
     substances"  is a misstatement  rather  than a  qualification  placed  on  its
     approval.   If  EPA  meant  to  approve only  a portion  of the  contract,  its
     approval would have been qualified in that wav.

     The X-350  contract  does contain provisions  for transportation services  and
     bidders  submitted unit  price  bids on a per-ton-mile basis  as  a part  of  the
     term  contract  bid.   Disposal  is  not  included  in  the  contract.   The audit
     statement  that costs  set aside are  for transport and  disposal services is
     incorrect.   These  costs  are  for  transport only; the  work was  awarded to
     Accutech as the lowest bidder  for these  services.  Disposal services for  the
     project  were  awarded  through  a formally  advertised  site-specific contract.

     The State's use  of  the X-350  term contract  was discussed with EPA prior to
     Initiation of  the work and was  detailed  in a  letter  to EPA  dated 9/25/85
     (copy attached).  EPA advised  the State  to seek approval for the contract as
     an  innovative  procurement method  rather than specifically  for  the Burnt  Fly
     Bog project.   The  State proceeded on this  advice.   EPA gave  this approval
     more  than  one  year  later by which time  it was  not possible for the State to
     comply with any special provisions or qualification imposed by EPA.

     Exhibit B

3.   New Jersey PEP currently does  not provide  for certain costs to be chajrged
     as direct costs

     The NJDEP  maintains that  all  costs chargeable  to Superfund  sites are being
     charged  by site  and  activity.   The  Department's  Cost Accounting  System
     allocates salary and non-salary charges  by site  and  activity or phase. This
     information is available to support both Federal and  State  Enforcement cases
     against responsible parties and to document  State cost  shares.

     It  was pointed out to  the  auditors,  that  since  no  costs  were  incurred on
     this  project  for  items such as materials and  equipment that  there were no
     charges claimed against these  budget items.  In addition,  the  auditors were
     unable to identify any specific items  which  should have been charged to this
     phase of the  Burnt  Fly Bog Project.   We  therefore feel  that  this should be
     deleted from the audit since it would  be improper to  claim  costs against  the
     Burnt Fly Project for which the NJDEP  did  not incur any expenditures.

4.   Contract  Procurement Procedures - Accutech Environmental Services, Inc.

     The NJDEP  strongly  disagrees with this  audit comment  as we  explained above
     in our response under Item 2.B.

-------
                                        -4-
 5.    The  blanket Waiver of Advertising  referenced  by the audit has no  relevance
      to   the  Burnt  Fly  Bog  project.    This blanket  waiver  was  used  as  an
      administrative  mechanism  to  allow  for  a structured  change  order  approval
      procedure  in accordance  with  the  State Procurement  Circular  PC-34B  (copy
      attached).   All contract  changes  are  approved  through  a written change  order
      signed  by  both the contractor  and  the  DEP with the approval  of EPA and the
      Department  of Treasury where  appropriate.  Use  of this waiver was restricted
      by   limitations  contained  in  DEP's  written  change  order procedures and
      requires  higher  level approvals  as the cumulative dollar  amount  of change
      orders  increases.

 6.    Monthly Progress Reports  Submitted  Directly to  EPA Project Officer

      The  Department  disagrees with  the  auditors   with  regard  to  the monthly
      progress  report  transmittals.    A  copy of  the monthly progress  report  Is
      forwarded to USEPA as a courtesy  for  informational purposes.  This  procedure
      does not  shift  the responsibility  of monitoring the  contractor's  work from
      NJDEP to EPA.  NJDEP  remains  responsible for administering the contractor's
      work.

 7.    Late Filing of Financial  Status Report (FSR)

      In our  earlier comments we conceded that the FSR for the fiscal year ending
      June 30,  1987 was  submitted  late  on March 15,  1988.  The delay in  filing of
      the  FSR was  caused by  the lengthv process of identifying all grant-eligible
      costs  made  from  other   NJDEP  accounts  prior  to   the  reauthorization  of
      Superfund.    Rather  than  submitting  an  inaccurate  FSR  and  subsequent
      revision, NJDEP  spent  the additional  time  to  prepare an accurate  FSR.  We
     maintain  that  the required analysis  and adjustments  necessitated  that the
      report be withheld pending resolution of all  Items.

We  feel that  this information, In conjunction with the  information and comments
previously   submitted,  addresses   the  audit  findings;   however,   if  further
information  Is  needed, please do not hesitate  to contact my  office  at   (609)
292-9230.
                                        Ronald S. Tuminski, Director
                                        Division of Financial Management,
                                        Planning and General Services
RSTims
Attachment

-------
                                                                             w
   . SADAT.
OtWECTOR
                               i*latr nf ^*
DEPARTMENT OF ENVIRONMENTAL PROTECTION
        DIVISION OF WASTE MANAGEMENT
     32 E Hanover St.. CN 028. Trenton. N J 08625

                                     2  5 SEP  1985
                                                                          LINO F.
     » E.
DIRECTOR
Willian  Librizzi
Director
Office of  Emergency  and Remedial Response Div.
USEPA Region  II
26  Federal Plaza
Sew York,  NY   10278

RE:  Burnt Fly Bog - Phase  I of Remedial Action

Dear Mr. Librizzi:

The  NJDEP  is requesting  an  Award Official  determination  in  accordance with
subparts 40  CFR  33.910  and 33.915.   Subpart  33.910  requires  a  recipient of  a
Cooperative Agreement  to obtain  the Award  Official concurrence  for  the use  of
a^^procurement  method  other than formal  advertising  for  remedial  actions.
S^Brt  33.915 stipulates  that the  Award Official's approval may not  be granted
uirass  the recipient  has  completed the  planning and  selected a cost effective
alternative.   It  should further  be noted  that subparc  40 CFR  33.110  (e)  (5)
states  that subpart 33.915  requires the  Award Official to  approve  the use of  a
procurement method  other  than  formal  advertising,  even  if  the  recipient  has
certified  its procurement system.

In  accordance with  the  above  cited regulations,  the Department  is  requesting
approval  of  the  use of our Non-Emergency  Term Contract, Contract  No. X-350  to
procure  for the  removal of certain  contaminated  materials for the Burnt Fly  Bog
Phase I  Remedial Action project.

As  you  know,  the State of  New Jersey originally bid  the  removal of the asphalt
pile,  Lagoon  II,  and  certain  drums in  a  formally advertised contract (X-296)
awarded  to Burnt  Fly Associates on  Hay 29,  1984.   After portions of the asphalt
pile  had   been  staged  for loading and  tested,  problems  arose  in  receiving
approval  for waste  disposal  at the  facilities available under a Term  Disposal
contract.    In the  early  fall of  1984  it  was necessary  to suspend  operations
involving  removal of  the  PCB contaminated  asphalt  pile.   In  the  late fall  of
1984,  the   Department  readvertised  the  same  basic  project  involving removal  of
the asphalt pile,  Lagoon  II and certain drums.  This contract  known as X-436  was
advertised  in January   of  1985   and   involved   the  cleanup  activities   and
transportation to  an   approved facility.    At  the same  time,  the  Department
advertised (contract X-437)  for the disposal  of  PCB contaminated materials  from
           Fly Bog site.  This  contract which was subsequently awarded to  CECOS,
         available for use.
The originally  bid  site specific cleanup  contract,  X-436 was not awarded  due  to
an  inability  of  the  lowest  responsive,  responsible  bidder   to  obtain  the
                             Jer/ Orrortunit\

-------
HS51:ST

cc:  William J. White, Director
     Michael Catania, Director
     Guilio Kazzone, Supervisor

-------
                              DEPARTME NT Of THE TREASURY
                           DIVISION Of PURCHASE AND PROPERTY
                                  PURCHASE SURIAU


                 PROCUREMENT CIRCULAR
                              CONTRACT DELEGATION TO DEP FOR
                              HAZARDOUS MATERIAL  CLEANUPS
  34B
1 <*  4
T«
Ap0»9»i
DEPARTMENT OF ENVIRONMENTAL PROTECTION
MICHAEL M. HORN, Treasurer, Department of the
ROBERT E. HUGHEY. Commissioner. Deomrtnent

BrTBBTVW DVIV
February 21, 1985
Treasury ^^^fffjf^
of Environagntaflffifct^tioti
I.   PURPOSE
     To establish policies and procedures to be utilized when awarding contracts
     for the  removal  of hazardous  materials  administered  by the  Department  of
     Environmental  Protection  (DEP)  for  a) emergency  cleanup projects  posing
     immediate endangerment to the  public health or  welfare  or the environment.
     Examples may  include actions  such as, but not limited, to  the  spilling,
     leaking,  pumping,   pouring,  emitting,  emptying,  discharging,  injecting,
     escaping,  leaching,  dumping  or  disposing  of  toxic substances  into  the
     environment,  and b) non-emergency  cleanup projects for  which  adequate  time
     is available to  allow for project planning  and the  utilization  of  public
     bidding.
II.  POLICY
     A.    All  contracts  exceeding $250,000 for emergency cleanup operations will
          be awarded  by the  General Services  Administration,  Director of  the
          Division  of  Purchase and Property.

     B.    All   contracts  that  do  not  exceed  $250,000  for  emergency  cleanup
          operations will be issued by DEP using the  term  contracts  established
          by  the  Department  of  Treasury,   General  Services  Administration,
          Division  of Purchase  and  Property,  and  Purchase  Bureau  through  the
          competitive  bidding process or use of waiver of  advertising  procedure
          for  services not covered by term contract.

     C.    All  non-emergency  projects  regardless  of  the dollar amount  will be bid
          competitively  by  the  Purchase  Bureau  or  awarded  utilizing  a  term
          contract  through  the  submission  of  a   requisition/encumbrance,  Form
          PB6.   In  those  cases  where  a project  is bid,  DEP  will provide  a
          detailed  specification which  identifies   the  scope  of work and  will
          submit a Form PB6  for encumbrance of necessary funding.

     D.    DEP  and Purchase Bureau staff will jointly review and evaluate response
          proposals  to  engage  firms  holding  term  contracts  for  feasibility
          studies  and/or project design.   The  award  recommendation  shall  be
          submitted  in accordance with the guidelines contained  in the original
          Request for  Proposal (RFP) document.

-------
                                                                                PC 34

                                                                                2 of
III. PROCEDURES & RESPONSIBILITIES

     A.   Establishment and Replacement of Contracts

          DEP  will  submit  to  the  Purchase Bureau  specifications  (henceforth
          referred to  as the RFP document) containing  tacks  for  various  services,
          equipment,  materials  and supplies required  for  the  cleanup  of a  job
          site.  Each  task  shall  contain all  the necessary  elements needed  to
          enable  vendors  to  submit  bid  proposals  containing unit  costs  for
          equipment,   labor,  materials  and  supplies.   The  RFP  document  shall
          include terms, conditions  and  special  provisions  required by  federal
          and/or state  statutes  and regulations.  Payment procedures,  retainage
          and auditing requirements will  be  incorporated in the RFP document  by
          DEP.

          The  Purchase  Bureau  will   review   and,  if  necessary,   modify  the
          specifications in  order to  develop  the final RFP document which  will  be
          used   for bidding purposes.   After receiving written approval  of  the
          final RFP document  from the  Commissioner of DEP  or his designee,  the
          Purchase Bureau will advertise for  bids, establish the bid  due date and
          the  project  schedule.   The   Purchase  Bureau  and  DEP will  develop
          evaluation  criteria,  score sheets and  the  methodology which will  be
          followed by  a committee  formed for  the purpose of  bid   evaluation.

          The Purchase Bureau Supervisor has the  responsibility to formulate a
          three-member  Standing   Evaluation  Committee   for   the   purpose   of
          evaluating all non-term  contracts  and the creation  of term contracts.
          This  committee will be composed of  two (2) representatives  from DEP
          (one   of  which will  be from the Division  of Financial  Management,
          Planning and General Services and  one representative  from  the affected
          program area), and one  representative from  the  Purchase Bureau.  A
          fourth non-voting  member  from an outside  government  agency  may  be
          invited to   participate.   The  Purchase Bureau  member  will chair the
          Standing Evaluation  Committee.  The  committee  will  submit  an  award
          recommendation  through the  Office  of the Commissioner  of  DEP,  or his
          designee,  for  review,  approval/disapproval  and  transmittal  to the
          Director of  the Division  of Purchase and Property.

          The  Standing  Evaluation Committee will also be  used  for  award re-
          commendation  against  term  contracts.   When serving  this  purpose the
          committee may be  increased  to  a  five-member unit.    When  this  option
          is  exercised,  the two  additional  members  will  be from  the affected
          program area.   All  award  recommendations   from  this  committee  for
          engagements  against term contracts  will  be  submitted to the Admin-
          istrator of  the Hazardous Site  Mitigation Administration  or the  Divi-
          sion-  Director  having  responsibility for the  work  to be performed.
          The  Administrator  or  Division Director  will  review,   approve/dis-
          approve and  transmit  his  recommendations  to  the  Director  of  the
          Division of Purchase and  Property.

          The   Director  of  the  Division  of  Purchase  and  Property  will
          review the  committee   recommendations  and   make  the  final  decision
          regarding contract awards.

-------
                                                                            3 of
     The  Purchase  Bureau will  notify all vendors who  submitted  a  response
     proposal concerning the  disposition of their bid.   Notices of  Contract
     Award will be prepared which will incorporate vendor response proposals
     and  the  necessary instructions which describe the  method  of operation
     the  State  of  New Jersey  will utilize in  dealing with term  contract
     vendors.
B.   Contract Award Responsibilities for Emergency and Non-Emergency Cleanups

     1.   Emergency Conditions (Not to Exceed $250,000)

          The Commissioner of the  Department of Environmental  Protection or
          his  designee has  the authority  during  emergency  situations  as
          defined in  Section I, to  authorize  a maximum of $250,000  for  an
          emergency cleanup  project utilizing  term contract  vendors.   The
          contractor(s) will be  selected  based on their ability  to  perform
          the required task(s) in a tiaely manner.   Other factors  which will
          be considered include  the availability of adequate vendor manpower
          and  equipment  resources,  experience  of  the vendor  in  similar
          projects and  vendor reliability  in  prior contract  performances.
          Once the emergency situation is  contained,  DEP  will  shift  to  a
          non-emergency contract either by submitting to the Purchase Bureau
          the  necessary  specifications  needed  to  initiate  the  bidding
          process or  by  selecting a  suitable  approved  contract  or a  ten
          contract currently in  force.

          NOTE;   IF ANT EMERGENCY EXCEEDS  THE ESTABLISHED LIMIT OF $250,000,
          DEP WILL  CONTACT  THE  DIRECTOR OF THE  DIVISION  OF  PURCHASE  AND
          PROPERTY OR  HIS DESIGNEE  AND  OBTAIN THE  NECESSARY APPROVAL  TO
          EITHER  START OR  CONTINUE  THE PROJECT.

     2-    Non-Emergency Conditions  (All Amounts)

          DEP will  submit  to  the  Purchase Bureau  a  Fora   PB6  with  the
          necessary specifications delineating  all elements of the  cleanup
          requirement  or a  PB3/PB2 utilizing  the  tens contracts  in  effect
          for services, required.  Unit costs  for materials,  equipment,  labor
          and supplies will be requested  for each  task of the  RFP.   The RFP
          document will  require the  vendor to  propose a  "not  to  exceed"
          amount   for  the  project  and will include  an  "additional  work
          clause." All proposals received will  be evaluated by a  committee
          established  in a manner similar to that  outlined  in  Section IIIA.

          DEP will  administer  contract  performance  and will act  as  the
          certifying   agent   for  all  invoices  processed  pursuant  to  the
          provisions of the  contract.

          All  "change  orders"   will  be  classified  as  either  a)  extras
          involving the same work as  that already bid for  by  unit price in
          the original  contract,  or b)  supplemental covering work for which
          the State has no  unit price because  it was not contemplated in
          the original  request for proposal.

-------
                                                                       4 Of
     a)   For  "change  orders"  classified  as  extras,  DEP will
     authorization to proceed  for an amount of  10  percent  or  $100,000
     per  contract,  whichever  is greater.  Authorization*  for  "Change
     Orders"  classified as  extras which exceed  these limits must  be
     approved by the Director of the Division of Purchase and Property.

     b)   Supplemental  "change  orders"  will  be  authorized  by  DEP
     against  a  blanket  waiver  approved by Treasury  for  all Hazardous
     Waste  Cleanup  projects.  DEP  will have authorization  to  proceed
     for an amount of 10 percent or $100,000 per contract, whichever is
     greater.  The DEP  shall submit a monthly report  to  the Director,
     Division of Purchase and Property detailing the use of the  blanket
     waiver and explaining  the need for usage of each "change  order."
     DEP will be responsible for establishment of dollar limit authori-
     zations  assigned  to  personnel  within  the Department.   DEP  is
     responsible to ensure that the costs for services and materials to
     be supplied are reasonable.  However, for emergency conditions DEP
     will have  the  authority  to negotiate  a  reasonable price  after-
     wards .

     When a "change  order"  is  required, DEP shall submit a Fom P66 or
     a  request  for  the   issuance  of  a   PBS  for  "change   orders"
     accompanied by  a  vendor  proposal. detailing the unit  cost.   The
     contractor will  not  initiate work  covered by  a "change  order"
     until he receives  written approval to  proceed  from the authorized
     DEP official.   Consistent with the above requirements  on  "change
     orders," DEP shall  establish fiscal controls assuring that  "change
     orders"  are  processed  in  a  timely  and  fiscally sound  manner.

3.   Emergency "Change Orders"  (All Types)

     When a  construction  site  emergency  occurs  requiring  immediate
     corrective  action,  and  the above  limits  have been  exceeded,  the
     Commissioner may  authorize the  Site Manager  to engage the  con-
     tractor(s)  to proceed  with the necessary work.   The Commissioner
     shall  report  such  action with  supportive  information within  48
     hours to the  Director,  Division of Purchase and Property.

-------
                        ATTACHMENT I
Schedule A-l Remedial Design Set Aside Costs$13,632



e    Waiver O166



0    Requisition R29080



e    Purchase Order PI0131 - Qasco Services,  Inc.



0    Invoice #499323 $13,632.00

-------
if QUEST fOR WA
                     or f >
                       tWk
                              OF ADVERTISING
                              0? »U«CHASi
                                                                             USI
                                           1Y REQUESTING AGENCY
                                                                   I. Oati n«"vS«rr<» *M
                                     S. Statutory c>uti«i<»
                                     7. ^gft«lrtf Mure*
It. a.»« »oo» tioianalion 'or *i'»
                                                           foe koti eoatracoin e*
                                      far
                               far raaorml of
                      aaa. of |43a.410. flo* la
      *wrd«
-------
r
 II
REQUISmON-PURCHASE BUREAU
          run
         203
        190013
36
MET
                                  *»OJC{T
                                  9EP
                                                       45,577
                                                                               C9M
  ""Sept. of Environmental Protection
   Division of Waste Management
   CI028
   8 East Hanover Street
   Trenton, NJ  08625
  • ILLTO: '*a|MCTl
   Same as above
                                           Charles Strano - 984-7743
                                        COMf ACT WO» QII..IVC** 1-lfTByC'•'ON* 
-------
        PURCHASE ORDER
                                                                        I • i»c*r>» <0fll
                                                                        4 * ntW «C<*OH 4«« l«C**'*«
                                                                        t • >t«*t» •• C»MI<"0«
   »(*oc* NAMI, trutir. CITY, ITATI. ii» coot
         Ebasco Sdrvlcts, Inc.
         Two World Trad* Center
         N«w York, NY 10048
                                                  ALL TCKMI AND CONDITIONS IN «iO POO^OSAL OATCO *«ove
                                                  Alte »AMr 0^ r"JS OAOCt, AS if ruuLV ac»*
                         *Efr»OOUC€0 *ti»e H
                             !'"3*te o* f »».*i~
 Lt TO: CNTC*
         D«pt.  of Environmental Protection
«v»       Division of Waste  Management
wr       CN 028
         8 Cast Hanover Street
         Tnnton, NJ 08625   .
                                                  SMIFTOt
                                               ICOHTACT
   Mr. Berlov
JU«C«M • 0. Ml

   SAKE
~*^"*"T"* "" ••V—
MI CM at «ui»t*ii iiT7
                                    Uli
                                        
                                            -an
                                                       rod Oftl¥Ctt IMSTAWCTIOMI. (KAMI. T(LI»xOM
-------
                            i certify that the wivm !£2^8d&*Wft^'l&f&®
                            that me described goods or services^have been furnished or
                            'efldered^rflJf fiat nc'fSowus' nfcy^fccn given ot receded on
                            account of said invoice             **•' ' *'- ' * '*  •'<'
                                               PATH OfMTMCAnQN KUMKH
nun nf FEWNCI - (LIMIT »4 OUMCTI
   • PATH - SCE INSTRUCTIONS ON REVERSE SIDE •

-------
                       ATTACHMENT III
Schedule A-2 Initial Remedial Measures Set Aside Costs $8,350



0    Waiver C-166



0    Requisition R29118



0    Purchase Order PI 1496 - D'Annunzio Brothers



•    Invoice #499243 $6,550.00



0    Invoice #499244 $1,800.00

-------
                         r (> I«S«Y
   IKQUEST FOR WA!V*k OF ADVERTISING
                                                                              uu o»u
                   l.fr11-TfriC COMPilTID §Y RtQUISTlMC AGENCY
                                       I. StMulOry C>t*t>Qft(i>

                                        SII34 *
                                                                  •f ekt r»j«ct.
   u* daatca *etlrielM at taa Bwnc Fly

       for «uufttlciMC*4 a?«aa«a  aa«aaaar7 far
                    L»aa a J«i»c  wmtu* far
  aarf ia^lfit aarrleaa •acMiiry  Car raawvl af
      ««trdc4 for a laaa* mm
ii.
                •t caa
                                 af
     «f* 
-------
                                                      DC NOT REMOVE CARBONS
r»«B«««Tt** "*?/„
C«*C t'f t»T£« KUMtO W.teK
r^"
•
i i i * i i
na
                                                   141

                                STATE Of NEW JCRSCY  " i'**1
                               .OtMrtflWt Of IM TrtMiry
                                  Division of ~
                                    an*
                                              fl i»:
                                                            f*Tt
                                   0.7 2 7 8 4.
                                                 499004
    QUISITION-PURCHASE  BUREAU
  run*
  203
          190013
36
                     C»1T
MBC
                          •eTt»iT»
9EP
                                 •ITIHOIO
                                                           ii ji
                                                       TOTAi AMOUNT
65,460
00
                                                   TTiT
                                                   • f«
                                                   f»»
                                                                       IW*tt
                                                                                      TTT
*
 st. of Snviroranental Protection
./ision of Waste Managanent
-J028
 •3ast Hanover Street
 »ntm. H7  08625	
as above
                                         C»HT*CT
                                                  •• If *•«•-) Li '«» *
-------
         45  2
                                           of tf»
                                                      •  S'
                                       1  i 1 1  I
                                                 [-

                                                4
                                                 1
                                                                               .«•{«• «.<*fC*    *J
        PURCHASE ORDER
    I»et3u"»* NUM»f»
                            fill   • • J]
                                                                                     __
                                                                                     r r
         iul
J4
                           einrc*
        uc
                                                                tMOut'
fir
                                                                                     )> it. -.»-
               VENDOR NAME AMD AOOKISI
              /lustra "
                        »»»»«_. t'» e 301
                               . Caa«tr. Carp/
r/o **.*,»;r
         °.'J  '7'". 12
                                                THIS BID BI*CPCS*L **s •'jfuiCLTi
                                                OPENED AND BEAD AT 2 00 P M ON I
                                                                            :*-£ jf s
                                                ALL
                                  »NO CONDITIONS :
                                             AS
                                                                        3'D
                                                               DATSO *80v6
                                                                                 "3 :•
                                    *?.  t*rl«v
                                    • 0. <«l "I»9 -»f1*
ffibb TO. £-'
                                                JH(^ TO:
                 »f
       ?r«utoa,
                                                                   Cl«tik«*«kl
                                    »oc ICJM»^, «eo .
                                    :t  iii ;=;t ' »f a'j.§


                               S7
                            29119
                                                                    9C«ri*ONO NO.
                                             3.S. 3
                              vbil«
                    »t l«r«C Tly »•«  •it*  C
                                    h th«
                                                                                   5*3,443
Pricltf
>r«f
vltm
             ••  is
                                                        with
                                                       •• filt
              ire •
 iiPf. E-
                                                        DCC 19 '55
                                                     • f " •"-
                                                            ACC: -...- .

                                           TO THE
                                                                        I   «MOUNT
                                                                 *u*cii*ff *na
                                                                t«T»

-------
  §7S
  • M '

           0

      INVOICE
                                  NEW JERSEY
     tut  aa STRUT   ffticrrv   S»STATJ
x'Annunzio  Brothers Constructors Corp.
tguilar  Assoc. & Level A
!82 South Avenue
      i, New Jersey 07023
J.J.  D.E.P.
fezardous  Site Mitigation Administration
* East  Hanover
ientcn, HJ  08625
                                                ®    PAYEE DECLARATION:
                                                 I cadify that th« within invoc« is correct in all its particulars.
                                                 tnal tn« described goods or services have been furnisned or
                                                rendered, and that no bonus has been given or received on
                                                account of said invoice.
                                                    Stq

                                                    Project Engineer
                                                                                 10-10-84
               Burnt Ply Associates
                          • PAYEE - SEE INSTRUCTIONS ON REVEASE SIOC •
                                      'OtourrMMmQ rot
                                    D I S C HI P T I 0 N
                                                                         $4,000.o    $4,000.00 "
        BY RECEIVING AGENCY
       TH£
          .ABOVE ARTICLES HAVE SEEN RECEIVED
          RED AS STATED HEREIN.
                                     0*rt
CERTIFICATION BY APPROVAL OFFICER
l CERTIFY THAT THIS INVOICE IS CORRECT AND JUST. AND
PAYMENT IS APPROVED.

-------
       INVOICE
                              NEW JERSEY
   ACCOUNT MUM**
                       (til   ca
                                 JCTV"
                                         BrlMXO WMfA
                                                                      t «
                                                 •^•••••••^••••iJ*"* "^ °°*
                                                 5^    i7
                                                       ior«i«>amt   ^   i  «ouo»

                                                 */&M>  laftfar oo  I
                 anorv
                          ADQHC5S
D'Annunzio Brothers Constructors Corp.
Aguilar Assoc. & Level A
282 South Avenue
Fanwood, New Jersey  07023
».J. D.E.P.
Hazardous Site Mitigation Administration
8 East Hanover
Trenton, New Jersey  08625
                                           ®   PAYEE DECLARATION:
                                           I certify trial m« within invoice is correct m all its particulars.
                                           that tn« described goods or services nave been furnished or
                                           rendered, and that no bonus has been given or received on
                                           account of said invoice.
                                                Stephen D'AnrnmziS

                                                Project Engineer
                                                                   10-31-84
                                                                                      OMI
     ood/
          CAfQ*
                Burnt Flv Associates
                                                               an
                                                           22-335-070
                                            Net
                                                       10
                                                    31
84
  15



(-*)
Days
    lECEiVE )
                             PAYEE - SEE INSTRUCTIONS ON REVERSE SIDE •
                               mjHvn • Q rot offiMknoi Q *o« MI
                              	0 E S C R I » T I O N
                   Supply & Operation of O.V.A. with G.C.  and recorder
                   for ambient air monitoring (October)

ecorder
e

«
$150.00
TOTM.
•MXMf
$2, 230.00 1"


-------
                   ATTACHMENT IV
Request fran Waste Management for approval to exceed the limits on
the X-350 Term Contract

Award reocnmendation for Accutech - cost analysis.

Correspondence regarding $250,000 bonding increments.

Division of Purchase & Property approval to utilize the X-350 Term
Contract and to exceed the $250,000 cap.

Excerts from X-350 Term Contract that identify that transportation
services were included.

-------
                              State  o( 3Crui
                  DEPARTMENT OF ENVIRONMENTAL PROTECTION
                             DIVISION OF WASTE M*N*GEM6N*   ,e
                         32 E. Hanovtr St.. CN 021. Trenlon, N.J. 0«2S
OR MARWAN M SAOAT.
       OiRICTOR
                                 MEMO R A N D U M
  TO:       James Rosenberg. Director
            Department of Purchase and Property

  FROM:     Dr. Marvan M. Sadat,  Director
            Division of Vaste Management

  SUBJECT:  Burnt Fly Bog Surface Cleanup


  This  is  to   formally  request  your  approval  to  allow   the   Department   of
  Environmental Protection to exceed  the $100.000 ceiling in the  X-350 contract in
  order  to initiate  remediation at  the  Burnt  Fly Bog site.  This request  is
  prompted  by  our decision  to reject all bids  for the ID X-436  Burnt Fly  Bog
  cleanup contractor.

  Ve would proposed to use the X-350 contract to  perform  the following tasks:

  (a)  removal and disposal of the asphalt  ptlt

  (b)  disposal of the bulked drum vast*

  (c)  enforcement of the lagoon dike as veil as  removal  and disposal of
       aqueous lagoon vastc

  I  am requesting that ve proceed in this manner  for the  following reasons:

  1.   Analysis of the asphalt pile material  Indicates high level of PCB
       contamination  (50-500ppm).  This material  Is exposed to the atmosphere and
       PCB  contamination is  continuing  to impact  the vesterly wetlands through
       sediment  transport during rainfall events.

  2.   The  bulk  drum vaste also contains high concentrations of PCBs and arc
       stored  in a  large pile  and  subject  to  the  saae weathering  and sediment
       transport effects.
                           A>M Jersey It AH Equal Opportunity

-------
      It 1* imperative chat we remove and contain  these  two  continuous sources of
      pollution.   The excavation of a portion of the asphalt pile as  veil  as  the
      disposal of  vaste  in  the  drums and  the bulking  in  the open  air  by  the
      previous contract©- in  the anticipation  of  quick  removal has destabilized
      the site. Conditions  can be  expected  to  continue to  deteriorate  rapidly,
      expanding  the  area  of  contamination   In  the   westerly  wetlands   and
      complicating further remediation.   It must be noted that PCB levels  at  the
      surface  of  the asphalt pile prior to  its  disturbance were relatively  low in
      the order of 5-30.   The disturbance and excavation of the pile  has exposed
      much higher  concentiatious  of PC?,.;  fc  -:t  -he   destabiltxation of   the
      westerly wetlands.

 3.    We presently Rave approximately  6 to 8  inches of freeboard in Lagoon  1.   As
      we approach  the hurricane season, we must  take the appropriate steps  to
      protect  against the potential overflow of the lagoon  by a  combination  of
      lowering the waste  level through pumping  and  reinforcements  of  the  lagoon
      dikes.

 In  order to expedite this  immediate removal  action which I have outlined above,  I
 would propose that we proceed by  using  the Option II  Engagement  Provisions  of
 the X-350 contract  In that we engage a cleanup contractor on a time and material
 basis.   The contractor selected will  be  the  lowest  cost contractor based on OUT
 engineering estimate of the level of effort  required to  accomplish work at Burnt
 Fly Bog.  Only the waste preparation and  loading will  be done In  this manner.
 Transportation of  the waste off-site  would  be  paid on a lowest unit price basis
 as  provided  in the  X-350 contract with disposal provided by CECOS  under  the
 X-435 contract.

 Based on DEP's estimate  of the manpower and equipment  necessary  to  accomplish
 the site work (waste prep and loading),  we have  compared  bid prices  for  all
 contractors on the X-350 and found Vaste Conversion of Hatfield.  PA to be  lowest
 at  an estimated cost of  $240,000.   For the  transportation Accutech is lowest  at
 $2.58 per load ail*.

 Assuming disposal at the  CECOS New York facility,  the  total  estimated  cost would
 by  $790,000 for transportation.  The  disposal cost  under the  previously awarded
 X-435 contract would be  $2,800,000.   Attached are tables  summarizing  the  bid
 analysis and estimated project costs.

 Because these estimates exceed the  $100.000  limit for using option 1  engagement
 procedures, I aa requesting your authorization  to  proceed in this manner.

c.  C. Tyler
    V. White

-------
                              ESTIMATED  COST SUMMARY

                                              lowest Bidder**
 SITE WORK

 (T i M)
 Transportation
 (Unit  Price)
WASTE  CONVERSION
                              $240,312


                              ACCUTECH
$  789,480
AQUILAR
                          $254.623


                          ACES
$948,600
HAZTECH
               $285,958

               WASTE
               CONVERSION
$994,500
X-435 Disposal
Contract v/CECOS
(Unit Prici)

Term Disposal
(Aqueous Wast*)

Subtotal

10Z Contingency
Total Est. Cost
$2,754,000


   300,000


$4,083.792

   408,000


$4,491,792
*Clean Venture  failed to  provide  prices  for  all necessary  equipment  and was
therefore not considered.

-------
                   DEPARTMENT OF ENVIRONMENTAL PROTECTION
            DIVISION OF FINANCIAL MANAGEMENT. PLANNING ft GENERAL SCMVICCS
                                      CN 401
                                 TRENTON. N.J. OM2S
                                         September 13, 1985
                               MEMORANDUM


 TO:       Jorge Berkowitz, Administrator

 THRU:     Anthony Farro, Deputy Admini s

 FRCH:     Date Berber-son, if&ptfj&rzfeld, Scott Sutherland
 SUBJECT:  Burnt Fly Bog
           X-350 Non-Emergency Small Cleanup
           Option I Engagement
 Attached is a site specific cost analysis for the Burnt Fly Bog project.

 Under the  Non-Emergency  Snail Cleanup  Tern Contract  (Option I), the  State has
 estimated  the  contoination  of labor  and equipment  required  for this  project.
 Based on the prices bid  by each contractor under their Term  Contract Category 2
 - Transportation,  Accutecb has been determined to  be the  low  bidder and  is
        nded for engageroent*
 If Accutech  should  decline  this  engagement  due  to  conflict  of  interest,
 inability to perform,  ineligible for  engagement,  etc.,  the  next  lowest  priced
 contractor will be engaged.

 The  following list represents the total  project cost  estimate and  ranking  for
 each contractor who was eligible  to bid.
     Finn

Accutech
ACES
Waste Conversion
HAZTBCH
Clean Venture
AFTECH
Aguilar
CB006
Resource Tech.
S i D Engineering
O.H. Materials
      Cost

 2.58/Load Mile
 3.10/Load Mile
 3.25/Load Mile
 3.35/Load Mile
 3.50/Load Mile
 3.50/Load Mile
 3.85/Load Mile
 4.10/Load Mile
 4.35/Load Mile
 7.50/Load Mile
10.50/Load Mile
    Rank
f   789,
   948,
   994,
1,025,
1,071,
1,071,
1,178,
1,254,
1,331,
2,295,
3,060,
480.00
600.00
500.00
100.00
000.00
000.00
100.00
600.00
100.00
000.00
000.00
                        NewJeney it on Equal Opportunity Employ*

-------
3.
     .

                                        "
5. A

                                ','
                            ,

-------
  2- %%, 3
T    cc
-------
                                                            Appendix C
A
M
                          GREENSTONE AND SOKOL

                             COUNSELLORS AT LAW

                               39 HUDSON STREET

                          HACKENSACK. NEW JERSEY 07601

                                <20!> 4S8-3930
                                                      I*?
JAY* GREENSTONE
LEON J SORCL <* i «xo
KENNETH H MACK
STEVEN J F1CCO
JOSEPH F 8EHOT. JR.
JOSEPH 8 F1OJUNZO i
              j »«> n* tuu
              w J »»e * t
               i AWB-W T
                                      PLEASE RESPOND TO:
   7RESTON. V j 05608

     [609) 393-C62!
                                    October
                                                 1985
LINDA J SAMAY

PATWCH D KENNEDY <* j wen

NEILYOSICtNwj AKO M MU

MICHAEL C URCIUOU


TELEX. 219212
 INTERSTATE PLA2A SL'ITE 124

4?S *EST PALMETTO PARK R.CAD

 BOCA RATON, FLORIDA 33432

     (305) 391-4900

   MARSHALL?  KRL'PS'ICIC

   
-------
                          GREENSTONE AND SOKOL
                             COUNSELLORS AT LAW

                               39 HUDSON STREET
                          H AC KEN SACK. NEW JERSEY 07601

                                (201) 488-3930
HERMAN GREENSTONE «MM*MI
JAYW GREENSTONE an »»BIUI w
LEON J SOKOL IN t MO HA »•»>
KENNETH H MACK
STEVEN JWCCO
JOSEPH F IEHOT, JR CKJ AM-T
JOSEPH 1 NORENZO IN J **« ' ft

LINDA JSAMAY

PATRICK D KENNEDY «i wo M t,

NEIL YOSKrN m j AMD M *AU

MICHAEL C. URCIUOU

TELEX 219212
                       226 * STATE STREET

  PLEASE  RESPOND TOi TRENTON. N j oeeos
  	     <609) 393-0621
October  11,  1985
 INTERSTATE PLAZA SUITE 124
1499 WEST PALMETTO PARK ROAD
 IOCA RATON. HORIDA 33432
      (305) 391-4900

   MARSHALL P KRUPNICK
    (N J AND FLA BAR)
      OF COUNSEL
  Mr. Thomas J.  Allen, Assistant  Chief
  Bureau of Site Operations
  NJDEP
  65 Prospect Street
  Trenton, New Jersey  08625

           Res   Accutech Environmental Services,  Inc.
                 X-3SU	

  Dear Mr. Alleni

           Confirming our telephone  conversation  of  yesterday
  morning, this  letter will formally  request tnat  the DfiP permit
  Accutech to meet  its obligations for a full performance and
  payment bond under Contract X-350  with the State of New Jersey by
  providing said  bonds in the face amount of $250,000.00, with the
  provision that  said $250,000.00 bonds  will be released at the
  completion of  each $250,000.00 value phase of the  project, and
  reinstituted for  the ensuing $250,000.00 phase.

           He believe that this proposal meets the legal
  requirements of the State,  in light  of the fact that  the
  transportation  contract which has  been awarded  to  Accutech is a
  project which is  easily definable  into transportation phases and,
  therefore, constitutes a project whose work.is  completed after
  the  transportation  itself is completed.   I also point out as
  background for  this request that the State of New  Jersey nas
  recently determined  that it is appropriate to limit  liability
  under performance and payment bonds  to actual performance under
  the  contract,  and  to limit  any insurance liability under these

-------
GREENSTONE AND SOKOL
  Mr. Thomas J.  Allen,  Assistant  Chief
  Page Two
  October 11, 1985


  bonds.  In other words, the performance ana payment  bonds are
  only meant to insure  that Accutech performs under  the  contract.
  We submit in that regard that such peformance win have  been
  completed (and the State of New Jersey will be able  to ascertain
  whether said performance has been completed) for eacn  $250.00U.OO
  phase at the conclusion of that phase, ana  that it would be
  appropriate at-that point to release any bond which  is
  outstanding and to reinstitute a new bond in the same  face amount
  for the next phase.
           As I  indicated to you, I naa informally aiscussed this
  issue with the Division of Purcnase and Property, who  tentatively
  agree that this proposal would oe adequate to meet their needs.
  They have requested that the DEP formally request this
  arrangement, and I am forwarding tnis letter in order to expedite

  that process.
            I have discussed  the matter  with Accutech's  insurer and
  have  forwarded him a copy  of the State's language for limitation
  of liability  under tnese bonds, as provided me by Henry Saveili.

            To summarize,  we  request that Accutech be aliowea to
  provide you with performance and payment oonds  in the face amount
  of $250,000.00 in order to meet its obligations under X-350.
  Accutech also requests that  a  provision  be  made that  said  bonds
  will  be released upon  full performance of  $250,000.00 value  of
   services under the contract, and  tnat said  bonds  will be
   reinstated upon  the  request  of  tne State of New Jersey,  Division
   of Purchase and Property,   we  would  also request  that a provision
   be placed in  these contracts  to tne  extent  that  failure oy the
   State to request said  extension will not impose liability upon
   Accutech.

            we thank you  for your cooperation and attention to this
   matter.  We recognize  the State's urgency  in finalizing thi*
   matter, and wish to  work with you to implement that oojectwe.
                                   _ (THICK D. 
-------
                        State of
                                       3e r«g
                       DEPARTMENT OF THE TREASURY
                         GENERAL SERVICES ADMINISTRATION
                     DIVISION Of PROCUREMENT AND CENTRAL SERVICES

                           TRENTON. NEW JERSEY OM2S

                              Sept. 4,  1985


                         MEMORANDUM
TO:
 FROM:
           Marwan Sadat
           Director
           Div. of Waste Management
          Director
          Divisio
            Centra IS a rv leas
                                   and
 SDBJ
 Based on the administrative hearings for  Burnt  Fly  Bog,  RFP X-436,
 the Purchase Bureau has rejected all bids which  vtre  subaitted.
 Although all bids have been rejected, the environmental  concerns
 at  this site have not been ainimized.  Therefore, I  an directing
 that the remedial work proceed immediately  to clean  up drums,  asphalt,
 and liquids in the lagoon utilising our existing term contract for
 Non-Emergency Staging and Removal Services, X-350.

 Due to the extenuating circumstances and  delays  by  the contractors
 in  the Burnt Fly Bog clean up, I am authorising  NJDEP to utilise
 Option I under JC-350 even though a clearly  defined  scope of work
 does exist.  I am alao authorising an extension  of  this  contract
 over the $250,000 cap.

 An  estimate has been performed by HSMA for  the combination of  labor
 and equipment resources required for this project and the associated
 hourly rate* submitted by the contractor.
                                         .  •• .
 Based on this estimate Aguilar Associates has been  determined  to
 be  the overall lov bidder and should be engaged  to  perform the remedial
 work at this site.   It should alao b* stated the Aguilar Associates
 has previously worked on this site and is aware  of  prevailing  site
 conditions.

 Accordingly, you are authorised to proceed  with  the  Burnt Fly  clean
 up  utilising the procedures outlined in X-350.
ce:  Contract File
                 New Jeruy Is An Equal Opportunity Employtr

-------
Exploratory  excavation shall be  conducted with a  backhoe  or trackhoe
(depending on  the  depth of  excavation required).  The contractor shall
have  an  explosimeter and photo ioniiation  detector (PID)  operating at
all times during  the  excavation.   The contractor shall have available,
upon  request of the OSC, 17 H drums or DOT 37C 85 gallon size overpacks
on-site to containerize or recontainerize waste materials.

The contractor  shall  also  have  available all  ancillary  items,  such as
shovels,  stalks,   rakes,  picks,  etc.  to  assist with the  excavation.

All  areas^ excavated  shall be  restored  to  their  previous  condition.

Resources shall include expertise in  identification,  segregation,  and
repacking of incompatible  chemical materials.   Contain the  leaks  and
prepare for  removal and containment of any escaped substance.

Transportation of Hazardous Wastes

Services  will  include  transportation of  hazardous waste by  licensed
transporter  to  a  destination designated  by  the NJDEP.  Contractor is
expected to  be capable of transporting bulk solids, drummed wastes,  and
bulk  liquids as part  of this category.   Upon  notification  by NJDEP of
the  need for  transportation services,   the  Contractor  oust  initiate
pickup  and   transportation  services  within  10  working  days  or on  a
mutually agreed upon schedule.

Prior  to  initiation  of transportation  services the  Contractor shall
submit a  transportation  route plan which conforms  with Federal,  State,
and local regulations  and  specifies  all  roads  that loaded  trucks will
use when transporting waste from the  site to the certified weigh scales
and ultimate disposal  facility.   All trucks should be routed on major
highways  whenever  possible  and avoid  passage  through small  towns  and
villages.  The transportation route plan shall include the mileage from
the pick  up  to the  delivery  point and  la  subject to approval  by  the
OSC.

The Transportation Contractor must have all applicable current waste
transportation  permits   for  each   state  through  which   waste   is
transported.    The  permits  shall  be  presented  in  an  orderly manner to
the OSC prior  to loading.   Any vehicle without  the  proper  current
permits  and  vehicle  registrations (cab  and  trailer) will be  denied
access to the site.  No emergency New Jersey Waste Hauling permits will
be Issued on site.  Also, to gain access to the site, truck drivers may
be required to exhibit a valid driver's licenses.

Any vehicle  used  for  transporting bulk  hazardous substances must be
weighed  at   a   certified  weigh  scale prior  to  loading in order  to
determine empty weight  and, after loading,  to  determine  loaded weight.
The driver will present the  certified  empty  weight slips  to  the  OSC
prior  to  receiving the waste.    The driver  will  be  given  the wast*
manifest  Including the  estimated volume of wastes picked  up  (cubic
yards)  for   transportation  to  the  certified  weigh  scales.    Actual
weights will bs included on the manifest  following loaded  weighing at
the certified weigh scale.   The NJDEP representative  at the certified
                                                                     49

-------
weigh scale will  complete  the manifest forms  and  retain a copy of the
weight slip receipt.   Transportation weights  for  the  manifest will be
determined  from  the weight  slips and  will be used  as  the  basis for
payment.

NOTE:   Bid prices should include  costs associated with transportation
to~"and  from  weigh scales  and  any  costs  associated with  weighings.

All placarding must be supplied by the transporter.

All  trailer  dump  trucks  transporting bulk-solid  hazardous  substances
must  be  equipped  with a  tarpaulin,  free  of  rips or  tears, and  of
adequate size, prior to loading.

No driver  will be permitted  to  leave his truck while on site without
the approval  of  the OSC.  Any driver permitted to leave  his  truck on
site will  be  required  to follow the requirements  of  the approved site
safety  plan,   including  the   use  the  approved   level  of  protective
clothing.   The appropriate protective equipment will be supplied by the
Phase 1 Contractor.

Drivers hauling  hazardous substances  must  have  their  own  respirator
with organic  vapor cartridges.   This respirator  must be worn  during
loading and decontamination.   All windows  in the truck cab must be shut
during   entrances   to   the    loading   area,   during   loading   and
decontamination.   The Phase I  contractor  will  bt  responsible to direct
the loading of all trucks.   Drivers who are  required to operate tankers
and/or  other  devices  outside of  the cab  will be  supplied  with any
additional safety equipment required on site by the Phase I Contractor.
Drivers are required to be knowledgeable of  proper methods for handling
hazardous  waste and the procedures to  follow In cast  a spill occurs or
other emergency arises.

All trucks must  be washed down  (decontaminated)  prior  to leaving the
site.   Decontamination will  be  performed by  the  Phase  I  Contractor.

All trucks hauling waste must not  exceed the  maximum weight  loads  as
specified  by  state  lav,   for  each  state through  which  waste  is
transported.

Truck* may be  required  to  re-enter  the  loading area  if  the  NJDEP
Representative at  the  certified weigh  scale deems  that the  truck  is
underloaded or overloaded.   Trucks that must return to the site to have
material  added or removed  must  be  reweighed and  redecontaminated.
Costs associated  with additional  weighing   (including  transportation)
will be the responsibility of  the Transportation Contractor.   The Stat*
reserves the  right for  its  authorized representative to Inspect all
vehicles entering the site for safety and/or present load conditions of
vehicles.
                                                                     50

-------
                                                                     2-13
                                                           Revised 2-4-85
Non-Emergency Cleanup Services
Schedule C
Unit Prices                  ,   . »
Tranaportation (for Category 2 only)
Category 2:  Transportation of Hazardous Wa.t., to Disposal F.ciliti.s
                                       'Distance*
                                   less than or aqual
                                     eo 300 miles
                                                  Distance
                                                greater than
                                                  300 miles
Dump Trailers  (minimum
 40.000  Ibs. or 20 tons)
Tank Trailers  (mini*
  40,000  Ibs. or  20  tons)

Vacuum Trailers  (less than 2500
  gallon  capacity, minimum 20*000
  Ibs. or 10 tons)

Box Vans (minimum 40,000 Ibs.
  or 20 tons)

Flat Bed Trailers  (minimum
  40,000  Ibs. or* 20  tons)

Roll OffBoxes (minimum
  40,000  Ibs. or 20  tons)

Vacuum Trucks
3,000  -  4,000  gal.  cap.

4,001  -  6,000  gal.  cap.

6,001  gal. cap. or greater

Tank Trucks
 3,000 - 4,600 gal.  cap.

 4,001 - 6,000 gal. cap.

 6,001 gal. cap. or greatar
                     $_

                     *_

                     $
                     i.

                     i.

                     S
                            /load mila

                            /load mile
                            /load mile
                            /load mils
                            /load mils
                             /load mils
                             /load mile
/load mils
/load mils
/load mils
/load mils
/load mils
/load mile
                        /load mile

                        /load mila
                         /load mile
$
$
$
/load mila
/load mila
/load mile
* /load mile
t
1
1
1
1
I
/load mile
/load mile
/load mile
/load mile
/load mila
/load mile
 *  Distancs -
The distance in miles aa par the approved routs plan, from the site
where  wastes  are  picked up  to  tha disposal  destination.   This
distance does  not  include any additional mileage for traveling to
certified weigh scales if weighing is required.

-------
                                                                     2-134
                                                            Rtvlscd 2-4-85
Son-Emergency Cleanup Services
Schedule C
Unit Prices
Transportation (for Category 2 only)
Category 2:  Transportation of Hazardous Wastti to Disposal Facilitltt

Dump Trucks*
S cu. yards
5 - 10 cu. yards
10 - 20 cu. yards
20 - 30 cu. yards
30 cu. yards or greater
Pickup /liflht utility vehicle
4 whttl drive
Stake Body Truck
Other:
less
to
$
1
1
$
1
f
1
1
$
1
1
$
$
Distance*
than or equal
300 miles
/load mile
/load mile
/load mile
/load mil*
/load ail*
/load mile
/load mile
/load mile
/load mile
/load mil*
/load mile
/load mile
/load mil*
Distance
grtatcr than
300 miles
$
$
$
S
$
$
$
$
$
1
I
1
$
/lead mile
/load mile
/load mile
/load mile
/load mile
/load mile
/load mile
/load mile
/load mile
/load mile
/load mile
/load mile
/load mile
* 2£££!  ****** volumes overlap on tvo bid lines, the less of  the  two bid  prices
         apply.

-------
I
     "
      I
          \
           Hi!
i II i B
i'
I
i £
f
!|i
>

i

if
i


i|
I
j
•
0
!


Is
*2 P
M a
si a
                       i
>
ii  !!
; i  n
   :
          	If!
       . "M! I
       infill!!
                I


-------
                                                           Appendix A
    DOT 7  1386


  Richard T. Dewling, Ph.D., P.E.
  Commissioner
  New Jersey Department of
    Environmental Protection
  CM 402 - Room 602
  tabor and Industry Building
  Trenton, New Jersey  08C25

  Re:   Procurement of Services for work at Hazardous  Waste Sites:
       Non-Emergency Terrc  Contract (X-350) and  Term Contract for
       Performance of Feasibility Studies  (X-312 )	

  Dear  Comreisaioner Dewling:

  This  letter  responds to  Comniseloner  Hughey'a January 2, 1986, letter
  requesting that  I  grant  a deviation from  this agency's assistance
  regulations approving New Jersey's past,  present, and future use
  of its  Non-Emergency Term Contract (the  "Non-Emergency Term
  Contract*) and its Term  Contract  for Performance of Feasibility
  Studiee  (the  "Feasibility Study Contract").  (These contracts
 will be referred  to collectively ar the  "Contracts").  As  you
 know, nit fibers of the staffs of both the Department  of Environmental
 Protection ("DEP")  and the Environmental Protection Agency  ("EPA")
 conferred and exchanged correspondence and documents regarding
 the Contracts beginning in September of 1985 and continuing
 through this April.


 As members of CEP have  been informed  verbally,  I  do  not  have  the
 authority to  grant a deviation from EPA's assistance  regulations.
 That  power is reserved  by regulations  to  the Director of Crants
 Administration at EPA's Headquarters in Washington.   See, 40 C.F.R.
 $30.1002.   Members of the Region TI staff, as well as representatives
 of  DEP,  have  discussed your  request with  representatives of EPA's
 program  and legal offices in Washington.   After careful consideration
 of  the Question,  we have  determined that  it  is best to consider
 the matter  of  the procurement  methods  used by PEP in awarding the
 Contracts in terms  of whether or not they  are "innovative*  methods
 or procedures,'the  use of which I, the award official, nay  approve
 pursuant to 40 C.P.R. f33.210(h).  As your staff has been informed,
 we have decided to  consider  the Contracts  in that context rather
 than requesting a deviation from the Director of Grants Administration.
 However, under 40 C.F.R.  (33.21,0(h), my approval can extend  only to
future procurement.  Therefore, I an recommending that the  Director

-------
                                -2-
of Grants  Administration approve * deviation to allow retroactive
approval of  auch innovative  procurement.  A copy of try recommendation
ia enclosed.

My deciaion  to approve as  innovative the methods and procedures
used by DEP  in procuring the Contracta ia baaed upon th« following
underatanding  of how  thoae Contracta are procured/ aa explained
to EPA by  representatives of DEP.  Furthermore, purauant to 40
C.F.R. 533.105 et aeg., New Jersey has certified its procurement
ayatem as  •meetTTna]the intent of all the requirements in this
[procurement]  part."  Finally, DEP representatives have repreaented
that these contracting methoda provide for maximum free and open
competition.

Ky approval  shall be  for a period of one year from the date of
this letter.   At the  conclusion of that period, EPA will evaluate
how the procurement methods have worked.  Additionally, X reserve
the right  to revoke this approval if, in my judgment, experience
indicates  that it ia  appropriate to do BO.

The Eon-EmergencyContract (X-350)

Non-Eirergency  Contract is a one-year contract for cleanup services
such as 'staging,  supplying, loading, detection, inspection or
investigation  of petroleum, fuel, crude oil, or other hazardoua
substance discharges  to ameliorate or prevent damage to the public
health or  the  environment.*  It does notinclu de_tranapgrtion j»r
disposal of such_hagardous^^substances.   Services procured pursuant
to it generally  nay be used only for work which DEP anticipates
will cost less than $100,000 (for work  assigned under engagement
option one) or $250,000 (for work assigned under engagement
option two).   However, these limits nay be exceeded if the DEP
first obtains written authorization from the Director,  Division
of Procurement and Central Services,  New Jersey Department of the
Treasury.

A contractor obtains work under the Non-Emergency Contract in the
the following manner.   First, the DEP issues a  request  for pro-
posals.  The request  for proposals advises the  prospective contrac-
tors that aa many as ten contracts  for  each  of  six  types  of non-
emergency work nay be awarded.   It specifies that proposals must
indicate compliance with many standard  contract provisions (includ-
ing, inter alia,  compliance with certain Federal regulatory
requirements) and that they rust commit the  proposers  to  fixed
prices for various types of work.  A committee  reviews proposals
and awards contracts to up to ten responsible,  responsive proposers.
The contracts require that the contractors remain ready,  for one
year,  to provide particular services  at the  rates specified in
their proposals.   *[N]otlce of award and issuance of tsuch] a
term contract  [by the DEP] does not guarantee an engagement."  That

-------
                               -3-
is, despite receipt of a term contract, th« contractor nay not
get any work* and, hence, any payments, pursuant to that contract.
To receive a work assignment and the right to compensation, a
holder of a term contract must be engaged by DEP for the particular
work.

The Non-Emergency Contract provides two options for engagement of
services by the DEP.  Under the first option/ the DEP *estimate[e]
the combination of labor and equipment reeourcea required for the
project and ... analytefs] all associated hourly rates submitted
by each contractor within the appropriate category of service.
The contractor who is determined to offer the overall lowest
hourly rates based on the estimated job scope will be engaged to
perform the work."  If the contractor with the lowest overall
cost declines to accept the assignment, the DEP offers It to the
next-to-lowest cost contractor.  Although the Non-Emergency Con-
tract does not appear to require it, DEP staff members have assured
us that a cap on coats for a particular project la established
when the contractor agrees to a specific price propoaal.  The
other engagement option may be used if the DEP 'determines that a
particular cleanup project is biddable.*  In such a case/ the PEP
solicits lump-sum bids from all holders of the Non-Emergency
Contract and gives the work assignment to the lowest bidder.
Only holders of the Non-Emergency Contract may bid on projects to
be assigned under this option.

This process for procuring Non-Emergency Contracts does not conform
exactly to the three procurement methods specified in ETA'a regu-
lations:  'formal advertising" (40 C.F.P. {33.405 et seq.),
•competitive negotiation" (40 C.P.R. $33.505 et seq.), or "non-
competitive negotiation* (40 C.F.R. $33.605 et sea. ).  It is not
formal advertising because, urleso DFP uses option two to bid the
particular work assignment, it does not result in a fixed price
for a work assignment.  It differs from both competitive and
non-competitive negotiation in that it involves no negotiation.
Award is based on prices either offered (ae time and material
pricec under option one) or bid (as a lump sum under option two)
by persons who have been found to be responsive and responsible
and who have agreed to be bound by certain standard contract
provisions.  Furthermore, despite som* apparent similarities with
the type of prequalified list of contractore regulated pursuant
to 40 C.F.R. J33.230, the process differs substantially from the
way a prequalified list Generally is assembled and used.  First,
the non-emergency contractors are aelected on the baals of bids
submitted after formal advertising.  The bids include prices, and,
therefore, the selection of the contractors is based on price as
well as on technical qualifications.  Second, based upon the
prices to which the non-emergency contractor committed and upon
DEP's own analysia of the work involved in a particular project,
an assignment is made to the contractor who is expected to do the

-------
work at  the  lowest  total  cost.  There  la  no negotiating with
contractors  for prica  since  that  can  be  determined  by the prices
which  are  already established in  the  TJon-F.rergency  Conti:act.

DET has  asserted that  use of the  Non-Feergency  Contract has the
following  advantages over other nethods  of procuring clean up
work,  Taek-by-task formal advertising for such relatively snail
work assignments is not effective  since  contractors are reluctant
to  bitf on  jobs  of that size. Khile they are  unwilling to put
together bids en individual  *nall  job*,  they  will bid generically
for scch work.   The State believe* that  it is better to nav«
prices set corp«titively  than to  have sinply  to neootlate for the
beat possible price.

Z therefore  conclude that the procurement rethods used by r*EP in
getting  work done under the  Ho n->£•»« roan cy Contract art innovative. *
They are innovative becauae  they  coebine «n eleaent of formal
price  competition with an eJeoent  of  pro-qualification to estahSHsh
a ween*  of oettlnc  saall  jobs which are  not attractive if forrally
bid done ouickly.   baaed  on  ny  understanding  that it is i«pr»ctic»l
for New  Jercoy  to procure all st-all cleanup jobs through forral
advertising and that use  of  the Ken-Emergency Contract provides
for greater  competition than can  be had  in negotiation* I approve th<
use of thia  innovative rethod of procurement  for use on hazardous
waste  site work a«gjqneents» provided that/ if  there is tob»
Federal  r-artieigatton  in  the coats« approvaI  of_EPA aa weJl_ss
Uit_.Wew_Jersey._Depart»i>nt_of .the Treasury will  be raquir«d_.in_any.
caaee  in which  Ihe  costs  of  the job, aaeiqn^ents  will exceed thj>
$1OO,QOP and §250^000 _liaiita_f or optiong one  and two^ reapectlvely.
Further/ without prior EPA approvelf  costs will  not be eligible
unless the work anaignitent has  heen given to  one of the two terr
contract holders whose total rric* is e»tinatc>d  by DFP to be
lowest.

The feasibility Study  Contract

The Feasibility Study  Contract  ie  aioilar to  the Ucn-Ererqency
Contract in several aspects*  It/  too« requires  that contractors
bid corn*titively for  a one-year  terr- contract  which doe* not
itself Guarantee any work  or corporation.  It alao reouires that
bidders  COP*it  tharnelvea to holding  to  fixed prices and to
observing  various standard conditions.   It differs in the oannar
in  which actual work ansignoents are  awarded.

In  order to rake an assignment  for a  apeciflc project or site under
the Feasibility Study  Contract, DF.P requests  specific proposals
fror three persons  who were  awarded the  Feasibility Study Contract.
Those  three  proposals  are evaluated on the basis of the technical
approach*  the organirational structure and qualifications* and a
cost analysis.   The cost  proposal  does not establish the final total

-------
                               -5-
coet of the contract since compensation for moat of the detailed
sarpling and laboratory work will be made by paying certain coats
(of subcontracts, which must be competitively bid and awarded to
the lowest bidder) plus a fixed fee for the prime contractor.

Project specific proposals are submit ted by the holders of the
contracts for Feasibility Study contracts three at a time on a
rotational basis.  Persons holding those contracts are all solicited
to subir.it project specific proposals* three firms at a tine/
until all contractors have had an opportunity to propose.  The
unsuccessful bidders are then solicited, three at a tine/ until
all but two have received contract awards.  The process then
continues with previously successful bidders to ensure that three
proposals are submitted for each specific project.  DEP has
informed us that "[tjhi* system is specifically designed to provide
the greatest opportunity for all firms to obtain contracts*"

tEP'e submissions have indicated that there are three levels of
price competition as veil as two levels of competition with re-
gard to qualifications and technical proposals.  There is price
competition at the time of award of the term contract.  There is
price competition among three winners of the term contract when
they submit their cost proposals for each specific work assignment.
And, finally, the contractor which is selected to undertake the
specific work assignment is required to use a subcontractor for
sampling and analysis work (estimated by DEP to be 40%-60% the
value of the contract) and to procure that work through competitive,
sealed bids.  Qualifications and technical proposals are reviewed
by DEP both at the time the term contracts are awarded and at the
time specific proposals for particular projects are considered.

DEP has informed us that, in its view, this method of procuring
engineering services for hazardous waste cleanups provide* superior
competition to the use of a level-of-«ffort contract for multiple
sites, a procedure suggested by Killian Hedenan in a February 22,
1983, memorandum on Guidance for State Contracting of Pemedial
Planning Activities.

I have determined that Hew Jersey's method of procuring engineering
services in connection with hazardous waste cleanups does not use
a prequalified lint in the sense suggested by 4O C.F.R. $33.230
and that it is an innovative procurement method.  It is innovative
because it combines three levels of price competition in procuring
contracts which, in the Federal system, have no competition but
only negotiated prices.  Based upon my understanding that other
methods of procurement either take unacceptably long periods of
time to procure engineering services (formal advertising)! violate
atate procurement law (negotiation), or provide a lesser degree
of competition than does New Jersey's method, pursuant to 40 C.F.P.
$33.210(h), I approve the use of the Feasibility Study Contract

-------
  I
»
                                -6-
 nethod for the procurement of engineerinq services for hazardous
 waste cleanups.

 Please note that my approval of the use of the procurement methods
 and procedures associated with the Non-Emergency Contract  and
 Feasibility Study Contract does not constitute a decision  that
 the cost of any particular work procured pursuant to either of
 those Contracts will be either eligible for Federal aid under
 CBRCLA or allowable as reasonable and necessary*  For example*
 although the Non-Emergency Contract may be used for work cleaning
 up petroleum/ EPA cannot provide sssiatance for such work  due  to
 the petroleum exemption in CERCLA.  For another, work outside  the
 scope of an EPA-approved remedy would not be allowable even if
 procured in an acceptable manner.  Furthermore/ this letter
 should not be construed to approve or comment on any other aspect
 of the Contracts.

 Members of the EPA staff are reviewing the seven contracts you
 submitted on August 12, 19P6 (X-464 Desion, X-027 General  Engineering
 end Professional Services, X-473 Emergency Cleanup Services* X-085
 Lab Services, X-OC2 Field Sampling, X-152 Surface/Subsurface
 Investigations and X-1^3 Security Services).  Upon completion  of
 that review, I will advise you regarding those contracts.

 Sincerely,
 Christopher J. Daqgett
 Regional Administrator

 Enclosure

-------
                                           Appendix B

       UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                       WASHINGTON. D.C. 20460             fr-

                                                    '
                          p?7f* *\ i "**• *•
                          !---• 24 'c: .*
                                                       OFFICE OF
                                                     ADMINISTRATION
                                                     AND RESOURCES
                                                      MANAGEMENT
 MEMORANDUM
 SUBJECT:  Request for Deviation from 40 CFR 33.>30(h)
           for the State of New Jersey
         rf
 FROM:
TO:
'riHarvey G.  Pippen,  Jr.,  Director  ^	
  Grants Administration .Division (Pft-21

  Christopher J.  Daggett
  Regional Administrator
  Region II, New  York
Action

      X am granting your request that I approve a deviation from
40 CFR 33.210(h), "Recipient responsibility",  that authorizes
you  to approve the State of New Jersey's use of its "innovative*
procurement" net hods prior to October 7, 1986,  the date  of  your
written approval of those methods.

Background

      EPA's regulation for procurement under assistance  agreements*
40 CFR 33.210(h), states that "a recipient nay use innovative
procurement methods or procedures only if it receives the  award
official's prior written approval."   The State of New Jersey
has developed  and uses both a Non-Emergency Term Contract  and  a
Term  Contract  for Performance of Feasibility Studies, known as
the Feasibility Study Contract.The substance of the two  methods
is set  forth- in Region II's letter of October  7, 1986,  to  the
Commissioner of New Jersey's Department of Environmental Protection.
By that  letter, the Regional Administrator approved future use of
these contract methods as innovative procurement methods as
authorized by  $33.210(h).

      The regulation does not permit  the Regional Administrator
to approve use of innovative procedures retroactively.  The State,
having commenced use of the innovative procurement methods prior
to obtaining the.Regional Administrator's written approval recom-
mends  that I approve a deviation that will authorize that  prior
use.  Because  the^St&tfe/s.,procurement system meets the  intent  of
o'Jr procurement regulation", "I am approving your deviation  request.

                             •-.
                              4

-------
                                                   4AN 11 1537

JAN2S  1337                 REGION II

Hr. William J. White, Director
Division of Financial Management, Planning
  and General Services
New Jersey Department of Environmental
  Protection
Carroll Building  4th floor
428 East State Street
CN-402
Trenton, New Jersev  08625

Dear Jin:

EPA has approved  a deviation from its regulation, 40 CFR
33.210(h), which  authorizes New  Jersey's use of the non-
emergency  term contract and term contract for performance
of feasibility studies.  The deviation approves the use
of these contract methods prior  to October 1, 1986, while
the Regional  Administrator approved  their use prospectively
after  October 7f  1986  in a letter of that date.

Please distribute the  deviation  approval to other state
offices as appropriate.

Sincerely  yours,
 Helen S.  Beqgun,  Chief
 Grants Administration Branch


 Enclosure

 CCS  John Frisco  (2-ERPD-NJRAjxX
      Delmar Karlen  (2-ORC) ^

 bcc: Jo-Ann Velez
      Carol Heminqton

-------