United States
Environmental Protection
Agency
Office of Emergency and
Remedial Response
Washington DC 20460
Superfund
ARCS Contracts
Users' Manual
EPA540G-89'008
August 1989

-------
                                    EPA 540/G-89/008
                                       August 1989
ARCS Contracts Users' Manual
     Office of Emergency and Remedial Response
       U.S. Environmental Protection Agency
             Washington, DC 20460

-------
                                        Disclaimer
The policies and procedures set forth here are intended as guidance to Agency and other government
employees. They do not constitute  rulemaking by the Agency, and may  not be relied on to create a
substantive or procedural right enforceable by any other person. The Government may take action that
is at variance with the policies and procedures in this manual.

-------
                 TABLE  OF  CONTENTS


Topic                                                       Page

1.0  Background and Structure of the ARCS Contracts         1-1

       1.1  Background                                      1-1

       1.2  Purpose                                         1-1

       1.3  Structure of ARCS Contracts                     1-1

           1.3.1  ARCS Contract Scope                       1-1
           1.3.2  ARCS Contract Type and Administrative
                    Arrangements                            1-3

       1.4 ARCS Contract Management Roles and
            Responsibilities                                1-7

           1.4.1  EPA Contract Management Structure         1-7
           1.4.2  Contractor Management Structure           1-10

2.0  ARCS Contractor Start-up                               2-1

       2.1 Background                                       2-1

       2.2 Management Plan                                  2-1

3.0  Operational Functions                                  3-1

       3.1  Background                                      3-1

       3.2  Award Fee Plan                                  3-1

           3.2.1  ARCS Contract Fee Arrangement             3-1
           3.2.2  Award Fee Roles and Responsibilities      3-2
           3.2.3  Performance Evaluation Categories
                   and Criteria                             3-4
           3.2.4  Coordination of the Award Fee
                   Determination Process                    3-5

       3.3  Distributing Work and Exercising Contract
            Options                                         3-24

           3.3.1  Distribution of Work at Contract
                   Start-up                                 3-25
           3.3.2  Distribution of New Work Assignments
                   Throughout the Contract                  3-25
           3.3.3  Distribution of Continuation Work
                   Assignments                              3-31

                                i i i

-------
                 TABLE  OF  CONTENTS
                           (continued)


Topic                                                       Page

           3.3.4  Exercising Contract Options               3-33
           3.3.5  Exercising Program Management Options     3-35

       3.4   Work Assignment Procedures                       3-36

           3.4.1  Work Assignment Roles and
                     Responsibilities                       3-36
           3.4.2  The Work Assignment Form                  3-37
           3.4.3  Issuance of the Work Assignment           3-37
           3.4.4  Work Assignment Initiation and
                     Development of the Work Plan           3-41
           3.4.5  Amending the Approved Work Plan and
                     Increasing Funding                     3-43

4.0  Management Plan for Multi-Regional ARCS Contracts      4-1

       4.1   Background                                      4-1

       4.2   General Contract Administration                 4-1

       4.3   Managing Work Assignments                       4-3

       4.4   Award Fee Determination Meeting                 4-4

       4.5   Work Assignment Distribution Meeting            4-4


Appendix I    EPA Directives                                1-1

Appendix II   Program Management Award Fee Allocation      II-l

Appendix III  Work Plan Evaluation Checklist              III-l

Appendix IV   List of Acronyms                              V-l
                                iv

-------
                  LIST  OF  EXHIBITS


Exhibit                                                     Page

1.3-1  ARCS Contract Sizes                                  1-4

1.3-2  Program Management Support Allocation                1-6

3.2-1  ARCS Contract EPA Summary Evaluation Report          3-7

3.2-2  Award Fee Performance Event Report                   3-8

3.2-3  EPA Work Assignment Completion Report                3-11

3.2-4  ARCS Regional Evaluation Summary                     3-15

3.2-5  Performance Index Rating Score                       3-18

3.2-6  Year-End PIRS                                        3-19

3.2-7  Phase I Award Fee Allocation Matrix                  3-20

3.2-8  Phase II Award Fee Allocation Matrix                 3-21

3.3-1  LOE Usage for ARCS Contractor "A"                     3-28

3.3-2  Project-Specific Contractor Selection                3-32

3.3-3  Example Options Determination                        3-34

3.4-1  Work Assignment Form                                 3-38

3.4-2  Action/Execution Summary                             3-45

3.4-3  Technical Direction Memorandum Form                  3-46

4.1-1  Organizational Plan for Multi-Regional  ARCS          4-2
           Contract Management

II-l   Award Fee Pool Allocation                            II-2

-------
                    LISTOFTABLES





Table                                                       Page



   1       Work Assignment Distribution                     3-27

-------
       1.0  BACKGROUND AND STRUCTURE OF THE ARCS CONTRACTS
1.1  BACKGROUND

     The Alternative  Remedial  Contract Strategy  (ARCS)  is EPA's
approach to obtaining project management and technical services to
support remedial response activities  at National  Priorities List
(NPL) sites.  This  approach  to contracting for remedial response
services  is intended  to  optimize  quality,  timeliness  and cost
efficiency by:

          Promoting  continuity in  site  project  management  and
          execution, from remedial planning through construction

          Decentralizing  contract  management  responsibilities,
          thereby   placing   authority  and   responsibility  for
          management decisions within the Regional offices

          Implementing performance incentives to the maximum extent
          possible, by awarding multiple contracts in each Region
          or  Zone,   and  using  triannual   ratings of  contractor
          performance to determine the amount of work assigned to
          a given contractor.

The  ARCS  program represents a significant departure  from other
Superfund  contracting programs in  its management and incentive
approach.

1.2  PURPOSE

     ARCS places substantial  responsibility on EPA  Regional offices
for  managing  remedial response support  contracts.    Unlike  the
Remedial  Planning   (REM)   contracts,  Regional  personnel will  be
responsible for  all  basic contract  management and administrative
functions under ARCS.  The purpose of this handbook is to provide
guidance  for  EPA   Regional  personnel  with  responsibility  for
management and administration of ARCS contracts.

1.3  STRUCTURE OF ARCS CONTRACTS

     This section briefly describes the basic structure and scope
of  ARCS   contracts.    Individual   ARCS   contracts   will  vary,
particularly  with  regard to prices, and  should  be  reviewed  by
Regional personnel for specific information.

1.3.1.  ARCS Contract Scope

     ARCS  contracts  include  two  main  categories  of  support:
site-specific technical support and overall program management
(PM).  Site-specific technical support is divided into five broad
functional areas as described below:

                               1-1

-------
          Site-specific  Project  Management  -  Provide  project
          planning, monitoring,  and control  in performing  work
          assigned to accomplish the overall remedial response

          Remedial	Planning   -    Conduct    remedial
          investigation/feasibility  studies  (RI/FSs),  analyzing
          site conditions and developing alternatives for remedies

          Remedial Design - Evaluate necessary field and laboratory
          studies,  address  permit  and  regulatory  requirements,
          coordinate with State officials,  participate in community
          relations  activities,   review   design  criteria   and
          rationale,  and confirm  cost  estimates  and  proposed
          project schedule

          Remedial  Implementation  - Support the procurement and
          management   of   construction   services   for   remedy
          implementation

          Other Technical and Management Assistance - Support EPA
          in oversight  of remedial responses being  conducted by
          other  parties, and   provide  support  in  enforcement,
          community relations,  quality assurance, data management
          and analysis, and other related technical activities.

     Each of these functional areas includes  several specific tasks
or activities that  are  defined  in the contract  Statement of Work
(SOW).   The precise tasks or activities  that will be performed at
any given site will be  defined in  the SOW that will accompany each
work assignment  (WA).   While EPA  is free  to tailor individual WA
SOWs to a particular site, the scope of  the WA SOW must be within
the scope of the basic ARCS contract.

     Program   management   constitutes   technical,   management,
administrative and clerical  activities performed by the contractor
in order to ensure:

          Quality control/quality assurance of all work performed
          under the contract including data management

          Efficient  personnel  management   including  staffing,
          recruiting,  training,  and mobilization

          Adherence to  standard Agency and other Federal procedures
          and guidelines  (e.g., security, health and safety, and
          enforcement/legal)

          Effective contract management  (e.g.,  schedule and cost
          control,  reporting,  and  non-project  specific  problem
          solving)
                               1-2

-------
          Adherence  to  the  requirements  and  objectives of  the
          approved  subcontracting plan  (e.g.,  ability to  meet
          Minority  Business  Enterprise   subcontracting  goals,
          subcontracting agreement turnaround  times,  contractual
          vehicles used).

     The Project Officer (PO)  does not have to  issue WAs to define
or start PM activities.  PM  is provided on  an  as needed basis by
the contractor as long as base or  optional PM dollars (see Section
1.3.2.2  below) are available in the contract.

1.3.2.  ARCS Contract Type and Administrative Arrangements

     ARCS contracts will be awarded on a Cost Plus Award Fee (CPAF)
basis.  Under this contract type,  vendors costs  are reimbursed each
month as  they  are incurred.   The fee  consists  of a  base amount
fixed at contract award and  an award fee  pool  that  may be earned
in  whole  or  in part based  on   the Government's evaluation  of
performance.

1.3.2.1  Site-Specific Technical Support

     Site-specific   technical  support   is   provided   under   a
level-of-effort  (LOE)  contracting  structure.    Contractors  are
required  to   provide  professional  staff   who  meet  specified
experience  and  education   requirements   for   labor  categories
identified  in  the  contract.   When the PO issues a  WA to perform
remedial  response  activities at  a particular site  (see Section
3.4) , the contractor will draw from this pool  of professional staff
to perform the WA.

     EPA will  award ARCS  contracts in five  discrete  sizes.   All
five contract  sizes,  however, are not  available for award in all
EPA Regions.  The range of contract sizes are depicted in Exhibit
1.3-1.  As the exhibit shows, base awards range  from 25,000 hours
to 70,000 hours and contract  maximum capacities from 145,000 hours
to 780,000 hours over the allotted ten-year period of performance.

     Exhibit 1.3-1  illustrates  the base  award,  available yearly
LOE  options,  and  yearly  ceilings for  ARCS contracts.   As  the
exhibit depicts, a  base LOE  allocation  will  be made at the start
of  contract performance.   LOE options  also are provided  in all
contract years.  Options are  broken into increments of 5,000 hours
that can be awarded singly or  in multiple groups.  For example, the
yearly  option  allocation  for large  contracts  is broken into 20
increments  of  5,000 hours each  (100,000  hours).  EPA  may  award
these options  in any  combination  up  to  the maximum allowed hours
or option increments.  LOE hours, either base or optional, that are
awarded in  any given year will carry over  into subsequent years
until they are fully utilized.  However, options, allocated for a
given year, may be awarded only in the year they are allocated.


                               1-3

-------
                                          EXHIBIT  1.3-1
                                   ARCS LOE  BREAKDOWN
                                                CONTRACT SIZE
                          LARGE
                    560,000  Hour Max.
                                  MEDIUM
                             300,000  Hour Max.
                                   SMALL
                              145,000 Hour  Max.
  BASE AWARD
  LOE
30,000 Hours 1st Year

20,000 Hours 2nd Year

No Base Award in Years 3-10
30,000 Hours 1st Year

20,000 Hours 2nd Year

No Base Award in Years 3-10
                                                      15,000 Hours 1st Year

                                                      10,000 Hours 2nd Year

                                                      No Base Award in Years 3-10
  OPTIONAL
  LOE
100,000 Hours per Year in 20
Blocks of 5,000 Hours Each
50,000 Hours per Year in 10
Blocks of 5,000 Hours Each
                                                      25,000 Hours per Year in 5
                                                      Blocks of 5,000 Hours Each
  YEARLY
  CEILING
100,000 Hours*
                           50,000 Hours
                           25,000 Hours
* Yearly Ceilings May Be Exceeded by Executing Bilateral Contract Modifications.

-------
     The  sum  of the  potential maximum  base and  optional  hours
exceeds the maximum LOE limits.  This gives EPA the flexibility to
provide a high LOE during peak periods of activity.  However, the
maximum  LOE limits cannot  be  exceeded  during  the  life of the
contract.  The contracts also include limits on yearly expenditures
of LOE for each contract,  which are  shown in Exhibit 1.3-1.  These
yearly  ceilings  may  be  exceeded  with  a  bilateral  contract
modification.   If the  contracts are  so modified,  options in excess
of the yearly ceilings will  be exercised at  the prices specified
for that  year.   Exceeding the  ceiling for a particular contract
year does not allow the contractor to exceed the overall contract
ceiling.

1.3.2.2  ARCS Program Management

     The ARCS  contractors  are required to provide a PM organization
that  will  manage  all  non-site specific  administration of the
contract.  This organization will  include a single Project Manager
and necessary support  staff.  PM is a separate line  item under ARCS
contracts  with  base  amounts  in years one  and  two  and multiple
options  in each year that  provide  the  PO  with the  ability to
control costs by awarding PM options as they are needed.

     The  contract  provisions for PM are substantially different
from the LOE provisions described above for site-specific technical
support.  PM will be structured on a CPAF completion basis instead
of the LOE  basis used for site-specific ARCS tasks.  The contract
does not include a LOE figure for PM.  By exercising a PM option,
EPA authorizes  the  contractor  to  make  reasonable expenditures up
to the  cost figure in the  option or base award for PM support,
without requiring the provision of a given LOE in specified labor
categories.  The PM base and option  allocations also include fixed
amounts for other direct  costs (ODCs)  such  as  travel and special
equipment.

     The  PM base and  option allocations are priced  according to
increments  of  site-specific LOE  to  be delivered during  a  given
period.   For  example,  for a medium-size  ARCS contract,  the first
year base PM  allocation  is  intended to support 30,000  hours of
site-specific LOE.  Each  of  the base and optional PM allocations
is intended to support a given  site-specific LOE increment.

     Exhibit 1.3-2 illustrates the PM allocation  available in each
ARCS contract year for an ARCS contract with a base award of 50,000
LOE hours  (see  Exhibit  1.3-1 for  a  complete  illustration of ARCS
contract sizes).  As the exhibit shows, a base PM allocation will
be made at  the beginning of the first and second year of contract
performance.   These  allocations  are intended to  support 30,000
site-specific LOE hours in  year one and  20,000 site-specific LOE
hours in year two.   PM options  also  are provided  in these years to
increase PM allocations when necessary.  There is no base PM
                               1-5

-------
                                                EXHIBIT 1.3-2
                              PROGRAM MANAGEMENT SUPPORT ALLOCATION

BASE PM
ALLOCATION
NUMBER OF
AVAILABLE
OPTIONS
OPTION
SIZE
CONTINGENCY
EQUIPMENT
OPTION
CONTRACT YEAR
1
PM
SUPPORT
FOR 30,000
LOE HOURS
5
SUPPORT
FOR 6,000
LOE HOURS
TBD
2
PM
SUPPORT
FOR 20,000
LOE HOURS
10
SUPPORT
FOR 9,000
LOE HOURS
TBD
3
NONE
15
SUPPORT
FOR 9,500
LOE HOURS
TBD
4
NONE
15
SUPPORT
FOR 9,500
LOE HOURS
TBD
5
NONE
15
SUPPORT
FOR 9,000
LOE HOURS
TBD
6
NONE
15
SUPPORT
FOR 7,000
LOE HOURS
TBD
7
NONE
15
SUPPORT
FOR 4,500
LOE HOURS
TBD
8
NONE
15
SUPPORT
FOR 3,000
LOE HOURS
TBD
9
NONE
15
SUPPORT
FOR 2,000
LOE HOURS
TBD
10
NONE
15
SUPPORT
FOR 2,000
LOE HOURS
TBD
NOTE:
THE ARCS CONTRACTS MAY INCLUDE CONTINGENCY OPTIONS FOR EQUIPMENT THAT IS NOT INCLUDED IN THE PM BASE ALLOCATIONS OR OPTIONS.
THESE OPTIONS WILL BE SEPARATE FROM PM AND WILL BE AVAILABLE IN EACH CONTRACT YEAR. OPTIONS THAT ARE NOT AWARDED WILL NOT
CARRY OVER TO SUBSEQUENT YEARS.

-------
allocation in years  three through ten.  However,  PM options are
provided in each of these years as shown in Exhibit 1.3-2.  The PM
base  and  option  allocations  for  small  and  medium-size  ARCS
contracts will be  reduced proportionately to  reflect the size of
those contracts.

     Funds awarded for PM in a given year, either base or optional,
will  carry  over  into subsequent  years until  they  are  fully
expended.   However,  options  allocated for a  given year  may be
awarded only in the year they  are  allocated.  For example, in year
one there are five available  PM options that  may  be awarded.  If
the PO exercises three of those options, the  funds for the three
options may be used at any time, but the remaining two options may
not be exercised after the end of the first year.

1.4  ARCS CONTRACT MANAGEMENT ROLES AND RESPONSIBILITIES

     The internal  organization of both ARCS  contractors and EPA
Regional  offices  is  a  critical  element  contributing  to  the
successful implementation of  ARCS.   This section  focuses  on the
roles and responsibilities of EPA and contractor management.

1.4.1  EPA Contract Management Structure

     Administrative  and   management   responsibilities  of  ARCS
contracts  will  be  primarily with  the Regions;  although  when
necessary, Headquarters may intervene.   Regional  offices will be
entirely responsible for  assigning and overseeing work.

     Regions  I-V  will act as  independent management entities.
Regions VI, VII, VIII,  and Regions  IX  and  X will  combine to form
two zones,  referred to  as  Multi-Regional Zones. Management of ARCS
contracts   in  the   two  Multi-Regional   Zones   will   require
modifications to  the  management  procedures  and  responsibilities
established for  single Region ARCS  programs;  these modifications
are discussed in Section  4.0.

1.4.1.1  ARCS Contracting Officer (CO)

     The ARCS CO will be responsible for verifying that contracting
activities are performed  as authorized by  laws,  regulations, and
the  terms  and  conditions of   the contract.    Specific responsi-
bilities include:

          Approving  Contract  Documents - The CO reviews and signs
          the initial  WA  issuance and  any  subsequent action that
          affects  overall scope or budget of the basic contract.

          Award Fee  Determination - The CO prepares the Award Fee
          Allocation Matrices  for  the Performance Evaluation Board
           (PEB) and  issues the Final Award Fee  Determination to
          ARCS contractors.

                               1-7

-------
          Dispute Resolutions - The CO is responsible for resolving
          disputes regarding performance or costs.

1.4.1.2  ARCS Project Officer

     The  PO  will have  overall  responsibility  for managing  and
directing activities performed  under the contract.  Many  of  the
PO's management functions are listed below;  however,  this  is  not
an  all  inclusive list  because  each project will  give rise  to
further management needs.

          Contract  Surveillance  -  The PO  is  responsible  for
          assuring compliance with contract terms and conditions.
          This includes monitoring:

               Regional Project Manager  (RPM) technical directions
               for consistency and contract compliance

               Contract capacity to assure that actual assignments
               are in line with annual allocations

               Progress toward meeting contract guarantees.

          Recordkeeping  - The  PO  maintains all  administrative
          records  and   reports  for  ARCS contractors.    Project
          specific documentation including Work Assignments, work
          plans,  written technical  direction,  and  performance
          reports will be forwarded to the PO by the RPMs.

          Work Assignment Distribution  - The PO  compiles  and/or
          prepares all information necessary to assign work among
          ARCS contractors.   This information may include Regional
          workload data, project-specific information, contractor
          performance records,  data regarding  contractor special
          expertise, and conflict of interest and other information
          as  appropriate."   Procedures  for   distributing WAs  are
          provided in Section 3.3.

          Contract Option Determination - The  PO participates in
          determining the number of contract options to be
          exercised to  maintain contractor  support.   Procedures
          for  distributing  contract options  are  discussed  in
          Section 3.3.

          Award  Fee Determination  - The PO is  responsible  for
          coordinating the determination and allocation of award
          fees for ARCS contractors assigned to him/her for general
          contract  administration.    Specific  responsibilities
          include:
                               1-8

-------
               Preparing  performance  evaluation  forms  for  each
               rating period

               Compiling and reviewing all performance evaluation
               documentation into a performance evaluation package
               for the Performance Evaluation Board (PEB)

          Invoice  Approval  -  The PO  reviews  and approves  all
          invoices  and  forwards the  invoices  to  finance  for
          payment.

     The PO  may delegate one  or more Deputy  Project  Officer(s)
(DPO)  to assist  in  the aforementioned  responsibilities.    For
example, if the PO manages three  ARCS contractors he may designate
three DPOs,  one  to assist in the management  of  each contractor.
In single Region ARCS the PO may  delegate responsibilities to DPOs
in any reasonable manner.  The PO may  delegate full authority to
DPOs or  opt  not  to designate any DPOs.   This  flexibility is not
permitted in the Multi-Regional  Zones; there  DPOs  are  a required
entity in the management structure (Section 4.2).

1.4.1.3  ARCS Remedial Project Managers

     The RPM is  the EPA official responsible  for  monitoring and
directing  all  ARCS  contractor  activities  conducted  at project
sites.   The basic  duties and  functions of  an  RPM include  the
following:

          Assist in technical review and approval of work plans.

          Review contractor cost reports

          Monitor project status

          Monitor contractor performance

          Maintain project documentation files (cost recovery and
          performance evaluation documentation)

          Control site access

          Participate in community relations activities

          Ensure site safety

          Coordinate with Federal and State agencies.
The RPM will report directly to the PO on matters related to ARCS
contract management  and will assist the PO in  general contract
management activities.
                               1-9

-------
1.4.2  CONTRACTOR MANAGEMENT STRUCTURE

     ARCS  contractors  will  be required  to  designate a  single
Program Manager to manage the contract, and a Site Manager for each
project  site.     The  roles  and  responsibilities  of  each  are
highlighted below.

1.4.2.1  ARCS Contractor Program Manager

     The Program Manager will be the  single point  of contact for
coordination with the PO.   He will be responsible for the planning
and  execution  of all  activities performed under the contract.
Specific  responsibilities of  the  Program Manager  include  the
following:

          Provide overall  supervision  and administrative support
          to Site Managers

          Provide  assistance   to   the  Site  Managers   in  the
          procurement of needed staff

          Monitor costs and expenditures  of funds  throughout the
          duration of the contract

          Prepare and submit reports as specified in the contract
          schedule and  establish  procedures  for the preparation
          and submission of reports required of the Site Manager

          Discuss contract status  with the EPA  PO  on a regular
          basis.

     In  order  to accomplish the tasks  listed above,  the Program
Manager  must maintain  open lines of  communication with both the
Site Managers and the EPA PO.

1.4.2.2  ARCS Contractor Site Manager

     The Site Manager will plan, monitor,  and  control the assigned
work,  and will be responsible  for  ensuring  progress  that  is in
accordance  with  approved work  plans  and  the  SOW.    Specific
responsibilities of the Site Managers include the following:

          Maintain open and regular  communication with  the Program
          Manager and EPA RPM

          Prepare  and  submit  project-specific monthly progress
          reports
                               1-10

-------
          Prepare and submit performance evaluation forms required
          for award fee determination

          Monitor and document costs and expenditures.

     The  Contractor Site  Manager  will  report  directly to  the
Contractor Program Manager.
                              1-11

-------
                  2.0  ARCS CONTRACTOR START-UP
2.1  BACKGROUND

     Prior  to  initiating  ARCS   work   assignments,   both  ARCS
contractor and EPA personnel must be sufficiently familiar with the
Superfund  remedial  program  to begin  contract  activities  in  a
logical and orderly way.   Personnel involved with the management
of ARCS contracts must  familiarize themselves not only with this
manual, but also  with existing  EPA guidance related to hazardous
waste site work and  Superfund programs.  Appendix  I  contains an
extensive list of  relevant guidance documents which may be obtained
through EPA's Docket Room.

2.2  MANAGEMENT PLAN

     The first activity ARCS contractors must undertake following
contract award will be the preparation of a Management Plan.  The
submittal  of  this   Management  Plan will   ensure  that  a  well
thought-out and comprehensive project approach has been developed
by  each contractor.    The Management  Plan  will  delineate  the
management strategy and cost plan for implementing ARCS projects.
It will provide general financial and procedural guidance for all
remedial response work  to be performed.  If necessary,  the plan
will  address  special planning  and  management needs  within the
Region/Zone in which the contractor will work.

     ARCS contractors will submit a draft version of  the Management
Plan within 30 days after award of the contract.  This version will
reflect  the  management concept  presented  in  the contractor's
successful proposal as revised and augmented through negotiations
and post-award consultations.

     After a brief period of  review,  EPA officials will return the
draft version  with EPA's comments to the contractor.   The final
plan,  modified according  to  EPA's  comments,  will be submitted
within 15 days of receipt of those comments.

     The Management Plan will include but will not necessarily be
limited to the following elements:

          Introduction

               Purpose and scope of the program
               Objectives and organization of the plan

          Project Organization

               Functional organizational structure
                               2-1

-------
               Key personnel assignments
               Staffing  plans  showing  flow  of  authority  and
               responsibility

          Management Process

          -    Work assignment initiation and progress controls
               Program and performance review procedures
               Administrative procedures
               Scheduling controls
               Accounting and cost control procedures
               Management information system(s)
               Reporting requirements
          -    Document production and distribution procedures

          Subcontracting

               Subcontracting decision process
               Procurement process
               Flow of authority and reporting relationships
               Performance review and quality assurance procedures
               Accounting and cost control procedures

          Property Management

               Existing in-house inventory procedures
          -    Acquisition and disposition procedures
          -    Maintenance and calibration controls and procedures

          Technical  Approach  (Technical  policies  and  Standard
          Operating Procedures  (SOPs)  to be  incorporated during
          life of project)

               Planning activities
          -    Design and implementation activities
          -    Management support plan
          Quality Assurance Program Plan*

          Community Relations Plan*

          Health and Safety Plan*

     If  at  any  time  the  contractor's  management  approach  or
structure substantially deviates from that outlined in the
Management  Plan,  they  are required  to  notify  EPA  in  writing.
Significant deviations may include changes in the following:
* Detailed versions of these plans also will be included in
  site-specific work plans.

                               2-2

-------
          Key personnel assignments

          Accounting and cost control procedures

          Subcontractor procurement and management procedures

          Quality assurance program.

Less  significant  deviations  in  the management  approach may  be
verbally communicated to EPA's PO.

     The Management  Plan will reflect  a generic approach  to  be
implemented by the contractor at  each site.  ARCS contractors will
also prepare a more detailed and site-specific work plan subsequent
to the receipt of each work assignment.  The development of these
work plans is discussed in Section 3.4.
                               2-3

-------
                    3.0  OPERATIONAL FUNCTIONS
3.1  BACKGROUND

     This section provides  instructions  for  performing the basic
administration and management functions required of EPA personnel
responsible  for  operating  ARCS  contracts.    Three  functional
responsibilities are described:

          Award fee policies and procedures

          Procedures for distribution of site assignments and award
          of contract options

          Work assignment (WA) procedures.

     This section  provides a  how-to  guide  for  performing these
functions.  It applies to all Regions/Zones that are operating ARCS
contracts,  and is therefore  generic  in  nature.   EPA personnel
responsible  for  ARCS   contract  operations  must  be  thoroughly
familiar  with  individual  contracts in  order to  implement these
instructions.

3.2  AWARD FEE PLAN

     As stated  in  the  introduction  to this  handbook,  one  of the
primary goals of ARCS is to  provide the maximum incentive for good
contract  performance through  the  use  of financial  incentives.
Financial incentives are provided through the Award Fee Plan that
is used to allocate fees and distribute WAs based on contractors'
performance.   This  section of the manual provides  guidance  to
personnel responsible for implementing the ARCS award fee plan.

3.2.1  ARCS Contract Fee Arrangement

     ARCS contracts are awarded under a cost-plus-award-fee (CPAF)
contracting arrangement.   This contract type includes two basic
fee components described below:

          Base  or  "fixed"  fee - The base  fee  compensates  the
          contractor for risk.  The base fee amount does not vary
          with performance,  but rather is a fixed amount that will
          be paid  to the  contractor as costs are  incurred.   The
          contractor will include amounts for base fee on monthly
          vouchers based upon costs incurred during the month.

          Award fee - The  award fee  is an award amount in addition
          to the base fee that may be earned in whole or in part,
          based upon an evaluation of the contractor's performance.
          The  award  fee  seeks  to  motivate  the  contractor's
                               3-1

-------
          performance with respect to technical quality, ingenuity,
          and budget and schedule control.


     The  award  fee  is  divided  into  separate  categories  for
site-specific  technical  support  and  program  management  (PM) .
Site-specific award fee is allocated in two phases; Phase I which
is based on an overall evaluation of the contractor's performance
on all WAs (in progress and completed) during the triannual rating
periods,  and  Phase  II  which  is   based  on  an  evaluation  of
performance on WAs  completed during a given rating  period.   The
ratio of fee allocated  between Phase I  and  Phase  II  award fee is
specified in each contract.

     The PM award fee is based on a separate evaluation of overall
(Region or  Zone-wide)  PM  performance during each  rating period.
PM award fee amounts are specified in the contract.

3.2.2  Award Fee Roles and Responsibilities

     This  section  describes  the responsibilities  of  personnel
involved in the award fee determination process.

3.2.2.1   Performance Monitors

     Contractor  performance   is  evaluated  and reported by  EPA
Performance Monitors.   Performance Monitors  are defined as being
any  Government employee  in  a position  to  observe,   assess,  and
report the performance of a contractor.

3.2.2.2  Remedial Project Manager (RPM)

     The RPM  has site-specific responsibility for directing and
monitoring contractors' technical performance  on  individual WAs.
The RPM also is a designated Performance Monitor in the award fee
process.  At the close of each performance evaluation period, and
in  conformance with  the  contract  Award Fee  Plan,  the RPM is
responsible  for  reporting   his/her evaluation   of  contractor
performance on the forms described  in Section  3.2.4.    The RPM
submits all site-specific evaluation documentation to the Project
Officer (PO).

3.2.2.3  Pro-iect Officer  (PO)

     The PO has general responsibility for ensuring  that contractor
WA performance meets program  and contract  requirements.  The PO is
responsible for evaluating contractors'  performance on WAs across
sites that may have different RPMs  and  is solely  responsible for
evaluating  PM performance.   At  the close  of each performance
evaluation  period,   the  PO   assesses  the  contractor's  overall
performance  during  that  evaluation period  and documents  those
assessments in the Summary Evaluation Report (SER) and the Regional

                               3-2

-------
Evaluation Summary (RES)  (see Section  3.2.4.1).  The PO integrates
all  EPA  and  contractor   performance   reports  and  supporting
documentation into a single  package for  the consideration by the
Performance Evaluation Board (PEB).  The PO also  is responsible for
developing the Performance Index Rating Score  (PIRS) which is used
to determine annual work distribution.

3.2.2.4  Contracting Officer  (CO)

     The CO has two basic functions in the Award Fee Process:

          The CO serves as a designated Performance Monitor because
          of his/her  unique perspective  in  observing contractor
          performance.  In this role,  the CO functions exactly as
          any other Performance Monitor.

          The  CO implements  the  fee  decisions  made by  the Fee
          Determination Official  (FDO) by issuing the appropriate
          contract modifications.

3.2.2.5  Performance Evaluation Board (PEB)

     The purpose of  the PEB  is  to advise and  assist  the FDO in
evaluating contractor performance. The PEB provides the necessary
discussion and interaction among Agency managers to ensure that all
matters  relevant to  a contractor's  performance  evaluation are
brought  to  their attention  for decision.   The PEB  consists of
managers not involved  in  day-to-day management  of ARCS contracts
who are  appointed by  the  appropriate  Regional Division Director.
Each  PEB will have  a chairman  who  will  lead  PEB  meetings and
document PEB  recommendations in  the  Fee Decision  and Rationale
Report.  This report will be  forwarded to the FDO for review.

     The PEB  also reviews the  Performance Index  Rating Scores
(PIRS)  developed by   the  PO  for determining  WA  distribution.
Approval of the  PIRS, by the  PEB, is required before the PIRS can
be used for WA allocation.

3.2.2.6   Fee Determination Official  (FDO)

     The FDO is responsible for the ultimate fee  decision.  The FDO
will   determine  whether   the   PEB's   fee  recommendation  is
substantiated by the Fee Decision and Rationale Reports.  The FDO
may overrule the PEB  recommendations  for reasons such as:  bias,
arbitrariness, inconsistencies,  procedural  irregularities,  false
data,  incomplete data, or  other  issues  which are contrary to the
terms and conditions of the contract.   The decision of the FDO is
both independent and  final.   Final fee  determinations may not be
appealed within  EPA or by the contractor.
                               3-3

-------
3.2.2.7   Contractor

     ARCS  contractors  participate  in  the award  fee process  by
providing assessments of their performance.  These self-evaluations
may  include  descriptions  of  superior  performance as  well  as
explanations   in  mitigation   of   any  performance   problems,
deficiencies, or delays.  Contractor self-evaluations are submitted
to  the  appropriate  PO/RPM  at  the close  of  each  performance
evaluation period.  The contractor also may be asked to meet with
the  FDD,  RPM, PO, CO  and other  Agency officials  to review the
results  of  the  evaluation process, and to discuss,  develop, and
implement improvements to programs, procedures,  and performance.

3.2.3  Performance Evaluation Categories and Criteria

     ARCS contractors'  performance will be evaluated on the basis
of their ability to provide  the necessary personnel,  services,
equipment, and materials to support the  remedial program in various
performance  categories that  correspond to  the  organization  of
contract resources.

3.2.3.1  Performance Evaluation Categories

     As stated in Section 3.2.1 the evaluation  categories cover the
two main organizational components of the contract:

          Program management

          Site-specific technical support.

These  categories  are  assigned  separate  award  fee  pools  and
evaluated separately.

3.2.3.2  Performance Evaluation Criteria

     Award fee performance evaluation criteria are  included  in each
ARCS contract.  The evaluation criteria were developed to provide
a uniform  basis to  evaluate  work performed  by all contractors;
thus, the criteria are  generic in nature.  Because there are basic
differences between PM and site-specific activities, however, the
application of the evaluation  criteria  will vary  between the two
categories.

     For example, ARCS  contracts include an evaluation element for
"project   planning."     This   element   can   be  applied   in   a
straight-forward  manner  to work performed  in  the site-specific
technical support category (i.e., contractors' ability to develop
a well thought-out plan in response to a WA).   On the other hand,
for  work  performed  in  the   PM category,  the  project  planning
criteria would apply to  contractors' ability  to develop Regional
Management  Plans or  the coordination  of work among  the various
contractor management offices.

                               3-4

-------
     Similar examples can be cited  for  each  of the criteria with
respect to the  different types of work that must be performed under
the contract.  The primary distinction  in the application of the
criteria depends on whether the  work  involves a discrete task or
overall management  of various  organizational components  of the
contract.   The application of the  criteria  is the responsibility
of the individual Performance Monitors and must be reviewed by the
PO responsible  for coordinating the performance evaluation process.

3.2.4  Coordination of the Award Fee Determination Process

     ARCS  award  fee  determinations will take place  every four
months during the life of the contract.   This section details the
procedures for evaluating and documenting contractor performance
and allocating award fee based on the  performance evaluations.  In
addition,   contractor  performance,  as evaluated in  the award fee
process and expressed in the PIRS,  will be  the primary tool used
to determine annual work distribution.

3.2.4.1  Reporting Contractor Performance

     EPA Performance Monitors  (i.e., POs and RPMs) are responsible
for  reviewing  projects  performed by  the ARCS  contractors.   The
reviews of contractor performance  will  be documented through the
following:

          EPA Summary Evaluation Report  (SER)  is used to evaluate
          the  contractors' overall  Region-wide performance on PM
          and site-specific technical support.

          EPA  Performance Event  Report  (PER)  documents less than
          satisfactory performance  on particular WAs.

          EPA Work Assignment Completion Report (WACR) documents
          overall performance on individual WAs that are completed
          during a given rating period.

          ARCS Regional  Evaluation Summary (RES) provides a summary
          rating of performance on  each active WA.

          Performance Index Rating Score (PIRS) rates contractors'
          overall technical performance  over  a given contract year
          to determine the allocation of new WAs.

The forms listed above are prepared separately by the responsible
EPA  Performance  Monitor and  the ARCS  contractor.   The  PO will
assemble these reports  into a package to be  presented to the PEB
for award  fee  determination, at  the end of  each award fee rating
period.
                               3-5

-------
EPA Summary Evaluation Report

     The  SER  (see  Exhibit  3.2-1)   is  used by  ARCS  POs  to
evaluate  contractors7  overall  performance in  both  PM  and
technical performance.  At the end of each performance
evaluation period, the PO will complete a separate SER for PM
and overall technical performance.   The ARCS PO should check
the  appropriate  box  under  the  block labeled  "Performance
Evaluation Category" to  indicate the category of contractor
performance being evaluated in the report.

     The SER is self-explanatory in terms of the information
required for completing  each block.   The purpose of the SER
is  to  obtain  the  PC's  overall   evaluation  of  contractor
performance in each category from  a broad  perspective.   The
PO should use the descriptions  of  the evaluation categories
and  criteria  and  rating guidelines outlined  in  the  ARCS
contract  to  formulate his/her  evaluation.    The evaluation
should  be  concise   and provide   only   information  which
highlights significant events,  and strengths  and weaknesses
observed  during  , the  period  that  support   the   overall
evaluation.  As such,  the SER should be useful in identifying
recurring difficulties or trends which need to be discussed
with the contractor.  Accompanying the SER should be a list
of the  individual WAs or projects  that have been considered
for the evaluation.

     The contractor  may submit self-evaluation SERs to the PO,
who  will  include  the SERs  in  the Performance  Evaluation
Package that is  sent to  the  PEB.    The title  and signature
blocks  of  contractor-prepared  SERs  should  be appropriately
altered to indicate their source.

     To assist  in completing the  SERs,  each  office should
develop its own internal mechanism for periodic tracking and
reporting of contractor performance on WAs during the rating
period. This will provide the PO with documentation necessary
to support the ratings on the SER.

EPA Performance Event Report

     The PO/RPM  is  required  to complete a  PER (see Exhibit
3.2-2)  for each  WA  or  area of   performance  in which  the
contractor's performance  has been less than  satisfactory.  The
PER  is  a  prerequisite for withholding or  deferring Phase I
award fee. The PER serves as the Region's primary vehicle for
affecting the fee awarded for ongoing projects that are not
proceeding satisfactorily, and  provides a  valuable  input to
the PEB in its determination of the amount of the Phase II
award fee to be allotted to the contractor.  If the PO/RPM
plans to  submit  a PER,  the contractor Site Manager must be
informed of the deficiencies in performance so that the

                          3-6

-------
                                    EXHIBIT 3.2-1
•DNTF
                                      ARCS CONTRACT
                         EPA SUMMARY EVALUATION REPORT (SER)
NTRACTOR/SUBCONTRACTOR(S)
CONTRACT NO.
EPA REGION
                                          CONTRACTOR REGIONAL MANAGER (Name and Phone No.)
  PERFORMANCE EVALUATION CATEGORY:
    n OVERALL TECHNICAL PERFORMANCE
    D PROGRAM MANAGEMENT
                                      PO (Name and Phone No.)
                                      PERFORMANCE EVALUATION PERIOD
                                         FROM:                 TO:
 CONTRACTOR PERFORMANCE EVALUATION:
    n OUTSTANDING  Q EXCEEDED EXPECTATIONS
          5                   4
                                          SATISFACTORY
                                              3
                   MARGINAL
                     2
        UNSATISFACTORY
             1
  DESCRIPTION OF ACTIVITIES AND PERFORMANCE:
  (List on a separate page if necessary, Work Assignments covered by this report.)
 STRENGTHS/WEAKNESSES/NEEDED IMPROVEMENTS:
W
                       PO SIGNATURE
                                                             DATE
                                             3-7

-------
EXHIBIT  3.2-2
AWARD FEE PERFORMANCE EVENT REPORT 1
PART 1: EVENT DESCRIPTION AND OVERALL EVALUATION J
CONTRACT NO. CONTRACTOR WA NO. 1
DATES OF REPORTED EVENT: NO. OF HOURS THIS PERIOD
FROM: TO:
COSTS THIS PERIOD
CONTRACTOR CONTACT PHONE NO. RPM PHONE NO.
DESCRIPTION OF PERFORMANCE EVENT
OVERALL PERFORMANCE EVALUATION
/
PROJECT
PLANNING
TECHNICAL
COMPETENCE
& INNOVATION 	
SCHEDULE &
COST CONTROI 	
REPORTING 	
RESOURCE
UTII I7ATION
EFFORT 	
DATE RPM SIGNATURE OVERALL RATING
PO ASSESSMENT & CERTIFICATION
DATE PO SIGNATURE RATING
(
00 ™

-------
                             EXHIBIT 3.2-2 (CONTINUED)

                          AWARD FEE PERFORMANCE EVENT REPORT
                         PART II: EVALUATION CRITERIA SCORE SHEET
CONTRACT  NO.
                     CONTRACTOR
           WA NO.
     PERFORMANCE CRITERIA
                                    RATING
SUPPORTING  COMMENTS
PROJECT PLANNING
   ORGANIZING  (E.G., WORK PLAN
   DEVELOPMENT, DATA  REVIEW)
   SCHEDULING
   BUDGETING
                                       .5
                                       .4
                                        3
                                        2
                                       .1
TECHNICAL COMPETENCE &  INNOVATION
   EFFECTIVENESS OF ANALYSES
   MEET PLAN GOALS
   SUPPORT  COE, STATE, ENFORC.
   ADHERE TO REGS. & PROCEDURES
   APPROACH CREATIVITY/INGENUITY
   EXPERT TESTIMONY
SCHEDULE & COST CONTROL
   BUDGET (HOURS & COST) MAINT.
   PRIORITY/SCHEDULE  ADJUSTMENTS
   COST MINIMIZATION
                                        5
                                        4
                                        3
                                        2
                                        1
REPORTING
   TIMELINESS OF  DELIVERABLES
   CLARITY
   THOROUGHNESS
                                       .5
                                       .4
                                       .3
                                       .2
                                       .1
RESOURCE  UTILIZATION
   STAFFING
   SUBCONTRACTING
   EQUIPMENT,  TRAVEL,  ETC.
                                        5
                                        4
                                        3
                                        2
                                        1
EFFORT
 <
RESPONSIVENESS
MOBILIZATION
DAY-TO-DAY
SPECIAL  SITUATIONS (E.G., ADVERSE/
DANGEROUS CONDITIONS)
                                          3-9

-------
contractor has  the opportunity  to explain  any  extenuating
circumstances which may be relevant to the subject evaluation.
Additionally,  this  will  allow   the   contractor  to  take
appropriate  corrective  actions.    PERs should be completed
promptly after a performance deficiency is  noted and should
not be held  until  the  end of the  rating period.   This will
provide  the  contractor with  sufficient time  to  prepare  a
response or explanation for the FEB.

     The  PER also  can be  used  as a  convenient means  to
document satisfactory or above satisfactory performance.  The
form  includes  space  to describe  and rate  the  contractor's
overall performance,  as well as  a space for the  description
of a  specific  event.   When the PER  is  used  to document any
level of contractor performance,  it should be included in the
Performance Evaluation Package that is forwarded to the PEB.

EPA Work Assignment Completion Report

     As stated earlier  the Phase  II award fee is allocated to
ARCS  contractors only  at  the  completion of a WA.   The WACR
(see Exhibit 3.2-3) is used to provide a concise review of the
contractor's project performance on individual  WAs,  and to
recommend the Phase II award fee amount.

     A WACR will be prepared for every WA upon completion of
the project(s) specified in the Statement of Work  (SOW).  The
WACR  is  a  three-page form.   Page  1  encompasses  the  body of
the performance report  and will be presented to the PEB.  Page
2 provides a worksheet  for summarizing the costs and schedule
information  associated  with  completion of  the  WA.   Page  3
provides an  additional worksheet  to assist  the  performance
monitor in developing his/her review and evaluation,  drawing
on the category descriptions, evaluation criteria,  and rating
guidelines contained in the  award  fee  plan  included in the
contract.

     A WA will be considered "complete" upon approval of the
final deliverable by the RPM and  receipt of the final invoice
for the WA (a final invoice and WA close-out  form will usually
be received by the RPM  within 60 days of project completion).
WACRs will be  prepared  by EPA  RPMs or other appropriate EPA
personnel (e.g.,  enforcement or community relations staff) who
were  responsible for monitoring  the activities  performed by
the contractor and will be forwarded to  the PO for  review and
approval.  All WACRs received by  the PO prior  to the end of
the evaluation period  will be  included with the Performance
Evaluation Package.  The ARCS contractors also will complete
WACRs (appropriately altering the  title and signature blocks
of the form) and submit these to the PO.
                          3-10

-------
                                    EXHIBIT  3.2-3
                                                               PAGE 1 of 3
EPA WORK ASSIGNMENT COMPLETION REPORT (WACR)
I
PONTRACT NO. WORK ASSIGNMENT NO.
NTRACTOR/SUBCONTRACTOR(S)
BRIEFLY DESCRIBE SCOPE OF WORK:
EPA REGION
CONTRACTOR SITE MANAGER (Name and Phone No.)
RPM (Name and Phone No.)
WORK LOCATION (Site Name & State)

DESCRIBE CONTRACTOR'S PERFORMANCE:
UNUSUAL PROBLEMS/OCCURRENCES AFFECTING CONTRACTOR'S PERFORMANCE:
PHASE I AVAILABLE
PHASE I PAID
PHASE II AVAILABLE
PHASE II AWARD RECOMMENDED?
n  YES   RECOMMENDED SIZE:.       %

D  NO	
                                                                               (0-100%)
STATE SPECIFIC REASONS FOR RECOMMENDATION FOR PHASE II AWARD:
(Additional pages may be attached if necessary)
iPM
                Signature & Date
                            PO
                                             Signature & Date
                                           3-11

-------
EXHIBIT  3.2-3 (CONTINUED)
PAGE 2 of 3
EPA WORK ASSIGNMENT COMPLETION REPORT (WACR)
PART II: PROJECT SCHEDULE AND COST INFORMATION WORKSHEET
CONTRACT NO.
APPROVED WORK PLAN
ANDWAAMENDEMENT
DATES

WORK PLAN APPROVAL DATE
Amendment 1
Amendment 2
Amendment 3











TOTAL PLANNED COST
TOTAL ACTUAL COST
VARIANCE
WORK ASSIGNMENT NO. EPA REGION
LOE&
EXPENSE
COST




SUBCON-
TRACTING
POOL COST




TOTAL
PLANNED
COST




PLANNED
COMPLETION
DATE

WMfr,
'mm.
w//////<
ACTUAL
COMPLETION
DATE

'mm,
'4Mb
W/M,
            3-12

-------
                           EXHIBIT 3.2-3  (CONTINUED)
                                                     PAGE 3 of 3
                  EPA WORK ASSIGNMENT COMPLETION REPORT (WACR)
                  PART III: PERFORMANCE CRITERIA RATING WORKSHEET
CONTRACT NO.
WORK ASSIGNMENT NO.
            EPA REGION
   PERFORMANCE CRITERIA
          RATING
SUPPORTING COMMENTS
PROJECT PLANNING

 • ORGANIZING (E.G., WORK PLAN
   DEVELOPMENT, DATA REVIEW)
 • SCHEDULING
 • BUDGETING
TECHNICAL COMPETENCE & INNOVATION

 • EFFECTIVENESS OF ANALYSES
 • MEET PLAN GOALS
 • SUPPORT COE, STATE, ENFORC.
 • ADHERE TO REGS. & PROCEDURES
 • APPROACH CREATIVITY/INGENUITY
 • EXPERT TESTIMONY
SCHEDULE & COST CONTROL

 • BUDGET (HOURS & COST) MAINT.
 • PRIORITY/SCHEDULE ADJUSTMENTS
 • COST MINIMIZATION
REPORTING

 « TIMELINESS OF DELIVERABLES
 • CLARITY
 • THOROUGHNESS
RESOURCE UTILIZATION

 • STAFFING
 • SUBCONTRACTING
 • EQUIPMENT, TRAVEL, ETC.
EFFORT
   RESPONSIVENESS
   MOBILIZATION
   DAY-TO-DAY
   SPECIAL SITUATIONS (E.G., ADVERSE/
   DANGEROUS CONDITIONS)
                                         3-13

-------
     Completion of  the form is  generally self-explanatory,
with  the  label  for  each  block  specifying  the  required
information.  In  describing and  evaluating the contractor's
performance on Page  1 of the WACR, the RPM should refer to the
cost and schedule information worksheet (Page 2 of the WACR)
and describe any deviations in performance from the approved
work  plan.    More specifically,  the  RPM's  description  and
evaluation of the contractor's performance should highlight
the evaluation criteria included in each ARCS contract.

     Phase II award fee recommendations are made by RPMs and
POs by completing the  "Phase II  Award Recommended" block on
page 1 of the WACR.   All projects, upon completion, should be
recommended for a Phase II award fee  provided work has been
performed in at least  a satisfactory  manner.  EPA personnel
responsible  for  management  of  the  ARCS   contract  should
recommend Phase II award amounts  that  are consistent with the
quality of the contractor's performance and the guidelines for
Phase II award fee allocation (Section 3.2.4.3).

     All recommendations must be clearly supported,  and should
cite specific examples  where the  contractor's performance was
above  satisfactory  or unsatisfactory.    Additional  support
documents may be attached as appropriate.

     Each  Region  should implement  procedures to  track  and
record performance  on  WAs to ensure an equitable evaluation
on  the  WACR.    This  is  particularly  important   to  ensure
continuity on long  term projects or when the RPM is changed
during  the course  of  the project.    The PER  and RES  are
particularly useful  in  tracking WA performance and records of
all PERs and  RESs should be maintained to provide input for
the WACR.

Regional Evaluation Summary

     The RES (see Exhibit 3.2-4)  provides a summary rating of
performance  on each  active  WA.    It will  be the  primary
mechanism for documenting satisfactory or above satisfactory
performance and will be used as  the basis for the PIRS.   In
addition,  the RES  is  intended   to  provide  a  more complete
historical record of project performance  that will facilitate
the completion  of WACRs and the determination of Phase II
award  fee  for  completed WAs.    The  RES will  be  especially
useful for determining  Phase II award fee on long-term WAs and
WAs where the RPM or PO has changed during the course of the
assignment.

     An RES entry must  be completed for each WA by the RPM and
the Project Manager of the affected ARCS contractors.  Where
space permits, a  single RES can be used for multiple WAs.
                          3-14

-------
                                    EXHIBIT 3.2-4
                        ARCS REGIONAL EVALUATION SUMMARY
CONTRACTOR: CONTRACT NO.:

EPA REGION:
CONTRACTOR PM: PERFORMANCE EVALUATION PERIOD
FROM:
RPO: T0.
PERFORMANCE EVALUATION KEY:
100-80 OUTSTANDING 80-60 EXCEEDS EXPECTATIONS 60-40 SATISFACTORY 40-20 MARGINAL 20-0 UNSATISFACTORY
SITE
NAME

WORK
ASSIGNMENT
NUMBER

NUMERIC
RATING

COMMENTS

SIGNATURE DATE
u>
I
H
Ul

-------
     The general information required at the top of the form
and  the  identification  of  site  name  and  WA  number  is
self-explanatory and will  be completed on each RES entry.  The
PO and the RPM will  then complete the numeric rating for each
WA based on the performance evaluation key at the top of the
form.  This rating  is  intended to be  an  overall rating of a
contractor's performance on each WA.  It should not be broken
down  into the  subcategories  of the  award  fee  performance
evaluation criteria such as project planning or schedule and
cost control.

     The comment column on the far right  of the form should
be used  to support  the numeric rating.   Comments  are not
necessary for WAs that  are  rated satisfactory (3),  but they
must be included for any  other rating.   The comments should
focus on the following issues:

          Specific events that indicate either substandard or
          exceptional performance

          Overall progress on  work in relation to established
          schedules

          Technical quality of work performed

     The  comments  may  reference  other performance  reports
where  appropriate.    For  example,  the  PO  could  refer  to
information  in a PER  to  support  a rating of marginal  or
unsatisfactory on a given WA.  While raters are encouraged to
be brief and concise, the comments must be clear, complete and
sufficient to support the numeric rating.

     Both the PM and the  PO must sign the  RES.   The PM will
forward the completed RES to  the PO  who  will incorporate it
into the other information being forwarded to the PEB at the
end of each rating period.

Performance Index Rating Score

     The  PIRS  is a  numerical score  designed to provide a
composite rating of an ARCS contractor's performance on all
active work assignments.  The  PIRS results from a calculation
involving   separate  evaluation  scores   for  site-specific
performance on technical work  assignments and will be used by
the PO to rate an individual contractor's performance for the
purpose of allocating new work.

     The  PIRS  is  derived  from  the  ratings of  contractor
performance that are included on the  RES.   The RES includes
a numeric rating of  performance on each  WA that is based on
the  evaluation key  at the  top of  the  form  (for  example
outstanding performance receives a rating in the range of 80

                          3-16

-------
     to 100).   The PIRS is a weighted  average  of the RES ratings
     for each WA, that is based on the level-of-effort (LOE) used
     on the WAs during the rating period.

          Exhibit 3.2-5  depicts a  hypothetical  example  of PIRS
     development during a given rating period.   As shown the RES
     score for a given WA is multiplied by the total LOE used for
     a WA during the rating period to determine  the  PIRS Raw Score.
     For example for WA 1 on Exhibit 3.2-5 the total LOE of 5,000
     hours is multiplied by the RES score of 68% to derive a PIRS
     Raw Score of 3,400.  A PIRS Raw Score is  developed for each
     WA.  The  sum of  the Raw Score  is then  divided by the total
     hours worked on  all tasks to  derive the PIRS  for  a rating
     period.   In the  hypothetical  example shown  in Exhibit 3.2-5
     a total Raw Score  of 21,100 is divided by  the total LOE of
     30,000 to derive a PIRS for the rating period of 70%.

          Because the  distribution of WAs occurs annually,  a single
     PIRS that covers  all three award fee rating periods in a given
     year must be developed.  Exhibit 3.2-6 depicts a hypothetical
     example of the development of the year-end PIRS that will be
     used to determine WA allocations.  Like the individual rating
     period PIRS, the year-end PIRS  is  a weighted  average.   As
     Exhibit  3.2-6  shows, the  PIRS Raw  Score from  each rating
     period is summed  and divided by the  total  LOE  used in a given
     year to derive the year-end PIRS.  In the hypothetical example
     in Exhibit  3.2-6, a total  Raw  Score of 76,400 is divided by
     the total LOE used (100,000 hours) to derive a year-end PIRS
     for technical WAs of 76%.

3.2.4.2  Preparing the Performance Evaluation Package

     The PO will assemble the  information on the forms described
in 3.2.4.1 into a Performance Evaluation  Package that is forwarded
to the PEB at  the end of  each  rating period.   In assembling this
package, the PO must review each document  submitted by performance
monitors, the CO, or contractors to assure that they are complete
and  correct  and that   they  clearly  document  any  performance
observations or fee recommendations.

     The PO also will  submit a  summary  of  available award  fees for
each contractor in the affected rating period.   The site-specific
(Phase I and Phase II) award fee allocation will be submitted on
the Phase I and Phase II Award Fee  Allocation Matrices  that are
shown as Exhibit 3.2-7 and 3.2-8.

     The Phase I Award Fee Allocation matrix will be prepared for
all active  WAs  by  the contractor  and forwarded  to the  PO for
inclusion in  the Performance  Evaluation Package.   The  CO will
verify the  contractor-prepared Phase  I  matrix before  the final
award fee determination  is made by the FDO.   The  Phase  II Award
Fee Allocation Matrix  will be prepared  by the CO for WAs completed

                               3-17

-------
                         EXHIBIT 3.2-5
                Performance Index Rating Scores
Developing the Rating Period PIRS
Work Assignment
1
2
3
4
5
RES Percent
68 %
54 %
82 %
100 %
36 %
Totals
PIRS: 21,100-r30,C
Rating Period
LOE Use
5,000
7,000
12,000
3,000
3,000
30,000
PIRS
Raw Total
3,400
3,780
9,840
3,000
1,080
21,100
)00 x 1 00% = 70%
H
00

-------
                        EXHIBIT 3.2-6
                        Year-End PIRS
ID
Developing The Year-End PIRS
Rating
Period
1
2
3
PIRS
68%
84%
76%
Totals
LOE
30,000
35,000
35,000
100,000
PIRS
Raw Total
20,400
29,400
26,600
76,400
Year-End PIRS: 76,400-^ 100,000 x 100% = 76%

-------
                                             EXHIBIT  3.2-7
                             PHASE I AWARD FEE ALLOCATION  MATRIX
                                            (In Thousands)
WORK
ASSIGNMENT
NUMBER

SITE NAME AND ACTIVITY

WORK ASSIGNMENT BUDGET
APPROVED
WA
COST1

PHASE I
AWARD
FEE

PHASE II
AWARD
FEE

CUMULATIVE
COST

PHASE I
AVAILABLE

PHASE I
AWARDED

AWARD FEE AVAILABLE
FOR PERIOD
COSTS
FOR
PERIOD

PHASE I
AWARD FEE

w

ro
o
   1 AN ASTERISK (*) NEXT TO A COST FIGURE INDICATES THAT THE APPROVED WORK PLAN COST HAS
    BEEN MODIFIED THROUGH AN APPROVED AMENDMENT TO THE WORK ASSIGNMENT

-------
             EXHIBIT 3.2-8

PHASE II AWARD FEE ALLOCATION MATRIX
            (In Thousands)

u>
1
to
H
WORK
ASSIGNMENT
NUMBER



SITE NAME AND ACTIVITY



PHASE II
POOL
AVAILABLE



SIZE OF RECOMMENDED PHASE II
AWARD (0-100%)
CONTRAC-
TOR



RPM



PEB



COMMENTS




-------
during the rating period.  The CO will forward the completed Award
Fee Allocation Matrices to the PO for inclusion in the Performance
Evaluation  Package.The  amount  of  Phase  I  award  fee  that  is
available in any given  rating period is based  on  the LOE used by
the contractor during  the period.   Phase II award  fee  pools for
each  rating period  will be  calculated only  for  WAs   that  are
completed  during  the  period.    Phase  II  award  fee  will  be
accumulated for  specific  WAs, and  the entire amount  of  Phase II
award fee that is accumulated for a given WA will then be available
for allocation to the  contractor at the end  of the rating period
in which the WA is completed.

     Instructions for  determining PM award  fee  allocations for a
rating period are included as Appendix II to this handbook.

     The entire Performance Evaluation Package must be sent to each
member of  the PEB at  least  five working days  prior to the PEB
meeting.

3.2.4.3  Award Fee Determination

     The PEB will meet at the end of each rating period to review
contractor  performance and  recommend Phase  I,  Phase II,  and PM
awards fees for each ARCS contractor.

     The PEB recommendations will be based on a review and analysis
of the Performance Evaluation Package that  is  submitted for each
ARCS contractor.   The members  of the PEB must  assure themselves
that  the  information   contained  in the  Performance  Evaluation
Package  is consistent,  complete,  and  sufficient to support an
equitable and reasonable recommendation.  If  the PEB believes that
the package submitted by the PO  is deficient  in any way, they must
clarify or supplement the package through questions or requests for
additional documentation to the PO.

     The PEB has broad discretion to recommend an  award fee amount
provided that  the  recommendation is supported  by the information
in  the Performance  Evaluation  Package and  consistent  with the
contract Award Fee Plan.  Specific considerations for determining
award fee allocations are contained below:

     Phase I Allocation

          The  entire amount of  Phase I  award fee available for a
     rating  period will  be  allocated  to contractors performing
     satisfactory  work.  Phase I  fee  only can  be  deferred or
     withheld  if a PER has been filed  documenting unsatisfactory
     performance.     When  the   information  contained   in  the
     Performance Evaluation Package indicates that performance is
     less than satisfactory, the PEB must determine what allocation
     will be made  based on the  severity of  the problems that are
     noted.

                              3-22

-------
     The PEB also has the option to defer some portion of the
Phase I  award  fee for consideration in a  subsequent rating
period.   This may be  necessary if the  PO has filed a PER at
the end  of  a rating  period  and  the contractor has  not had
sufficient time  to  file  its  account  of the problem,  or if
there is some question about the severity and/or validity of
the problem  noted in a  given  PER,  and the PEB  wishes to
monitor the performance problem during the subsequent rating
period.    Phase  I fee  also  may be  deferred  if  work  on  a
specific WA  has  just  started and  performance data  that is
sufficient to form a judgement is not available.   A PER does
not need to  be completed if Phase I fee is  deferred due to
insufficient performance data but the PO must notify the PEB
of the  amount  of award  fee  that  will be  deferred and must
insure  that  the  deferred amount  is  made  available  in the
following rating period.  A  PER must  be completed by the PO
and included in  the  Performance Evaluation Package in order
for the  PEB  to withhold  or  defer  Phase I award  fee due to
unsatisfactory performance.

Phase II Allocation

     Phase II award fee allocations may be  made for an amount
ranging  from 0-100 percent of the total Phase  II award fee
available.   The  PEB  should use the  following  guidelines to
determine the amount  of available Phase II award fee that will
be allocated for completed WAs:

          Less than satisfactory performance:  0 percent

          Satisfactory performance:   1-30 percent

          Exceeded expectations:     31-65 percent

          Outstanding performance:   66-100 percent

     The  PEB  is  not  bound  by  the   Phase II   award  fee
recommendation that  is included on the WACR,  but must make
his/her judgment based on the information  in the Performance
Evaluation Package.

Program Management Allocation

     Unlike the site-specific award fee which is broken  into
two categories (Phase I  and  Phase  II),  the PM award fee has
only a  single  category where Region-wide  PM performance is
evaluated as a  whole  in  each rating period.  As a result,
satisfactory performance is not sufficient  to earn  the entire
amount  of  PM award  fee,  as  is the case  with site-specific
Phase I award fee. Rather,  the PEB must determine  a ratio of
the  available  PM  fee pool  that  will  be  allocated  to the
                          3-23

-------
     contractor based on an analysis of the information contained
     in the Performance Evaluation Package.

          The PEB should use the following guidelines to determine
     the amount of available PM award fee that will be allocated:

               Less than satisfactory performance:  0-30 percent

               Satisfactory performance: 31-60 percent

               Exceeds expectations: 61-80 percent

               Outstanding: 81-100 percent

     Program  management award  fee  allocation  is discussed  in
     further detail in Appendix II.

     Fee Decision and Rationale Report

     Following   the   PEB  meeting  at  which   the   award   fee
     recommendation is rea'ched,  the PO will prepare a Fee Decision
     and Rationale Report,  which will be the official record of the
     PEB meeting, and forward  this to the CO.  The CO will prepare
     a letter for signature by the FDO informing the contractor's
     general management of the amount and basis of the award fee.
     The FDO  will  review  the  performance  evaluation  and the fee
     recommendation made by the  PEB and make a final determination
     of  fee.   Following  approval by  the FDO,  the  fee  will  be
     awarded to the contractor by the CO.

3.2.4.4  PIRS Determination

     The PEB must review and approve the PIRS developed by the PO.
The PEB review should focus on the accuracy and fairness of the RES
ratings used to  generate the  PIRS  and  the  PEB should  ensure that
the  PIRS  accurately  reflects  his/her  assessment  of  a  given
contractor's  overall  performance.    The  PEB  may accept  the  PIRS
developed by the PO or may modify the ratings as appropriate.  If
the  PEB does  modify the  ratings  assigned  by  the  PO,   the PEB
chairman must develop a narrative rationale for the changes.   The
approved  and/or  revised   PIRS  are  forwarded  to  the  personnel
responsible for  determining new work allocations.  They are not
included in the Fee Determination and Rationale Report that is sent
to the FDO.

3.3 DISTRIBUTING WORK AND EXERCISING CONTRACT OPTIONS

     EPA will issue Work Assignments to ARCS contractors based on
past contract performance and  the  Regions'/Zones' workload for the
coming  year.   Work Assignments will be distributed to  the  ARCS
contractors  when  the contracts  are awarded  and annually  when
assignments are  made  for new  projects.   In addition,  work may be

                              3-24

-------
assigned to enable contractors to  continue  their efforts through
subsequent phases of the remedial process at sites where they have
begun work.  The procedures  applied in each of these circumstances
vary slightly in criteria.

     The process of initiating WAs, for both new and continuation
work, will  follow the procedures and forms described  in Section
3.4.

3.3.1  Distribution of Work at Contract Start-Up

     Initial WAs will be distributed  soon  after contract awards.
The  process  for making  contract start-up  assignments  differs
significantly  from  subsequent  assignments  because  performance
records are not available, and all  ARCS contractors are considered
to be equally capable of performing remedial response activities.
To make contract start-up WAs, EPA POs will consider the size of
the  contract  awarded,  the  location  of the contractors7  offices
within the  Region/Zone,  potential  conflict of  interest,  and any
unique experience or capability possessed by a given contractor or
Site Manager.   These  criteria are  discussed in  further detail in
Section 3.3.2.2.  To the extent practical, EPA will assign initial
WAs to contractors in proportion to the size of their contracts.

3.3.2  Distribution of New Work Assignments Throughout the
       Contract

     New WAs  (excluding contract  start-up assignments)  refer to
those that assign contractors to  a  site where they have not worked
previously under this contract.

     The distribution  of new work is  a  two-phase process.   The
first phase is designed to determine the number of WAs distributed
to each contractor;  the second phase entails  assigning specific
projects.    In  the first phase,   EPA  considers only  contractor
performance and contract capacity in order to determine the number
of new WAs to be allotted annually  to each contractor.  The second
phase is  designed to equitably  assign  specific projects  to the
contractors based on the allocations developed in the first phase.

3.3.2.1   Annual Distribution of Work

     To initiate  the  annual distribution of WAs, each Region or
Multi-Regional  Zone must  assess  its needs  for  contractor support
for the coming  year.   This will occur prior to  the  beginning of
each  fiscal year,  and  will  begin with the  development  of the
Superfund Comprehensive Accomplishments Plan (SCAP).

     The PO(s) will determine the number of new WAs to be awarded
to each contractor  in the upcoming fiscal year.  The  P0(s)  will
gather  all  the   necessary  data   (i.e.,   anticipated  resource
requirements,  contract  capacity  information,   and  performance

                              3-25

-------
evaluation  data)  to  assign  new work  among  the pool  of  ARCS
contractors.

     The number of  new WAs given  to ARCS contractors  should be
based on their relative technical and PM performance.  The PIRS is
developed to provide relative  ratings of technical performance and
is the primary measure used to determine annual work distribution.
PM performance is considered  to  be  less  important than technical
performance  in  determining  WA distribution,   but   should  be
considered.  The relative PM performance of different contractors
can be  determined by  reviewing  the percentage  of PM  award fee
allocated to each  contractor by the PEB.   The PO is free to use any
reasonable method to  include  PM performance ratings  in  the work
distribution  process,   provided  it  is   consistently  and  fairly
applied to all contractors.

     Under the performance-based work distribution process, it is
possible for a contractor that  is  performing unsatisfactorily to
receive no  new WAs  for the year under  consideration,  and to be
considered  for  new  WAs  in  subsequent  years  only  if  their
performance on  existing work improves.    Conversely,  contractors
that  perform  work   that  exceeds   satisfactory  will  receive  a
proportionately larger share of new WAs  for a given year.

     When assigning  new work, the PO cannot exceed maximum contract
ceilings  or  maximum  yearly  usage  rates  established  in  the
contracts.    Contract  ceilings  and  usage  rates are  extremely
important   considerations  because   the   contractor   must  have
sufficient  hours,  both total and  yearly,  to complete  existing
projects.     For  example,   a   contractor   that   is   performing
successfully  in  the  early  stages  of WAs may  not  receive new
assignments in a  given year  if  the  PO believes  the contractor's
full  capacity will   be needed to  complete  existing  assignments
through remedial design and implementation oversight.

     In order to make a valid determination of available contract
capacity, POs  must  keep a running total  of  both  obligated hours
and the estimated number of hours  necessary to complete assigned
projects for  each contractor.   For example, if  a contractor is
performing well during the remedial investigation/feasibility study
(RI/FS) phase and  the PO feels that  the contractor should continue
with  that  site  through  remedial  design  and  implementation
oversight, then the  hours  necessary  to complete the site should be
considered  in  determining that  contractor's  available capacity.
This  would be  true even  if  the  hours  required or  tasking to
complete  work on the  site  have not yet been  assigned  to the
contractor.

     Exhibit  3.3-1  gives  a hypothetical  example  of  the  type of
running total that should be kept by the PO to determine contract
capacity.  The exhibit shows an estimate of hour requirements for
WAs issued to the same contractor.   The  WAs are for work at three

                               3-26

-------
different sites  in  the  RI/FS  stage.   The column titled "Expected
Follow-On"  indicates  the PO's  intention to have  contractor "A"
complete assigned sites through remedial  design and implementation
at sites  A  and C.  As  the exhibit indicates, the  PO must track
assigned and expected  hours on both yearly and total contract basis
because ARCS contracts include both yearly and total hour ceilings.
Exhibit 3.3-1 is provided as an example of a possible methodology
for monitoring contract capacity.  While the use of this form is
not required, POs must devise  some mechanism  to consistently track
available contract capacity for ARCS contractors.

     Table 1  depicts  a hypothetical example of  WA distribution.
In the example,  the Region has eight  new WAs to distribute among
five ARCS contractors  that have sufficient capacity to  complete new
assignments within the  yearly and overall contract ceilings.  The
PIRS (center column) are assigned to each contractor by the EPA PEB
on a triannual basis,  and are  used to allocate work to contractors
for the following year.   The  number of new WAs allocated to each
ARCS  contractor  (right-hand  column)  is  determined  by  their
respective  year-end  PIRS.    Contractors B,  C  and  E have  each
received two Work Assignments because their respective  average PIRS
are higher than those of Contractors A and D.

                              TABLE 1
CONTRACTOR
A
B
C
D
E
AVERAGE OF PAST THREE
PERFORMANCE INDEX RATING SCORES
75
89
87
79
91
NUMBER OF NEW
WORK ASSIGNMENTS
1
2
2
1
2
3.3.2.2  Project-Specific Distribution of Work

     The second phase  of  the distribution process can take place
only    after   project-specific   information    is   available.
Regions/Zones should attempt  to gather this information immediately
after, if not before, the number of WAs to be distributed has been
determined.  Once the majority of sites to be assigned are known,
the PO(s)  will make specific assignments based  on the criteria
discussed below.  For those projects not  identified prior to this
determination, the P0(s) will assign  the remaining projects as the
necessary information arises.

     The   P0(s)   must   thoroughly   document    all   decisions.
Documentation should consist of a narrative record of the decision
process,  describing   the  basis  for making  specific  project
assignments.  The P0(s) also  must track the number of WAs actually
given to a  contractor  to verify  compliance with  the allocations
made during the annual distribution of new work.
                               3-27

-------
                                  EXHIBIT 3.3-1
                       LOE USAGE FOR ARCS CONTRACTOR "Af
SITE
A
B
C
WA
#
1
2
3
ASSIGNED
HOURS
20,000
15,000
15,000
EXPECTED
FOLLOW-ON
YES
NO
YES
ESTIMATE
TO
COMPLETE
20,000
- 0 -
30,000
TOTAL
40,000
15,000
45,000
BREAKDOWN BY YEAR
1
5,000


2
15,000
10,000
15,000
3
15,000
5,000
15,000
4
5,000

15,000
5



6



7



8



9



10



I
M
03

-------
     Several   criteria  must   be   carefully  considered   when
distributing WAs.   Some  criteria  lend themselves  to quantifiable
measures, while others are more qualitative.  The manner in which
each Region applies these  criteria  may vary slightly,  but within
a  Region,   or  Multi-Regional   Zone,   they  must  be  applied
consistently.  The applicable criteria are discussed below.

          Demonstrated Performance  -  Demonstrated performance is
          used in the  annual  distribution procedure to determine
          the number of  new WAs given to a contractor, and again
          to make project-specific WAs.  Although two contractors
          may both be  assigned the  same number of new WAs during
          the annual distribution  of work,  the better performer of
          the two would be considered better qualified to receive
          an especially difficult  project or one that would require
          a  higher  LOE.   For  example,  using the hypothetical
          situation shown in  Table 1 above,  contractor  E should be
          considered  for  the  largest  or most  difficult  Work
          Assignments because its year-end Performance Index Rating
          Score (91) was the highest of those firms receiving two
          new WAs.

          In addition,  the contractors PM performance, as evaluated
          for the purpose of allocating PM award fee (see Section
          3.2.4.3),  may be used  in the project-specific allocation
          of  WAs.    While  PM  performance  is  considered  less
          important than site-specific technical performance it may
          be  used  to  differentiate  between  contractors  with
          substantially equal PIRS ratings.  The percentage of PM
          award fee allocated to a given contractor  by  the PEB, in
          accordance with  Section 3.2.4.3,  should be used as the
          PM performance rating  for the purpose of allocating WAs.

          Conflict of  Interest  (COI)  - ARCS  contractors  will be
          required to notify  the Government of potential conflicts
          of interest  prior to  award .of the contracts.  However,
          due to the ten year term of the ARCS contracts  and the
          uncertainty  about which projects will be assigned  to a
          given contractor, the pre-award notification of potential
          conflicts may not be sufficient to allow  EPA to determine
          real  or perceived  conflicts of  interest.    The  P0(s)
          should therefore circulate  a list of proposed projects
          to each ARCS contractor and require them to  inform the
          Agency,  prior  to   specific  WA  distribution,  of  any
          conflicts.   Contractors  will  not  be  considered  for
          projects where the  CO determines that a conflict exists.

               It should be  emphasized that  this  pre-selection
          disclosure of  COI  will not  affect  the number of  WAs
          allocated to an ARCS contractor,  but will simply dictate
          which projects can be assigned to fill the contractor's
          yearly  work  allocation.   ARCS  contractors   should  be

                              3-29

-------
cautioned that this pre-selection  notification will be
considered a  certification  that no conflict  exists at
those sites/projects indicated.  If the  existence of a
real or perceived conflict  is  discovered after work is
assigned at a particular site,  and the ARCS contractor
knowingly failed to give EPA pre-selection notification,
the contractor may be subject to termination  for default,
or penalized  in the award  fee determination  for that
rating period.

Location  -  Geographic  location   of   a  contractor's
office(s)  is an important consideration in terms of the
expense associated with the costs of travel to and from
a site.   The objective of this criterion is to minimize
charges  due   to  the   movement  of  contractor  and
subcontractor personnel and equipment.   Regions may use
distance bands (e.g.,  0 - 100 miles, 100  - 250 miles) or
any other method they devise to evaluate this criterion.

Contract Capacity - The purpose of considering contract
capacity  in  determining  new  WAs  is  to   ensure  that
contractors are  assigned workloads within  the maximum
contract ceiling and the yearly  usage rates  specified in
their contracts.

     The Regions/Zones should attempt to distribute work
equitably  among  satisfactory   and above   satisfactory
performers.  If  two contractors are performing equally
well, the  Region/Zone should  attempt  to use  an equal
percentage of their respective contract capacities.  The
overriding contracting capacity considerations include:

     Do the contractors' WAs exceed the  maximum yearly
     usage rate or total contract ceiling?

     Will  the  contractors  have   sufficient  capacity,
     within both the yearly and  total contract ceilings,
     to  complete  assignments   through   the  remedial
     implementation if necessary and continue on projects
     where they are performing satisfactorily?

Specific Technical Expertise -  This final criterion is
used to distinguish among two or more equally deserving
ARCS  contractors.   Although  all  ARCS contractors are
capable of performing any task within the contract SOW,
the  Region/Zone may  observe  that  certain  contractors
and/or site managers exhibit specific technical expertise
or strengths.   EPA should  take advantage of contractor
skills  by  matching  demonstrated expertise  to projects
requiring  these skills or  abilities.    For example,  a
particular contractor may be very experienced in projects
                     3-30

-------
          involving wetlands,  and therefore, should be assigned to
          the site requiring that knowledge.

               To  assess   a   contractor's  specific   technical
          expertise,  the Region/Zone should rely primarily on
          first-hand  experience,  derived  from  observing  the
          contractor's performance  on ARCS WAs.   Because  it  is
          likely that  the  contractors' personnel  and  associated
          capabilities will change  over the ten year  period  of
          performance, ARCS contractors may voluntarily submit an
          annual statement  of qualifications  to the PO (25 page
          limit).   The  annual  qualifications   statement  should
          include information  about  changes or improvements in the
          contractors'  personnel,   capabilities,  and   corporate
          experience.     In  particular  it  should  focus  on  the
          availability of  specific  site managers  and  other  key
          personnel.     This  will   assist  POs   in  matching  the
          particular  strength or expertise  of  a  contractor  to
          specific sites.  EPA will  not reimburse the contractors
          for this voluntary submission.

     The criteria discussed above must be  applied  accurately and
consistently to ensure that WAs are distributed equitably.  Exhibit
3.3-2 shows how the criteria might be  applied to  a specific WA for
a hypothetical ARCS contract.

3.3.3.  Distribution of Continuation Work Assignments

     One of the stated goals of ARCS is to allow remedial response
contractors to provide continuous project management and execution
at   a  site   from   remedial   planning  through  implementation
(construction management).*  By providing continuous service at a
site, project  "handoffs"  are  avoided  and the  quality,  schedule,
and cost effectiveness of the remedial response are maximized.
     Actual  implementation/construction  must  be  competitively
     contracted  or  subcontracted.     The  Federal  Acquisition
     Regulations (48 CFR Part 36) preclude Government contractors
     from  designing and  implementing  projects  (in this  case,
     remedial actions)  except with the approval  of the head of the
     Agency  or  an  authorized  representative.    A  contractor's
     efforts at a site may be discontinued for reasons other than
     poor performance;  the project-lead organization for the site
     may  change (i.e.,  from Federal  to  State)  or responsible
     parties may agree to  conduct the Remedial  Design/Remedial
     Action  (RD/RA) .   EPA  also  may assign the  RD/RA to the U.S.
     Army Corps of  Engineers.  In these cases, the ARCS contractor
     may be  assigned  to oversee  activities  on  behalf  of  EPA or
     provide other technical assistance.

                              3-31

-------
                                         EXHIBIT 3.3-2

                         PROJECT-SPECIFIC CONTRACTOR SELECTION

                                    (RI/FS AT SITE X, ANYWHERE, USA)

CONTRACTOR
A
B*
C
D
E
CRITERIA
CONFLICT
OF
INTEREST
No Conflict
PASS
No Conflict
PASS
No Conflict
PASS
Represents
PRP of site
FAIL
No Conflict
PASS
PERFORMANCE
(AVERAGE OF PAST
THREE PIR SCORES)
75
89
87


91
LOCATION
75 miles
(usual drilling subcontractor
in next town)
50 miles from satellite
office
30 miles from main office


150 miles
EXPERTISE
35% of total contract cap-
acity used, yearly capacity
available; has already
received allotment of new
work for the year
25% of total contract cap-
acity used, yearly capacity
available; due for a new
work assignment
30% of total contract cap-
acity used, yearly capacity
available; due for a new
work assignment


40% of total contract cap-
acity used, maximum yearly
usage rate assigned
CAPACITY
Annual qualification package
indicated experience with
similar projects; EPA has no
first-hand knowledge
of experience
Successfully completed
similar project last year
Little experience with this
type of site - better
suited for another project




u>
I
W
to
    CONTRACTOR B WAS DETERMINED TO BE BEST-SUITED FOR THIS PROJECT

-------
     Continuation WAs  result  when EPA decides to retain  an ARCS
contractor at  a  site to continue work  on the next phase  of the
cleanup.  This will  occur most commonly when EPA decides to assign
the remedial design  (RD)  to the ARCS contractor who satisfactorily
completed the remedial investigation/feasibility study (RI/FS) at
the site.

     The Region/Zone must determine, at logical break points in the
remedial   process,    whether   the   contractor   is   performing
satisfactorily at the  site and whether  the project  would benefit
from assigning the contractor  follow-on work.   Logical break points
occur at the end of major remedial response activities (RI/FS and
RD) ,  however, the Region/Zone may break the  project into smaller
activities, if desirable.

     Continuation WAs will be made as needed during the course of
a project.  If the contractor's performance at the site in question
has not been satisfactory,  and the responsible EPA RPM recommends
continuation,  then  the  RPM must document  on what basis  he/she
suggests the continuation.  The PO, along with  appropriate Regional
managers,  will  consider additional  factors  (e.g.,  enforcement
status   of   site,   contract  capacity)   before   forwarding  the
continuation WA to the EPA CO for approval.

 3.3.4  Exercising Contract Options

     EPA may elect to exercise contract  options when a contractor's
 base award has been fully ordered.  Contract options may be awarded
 incrementally, over the performance period of ten years up to the
 maximum  yearly  and total LOE ceilings (see Section 1.3.2).   As
 mentioned previously, a  bilateral agreement may be used to exercise
 options in excess of the yearly ceilings.

     EPA will exercise options in 5,000 hour increments.  The number
 of options exercised will be  based  on EPA's projections of the LOE
 necessary for a  given contractor to  continue existing WAs  (based
 on predicted schedule and projected expenditure)  and to begin new
 WAs.  The number of options  to  be  awarded can be calculated only
 after the number of new WAs to be issued to a contractor is known
 and the associated  LOEs  can be estimated.  Better LOE estimates can
 be made if site-specific projects are allotted to each contractor
 prior  to the option  determination.    To avoid the  allotment of
 excessive hours, the LOE remaining from the previous year will be
 subtracted from the LOE  required for the year under consideration.
 The LOE  necessary  to carry out  assigned  work will determine the
 number of 5,000 hour option blocks exercised.

     Following the  annual  WA determination,  the PO  assesses the
 number of options to be  awarded.   The  PO submits his recommendation
 to the CO for approval.  The  determined LOE must be rounded off to
 the next highest 5,000  hour  increment.   An example determination
 is shown in Exhibit 3.3-3.

                              3-33

-------
                           EXHIBIT  3.3-3
                 EXAMPLE OPTIONS DETERMINATION
The number of options awarded is based on the LOE required to continue existing work,
   plus the LOE required to begin new work, less the LOE remaining in the contract.
CONTINUATION
ASSIGNMENTS
CONTRACTOR (ESTIMATED HOURS)
A 10,000
B 4,000
C 6,000
D 20,000
E 8,000
NEW WORK
ASSIGNMENTS
(ESTIMATED HOURS)
5,000
17,000
13,000
8,000
19,000
LOE
REMAINING
(HOURS)
6,000
2,000
6,000
9,000
1,000
LOE
REQUIRED
(HOURS)
9,000
19,000
13,000
19,000
16,000
76,000
# OF OPTIONS
AWARDED
2
4
3
4
4
1 7 Options
85,000 Hours
                                3-34

-------
3.3.5  Exercising Program Management Options

    The CO, based on the  PO's  recommendation,  has the unilateral
right to exercise PM options within stated yearly limits whenever
needed.    Because  PM  is  a  support  function  for  site-specific
remedial activities that are in process, the PO is not required to
adhere to the procedures for exercising site-specific LOE options
that were described in Section 3.3.4 above.

    As stated in Section  1.3.2,  base  and  optional PM allocations
are priced on the basis of assigned  site-specific LOE.  This gives
the  PO  the  flexibility  to  increase  PM  support   as  the  ARCS
contractor's  site-specific  workload  increases  either  through
additional site assignments or increased testing beyond the initial
stages of sites that have  already been assigned.  While the PO can
anticipate  that a contractor's  PM responsibilities  will increase
as  site-specific  LOE  is  increased,  there  is  no requirement  to
exercise PM options in a precise ratio to LOE hours awarded  or
used.   In  some situations, the existing  PM  allocation may  be
adequate to support an increase in LOE.

    The award of PM options  will be based on  the PO's assessment
of the need for additional PM support.  The ARCS contracts require
the contractor to identify PM expenses separately on each monthly
invoice.  The PO must use the information on the monthly invoices
to monitor PM expenditures versus  the pool of PM dollars currently
available in the contract  and to determine whether the charges are
allowable and reasonable.  This review of  invoices is vital to the
PO's  ability  to  exercise   management control  over  PM  costs.
Unallowable  expenses,   or  allowable  expenditures  that  exceed
expected levels, should trigger an assessment of the contractor's
PM  support  by the  PO.   This assessment should focus on possible
inefficiencies  in  the  contractor's operations  and/or conditions
that have caused the PO to underestimate the need for PM support,
and  should help the PO to  determine  the need  for  additional  PM
options, or other corrective action.

    In  all cases,   the  PO should use the following  criteria  to
determine an appropriate PM option award:

         Number of active WAs

         Progress and percent of  completion on active WAs

         Specific PM needs

         Probability that additional  WAs  will be awarded  to the
         vendor in the foreseeable future

         Historical trend regarding relationship  between LOE and
         PM.
                              3-35

-------
    POs are reminded that because PM base  and  option amounts are
priced on a completion basis, the entire base and award fee pools
for any PM allocation must be made available to the contractor even
if the entire  PM cost allocation is not  used.  Therefore POs should
use the flexibility allowed  by the  contracts to award options in
reasonable increments that have a high probability of being fully
used.

3.4  WORK ASSIGNMENT PROCEDURES

    This section describes the contract administration procedures
that apply to the initiation, management  and  completion  of WAs.
The four key steps that are involved in the WA process are:

         Development and issuance of the WA

         Completion of the  interim  WA tasks and  approval  of the
         contractor work plan

         Amending the approved contractor work plan and increasing
         funding

         Completion of the WA and close-out procedures

3.4.1  Work Assignment Roles and Responsibilities

    This section  describes  the responsibilities of the personnel
involved in the WA process.

3.4.1.1  RPM/PO Responsibilities

    The RPM/PO is responsible for generating  the basic technical
documents related to the WAs, and review and approval of contractor
submissions.   Specific responsibilities include:

         Developing the WA Package

         Developing the Technical Direction Memorandum (TDM) when
         necessary

         Setting Expenditure Limits when necessary

         Reviewing contractor work  plans and  proposed amendments
         and recommending approval to the CO

         Processing  WA  amendments  and funding  increases  when
         necessary.

3.4.1.2  CO Responsibilities

    The  CO  has  a  wide  range  of  responsibilities;  specific
responsibilities  are listed below:

                              3-36

-------
         Reviewing, approving,  and issuing WAs

         Authorizing funding

         Transmitting signed  initial  WAs  to  the RPM/PO  and the
         contractor

         Reviewing and approving work plans.

         Issuing necessary contract modifications to accompany WAs

         Approving changes to the  total  funding  or overall scope
         of a WA.

3.4.2  The Work Assignment Form

    The Work Assignment Form (WAF)  is a one-page form developed to
manage and coordinate the  various  activities  needed to initiate,
approve, change, and complete a  WA.  The  form allows for efficient
WA tracking and provides an up-to-date WA status at  any given time.
A new WAF is completed for each contractual action related  to a WA.
Each successive WAF supersedes the  previous form and therefore ALL
required information must be provided on  each  form.  A copy of the
WAF is provided in Exhibit 3.4-1.   The form is to be used whenever
one of the following activities is to be conducted:

         A new WA is issued by EPA

         The contractor requests  an  amendment to  the  WA  or work
         plan

         Incremental  funding is  providefflhe  work  plan  receives
         full or partial approval

         An assignment is completed.

The WAF is a versatile form used in all of  the situations outlined
above.  The use of the  WAF for  specific  administrative action is
discussed in further detail below.

3.4.3  Issuance of the Work Assignment ;

    The initial step in  issuance of the WA is development of a Work
Assignment Package.  The initial package  consists of the following
elements:

         Work Assignment Form

         Complete SOW for the total WA
                              3-37

-------
                                      EXHIBIT  3.4-1
USEPA
WORK ASSIGNMENT FORM
1. WORK ASSIGNMENT INFORMATION
PROJECT NAME: CONTRACTOR:
ACTIVITY:
DATE:
EPA CONTRACT
NO.:
CONTRACTOR CONTROL NO.:
WORK ASSIGNMENT NO.:
REVISION NO.:


MODIFICATION NO.:
(Contracting Officer Use Only)
2. DESCRIPTION OF ACTION
i-i NEW WORK n
LJ ASSIGNMENT u
• Interim SOW, schedule, •
and LOE
• Complete SOW,
estimated budget and
schedule
RECURRED ,-,
APPROVAL LJ
EPA REGION/
HEADQUARTERS
3. BUDGET INFORMATION
TOTAL FUNDING
RECEIVED (SI-
CURRENT
THIS ACTION
TOTAL
' Option - dollar estimate may be track
regionally in expenditure limit block EP
estimated LOE hours ot entire WA

4. WA COMPLETION DATE
CURR
INTERIM
AMENDMENT
Change in LOE, Scope by
task
Add additional tasks or
funds
INCREMENTAL
FUNDING
EPA REGION/
HEADQUARTERS
1-1 PARTIAL WORK
"-1 PLAN APPROVAL
D FINAL WORK
PLAN APPROVAL
• Approval of work plan
• Add funds
i-i AMENDMENT TO FINAL
LJ WORK PLAN APPROVAL
• Change in LOE, scope or budget by task
• Add additional tasks or funds (include
OF 60 or SF 1411)
EPA REGION/
HEADQUARTERS
INTERIM BUDGET
(TECHNICAL ($)'
LOE)


ed
* ' Includ

ENT

ssfees
r-i TECHNICAL DIRECTION
"-1 MEMORANDUM
• Detailed scope, budget
and schedule
• Revise expenditure level
• Minor shift within SOW
(All changes must be within
overall scope, budget, and
LOE approved by EPA CO)
EPA REGION
APPROVED
WORK PLAN BUDGET
(TECHNICAL ($)'
LOE)


' Includes fees
REVISED



WORK ASSIGNMENT
.-, COMPLETION
LJ NOTIFICATION .
(NO ATTACHMENTS)
• Contractor originates
• Regional determination
• When signed by CO, this
constitutes a stop work
order
CONTRACTOR
EXPENDITURE LIMIT (EL)*
(TECHNICAL ($)'
LOE)


' Established by RPM/RPO



5. EPA COMMENTS




6. APPROVALS
CONTRACTOR SIGNATURES:
SITE MANAGER /FIRM
REGIONAL MANAGER /FIRM
D APPROVED AS
PHONE


SUBMITTED
DATE

DATE
EPA SIGNATURES:
REMEDIAL PROJECT MANAGER
PROJECT OFFICER
D APPROVED WITH CHANGES

DATE
PHONE



DATE
D NOT APPROVED
SIGNATURE OF CONTRACTING OFFICER
DATE APPROVED
CC EPA Project Officer
   PO/RPM
   Contractor
   EPA Contracting Officer (when only expenditure limit column is used)

UPDATE   11/13/86
3-38
        ATTACH STATEMENT OF WORK
               (PER DESCRIPTION OF ACTION)

-------
         Procurement request (PR)

         Expenditure limits.

3.4.3.1  Completing the Work Assignment

    The RPM/PO is responsible for preparing the WAF and submitting
the completed  form to the  CO.   In  the initial WA  package,  the
RPM/PO will be  responsible  for  completing the following elements
in Item 1, "Work Assignment Information":

         Date

         Project Name

         EPA Contract Number

         Activity

         Contractor Name

         Revision Number (which will be "initial" for new WAs and
         then sequentially numbered for each subsequent action)

         Work Assignment  Number (of which  the last  four digits
         correspond to  the  site-specific  accounting information
         for the  site, allowing room for sequential numbering by
         the CO).

    Under Item  2, the RPM/PO will  check the  box marked "New Work
Assignment."   Under Item  3, the  RPM/PO  will fill  the "Interim
Budget"  column  by  showing  the  current  LOE  for the  particular
activities addressed by  the WAF and the  EPA  estimated hours for
the entire WA.   (Note:   The LOE hours  for the entire assignment
should be estimated based on historical  data when available.)  For
a new WA, the dollar amount of  the initial PR should be shown in
the "This Action"  and "Total" lines of the "Total Funding Received"
column.  The RPM/PO  also may provide a dollar estimate for some set
of interim work tasks  (see  3.4.3.1 below)  and show this estimate
in the Expenditure  Limit block  (use of  the  expenditure limit is
discussed in Section 3.4.3.3).   Under Item 4, the RPM/PO will fill
in the WA completion  date for the entire WA  in  the space marked
"Current."  The RPM/PO will sign on the appropriate spaces in'the
Approvals Section (6)  of the form.

3.4.3.2  The Statement of Work

    The EPA RPM/PO  is responsible  for  developing the complete WA
SOW.  The complete  SOW defines the tasks the  contractor  will be
expected to perform to complete  the  entire WA.   The SOW also may
identify  some  interim work  tasks  that  can  be performed  by the
contractor prior to approval of  the contractor's work plan for the

                              3-39

-------
WA.  These  interim  work tasks are a subset of  the  total SOW and
normally  consist of  basic and  routine activities  that  can  be
performed by the contractor immediately after the WA is received.
They may include:

         Literature reviews

         Data file services

         Development of a Sampling and Analysis Plan

         Limited fieldwork.

SOW development  is  an  extremely  important  part of the PO's/RPM's
responsibilities because the  SOW  is  the basis for all activities
performed under  a WA.   The ARCS  Work Assignment Management Field
Guide and the  Work Assignment Management  Training  for RPMs both
contain detailed guidance for developing clear and complete SOWs.

3.4.3.3  Procurement Request

    The procurement request  (PR:   EPA  Form  1900-8)   is  used  to
commit funds to  the WA.   The  procurement request sets an overall
ceiling on expenditures on the WA that may  not be exceeded without
subsequent additions to WA  funding.  Additional funding for WAs can
be provided at any time, and is accomplished with a new PR and the
issuance of an amended WAF that  is  signed  by  the CO (see Section
3.4.5.3).    The  PR for  initial  WAs may not  include  sufficient
funding to  complete the entire  WA  but  it should  include enough
funding to complete all SOW tasks that can  be reasonably estimated
at that time.   Additional funding may be allocated as needed.  The
RPM  is  responsible for  requesting  a PR and  planning sufficient
funding for the project.  Each EPA Regional office has designated
personnel to prepare PRs and obtain approvals.

3.4.3.4  Expenditure Limits

    The RPM/PO  may choose  to  set an expenditure limit  for WAs.
This  limit  provides  a mechanism  for  the Region to  manage the
phasing and execution  of  the WA.   An  expenditure  limit cannot
exceed the total funding available on a WA.

    Expenditure  limits can be used to:

         Limit execution of work to distinct tasks or  activities

         Provide control over the execution  of individual tasks
         within  an  approved work plan

         Provide control over interim work tasks that  are started
         prior to work plan development  and approval.
                              3-40

-------
Expenditure limits can be increased or lifted by the PO at any time
through the issuance of an amended WAF (see Section 3.4.5.5).

3.4.3.5  Issuance of the Work Assignment Package

    The Work Assignment  Package, when completed, is transmitted to
the EPA CO.   The CO assigns the WA number,  signs the WAF in the
appropriate  section,  and prepares  a  contract  modification  that
reflects the necessary change to contract funding.  The CO forwards
the original to the contractor with a copy to the RPM and the PO.
The contractor acknowledges  acceptance  of the  WA by  signing the
contract modification and returning the  original  modification to
the CO.

    Upon acceptance  of  the  WA, the contractor  will  identify the
Site Manager, and begin  work on the Work Plan Memorandum and other
interim tasks.

3.4.4  Work Assignment Initiation and Development of the Work
       Plan

    This section  describes  the activities  related  to  developing
the work plan and beginning approved tasks under the WA SOW.  Three
basic activities are described:
         Development of the work plan memorandum (WPM)

         Performance of interim work tasks

         Development and approval of the work plan.

3.4.4.1  The Work Plan Memorandum

    The  WPM is  developed  by  the  contractor  immediately  after
receipt  of  the WA.   It describes  the contractor's  approach  to
developing the overall  work plan for the WA  and the  approach  to
any interim work tasks  (see Section 3.4.3.1)  that  are identified
in the SOW.   The WPM is normally used  for  large  and/or complete
WAs.  The WPM  is intended to save  time by  providing  the PO with
interim authorization to allow the  contractor to begin work,  and
therefore incur costs,  prior to approval of  the overall work plan.

    The content of the  WPM should be similar to the content of the
overall  work  plan,  and should  include at least  the  following
information:

         Proposed LOE

         Proposed total cost

         Schedule

                             3-41

-------
         Staffing

         Technical approach.

    The PO reviews the WPM for sufficiency but is not required to
formally approve it, and any PO response to a WPM should be on an
exception basis  only.    For example,  the  PO  may respond  if  the
proposed staffing or costs in the WPM appear unreasonable for the
tasks to be performed.   If the PO accepts  the  WPM  as submitted,
the contractor is authorized to begin work to develop the overall
work plan,  as well as other interim work tasks.

3.4.4.2  Performance of Interim Work Tasks

    The contractor  is  authorized to  begin work on  interim work
tasks  identified  in the   SOW  and  described  in  the  WPM  upon
acceptance of  the  WPM  by  the  PO.    The contractor  may  perform
interim work  tasks up to  authorized  expenditure limits  or task
budgets.

3.4.4.3  Work Plan Development and Approval

    The work plan describes the contractor's technical approach to
accomplish the complete SOW under the WA.

    The contractor  begins  work on  the work plan after acceptance
of  the  WPM by  the PO.    The work plan must include  a complete
description of the contractor's proposed budget, LOE, staffing and
methodology  for completing  all  tasks  in  the SOW  in sufficient
detail  to  allow  the PO  to determine  whether the  contractor's
proposed technical approach and costs are realistic and reasonable.

    The contractor must complete an Optional Form 60  (OF-60) or a
Standard Form 1411  (SF-1411)  as part  of the  work plan,  and a
partially  completed WAF  for  final  work  plan approval.    The
contractor should complete Item  1  of  the WAF and should mark the
"Final Work Plan Approval" box under Item 2.  The contractor also
can fill in the Approved Work Plan  Budget in the "This Action" and
"Total" columns  in  Item  3  reflecting  the technical  LOE hours and
total cost budget  supported in the  final work plan  text.   If the
final approved work plan  revises the completion date  for the entire
WA then the contractor should reflect  this new date in the revised
line of Item 4.  The contractor's Program Manager and Site Manager
must sign the appropriate spaces  under Item 6  prior to transmittal
of the form to the  PO.

    In  some  cases  the  contractor  may  not  be able to  develop a
detailed approach  for all  tasks  in the SOW when the initial work
plan is developed.  For example,  the approach  to some  of the later
tasks in an SOW may be dependent on work completed during the early
stages of a WA when a thorough examination of the conditions at a
given site  are performed.   In cases  where  the  initial work plan

                             3-42

-------
does not include a detailed approach to all tasks in the SOW, the
contractor will be required to  submit  a  preliminary approach and
budget and staffing estimates for  the  tasks  that require further
definition and investigation with the initial work plan.  As soon
as sufficient information is collected  to complete a detailed work
plan for these tasks, the  contractor should  prepare and submit a
work plan  amendment  which will  complete the description  of the
approach for the complete SOW.

    Upon receipt of the work plan,  the PO will review the budget,
schedule and approach for technical sufficiency, and the cost for
reasonable and  realistic  estimates.   Appendix  III -  Work Plan
Evaluation Checklist  is a detailed list  of technical  and cost
issues which the PO must consider in evaluating work plans.  This
checklist must be completed and signed by the PO and forwarded to
the CO with the approved work plan.

    POs   are  responsible   for  resolving   any   questions  or
disagreements  they have  with  the  work plan.    This  should  be
accomplished  through  a  dialogue  with the  contractor  aimed  at
producing a plan that is mutually agreeable to both parties.  The
PO will  signify acceptance of  the work plan by signing  on the
bottom of  the contractor-prepared  WAF that  accompanies the work
plan, and returning it to the contractor.  A copy of the approved
work plan also is forwarded to the CO.

    If the approved work plan calls for  expenditures that exceed
the  funds obligated  for  the  WA,  the  PO  must process   a new
procurement  request  that will  increase  funding up to  the  level
identified in the  work  plan.   This increase  must be  approved by
the  CO  and  will  be  accomplished  by  the  issuance  of  a WAF and
contract modification.

3.4.5  Amending the Approved Work Plan and Increasing Funding

    Upon completion and approval of the work plan, the contractor
will proceed with performance  of all approved tasks in the SOW (see
Section 3.4.4.3 for discussion of phased approval of work plans).
During  this  period,   the  PO  is responsible  for monitoring the
technical performance of the contractor and the costs incurred on
the WA to ensure that the contractor meets the technical objectives
of the WA within the approved schedule and budget.

    During the execution of the approved tasks  in the work plan,
changes  sometimes  occur or site conditions  are encountered that
are different than originally projected.  These  changes in site
execution  may affect the  approved scope,  LOE  or  dollar  values
described in the work plan and the  work plan and/or the WA SOW may
have to be revised.
                              3-43

-------
    There are two methods for modifying the approved work plan for
any WA:

         Technical direction memorandum (TDM)

         Formal work plan amendments

    Both the TDM  and the formal  amendment  are normally initiated
by the  contractor and must  be approved by  EPA.    Exhibit 3.4-2
provides summary  guidance for  the appropriate use  of the TDM and
WA amendment, and procedures for processing  these  actions follow
in Sections 3.4.5.1 and 3.4.5.2.

    As stated in Section  3.4.3, the PO provides WA funding with the
PR and may  set  expenditure  limits.   When the initial funding is
insufficient to complete the entire WA, or when expenditure limits
must be lifted or raised to allow the contractor to continue work,
the PO will be responsible for  initiating the  necessary changes to
the WA.  Procedures for processing these actions are detailed below
in sections 3.4.5.3 and 3.4.5.4.

3.4.5.1  Technical Direction Memorandum

    A TDM is used to make changes to  tasks under  an approved WPM
or work  plan that do not involve changes  in the basic  scope or
budget of the WA.  A TDM cannot be used to document major changes
in scope which would  clearly exceed the overall approved budget or
LOE levels  for  the assignment.  Changes  of   this nature  must be
documented and approved through an amendment.

    The  contractor first  completes a  detailed description of the
scope, schedule and budget for  a proposed TDM.   If it is determined
that the proposed TDM is within the scope,  budget and schedule of
the approved SOW  and work plan, the contractor will prepare a WAF
and attach this to the TDM.  The contractor will be responsible for
checking the TDM box  on  the WAF and submitting this information to
the RPM/PO for approval.   Proper  completion of the TDM will insure
that the required data will be  submitted to the RPM/PO in a format
designed to expedite the Regional approval process.

    Exhibit  3.4-3 presents  a  completed  sample  TDM.    Item  1.0
contains the general WA information and serves as a tracking device
for the overall  site activity.  Item 2.0 presents the objective and
the approach of the modifications being  carried  out.   Item 3.0
(page 2  of the form)  explains  subcontractor requirements, if any,
and Item 4.0 presents schedule and deliverable changes.  Item 5.0
contains the budget  information, providing  a task  breakdown of
costs and hours  with the totals.  Item 6.0 summarizes the impact
of the current  proposed  TDM action  on the  overall  assignment LOE
and cost.  Item 7.0 of the TDM  is the final approval signatures by
the contractor and Regional personnel.
                              3-44

-------
                       EXHIBIT  3.4.2

           ACTION  / EXECUTION  SUMMARY
                   ACTION
EXECUTION
Add new task or phase

Modification to task which affects overall approved
LOE, dollars, and schedule end date

Modify execution of task or phase within approved
LOE dollar limits of assignment prior to actual execution

Document changes made to execution of task or
phase which did not affect overall approved LOE
or dollar limits
WA Amendment

WA Amendment


     TDM


     TDM
                              3-45

-------
                                EXHIBIT 3.4-3
                                                                           PAGE 1 OF 2
USEPA	TECHNICAL DIRECTION MEMORANDUM
1.0 WORK ASSIGNMENT INFORMATION
 DATE: 	10/15/84	  PROJECT NAME: 	ABC CO..TX	
 EPA CONTRACT NO.:     68-01-6939      WORK ASSIGNMENT NO.: 	1-6L51	
 CONTRACTOR:       CDM INC.	  SITE MANAGER/FIRM:	JOHNNY SAMPLE - COM
 REVISION NO.:          3            CONTRACTOR CONTROL NO.:       999-PM1-RT-CDHG
2.0 TECHNICAL DIRECTION SCOPE OF WORK
OBJECTIVE-       To conduct 'ield activities at the site. Field activities that are
              being conducted during Phase I include first round well drilling,
              soil sampling, sediment sampling, and air sampling.
APPROACH: (Present description of Task and Sub-Task basis)
	Tasks affected by this TDM are as follows:	
                     Task 2A-1   Well Drilling - Phase I
                     Task 2B-2   Soil Sampling - Phase I
                     Task 2C-1   Sediment Sampling - Phase I
                   Minor changes in the scope of the above listed sub-tasks occurred
                   during the conduct of the work assignment. The detail of the scope
                   changes are attached. (ATTACHMENT NOT INCLUDED IN THIS GUIDANCE
                   DOCUMENT). While the individual task budgets have changed, there is
                   no impact on the overall budget or LOE ceilings for this assignment.
                                        3-46

-------
                            EXHIBIT 3.4-3 (continued)
                                                                                  PAGE 2 OF 2
USEPA
TECHNICAL DIRECTION MEMORANDUM
3.0 SUBCONTRACTOR REQUIREMENTS (Description of Services):
Not Applicable
4.0 SCHEDULE AND DELIVERABLE:
TASK NO. START DATE
A-1 3/8/85
B-1
C-1
4/16/85
4/1 6/85
: COMPLETION DATE: DELIVERABLE:
6/25/85
5/2/85
5/1 2/85


(Task Nos. Per Technical Direction Scope of Work)
5.0 BUDGET
TASK NO.
A-1
B-1
C-1

TOTAL
COMMITTED
TO DATE
APPROVED
BUDGET
VARIANCE
INFORMATION:
PROFESSIONAL
HOURS COST
1,170 27,000
608 13,500
608 13,500

2,386 54,000
3,100 100,000
2,500 60,000
(114) (6,000)
6.0 TOTAL ORIGINAL
WA BUDGET:
7.0 APPROVALS: L0
CONTRACTOR SIGNATURES
SITE MANAGER FIRM
REGIONAL MANAGER FIRM

SUPPORT
HOURS COST
130 3,000
67 1 ,500
67 1 ,500

264 6,000
310 25,000
280 7,000
(16) (1,000)
EQUIP.
1,000
1,500
1,500

4,000
5,000
4,500
(500)
TRAVEL
500
700
500

1,700
3,000
2,100
(400)
ODCs
1,200
1,700
2,000

4,900
7,000
5,200
(300)
SUB POOL
47,300
22,600
21,000

90,900
225,000
104,000
(13,100)
TOTAL REVISED WA BUDGET
$ 550,000 $ 550,000
E 7,050 LOE 7.050


FEES
5,635
3,020
2,950

1 1 ,605
25,250
13,080
(1,475)
TASK
TOTALS
85,635
44,520
42,950

173,015
390,250
195,880
(22,775)
VARIANCE
$
LOE

DATE REMEDIAL PROJECT MANAGER DATE
DATE REMEDIAL PROJECT OFFICER DATE
If there is a significant positive variance, an  amended  request should be
processed by the  manager after discussions  with the  RPO.

                                             3-47

-------
    The  RPM/PO will  be  responsible for  approving  the TDM  by
completing the appropriate sections of the WAF and returning a copy
of the completed WAF to the contractor,  the EPA PO and CO.

3.4.5.2  Amendment to Approved Final Work Plan

    If it is determined that additional  funds are needed, a major
change in overall scope or  an  individual  task is  required,  or an
overall WA completion date change is necessary, the final work plan
must be  amended to implement  the  changes.    The  contractor will
normally initiate a work plan amendment by submitting the detailed
scope,  budget and schedule for the changes to the assignment to the
RPM/PO with an  appropriately completed WAF.   The  contractor will
check the box labeled Amendment to Final Work Plan Approval on the
WAF  and  will  include  an  OF-60  or SF-1411 as  part  of  this
submission.

    The contractor should include appropriate back-up information
with the amendment  package.  The additional information required
includes the following:

         A detailed scope of  work to be performed  or a detailed
         description  of  the   changes  that  take  place  in  the
         assignment;

         Schedule   update,   including   task  completion   dates
         (milestones),  and critical path schedule (optional);

         Staffing of each task affected;  and

         A detailed LOE  and  cost estimate  for  each  task  being
         covered by the amendment.

    The RPM/PO  must evaluate  and  approve the amendments to the
Final Work Plan.  The RPM/PO indicates approval by completing and
submitting  the WAF and  signing  in the  appropriate  box.    In
addition, the RPM/PO will need to  check  the funding level of the
project to determine if a procurement request will be required as
well.  When the Amendment requires  a change to the overall  scope
or funding of  the WA,  the PO will forward  the WAF  to the CO for
approval.   The CO  will  then  forward  copies of  the  approved
amendment to the contractor and PO.

3.4.5.3  Increasing Total Work Assignment Funding

    In order to increase  total WA  funding,  the PO must prepare a
PR and  an amended  WAF.   The  WAF must   indicate  the  appropriate
information  in  Item  3,  "Budget  Information",  by placing  the
appropriate dollar figures in the This Action and Total rows.
                              3-48

-------
    Increasing total funding on a WA requires the approval of the
CO.  The PO must forward the amended WAF with the PR to the CO for
processing.

3.4.5.4  Increasing the Expenditure Limit

    Increasing  or  lifting  expenditure  limits  also  requires  the
preparation of an amended WAF.   Item 3 on the form must be revised
to show the correct information in the "Expenditure Limit" column.
Increasing or lifting  the expenditure  limit requires CO approval
only if the action  increases total WA  funding.   If the action to
increase  or  lift   expenditure  limits  does not  increase  total
funding, the PO can approve the action, and will forward copies of
the amended WAF to the contractor and the CO.

3.4.5.5  Completion of the Project

    Upon completion of the project, a WAF stating that the project
is  complete  (with  appropriate detailed  budget information)  is
prepared by the contractor and  submitted to  the RPM.  The RPM will
then sign the WAF and forward it to the CO with a copy to the PO.

    Upon receipt of the WAF, the CO issues a Stop Work Order (SWO)
to the contractor and submits copies of the  SWO to the RPM and PO.
The SWO will cover major technical activities only.  Administrative
activities relating to close-out will proceed as needed.

    With the SWO in-place, the contractor will begin the physical
project close-out.   The physical close-out of a WA will include
the following activities at a minimum:

         Compiling of project files;

         Turning over all requested files (either in hard copy or
         microfiche format) to EPA;

         Turning over any Government-owned equipment to the project
         inventory  or  to  the  EPA  Equipment  Coordinator  (if
         equipment was purchased with WA funds); and

         Verifying  that all appropriate  site  charges  are  being
         processed for inclusion in the final invoice.

All other close-out procedures and subsequent processing guidelines
will be in accordance with the contractor's Management Plan.
                              3-49

-------
      4.0  MANAGEMENT  PLAN  FOR MULTI-REGIONAL ARCS CONTRACTS
4.1  BACKGROUND

    Management of ARCS contracts  in  the two Multi-Regional Zones
will require  some  modification to the  management  procedures and
responsibilities designed  for the  single Region  ARCS  programs.
This section  describes procedures  for  managing ARCS contracts in
the Multi-Regional  Zones, by addressing how this situation differs
from ARCS contract management  in  a single Region.   Specifically,
this section  addresses the  required  coordination between Regions
for  Award  Fee  determination,  work  assignment  selection,  and
maintenance of contract records.

    These instructions  focus  on  activities of  Project Officers
(POs) in the Multi-Regional  Zones.  As  in single Region ARCS, a PO
must be appointed  in  each Region.   However,  this individual will
perform two separate functions:

         He will be  the  PO  for selected ARCS  contractors within
         the  Zone based on  the contractors'  proximity to the EPA
         Regional Headquarters and will perform general contract
         administration functions for that contract in accordance
         with the guidance in this document.

         He will  serve  as  Deputy  Project Officer  (DPO)  for all
         other  contracts  within  the Zone  and will  have direct
         project  management  responsibility  for   all  remedial
         projects within the Region.

The  duties  of other  EPA personnel such  as  Regional  Contracting
Officer  (CO)  and the Remedial Project  Manager (RPM)  will remain
essentially unchanged from those in single Region ARCS.

    A  graphic  representation  of the  organizational  plan  for
Multi-Regional  ARCS  contract  management is depicted  in Exhibit
4.1-1.

4.2  GENERAL CONTRACT ADMINISTRATION

    While it is vital  to the ARCS program that EPA Regional offices
retain management  authority for  remedial projects within their
Region, the ARCS contractors must  have a single point of contact
for  general  contract management  and  administration.     In  the
Multi-Regional  Zones,  a  single PO will be  assigned  for general
contract administration of  each contractor.   The PO will conduct
the  administrative  and  recordkeeping  functions   that  are  not
project-specific  and will   provide  necessary coordination  for
functions such as award fee determination and new work assignment
distribution that require input and/or participation from more than
one Region.

                               4-1

-------
                             EXHIBIT 4.1-1

                          Organizational  Plan
          For  Multi-Regional ARCS Contract Management
    Region VI
 Project Officer for
   Contractor A
(located in Reg. VI)
  Deputy Project
    Officer for
 Contractors B, C
(working in Reg. VI)
                                 Contracting
                                   Officer
                              (For All Contracts)
    ;Region VII
 Project Officer for
   Contractor B
(located in Reg. VII)
  Deputy Project
    Officer for
  Contractors A, C
(working in Reg. VII)
    Region VIII
  Project Officer for
   Contractor C
(located in Reg. VIII)
   Deputy Project
     Officer for
  Contractors A, B
(working in Reg. VIII)
    Remedial
     Project
    Managers
     Remedial
      Project
     Managers
     Remedial
      Project
     Managers
   Deputy Project Officers have full authority to manage Work Assignments within their
   Region.  DPOs must forward copies of all relevant contract documentation to
   the assigned PO for central filing.
                                      4-2

-------
    The PO assignments will be based  on  the  proximity of the EPA
Regional office  to  the management and administrative offices or
Headquarters  of  the ARCS  contractor.    For example,  an  ARCS
contractor with Headquarters in Colorado Springs, Colorado, would
be assigned to a PO  in Region VIII.  If an ARCS contractor does not
have Headquarters or administrative offices within  the  Zone, or
has several offices  in different  Regions within  the Zone,  the PO
assignment will be designed to maximize administrative convenience
for EPA  and the vendor,  and  to  control travel  costs.   EPA has
complete discretion  in assigning POs to ARCS contractors, and there
is no  requirement to formally  justify the  selection.   Regions,
however, should make PO assignments that will  facilitate timely and
cost-effective administration of the contracts.   Where a question
arises regarding the appropriate  assignment,  the ARCS contractor
may be queried as to his preference during final negotiations.

4.3  MANAGING WORK ASSIGNMENTS

    Each PO in a Multi-Regional  Zone will serve  as  DPO  for ARCS
contractors that are assigned  to other Regions within the Zone for
general contract administration.   For example,  a contractor with
Headquarters in Dallas will  have  its PO in  Region VI  and will have
DPOs in Regions  VII and  VIII.   POs in each  Region within a Zone
will therefore have  full authority to manage all work assignments
within their Region.

    When applicable, DPOs will coordinate  activities with the PO
to assure compliance with basic contract terms and conditions and
will forward copies  of all work assignment  documentation to the PO
to allow maintenance of  a single,  complete contract file.   Also,
the DPO and PO must coordinate activities  with  the CO and obtain
CO  signature   and/or   approval  whenever   necessary.     PO/DPO
responsibilities for work assignment management include:

         Pronect Management - The PO/DPO will have full authority
         to issue and manage work assignments within the Region.
         Specific activities include:

               Issue  and amend work assignments

              Approve work plans

         -     Provide technical direction

              Monitor contractor performance

               Direct activities of the RPMs within their Region

               Prepare Award Fee Performance Event Reports and Work
              Assignment  Completion   Reports   for  use   by  the
               Performance Evaluation Board (PEB).
                               4-3

-------
         Project Coordination - In cases where  a DPO is managing
         a work assignment performed by an  ARCS contractor which
         reports  to  a  different  Region   for  general  contract
         administration,  the   DPO  will   be   responsible   for
         coordinating activities with the PO  where necessary and
         for forwarding all project-specific documentation to the
         PO for the central contract file.  Records that must be
         forwarded to the PO include:

              Work assignments and amendments

              Final work plans

              Written technical direction

              Records of disputes or performance problems

              Copies of approved invoices

              Any written reports on contractor performance

              Copies of all subcontracts

              Any documentation regarding conflict of interest.

         The above list is not intended to be comprehensive.   The
         DPOs  are responsible    for  forwarding  to  the PO  any
         information  that   relates   to  the   general   contract
         administration responsibilities described above.

4.4  AWARD FEE DETERMINATION MEETING

    The  PEB  in  Multi-Regional  Zones  should  be  made  up  of
representatives of each Region and will be convened on a rotating
basis in each Regional office.   It is suggested that the Division
Director in the host  Region  act as PEB Chairman.   The  PO in the
host Region will coordinate PEB meetings by setting schedules and
agenda, arranging for conference or meeting  facilities, collecting
and distributing the  individual  contractor performance information
packages, and providing an Executive Secretary for the PEB who will
prepare  the  Performance  Evaluation  Report.    The  award  fee
determination process is discussed in Section 3.2.


4.5  WORK ASSIGNMENT DISTRIBUTION MEETING

    Project-specific    work    assignment    distribution    for
Multi-Regional  Zones  will  be  performed  annually.    Meetings
involving representatives from  each Region should be rotated among
the  Regions  and  chaired by  the PO  in  the  host  Region.    Any
reasonable  and   consistent  procedures   that  comply  with  the
                               4-4

-------
requirements for distributing work and exercising contract options
under ARCS (Section 3.3) are acceptable.
                               4-5

-------
                            APPENDIX I

                          EPA Directives
DIRECTIVE #

9230.0-02

9230.0-03a




9230.0-05


9234.0-02


9234.0-04


9234.0-05




9240.0-01


9240.0-02

9242.3-07
9260.2-00



9272.0-05


9280.0-01

9283.1-01




9283.1-02
EFFECTIVE DATE

     11/85
     10/83


     02/84
     08/86




     07/87


     10/84

     08/86





     03/86



     08/85



     09/84

     08/85




     03/86
TITLE

Super fund Community Relations Policy

Community Relations  Activities at
Superfund    Enforcement    Sites:
Interim Guidance

Community Relations Requirements for
Operable Units

CERCLA   Compliance   with   Other
Environmental Statutes

Applicability of RCRA Requirements
to CERCLA

Interim Guidance on Compliance with
Applicable    or   Relevant   and
Appropriate Requirements
User's   Guide   to   the
Laboratory Program
      Contract
Analytical Support for Superfund

Draft  -   Implementation  of  the
Decentralized Contractor Performance
Evaluation and Award Fee Process for
Remedial Program Contracts

CERCLA Delegations of Authority (Set
of all current delegations)
Responsibilities
Facilities
for
Federal
Flood Plain Requirements

Recommendations  for Ground  Water
Remediation   at  the   Millcreek,
Pennsylvania Site

Draft - Guidance on Remedial Actions
for  Contaminated  Groundwater  at
Superfund Sites
                               1-1

-------
DIRECTIVE #

9285.1-01B



9285.2-01


9285.2-02




9285.2-03




9285.2-04


9285.2-05




9285.3-02



9285.4-01


9285.5-01


9285.6-01



9295.1-01

9295.2-03




9295.5-01




9318.0-02


9318.0-03
EFFECTIVE DATE   TITLE
     11/84



     01/85




     01/85




     01/85


     04/85




     03/84


     07/87


     10/86
     12/86

     06/83




     08/83




     05/81


     08/81
Standard  Operating  Safety  Guide
Manual

Field Standard Operating Procedures
Manual S:  FSOP #4 Site Entry

Field Standard Operating Procedures
Manual S:  FSOP #7  - Decontamination
of Response Personnel

Field Standard Operating Procedures
Manual   S:      FSOP   #8   -   Air
Surveillance

Field Standard Operating Procedures
Manual S:  FSOP #6 - Work Zones

Field Standard Operating Procedures
Manual S:   FSOP  #9  -  Site Safety
Plan

Employee  Occupational  Health  and
Safety

Superfund Public Health Evaluation
Manual

Draft    -    Superfund    Exposure
Assessment Manual

Superfund    Risk   Assessment
Information Directory

MOU Between the ATSDR and EPA

Interagency Agreement  Between the
Corps  of  Engineers  &   EPA  in
Executing PL  96-510 (CERCLA)

MOU  Between  FEMA and EPA  for the
Implementation of  CERCLA Relocation
Activities Under  PL 96-51

Guidance on Superfund NEPA Policy:
Areas of Responsibility

CERCLA Remedial Actions and NEPA/EIS
Functional Equivalency
                               1-2

-------
DIRECTIVE #

9318.0-04



9320.2-03



9330.1-02
EFFECTIVE DATE

     08/84



     04/86



     01/83
9330.2-04


9347.0-01



9355.0-04A


9355.0-05C


9355.0-06B


9355.0-07A




9355.0-07B


9355.0-10


9355.0-14
9355.0-19


9355.1-01
     05/85



     01/86




     06/86



     06/86


     06/85


     06/85
     04/85


     11/85
     08/86


     12/86
TITLE

Coordination    Between    Regional
Superfund Staffs  and  OFA Regional
Counterparts on CERCLA Actions

Draft  - Guidance  on Deletion  of
Sites from the National Priorities
List (NPL)

Evaluation    of    Program    and
Enforcement    Lead    RODs    for
Consistency with RCRA  Land Disposal
Restrictions

Discharge of Wastewater  from CERCLA
Sites into POTWs

Interim  RCRA/CERCLA  Guidance  on
Non-Contiguous  Sites and  On-Site
Management of Waste Residue
Superfund   Remedial   Design
REmedial Action Guidance
and
Guidance  on  Feasibility  Studies
Under CERCLA

Guidance on Remedial Investigations
Under CERCLA

Draft  -  Data Quality  Objectives
Development Guidance  for Remedial
Response Actions

Data Quality Objectives for Remedial
Response Activities (2-volume set)

Remedial Action Costing Procedures
Manual

A  Compendium  of  Superfund  Field
Operations   Methods    (2-Volumes)
[Formerly:      Draft    -   Quality
Assurance/Field Operations Methods
Manual]

Interim   Guidance  on   Superfund
Selection of Remedy

Federal-Lead    Remedial   Project
Management Manual
                               1-3

-------
DIRECTIVE #

9355.3-01


9360.0-10

9360.0-13




9360.0-15


9375.1-04


9375.1-05



9375.1-09
EFFECTIVE DATE

     12/86


     12/85

     04/87




     02/87


     05/84



     03/86



     02/87
9380.0-02
9380.0-03
9380.0-04
9380.0-05
9380.0-06
03/84
02/84
05/85
10/85
11/85
9380.2-03
     11/85
 TITLE

 Guidance   Document   for   Providing
 Alternative Water Supplies

 Expedited  Response Actions

 Guidance  on  Implementation of  the
 "Contribute to Remedial Performance"
 Provision

 The  Role  of  Expedited  Response
 Actions Under SARA

 State Participation in the Superfund
 Program, Volume 1

 State Participation in the Superfund
 Program, Volume 2

 Interim    Guidance    on    State
 Participation in Pre-Remedial  and
 Remedial Response

 Slurry   Trench  Construction   for
 Pollution  Migration  Control

 Guidance  Document for Cleanup  of
 Surface Tank  and Drum  Sites

 Remedial  Action at Waste Disposal
 Sites Handbook  (Revised)

 Leachate Plume  Management

 Guidance  Document for Cleanup  of
 Surface Impoundment  Sites

 Superfund   Innovative  Technology
' Evaluation (Site) Program Strategy
 and  Program Plan
                               1-4

-------
                           APPENDIX II

             Program Management Award Fee Allocation

    The available award  fee  pool  for any program management (PM)
base or option  award will be allocated  evenly  over three rating
periods.   Because  PM options may  be exercised at  any  time,  the
additional  award fee,  made  available  with the  exercise  of  an
option, will be added to the pool already available in the rating
periods affected.    If  the  PM option  is  awarded  prior  to  the
mid-point of a  given  rating  period the  award fee pool allocation
will begin  with that rating  period.  If  the option is exercised
after the mid-point  of a given rating period the  award fee pool
allocation will begin with the next rating period.

    Exhibit  II-l   illustrates   the  PM   award  fee  allocation
methodology  by  showing  the  available   award  fee  pool  for  the
hypothetical ARCS contract described below:

    Contract Award Date  - January 1, 1988

    Award fee rating periods  - Four months each, beginning January
    1988

    First year base PM award fee pool - $30,0(1)0

    First year option PM award fee pools  - $15,000 each

    Second year base PM award fee pool -  $24,000

    First PM option award - May 30, 1988

    Second PM option award - November 15, 1988


    The base award fee pool  in  this situation is allotted evenly
between the  first three  rating  periods  with $10,000 allocated to
each.  With the award of the first PM option on May 30, the award
fee pool  allocation of  $5,000  for each  of  three  rating periods
begins  in the  second rating  period  (May  1,  1988 to September 1,
1988) ,  because  the award date  falls in  the first half  of that
rating period.   The  award fee pool  allocation  for  the second PM
option award begins  in the fourth  rating period (January 1, 1989
to May 1,  1989), because the  option award date falls in the second
half of the third rating  period.  The second year base  PM award fee
pool allocation begins with the fourth rating period.

    In each  case,  the award  fee pool allocation is  added to the
pool already available for a given rating period.   Thus the award
of a PM option during the second rating period adds $5,000 in award
fee to the pool of  $10,000 that  was allocated in the base award to
the second and third rating periods, and the award fee pool in

                              II-l

-------
        EXHIBIT II -1
AWARD FEE POOL ALLOCATION




AWARD FEE
POOL AVAILABLE
FROM AWARD
1/1/88
AWARD FEE
POOL AVAILABLE
FROM PM OPTION
EXERCISE 5/30/88
AWARD FEE
POOL AVAILABLE
FROM PM OPTION
EXERCISE 11/1 5/88
AWARD FEE
POOL AVAILABLE
FROM 2ND YEAR
BASE PM
ALLOCATED 1/1/89
TOTAL AWARD FEE
AVAILABLE AT END
OF RATING PERIOD
RATING PERIOD |
JAN. 1 -
APR. 30,
1988

10,000
















10,000

MAY1-
AUG.31,
1988

10,000



5,000












15,000

SEPT. 1 -
DEC. 31,
1988

10,000



5,000












15,000

JAN. 1 -
APR. 30,
1988





5,000



5,000




8,000



18,000

MAY1-
AUG.31,
1989









5,000




8,000



13,000

SEPT. 1 - 1
DEC. 31, 1
1989 i
i
1





1

I
5,000 1

I








            II-2

-------
subsequent rating periods  increases with each option or base award.
The column at the bottom of Exhibit II-l shows the total available
award fee at the conclusion of each rating period.

    The PO is responsible  for reporting the available PM award fee
pool for each ARCS contractor to  the FEB.  This computation should
take place after the mid-point of any rating period to ensure that
all PM options that would  apply to that rating period are included
in the award fee pool allocation.
                               II-3

-------
                           APPENDIX III

                  WORK PLAN EVALUATION CHECKLIST


Addressing the Work Assignment (WA)

A.  Does the contractor address all WA requirements?
     YES

    	     (Describe what requirements must be addressed)
      NO

B.  Does the contractor include any work that is not required?
      NO

     	     (Describe extraneous work included by contractor)
     YES
C.  Is  the   schedule,   including  critical   path  and  interim
    milestones, acceptable?
     YES

     	     (Describe a realistic schedule)
      NO

D.  Is the management structure sound?  Does it include appropriate
    quality assurance procedures?
     YES

              (Describe problems with management structures)
      NO
Skill Levels/Hours

A.  Is the caliber of personnel proposed appropriate for the work
    involved?
     YES
              (Describe the professional and technical levels
      NO       suitable for the WA)

                              III-l

-------
B.  Comment on the number of hours proposed in each labor category.

         (Discuss the make-up of the labor spread including
          amounts of supervisory, professional, technical, and
          clerical effort)
C.  Are there concerns that key personnel will not be available as
    proposed?
      NO
              (Identify possible problems with availability
      YES      of key personnel)


Material and Equipment

A.  Evaluate  the reasonableness  of the  types  of material  and
    equipment proposed.
B.  Indicate the  reasonableness  of proposed prices  for material
    and equipment.

    (Include pertinent catalogue information in explanation)
C.  May Government furnished property/material be used?
      NO
               (Describe GFP/GFM that may be used, and
     YES       availability)
                              III-2

-------
Travel

A.  Is the number of trips reasonable?
     YES
              (Describe the trips that should be taken and the
      NO       recommended number of trips)
B.  Should the length of stay and number of travelers be adjusted?
      NO

    	     (Discuss the need for certain parties to attend
     YES       meetings and how long visits should be)


Consulting and Subcontracting Effort

A.  Evaluate the reasonableness of consultant effort proposed.



B.  May other consultants be considered?
      NO

      	     (Explain)
     YES
C.  Evaluate the proposed subcontracting effort and costs.
D.  Are the subcontractors cited in the WP on the list of approved
    subcontractors?
     YES


      NO

                              III-3

-------
Computer Effort and Printing

A.  Evaluate the need for the computer effort proposed.




B.  Has OIRM reviewed for use of Government computer sources?
     YES
      NO
C.  Comment  on  the proposed  costs  associated with  printing and
    preparing reports.
SAFETY AND CONTINGENCY MEASURES

A.  Are the proposed safety and contingency measures adequate?
     YES

     	      (If no, explain problems and possible remedies)
      NO
                              III-4

-------
SUMMARY

The aforementioned  aspects of the  submitted WP are  recommended for
approval, approval with  changes,  and/or  disapproval,  as appropriate.
If no changes to the WP submission are recommended, the AGO may approve
the final WP.   However,  if changes are  recommended,  the  AGO may use
this memo to justify negotiation of additions  or subtractions  to WP
skill  levels/hours,  consultant  efforts,   types   of  material  and
equipment, travel, computer effort,  printing, etc.
                                           APPROVED
                               APPROVED    W/CHANGES   DISAPPROVED
1.  Addressing the WA

2.  Statement of Work

3.  Skill Levels/Hours

4.  Material and Equipment

5.  Travel

6.  Consulting and
    Subcontracting Effort

7.  Computer Effort and
    Printing

8.  Safety and Contingency

9.  Other	
RPM/RPO SIGNATURE                         DATE
                              III-5

-------
                              APPENDIX IV

                     LIST  OF  ACRONYMS
ARCS     Alternative Remedial Contracting  Strategy
CO       Contracting Officer
COI      Conflict of Interest
CPAF     Cost-Plus-Award-Fee
DPO      Deputy Project Officer
FDO      Fee Determination Official
LOE      Level-of-Effort
NPL      National Priorities List
ODC      Other Direct Charges
PEB      Performance Evaluation  Board
PER      Performance Evaluation  Report
PIRS     Performance Index Rating  Score
PM       Program Management
PO       Project Officer
PR       Procurement Request
RA       Remedial Action
RD       Remedial Design
REM      Remedial Planning Contractors
RES      Regional Evaluation Summary
RI/FS    Remedial Investigation/Feasibility Study
RPM      Remedial Program Manager
SCAP     Superfund Comprehensive Accomplishments Plan
SER      Summary Evaluation Report
SOP      Standard Operating Procedure
SOW      Statement of Work
SWO      Stop Work Order
TDM      Technical Direction Memorandum
WA       Work Assignment
WACR     Work Assignment Completion Report
WAF      Work Assignment Form
WPM      Work Plan Memorandum
                                  IV-1
                                           , US GOVERNMENT PRINTING OFFICE: 1M9 . 648-163/00320

-------