&EPA
                United States    Office Of The
                Environmental Protection Administrator
                Agency      (H-7508W)
                    21T-2001
                    October 1991
Implementation of the
Superfund Alternative
Remedial Contracting
Strategy (ARCS)

Report of the
Administrator's Task Force
1991
•'.: :::\::

                                   Printed on Recycled Paper

-------
              IMPLEMENTATION OF SUPERFUND
  ALTERNATIVE REMEDIAL CONTRACTING STRATEGY (ARCS)
    REPORT OF THE ADMINISTRATOR'S TASK FORCE -- 1991
     LIST OF TABLES	  ii

     LIST OF FIGURES  	iii

     LIST OF ABBREVIATIONS  	iv


     EXECUTIVE SUMMARY  	ix

     TASK FORCE MEMBERSHIP	xxv

I.    INTRODUCTION	  1

II    BACKGROUND	  5

     A.  Superfund Program Description  	  5

     B.  Remedial Contracting History   	19

     C.  ARCS Contract Characterization	21

     D.  Future of Superfund Contracting	28

III.   MAJOR ISSUES  	29

     A.  ARCS Program Management	31

     B.  ARCS Capacity and Utilization  	40

     C.  ARCS Contract Controls	56

     D.  ARCS Financial Audits and Reviews	70

     E.  ARCS Award Fee Process	78

     F. EPA Management Processes and Organization  ...  92

IV.   APPENDIX	103

-------
                      LIST OF  TABLES
1.     Percent of PRP Project Starts by Activity   	13

2.     State-Lead Project Starts by Activity
      and Fiscal Year	15

3.     Historical Summary:  Superfund Remedial
      Contracts	20

4.     Contract Sizes	25

5.     Distribution of Small and Large Contracts
      by Region/Zone	25

6.     Number and Distribution of ARCS Prime Contracts  	27

7.     Distribution of ARCS Prime and Team
      Subcontractors	27

8.     OSWER Distribution Policy for RD/RA Projects  	45

9.     Historical Workload Distribution
      for Federal-Lead RD/RA Projects	46

10.   Distribution of Federal-Lead Remedial Actions by Size  ....  53

11.   Common Issues From Regional Vulnerability
      Assessments	61

12.   ARCS  Audits and Reviews	72

13.   Extramural Funding - FY90	  100
                               n

-------
                     LIST OF FIGURES


1.     Superfimd Screening Status	8

2.     Superfund Remedial Status	10

3.     Cumulative Value  of PRP Response Settlements   	14

4.     Superfund Progress	17

5.     Dollars Spent for PM and Remedial Planning	36

6.     National Average Ratio of Program Management to
      Total Contract Outlays  	37

7.     ARCS LOE Capacity Analysis  	48

8.     Optional Distribution Policies for RD/RA Projects  	50

9.     Award Fee Process	81
                               in

-------
                     ABBREVIATIONS
AA

ACTS

A-E

ARCS

BUREC

CA

CERCLA


CIS

CLEANLAN

CLP

CO

CORAS

Corps

CPAF

CPFF

DCAA

DOD

DOE

EPA

ERCS
Assistant Administrator

ARCS Contract Tracking System

Architectural and Engineering

Alternative Remedial Contracting Strategy

Bureau of Reclamation

Cooperative Agreement

Comprehensive Environmental Response,
Compensation, and Liability Act of 1980

Contracts Information System

Clean Local Area Network

Contract Laboratory Program

Contracting Officer

Contract Operations Review and Assessment Staff

United States Army Corps of Engineers

Cost Plus Award Fee

Cost Plus Fixed Fee

Defense Contract Audit Agency

Department of Defense

Department of Energy

United States Environmental Protection Agency

Emergency Response  Contract Strategy
                               IV

-------
FACO

FACTS

FAR

FIT

FMFIA

FMR

FS

FY

G&A

GAO

GAD

HRS

HSCD

IAG

LOE

LTCS

MOU

NCP

NPL

OA

OARM
Financial Administrative Contracting Officer

Financial ARCS Computerized Tracking System

Federal Acquisition Regulations

Field Investigation Team

Federal Managers' Financial Integrity Act

Financial Monitoring  Review

Feasibility Study

Fiscal Year

General and Administrative

General Accounting Office

Grants Administration Division

Hazard Ranking System

Hazardous Site Control Division

Interagency Agreement

Level of Effort

Long-Term Contracting Strategy

Memorandum of Understanding

National  Contingency Plan

National  Priorities List

Office of the Administrator

Office of Administration and Resources
Management

-------
ODCs

OE

OERR


OGC

OIG

OMB

OPTS

ORD

OROSLR


OSC

OSWER

OWPE

PCMD

PM

PO

PRP

RA

RA

RAC

RD

RD/RA
Other Direct Costs

Office of Enforcement

Office of Emergency  and Remedial Response
(Superfund)

Office of General Counsel

Office of the Inspector General

Office of Management and Budget

Office of Pesticides and Toxic Substances

Office of Research and Development

Office of Regional Operations and State/Local
Relations

On-Scene Coordinator

Office of Solid Waste and Emergency Response

Office of Waste Programs Enforcement

Procurement and Contracts  Management Division

Program Management

Project Officer

Potentially Responsible Party

Regional Administrator

Remedial Action

Remedial Action Contract

Remedial Design

Remedial Design/Remedial  Action
                               VI

-------
REM            Remedial Contract

RI               Remedial Investigation

RI/FS            Remedial Investigation/Feasibility Study

ROD            Record of Decision

RPM            Remedial Project Manager

SARA           Superfund Amendments and Reauthorization Act of
                 1986

SCAP           Superfund Comprehensive Accomplishments Plan

SMR            Superfund Management Review

TAT            Technical  Assistance Team

TES             Technical  Enforcement Support

TQM            Total Quality Management

WAM           Work Assignment Manager
                               vn

-------
Vlll

-------
                    EXECUTIVE SUMMARY

                         INTRODUCTION

      Over  the past several months the Environmental Protection
Agency (EPA) has been subjected to serious and public criticism for its
management of the Superfund program. EPA  has been accused  of
allowing certain  Superfund contractors  to spend an inordinate amount  of
public  funds on  activities  other than the direct clean-up of contaminated
sites.

      Three particular charges have been leveled against EPA:

      •     Contractors operating under EPA's Alternative Remedial
            Contracting Strategy (ARCS) have been charging EPA for
            inappropriate and unnecessary  administrative items like
            business cards, parking fees, and  potted plants for
            contractor offices.

      •     EPA has paid contractors  to open and  operate offices
            before the contractors have been  assigned any clean-up
            work.

      •     EPA's procedures for ensuring effective contract
            administration and management have not been fully
            implemented, thus allowing public funds to be wasted.

      In response to these allegations,  EPA Administrator William
Reilly  established a task force comprised of senior EPA managers  and
analysts from EPA's headquarters and  regional offices.  The task force
was asked to address the  following questions:

      •     Are the allegations of waste by ARCS contractors fan- and
            accurate?

      •     Has EPA taken the necessary  steps to  assure that any
            problems are corrected?  Is EPA's oversight of ARCS
            contractors adequate?  If not,  how could such oversight be
            improved?

      •     Given that responsible parties  are cleaning up many more
            Superfund sites  than was  anticipated when ARCS was
            created, is ARCS still an  appropriate approach to
                                 IX

-------
            Superfund contracting?  Should the number, size, or length
            of ARCS contracts be adjusted?

      For the past three months the task force has reviewed ARCS
operations in all ten EPA regional offices, as well as at EPA
headquarters.  Besides interviewing EPA employees and ARCS
contractor representatives, the task force reviewed internal EPA
contract management practices and a variety of reports related to
Superfund contracting, including reports by the General Accounting
Office (GAO) and EPA's Office of the Inspector General (OIG). This
report presents the results of the task force review.
                          BACKGROUND

      EPA's Superfund program was created by the Comprehensive
Environmental Response, Compensation, and Liability Act (CERCLA)
of 1980.  Among other things, CERCLA gave EPA the responsibility
to clean up  sites contaminated by toxic chemicals stored or abandoned
there.

      Superfund was originally intended  to be a short-term solution to
a limited problem.  Within a few years, however, it became clear that
as many as  30,000  sites in the United States were contaminated to
some extent by toxic chemicals.  EPA identified over 1200 sites for
priority clean-up.  As a result, in 1986 Congress reauthorized
Superfund, expanded its funding, and gave new impetus to the  nation's
long-term clean-up  efforts.  The  Superfund program was reauthorized
again in 1990.

      After Superfund was reauthorized in 1986, EPA realized that -
for several reasons  - it had to improve its ability to contract for and
manage clean-up services.  During the first few years of Superfund's
existence, only a handful of private contractors had developed the
capability to clean up contaminated sites.  After Superfund
reauthorization in 1986, EPA had to be  prepared to manage rrtore
extensive clean-up activities at more sites than it had once expected.
Consequently, the Agency  believed that it had to expand the lumber of
contractors available, improve their technical capabilities, and thus
lower the cost  of Superfund clean-ups.

      Moreover, EPA wanted to decentralize the management of its
Superfund contracts.  By managing Superfund contracts through its

-------
regional offices, EPA believed it would be better able to link specific
clean-up sites with the specific capabilities of particular contractors.
Decentralization would allow projects to be initiated and completed
more quickly by an expanded pool of contractors.  Decentralization also
would improve EPA's ability  to reward good performance and penalize
poor performance by its  Superfund contractors.

      Thus, in 1988 EPA established its  Alternative Remedial
Contracting Strategy (ARCS).  Under ARCS, EPA awarded a total of
45 long-term contracts to 23 separate contracting firms to assist EPA in
cleaning up the country's worst hazardous waste sites.  The contracts,
awarded between January 1988 and June  1989,  were  intended to remain
in force for up to 10 years, and they carried a potential full-term value
of approximately $6.6 billion.  As  each contract was awarded, the
contractor  was directed to incur costs for staff,  facilities, and  equipment
in order to avoid lengthy start-up delays when site work was  assigned
  a problem that had plagued Superfund during  its early years.

       The 45 ARCS contracts were distributed  among the ten EPA
regions based on projections of their anticipated contractor needs.  Each
region or,  in some cases, zone of multiple regions  was allocated
between five and eight contracts.   Contract administration and
management responsibilities, including the responsibility to assign and
oversee specific work assignments, were left with the  regions.

       At approximately  the same time that ARCS  was being
established, EPA was defining its "Enforcement First" strategy for
Superfund.  That strategy, announced in the Superfund Management
Review of May 1989, intended - whenever possible  -- to force the
parties responsible  for site contamination  to manage and pay for site
clean-up.   That strategy  has been remarkably successful.  Clean-up at
about 60 percent of active Superfund sites now  is being carried out by
potentially responsible parties (PRPs) -- not by  EPA.

       The success of the "Enforcement First" strategy reduced the
number of projects that could be assigned to EPA's ARCS contractors.
Although ARCS contractors had  incurred sizeable start-up costs under
the long-term contracts they had signed with EPA, some of the site
work they had expected  to perform was  being carried out by  PRPs.
This shift of site clean-up work from EPA to PRPs was one  major
reason that, during the early years  of the ARCS contracts,
administrative costs were a relatively high percentage  of the total costs
billed to EPA by its ARCS contractors.
                                  XI

-------
      However, as  each year passes and ARCS contractors undertake
more  work at Superfund sites, the ratio of administrative costs to
overall costs  under  the ARCS contracts steadily declines.  In fiscal year
(FY)  1988 70 percent of total ARCS  contract outlays was spent on
administrative activities.  In FY89 administrative costs were 42 percent
of total outlays, and in FY90 they were 28 percent of total outlays.  It
is  expected that administrative costs in FY91 will be approximately 20
percent of the total  contract outlays of EPA's ARCS contractors.
                    GENERAL CONCLUSIONS

      The task force confirms that EPA in fact has  been charged by
ARCS contractors  for business cards, parking fees, and office plants.
EPA has been charged for office rental costs by contractors who were
starting up but had not yet performed any work related to a  Superfund
site.  The task force has identified other charges made by ARCS
contractors that appear inappropriate  or excessive.

      A critical question is whether  any of these charges are
inconsistent with or unallowable under government contract law,  federal
acquisition regulations, or the ARCS contracts.   This question can be
answered in absolute terms only after completion of comprehensive
audits specifically  designed to assess the reasonableness and  allowability
of direct and indirect costs charged to the government under the  ARCS
contracts.

       Regardless of whether all the  charged costs are  allowable in
strictly  legal terms, some of  the charges clearly do not support clean-up
activities at Superfund sites.  Although such charges are a very small
part of the total costs billed  under the ARCS contracts, they are  an
inappropriate use of federal funds.  Thus, this report includes several
recommendations to assist EPA's regions in eliminating those charges
which,  even if legal, are not essential to implement  and support clean-
up actions at Superfund sites.

       The task force also confirms that during the early stages of the
new ARCS contracts, program management costs were high relative to
the charges for site clean-up work.  As mentioned above, this is  due in
part to  a conscious strategy of early  investment to avoid subsequent
delays in starting site work.  The variations among EPA regions  and
ARCS contractors  in the amount and percentage of this initial
                                 xn

-------
investment, however, suggest an absence of effective planning and
control in some cases.   As the amount of clean-up work performed by
ARCS contractors has increased, the proportion of program management
costs  to clean-up costs has decreased.  To help reinforce this trend, this
report includes a series  of recommendations to assist EPA's regions in
further monitoring and controlling  program management costs.

      Finally, the task force concludes that EPA is not conducting
effective contract administration and oversight.  This report documents
weaknesses in the way EPA assigns work to contractors, monitors
contractor performance and  costs, prepares  independent cost estimates,
and conducts audits. The more effective use of oversight systems
already in place, or required under the ARCS contracts, can improve
management of such contracts in the future.  This report includes
several recommendations to improve the use of existing EPA
management systems.

      At the same time, the task force recognizes that EPA has to
improve  its oversight without overwhelming its field staff and ARCS
contractors with administrative paperwork.  Just  as too little EPA
management can lead to higher project costs if contractors have to redo
their  site work, too much EPA management can lead to higher project
costs  if contractors and EPA staff  are burdened with excessive project-
related paperwork.  This report includes recommendations that attempt
to balance EPA's management responsibilities so the costs of both
rework and micromanagement are  minimized.
        SPECIFIC FINDINGS AND RECOMMENDATIONS

      Based upon extensive task force review and analysis, this report
identifies a  series of issues and recommendations that are grouped into
six categories:

      Program Management - contractor activities related  to
      administration and technical support, as opposed to direct
      clean-up activities at Superfund sites.

      ARCS Capacity and Utilization -  the extent of contractor
      capacity acquired under ARCS contracts and its  ultimate
      utilization at Superfund sites.
                                Xlll

-------
      ARCS Contract Controls --  the provisions of ARCS
      contracts that permit effective EPA oversight of contractor
      activities.

      ARCS Financial Audits and Reviews -- the processes used
      to ensure that charges  under ARCS contracts are accurate
      and allowable.

      Award Fee Process --  the mechanism by which EPA
      evaluates  and rewards  contractor performance.

      EPA Management Processes and Organization  -  the
      organization, procedures, and staffing used by EPA to
      manage the work performed under ARCS contracts.

      The task force  urges the EPA Administrator to assign specific
EPA offices the responsibility for  implementing  the following
recommendations.   Those offices should provide the Administrator with
quarterly status reports and a thorough evaluation  at the  end of one
year.  Specific  assignments of responsibilities  and detailed
recommendations for  future actions are contained in the  full task force
report.
                       Program  Management

Findings

       For several reasons, costs for program management during the
first few years of the ARCS contracts were a large percentage of
overall contract costs.  Administrative costs usually tend to  be higher at
the beginning of long-term contracts because of one-time start-up costs.
This problem was exacerbated in the case of the ARCS  contracts
because  the site-specific workload was smaller than expected due to the
success of EPA's "Enforcement First" policy.

       Over time, however, program management costs as a proportion
of total ARCS outlays have declined from 70 percent to 20 percent.
Because  program management costs within some contracts and at some
specific  sites are still relatively high, EPA needs to review them with
particular care.  Data tracking and cost evaluation systems,  which
currently are not maintained  at a national level, are needed  to assure
                                 xiv

-------
cost control and maintain EPA's ability to aggregate and report
nationwide data.

Recommendations

       1.     EPA should establish a national target of 20 percent or
             less as the  ratio  of program management expenditures  to
             total contract expenditures under ARCS contracts.

       2.     EPA regional offices should continue to pursue program
             management cost reductions and improve cost controls.
             Contractor  effectiveness in controlling costs should  be
             given special weight when contractor performance is
             evaluated.

       3.     Within 120 days, EPA should develop guidance to  support
             cost management activities.  As part of that guidance,
             EPA should:

             •     Describe program management activities mandated
                   by contract;

             •     Clarify contract requirements related to staffing;

             •     Discuss factors that promote efficiency when clean-
                   up activities slow down; and

             •     Develop  various indicators of administrative  cost
                   control.

       4.     To  track costs more accurately, within 120 days EPA
             should develop guidance for dividing program management
             costs into two parts: administrative costs and  technical
             support costs.

       5.     By  December  1991,  EPA should complete guidance for
             allocating program management costs to specific  sites  so
             that  costs can be recovered more accurately.

       6.     EPA should revise the program management concept so
             that  start-up costs, administrative costs, and other clean-up
             support costs are classified separately in future Superfund
             contracts.
                                  xv

-------
                  ARCS Capacity and Utilization

Findings

      As  originally designed, the ARCS contracts provided a large
amount of contractor capacity for planning, engineering design, and
clean-up activities  at Superfund sites. The actual use of this capacity
has been lower than expected due to:

            The success of the EPA's  "Enforcement First" policy,
            thanks to which private parties now are  cleaning up about
            60  percent of Superfund sites;

            The continued use of the U.S. Army Corps of Engineers
            (Corps) for both the design and construction of remedies
            at major Superfund sites; and

      •     Budget policy decisions  that shifted emphasis from
            remedial investigations and field studies  to design and
            construction.

      Because of  these unforeseen changes in Superfund  operations,
ARCS contractors  have more capacity for site-specific construction and
clean-up activities  than  the current Superfund program needs. Yet a
decline in ARCS contractor involvement in construction work will not
necessarily result in  a proportionate reduction in ARCS program
management costs, unless  EPA acts to ensure that this occurs.

       A balanced  use of ARCS contractors and the Corps would
emphasize the unique strengths and capabilities of each.   Moreover,
greater utilization  of ARCS contractors  for remedial design could  speed
the completion of  site clean-ups under Superfund.

Recommendations

       1.    To encourage more  effective use of available ARCS
            resources,  within 60 days EPA should revise Superfund
            policy to allow the regions to select ARCS contractors to
            do  design  work at any site, and to carry out remedial
            actions with  a value up  to $15 million.  Under current
                                 xvi

-------
      policy, ARCS cannot be selected to carry out remedial
      actions with a value over $5  million.

2.    To facilitate implementation of this revised policy, within
      90 days  EPA should issue guidance to the regions to help
      them make assignments to ARCS contractors and the
      Corps.  This guidance  should include:

      •     Site-specific technical,  quality, and performance
            criteria;

      •     Emphasis on the Corps'  ability to review the  design
            and construction activities of ARCS contractors; and

      •     Requirements that the Corps review the remedial
            designs of ARCS contractors when the Corps will
            carry out the clean-up  phase.

3.    EPA should negotiate an approximately $2 billion
      reduction in the construction  capacity of ARCS  contracts
      to reflect the reduction in  currently projected needs.

4.    To ensure a balanced construction management  system,
      EPA should work  with the Corps to improve Corps
      responsiveness to  regional needs during project  design,
      maintain effective  communications between EPA and the
      Corps, and ensure  a substantial and predictable  workload
      for the  Corps to facilitate  workload planning.

5.    In  order to assess  the accuracy of current workload
      assumptions, EPA  should continue to monitor the extent to
      which ARCS contractor capacity is utilized.  If actual
      utilization differs substantially from the projections,  EPA
      should take action  to correct  under- or over-capacity
      problems.

6.    EPA should assess the apparent excess capacity of ARCS
      contractors in the western zone.  The Agency should
      consider selective terminations  and assess the feasibility of
      making  excess capacity available to other regions that may
      have a capacity shortfall.
                           xvn

-------
                     ARCS Contract Controls

Findings

      Defined within each ARCS contract are a series of procedures
and controls intended to assure effective EPA oversight of contractors.
These contract controls are augmented  by defined procedures to be
followed by EPA staff engaged in contract  administration  and program
management.

      Overall, the defined procedures and controls appear to be
comprehensive.  But specific weaknesses have been identified in the
implementation of these procedures.  Administrative weaknesses in the
areas of work assignment management, invoice  review, technical
performance management,  and independent  government cost  estimates
provide inadequate safeguards against waste and mismanagement.
These shortcomings should be reported under the Federal Managers'
Financial Integrity Act (FMFIA) to ensure senior management
accountability for and attention to corrective actions.

      The  ARCS contracts provide for contractors to  purchase
necessary equipment on behalf of the Federal government.  This
equipment  is maintained and utilized by the contractor during the life
of the contract, but it is owned by the  government. The task force
found no evidence of violation  of EPA controls  over equipment
purchases by contractors.  Other reviews have identified instances when
ARCS  contractors have not  utilized  available government-furnished
equipment.   EPA currently is conducting a  comprehensive review of its
equipment  control policies and procedures.

Recommen dations

      1.     EPA should report ARCS contract management as a
             material weakness in its FY91 FMFIA submission.  In
             addition, the EPA office responsible for this report should:

             •     Implement corrective actions;

                  Establish a formal tracking system that projects
                  action  dates and monitors whether actions are taken
                  as scheduled;
                                xvm

-------
            •     Report quarterly to EPA's  Senior Council on
                  Management Controls on the status of
                  implementation; and

                  Convene a regional work group to evaluate regional
                  issues.

      2.    EPA should act immediately to establish a regional
            capacity for providing independent government cost
            estimates to ARCS contract managers.

      3.    EPA should take immediate steps to strengthen ARCS
            administrative process controls in those areas identified in
            regional vulnerability assessments.  Two areas that deserve
            immediate attention are the need  to assure  the optimal
            scope of work  assignments and the invoice review process.

      4.    EPA should implement the recommendations resulting
            from its ongoing study of the  Agency's administrative
            controls over the government-owned equipment used by
            contractors at Superfund sites.

      5.    EPA should evaluate the feasibility of establishing
            regional, government-owned, contractor-operated
            warehouses where all equipment not required on a regular
            basis can be stored and accessed  by ARCS contractors.
                ARCS Financial Audits and Reviews

Findings

      Financial  audits of contractor records are the government's final
means for determining the  allowability, allocability, and accuracy of
contractor charges under cost-reimbursement contracts.  Due to the
relatively short time that the ARCS contracts have been in place, the
timing of audit cycles, and the division of audit responsibilities between
EPA's Office  of the Inspector General (OIG) and the Defense Contract
Audit Agency (DCAA), no final audits have been  completed on ARCS
contracts.  Selected special audits have been completed when EPA
contract administrators have suspected problems.  EPA also conducts
periodic reviews of contractor financial management systems to assure
compliance with contract requirements.
                                xix

-------
      Because OIG operates under an independent appropriation, the
EPA Administrator does not have  independent authority to provide
funds to the OIG. Consequently,  the Administrator has requested that
Congress provide additional resources so the OIG can become the lead
audit agency for several additional ARCS contractors,  and accelerate
audits at contractors for which the OIG already is the lead auditor.
The OIG recently assigned a high  priority to auditing  Superfund
contracts in FY92.

Recommendations

      1.    The OIG should develop a strategy to complete financial
            audits in accordance with existing requirements.
            Specifically, the OIG should:

            •     Define  a full audit program for the six contractors
                  for which the OIG is the lead auditor;

                  Continue to negotiate with DCAA on  audit
                  coverage for the remaining  17 ARCS  contractors
                  and other EPA contractors;  and

            •     Evaluate audit  coverage  in order to consolidate the
                  number, type, and frequency of audits while still
                  preserving audit integrity.

      2.    EPA should strengthen its financial monitoring review
            program by:

            •     Reviewing contractors on a one- to two-year cycle;
                  and

            •     Resolving problems identified during previous
                  reviews.

      3.    EPA should periodically spot check  contractors' financial
            records,  vouchers, and other supporting documentation.
                                 xx

-------
                         Award Fee Process

Findings

      The compensation structure in ARCS contracts was designed to
promote contractor effectiveness by  awarding  higher fees for better
performance and reducing fees for lower quality work.   Moreover,
under ARCS the quality of a contractor's performance is supposed to
be a major consideration in the assignment of future work.  This dual
incentive  concept is central to the Superfund contracting strategy.

      However, EPA's success in using the quality of contractor
performance as  the basis for issuing new  work  assignments is  uneven
at best.  Some regions  have used the strategy effectively; others have
not.  The national pattern of performance ratings suggests that the use
of the performance rating systems among regions is also uneven.

      Overall, fees  awarded to ARCS contractors are significantly
lower than the maximum levels permitted by  contract.  On average,
they are also lower  than the rates established  under other contract
forms (e.g., cost plus fixed fee).

R ecommen dations

       1.     EPA should reinforce its policy on the use of award fees
             to  influence contractor performance by:

             •      Suspending the issuance of  new site assignments to
                   contracts who  have performed unsatisfactorily on
                   prior assignments;

             •      Imposing appropriate sanctions, including
                   termination, on contractors who persist in their
                   failure to correct deficiencies; and

             •      Assigning new  site work in FY92 to contractors
                   who have performed well in the past.

      2.     Contractors should be evaluated  on the quality of both
             their administrative and remedial work.  The ability of
             contractors to  reduce program management costs  and meet
             national targets should receive significant consideration in
             the award fee  process.
                                 xxi

-------
      3.    Key EPA supervisors should assist the staff charged with
            the routine operation of the award fee process in their
            evaluations of ARCS contractor performance.

      4.    EPA should establish teams to evaluate and report within
            120 days on ways to streamline the award  fee system,
            reduce the paperwork burden, and resolve issues of
            national consistency.  These teams also should examine
            the Performance Index Rating Score to determine if it is
            the best tool for evaluating performance,  and  then  translate
            the index into a criterion for the assignment of new work.
           EPA Management Processes and Organization

Findings

      As EPA's mission has increased in scope and complexity, so has
its dependence on outside parties.  In FY90, more than three-quarters
of EPA's budget was applied to  contracts, grants, loans, cooperative
agreements, and interagency agreements.  However, EPA's system of
managing these functions has not changed in  more than two decades,
and management responsibilities  are divided among different EPA
offices.

      The  Superfund program relies  upon a complex mix of these
extramural  techniques to accomplish its mission.  However, no focal
point for coordinated management of these techniques exists within
EPA.

      Overall, the decentralized  contracting process is working; over
900  active  work assignments are underway.  Yet ARCS contracting
activities are not viewed systematically within EPA.  Ineffective
information flows, inadequate coordination,  and the need for improved
staff training and  development characterize EPA's management of
ARCS contracts.

Recommendations

      1.     EPA should establish a  Superfund Acquisition Program
             Manager who reports directly to the Assistant
             Administrator responsible for overseeing Superfund
                                xxn

-------
      acquisition decisions and activities.  The initial major
      responsibility of the new manager should be to address
      problems related to the management of  ARCS contracts.

2.     EPA should examine the division of headquarters and
      regional management responsibilities to  identify the steps
      needed to create an effective mechanism for monitoring,
      evaluation, and formulating ARCS policy.  An
      implementation plan based on the results of this
      examination should be submitted to the  Administrator
      within the  next 120 days.

3.     Total Quality Management (TQM) concepts should be
      employed to establish an ARCS Council consisting of
      headquarters and regional personnel and ARCS contractor
      representatives.  This  council should meet regularly to
      identify and implement improvements  in ARCS contract
      management.

4.     EPA should support successful ARCS contract
      management by creating  regional management teams
      consisting  of contracting  officers, technical staff, and
      supervisors. These teams should be  encouraged to report
      back to the ARCS  Council with recommendations for
      increased  efficiencies  in ARCS contract  management.

5.     EPA should establish  a coordinated ARCS  management
      information program to serve regions  and headquarters.
      This program should utilize information  systems already
      existing or designed.

6.     EPA should direct the newly created Superfund
      Acquisition Program Manager to design  and deliver to
      each region a tailored employee development/training
      program for ARCS personnel.  This program should
      provide specific skills and knowledge  that the ARCS
      contracting officers, project officers, and remedial project
      managers  must have to operate effectively and efficiently.

7.     Following  the  Region V  model for  utilizing the TQM
      process as  a training tool, Regional Administrators should
      form ARCS regional and contractor personnel into teams
                          xxm

-------
      that address ARCS issues from a unified,  strategic, quality
      improvement perspective.

8.     Within 60 days EPA should evaluate the feasibility of
      establishing an Office of Acquisition Management.
      Responsibilities of this office would include:

      •     Policy leadership, monitoring, operations,  systems
            evaluation, and human resources development
            related to procurement, financial assistance,  and
            interagency agreements; and

      •     Policy leadership on  major systems  acquisition for
            the Agency.
                          xxiv

-------
                  TASK FORCE MEMBERSHIP
Chairman:  Thomas P.  Dunne
            Acting Associate Administrator
            Office of Regional Operations and State/Local Relations

      Allyn M. Davis, Director
      Hazardous Waste  Division,, Region VI

      Scott Fulton, Senior Enforcement Counsel
      Office of Enforcement

      Richard Guimond, Deputy Assistant Administrator
      Office of Solid Waste and Emergency Response

      Edward J. Hanley, Deputy Assistant Administrator
      Office of Administration and Resources Management

      Bernard (Chip) Landman, Special Assistant
      Office of the Administrator

      Patricia L.  Meaney, Assistant Regional Administrator
      Planning and Management, Region I

      Patrick M.  Tobin, Deputy Regional Administrator
      Region IV

      Anna H. Virbick, Deputy Inspector General
      Office of the Inspector General

      Gerald H. Yamada, Principal Deputy  General Counsel
      Office of General Counsel

ex officio:   Henry L. Longest II, Director
             Office of Emergency and Remedial Response,
             Office of Solid Waste and Emergency Response

             David J. O'Connor, Director
             Procurement and Contracts Management Division,
             Office of Administration and Resources Management
                                xxv

-------
Thomas L. Hadd
Stephen E. Martin
Jessica Barren
Inez L. Artico

Anthony Audia
Fredella F. Baylor
Eve Boss
Celestina J. Browne
John Com stock

Robert G. Courson
Bernadine Davis

Bettina B. Fletcher
Carl S. Gagliardi
Linda L. Garczynski
Frederick C. Garman
Ulrike A. Joiner
Paul A. Martin
Barbara S. McDonough
Paul F. Nadeau
Thomas L. Super
Carolyn Thompson
Chris  C.  Tirpak

William R. Topping
Betty  Waldron
Mark H. Walker
Alan L. Wehmeyer
Nancy W. Wentworth
Steven E. Young
Avital G. Zemel
David Zeni
 PROJECT STAFF

Project Coordinator
Office of Research and Development

Deputy Project Coordinator
Office of Research and Development

Principal Editor
Office of Administration and Resources
Management, Cincinnati

Office of Regional Operations and State/Local
Relations (OROSLR)
Region V Planning and Management Division
OROSLR
Region VI Hazardous Waste Division
OROSLR
Office of Solid Waste and Emergency  Response
(OSWER)
Region X Environmental Services Division
Office of Administration and Resources
Management (OARM)
OROSLR
Office of Communications and Public Affairs
OSWER
OARM
OARM
OARM
OSWER
OSWER
Office of the Administrator
Region IV Waste Management Division
Office of Pesticides and Toxic Substances
(OPTS)
OARM
Office of Research and Development (ORD)
OARM
Region VJJ Waste Management Division
ORD
OPTS
Office of General Counsel
Region I Planning and Management Division
We would like to acknowledge the extensive support received by the task
force from the EPA regional offices, headquarters offices and the Washington
Information Center.
                                 xxvi

-------
                            SECTION I
                         INTRODUCTION

      In June 1991, a task force was  established to address allegations
about the U.S. Environmental Protection Agency's management of
contracts developed under the Alternative Remedial  Contracting Strategy
(ARCS), a contract strategy designed to correct deficiencies in an
earlier generation of Superfund contracts (see Section II —
Background).  The allegations suggested that excessive program
management costs had been incurred during the life of the  ARCS
contracts; that the capacity built into these contracts predisposed them
toward certain abuses; that control  and audit functions designed into the
system to protect against fraud,  waste,  and abuse had been  either
misapplied or under-utilized; and that the award fee mechanism
structured into these contracts to reward superior performance was not
working  to realize this goal.

      The task force was directed  to address the following questions:

       1.     Are the allegations of waste which have been
             reported fair and accurate?  Is a fuller, more
             detailed inquiry warranted?

      2.     To the extent that  any alleged problems were  or are
             evident, has the Agency taken the necessary steps
             to assure that the problems are fully addressed?  Is
             the oversight and monitoring of ARCS adequate?
             If not,  what steps does the task force recommend?

      3.     Given the success  of EPA's "enforcement first"
             strategy and the corresponding increase in
             responsible party performance of  Superfund
             cleanups, is ARCS still an appropriate  approach for
             the Superfund program?  Are adjustments to the
             size of the  program appropriate?

      The organization established to  respond  to these questions
consisted of a task force of ten senior career Agency officials
representing headquarters and the regions and a project staff of
professional career personnel from  across the Agency.

-------
      The pertinent issues were assessed to determine what information
was needed for the Agency's response.  The issues fell into three
primary categories:

             Processes  used  to  manage and oversee the contracts
             and the contractors;

             Relative distribution of expenditures to:

             a.     contractor program management;

             b.     level of effort (LOE) assigned to
                   remedial work; and

             c.     use of subcontracting; and

      •      Alternative approaches to providing the  support
             currently provided by the ARCS contractors.

      Because the task force members wanted to perform a thorough
review of the issues related to the ARCS contracts, they briefed the
relevant Congressional  committees on the concerns that had been
identified and solicited additional issues to be incorporated into the
study design.  The task force also met with senior officials at the
General Accounting Office (GAO) to  learn about the results of their
reviews of the Superfund contracting program and any issues that  GAO
felt should be  addressed in this study.

      The task force recognized that the information needed  to respond
to many of the identified issues would be found in the EPA  regions,
and arrangements were made for project staff to visit each of the
regional  offices. Prior to  the regional visits, the project staff developed
an interview guide that outlined the information necessary for a
response to the issues,  including definitions of roles and responsibilities
and processes for managing  administration and utilization  of these
contracts.

      The project staff scheduled interviews with regional personnel
who play significant roles in management and oversight of the  ARCS
contracts.  In each region, meetings were held with:

-------
      •     The Regional Administrator, Deputy Regional
            Administrator, and Associate Regional Administrator
            (the senior Agency decision-makers);

      •     The Hazardous Waste Division director and
            Superfund branch chief (who are responsible for the
            region's implementation of the Superfund program
            and the ARCS contracts);

      •     The contracting officers (who are responsible for
            contract administration):

      •     The project officers  (who are responsible for the
            technical management of the contract):

      •     Work assignment managers  (generally remedial
            project managers, who are responsible for the site-
            specific remedial projects and have major
            interactions with the ARCS  contractors); and

      •     Selected ARCS contractors.

Across the country, the project staff met with over 100 regional
personnel and 12 of the  ARCS contractors.

      The discussions  with the regional staff were designed to obtain
information that would respond to the interview  guide questions in  an
interactive manner; the guide was not used as a questionnaire but as a
framework for the interviews, the goal being to  keep the interview
structure flexible enough to capture important information on program
management controls and innovations that were  not directly addressed
by the guide.

      The regional visits yielded a wealth  of information on how
ARCS contracts were designed and are being implemented across the
country.   Discussions were also held with personnel in the Office of
Emergency and  Remedial Response (OERR)  and the Procurement and
Contracts Management Division (PCMD), Office of Administration  and
Resources Management to learn about the processes they had
established for national oversight  of the ARCS program.  The
information gained from  these exchanges reveals the complexity of the
system of ARCS contracts and  points up the need for thorough  analysis

-------
of ARCS  contract design  and evaluation of management processes
supporting the program.

      This report is organized to present the context of ARCS, to
address  each of the issues in detail,  to highlight the findings, and to
propose recommendations. Section II describes the background of
ARCS and places this contract strategy in the context of the entire
Superfund program.   Section III addresses each of the substantive
issues identified  in the task force review. The subsections are devoted
to program management, capacity and  utilization, controls, financial
audits and  reviews, award fee process, and management processes and
organization. Findings and recommendations are highlighted.  Section
IV, the  Appendix, provides data used by  the task force.

-------
                          SECTION II
                        BACKGROUND
A. SUPERFUND PROGRAM DESCRIPTION

Statutory Authority

      The Comprehensive Environmental Response, Compensation, and
Liability Act (CERCLA) gives the U.S. Environmental Protection
Agency (EPA)  the authority and necessary tools to respond directly to
releases or threatened releases of hazardous substances that may
endanger public health,  welfare or the environment or to take legal
action to compel parties responsible for causing the contamination to
clean up those  sites or reimburse the Superfund for the costs  of clean-
up.  If those responsible for site contamination cannot be found or are
unwilling or unable to clean up  a site, EPA  can use monies from the
Superfund trust fund to clean it  up.

      The law authorizes two kinds of response actions:

      •      Short-term removals where actions may be taken to
             address releases or  threats of releases requiring prompt
             response; and

      •      Long-term remedial responses  that permanently and
             significantly reduce the danger  associated with releases of
             hazardous  substances  that are serious but not immediately
             life threatening.

Remedial and removal responses include, but are not limited to:

      •      Destroying, detoxifying or immobilizing the  hazardous
             substances on the site through incineration or other
             treatment technologies;

      •      Containing the substances on site so  that they can safely
             remain there and present no future threat;

      •      Removing  the materials from the site to an EPA-approved,
             licensed  hazardous  waste facility for  treatment,
             containment, or destruction; and

-------
      •     Identifying and restoring contaminated ground  water,
            halting  further spread of the contaminants, or,  in some
            circumstances, providing an alternate source of drinking
            water.

      When CERCLA was passed, it was intended as a direct and
limited effort to clean up  the nation's hazardous waste sites.  Congress
recognized that EPA could not address all sites, and therefore directed
it to set priorities for federal  action under  Superfund.  At the time,  it
was expected that  the $1.6 billion Superfund was  sufficient to clean up
the priority sites.  Few realized the size  of the problem until EPA
began the process  of site  discovery and site evaluation.  Not hundreds,
but thousands  of potential hazardous waste sites existed, and they
presented  some of the most complex pollution problems  the nation had
ever faced.

      As  site  discoveries  grew, cost estimates rose.  Realizing the
long-term  nature of the problem and the enormous job ahead, Congress
reauthorized the program in 1986 for another five years, adding $8.5
billion to  the Fund.  The  law, amended by the Superfund Amendments
and Reauthorization  Act (SARA), was stricter, broader in scope,  and
required that "to the maximum extent practicable" solutions make use
of alternative or resource  recovery technologies and be permanent.
SARA:

      •     Expanded EPA's enforcement authority for  compelling
            participation  by  potentially responsible parties;

      •     Strengthened the partnership between the federal
            government and state and local authorities, establishing a
            minimum level of state participation in all phases of
            CERCLA responses;

      •     Added  a section dealing with release of hazardous
            substances at federal facilities, clarifying that Superfund
            applies  to federal agencies;

            Established goals for the various components of the
            Superfund program;  and

            Required remedies at Superfund sites to comply with other
            environmental laws and requirements.

-------
      Superfund was again reauthorized without substantial changes  in
1990, extending funding through 1994.
Identifying Hazardous Waste Sites and Setting Priorities

      Short-term threats from hazardous substances are often
emergencies, ranging from accidental spills  to serious  public health  or
environmental threats posed by long-standing hazardous waste problems.
EPA established and maintains response capabilities to these threats
under the Superfund removal program.  The program  may entail
removing contaminants from the  area for treatment or disposal in a
safe, approved manner or reducing or eliminating immediate threats
from contamination  of the air,  soil,  and water; it may also  involve
reducing the cost of any necessary long-term clean-up by controlling
the migration of contaminants.  To date EPA has performed more than
2,400 emergency clean-ups.

      In addition to responding to emergencies, pursuant to CERCLA,
EPA established a National Priorities List (NPL) to identify the worst
sites and set priorities for clean-up.   Although the  Superfund program
responds to hazardous substance  emergencies wherever they occur, only
sites listed on the NPL are eligible  for clean-up under the Superfund
remedial program.

      The NPL sets clean-up priorities from among the approximately
34,000 potential hazardous waste sites identified  to date by EPA, states,
communities and citizens.  Once a site is discovered,  it enters the
Superfund  screening process for evaluation  and, if  warranted, action.
Historically about 2,000 new sites are added to the evaluation inventory
each year.   The screening process, the  status of which is shown in
Figure 1, begins with  a preliminary  assessment and if needed (about 40
percent  of the sites are eliminated from further consideration at this
point) progresses to  a more detailed site investigation.  This can result,
again if warranted,  in a package  of  data used to "score" the site with
the Hazard Ranking System, EPA's  method of ranking the  relative
hazard at sites for placement on  the NPL.  Relatively few (about 5
percent  of  the 21,000  sites that have been fully assessed to date) make
it onto the NPL and move forward into the long-term clean-up
program.
                                  7

-------
                    Figure 1  -  SUPERFUND SCREENING STATUS
                                                   NPL
                                                  1,207*
                                                  (3.5%)
 Awaiting
 Assessment
2,242(6.5%)
                       Site Inspection-
                         No Further
                       Action Planned
                        6,594(19.2%)
oo
                  Site Inspection
                   Completed-
                 Decision Pending
                  5,979 (17.4%)
                             Preliminary Assessment (PA)
                                No Further Remedial
                                  Action Planned
                                  13,863 (40.4%)
       * Proposed and Final Sites
                                              Site Inspection
                                                 Needed
                                              4,413 (12.9%)
                   32,088 of 34,330 (93.5%) Total Sites in
                   the Inventory Have Been Assessed.
                   Source: CERCLIS

-------
The Remedial Process

      Figure 2 shows the remedial process that ensues when a site is
listed on the NPL.  (See Appendix for a regional profile.)  In the  first
phase, called the Remedial Investigation/Feasibility Study (RI/FS),
detailed investigations are conducted to assess what contaminants are
present, how serious the contamination is,  and what potential risks there
are to the community.  Studies are also done to  determine which clean-
up  methods may be most effective.  This process can take  18 to 39
months, and the average cost of a study is about $1  million.   Before
beginning the RI/FS,  EPA negotiates with  potentially responsible parties
(PRPs) to encourage them to perform  the RI/FS  under EPA oversight.

       Based upon  the RI/FS, EPA considers alternatives  and develops
a proposed  plan in which clean-up alternatives are described and
compared.  Once the studies are  complete  there is  a public comment
period on EPA's proposed clean-up plan.  The remedy is then selected
by  EPA  and documented in  the Record of Decision (ROD).

       The period following  the signing of the ROD is one of
negotiation  with PRPs regarding who  will  conduct the remedy at the
site.  EPA issues Special Notice  letters to  PRPs  at this time, beginning
a formal period of negotiation with the PRPs for site clean-up. The
special notice letter establishes a 60- to 120-day  moratorium during
which EPA will not begin cleaning up the  site.   If PRPs decline to
participate,  or the time for negotiating a settlement runs out, EPA  may
issue a unilateral administrative order  for clean-up  or begin cleaning up
the site using trust fund money.

       After negotiations with the PRPs, a remedial design  (RD) is
prepared outlining  the plans  and  specifications to implement the clean-
up  technology chosen in the ROD.  Development of this design takes
12  to  18  months and costs an average of $1 million.  Actual clean-up,
called remedial action (RA), follows.  Depending on the  method used,
construction, shakedown and operation may take  from one to six years.
Restoring ground water may take  longer.

       Even after clean-up, many sites require the maintenance of in-
place technologies, e.g.,  caps or leachate treatment systems.   Deletion
from the NPL is the  final step in the  remedial process.  In a
requirement separate  from NPL deletion, certain  sites are reviewed  after

-------
                            Figure 2
            SUPERFUND  REMEDIAL  STATUS
      National Priorities List:                                1207*
      (NPL Sites)

      Engineering Studies Started:                           1096
      (Remedial Investigation/Feasibility Study)

      Remedies Selected:                                    590
      (Record of Decision Signed)

      Remedial Designs Started:                              478

      Construction Started:                                  320

      Remedial Action Projects Completed:                    149

      Total Construction Work at NPL Sites Completed:            6 3

  *  Proposed and Final Sites

Source: OSWER National Perspective: Superfund 3/91
                              10

-------
five years to ensure  that the clean-up technologies applied to them
continue to  meet objectives.  EPA attempts to recover all expenditures
at a site at the completion of clean-up activities.

      The federal government has historically been criticized for not
involving the public  in many of the projects it has undertaken;
therefore, Congress included requirements for public participation in
most steps of the Superfund program.  Tentative  decisions regarding a
site are issued for public comment  and many are made in concert with
the communities surrounding a site.
Managing the Superfund Program

      EPA's organizational structure for dealing with Superfund
involves a headquarters office in Washington to establish  policy and
provide national program direction; the implementation of the program
is delegated to EPA's ten regions.  During the first years of the
program,  the majority of decisions were made at headquarters or
required headquarters concurrence.  As the program matured and more
sites made their way into the Superfund pipeline, the workload
increased.  The decision was then made to delegate more authority to
the regions in order to speed up the program; e.g., Records of Decision
could be  signed by the Regional Administrator, eliminating  what was
sometimes a  lengthy  headquarters review.  Delegation of more authority
to the regions also placed implementation decisions in the hands of
staff involved in day-to-day site activities.
Options for Remedial Project  Implementation

Option  1:  Potentially Responsible Parties

      CERCLA (Section 104) authorized that potentially responsible
parties perform remedial projects as  part of the comprehensive
liability/enforcement provisions.   Specific language authorizes the
President to take action  "unless  ... remedial action will be  done
properly" by an PRP.  These  provisions were initially implemented for
remedial design and remedial  action (RD/RA) projects based on the
Agency's selection of remedy decision.  The approach was
subsequently expanded to include the RI/FS phase, with the Agency
retaining selection of remedy  authority.  This  approach was further
endorsed by SARA (Section 122 - Settlements), which requires the
                                 11

-------
President to "act to facilitate settlements" with PRPs.  SARA
introduced special notice procedures and formal moratorium periods for
negotiations with PRPs before  initiating Fund-financed RI/FS and
RD/RA projects, as well as other tools to encourage PRP participation.

      The Agency's stance in  implementing this approach was
manifested  in the Superfund Management Review (SMR), also called
the 90-day  Study (prepared in  1989), which strongly emphasizes
enforcement to  induce PRPs to conduct more clean-ups. The SMR
also establishes a "One Superfund Program" philosophy, in which PRP
commitments are  sought first but Fund dollars are spent if the PRPs
are unwilling or unable  to perform the work.   Finally, the SMR
encourages  the  use of the  tools provided in SARA to encourage
settlements  without compromising environmental goals.

      Responsibility for monitoring PRP projects is split in
headquarters between the Office  of Waste Programs Enforcement
(OWPE) and the Office of Emergency and Remedial Response
(OERR). OWPE oversees projects from the RI/FS phase through the
selection of remedy.  OWPE, in  consultation with the Office of
Enforcement, is also responsible  for all enforcement policy and  for
monitoring  all negotiations, including those for RD/RA  settlements.
OERR is responsible for oversight and compliance monitoring of
RD/RA projects.  This split was  made in 1988 to centralize
construction management expertise in  one organization.   This distinction
does not exist in the regions, where management of Fund and PRP
projects is vested in the same  division, and often with the same
remedial project managers (RPMs).

      PRPs perform projects under several types of agreement that
define scopes of work, EPA and PRP roles and responsibilities, and
other provisions.  Generally, projects are actually performed  by
contractors  (consultants, Architectural and Engineering (A-E) firms, and
constructors) under the direction  of the PRPs.  Oversight of the PRP
work is required by SARA (Section 104) and is performed by regional
offices.  Oversight support is available from Technical Enforcement
Support (TES) contracts during the RI/FS phase  and from ARCS or the
US Army Corps of Engineers  (Corps) during  the RD/RA phase.
Monitoring may include on-site examination of the work, review of all
reports, and parallel sampling and analysis to  ensure accuracy.   OWPE
and OERR have each issued guidance on oversight requirements for the
regions.
                                 12

-------
      The value of work performed by PRPs has increased annually
since the  enactment of SARA.  Figure 3 shows the value of PRP
settlements achieved annually for fiscal year (FY) 87 through FY90.
Table 1 shows the percent of projects  that PRPs have initiated by  type
of project and fiscal year.  Expected accomplishments for FY91  should
show PRP starts in the 60-70 percent range for each  activity.  This
probably  reflects a steady state that can be expected over the next
several  years.
TABLE 1.  PERCENT OF PRP PROJECT STARTS BY ACTIVITY
ACTIVITY
RI/FS
RD
RA
FY87
30%
27%
38%
88
43%
31%
32%
89
52%
65%
46%
90
49%
62%
57%
(From: CERCLIS: MGMNT 06; Federal Facility and Other Sites Excluded)

Option 2:   States

       The  Superfund statute mandates a direct role for the States in the
remedial process.  CERCLA (Section 104(c))  required three state
assurances as a precondition for Fund-financed remedial action.  SARA
(Section 121(f)) expanded the  CERCLA requirements to include a
"...substantial and meaningful involvement by  each State in initiation,
development, and selection of remedial  actions to be undertaken in  that
State."  States can also  assume the lead for conducting RI/FS  and
RD/RA projects.  Most  requests for state lead are approved by the
regions, and support mechanisms have been implemented to help states
build participation in the remedial process.

       The majority of NPL sites are discovered  by  state officials and
states have a vested interest in seeing that sites  in their locale are
cleaned up.  Many sites that do not make the NPL are addressed by
states.  In  addition, states are financially tied  to Superfund, because the
law requires them to contribute at least 10 percent of EPA's costs for
remedial action at NPL  sites within  their borders.  States also  conduct
the operation and maintenance required after a site is remediated and
play a crucial role in identifying  clean-up standards and reviewing
                                  13

-------
                                   Figure 3
  Cumulative Value of PRP Response Settlements
                              (All Activities)
       •a
        o
        Ol
        .4-1
        rt
        5
        •M
        ^«i
        in
        W
1400
1300
1200
1100
1000
 900
 800
 700
 600
 500
 400-
 300-
 200-
 100-
  0-
                                                      1,312*
                       Other Response Settlement Dollars
                       RD/RA Settlement Dollars
                                          1,020*
                              512.1*
                   290.V
                  159.6
                  130.5
184.6
                             327.5
            170.4
            S49.6
                 FY87
                    FY88
           FY89
 Nutnber of Settlements
                    221
Source: CERCLIS
                                                      272
                        1040
FY90
                        285
                                     394.2
                                                                 101.5
                                                                 292.7
 FY91
SrdQTR
                                                   Cutoff Date: 07/08/91

-------
proposed remedies.  Some states have developed either their own
Superfund  programs or sufficient capability  to expand their role in the
Superfund  process.  As a result, EPA expects that states will continue
to enhance their participation in the Superfund program.

       State-lead projects are performed under a cooperative agreement
(CA) which is jointly executed with EPA.  The CA describes  the work
to be performed by the state, the project budget and  schedule, and a
series  of special conditions that guide the performance of the work.
Projects are executed by  contractors retained by the state, generally for
that specific  site.   Oversight is maintained by the cognizant regional
office  to ensure conformance with the CA and consistency  with
program policy and guidance.  EPA retains the responsibility for the
selection of remedy decision, although states can assist with preparation
of the Record of Decision and provide a recommendation for EPA
concurrence.

       The number of state-lead projects  has fluctuated since the
enactment  of CERCLA.  Table 2 reflects the post-SARA data, which
indicate a  gradual  decrease in state-lead projects.  These trends are
supported by anecdotal information suggesting that the states are
increasingly  focusing their resources on non-NPL  sites or state
enforcement sites  where there is less  overlap with EPA activities.
Efforts are underway to define which long-term state roles  affect the
level of state-lead  activity.

TABLE 2. STATE-LEAD PROJECT STARTS BY ACTIVITY AND FISCAL YEAR
ACTIVITY
RI/FS
RD
RA
* Projections only
FY87
22
22
11

88
16
15
9

89
11
10
12

90
10
4
7

91*
5
11
5

Option 3:  EPA-Lead Projects

       EPA-lead  has  become the project delivery option "of last resort"
after providing opportunities  for potentially responsible parties and
states  to assume a project lead.  However, it has been the  most
frequently  used option for remedial projects to date.  EPA-lead projects
                                  15

-------
are conducted through contracts managed directly by the Agency, and
through interagency agreements  with other federal agencies.  These
vehicles are discussed in detail in subsequent sections of this report.
EPA also  has experimented with performing remedial projects with in-
house employees.  Efforts to date have focused primarily on the RI/FS
phase of the process.   Although very resource intensive, these projects
have served as a useful training opportunity for Agency remedial
project managers.
Superfund Progress

      In the early days of Superfund, progress was slow, as policies
and procedures were developed and the identification and
characterization of sites began.  Expertise in hazardous waste clean-up
was limited,  and  clean-up technologies were virtually non-existent.
After he was appointed the head of the Superfund program in 1984,
Lee Thomas  made key decisions to speed up the  program. Delays in
CERCLA's reauthorization by Congress severely curtailed Superfund
activities in 1985 and  1986, as taxing authority ran out and remaining
funds were carefully rationed.

      Following  reauthorization in October 1986, EPA faced a growing
list of increasingly complex sites in a situation characterized by
incomplete knowledge, immature technology,  and  relentless pressure on
limited  resources.  However, earlier efforts  began to deliver results.
Figure 4 indicates that more clean-ups were started in 1987, after  the
Superfund law  was amended,  than in any previous year and that it
takes approximately ten years for a site to go from discovery through
the clean-up  phase.  Although interim steps have  been  completed,  it is
only within the last few years that sites have come out the other end
of the "pipeline"  of NPL sites awaiting final  clean-up.

      In 1989, EPA Administrator William K. Reilly commissioned an
evaluation of Superfund  which became known as  the 90-day Study. It
established a new Superfund strategy, including the use of "enforcement
first" to compel private-party  responses, make sites safer  by controlling
acute threats immediately, make  sites cleaner by addressing the worst
sites and worst problems first, and develop new technologies for more
effective clean-ups.
                                  16

-------
         Figure 4  -  SUPERFUND PROGRESS
          2600 -,

          2400 -

          2200 -

          2000 -

          1800 -

Cumulative  1600 .
Progress In
Super-fund  1400 .
  (No. of
cumulative  1200 -
  events)
          1000

           800

           600

           400 -

           200

             0
      80
            81
NPL Listing

     r Pending
                          82
                RI/FS
                                                                       B Removals
                                                                        RI/FS
83     84    85     86     87     88     89     90
           Year
                                  RD/RA
                                  Neg.
                                Design
                                       Construction
                                                      Long-Term Response Actions
       I  ,   I  |  I   |  I  |

         1234
                                      I     I
               I
I
I     I
                                    5    6    7    8   9    10    11
                                      SUPERFUND TIMELINE (Years)

-------
      The new  strategy has  resulted in the following:

             All Superfund sites have been assessed for  immediate risk,
             and action has  been  taken where necessary.

             Work has begun at almost 90 percent of over  1,200
             Superfund sites on the National  Priorities List  (NPL).

             Almost 700 construction projects at  500 NPL sites are
             being readied for start-up.  Each year, 150  projects
             representing 100 sites join the construction  pipeline.

             Roughly  350  clean-up  projects are being designed.

      •      PRPs are now doing about 60 percent of new  clean-ups,
             under EPA supervision.

      •      Treatment technologies are being employed in  over 70
             percent of the projects to control hazardous waste  sources.

Overall, work has accelerated and the pipeline is  full.

      As Superfund enters the nineties, the challenges facing it include:

      •      Forecasting and planning the investigation  and clean-up
             workload in the Superfund pipeline to maintain a steady
             program;

      •      Finding the right technologies to address site
             contamination;

             Continuing to refine and institutionalize the clean-up
             process in order to perform  work as efficiently as
             possible;

      •      Reducing overall time  required for site investigation and
             remediation by two to  three years;

             Using the first  ten years of  Superfund experience to
             achieve more in the  next ten; and
                                  18

-------
            Improving public communication on the scope and
            administration of the program.
B. REMEDIAL CONTRACTING HISTORY

      Contractors  have conducted the bulk of the pre-remedial,
remedial and removal projects that comprise the Superfund pipeline.
The decision to rely on contractors for project execution was made in
1981  and was predicated on the belief that Superfund would be a  short-
term program (it was authorized for five years initially) that did not
warrant the buildup of a large federal workforce. Private contractors
are used for several reasons.  First, they provide a flexible workforce
that can be adjusted to meet changing needs, both technically and  in
size.  Second, contracts make accessible expertise unavailable within
the government workforce; e.g., a specialized firm may have the know-
how needed to implement a particular technology at a hazardous waste
site.  Third, using contractors to perform work may be  less expensive
than using an in-house workforce; e.g., a contractor may already have
made capital expenditures,  thereby reducing the  cost of doing business,
whereas EPA would need to make such capital expenditures before
performing  the work itself.

       Specific Superfund contract programs include: the Field
Investigation Team (FIT) for conducting pre-remedial preliminary
assessments and site inspections;  Technical Assistance Teams (TAT) for
removal assessment and oversight support;  Emergency Response
Contract Strategy  (ERCS) for removal actions; Technical Enforcement
Support (TES) for enforcement support and oversight of potentially
responsible parties; Contract Laboratory Program (CLP) for analyzing
samples; and the Remedial (REM)  and Alternative Remedial
Contracting Strategy (ARCS) for remedial projects.
Remedial (REM) Contracts

       In 1981, the first three Interim Remedial Contracts were awarded
in order to conduct RI/FSs and provide limited remedial design  support
pending a decision on a long-term contracting approach and on  the
involvement of the Corps.  Each contract was assigned to a specific
group  of regions or zones.  Specifics on these contracts are provided in
Table  3.
                                 19

-------
                                TABLE 3.  Historical Summary:  Superfund Remedial Contracts
to
o
Name
Interim REM 1
Interim REM 2
Interim REM 3
REM/FIT 1
REM/FIT 2
REM 2
REM 3
REM 4
REM52
REM52
Firm
COM
Weston
Black & Veatch
NUS Corp
CH2M Hill
CDM
EBASCO
CH2M Hill
Williams Russel
PEER
Period of
Performance
1981-19821
1981-1982
1981-1982
10/82-9/86
10/82-9/86
6/84-5/89
11/85-9/90
11/85-9/90
7/87-12/90
9/87-9/91
Tvpe
CPFF LOE
CPFF LOE
CPFF LOE
CPAF LOE
CPAF LOE
CPAF LOE
CPAF LOE
CPAF LOE
CPAF LOE
CPAF LOE
Total
Obligations
Not Available
Not Available
Not Available
$103 million
$136 million
$171 million
$170 million
$184 million
$11 million
$11 million
Coverage
Regions I, II, IV
Regions III, V
Regions VI, X
Regions I-IV
Regions V-X
Regions I-X
Regions I-IV
Regions V-X
Regions I-X
Regions I-X
       Notes:
       Contracts had 18-month period of performance.  Exact dates not available.
       Minority business contracts.
       CPAF  =     Cost plus award fee
       CPFF  =     Cost plus fixed fee
       LOE   =     Level of effort

-------
      The two REM/FTT contracts awarded in  1982 were the first
major contracts to support the remedial program.  These  combined the
remedial (REM) and pre-remedial (FIT) components to generate
"economies of scale" and to promote a smooth transition between pre-
remedial and remedial projects.  These contracts proved effective;
however, as the program grew it became unwieldy to combine both
functions within single contracts, and a decision was made to split the
remedial and FIT requirements for purposes of recompetition.

      In 1984, the REM contracts followed and REM 2  was awarded
to meet a capacity shortfall on the remedial side of the REM/FIT
contracts. This contract was designed to work in all ten regions. The
REM 3 and 4 contracts were awarded in 1985  and  replaced the
remedial portion of the REM/FIT contracts.  Follow-on FIT contracts
were awarded in 1986.  The three large REM contracts were
augmented by two small contracts (REM 5 and 6),  which were
awarded to minority business enterprises.

      REM contracts were designed principally to investigate and
characterize hazardous waste sites and examine viable clean-up
alternatives (conduct the RI/FS).   They also included limited capability
for preparing design specifications (RDs) and implementing construction
(RAs)  of selected remedies.  RD/RA capability was  limited, as most of
the program's RD/RA work was performed by the Corps.  EPA
anticipated using REMs for RD/RA only in emergencies, e.g. for
installation of a water main  for residents whose well water had been
contaminated.
C. ARCS CONTRACT  CHARACTERIZATION

Purpose and Program Objectives

      The ARCS represents a new approach designed to mitigate
problems experienced under the REMs and to improve project and
program management.

      The following principal goals were incorporated into the ARCS
contract structure:

      1.    Provide full service capability to allow project
            continuity from RI/FS through RA;
                                21

-------
      2.    Increase competition for contract awards and
            involve more firms in the program;

      3.    Delegate contract responsibility  and authority  to the
            regions; and

      4.    Establish incentives to foster superior performance.

These four goals are described in the following subsections.

Project  Continuity

      The REM approach required a transfer of projects from EPA
contractors to  Corps contractors, resulting in  clean-up delays that were
attributable to the need  of follow-on contractors to familiarize
themselves with previous work performed. The ARCS contracts were
designed to correct this problem by limiting  hand-offs from contractor
to contractor and reinforcing accountability.  ARCS  contracts offer a
full-service capability from RI/FS through RD  and construction
management.

Competition for Contract Award

      The REM contracts were among the largest in EPA's history.
Each had a potential value between  100 million and 200 million dollars
and  required extensive geographical coverage.  Given the magnitude  of
these contracts,  only large engineering firms  with extensive capability
could handle them.

      From FY83 through FY88, the remedial program obtained
engineering support  from five REM contracts held by  four contractors
and  the Corps.  Continual expansion of sites on the NPL,  together with
the passage of the Superfund Amendments and Reauthorization Act in
FY87, caused the program to experience a severe contract capacity
shortage and a need to  broaden its  base of firms which could  perform
hazardous waste remediation.

      The ARCS contracts addressed  this situation  in several  ways.
First, where possible, contracts were awarded on a regional basis.  In
those regions  where the projected workload was not sufficient to
support dedicated contracts, regions were combined  to form zones.
Second, within each region or zone, multiple contracts  were awarded.
                                 22

-------
Since the strategy looked toward removing contractors from the
program for deficient performance, contracts  were awarded  in excess of
projected workload needs.  This approach was  also thought to be a
potential palliative to future capacity shortages.  Third, to effectively
increase competition, two different size contracts were offered, one for
small to mid-size firms and one for large firms.  Further, all firms
were instructed to propose  on only one contract size per region or
zone.  Thus, no  contractor  could receive more  than  one contract in a
given region or zone.  Finally, the evaluation criteria for contractor
selection  were structured  to minimize the advantages of incumbency,
yet obtain qualified  contractors.

Delegation to the Regions

       Management  of the REMs was centralized at EPA headquarters,
where contract management oversight responsibilities were retained.
Among these were the authority to assign and  fund all work, approve
all  subcontracts,  issue contract modifications, determine the quality of
contractor performance through the award fee evaluation process,  and
balance competing regional  needs for additional contract capacity.
Even though regional  offices were involved in  these activities to some
degree, they did not possess contracting officer or project officer
authority.  The regions primarily managed site-specific contractor
performance and reported its quality to headquarters.  This  approach
required constant coordination between  regional, headquarters, and
contractor staff, forced contractors to  be accountable to two clients, and
distanced decision making  and responsibility  from the source of
information and  the end user respectively.

       The ARCS contracts  were predicated on the complete delegation
of contract management authority and responsibility to the regional
offices.  Specifically, each  regional office or zone would receive
contracting officer and project officer authority, would be responsible
for all aspects of contract management, and would determine the
quality of contractor performance.

Enhanced Performance Incentives

       In July  1988, the GAO completed an  extensive review of the
REM contracts.  GAO's findings demonstrated a need for  EPA to
exercise better control over costs and improve  the award fee process to
maximize contractor performance.  Long before release of this report,
                                  23

-------
Agency managers were aware of GAO's findings based upon auditor
inquiries and requests for documentation and explanations.

      ARCS contracts were designed to address these problems.  One
primary objective of the ARCS was the establishment of a dual-track
incentive program which is effected through an award fee process that
documents the quality  and efficiency of contractor performance and
exercises options for additional work based on high performance.  The
ARCS program  also transferred the award-fee decision process  to the
regions  in order to  facilitate a more accurate determination of the
quality and value of contractor services.
ARCS Contract Structure

      ARCS contracts contain two principal areas of activity:  program
management and remedial activities.  Program management constitutes
those technical and administrative  functions which are required to
support the  delivery of the technical hours.  Remedial activities are
those associated with site management, remedial investigations/
feasibility studies, and all engineering services in design and execution
of a remedy.  These areas will be discussed specifically in Section III.
A summary of the planned expenditures under the ARCS contracts is
shown in the Appendix.
Contract Sizes

       One of the primary goals of ARCS  was to  enhance competition
and increase the  number of remedial action contractors available to the
Agency.  Given the regional nature of the  ARCS  procurements, the
Agency sought to enhance the  opportunity  of smaller,  regionally based
A-E firms to participate in the competitive process.  Thus, each
solicitation requested that offerers propose  on smaller and larger
contracts.  The actual sizes  of  these in  terms  of level-of-effort (LOE)
hours  to be procured varied among the solicitations depending on the
individual annual LOE  needs of each region/zone.

       The smaller contract  provided for a  minimum delivery amount in
LOE hours  that was  half of the minimum  delivery amount provided  in
the matching large contract.  The annual maximum LOE delivery rate
for the small contract varied by region/zone from  one quarter to one
half of the annual delivery for the matching  large contract.   Finally,  the
                                 24

-------
total maximum LOE amount to be delivered under the small  contract
varied by region/zone from about one half to one quarter of the total
maximum LOE amount under the matching large contract.

       Table 4 indicates the actual sizes of the  small and large contracts
procured in each region/zone.  The variance in region/zone needs is
reflected in the two sizes of "small"  contracts and the three sizes of
"large" contracts procured.  Table 5 shows the  distribution  of  small and
large contracts procured in each region/zone and  the maximum annual
delivery rate of LOE  hours available to each region/zone.
TABLE 4. CONTRACT SIZES
Region/
Zone
         Small
  Contract in LOE Hours
Min7Annual maxTTotal max

  25,000 25,000 145,000
  25,000 25,000 145,000

  25,000 25,000 145,000
         Large
  Contract in LOE Hours
MinVAnnual max/Total max

 50,000  50,000 300,000
 50,000  100,000 560,000

 50,000  100,000 560,000
IV
V
ARCS-Central
ARCS-West
25,000 25,
25,000 25,
25,000 25,
35,000 35,
,000 145,000
,000 145,000
,000 145,000
,000 200,000
50,000 50,000 300,000
50,000 100,000 560,000
50,000 50,000 300,000
70,000 140,000 780,000

TABLE 5. DISTRIBUTION OF SMALL AND LARGE CONTRACTS BY REGION/ZONE
No. of
Region/Zone
I
II
III
IV
V
ARCS-Central
ARCS-West
TOTALS
No. of
Large Contracts
3
3
2
5
5
7
4
29
Total Annual Max
Small Contracts
4
3
3
1
2
1
2
16
Base
Capacity (LOE)
250,000 HOURS
375,000 HOURS
275,000 HOURS
275,000 HOURS
550,000 HOURS
375,000 HOURS
630,000 HOURS
2,730,000 HOURS
                                   25

-------
ARCS Procurement Cycles

      The ARCS  were procured in three individual cycles from the
issuance of the first solicitation in May 1987 to the award of the final
ARCS contract in June 1989.

      Cycle I included solicitations for Regions III and V.  The
solicitations were  issued on May  8, 1987 and offers were received on
June 8, 1987.  In Region III, five ARCS contracts were awarded
between January 1,  1988 and June 29, 1988. In Region  V, seven
ARCS contracts were  awarded between February 1, 1988 and June 29,
1988.

      Cycle II included solicitations for Regions I and II and the zone
of Regions VI, VII  and VIII (ARCS-Central).   These  were issued on
October 23,  1987 and offers were received on November 23,  1987. In
Region I,  seven ARCS contracts were awarded  between September 16,
1988  and  April 15,  1989.  In Region II,  six contracts were awarded
between September  6, 1988 and May 26,  1989.  In ARCS-Central,
eight  contracts were awarded between September  13,  1988 and May 26,
1989.

      Cycle III included solicitations for Region IV and the zone of
Regions IX and X (ARCS-West).  These were  issued on April 8, 1988
and offers were received on May 8, 1988.   In Region IV, six contracts
were  awarded between May 25, 1989 and June 22, 1989.  In ARCS-
West,  six  contracts were awarded between March 10,  1989 and June
28, 1989.

       Completion of the three cycles of ARCS procurements resulted
in the award of 45 contracts to 23 prime contractors.  The prime
contracts provided for the potential participation of 115 team
subcontractors, 49 of which were small businesses or  small
disadvantaged business enterprises.

      Table 6 identifies the ARCS prime contractors  and indicates the
number and distribution of prime contracts by region/zone.  Table 7
shows the number and distribution of ARCS prime contractors and
potential team subcontractors by region/zone and identifies the number
of large businesses,  small businesses and small disadvantaged business
enterprises participating as team subcontractors.
                                26

-------
TABLE 6.  NUMBER AND DISTRIBUTION OF ARCS PRIME CONTRACTORS
                          No. of
ARCS Prime Contractors  Contracts

1.  COM Federal Programs      4
2.  Ebasco Services, Inc.       3
3.  Arthur D.  Little             1
4.  Metcalf & Eddy            1
5.  NUS Corporation           2
6.  TRC Companies           1
7.  Roy F. Weston            6
8.  ICF Technology            2
9.  Malcolm Pirnie             1
10. TAMS Consultants          1
11. Black & Veatch, Inc.        3
12. CH2M Hill, Inc.            5
13. Ecology & Environment      3
14. Tetra Tech, Inc.           1
15. Bechtel Environmental      2
16. Donohue & Associates      1
17. PRC Corporation          1
18. WW Engineering           1
19. Fluor Daniel, Inc.          1
20. Jacobs Engineering         1
21. Morrison  Knudson          1
22. Sverdrup                 1
23. URS Consultants          2
                    Dist. By Region/Zone

                    ,  II, IV, ARCS-Central
                    ,  II, IV
                      II, IV, V, ARCS-Central, ARCS-West
                      ARCS-West
                    III, IV, V
                    III, IV, V, ARCS-Central, ARCS-West
                    III, V, ARCS-West
                    III
                    IV, ARCS-West
                    V
                    V
                    V
                    ARCS-Central
                    ARCS-Central
                    ARCS-Central
                    ARCS-Central
                    ARCS-Central, ARCS-West
TOTAL ARCS PRIME CONTRACTORS: 23, TOTAL ARCS CONTRACTS: 45
TABLE 7. DISTRIBUTION OF ARCS PRIME AND TEAM SUBCONTRACTORS
 Region/Zone
 IV
 V
 ARCS-Central
 ARCS-West
  No. of ARCS
Prime Contractors

      7
      6
      5
      6
      7
      8
      6
      No. of
Team Subcontractors

25 (15LB/9SB/1SDBE)[*]
   17 (10LB/6SB/1SDBE)
    4 (2LB/2SB/OSDBE)
   18 (12LB/4SB/2SDBE)
   14 (7LB/6SB/1SDBE)
  25 (14LB/10SB/1SDBE)
   12 (6LB/6SB/OSDBE)
TOTAL               45

* (Large Business/Small Business/Small Disadvantaged Business)
                                             115
                                      27

-------
      The Appendix identifies all ARCS prime contractors and
potential team subcontractors by region/zone and provides the size of
each concern in terms of large  business,  small business or small
disadvantaged business enterprise.  It also contains a list of awarded
ARCS contracts which identifies each ARCS prime contractor and
provides information regarding  individual contract numbers, potential
contract values, and performance periods.
D. FUTURE OF SUPERFUND CONTRACTING

      As Superfund approached its tenth year, managers began looking
into the next decade to plan the future of Superfund contracting.  EPA
completed a Long-Term Contract Strategy (LTCS) which provides the
framework  for Superfund contracting through the 1990s.  The LTCS
was formulated with the recognition that the day-to-day activities of
Superfund have been delegated to the regions and thus the majority of
Superfund contracts should be regional contracts designed to  meet
regional needs and  managed and overseen by regional staff.  In
addition, the LTCS addressed potential vulnerabilities caused  by the
lack of flexibility in the current contract structure, changes in program
direction, and the level of competition  for Superfund contracts.

      The LTCS  Task Force delivered a final strategy document in
September  1990, and in December  1990 a joint  strategy for
implementation was jointly issued by the key affected offices.
Comprehensive implementation plans are being  developed for each
contract component. The  implementation plans demonstrate an acute
awareness of the need to carefully plan the new contracts and reduce
vulnerabilities.  Actions are specified by the implementation plans to
strengthen Superfund contracting in the areas of:  training; definition of
roles and responsibilities; provision of  policy, guidance and oversight;
automated information management; and contracting-specific issues
(e.g., award fee, size, number  and types of contracts, program
management structure and costs, etc.).  A headquarters and regional
advisory committee is monitoring the implementation progress.
                                 28

-------
                          SECTION in
                         MAJOR ISSUES
INTRODUCTION
      This section addresses each of the issue areas in a separate
subsection, presents findings and conclusions, and lays the background
for task force recommendations.

      Subsection A, "ARCS Program Management," defines the
activities and appropriate costs  that  fall within this major category of
the ARCS  contracts.  It describes contractual obligations, invoicing,  and
base and option funding.  It projects the  long-term trend of program
management  costs within ARCS contracts as  compared to similar costs
in earlier Superfund contracts.

      Subsection B, "ARCS Capacity and Utilization," describes the
context of  the decision to build excess capacity into the ARCS
contracts,  analyzes the capacity of the subcontract pool,  and explains
the options built into the contract vehicle.

      Subsection C, "ARCS Contract Controls," deals with contract
management  and administration in the decentralized ARCS setting, with
cost and technical performance monitoring, with the Federal Managers'
Financial Integrity Act (FMFIA), with management of government
property, and with appropriate roles and responsibilities  for all who  are
involved with the contract vehicle.

      Subsection D, "ARCS Financial Audits and Reviews," defines
appropriate audits and reviews  for the ARCS setting, describes how and
why ARCS has caused a growth in audit responsibility,  and indicates
mechanisms for addressing this expanded responsibility.

      Subsection E, "Award Fee Process," describes cost-plus-award-
fee contracts  and their function in ARCS, the roles  and  responsibilities
of each participant in the contractor performance evaluation process, the
major components of performance evaluation, and the effectiveness  of
this contract  type.

      Subsection F, "EPA Management Processes and Organization,"
describes the effect of decentralization on the exercise of
responsibilities  under ARCS, the skill mix, training, and  communication
                                 29

-------
necessary for effective administration of ARCS, and ARCS in the
broader context of acquisition management within the Agency.

      The Assistant Administrators for OSWER and OARM should be
directed to develop a detailed implementation plan for the
recommendations  outlined in each subsection below and report quarterly
to the Administrator on the status of implementation.
                                30

-------
A.  ARCS PROGRAM MANAGEMENT

Background

      Each ARCS  contract contains two elements for definition of
work  to be provided by the contractors and to be used for the billing
of direct and indirect costs.  These elements are "Program
Management" and "Remedial Planning."  The program management
element was created to support the site-specific remedial work and
capture all costs that applied to multiple sites.

      The program management component of the ARCS contracts
provides all support functions necessary to perform remedial site
activities under the contract on an ongoing  basis for  the duration of the
contract.  Program  management,  as a contract  element, is intended to
promote quicker turnaround on work assignments, encourage efficient
resolution of overall contract and site-specific problems, focus  priorities,
and maximize resource sharing over all the work assignments.

      The multi-site  support costs incurred under program management
are to be allocated  back to site-specific work  assignments for purposes
of Superfund cost recovery.  Because  all appropriate  clean-up costs
need  to be recovered from responsible parties, the ARCS contracts
require  contractors  to review costs incurred under program management
annually and submit an allocation of appropriate costs to individual
sites.   Allocation will allow cost recovery  to include  an equitable
portion of support costs as well as the site-specific clean-up costs.

      Program management costs are  invoiced as direct costs,  e.g.,
labor, travel, and supplies, and as indirect costs, e.g.,  fringe  benefits
and proportional corporate costs.  The ARCS  contracts generally
identify two  types of indirect costs:   overhead and G&A (general and
administrative).  The rates and bases for applying the rates  are
specified in each contract.  Indirect costs  are  billed under each of  the
ARCS contract elements.

      The task force addressed two issues related to  program
management:
                                 31

-------
Issue 1

      The term program management implies that all expenditures
billed to the program management cost category under the ARCS
contracts are for administrative or "overhead" activities.

Discussion

      Program management constitutes an account under  which all
costs not directly incurred on a remedial  work assignment are
accumulated, billed and reported, allowing distribution of  routine
remedial activity support  costs over more than one site.  These  costs
can be segregated  into contract administration support and technical
support.  The contract administration activities are often referred to as
management costs in the  private  sector.  The technical support activities
under ARCS contracts are actions that support Superfund  remedial site
work but that benefit several sites rather than just one site.

      ARCS contract administration support activities are basically
managerial and  administrative in nature, including:

      •      Progress reporting;

      •      Invoicing and cost documentation;

      •      Required conflict of interest reviews;

      •      Management of team  subcontractors;

      •      Records management  to support cost recovery; and

      •      Subcontracting support; e.g., establishing prequalified
             bidders lists for specialty services such  as well drilling,
             surveying, security,  small business and  minority business
             participation.

      The following are  examples of ARCS  technical support actions
that benefit remedial site work and apply to multiple sites:

             Quality assurance project reviews and audits;

             Equipment  purchases, maintenance,  storage and inventory;
                                  32

-------
            Health and safety training and medical monitoring of
            employees;

            Standard operating procedures to direct remedial activities;
            and

      •     Pollution liability insurance.

      ARCS contracts require contractors to review program
management costs annually to determine reasonableness and
appropriateness for allocation back to the remedial sites.  EPA requested
the deferment of annual allocation submissions from the ARCS
contractors to allow for the revision of the contract clause that addresses
allocation.  Revision of the clause was necessary to improve both the
accounting policies and the documentation concerning program
management costs.

Finding

      In ARCS contracts, program management refers to a cost
accounting center that includes administrative and technical costs and was
established to support Superfund cost recovery and  to focus management
attention on keeping such costs to a minimum.

Recommendations

            To  provide for more accurate tracking of costs,
            within 120 days, OSWER, in concert with OARM
            and the regions, should develop guidance on
            division of program management costs into
            administrative and technical support.

      •     OARM should take the necessary actions to
            complete, by December 1, 1991, guidance required
            to allocate program management costs to site-
            specific work assignments for purposes of cost
            recovery.

            The Agency should revise the program
            management concept for future contracts. Future
            contracts should provide for separate accounting
                                33

-------
            of start-up costs, contract administrative costs,
            and other remedial support costs.
Issue 2
      The amounts expended by contractors under program management
are high compared to current remedial work load and total contract
expenditures.

Discussion

      Program management expenditures will be billed throughout the
life of these contracts and are incurred before and during remedial site
work.  Initial program management expenditures compared to the
remedial planning expenditures were expected to  be high while
contractors were preparing for remedial work assignments, to decline
after contract start-up, and then to fluctuate as the amount of remedial
work conducted varied.  However, major equipment purchases or
purchase of pollution liability insurance can skew the anticipated trend
toward reduced costs.

      The contractors had to be ready to perform shortly  after contract
award.  Therefore, start-up costs were incurred for the following
purposes:

      •      Organization and staffing;

             Standard plans for management, quality  assurance,  and
             health and safety;

             Insurance and indemnification procedures;

      •      Negotiation and award of subcontracts;

             Development of field equipment needs and inventory
             control guidelines; and

      •      Purchase of baseline equipment.

      Actual expenditures for program management activities were
compiled nationally for this review.  (See Appendix). The data  were
                                 34

-------
compiled as of May 31, 1991,  and although the data base may be
incomplete,  the general trends and overall conclusions suggested by the
data are considered to be valid.

      The ARCS  contracts were negotiated with a guaranteed base
amount of technical LOE hours in the remedial planning contract
element.   It was expected that  the base LOE hours would be delivered
within two years.  An estimated level of program management
expenditures, calculated to support delivery of the base LOE hours, is
contained in the Appendix.  By May 31,  1991,  almost every contract
had been in place for two years or more, yet only about half of the
contracts had met the base LOE.  This discrepancy is explained by the
lower-man-  anticipated amount of work given to ARCS. The program
management expenditures show a reduction  below base value estimates
(36 percent), but not  a full corresponding 50 percent.  This may be due
in large measure to start-up costs.  The base value for program
management did not  consider the front end  start-up costs.

       As stated previously, the funds needed for program management
are expected to decline after start-up and  then to fluctuate with LOE
activity.  This is demonstrated  by billing data and is displayed in
Figure 5, which shows expected curves of program management and
remedial costs incurred over time  for a typical contract.  The value of
program management dollars spent per total contract  dollars spent may
be the most useful indicator  of successful cost control.  Figure 6 shows
the ratio of program  management  costs to total  contract costs declining
rapidly as ARCS contract program management costs per year  decline
and remedial activity increases.

       The Appendix  shows contract-specific curves by region,
displaying  the change in the ratio of program management to total
contract outlays over time.  These charts and Figure  6 illustrate the
ratio based  on yearly costs.  If the same ratio of program management
cost to total contract  outlay is  calculated for cumulative costs,  the
FY91  value changes  from 20 to 28.  The cumulative ratio is
"burdened"  with the front-end costs.  It will take  steady reduction in
program management costs and increase in remedial work to bring the
cumulative ratio down.

       For purposes of analysis, the  following indicators were also
evaluated:   program management dollar per remedial dollar and
program management direct labor dollar per remedial direct labor dollar
(see Appendix).  Data collected by the task force indicate that the
                                 35

-------
                           Figure 5

       Dollars  Spent  for PM &  Remedial Planning
                        (Dollars in Millions)
                     (for a typical contract)
         Dollars
oo
       1988
1989
1990
                             YEARS
1991
                     Remedial Dollars
               PM Dollars

-------
Figure 6
National Average Ratio of Program Management to Total Contract Outlays
by Fiscal Year
rt


O
ffr
i-H
rt
"o


PH
M-l
O
o
• rH
-W
rt
           0.4-
          0.3-1
          0.2
                 FY88

   Note that scale begins at 0.2
FY89
                                   FY90
FY91
                                                                      PM/Total $
                                  Ratio Values

                                  FY88 0.70
                                  FY89 0.42
                                  FY90 0.28
                                  FY91 0.20
                              Fiscal Year

-------
program  management expenditure ratios have decreased for most
individual contracts.  This  finding is consistent with expectations.  The
trend  should level off or decline slowly as routine is established in
program  management activities and remedial activity increases.

      Although costs have been reduced  significantly, further reductions
in program management expenses  are desirable.  Several  contractors
have more than one ARCS contract, and  significant savings  may be
realized by merging some program management functions by contractor
instead of maintaining separate activities for each contract.

      Additionally, program  management is  structured with  estimated
base amounts  of expenditures in years one and two and multiple
options in each following year.  The award of options will be based on
EPA's assessment of the need for additional support.  Establishing clear
expenditure objectives with expenditure targets for program management
activities is critical for further cost control.

      Under REM, contractors were often called upon to  provide
program  analysis and technical support on behalf of the Agency.
These activities are not a component of ARCS contracts.  Much of the
management responsibility  addressed by REM contractors  will be taken
on by the Agency, in particular, by the regions. It is anticipated that
the ARCS contracts will, upon completion,  incur less program
management per total outlays than  the REM contracts (See the
Appendix for  specific cost comparison information).  Finally, it is  noted
that the ARCS program  management/total contract outlays ratio will be
significantly affected  by the use or lack of use of the subcontracting
pool in the remedial  planning portion of the contract.  The initial
ARCS total contract estimate, based on full use of the subcontracting
pool,  was that program management would total  11 percent  of overall
costs.  The current cumulative ratio is 28 percent, reflecting both start-
up costs  and low use of the  subcontracting pool.

Finding

      Costs for program management during start-up were high  in
comparison to  costs for assigned remedial work.   Front-end  start-up
costs  and a lower than expected remedial workload contributed to  this
problem.  Program management costs have generally declined as a
proportion of  costs for remedial work, but specific outliers need
management review.  Data tracking and cost  evaluation systems  are not
                                 38

-------
currently maintained at a national level and are needed to assure
maximum cost control and national reporting ability.

Recommendations

            A national target of 20 percent or less for program
            management expenditures compared to total contract
            expenditures for ARCS contracts should be adopted by
            OSWER and OARM.  To accomplish this level,
            contract-specific cost expenditure targets, and
            contractor-specific targets where a contractor has more
            than one contract, should be developed by regions with
            the assistance of OSWER and OARM.

      •     Regions should continue to pursue cost reductions for
            program management  and strengthen cost controls.
            Contractor effectiveness in controlling costs should be
            routinely considered as a significant factor in the
            award fee evaluation process.

            OSWER, with  OARM and  the regions, should within
            120 days develop guidance to support cost management
            activities,  including:

            a.     description of program management activities
                  mandated by  contract requirements;

            b.     clarification of requirements on the contractor
                  related to staffing levels or positions;

            c.     reiteration of requirements on  EPA for
                  exercising options  for funding program
                  management activity;

            d.     discussion of factors for consideration in
                  promoting efficiency during periods of relatively
                  low remedial  work activity; and

            e.     development of various indicators  of
                  administrative cost control.
                                39

-------
B.  ARCS CAPACITY AND UTILIZATION

Background

       Federal-lead remedial planning, design and construction projects
are conducted through contracts managed directly by EPA  and through
interagency  agreements  (lAGs) with other federal agencies  with EPA
oversight. The decision to use EPA contracts and lAGs was  made in
1981, and recognized the Agency's lack of experience in construction
management.  The scenario  called for Agency contracts (REM and
ARCS)  to perform the environmental  studies (RI/FSs) leading up to the
remedy  selection decision, and use of the U.S. Army Corps of
Engineers (Corps) to conduct the design and construction projects to
implement the selected remedies.   This approach had the dual benefit
of allowing  EPA to focus on the environmental issues while taking
advantage of the existing engineering  design and construction
management experience and infrastructure residing in the Corps.

      Specific advantages with involving  the Corps in Superfund
include  the  Corps' ability to act as a  "Federal Agent" to oversee the
expenditure  of federal funds on large  design and construction projects;
the availability of a cadre of experienced resident engineers to maintain
an on-site Federal presence  to monitor the execution of the work; and a
comprehensive infrastructure that  includes real estate acquisition, dispute
resolution mechanisms for construction change orders and claims,  and
other expertise to help ensure the successful completion  of projects.

      The ARCS program includes a total of 45 contracts awarded to
23  different firms across the ten  regions.  The contracts  provide a
potential capacity of over 15 million LOE hours to perform RI/FS  and
RD  studies, construction management, oversight of remedial work
performed by responsible parties, and other  technical  support.  The
contracts also provide a subcontract pool capacity of $4.2 billion to
support field investigations (e.g. well  drilling, soil borings, and
analytical support) and  to perform remedial  action projects.

      ARCS LOE and  subcontract pool capacity needs projections were
developed for each region during 1986-87.  The projections were
predicated on a Fund-financed program that included over  100 RI/FS
starts per year.  From this base,  estimates were developed  on the
number of design and construction projects  that would likely  flow to
the ARCS contracts rather than the other  alternatives - potentially
responsible  parties,  the  states, or  the Corps.  Additional  LOE hours and
                                 40

-------
subcontract pool capacity were included to cover sites and projects
transitioning from  the expiring REM contracts, potentially responsible
party oversight projects, and community relations and other technical
support activities.  Finally, contingencies were added to accommodate
potential program  growth and  to ensure adequate excess capacity to
allow for the termination of contractors in  the event of poor
performance.  A target LOE capacity was then specified  for each
region, and multiple contracts  were awarded to achieve the target level.
(Subcontract pool  capacity  was not a factor in establishing the number
of contracts to be  awarded in  each region.)

      The utilization pattern for ARCS envisioned starting new  RI/FS
projects and follow-on RD/RA projects from  the REM contracts during
years one through  four following award.  The remaining  capacity would
be reserved to  conduct RD/RA projects emanating from the RI/FSs
during years five through ten.   New contracts would be competed as
needed to commence about year five to pick  up new RI/FS starts.

      As contracts were being awarded from January 1988 through
June  1989, the nature of the program was  changing. A sharp increase
in the number  of projects being performed by potentially responsible
parties,  budget constraints resulting from an increased emphasis  on
RD/RA work, and continued use of the Corps resulted in a reduced
workload for ARCS.  The  primary impact  was on the number of RI/FS
starts, which traditionally provided  the primary ARCS workload.  RI/FS
starts were reduced to 78  in FY90, and the target for FY91  is 13
(actual FY91 performance  may exceed this target).  RD/RA  work for
ARCS increased slightly to 34 in FY90,  but this  small increase  did not
offset the workload impact of the RI/FS  reduction on use of  the ARCS
contracts.

      To compensate for these changes,  a  number of adjustments to
the ARCS utilization plan  are  being implemented. First, as  a result of
the Superfund Long-Term Contract Strategy, pre-remedial activities
done under the FIT contracts  and oversight of potentially responsible
party RI/FS projects done under the TES contracts will be transferred
to ARCS.  The pre-remedial work will be  done for a two-year
transition period pending the development of a new contract  structure,
while the RI/FS oversight work will be phased in permanently as the
TES contracts expire.  Second, the program plans to use the  ARCS
contracts for RI/FS starts beyond year four commensurate with
available capacity, thereby  delaying action  to add new contracts  until
                                 41

-------
additional capacity is needed.  The results of these adjustments are
summarized below under LOE Capacity Analysis.
US Army Corps of Engineers (Corps)

      As  stated above, the primary mechanism chosen for
implementation of remedial design and construction projects was the
Corps.  The decision to involve the Corps  in the remedial program was
made by the incumbent Administrator in 1981.  The agreement  was
consummated in a memorandum of understanding (MOU), which was
subsequently amended in 1984.  Decisions  were made to  issue work
assignments to  the Corps through site-specific lAGs, and  at the
direction of the Office of Management and Budget  (OMB), the  Corps
was  to contract out all design and construction projects (the latter to
appease the concerns of interested contractors that the Corps would
perform the work, particularly the remedial design,  with in-house
forces). The Corps receives  staff resources directly from  OMB  based
on the projected Superfund workload, while both intramural and
extramural costs are reimbursed by EPA.

      The pre-SARA years  were marked by  considerable  tension
between EPA and the Corps.  From the Corps perspective, the RD/RA
workload  did not materialize to the levels projected, which caused staff-
size  planning problems.  Further,  the Corps was never comfortable with
the high level of oversight exerted by the EPA regions, preferring a
"Mission Assignment" approach with minimal oversight and occasional
reporting.   Finally, the Corps believed  the accounting and paperwork
burdens imposed by the demands for cost recovery  to be  excessive.
Conversely, the EPA regions wanted to maintain control over the
projects for which they felt  accountable.  Also, the regions were
concerned with the logistical problems  resulting from the  Corps
decision to centralize  all design work in the Omaha and Kansas City
district  offices, with the Corps' perceived reluctance to share project
information, and with the excessive delays  to  initiate  engineering design
activities resulting from the  Corps' site-specific contracting approach.
Finally, the regions raised concerns about the Corps'  minimal
experience base with hazardous waste problems, which caused start-up
difficulties in some sites.

      One of the  primary underlying causes  of tension was a lack of
mutual  understanding  of the two  agencies'  needs and operating
                                 42

-------
procedures (e.g. procurement procedures, terminology, schedule
constraints and public expectations), particularly at a project level.
These strained  relations were largely responsible for the large
construction capacity built into the ARCS program to ensure a backup
capability should the MOU be terminated or curtailed.

      Post-SARA relations between the two agencies improved through
the direct intervention of senior management within the Department of
Army and the  Corps.  The rallying  point for improved relations became
EPA's goal of meeting  the SARA-mandated target of initiating  175
remedial action projects  over the three-year period from October 1986
to October 1989.  The Corps  implemented oversight procedures and
more innovative contracting strategies to ensure the timely completion
of Corps  assigned projects. They also expanded their service base to
include new  support functions  (e.g.  real estate  acquisition) needed by
the regions.  EPA supported the development of the Clean  local area
network (CLEANLAN) system, which allows the Corps to interact with
the official EPA management system.  Once fully operational,
CLEANLAN should allow the Corps to develop workload planning
projections while allowing EPA to monitor  the status of individual
Corps projects.  Also, EPA revised  procedures for payment of Corps
invoices to ensure prompt reimbursement of Corps costs, and provided
guidance  and support for record-keeping requirements.  Both agencies
focused on team-building initiatives including a series of retreats which
served to air issues, improve mutual understanding of the other
agency's needs, and identify action  items to resolve problems.   Finally,
the Corps has  begun to  decentralize design  support  activities to other
qualified districts (e.g. New England and Seattle) to improve
communications with the regions.  These actions have been successful,
but issues remain to be  addressed.

      Ongoing performance can be divided into two areas.  First,
remedial design support  continues to be an  area  of concern. One of
the primary irritants to the regions is the amount of time needed for
the site-specific procurement of contractors  to perform the remedial
design.   This process can take several months  to complete, and on
occasion has resulted in  the selection of a contractor already available
to the region under the ARCS program.  The Corps has  awarded
indefinite delivery contracts for remedial design, but these contracts
also can experience  delays while negotiating fixed-price work
assignments.   Traditionally, the Corps has maintained a strong
preference to use site-specific contracts, particularly where project
schedules appear to  allow  sufficient time  or where specialized design
                                 43

-------
expertise may be required.  Several regions have countered this
problem by using ARCS to perform the remedial design, with the
intention of assigning the construction phase to the Corps.  This
approach has proven successful when proper coordination and Corps
involvement are maintained during design.  Corps future performance
may change, as  the Corps  now agrees that there is a need for more
responsive contract mechanisms for both EPA  and Department of
Defense projects.

      The second area  of  performance is the remedial action phase.
This appears to  be  a strong point in the relationship, as the regions
continue to provide generally positive  feedback on Corps performance.
The Corps has successfully addressed  several complex issues  related to
bond requirements, bid  protests, change orders, and claims, in support
of EPA.  The Corps' resident engineer also has proven effective in
maintaining an on-site government presence to monitor the conduct of
the work.  However, the Corps can not manage all aspects of the  RA
projects assigned to it;  the regions are finding  a need to stay involved
during the RA to assist the Corps on environmental issues and with
interpretations of the Record of Decision, and  to serve as an
intermediary with external  organizations (e.g. states) and the local
citizens.   A similar level of regional involvement is required  on
responsible party and ARCS construction projects.

      Although use of  the Corps remains the primary  vehicle for
implementing remedial  design and construction, some adjustments  have
been made.  First, as mentioned  above, RD/RA capability has been
built into the EPA  contracts.  Each ARCS contract has a subcontract
pool to finance  a variety of project activities, including remedial
construction.  The size  of  the pool ranges from $40 million in the
small contracts to $150 million in the largest contracts. The
cumulative value of the subcontract pools, $4.2 billion, is  64  percent of
the total value of all the ARCS contracts.  The ARCS construction
capability  was established  for several reasons:  (1)  to provide capability
to supplement that  available from the  Corps; (2) to provide added
flexibility  to accelerate  the implementation of smaller projects; and (3)
to build an experience base in construction  management within the
regions.   Second, the Bureau of  Reclamation (BUREC) was  added to
the program in  1987, to provide  additional construction management
capability  in the western regions and to provide technical assistance.
To take best advantage of each mechanism and to provide for national
consistency,  a distribution  policy for RD/RA projects  was issued in
December 1987. The policy is summarized  in Table  8.
                                 44

-------
TABLE 8. OSWER DISTRIBUTION POLICY FOR RD/RA PROJECTS
RA Value Less Than                ARCS or CORPS/BUREC
      $5 Million                  performs RD and RA

RA Value between                  ARCS or CORPS/BUREC
      $5-15 Million                performs RD; CORPS/BUREC
                               must perform RA

RA Value more than                CORPS/BUREC must perform
      $15 Million                 RD and RA
      This policy has resulted in the majority of the RA budget being
assigned to  the Corps.  Current data illustrating the distribution of
RD/RA work between the Corps and ARCS are provided in Table 9.
Using FY90 as an example, the  Corps  received approximately $190
million  of RD/RA work,  while the ARCS contracts received about $43
million.  The dollar value of construction projects proposed for ARCS
over  FY91 and 92 ranges from $100,000 to $10 million.  Included are
projects for which headquarters concurrence was given to exceed the
policy threshold of $5 million.  The dollar value  of Corps  projects  over
the same  years ranges from $1 million to $78 million.  Several of the
small Corps  projects are  actually segments of larger projects.  Trends
indicate that ARCS is receiving  the majority of remedial design
assignments  and nearly half the construction projects, while the Corps
continues to receive the large construction projects, as  evidenced  by a
$15 million average cost in FY92.

Issue

      It is a commonly held perception that the ARCS contracts
contain excess capacity, given the current and projected remedial
workload.  This situation is the result of (1)  the decision to build
excess capacity into ARCS; (2) the subsequent decision to  continue  our
relationship with the Corps in the area of remedial design  and
construction  management; (3) the subsequent decision to adopt an
"enforcement first" strategy  as a key component of Superfund
implementation; and (4) budget policy  decisions shifting more resources
to remedial design and construction accounts.  These decisions have
reduced the volume of work available  for ARCS.  The apparent effect
of these decisions has led to questions about whether the contracts are
being used efficiently, whether the Agency is maintaining essentially
duplicate  capability in the area of design and construction, and whether
the ARCS program management costs  are excessively  high.

                                  45

-------
                                                            Table 9
                              Historical Workload Distribution for Federal-Lead RD/RA Projects
                                                          ($ in Thousands)

CORPS
RD
RA
REM/ARC**
RD
RA
FY87
Starts Dollars*

13 $11,088
12 $73,015

18 $120
11 N/A
FY88
Starts Dollars*

28 $29,517
20 $289,003

23 $2,568
13 $9,692
FY89
Starts Dollars*

11 $16,171
14 $135,490

28 $4,057
14 $5,575
FY90
Starts Dollars*

18 $28,613
7 $161,309

34 $10,330
16 $32,503
FY91***
Starts Dollars*

9 $18,317
21 $226,508

32 $15,696
20 $56,278
ON
      *Dollars represent new and ongoing dollars obligated during the fiscal year.
      **State, REM/ARC, and PRP counts and dollars from CERCLIS (7/91)
      ***Projections

-------
Discussion

LOE Capacity Analysis

      OERR, working with PCMD and the regions, has completed an
analysis of ARCS Level of Effort capacity versus expected program
needs.  The purpose of the analysis was to (1) revise the original
workload projections to reflect current program expectations and include
the new pre-remedial and  RI/FS  oversight work,  and (2) compare the
projections against the current available ARCS capacity. The analysis
was based on the following assumptions:

      •      All level  of effort hours available in the ARCS contracts
             were considered in  the analysis.  (This assumes that all
             level of effort options  available in the ARCS  contracts
             will be exercised.)

      •      FIT level of  effort was based on the annual pre-remedial
             budget, with  phase-in work beginning in FY91, and full
             pre-remedial  work accommodated in FY92 and 93. A
             phase-out allocation in FY94 was not calculated but is
             likely  to require some additional hours.  Annual level of
             effort  equals  384,000 hours during FY91,  and 591,000
             hours  during FY92 and 93.

      •      RI/FS  oversight was assumed to phase in  beginning in
             FY92, with all work transitioned by FY94. Level of
             effort  estimates were provided by the Office of Waste
             Programs Enforcement based on the number of expected
             responsible party RI/FS starts.  Annual level of effort
             equals 119,000 hours during FY92,  238,000 hours during
             FY93, and 357,000 hours  during FY94 and beyond.

      •      Traditional remedial workload  was estimated by escalating
             the actual FY90 ordering rate by 30 percent.  The 30
             percent escalation was based on a higher average  level of
             effort delivery rate noted early during FY91 as compared
             with FY90.   The FY91 workload was used for each
             subsequent year.  Annual level of effort equals  1,574,000
             hours during  FY91  and beyond.

      The results of the analysis  are shown in Figure 7. The  length of
the bar for each region depicts the last year during which new projects
                                47

-------
                                 FIGURE 7
                 ARCS LOE CAPACITY ANALYSIS
oo
g
HH
o
                  n
                 m
                 IV
           VI, VII, VIII
                IX X
           NATIONAL
                           I
                          92
                          I
                          93
 I
94
I
95
I
96
 I
97
                                         FISCAL YEAR
98    99

-------
could be assigned to ARCS.  The results show that the zone of
Regions VI, VII, and VIII (ARCS-Central) will run out of capacity
during FY94, while Region IV and  the zone of Regions IX  and X
(ARCS-West) will not use all the available LOE capacity during the
ten-year period of performance.  Based on this analysis, follow-up
actions can be planned with each region.  For example, Region IV
currently is taking action to terminate two ARCS contracts, which will
reduce available capacity, so  that it likely will be consumed by FY97.
With the exception  of ARCS-West,  the remaining regions appear  to
have an acceptable  capacity balance, and contract terminations solely to
reduce capacity  do  not appear warranted.  Follow-up will be required in
ARCS-West to determine an  appropriate course of action.  In addition,
OERR plans to  monitor actual utilization against the planned workload
over the next several years and adjust the projections as appropriate.
Such monitoring will be important if changes  are made in the actual
use  of the ARCS contracts.

Subcontract Pool Capacity Analysis

      As noted above, the cumulative value of the ARCS
subcontracting pool ($4.2 billion) represents 64 percent of the total
value of the ARCS contracts. Over the first three years of ARCS,  this
resource has been significantly underutilized,  as a result of the success
of the enforcement first policy and  the current RD/RA distribution
policy which shifts a majority of the construction work to the Corps.
Minimal use  of the subcontract pool capacity has contributed to the
higher than originally planned ratio of program management costs to
total costs  for the ARCS contracts.   Because many of the program
management costs are fixed costs that continue to  be incurred
regardless of the level of work performed, the lower the use of the
LOE and subcontract pool, the higher becomes the proportion of
program management cost to total contract cost.  Further, the regions
have argued for additional flexibility in making design and construction
assignments to ARCS and the Corps. As a result,  the Task Force
developed three options to the current RD/RA workload distribution
policy.  The options are shown on  Figure 8 and described below.
                                 49

-------
    FIGURE 8. OPTIONAL DISTRIBUTION POLICIES FOR RD/RA PROJECTS

                                     RA VALUE

               $5M      $10M     $15M     $20M     $25M     $30M    $35M+
1 1 1 1
1
CURRENT
OPTION 1
OPTION 2
OPTION 3
         ARCS OR CORPS
         FOR RD & RA

         ARCS OR CORPS FOR RD;
         CORPS FOR RA
CORPS FOR RD & RA

-------
      The first option involves maintaining the current policy for RAs,
but removing the restrictions on RDs.  This would allow the regions to
use ARCS for any design regardless  of the estimated RA value (which
has been the primary area of concern with Corps performance), while
maintaining a strong Corps role in construction management.
However, this option would not increase the use of the ARCS sub-
contracting pool.

      The second option involves raising the current ceiling for RAs  to
$15 million while also removing the  restrictions on RDs.  This option
allows for larger projects to be done  under ARCS to take better
advantage of the available capacity and to maintain project continuity
as envisioned in the ARCS strategy,  while retaining a threshold that
ensures a substantive and predictable construction workload for the
Corps.  However, there are two potential drawbacks with increasing the
ARCS RA distribution ceiling.  First, the Agency does not have
extensive experience or infrastructure in managing large-scale RA
contracts.  The second concern is that if any  claims arise that can not
be settled by the regional contracting officer,  they are referred to the
state court system for resolution.  Regional performance would need to
be monitored and assistance provided as needed.

      The third option further increases the construction ceiling to $30
million while retaining the  concept of no ceiling on the design phase.
Option  3  provides more flexibility to the regions to make  workload
allocation decisions based  on the needs of the project and the resources
available to the region.  It  allows large RA projects (up to $30 million)
to be performed under ARCS  where  the capability and capacity exists
to complete the work.  Also, it maintains the option to use the Corps
when the proposed remedy is complex  or where there is a high degree
of uncertainty (e.g. where  there are highly-variable subsurface
conditions) and the backup of  the Corps infrastructure (e.g. claims
resolution) or Federal on-site presence  (e.g. resident engineer) is
warranted.  Because of the high proposed construction ceiling for
ARCS,  guidelines integrating specific project  needs, and quality and
performance considerations  would be developed to assist the regions in
making assignments between ARCS and the Corps.  Examples of
appropriate criteria would include:

      •      Evaluation of  site characteristics:

             a.     size of  site;
             b.     location of site;
                                 51

-------
            c.     proximity to industrial, commercial  and residential
                  populations;
            d.     proximity to ecologically sensitive areas; and
            e.     level of uncertainty in extent of soil and
                  groundwater contamination and waste quantities;

      •      Evaluation of selected remedy:
            a.     amount of soil excavation required;
            b.     need for major earth construction such as slurry
                  walls and clay caps;
            c.     on-site soil  treatment or stabilization;
            d.     groundwater treatment or plume containment;
            e.     use  of innovative technologies and uncertainties in
                  technical performance; and
            f.     need for continuous federal on-site presence;

      •      Evaluation of local/public  interest:
            a.     citizen/environmental group activity; and
            b.     state/local government concerns;

      •      Evaluation of federal ability to manage site with defined
            characteristics:
            a.     EPA experience  and capability; and
            b.     Corps district office experience and capability;

      •      Evaluation of ARCS contractors' and potential Corps
            contractors' ability to manage and perform construction at
            site with defined characteristics;  and

      •      Site needs for unique Corps construction management
            procedures:
            a.     exposure to  significant change orders and claims;
            b.    need for long-term  continuity at site;
            c.     real estate acquisition needs;  and
            d.    special contract administration issues.

      Implementation of these  options  will  have an impact on ARCS
capacity.  Table 10 summarizes the  affect of  these options on the FY92
RD/RA  workload. Each option would  result  in an increase in LOE use
as more RD projects are assigned to ARCS.  The likely impact would
be approximately 100,000 hours per year.  Options 2 and  3 also  could
affect use of the subcontract pool if the regions decide to move more
                                 52

-------
                                             TABLE 10
                       Distribution of Federal-Lead Remedial Actions by Size

Fiscal Year
1989
1990
1991**
1992**
Projects Under 5 M
Starts
33
21
37
32
Dollars*
$39,160
$29,715
$39,873
$35,764
Projects 5 - < 15 M
Starts
9
4
8
8
Dollars*
$75,990
$26,595
$74,187
$60,600
Projects 15 - < 30 M
Starts
3
2
2
2
Dollars*
$61,947
$35,000
$30,000
$52,560
Projects Over 30 M
Starts
1
2
3
4
Dollars*
$32,881
$106,981
$306,000
$235,080
     Total
                 123
$144,512
29
$237,372
$179,507
10
$680,942
* Dollars represent cumulative expenditures across fiscal years
" FY91  projections based on 9/91 CERCLIS data.  FY92 are planned projections based on CERCLIS 9/91.
**

-------
construction to ARCS.  Construction obligations likely would exceed
$100 million per year, which would consume $1 billion, or 25  percent,
of the total subcontract pool capacity.

      Option  2 provides a useful compromise by allowing more work
to flow to the  ARCS contracts while retaining a strong role for the
Corps on the larger projects.  Quality criteria similar to the examples
provided  under option 3, which focus on the  specific needs of  a
project, should be developed to assist the regions in making project
assignments.

Recommendations

      •      To provide for more effective use of available
            ARCS  resources,  within 60 days  OSWER should
            revise the Fund-lead remedial  design/remedial
            action (RD/RA) distribution policy to allow  the
            regions  to select the Corps or  ARCS contracts  to
            perform remedial designs for  RAs of any value
            and allow the regions to select Corps or ARCS
            contractors to perform  remedial  actions of up to
            $15 million in value.

      •      To facilitate implementation of the revised
            RD/RA  policy, within 90 days  OSWER  should
            issue guidelines to the regions  to assist in
            making RD/RA assignments to ARCS and Corps.
            The  guidelines should include:

            a.    technical, quality, and performance
                  criteria focusing on the specific
                  needs of the  site;

            b.    recognition of the Corps' capabilities
                  in construction oversight and
                  constructability and  biddability
                  reviews of ARCS designs;  and

            c.    requirements to ensure  a substantive
                  Corps  role during ARCS RD
                  projects where the Corps will  take
                  the lead for the RA phase.
                                54

-------
OSWER should monitor implementation of the
guidelines by the regions.

OSWER and PCMD should take action to
reduce approximately $2 billion in contract
capacity from the ARCS construction sub-pool to
reflect current  projections of need.

To ensure a balanced construction management system
that  capitalizes on the strengths of both the Corps and
ARCS,  OSWER should continue to work with the
regions and Corps to address performance issues.
Discussions should focus on improving the
responsiveness  of the Corps during the  design phase to
better serve the needs of the regions, maintaining
effective communications with the Corps,  and ensuring
a substantive and predictable workload for the Corps
to facilitate workload planning.

OSWER should continue to monitor capacity
utilization under ARCS annually to assess the
accuracy of the current workload assumptions.
If actual utilization differs substantially from  the
projections, OSWER should take the  necessary
actions with OARM and the affected  region(s) to
correct under or over-capacity problems.

OSWER should initiate discussions  with regions
IX and X and  OARM regarding the  apparent
excess capacity in the ARCS-West zone.  Options
should include  selected  terminations and
assessing the feasibility of making excess  capacity
available to other regions (e.g., the  ARCS-
Central zone) that may have a capacity shortfall.
                    55

-------
C. ARCS CONTRACT CONTROLS

Background

      Contract administration includes all functions from the award of
the contract until final payment and close out.  The Federal Acquisition
Regulations (FAR) identify 66 contract administrative functions which
can be placed in 15  separate categories (See Appendix).  Effective
contract administration requires coordination by a team comprised of
the contracting officer (CO), the project officer (PO), and the work
assignment manager  (WAM).  Each team member should have  well-
defined, specific roles  and responsibilities in the process.

      ARCS contracts are a form of cost-reimbursement contract in
which the contractor assumes the performance risk and the government
assumes the cost risk.  This type of contract requires a great deal of
government control over and involvement with the contractor and
results in significant administrative costs  in recordkeeping and reporting.
The basic obligation of the government is to pay the  contractor
reasonable  and allowable costs incurred during performance as  well as
appropriate fees.  The contractor is required to demonstrate "best
efforts" to  perform as  the government desires.

Roles and Responsibilities

      The  regions manage ARCS contracts and are entirely responsible
for assigning and overseeing work. Headquarters guides, directs,
supports, monitors and evaluates implementation. The Appendix
displays the organizational alignment.

      The  CO verifies that contracting activities are performed as
authorized  by laws, regulations, and the terms and conditions of the
contract. Specific responsibilities include reviewing and  signing the
initial work assignment and  any subsequent action that affects total
scope or budget of the basic contract; determining award fee; and
resolving disputes regarding performance or costs.

      The  PO manages and directs activities performed under the
contract. Specific responsibilities include contract surveillance;
recordkeeping; work assignment distribution; and invoice approval  and
certification.
                                 56

-------
      The WAM is typically a remedial project manager, the EPA
official who monitors and directs all ARCS contractor activities
conducted at project sites.  The WAM assists the PO in contract
management activities.

      Although the government's contract administration roles  and
responsibilities tend to be emphasized, the contractor  also has equally
important contract administration responsibilities.  Whereas the
government monitors, reviews, approves and certifies, the contractor
"implements."  That is, the government requires and pays for the
contractor to establish and maintain an internal system for planning,
scheduling,  budgeting, accounting, cost estimating, work authorization,
cost accumulation and performance measurement.  Under ARCS, the
design and maintenance of the multi-site management control systems
are part of the program management component.  EPA audits these
management control systems  to determine whether they are in place
and evaluates  whether they are functioning as intended.

Cost Monitoring

      Under ARCS contracts, the contractor is reimbursed for  all
reasonable and allowable  costs incurred.   Because most of the  risk that
work will be performed adequately is borne by the government, a great
deal of oversight is required.  Each month the contractor submits a
combined monthly  technical and financial progress report and an
invoice/voucher.  These reports form the basis for the PO to review
costs  and certify the invoice  for payment.  Payments  made under
ARCS are provisional -- subject to final audit to  determine their
allowability, allocability, and reasonableness.

Technical Performance Monitoring

      Under ARCS, diligent contract monitoring  is important and
timely government  action is crucial.  Documentation of contract
monitoring is  extremely important, as it forms the basis for discussing
deficiencies and taking appropriate action, possibly disallowing costs,  as
well as reinforcing  positive performance.

      The technical monitoring roles  of the PO and WAM are
important in assuring that the contractor understands the work
requirements and produces quality results  within the time required.
Once the  work assignment is issued and the work plan submitted  and
                                 57

-------
approved, it is up to the PO and WAM to monitor the contractor to
ensure that EPA obtains  the agreed-to performance.

Issuance of Work Assignments

      Work under an ARCS  contract is specified in written work
assignments prepared by the WAM and PO and issued by the CO.  The
key elements of a work assignment are the period of performance;  level
of effort (estimated  number of person-hours required to perform the
assignment); the statement of work (a clear, detailed description of  the
work to be performed);  and an independent government cost estimate.
The  WAM/PO may choose to set  an expenditure limit for work
assignments, which  allows for their phasing, management, and
execution.

      The CO forwards  the work  assignment and a contract
modification to the  contractor.  After  accepting the modification, the
contractor develops  a Work Plan Memorandum, which describes the
contractor's approach to  the overall work plan for the assignment.   The
Memorandum is intended to save time by granting  the PO interim
authorization to  allow the contractor to begin work, and therefore incur
costs, before the work plan is approved.  The work plan must include a
budget description,  an estimated number of  person-hours required to
perform the assignment,  and staffing and methodology for completing
all tasks in the statement of work.  It must contain enough  detail to
allow the PO to determine whether the approach and costs are  realistic
and  reasonable.

Federal Managers' Financial Integrity  Act

      The Federal Managers'  Financial Integrity  Act (FMFIA)  requires
that  executive agencies evaluate their  systems of internal administrative
controls annually and submit annual statements to the President and the
Congress  on the status of these internal control systems.  OMB
Circular A-123,  Internal  Control Systems, prescribes policies and
procedures to be followed in establishing, maintaining, evaluating,
improving, and reporting on internal controls.

Issue

      EPA management of ARCS contracts is  vulnerable  in areas of
invoice review, technical performance monitoring, independent
government cost estimates, and work  assignment issuance.   Not
                                 58

-------
recognizing the need to examine ARCS contract administration as a
discrete process and not identifying a process owner has contributed  to
ARCS management weakness.

Discussion

Reviews

      Since the award of the first ARCS contract in January 1988,
four major reports have addressed the need to improve contract
administration—Superfund  Contracts:  EPA needs to Control Contractor
Costs. July 1988, GAO/RCED - 88182; Contracts Management :  The
People and the Process. November 1988,  EPA, Office of Administration
and Resources Management, Office of Administration, Management and
Organization  Division; Civilian Agency Procurement, September 1989,
GAO/RCED   89109; and Region II Alternative Remedial Contracting
Strategy Contracts. April 1991 (Draft), GAO. In addition to these, the
EPA  Office of the Inspector General (OIG) has issued a report which
addresses ARCS contract administration, Survey of the Alternative
Remedial Contracting Strategy:  Contract Bidding and Award Process,
April 1990, EPA/OIG   EISGB9-11-0021-100274.  All of these reports
have  alluded  to a need to improve contract management.  Regarding
ARCS,  weaknesses were noted in invoice reviews and independent
government cost estimates.

      EPA's own study, Contracts Management: the People and the
Process, noted that the Agency's culture needs to be changed to
emphasize sound contract management; senior managers are only
minimally involved with  contract management in their organizations;
technical  skills of POs and WAMs need to be balanced with essential
administrative skills; project officer and contract  administration courses
need  to be revamped  to emphasize day-to-day management issues such
as cost estimating and financial and workload tracking;  central
databases are needed; and contract managers need to know how to deal
with  contractors who  perform  poorly.

      Within the Office  of Emergency and Remedial Response, the
Hazardous Site Control Division (HSCD) and the Contract Operations
Review and Assessment Staff  (CORAS) provide  oversight and
assessment of Superfund contracts.  (See  Appendix.)  In April, 1989,
CORAS performed an ARCS assessment in response to the Superfund
90-Day Study.  It was based on a review at Regions III and V, which
concluded that contract management resources are potentially not being
                                 59

-------
allotted for proper oversight; contractor selection based on performance
documentation needs to be more clearly defined and applied; and there
is a specific need for guidance on how to prepare independent
government cost estimates and a general need for additional training
and guidance.

      In response to the  need for additional guidance, the CORAS
Bulletin was developed.  From September 1988 through December
1990, CORAS published  ten issues that cover a range of contract
administration  topics-e.g. guidance for organizing ARCS contract files,
invoice review, contractor work plan review and contractor financial
reports review.

      PCMD  conducts ARCS Contract Management Reviews at the
regional contracting offices, which may cover a full range of contract
administration  responsibilities, including compliance with contract
clauses.  From November 1989 to August 1990, PCMD conducted its
first round of  reviews. These covered only file documentation
associated with the issuance of work assignments and  approval  of work
plans  and documentation  related  to the award fee process.  Problems
were noted at  all ten regions  in the areas of file documentation and
contractors working beyond the 45-day stop work provision without
work  plan approval. PCMD is conducting  another round of regional
reviews, the scope of which is similar to the first one.  The results of
these  reviews  are currently not available.

FMFIA Submissions

      No reference was  made to ARCS contract administration controls
in the FY88-90 OARM and OSWER FMFIA submissions.  However,
both OARM and OSWER  submissions referred  to scheduling reviews
of contract management.

Regional Visits

      The following themes developed from the interviews with
regional personnel in contract administration:

      a.    Invoice format and review - not enough time to review
            invoices in  detail; want standard invoice  format;
            inadequate review performed;  no consistency across
            contractors;
                                 60

-------
      b.     Timing  of invoices and progress reports  - invoice out of
             phase with reports;

      c.     Cost estimating -- done poorly  because of lack of
             experience; need guidance;

      d.     Effectiveness of work plans - takes long time to get  work
             plan approved; many iterations; not experienced enough to
             review;

      e.     Work assignment  scoping - micromanaging; paying for
             rework; function of type  of contract;

      f.     Roles and responsibilities - not completely clear; overlap;
             friction; not working as  a team; and

      g.     Technical reviews -- level of review depends  on
             individual WAM;  technical reviews spotty; weak
             negotiating skills.

Regional Vulnerability Assessments

      Each Regional Administrator was asked to prepare an assessment
to identify potential risks in ARCS contract  administration  that require
corrective action or further investigation. Table 11 below  is a
compendium of the responses,  summarized by major issues.
TABLE 11. COMMON ISSUES FROM REGIONAL VULNERABILITY ASSESSMENTS


                                        Number of Regions
Summary of Issues                          Identifying Issue

Invoice detail, format,  timing with
monthly progress report                               7

EPA project management and oversight                    6

Financial contract audits                               6

Equipment purchase and utilization                       5

Independent Government cost estimates                   4
                                  61

-------
      The regions have devoted much time, effort and energy  to
managing the ARCS administrative process.  They have developed
policies and procedures, training modules and guidance.
Notwithstanding these efforts, EPA can still improve the ARCS contract
administration process.

      When ARCS was first developed, OARM and OSWER focused
on creating a contract vehicle, awarding contracts, and ensuring the
availability of clean-up contractors.  However, because this was a major
acquisition system and because decentralizing  the contract
administration functions was  a new concept, the associated risk was
high.  An early indicator of this was the unsuccessful effort to hire
regional  contracting officers who had in-depth cost-reimbursement
contract  experience as well as experience in environmental clean-up
programs.

      The system of internal  controls in the  ARCS contract
administration process does not provide reasonable assurance that
Superfund contracting program resources are  protected against waste
and inefficiency. Documented weaknesses in  cost monitoring,  technical
performance monitoring, independent government cost estimate
preparation and work assignment issuance have been present since the
inception of the ARCS program.   The continuing nature of these
problems, coupled with the inadequate financial contract audit coverage,
support identifying ARCS contract management as a material weakness
in the FY91 FMFIA submission.

      To date  the FMFIA process has not adequately functioned as the
mechanism for surfacing ARCS contract management weaknesses.  This
may be due to a lack of recognition on  the part of OARM and
OSWER that ARCS contract administration is a process with shared
responsibilities.  Each organization has focused on its part of the
process,  because the FMFIA  implementation guidance EPA gives  its
managers segments the organization  into assessable units that follow
organizational subdivisions.  Each manager is then asked to perform a
vulnerability assessment of a particular  unit.  OMB Circular A-123,
which prescribes the guidelines for FMFIA implementation,  allows for
segmentation into administrative activities.

      The following issues warrant attention,  as they represent a
compilation of the results  from the prior reports of review, regional
interviews, regional vulnerability assessments and concerns expressed by
Agency management.
                                 62

-------
      Work Administration/Processing - Work assignment issuance,
work assignment amendments, work plan negotiation, and work plan
approval are time and resource intensive. Both rework of a work
assignment and attempts to exei't tighter control through
micromanagement may drive up administration and support costs.

      Invoicing  ~  Regions have differing invoice back-up formats in
their contracts; some  are highly detailed; some are inadequate.
Reconciliation to monthly reports is not always possible, and
determining "reasonableness" of charges is often difficult.

      Some contractors are not providing the necessary voucher back-
up information required by the contract or requested by the PO, making
determinations of reasonableness difficult.

      POs lack knowledge to determine the  appropriateness of costs.
This can lead to mistaken determinations on  invoices,  which may  cause
an increase in overall contract costs.  They may also lack training in
ways to evaluate "reasonable" contractor charges.  This may lead to
approval of inappropriate charges, causing unnecessary  increased costs
to the contract.

      Undefined roles and responsibilities in financial oversight for
COs, POs, and WAMs leads to overlapping reviews of financial
information, causing inefficient use of resources.

      Management of Work Assignment Costs - The work  ordering
and  amendment process is  resource intensive and cumbersome, leading
to multiple  modifications and potential  increases in costs.  This is due
to the use  of the work assignment/work plan approval process  as a
management tool for  monitoring  and  control  of the contractor.
Personnel are not fully knowledgeable of methods and  details required
for scoping work for  the ordering process.

      Training of  POs and WAMs -- Current contract administration
training programs do  not adequately provide  detailed instruction in
specific Superfund  contract management requirements or roles and
responsibilities, leading to a weak management structure for contracts
and inconsistent application of contract management techniques.

      POs and WAMs are not adequately trained in negotiation tactics
and skills,  which places them at  a disadvantage when  negotiating  with
                                 63

-------
contractors.  This leads to unnecessary technical and cost tradeoffs
caused by more effective contractor negotiation training.

      POs and WAMs need specialized  training in numerous areas
such as paperwork management, independent cost  estimation, workplan
review and .approval, project management, U.S. Army Corps of
Engineers and Bureau of Reclamation processes, and confidentiality of
information.  This lack of training  hinders POs and RPMs from
optimum performance, which is reflected as less than maximum
efficiency and effectiveness in contract administration.

      ARCS Contract Management Reviews --  PCMD and OERR,
jointly, are not conducting completely adequate oversight reviews of the
regional contract administration activities.

      Each of the Regional  Administrators identified areas within their
organization that need strengthening. For those that have not already
been addressed, we recommend that they take immediate steps to
address those concerns.  Documentation  of the assessments  and any
subsequent corrective actions and implementation plans  should be
included as  part of the regional FMFIA  process.

      Other government clean-up contracting programs  have grown
substantially since the inception of ARCS.  In particular, the
Department of Defense (DOD) and the Department of Energy (DOE)
learned from EPA when they designed their programs, and, in fact,
their programs parallel EPA's.  They have, however, incorporated
changes which resulted in improvements.

      In implementing the Superfund Long-Term  Contracting Strategy,
EPA should review DOE's,  DOD's, and other government contract
strategies.  Through such review, EPA's managers will  be exposed to
new ways of doing things which may permit the Agency to adapt the
characteristics of  successful  approaches  for improving EPA's contract
system effectiveness.

      The Interagency Committee  on Hazardous Waste Clean-Up
Contracting Strategy was formed as an  outgrowth  of EPA's Long-Term
Contracting Strategy.  This committee, whose members include
representatives from EPA, DOE, DOD, the Corps, Navy, and Air
Force, is working  toward establishing a  more consistent government-
wide approach to hazardous  waste  clean-up contracting.
                                 64

-------
Finding

      Defined within each contract are a series of procedures  and
control points intended to permit effective EPA oversight and control of
contractor activity.  These contract controls are augmented by  defined
resource management procedures to be followed by EPA staff engaged
in contract administration and program management.

      Overall, the defined procedures and controls appear to be
comprehensive. However, specific potential weaknesses have been
identified in implementing these procedures. Significant weaknesses in
administrative contract controls in areas of work assignment
management, invoice review, technical performance management, and
independent  government cost estimates, provide inadequate  safeguards
against waste and mismanagement, and should be reported as a material
weakness under the  FMFIA.

Recommendations

      •     ARCS contract management should  be identified
            by OSWER as a material weakness to be
            reported in the Fiscal Year 91 FMFIA
            submission (due by December 31).  In addition,
            an ARCS contract management process owner
            should be designated upon  the recommendation
            of the  Assistant Administrators  for OARM  and
            OSWER,  accountable  for preparing the FMFIA
            submission.  The process owner should develop a
            structured ongoing vulnerability identification
            and assessment process for ARCS.

            The process owner should be instructed to:

            a.    implement corrective actions;

            b.    establish a formal follow-up system that records
                  and tracks actions, projected action dates, and
                  monitors whether the changes are made as
                  scheduled; and

            c.    report quarterly to the Senior Council on
                  Management Controls on status of
                  implementation.
                                65

-------
            The Regional Administrators should act
            immediately to establish a capacity for providing
            independent government cost estimates to ARCS
            managers.

            The Regional Administrators should take
            immediate steps to strengthen ARCS
            administrative process controls for those areas
            identified in regional vulnerability assessments.
            Two areas that deserve immediate attention are
            the  need  to assure the optimal scope of work
            assignments  and the invoice review process.

            The process owner, with  assistance from OARM,
            OSWER  and the  regions, should  convene a work
            group to  evaluate the issues raised  in the
            regional interviews, vulnerability  assessments and
            previous  reviews.   The results of this work
            group effort will meet the FMFIA corrective
            action and follow-up requirements.
Background on Government Property  Management

    ARCS contracts contain  a "Designation of Property Administrator"
clause.  A Property Administrator located in EPA headquarters, Office
of Administration and Resources Management, Facilities Management
Services Division, is responsible  for the  management and control of
Government property under a contract.  The contract also includes other
clauses by reference that address government property:

Federal Acquisition Regulations (FAR) (48 CFR Chapter 1)

Number     Date              Title

52.245.1     April 1984         Property Records

52.245-5     January 1986       Government Property

52.245-19    April 1984         Government Property
                              Furnished "As Is"
                               66

-------
      After award of a contract, the Property Administrator forwards a
"Guide for Control of Government Property by  Contractor" to each
contractor.  Contractors are required to follow the same policies and
procedures as EPA personnel with regard to property classification,
(i.e., nonexpendable, noncapitalized, or supplies) annual inventories,
property  records, decals, utilization, and disposal and transfer.

      The contractor is required to maintain written control procedures
that communicate the organization's standards, techniques, and
instructions to operational personnel for uniform application.  The
Property  Administrator reviews  and approves these procedures.
Contractor records of government property established and maintained
under the contract are the  government's official property records.
According to the FAR, duplicate official records shall not be
maintained by government personnel.  Further, the contractor is
required  to review and provide  justification for  retaining government
property  not currently in use.

Issue

      Government property is allegedly under-utilized and mismanaged.

Discussion

      As a follow-up to the allegations of under-utilized property,
compliance reviews  were conducted by the OARM Facilities
Management and Services Division of the contractors' property control
systems.   The reviews disclosed a low utilization rate of field
equipment.  The equipment was purchased anticipating that  a sufficient
number of work assignments  would be issued to justify the  purchases.
The project officers will review equipment utilization based  upon
projected workload and make appropriate recommendations.

     Equipment is purchased under the contract and billed either as a
part of program management or remedial planning (site-specific).  The
equipment billed under program management is equipment that will be
utilized across numerous work assignments.  Equipment billed as part
of remedial planning was purchased specifically  for a particular work
assignment.  At the conclusion  of the work assignment, a decision will
be made on the disposition of the equipment.  Under the contract, the
assumption was made that the majority of the equipment would be
                                  67

-------
purchased under program management.  The contractor would be
responsible to track and monitor the equipment among the various sites.

      Based  on information supplied by PCMD, as of May  31,  1991,
the contractors  have billed for equipment in the total amount of
approximately $9.6 million.  Of that amount, approximately  $8.2
million was billed under program management and $1.4 million was
billed under remedial planning. (See Appendix).

      All charges to the contract for acquisition of equipment and
material must have been previously authorized within  the contract.
Acquisition of nonexpendable property  in excess of $1,000 and
sensitive items  in excess of $300  must be individually itemized on EPA
form 1730-1, "Report  of Nonexpendable Government Property  Acquired
by Contractor," to show the required personal property management
information.  The Project Officer  approves  contractor-acquired
government property with the review of the reimbursement vouchers.

      The Property Administrator performs an annual Compliance
Review  on all contractors' property systems that have inventories
valued greater than $500,000.  These reviews include  a physical
inventory, reconciling  the inventory with contractor's acquisition
records, an assessment of equipment utilization records, and
recommendations.

      The ARCS equipment is currently managed  independently under
each of the contracts.   There is no central property warehouse or
national distribution system.  Several regions have  discussed the
feasibility of  maintaining an ARCS equipment warehouse to  store,
maintain,  and distribute equipment.  If feasible, central equipment
management  could reduce equipment costs  and increase utilization of
the equipment.

Finding

      The ARCS contracts provide for contractors to  purchase
necessary equipment on behalf of the government.   This equipment is
maintained and utilized by the contractor during  the life of the  contract,
but it is owned by the government.  The task force found no evidence
of violation of  EPA controls for prior approval of  all  equipment
purchases by contractors.  Other reviews have identified instances of
under-utilization of government-furnished equipment by ARCS
                                 68

-------
contractors.  OARM is currently conducting a comprehensive review of
EPA equipment control policies and procedures.

Recommendations

      •      ARCS-related recommendations resulting from
            the OARM property system review should be
            immediately adopted by OARM and OSWER.

            OSWER, in conjunction with  OARM,  should
            evaluate the feasibility of establishing a
            government-owned, contractor-operated depot or
            warehouse where all equipment not required on
            a regular basis can  be stored  and accessed by
            the ARCS contractors.
                               69

-------
D. ARCS FINANCIAL  AUDITS AND REVIEWS

Background

      Payments made under the ARCS cost-reimbursement contracts
are provisional, subject to final audit to determine the allowability,
allocability,  and reasonableness of the costs paid.  Based on audit
results, payments made to a contractor may be reduced by amounts that
do not constitute allowable costs  or adjusted for prior overpayments or
underpayments.  EPA's financial  audit and review program provides
EPA management with assurance that contractor's costs are allowable
and that contract dollars  are safeguarded against waste, loss and abuse.

      EPA's current financial audit and review program  with respect  to
the ARCS contracts is built around the following framework:

      1.     Monthly review and certification  of vouchers;

      2.     Financial Monitoring Review;

      3.     Interim Direct Cost Audit;

      4.     Incurred Cost Audit;  and

      5.     Close Out Audit.

      The ARCS contractors perform work for other federal agencies
in addition to  EPA.  The FAR prescribes policies and procedures for
obtaining  and  providing interagency audit services to avoid or eliminate
overlap and  duplication of government efforts  and to provide more
consistent treatment of contractors.  OMB Circular No. A-73, Audit of
Federal Operations and Programs, states executive branch policy on
audit cross-servicing arrangements.   Multiple  reviews, inspections and
examinations of a contractor by several agencies  are to be eliminated  to
the maximum  practicable extent through  the use of cross-servicing
arrangements.   These arrangements identify the "cognizant" agency
responsible for providing audit services.

      The Appendix identifies the cognizant audit agency for each of
the ARCS contracts and  the dollar amount billed as of May 31, 1991,
for each contractor and regional contract.
                                 70

-------
Audit  and Review Types

      Financial Monitoring Reviews  (FMRs)  are performed by the
PCMD Financial Analysis Staff on individual active contracts  in excess
of $5 million.  Current PCMD policy stipulates that the reviews should
be scheduled for each appropriate contract after at least 6 months of
performance has  been completed.  Reviews should be scheduled for
each contract at least once every two years of performance thereafter.
The FMR is  a  review of contractor billings associated with an
individual contract to ensure compliance with contract requirements and
to ensure that billed costs are adequately supported by appropriate
systems and records.   It is not the objective of this review to  determine
the allowability of costs incurred. Reports are issued to  the CO and
the Financial Administrative Contracting Officer (FACO) for resolution
of findings.  The CO  is responsible for resolving  contract-specific
issues  while the FACO is responsible for resolving cross-cutting issues
affecting multiple EPA contracts (to  assure consistent treatment on all
contracts). The reviews are also provided to  the EPA OIG for their
information.

       An Interim Direct  Cost Audit  may be conducted for a  specific
contract during the performance period of the contract.  This  audit may
be requested by PCMD or the EPA OIG,  based upon concern about the
reliability of the costs claimed,  a  suspicion that there may be  problems
with contract performance, or upon completion and determination of
need as a result of an FMR.  The audit is performed by the EPA  OIG
or the cognizant agency and is conducted  to assess, at a  minimum, the
allowability of costs claimed or reported under the contract and to
ensure compliance with applicable statutes, regulations, and terms and
conditions of the award.  Generally,  the audit effort involves  verifying
that the amounts billed agree with the contractor's records and are
allowable to  the  contract  under  its terms and  conditions.

       The Annual Incurred Cost Audit is  a comprehensive audit of a
contractor.  The review includes an  audit of direct and indirect costs
for all government contracts and is performed for each of the
contractor's fiscal years.  Each contractor  must submit an incurred cost
report  within 90 days of  the end of the  contractor's fiscal year.
Timely submission should be monitored by PCMD.  Upon receipt of
the submission, the EPA  OIG will arrange for an audit by the
cognizant audit agency.  The audit report  is used by PCMD's Indirect
Cost Rate negotiator  to negotiate the final indirect rates.   Audit results
                                  71

-------
on direct costs are furnished to the CO for resolution of any  questioned
or unsupported costs.

      A close-out audit is an audit of the total costs, direct and
indirect, of a  specific contract  and is performed at the end  of the
contract performance period.  This evaluation  is conducted  to assess the
allowability of costs claimed or reported under the contract and to
ensure compliance with applicable statutes, regulations,  and terms and
conditions of  the award.  Generally, the effort involves verifying that
the amounts billed agree with  the contractor's records, are allowable
under existing regulations, are  reasonable, and are allocable to the
contract.  Such an audit does not generally involve new audit effort.  It
usually  consists of a recap of audit findings from the annual  incurred
cost audits.  Thus, no close-out audit  can be completed until  after com-
pletion  of the incurred  cost audit.  Accordingly, the  cycle of  close-out
audits will be at least two years behind actual contract  performance.

      The close-out audit is used  to establish the final price  of cost-
reimbursement type  contracts.  For the ten-year  ARCS program, close-
out audits will be requested  annually  after receipt of the contractor's
submission, and the contract costs will be settled on an annual  basis.
This audit is requested by the  CO upon receipt  of all necessary
documentation.  When  the audit report is received,  PCMD  provides the
report and any added recommendations to the CO for final settlement
with the contractor.

       Table 12 summarizes the  universe of Government audits
currently required by the ARCS contract, FAR,  or Agency  policy.
Additional information on these  audits is  shown in the  Appendix.

TABLE 12.  ARCS AUDITS AND REVIEWS
Type
Financial Monitoring Review
Interim Direct Cost/Special
Incurred Cost
Close Out
Cognizance
EPA PCMD
EPA DIG or
DCAA
EPA OIG or
DCAA
EPA OIG or
DCAA
Cycle
2-yr Performance
Period
Upon Request
Contractor's
Fiscal Year
Annual Performance
Period
Audit
Scope1
Contract
Contract
Contractor
Contract
 123 ARCS contractors; 45 ARCS contracts.
                                  72

-------
Discussion

Financial Monitoring Reviews

      To  determine whether PCMD conducted FMRs in accordance
with the prescribed guidance and whether PCMD resolved identified
deficiencies with contractor billed costs in  a timely manner, the report
entitled "Status of Financial Monitoring Reports" was examined.  This
report is maintained by PCMD and identifies, by contract and review
report date, issues noted from the reviews  and whether  the issues
currently are open or closed.

      PCMD conducted FMRs on 36  of the 45 ARCS  contracts after
an average of 15 months of performance had  been  completed.  The
guidance establishes a goal of conducting reviews on all contracts  after
a six-month performance period.  The nine contracts that did not
receive an initial review were EBASCO Environmental  (Regions I and
IV); Metcalf and Eddy, Inc., (Region I); ICF Technology, Inc.,
(Regions II and IX-X); NUS Corporation (Region III); Black and
Veatch, Inc., (Region IV); Morrison-Knudson  Environmental Services
(Regions VI-VIII);  and Ecology & Environment, Inc., (Regions IX-X).

      PCMD is currently conducting the second round  of FMRs which
should occur when a  contract has completed 30 months of performance.
Overall, PCMD is not meeting the schedule goal for these reviews.  As
of this date, eight contracts have been completed, 18 contracts  have
reports in process, seven contracts have been scheduled during
September 1991, and  12 contracts are  pending.  One of the pending
contracts,  ICF Technology, Inc., did not have an initial  FMR.  This
contract is in its twenty-sixth month of performance with approximately
$2.4 million of  billed costs.

      The initial round of FMRs identified problems with each of the
36 contracts reviewed.  Problems were disclosed in the  areas of
timekeeping (20 of 36);  timesheets and travel (21 of 36); indirect  rates
and costs  (29 of 36);  other direct costs (22 of 36); billing systems (14
of 35); and accounting  systems (6 of 36).  These deficiencies and
weaknesses reduce EPA's level of assurance that contract dollars are
safeguarded against waste, loss or abuse.  Further, a portion of
identified  problems still remain unresolved. PCMD's internal FMR
tracking and  monitoring system indicates that  over half  of the
deficiencies and weaknesses are still being reported as open.
                                 73

-------
Preliminary results from the eight contracts that have undergone a
second review identify recurring problems.

Financial Cost Audits

      Using the results from the initial round of FMRs, PCMD
requested the EPA OIG to initiate nine interim direct cost audits
(Ecology & Environment, Inc.,  Donohue  & Associates, Jacobs
Engineering Group, Inc.,  EBASCO Environmental, Roy F. Weston, Inc.,
WW Engineering & Science, Black and Veatch (two contracts) and
CH2M Hill) and one "special audit," CH2M Hill.  Audit reports are
available on six of  the interim direct cost audits.  The  range of elapsed
time to produce an  audit report from the date of request was two  to
fourteen months, with an average of eight months.  The EPA OIG has
audit cognizance for Ecology & Environment, Inc.,  Donohue &
Associates, WW Engineering & Science, and CH2M Hill.   The
EBASCO Environmental  and Roy F. Weston,  Inc., requests  are
outstanding (the Defense Contract Audit  Agency (DCAA)  has audit
cognizance for  both contractors) and CH2M Hill's interim and special
audits are outstanding (EPA OIG has  audit cognizance).

      Based on a review of the six audit reports, the interim direct
cost audits adequately addressed the referred issues  from the FMRs. In
most instances, the  issues appear to be resolved.  However,  some
additional follow-up action is required  by PCMD.

      As of this date, no incurred cost audits or annual close-out  audits
have been completed on  the ARCS contracts,  which account for total
aggregate billings of $248.1 million as of May 31,  1991.  PCMD  has
requested the cognizant audit agencies  to perform incurred cost audits
on  ARCS contractors. However, given the slow start-up of the ARCS
contracts and the almost  two-year cycle to initiate and  complete
incurred  cost audits, the cognizant agencies should only now be
completing work on the $3.2 million of costs  incurred  in FY88.
PCMD has not issued detailed  procedures to  guide  contractor
submission of their annual completion  claims. Such procedures will be
required  to allow audit of annual claims, once the incurred cost audits
are completed.

      Of the 23 contractors and 45 contracts  under ARCS,  EPA OIG
has audit cognizance for six of the contractors and  13  of the contracts.
These  13 contracts  account for 30 percent of the current total billings.
EPA OIG has had  audit  cognizance for one of the  contractors, CH2M
                                 74

-------
Hill, since the inception of ARCS and  acquired the audit cognizance
for the other five from DCAA since March  1991.

      A substantial growth in  audit responsibility and workload resulted
from implementation of ARCS.  Under the REM contracts audit
requirements were an annual incurred cost audit for each of the three
contracts and a final close-out  audit at  the end  of each contract
performance period.  EPA currently estimates an annual need for 23
incurred  cost audits, 45 annual close-out audits  and potentially  eight-ten
annual interim direct cost audits.

Findings

      The DCAA  and the EPA  OIG, cognizant audit agencies  for
ARCS contracts, have provided little or no financial audit coverage of
these contracts.  Without this independent audit coverage, EPA is
unable to give reasonable assurances that contractor billings are
appropriate and  that contract dollars are safeguarded against waste,  loss
or abuse.

      The EPA OIG has developed a strategy that  would allow it to
provide audit coverage for its six ARCS contractors.  In addition, EPA
OIG has entered into negotiations with DCAA in an effort to accelerate
the audits  for the  other 17 contractors.   Part of that strategy would
have DCAA transfer audit cognizance for six of the 17 ARCS
contractors to the  EPA OIG.  With the additional six contractors, the
EPA OIG  would have audit cognizance for  12 contractors and  28
contracts.  These 28 contracts  would account for approximately 60
percent of the current total billings.

      However, implementation  of the strategy is contingent on the
EPA OIG  receiving additional  resources in FY92 and 93.  The EPA
OIG's total funding needs are  $3.6  million and 6 positions for  both
fiscal years. This  would permit them to have audit cognizance for 12
contractors and  to eliminate audit backlog and be current on audit
requests.

      Increased annual audit coverage  of the twenty-three ARCS
contractors offers better assurance that  the costs billed by the
contractors are "accurate."  Increasing audit  coverage will also  provide
reasonable assurance that contract dollars are safeguarded against waste,
loss or abuse.
                                  75

-------
      Because financial audit coverage is limited and because any new
coverage is likely to be slow in developing, PCMD's FMRs become an
important capability and deterrent.  Absent any contract audit presence,
FMRs provide needed financial oversight.  As acceptable audit
coverage is provided in accordance with contract requirements, PCMD
should reevaluate the FMR review cycle.

      Regions, depending on capability, have an opportunity to further
strengthen financial controls by undertaking periodic surveillance
reviews  of contractors' financial records and back-up documents to the
monthly vouchers.  This added control  will provide an additional
deterrent and the  results of these reviews should be forwarded to
PCMD and the EPA OIG.  Regional Administrators, working with
PCMD and EPA  OIG, should ensure that this process does not
duplicate others or interfere with ongoing audit efforts.
Recommendations

      •     The EPA OIG should develop a strategy to
            conduct incurred cost and close out audits  in
            accordance  with contract requirements.
            Specifically, he should:

            a.    finalize a program to  address the six
                  contractors for which  the EPA OIG
                  has audit cognizance;

            b.    continue to negotiate with DCAA  on
                  audit coverage for the remaining 17
                  ARCS contractors and other Agency
                  contractors; and

            c.    in conjunction with PCMD, evaluate
                  audit coverage with a view towards
                  consolidating number, type and
                  frequency of audits while still
                  preserving audit integrity.

      •     PCMD should strengthen the Financial
            Monitoring  Review program to:
                                76

-------
a.     Conduct reviews of the contracts on
      a one to two year  cycle;  and

b.     Resolve identified weaknesses
      disclosed from previous reviews.

Regional Administrators, working  with PCMD
and EPA OIG, should develop  a process to
periodically spot check contractor's financial
records and monthly voucher supporting
documentation.
                    77

-------
E. ARCS AWARD FEE PROCESS

Background

      ARCS called for the use of a cost-plus-award-fee contract type.
Under this type  of contract, the fee is comprised of a base fee portion
and an award fee portion.  To provide added incentive for high-quality
contractor performance, the amount of the award fee is keyed to merit.
The base fee, on the other hand,  does not vary with quality of
performance, and compensates the contractor for risk, allows  for those
charges not accommodated under standard government contracts, such
as financing  costs, and provides (possibly) a minimal margin of profit.

      A formal  performance evaluation procedure has been established
to implement the incentive concept.  The procedure requires the work
assignment-responsible RPMs/WAMs and the contractor-responsible POs
to write performance reviews  and determine  performance quality ratings
for specific categories  of contractor performance.  The merit ranking
system that accompanies the  performance review process is a
consideration in  allocating additional work.  More assignments are
intended to go to highly-rated contractors, all other  things being equal.
The potential financial rewards thus  provide  a double incentive to
excellence.  The contractor also prepares  a self-evaluation describing
overall program  management performance and technical  performance
summaries for each site.

Roles and  Responsibilities

      The regional contract administration team is comprised of the
RPMs/WAMs, POs, and COs who each monitor contract performance.
Each  has  a slightly different  role. In addition,  the team's supervisors
and members of the Performance Evaluation Board  and  the Fee
Determination Official all participate in this process.

      The effectiveness of the contractor performance evaluation
process is  dependent upon adequate  staffing  and a full recognition by
all parties  of their roles and responsibilities within the process.  The
ability of all parties to serve as a team is crucial  to  the success of the
management of  the cost-plus-award-fee contract.

      Every RPM/WAM directs  and monitors a contractor's technical
performance on  individual assignments.  The  RPM/WAM maintains
day-to-day contact with the contractor, providing regular  feedback  on
                                 78

-------
performance.  At the end of each performance evaluation period, on
notice from the responsible PO, each RPM/WAM prepares a rating
report covering the contractor's work, addressing both strengths and
weaknesses, using standard forms.  The WAM/RPM reviews this
information with  both his  supervisor and the PO.

      The PO is specifically responsible for:

•     Organizing the ARCS contracts management  team, providing
      technical oversight, and providing feedback to the contractor and
      the RPM/WAM on the  award fee process;

•     Monitoring performance and preparing  a rating  report  covering
      the contractors' program management operation;

•     Calling for RPM/WAMs and contractors to prepare technical
      reviews;

•     Reviewing the RPM/WAMs'  and contractor's evaluations and
      conferring  with the RPM/WAMs to resolve performance
      differences;

•     Preparing a summary report on the contractors' site-related
      performance, seeking fair grades  for the general and specific
      areas of performance at different sites from different
      RPMs/WAMs;

•     Integrating the RPM/WAMs',  contractors'  and the PO's own
      evaluations;

•     Determining recommended performance ratings for the contractor;

•     Assembling and indexing the performance exhibits by contractor;

•     Preparing the final Performance Index  Rating Scores following
      the Performance Evaluation Board meeting; and

•     Summarizing the Board decisions in an Award Fee
      Recommendation Report with the concurrence of Board
      members.

      As the legally responsible manager for the contract, the CO's
duties in performance evaluation include:
                                 79

-------
      Collaboration with the PO on the program management
      evaluation;

•     Preparation of the draft and final  award fee matrices for
      Performance Evaluation Board deliberations on actual fee
      amounts;

      Issuance of the fee award letter and award fee package for the
      Fee Determination Official's consideration;

•     Notification to the contractors of the amount  of award;  and

      Issuance of the contract modifications to allow the contractors to
      bill EPA for the  amount  of the award fee.

      The Performance Evaluation Board is comprised of Waste
Management Division staff working at the section chief, branch chief or
division director level, along with representatives of the Assistant
Regional Administrator  or Management Division.  The function of the
Board is to  assist the Fee Determination Official by establishing the
basis for the award fee  finalization.  The Board reviews and critiques
exhibits assembled and  presented by the POs and agrees on
performance quality ratings for each contractor across all of the
contractor's  sites  within the region or zone.

      The National Fee Determination Official, located in PCMD
headquarters, is responsible for  the ultimate fee decision.  From the
Award Fee  Recommendation Report, the Fee Determination Official
determines the soundness  of  the decisions  and may  overrule the
recommendations for reasons of bias, arbitrariness,  inconsistency,
procedural irregularities, false or irrelevant data, incomplete information
or other issues contrary to professional practice or  to the terms and
conditions of the contract.  The decision of the Fee Determination
Official is independent,  final, and may not  be appealed.

Performance Evaluation Process

      The contractor's  performance is evaluated against a set of criteria
which have  been defined  within each region or zone.  The typical
process used to evaluate contractor performance is  shown  in Figure 9.
                                 80

-------
                              Figure 9
                        Award Fee Process
                          ARCS Contract

                        Contract Requirements

                                 I
          On-going Reviews by Remedial Project Managers (RPMs)

                Project Officer (PO) Call for Technical and
                  Program Management (PM) Reviews
     Contractor
   Self Evaluation
    RPM/WAM
    Appraisal
Contracting Officer (CO)
 Program Management
      Appraisal
                                              PO & CO Finalize
                                                PM Appraisal
                          Project Officer
                   Preparation and Distribution
                  of PEB Packages to Membership
Waste Management
 Division Director
Branch or Section Chiefs   Contracting Officer
                         Performance Evaluation
                             Board Meeting
                                 T
               Performance Evaluation Board's Determinations
                                 T
                   Award Fee Recommendation Report
                    Performance Index Rating Score
                           Award Fee Matrix
                                 t
                   National Fee Determination Official


                        Award Fee Decisions
                        Contracting Officers
                     Issue Contract Modifications
                         Contractors Invoice
                         EPA for Award Fee
                                81

-------
RATINGS.  A  five-tier rating system is established whereby the  quality
of performance is scored on a scale  of one to five as follows:

      5 --  Outstanding
      4 -  Exceeds Expectations
      3 -  Satisfactory
      2 -  Marginal
      1 -  Unsatisfactory

      These scores translate into recommended award amounts drawn
from the available award fee pool; a rating of one or less results in no
award fee and a score of five may result in the maximum amount  of
award fee. The setting of the score is an exercise in consistency.
Often the burden of establishing consistency and uniformity falls to the
PO, who works with a number of WAM/RPMs overseeing more than
one contractor.

PERFORMANCE CRITERIA.  Technical or remedial performance
categories or criteria to which quality grades  are  to be assigned include
project planning; technical competence; effectiveness and innovation;
schedule,  cost and quality control; reporting; communications; resource
utilization/operational efficiency; and effort.

      Program management focuses  on the extent to  which the
contractor has structured and initiated effective project management
systems, resource identification and deployment systems, sub-contracting
and consultant  procurement procedures, regional coordination
procedures, assembly and organization of a responsive program
management team, screening  for organizational conflict of interest,
development and adherence to a management plan and quality
assurance plan, establishment and utilization of an effective
management information system and cost/schedule control system,
adherence to contract specified goals, and development of a realistic
equipment and  materials list with effective control and deployment
procedures.  The individual grades for these criteria are combined to
obtain an overall score for the contractor for each work assignment and
for program management.

      Award fee determinations are  made under ARCS on a trimester
or semester (after October 1990) basis in the two distinct areas of
contractor performance, program management  and remedial planning.
The fees for program  management consist of a base fee of three
                                 82

-------
percent of the program management costs incurred plus an award fee of
up to seven percent of the program management costs incurred.

      The fee structure for remedial planning activities also  consists of
a base fee of up to three percent and an award fee of up to seven
percent.  However, the award fee pool for remedial planning is not
based on cost incurred but rather upon LOE hours delivered.  For
example, if a contract provides for 100 hours of effort at an estimated
cost of $1,000 with a maximum available award fee of $70, then for
each hour of effort delivered, the contractor is eligible to receive  a
maximum award fee of 70 cents per LOE hour.

      The total  award fee pool for remedial planning is further divided
into two phases, Phase I and Phase II.  Phase I award fee consists of
40 percent of the available award  fee pool for an evaluation period and
is determined by the Performance  Evaluation  Board's evaluation of the
contractor's remedial planning performance for ongoing work, with the
approval of the  Fee Determination Official.  This Phase  II award fee is
granted when a  work assignment is completed and represents the
remaining 60 percent of the total available award fee pool.   Since most
work assignments have not been completed to date, listed values for
remedial award  fees do not yet include any significant Phase II award
fee portions.

       The award fee is calculated using the performance score  and the
LOE to which the performance applies.  As  of the end of May 1991,
the total fees (base plus award) paid over the life of the ARCS
contracts have been approximately five percent of the total costs, well
under  the ten percent maximum fee possible under the contracts.   The
total fee which  could have been earned by the contractors, based on the
work performed  (base fee plus award fee pool) would have been
approximately eight percent.  The five percent fee paid is significantly
less than  the six to seven percent  fee typically paid under EPA's cost-
plus-fixed fee contracts.

       Critics of this form of contract have characterized the award fee
as a bonus.  While any definition is arguable, it is the  clear intent of
these contracts that the award fee  be a performance-driven incentive
which is to be earned by the contractor.
                                 83

-------
Issue

      In the implementation of the award fee process across regions
and zones,  the systems are highly variable and performance has become
only one among a number of criteria for the allocation of assignments
for work on new sites.  There is no clear indication that the award fee
or the performance based  assignment of new work is demonstrating the
ability to directly leverage superior  performance from remedial
contractors.

Discussion

      As much  as four years into  the ARCS contracts, we have
examined potential theoretical indicators of the success of the award
fees.  Dollar values associated with award fees  over all work
assignments for  a given contractor are not extremely high.   However,
when considered in the aggregate across multiple  regions or zones,  the
dollars earned in award fees over the life  of the contracts to date are
considerable,  averaging approximately $520,000.  For one contractor,
award fees to  date have reached over $2 million.   (See Appendix.)
These dollars are believed by regional interviewees to be of greater
importance to  the corporate offices  than to the contractor staff directly
involved in site  work.   Both contractors and regional staff  expressed
the belief that the  qualitative narrative ratings used to describe
contractor performance offered more leverage than the dollars in the
award.  Contractors are sensitive to the impact which  their reputation
with EPA may have with other potential clients.

      Numeric ratings are developed within the region or zone for
each work assignment  for each contractor in a document known as  the
Regional Evaluation  Summary.  Ratings from all  active work
assignments by  a contractor within  a region are aggregated and divided
by the number of  LOE hours for that period to provide relative ratings
of performance  expressed as a percent known as  the Rating Period
Performance Index Rating Score.  The  Performance Index Rating
Scores from one fiscal year are combined and similarly weighted
against  the number of  LOE hours to determine  the Year-End
Performance Index Rating Scores,  which should control the allocation
of work assignments over the subsequent year.  Program management
was designed to have been included in work assignment distribution as
well by a method  determined by the PO.
                                 84

-------
      Under this system, contractors performing unsatisfactorily should
receive  no new  work assignments for the year under review and should
be considered for future work assignments only if performance on
existing work improves.  Conversely, contractors  who perform in a
superior manner should receive  a proportionately  larger share of the
work assignments for the new year.

      An examination of the relationship between the  Performance
Index Rating Score over one rating period and the percentage of work
assignments received by contractors in the subsequent rating period
provided no clear positive correlation.  Because of the small number of
performance periods to date, it was infeasible to look for annual
relationships.  Rather, data were examined across a number of regions
for a cause-effect relationship between the Performance Index Rating
Scores for one rating period and the percentage of the overall work
assigned,  which was received by the specific contractor.   (See
Appendix.)  In other words, while we would expect to be able to  find
a direct relationship between score and percentage of available  work
assigned,  it could not be established from the available data.
Interviews in all regions and zones indicated that performance is a
strong element of the  consideration for the assignment of new work
assignments.   However,  other criteria such as a test of conflict of
interest, location of the contractor's office in relation to the site,
capacity available under the theoretical maximum yearly usage  rate, and
demonstrated expertise on similar sites clearly are strong controlling
factors  as well.

      Performance Index Rating Scores (see Appendix) show examples
of similar frequency distribution patterns across the regions  and zones
with a series of generally  bell-shaped curves centering at about the
sixtieth percentile with a general absence of extreme values.  Since the
Performance  Index  Rating Score is composed of a series of averages,
the numbers  which are assigned on a given  work assignment reflecting
either poor or superior performance are rapidly averaged out.  This
seems to be a general problem  with using the Performance Index
Rating Score as a gauge of performance.  It is insensitive to small or
short-term changes  in  contractor performance.  The Performance Index
Rating Score reflects the performance of the contractor overall rather
than on individual work assignments.  The score  is not designed to be
radically changed by performance on a single  site.

      EPA personnel  are very aware of the resources  involved in
changing to a new  contractor on a site.  Not only are  there the direct
                                  85

-------
contract costs associated with a possible termination but also the less
tangible resources involved in  bringing a new organization up to speed
on a complex array of conditions typical of a Superfund remedial
project. The PO and RPM/WAMs  usually go to great lengths to work
with the contractors and bring about a mutually  satisfactory result on
the sites.  The EPA  staff relate in interviews that they are more reliant
upon one-on-one interactions with contractor staff to bring about
resolution of issues than they are upon the formal contractual
mechanisms available to leverage the contractor  as a consequence of
poor performance.

      The importance of keeping good records throughout the rating
period  cannot be overemphasized.  By developing the score all along
through the trimester  or semester one can avoid  the possibility of
events  later in the rating period  skewing the final score for that work
assignment. Further,  there is great  value in providing timely feedback
to the  contractors. Interviews  with  contractors, corroborated by
discussions with the  regions, indicate that the contractor community
wants to do effective work on the sites.  Prompt and effective feedback
of a consistent high quality and  level of detail (e.g., Performance Event
Reports for good and flawed performances and meetings with the
contractors following  the Performance Evaluation Board meetings) were
cited as significant levers  for greater  attention to issues  and improved
performance by  the contractors.

Finding

       The process in the regions for the award  of new  work
assignments is highly variable.  The regions  stated during the
interviews that poor  performance limits the award of new work  to a
contractor.  However, there is  no clear evidence that there is a positive
relationship between good performance and  the award of new work in
the subsequent rating period.  Therefore, it is unlikely that the award
fee process, in its current implementation, is a significant lever for
superior performance  from the contractors as had been the intent of the
designers  of the ARCS.

Recommendation

       The Assistant Administrators of the Office of Solid Waste
       and Emergency Response and the Office  of Administration
       and Resource Management should issue an endorsement of
       the  Agency's policy on the  use  of award fee as a  prime tool
                                 86

-------
      to leverage contractor performance by instituting a two
      phased approach:

      •      Suspend the issuance of new site assignments to
             contractors with unresolved  unsatisfactory
             performance on work assignments; and

      •      Take appropriate  sanctions,  including
             termination, against contractors  who persist in
             their failure to correct deficiencies.
Issue
      Because of the slow availability of remedial work under the
early phases of many of the ARCS contracts, a number of contracts
have still not received assignments for their base quantity of hours.
During this period,  which was originally anticipated to have been two
years, work assignments were to have  been made on a roughly
rotational basis with regard to criteria other than performance until all
contractors had received their base LOE hours.  There is a highly
variable  status and  interpretation of this base period by  the regions and
zones.  In some cases, new site assignments are still made on the  basis
of an even distribution without regard  to contractor performance on
prior work.  In others, performance has been considered throughout all
work assignments.

Discussion

      The ARCS theory of allocation  of work assignments across
contractors within regions or zones was based upon the distribution of
contract  minimum or base LOE hours  to contractors over the first  two
years of  the contract.  This early period in the contract was designed to
allow contractors who were inexperienced in Superfund remedial work
to come  up to speed  and compete on an even footing with the larger
firms who had worked with the Agency under REM.  Further,  this
initial period was designed to provide  the Agency, through regular
evaluations, with a  track record on the contractors'  performance for
future allocation of work.  During the  base period,  ARCS guidance
called for work assignments to  be allocated to the contractors on the
basis of  the size of the contract awarded, the location of the
contractors' offices  within the region or zone, potential  conflict of
interest, and any  unique  experience or  capability possessed by a given
contractor or site manager.  ARCS guidance stated  that,  to the extent
                                 87

-------
practical, the Agency would allocate initial work assignments to
contractors in proportion to the size of their contracts.

      However, after the base LOE hours had been  assigned to the
contractor,  the number of new work assignments to be made to ARCS
contractors was to be based upon their relative technical and program
management  performance.

      In the execution of ARCS, expectations were not fully realized.
The LOE work did not materialize in the time frame expected.  All of
the contracts have been in place for a minimum of thirty months.
Nonetheless,  a number of contractors have not yet invoiced  or  obligated
their base LOE hours.  (See Appendix.)  The regions and zones have
developed detailed decision trees, matrices and algorithms to assist
them in their work assignment allocations and increase the
standardization  of their processes across contractors.   Examples of these
regional tools are shown on the  Appendix.  Almost all of the regions
utilize performance as one of the decision criteria in the assignment of
new  work, regardless of their formal standing with respect to the base
period.

Finding

      One firm contract stipulation appears  to be the guarantee of a
base number of LOE hours to the contractors.  Regions are  likely to be
held to this requirement  to some degree.  However, the regions and
zones must move immediately to a performance-based system for the
allocation of new work assignments, if contractors are to be given
greater incentive for quality performance.

Recommendation

      FY92  work assignments  for new sites should be assigned  to
      contractors in relation to their overall performance within
      the constraints of the contract.

Issue

      Program management is not included  as a consistent element
across all regions and zones in the development of the Performance
Index Rating Score.   Therefore,  the efficiency and effectiveness of  the
contractors' program management activities are not routinely reflected
in these rating scores.

-------
Discussion

      How program management is factored into the calculation of the
Performance Index Rating Score for the allocation of new work
assignments is variable across the regions.   Only Region II and the
ARCS-Central zone currently include program management scores in
the calculation of their Performance Index Rating Scores.  Since
program management is such a significant element of contractor
performance, it is logical that it should be a determining factor in the
allocation  of new work.

Recommendation

      Contractors' performance should be evaluated on the basis of
      the quality  of the work in  both the program  management
      and remedial elements  of their assignments across  all regions
      and zones.   Contractors' accomplishments with regard to
      lowering program  management costs and adherence to
      national targets should receive significant consideration in the
      award fee process.

Issue

      The principal players  in the  regional  and  zonal award fee process
include the RPM/WAM, the PO, the CO and the Performance
Evaluation Board.   The challenges  presented by the engineering,
contractual, legal and administrative aspects of this complex program
demand involvement from supervisory personnel who  can add depth to
the knowledge of the immediate  team and ensure full participation from
all parties.

Discussion

      ARCS processes differ in each region.  Some regions have
supervisory sign-off on the full evaluation paper trail associated with
ARCS.  Others have only limited involvement of first  line supervisors
except when problems arise. The highly complex nature of remedial
efforts on Superfund sites and  the ARCS processes to  support these
activities demand direct involvement of experienced personnel.  As the
Superfund remedial program came  on line,  the pool of personnel
experienced in remedial site activities  was extremely small.  Both
Agency and contract firms drew  from this limited pool.  As a result,
                                89

-------
the remedial program required the hiring of numerous individuals to
reach the necessary staffing levels.  Some of these individuals were
highly skilled in a related field and were able to quickly transfer their
knowledge.  In other cases, as with many of the Remedial Project
Managers  hired in accordance with the findings of the 90-Day Study,
staff were hired with academic credentials but limited experience.   In
many cases, experienced project managers sought advancement from
site management to supervisory positions.

Finding

      Supervisors in many cases represent the experienced site
managers  from previous remedial projects.  These individuals must
carry direct responsibility for detailed oversight.  They should
participate fully in all aspects of the ARCS award fee process and  be
directly accountable  for its effective and knowledgeable implementation.

Recommendation

      Key supervisory management personnel should be held
      accountable as full participants in the implementation  and
      oversight of the  ARCS performance  evaluation process to
      supplement the knowledge base available to  the staff charged
      with the routine operation of the award fee  process.

Issue

      The ARCS  award fee  process was designed to  leverage superior
performance from the contractors. Two to four years into the
decentralized management of the ARCS, the multiple  steps in this
labor-intensive  process and the associated paperwork have been
described  by some as excessive and beyond the requirements of other
related cost-plus-award-fee contracts.

Discussion

       Regional and  headquarters personnel identify the award fee
process as a labor intensive effort when viewed  in the aggregate of all
steps across all of the players.   As the processes vary significantly in
their intensity and levels of documentation, quantitative estimates of the
amount of time spent in each region or zone are difficult to establish.
A national program  was established through guidelines offered by
OSWER and PCMD of the  Office of Administration  and Resources
                                 90

-------
Management.  The implementation of ARCS in  this decentralized
program has been a regional decision.  Some common threads come
from the guidance manual and periodic national meetings.  However,
there are clearly at least seven different systems. For the benefit of
ARCS  in its present  and future configurations, findings of the
individual teams should be shared in a  national  forum.

      The  amount of effort required for the contractor to develop the
contractually-required self-assessment of performance  is considerable.
The contractors interviewed felt it was  a valuable exercise.  The self-
evaluations are used  by the POs to detect differences between the
RPMs  and  the contractors.  The POs see the merit in these  packages,
while they  were largely questioned for  their utility by the
RPMs/WAMs.  EPA pays for  the development of the self-assessments
and they seem to be a useful tool which provides balance to the
system.  Nonetheless, the costs and benefits of this package should  be
reviewed by each team and revised according to regional or zonal
needs.

Finding

      The  desire for continuous improvement drives the  need to look
for the value-added elements of the award fee process and  work to
eliminate those parts which are not considered worth  the cost.

Recommendation

      Regional Administrators, in cooperation with the Office of
      Administration and Resources  Management  and the Office of
      Solid Waste  and Emergency Response, should establish
      regional or zonal  teams to evaluate and report  within 120
      days on recommendations to streamline the  award  fee system
      with particular attention to the paperwork  burden and issues
      of national consistency.  Teams should also  be charged to
      examine the Performance Index Rating Score to determine if
      it  is the best  tool to capture performance and translate it
      into a criterion for the assignment of new work.
                                91

-------
F.  EPA MANAGEMENT PROCESSES AND ORGANIZATION

Introduction

      The  foregoing analysis focused in large measure  on issues
specifically related to ARCS contract operations. However, a broader
set  of management factors  influences both how  Superfund managers
and EPA as a whole respond to increasingly complex mission
responsibilities.  These management factors range from  ARCS-specific
processes, to the Superfund decision structure, to Agency-wide policy.
Due to their wide impact, the  successful resolution  of these issues will
contribute directly to resolving  most of the previously discussed
problems.  For ease of discussion, these issues have been grouped into
the following areas: Superfund  acquisition structure, decentralization,
management information, workforce development, and Agency
acquisition structure.

Superfund Acquisition Structure

Issue

      Individual acquisition decisions for major Superfund programs
are not handled as integral parts of a larger system.

Discussion

      The ARCS contracts represent the  largest system of contracts in
EPA and one of the largest in  the civilian portion of the  federal
government.  Going  further, the ARCS contracts are a subset of an
overall system  of contracts for  meeting Superfund mission needs.  In
turn, the EPA-administered Superfund contracts  are but one mechanism
within an even broader  system  for accomplishing the clean-up  of
Superfund  sites. Other  components  of the broader  acquisition  system
include states, other federal agencies, and PRPs.

      Although Superfund acquisition is a system,  the task force found
no  evidence that it has been managed as  one.  No  single focal point of
responsibility exists for  managing acquisition; instead, responsibility is
fragmented among various components of the program office, PCMD,
other headquarters offices,  and  the regions.  No individual is granted
authority, empowered with resources, and charged with accountability  to
ensure that the Superfund contracts and other acquisition  mechanisms
are best utilized to meet mission needs.
                                 92

-------
      Given the reliance of the Superfund program on the services of
outside parties, the management of the acquisition of those services is
of unique importance.  A systems management approach takes an
integrated view of the  human, information, and financial resources
required  to support the program.  The systems management approach
also takes an integrated view of the  processes required to support the
program, including such diverse components as budget,  financial
management, information management, and procurement.

      The Agency should now recognize the unique importance of the
Superfund acquisition system and take the necessary measures to
establish a systems approach.  The system management concept  will
maximize confidence that mission needs  are being met in a strategic,
fully integrated way, using a conscious decision process that addresses
the alternatives for acquisition.

Recommendation

             The  Assistant Administrator of OSWER should
             establish a Superfund  Acquisition Program
             Manager reporting directly to the Assistant
             Administrator responsible for overseeing
             Superfund  acquisition decisions and activities.
             The  initial major responsibility should be  to
             focus on the ARCS system and its related
             activities.
Decentralization/Centralization

Issue

      The balance of ARCS-related authorities and responsibilities  as
distributed between headquarters and the regions  and the exercise of
those responsibilities  may not be operating in an  optimal fashion.

Discussion

      As the Agency established ARCS, it was recognized that this
program would operate more effectively if it were decentralized.
                                 93

-------
      The success of such decentralization presupposes that certain
minimum oversight authorities and responsibilities remain centralized.
These central oversight functions include: maintenance of national
monitoring systems, performance of program evaluation, and
formulation of national policy and guidance.

      EPA's experience has shown that the difficulty with effective
decentralization usually stems from problems in identifying  and
maintaining the proper balance between firm central oversight and
effective regional authority to make decisions.  In the case of ARCS,
indications are that the Agency has successfully placed  full authority in
the hands of appropriate regional officials. Each region exercises
programmatic and administrative  responsibilities relatively independent
of the  other regions, consulting with headquarters when a question
arises concerning a legal issue or consistency with national policy.

      Headquarters does not oversee  or coordinate these individual
regional decisions and, in general, has not maintained an aggressive
ongoing monitoring and evaluation system of both program and
administrative aspects  of ARCS.  Such a monitoring system is critical
to support policy formulation and therefore responsive program
adjustments.

      Further impeding headquarters  from guiding ARCS centrally is
the fact that ARCS was initially  implemented without imposing major
structural changes to either  the regional or the headquarters
organizations. The additional functions and responsibilities  were
accompanied by resources which were absorbed largely within existing
organizations. Such an approach obscures the identification of ARCS
as a separate program requiring focused management attention and
resources.

       Since  ARCS is  not uniformly recognized as a national  program
requiring a focus of national management attention, it has not been
managed in headquarters or frequently in the regions as a  system.
There needs  to be a concerted effort  to maintain an ongoing integrated
understanding of the status  of the regional elements of  ARCS and to
control  the program nationally without damaging the regional flexibility
built into the decentralization model.
                                 94

-------
Recommendations
            The Assistant Administrator (AA) for OARM, in
            concert with the AA for OSWER, should
            examine the headquarters and regional
            responsibility assignments to identify the actions
            necessary for creating  a strong,  central  program
            monitoring, evaluation, and policy formulation
            role for ARCS in  order to support a controlled
            evolution of program policy.  An implementation
            plan based  on the results of that examination
            should  be submitted to the Administrator within
            the next 120 days.

            Total Quality Management (TQM) concepts
            should  be employed to establish an "ARCS
            Council" consisting of headquarters and regional
            personnel and ARCS contractor representatives,
            to identify and implement improvements to
            ARCS  contract management on  a continuous
            basis.   This  team  must include regional
            management officials to assure the integration of
            technical/program considerations and contracts
            management issues and to provide the continuing
            top level management  ownership of and
            involvement in the process.

            Regional Administrators should  ensure  the
            utilization of a team approach to  ARCS
            management, bringing together contracting
            officers, technical  staff and supervisors  in the
            regions and  headquarters representatives, as
            appropriate, to ensure successful contract
            management. Regional teams should be
            encouraged to report back to  the ARCS Council
            with recommendations for increased efficiencies
            in ARCS contract management.
                               95

-------
Management Information Systems

Issue

      The existing national and regional management information
systems are not optimally  constructed or operated in a manner to best
support the administrative  and programmatic aspects of the ARCS
program.

Discussion

       A major program such as ARCS clearly has informational needs
in order to be under the effective control of headquarters and regional
management and to facilitate  regional staff operation.

      Headquarters requires information that represents a national
perspective with  sufficient detail to identify problems,  trends,  and
successes, in  order to support policy formulation and to  satisfy national
information dissemination  requests.  (Not so much detail, however, that
headquarters staff is in the position of micromanaging — making
decisions that are better made at the regional level under the
decentralized  model.)  This applies to programmatic data as well as
contract management information.

      The regions, on the other hand, have informational needs that
relate to decisions  on individual contracts, sites, regional
resources/staffing, and work assignments. All levels of regional
management and staff have information needs to support them.  Absent
central systems, local ones will be established.

      Centrally,  the ARCS Contract Tracking System  (ACTS), an
automated contract tracking system, was developed by PCMD to
provide Regional Contracting  Officers with  a tool to monitor  and
manage the 45 ARCS contracts. The system tracks the  scheduled
submission and approval of work assignments/work plans, and invoices,
calculates award fee pools, and retrieves data through  a variety of
reports.

      In addition,  OSWER designed the Financial ARCS Computerized
Tracking System (FACTS), a menu-driven national data  base  to meet
programmatic needs of ARCS, but deferred implementation  due to  the
creation of ACTS.  FACTS was designed to provide informational
support primarily to the PO and WAMs in  the regions and  to the
                                 96

-------
headquarters staff.  The system was to consist of three related
databases: a contracts database containing general information about the
individual contracts; a technical support database containing work
assignment information including total, monthly,  and  budget LOE
hours;  and a program management database containing cost information
relating to the program management categories.

      The Contracts Information System (CIS), maintained and  used
exclusively by PCMD, provides contracts management data nationally
but primarily focuses on  the process leading up to  and through  award.

      Those who would  use ARCS data have concluded  that current
systems are inadequate and a national system is  needed that  serves the
administrative, programmatic, and oversight needs of headquarters and
the operating needs of the regions.

Recommendation

      •     The Assistant Administrator for OARM, in
            concert with OSWER, should commission an
            effort  to establish a coordinated management
            information program  for ARCS to serve regions
            and headquarters, program and administration.
            This should focus on  utilizing existing and
            designed  systems (ACTS, FACTS, CIS, regional
            systems, etc.).
Workforce Development/Distribution

Resource Distribution

      Each region should have an appropriate mix of COs, POs, and
RPMs to handle the  work load in the most efficient manner for that
particular region.  That mix may vary according to number/size of
contracts and work assignments, geographic distribution of sites, type of
work being performed, skills/experience  of regional staff,  and regionally
unique structures, processes  and procedures.  Even with these
influencing factors, the mix  should only vary within certain acceptable
ranges, or operation of the program may be  hampered. The Appendix
contains information  on the  numbers of  regional ARCS staff and
responsibilities.
                                97

-------
Issue -- Training

      For EPA  staff involved in ARCS, much of the training offered
or required is general — e.g., the contracts administration course.
Regional technical staff are faced  with learning much about federal
contracts administration that does  not apply to them and must sort out
that which is important to  the performance of their function as POs or
RPMs.  In addition, the team problem solving approach using TQM
provides an opportunity both to focus on particular problems/issues and
to establish  a cooperative team rather than an individual office oriented
approach.

Discussion

      Assuring  that EPA staff had the appropriate experience and
training to oversee  contractors has been  a concern and has  been
addressed in previous ARCS and  contracts management studies. To
address high turnover of regional  staff, the grades were raised to
journeyman level GS-13, training  courses were designed for ARCS
staff, and other  actions  such as establishing user groups were taken.
While these actions  have had some effect, there is still a relatively new
staff in the regions.  The following is the proportion of regional staff
with less than three years of relevant experience:

                   RPMs       53% (271 of 511)
                   POs        61% (14 of 23)
                   COs        74% (17 of 23)

      Additional information on the experience levels of the regional
ARCS workforce is contained in the Appendix.

      To overcome the problems  associated  with relatively
inexperienced staff  with responsibility for significant  activities in a
"mission critical" program, both PCMD  and  OSWER  have  designed
training packages for ARCS regional  staff.

      PCMD conducts  two courses for program staff (POs and RPMs):

             Project Officer Course -- required for all staff
             before  they can qualify as POs; and  the

      •      Contract Administration  Course — required for all
             staff before they can qualify as POs or  WAMs.
                                 98

-------
      OSWER conducts courses for RPMs under the On-Scene
Coordinator (OSC)/RPM Basic Training Academy.  These are delivered
in three two-week sessions and  a week long session devoted  to health
and safety.  Additionally, the Superfund University  Training Institutes
program conducts advanced training on current critical interest topics
designed to integrate academic technical knowledge and practical
experience.

      Contracting Officers are required to complete a series of training
requirements and meet minimum experience levels to qualify for the
various contracting warrants.

      To  supplement these training activities,  some regions have
designed and conducted other courses  to meet special requirements.
For instance, Region V conducted a TQM course with its COs, POs,
and RPMs (and some contractor personnel) to address particular issues
identified  as problem areas and to integrate the staff into a team using
cooperative approaches to  problem solving.  This proved so successful
that Region V has been asked by other regions to share the course
design.

Recommendations

      •     The Assistant  Administrator for OSWER, in
            conjunction with  OARM, should direct the newly
            created  Superfund Acquisition  Program Manager
            to  design and  deliver to each region a tailored
            employee development/training  program for
            ARCS  personnel  which  focuses on providing
            specific  skills/knowledge that the ARCS
            Contracting  Officers, Project Officers, and
            Remedial Project Managers must have to
            operate effectively and  efficiently.

      •     Following the  Region V model  of utilizing the
            TQM  process  as  a training tool, Regional
            Administrators should take the necessary steps  to
            mold the ARCS regional and contractor
            personnel into "teams"  that address ARCS issues
            from a unified, strategic, quality improvement
            perspective.
                                 99

-------
Agency Acquisition  Structure

Issue

      Acquisition Management -- i.e.  policy and guidance on how EPA
gets its mission accomplished through a wide range  of contracts,
construction  grants, program  support grants, and interagency agree-
ments - lacks a clear focal point within the Agency.  Lack of
integrated management in this area can impede accomplishment of
EPA's multiple, complex missions.

Discussion

      At its creation in 1970 and for the  next  decade, EPA was
oriented toward regulation  development, delegation of operations and
enforcement to states, supporting state environmental activities through
program grants, and  monitoring state operations with EPA regional
personnel.  Major support  for wastewater  treatment facilities was
provided  through project grants to localities.

       In  the 1980s,  these  activities continued, augmented by significant
new roles in toxics  and pesticides control, direct design  and
construction at Superfund sites, direct support to schools for asbestos
removal,  and the conduct of extensive environmental research and
monitoring  activities -- a radical expansion in responsibilities, with
continuing constraints on EPA staffing.  For  both policy and staffing
reasons, EPA  is increasingly dependent upon extramural organizations
and financial arrangements (See Table 13).

TABLE 13.  EXTRAMURAL FUNDING -- FY90

Assistance Awards
  Grants, loans, cooperative agreements                          $853 million
  Construction  grants                                      $1,953 million
  Interagency Agreements                                     $300 million
    (disbursements)
Procurement Contracts                                    $1,130 million
Total                                                  $4,236 million
Approximate Total EPA  FY90 Budget                         $5,462 million
       Overall, more than three-quarters of the financial resources
 provided annually to EPA are deployed through extramural  transactions/

                                  100

-------
instruments.  In addition, some individual multi-year major acquisitions
such as ARCS entail the planned expenditures of billions of dollars.

      Procurement contracts, grants  and interagency agreements each
operate under separate, distinct sets  of rules  that vary in specificity and
focus.   Frequently, significant discretion is available to EPA managers
in the  selection and  use of the three instruments.  At present, use  of
those instruments  is  not managed within a common framework  that
guides the efficient,  effective and economical use of acquisition
mechanisms.

Organizational Arrangements

      The present organizational structure was created in response  to
conditions existing two decades ago, when the role of procurement was
of lesser importance in accomplishing  Agency missions and the mix of
assistance activities was substantially less complicated. During  the
intervening years,  marginal adjustments have been made to respond to
new policy initiatives  (e.g.,  government-wide suspension/debarment) or
new patterns of business (loans to schools for asbestos removal; large
interagency transfers to support Superfund; expanded procurements and
assistance support to the environmental research program).

      The combination of these significant program changes and the
major  realignment of procurement responsibilities reflected  in
decentralization of contracting to the regions calls for a broad-gauged
reassessment of EPA's organization  for acquisition management.
Operational functions for assistance/IAGs are distributed among twelve
offices, while procurement operations are performed at thirteen  separate
centers.  PCMD monitors selected contractor financial systems and
advises on indirect cost rates for both  contracts and grants.  The Grants
Administration Division (GAD) provides leadership on debarment and
suspension for both  grants and contracts. Policy functions  are divided
between PCMD and two branches in GAD.   Quality assurance  and
performance monitoring are the responsibility of several staffs that have
little interaction.

      From a management perspective, the increasing complexity of
Agency operations is forcing greater management integration of
extramural activities in the regional  offices,  EPA  laboratories and
many headquarters program offices.  Similar integration of policy  and
monitoring functions would be appropriate.
                                 101

-------
Status of Acquisition Management

      The organizational fragmentation and division/branch level  status
of acquisition management functions is not congruent with the
significance of acquisition activities for the accomplishment of  EPA
missions.  At the Department of Energy, the acquisition management
function is directly  supervised by the Deputy Secretary; at NASA, an
Assistant Administrator reporting  directly to the Agency head is directly
responsible for the function.  In contrast, at EPA the function is
divided into two organizations at the division level, three  levels
removed  from the Administrator.  The presence of a high level office
to organize and interject  acquisition issues into EPA policy
deliberations could be  a significant positive force in  designing  program
strategies.

Recommendation

            The Administrator should direct the Assistant
            Administrator for OARM to provide within 60
            days an evaluation of the  feasibility of
            establishing an Office of Acquisition Management
            reporting  directly to the AA.  Responsibilities of
            the  Office would include:

            1.    policy leadership,  monitoring, operations,
                 evaluation and human resources  development
                 related to procurement,  assistance (grants,
                 cooperative agreements,  loans) and interagency
                 acquisition transactions; and

            2.    policy leadership on major systems acquisition for
                 the  Agency.
                                102

-------
                          APPENDIX

NPL Profile   	A-l

ARCS Planned Expenditures	A-2

ARCS Contractors and Subcontractors by Region	A-3

Summary of the ARCS Contracts by Region	  A-10

ARCS Invoice Analysis	  A-13

ARCS Contracts Overview by Region	  A-38

Ratios of Program Management to Total Contract Outlays   ....  A-44

Comparison of ARCS and REM III/IV Program
Management Costs  	  A-53

Contract Administration Process	  A-54

Current ARCS Organizational Reporting Relationship  	  A-55

ARCS Equipment Purchases	  A-56

ARCS Contractors Cognizant Audit Agencies   	  A-57

ARCS Contractors Total Dollars Billed  	  A-58

Audit Cycle   	  A-61

Summation of Award Fees by Contractor	  A-62

Correlation Between Performance Index Rating Scores and
Subsequent Work Assignments Received by Contract
(Regions I, III, IV,  and V)	  A-64

Performance  Index Rating Scores (Regions I, II, III, IV, V, and
ARCS-Central)	  A-67

ARCS Award Fee Tracking System  	  A-71

Work Assignment Decision  Tree  	  A-86


                               103

-------
ARCS Contractor Performance Criteria Matrix	  A-87




ARCS Contract Award Cycle  	  A-88




Regional ARCS Workforce Survey	  A-89




Experience Levels of Regional Workforce  	  A-90
                              104

-------
                                                                  2-Oct-91

                                NPL Profile*
             Chart displays the number of NPL sites in each stage of the pipeline.
                       An NPL site may be in more than one stage.
Region
I
II
III
IV
V
VI
VII
VIII
LX
X
Total
iNPL**
84
199
149
153
260
69
59
43
100
68
1184
Ptfc
RI/FS
14
3
4
15
34
2
1
2
7
11
93
RJIFS
40
113
91
80
132
23
32
27
65
45
648
RD
25
58
34
31
59
18
14
21
15
8
283
o' "
RA
11
47
27
26
39
28
11
16
13
10
228
 * Source: CERCLIS (9/23/91)
** Final NPL sites only. Does not include proposed and deleted sites.
   Federal Facilities included
   Sites that have more than one type of remedial activity are counted once, and only
   once, under each activity.
                                     A-l

-------
ARCS Planned Expenditures



Three Major Contract Components:

                             Planned Maximum        Actual Outlays           Contract Minimum
                             10 years                 through 5/31/91           over 10 Years
                                 $        %              $        %              $        %

1.  Program Management        704M      11            70.6M      28             93M       31

2.  Level of Effort               L654M      24           137.2M      55            207M      69

3.  Subcontractor Pool           4,240M      64            40.2M      16              00

            TOTAL            6,598M    100*           248M     100*           300M     100

                             * Percentages do not add due to rounding.

-------
         ARCS Contractors and Subcontractors  by Region
                            Region  I

Prime:      CDM Federal Programs Corporation
Affiliate:    Camp, Dresser & McKee, Inc.
Subs:       Barry Lawson Associates, Inc.
            Cambridge Analytical Associates, Inc.
            Geotechnical Corporation
            Gradient Corporation
            Rizzo Associates, Inc.
            Project Management Associates, Inc.

Prime:      Authur D. Little, Inc.
Subs:       Havens & Emerson, Inc.
            Remediation Technologies, Inc.

Prime:      Metcalf & Eddy
Subs:       CompuChem Laboratories, Inc.
            Enseco, Inc.
            Guild Drilling Co.,  Inc.
            ICF Technology, Inc.
            New England Boring Contractors of CT

Prime:      Ebasco Services, Inc.
Subs:       SEA Consultants, Inc.
            Weston Geophysical Corporation

Prime:      NUS Corporation
Subs:       Badger Engineers, Inc.
            GHR  Engineering Associates, Inc.

Prime:      TRC Companies, Inc.
Affiliate:    Alliance Technologies, Inc.
            TRC Environmental Consultants, Inc.
Subs:       Jordan Communications, Inc.
            TAMS Consultants
            PEI Associates,  Inc.

Prime:      Roy F. Weston, Inc.
Subs:       ICAIR Life Systems, Inc.
            Jordan Communications, Inc.
Size
 L
 L
 SB
 L
 SB
 SB
 SB
 SB

 L
 L
 SB

 L
 L
 L
 L
 L
SDB

 L
 L
 L

 L
 L
 L

 L
 L
 L
 SB
 L
 L

 L
 SB
 SB
      The  size refers to the size  of the business, i.e.,  L=  Large,
SB= small  business, SDB= small disadvantaged  business.

                                  A-3

-------
              ARCS Contractors and  Subcontractors

                            Region II
                                                         Size
Prime:      TAMS Consultants, Inc.                         L
Subs:       TRC Companies, Inc.                            L
            Gradient Corporation                            L

Prime:      Ebasco Services Incorporated                     L
Subs:       IT Corporation                                 L
            Wehran Engineering                             L

Prime:      COM Federal  Programs Corporation               L
Affiliate:    Camp, Dresser & McKee, Inc.                    L
Subs:       Burns & Roe  Industrial Services Company         L
            Dynamac Corporation                            L
            Holt & Ross,  Inc.                              SB
            C. C. Johnson & Malhotra,  P. C.                SDB
            Nanco Environmental Services                   SB
            Project Management Associates                  SB

Prime:      Roy F. Weston, Inc.                             L
Subs:       Helen Neuhaus Associates                       SB
            R. E. Sarriera Associates                        SB
            ICAIR Life Systems, Inc.                       SB

Prime:      Malcom  Pirnie                                 L
Subs:       CH2M Hill, Inc.                                L

Prime:      ICF Technology                                L
Subs:       Gibbs & Hill, Inc.                              L
            Nanco Labs, Inc.                                L
      The  size refers  to  the  size of the  business,  i.e., L= Large,
SB= small  business, SDB= small disadvantaged business.

                                 A-4

-------
              ARCS Contractors and Subcontractors

                           Region III
                                                        Size
Prime:      NUS Corporation                              L
Subs:       Gannett Fleming Environmental Engineers,
            Inc.                                          L

Prime:      CH2M Hill                                    L
Subs:       None

Prime:      Ecology & Environment, Inc.                    L
Subs:       None

Prime:      Black & Veatch, Inc.                           L
Subs:       Earth Technology Corporation                   L

Prime:      Tetra Tech, Inc.                               L
Subs:       GeoTrans,  Inc.                                SB
            Wapora, Inc.                                  SB
      The size  refers to the size  of the  business, i.e., L= Large,
 SB= small business, SDB= small disadvantaged business.
                                  A-5

-------
              ARCS Contractors and Subcontractors
                           Region IV
Prime:
Subs:

Prime:
Subs:

Prime:
Affiliate:
Subs:
Prime:
Subs:
Prime:
Subs:
CH2M Hill
None
Bechtel
ICF Technology, Inc.

CDM Federal Programs Corporation
Camp, Dresser & McKee, Inc.
Lee Wan & Associates, Inc.
Project Management Associates, Inc.
S&ME, Inc.
Life  Systems, Inc.
C. C. Johnson & Malhorta

Ebasco Services, Inc.
IT Corporation
Sirrine Environmental

Roy  F. Weston, Inc.
Life  Systems, Inc.
Butler-Ackerman Public Relations
                                                        Size
 L
 L

 L
 L
SDB
 SB
 L
 SB
SDB

 L
 L
 L

 L
 SB
 SB
Prime:      Black & Veatch
Subs:       Radian Corp.
            EDGe Group
            Jammal & Associates
            Ensafe
                                              L
                                              L
                                              L
                                              L
                                              L
      The  size refers  to  the  size of the business,  i.e., L= Large,
SB= small  business, SDB= small disadvantaged business.
                                 A-6

-------
              ARCS  Contractors and Subcontractors

                            Region V

                                                        Size
Prime:      CH2M Hill                                    L
Subs:       none

Prime:      WW Engineering & Science                     L
Subs:       Limno Tech, Inc.                              SB
            Akderink  & Associates                         SB
            Jay  Goodman, Ph.D.                           SB

Prime:      Black & Veatch, Inc.                           L
Subs:       Warzyn Engineering, Inc.                       L

Prime:      PRC Corporation                              L
Subs:       ICF Technology, Inc.                           L

Prime:      Donohue  & Associates                         L
Subs:       Ebasco  Services, Inc.                           L
            ICAIR Life Systems, Inc.                       SB
            STS Consultants, Ltd.                          L
            John Mathis  & Associates, Inc.                  SB

Prime:      Ecology & Environment, Inc.                   L
Subs:       none

Prime:      Roy F.  Weston, Inc.                           L
Subs:       Dames  & Moore                              L
            Engineers International, Inc.                    SDB
            Hubbell Roth & Clark, Inc.                     L
            Reed, Queeb, Allison, Wilcox & Associates,Inc.   L
            Sexton  Associates                             L
            ICAIR Life Systems, Inc.                       SB
      The  size refers to the size  of  the  business, i.e., L= Large,
SB= small  business, SDB= small disadvantaged business.

                                 A-7

-------
              ARCS Contractors and Subcontractors

                Zone of Regions VI, VII and VIII
                        (ARCS-Central)

Prime:     Morrison Kundsen Engineers
Subs:      ICF Technology, Inc.

Prime:     CH2M Hill, Inc.
Subs:      none

Prime:     Roy F. Weston, Inc.
Subs:      HRD Engineering
           ICAIR Life Systems, Inc.

Prime:     Sverdrup Corporation
Subs:      Camp, Dresser & McKee, Inc.
           Los Alamos Technical Associates
           ICAIR Life Systems, Inc.

Prime:     Jacobs Engineering Group
Subs:      Terracon
           McClelland Engineers

Prime:     CDM Federal Programs Corporation
Affiliate:   Camp, Dresser & McKee, Inc.
Subs:      Sverdrup Corporation
           Los Alamos Technical Associates
           Kellog Group
           CC Johnson & Malhorta
           Gradient Corporation

Prime:     Fluor Daniel, Inc.
Subs:      IT Corporation
           PEI Associates, Inc.
           ICAIR Life Systems, Inc.

Prime:     URS Corporation
Subs:      Brown & Caldwell
           Harza Environmental
           Donohue Associates
           Shannon & Wilson Eugene
           A. Hickock & Associates
           Western  Research Institute COHBI
           Black & Veatch Architect-Engineers
           Black & Veatch Waste Science
           Med Tox
Size
 L
 L
 L
 L
 SB

 L
 L
 SB
 SB

 L
 SB
 L

 L
 L
 L
 SB
 L
SDB
 SB

 L
 L
 L
 SB

 L
 L
 L
 L
 L
 L
 L
 SB
 SB
 SB
      The  size refers  to  the  size of the business,  i.e., L=  Large,
SB= small  business, SDB= small disadvantaged business.
                                 A-8

-------
              ARCS Contractors and Subcontractors

                   Zone  of Regions IX and X
                         (ARCS-West)

                                                       Size
Prime:      ICF Technology                               L
Subs:       Kaiser Engineers                              L

Prime:      Ecology & Environment, Inc.                   L
 Subs:      none

Prime:      CH2M Hill, Inc.                               L
Subs:       none

Prime:      URS Consultants,  Inc.                         L
Subs:       Black & Veatch Architect-Engineers             SB
            Black & Veatch Waste Management             SB
            Med Tox                                     SB
            Hanson                                      L
            Shannon & Wilson                            L

Prime:      Bechtel Environmental, Inc.                     L
Subs:       ICF Technology, Inc.                          L

Prime:      Roy F. Weston, Inc.                           L
Subs:       LSA Associates, Inc.                          SB
            Dames & Moore,  Inc.                         L
            Life Systems,  Inc.                             SB
            HDR Engineering                             L
            Hall & Associates, Inc.                        SB
      The  size refers  to  the  size of the business, i.e.,  L=  Large,
SB= small  business, SDB= small disadvantaged business.

                                 A-9

-------
 SUMMARY OF THE ARCS CONTRACTS BY REGION
 Region/Contractor

 Region I

 COM Federal Programs Corporation
 Ebasco Services Incorporated
 Arthur D. Little, Inc.
 Metcalf and Eddy, Inc.
 NUS Corporation
 TRC Companies, Inc.
 Roy F. Weston, Inc.

 Region II

 COM Federal Programs Corporation
 Ebasco Services Incorporated
 ICF Technology Incorporated
 Malcolm Pirnie, Inc.
 TAMS Consultants, Inc.
 Roy F. Weston, Inc.

 Region III

 Black & Veatch, Inc.
CH2M Hill, Southeast
Ecology & Environment, Inc.
NUS Corporation
Tetra Tech, Inc.
Contract No.
68-W9-0045
68-W9-0034
68-W8-0120
68-W9-0036
68-W8-0117
68-W9-0033
68-W9-0018
68-W9-0024
68-W8-0110
68-W8-0124
68-W9-0051
68-S9-2001
68-W9-0022
68-W8-0091
68-W8-0090
68-W8-0085
68-W8-0037
68-W8-0092
tial $ Value

$148,780,115
$63,646,122
$69,117,666
$138,488,718
$145,682,156
$63,111,026
$65,848,569
$229,362,180
'$223,348,508
$62,500,386
$231,576,084
$63,270,572
$65,924,841
$64,516,121
$233,285,045
$62,608,286
$216,027,085
$65,342,544
Potential
LOE Hours
300,000
145,000
145,000
300,000
300,000
145,000
145,000
560,000
560,000
145,000
560,000
145,000
145,000
145,000
560,000
145,000
560,000
145,000
Performance
Period
15 Apr 89 - 14 Apr 99
23 Mar 89 - 22 Mar 99
28 Sep 88 - 27 Sep 98
01 Apr 89 - 31 Mar 99
16 Sep 88 - 15 Sep 98
24 Mar 89 - 23 Mar 99
22 Feb 89 - 31 Jan 99
15 Mar 89 -14 Mar 99
06 Sep 88 - 31 Aug 98
30 Sep 88 - 29 Sep 98
26 May 89 - 25 May 99
01 Feb 89 - 31 Jan 99
10 Mar 89 - 09 Mar 99
29 Jun 88 - 28 Jun 98
03 Jun 88 - 02 Jun 98
06 May 88 - 05 May 98
01 Jan 88 - 31 Dec 97
22 Jun 88 - 21 Jun 98

-------
M
Region/Contractor

Region IV

Bechtel Environmental, Inc.
Black & Veatch, Inc.
COM Federal Programs Corporation
CH2M Hill, Southeast
Ebasco Services Incorporated
Roy F. Weston, Inc.

Region V

Black & Veatch, Inc.
CH2M Hill, Inc.
Donohue and Associates
Ecology & Environment, Inc.
PRC Corporation
Roy F. Weston, Inc.
WW Engineering and Science
                                         Contract No.
                                         68-W9-0058
                                         68-W9-0055
                                         68-W9-0056
                                         68-W9-0049
                                         68-W9-0048
                                         68-W9-0057
68-W8-0064
68-W8-0040
68-W8-0093
68-W8-0086
68-W8-0084
68-W8-0089
68-W8-0079
                  Potential $ Value   Potential

                                   LOE Hours
Performance

   Period
      Zone of Regions VI, VII, and VIII (ARCS Central)

      COM Federal Programs Corporation   68-W9-0021
      CH2M Hill Central, Inc.              68-W8-0112
      Fluor Daniel, Inc.                    68-W9-0013
      Jacobs Engineering, Inc.              68-W8-0122
      Morrison Knudsen                   68-W9-0025
      Sverdrup Corporation                68-W9-0032
      URS Consultants, Inc.                68-W9-0053
      Roy F. Weston, Inc.                   68-W9-0015
$148,362,612
$141,623,193
$150,927,991
$150,599^28
$145,630,369
$66,306,241
$220,160,212
$227,222,913
$227,331,084
$60,855304
$211,963386
$222,184330
$58,347,645
$154,794394
$151,873,624
$142,142,204
$150,241,713
$155,373,447
$67,305,250
$157,811^77
$156,213,437
300,000
300,000
300,000
300,000
300,000
145,000
560,000
560,000
560,000
145,000
560,000
560,000
145,000
300,000
300,000
300,000
300,000
300,000
145,000
300,000
300,000
22 Jun 89
02 Jun 89
09 Jun 89
25 May 89
18 Jun 89
16 Jun 89
01 Mar 88
01 Feb 88
- 21 Jun 99
- 01 Jun 99
- 08 Jun 99
- 24 May 99
-17 Jun 99
- 15 Jun 99
- 28 Feb 98
- 31 Jan 98
29 Jun 88 - 31 May 98
06 May 88
28 Apr 88
- 05 May 98
- 31 Mar 98
01 Jun 88 - 31 May 98
31 Mar 88
23 Mar 89
13 Sep 88 •
06 Jan 89 •
30 Sep 88
31 Mar 89
24 Mar 89
26 May 89
10 Feb 89
- 30 Mar 98
- 31 Mar 99
- 31 Aug 98
- 31 Dec 98
- 29 Sep 98
- 30 Mar 99
- 31 Mar 99
- 30 Jun 99
- 31 Jan 99

-------
Region/Contractor
Contract No.
Potential $ Value
 Potential
LOE Hours
    Performance
       Period
Zone of Regions IX and X (ARCS WEST)
Bechtel Environmental, Inc.
CH2M Mil, Inc.
Ecology & Environment, Inc.
ICE Technology, Inc.
URS Consultants, Inc.
Roy F. Weston, Inc.
68-W9-0060
68-W9-0031
68-W9-0020
68-W9-0059
68-W9-0054
68-W9-0046
                  GRAND TOTALS
     $279,757,767   780,000   21 Jun 89 - 30 Jun 99
     $267,795,372
      $71,237,382
      $74,588,698
     $288,760,199
     $270,527,172
  780,000
  200,000
  200,000
  780,000
  780,000
                     $6,632,372,868  15,650,000
24 Mar 89 - 31 Mar 99
10 Mar 89 - 28 Feb 99
 28 Jun 89-30 Jun 99
 09 Jun 89 - 08 Jun 99
01 May 89 - 30 Apr 99
Note: From data provided by the Procurement and Contracts Management Division, 1990

-------
ARCS  Invoice Analysis
The following spreadsheets present contract-specific information
provided by the Procurement and Contracts Management Division
(PCMD). The invoice data were compiled for the ARCS task force
review.  The contract-specific data were obtained as cumulative
values from the invoice vouchers and recorded by PCMD for FYs 88,
89, 90 and 91.  The FY91 data were cumulative as of May 31,1991.

The charts are organized by fiscal year and grouped by remedial and
program management categories of cost. Various abbreviations are
used in the charts:

     K  = Contract
     PM = Program Management
     REM = Remedial
     G&A = General and Administrative
     ODCs = Other Direct Costs

For the purposes of analysis by the task force, contract-specific data
were used in a variety of analyses. During the analysis process,
several errors in the data were identified and diligent attempts were
made to adjust analyses appropriately. The data have not been
audited, and the possibility exists that additional errors are present.
                             A-13

-------
  ARCS  INVOICE  ANALYSIS -  PROGRAM  MANAGEMENT  $
  FT 88
                   TOTAL K  $      TOTAL PM      REMEDIAL
                    INVOICED      EXPENDED      EXPENDED
  Region  I
  COM
  EBASCO
  NUS
  UESTON
  METCALF
  TRC
  LITTLE

  Sub-total

  Region II
  EBASCO
  TAMS
  COM
 WESTON
  ICF
 MALCOLM

 Sub-total
PM DIRECT
    LABOR
OVERHEAD/
      G&A
PROG. MGT.
   TRAVEL
PROG. MGT
    ODC's
EQUIPMENT
      PM
TEAM SUBS
      PM
POOL
SUBS
AWARD
  FEE
                                                                                                                                                                                 BASE
                                                                                                                                                                                  FEE
                                                                                                                                Prog. Mgt
                                                                                                                                    Other
Region III
CH2MHILL
NUS
BLACK&V
E&E
TETRA TECH

180,087
893,310
23,764
179,093
107,595

91,366
550,428
23,764
139,798
107,595

88,721
342,882
0
39,295
0

29,798
173,602
5,575
45,524
.36,668
Sub-Total
                1,383,849
                               912,951
                                            470,898
                                                         291,167
                                                                      486,639
                                                                                    36,862
                                                                                                20,566
                                                         0
                                                     8,284
                                                         0
                                                         0
                                                         0

                                                     8,284
                                                         0
                                                    39,592
                                                     4,108
                                                         0
                                                         0

                                                    43,700
                                                                                            2,661
                                                                                           15,252
                                                                                              614
                                                                                            4,072
                                                                                            3,134

                                                                                           25,733
                Detail deleted to protect Confidential Business Information (CBI).

-------
ARCS INVOICE ANALYSIS  - PROGRAM MANAGEMENT $
FY 88
                TOTAL  K $     TOTAL PM      REMEDIAL
                  INVOICED     EXPENDED      EXPENDED
                                   PM DIRECT
                                       LABOR
OVERHEAD/
      G&A
PROG. MGT.
   TRAVEL
PROG. MGT
    ODC'S
EQUIPMENT
      PM
TEAM SUBS
      PM
POOL
SUBS
AWARD
  FEE
BASE
 FEE
Prog. Mgt
    Other
Region IV
CH2MHILL
BECHTEL
COM
EBASCO
UESTON
BLACK&V
Sub-Total
                                                                                                     0°
Region V
PRC
CH2MHILL
BLACK & V
E&E
DONOHUE
UESTON
U&U
181,704
525,811
360,467
120,003
179,000
271,691
156,244
148,895
239,998
252,633
114,991
179,000
271,690
97,549
32,809
285,812
107,835
5,012
0
0
58,696
77,776
73,729
110,858
42,482
64,029
102,962
36,934
Sub-Total
                1,794,920    1,304,756
                        490,164
                                                         508,770
                                                  656,290
                                                                                    41,187
                                                                                                 54,868
0
2,113
0
161

0
0
0
0
1,488
0

0
0
0
0
0
0

0
0
0
0
0
0

0
0
0
0
0
0
0
0
0
4,337
6,996
7,351
3.349
5,214
7,489
553
0
0
0
0

0
4,590
                                                                                          2,274
                                                                                                       1,488
                                                                                                                                                                              35,289
                                                                                                                                                                                            4,590
REG.6/7/8
MK
CH2MHILL
UESTPM
SVERDRUP
JACOBS
COM
FLUOR
URS
5,642
             5,642
                                       1,937
                                                                                                                                                             164
                    5,642
                                 5,642
                                                           1,937
                                                                        3,234
                                                                                       249
                                                                                                     58
                Detail deleted  to  protect Confidential Business Information (CB1).

-------
         ARCS INVOICE ANALYSIS  - PROGRAM MANAGEMENT t
         FY 88
                         TOTAL  K $     TOTAL PM      REMEDIAL
                           INVOICED     EXPENDED      EXPENDED
           PM DIRECT
               LABOR
           OVERHEAD/
                 GXA
PROG.  MGT.
   TRAVEL
PROG.  MGT
    COC's
EQUIPMENT
      PM
TEAM SUBS
      PM
POOL
SUBS
LAB        AWARD         BASE    Prog. Mgt
             FEE          FEE        Other
         Regions 9,10
         Bechtel
         1CF
         CH2MHILL
         E&E
         URS
         Weston

         Sub-Total
M
         Grand Total     3,184,411    2,223,349
961,062
801,874    1,146,163
   78,298
   75,492
                                                                                                                       10,558
                                                                                                                                   45,188
                                                                                                                                                                               0       61,186
                                                                                                                                                                                                      4,590
                         Detail  deleted to protect Confidential  Business Information  (CBI).

-------
ARCS  INVOICE ANALYSIS  -  REMEDIAL $
FY 88
Region I
COM
EBASCO
NLJS
UESTON
METCALF
TRC
LITTLE

Sub-total

Region 11
EBASCO
TAMS
COM
UESTON
ICF
MALCOLM

Sub-total
                     TOTAL
                    INVOICE
TOTAL PM
EXPENDED
REMEDIAL  REM DIRECT
EXPENDED       LABOR
OVERHEAD
    G&A
REMEDIAL
  TRAVEL
                                                                   OOC'S    EQUIPMENT
TEAM
SUBS
POOL
SUBS
                                                                                 LAB
AWARD
  FEE
BASE
 FEE
   OTHER
REMEDIAL
Region III
CH2MH1LL
NUS
BLACK&V
E&E
TETRA TECH

180,087
895,310
23,764
179,093
107,595

91,366
550,428
23,764
139,798
107,595

88,721
342,882
0
39,295
0

30,688
61,322
0
13,337
0
Sub-total
                1,383,849
                               912,951
                                            470,898
                          105,347
                                                                      183,218
                                                                                    12,515
                                                                                                  9,678
0
2,578
0
0
0
0
146,523
0
0
0
0
0
0
0
0
0
24
0
0
0
0
0
0
0
0
2,584
7,287
0
1,144
0
0
0
0
0
0
                                                                  2,578
                                                                                                                         146,523
                                                                                                                                                        24
                                                                                                                                                                              11,015
                Detail deleted to protect Confidential Business Information (CBI).

-------
  ARCS  INVOICE  ANALYSIS  -  REMEDIAL  $
  FY 88
  Region IV
  CH2MHILL
  BECHTEL
  CDM
  EBASCO
  UESTON
  BLACK&V
 TOTAL
INVOICE
TOTAL PM
EXPENDED
REMEDIAL  REM DIRECT      OVERHEAD
EXPENDED       LABOR          G&A
REMEDIAL
  TRAVEL
                                                                                                    OOC's
                                                                                                             EQUIPMENT
                                                                                                                              TEAM
                                                                                                                              SUBS
                                                                                                                      POOL
                                                                                                                      SUBS
                                                                                                                                              AWARD
                                                                                                                                                FEE
                                                                                                                                                 BASE
                                                                                                                                                  FEE
   OTHER
REMEDIAL
|_J
00








Sub-Total

Region V
PRC
CH2MHILL
BLACK&V
E&E
DONOHOE
WES TON
W&U
0


181,706
525,810
360,467
120,003
179,000
271,691
156,243
0


148,895
239,998
252,632
114,991
179,000
271,691
97,548
0


32,811
285,812
107,835
5,012
0
0
58,695
0


15,473
95,760
47,494
1,890
0
0
20,552
 Sub-Totals      1,794,920    1,304,755
 REG.6/7/8
 HK
 CH2MHILL
 UESTON
 SVERDRUP
 JACOBS
 COM
 FLUOR
LIRS
5,642
             5,642
                                             490,165
                                                          181,169
                                                                       254,445
                                                                                      9,554
                                                                                                 22,311
0
0
0
0
0
0
0
1,049
0
1,488
0
0
0
0
0
3,809
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
944
8,312
3,134
146
0
0
1,188
0
0
0
0
0
0
2,616
                                                                                                                            2,537
                                                                                                                                         3,809
                                                                                                                                                                               13,724
                                                                                                                                                                                             2,616
Sub-Total
                    5,642
                                 5,642
             *  Detail deleted to protect Confidential Business Information (CBI).

-------
ARCS INVOICE ANALYSIS - REMEDIAL $
FY 88
Regions 9,10
Bechtel
ICF
CH2HHILL
E&E
URS
Weston

Sub-Total
                    TOTAL
                    INVOICE
TOTAL PM
EXPENDED
REMEDIAL  REM DIRECT
EXPENDED       LABOR
OVERHEAD    REMEDIAL
    G&A       TRAVEL
                                                                                                  ODC's    EQUIPMENT
TEAM
SUBS
POOL
SUBS
                                                                                                                                                        LAB
AWARD
  FEE
BASE        OTHER
 FEE     REMEDIAL
Grand Total       3184411    2,223,348      961,063      286,516      437,663       22,069       31,989        2,578      149,060
                                                                                                                                         3,809
                                                                                                                                                         24
                                                                                                                                                                               24,739        2,616
                Detail  deleted  to  protect  Confidential  Business  Information (CBI).

-------
to
o
        ARCS INVOICE ANALYSIS - PROGRAM MANAGEMENT  $
        FY 89
 Region 1
 COM
 EBASCO
 NUS
 WESTON
 METCALF
 TRC
 LITTLE

 Sub-total

 Region II
 EBASCO
 TAMS
 COM
 UESTON
 ICF
 MALCOLM

 Sub-total

 Region III
 CH2MHILL
 NUS
 8LACK&V
 E&E
 TETRA TECH

Sub-total
TOTAL K $
INVOICED
315,241
198,916
1,108,533
265,979
202,752
83,967
928,256
3,103,644
3,912,104
674,841
1,045,436
657,271
881,567
508,530
7,679,749
2,250,118
5,018,480
1,490,204
2,047,935
716,117
TOTAL PH $
EXPENDED
195,592
168,879
703,507
181,989
153,688
83,967
627,056
2,114,678
1,192,448
228,311
432,410
218,926
331,979
339,871
2,743,945
961,444
1,350,702
796,190
489,620
418,439
REMEDIAL
EXPENDED
119,649
30,037
405,026
83,990
49,064
0
301,200
988,966
2,719,656
446,530
613,026
438,345
549,588
168,659
4,935,804
1,288,674
3,667,778
694,014
1,558,315
297,678
PM DIRECT OVERHEAD/
LABOR GSA
37,747
70,645
218,455
65 , 798
52,702
28,677
189,564
663,588 1,008,362
367,193
90,756
67,692
87,156
117,412
102,234
832,443 1,103,765
220,154
327,875
157,032
130,911
129,083
PROG. HGT PROG. MGT EQUIPMENT
TRAVEL ODC'S PH
0
170
31,921
79
0
0
0
18,619 84,705 32,170
208,152
0
0
0
0
11
22,181 199,924 208,163
185,783
212,080
52,852
35,569
8,348
TEAM SUBS
PM
107,249
0
50,895
0
2,367
116
33,552
194,179
22,654
0
239,875
0
4,465
29,396
296,390
0
122,408
165,031
0
0
                                                                                                                                                           POOL
                                                                                                                                                           SUBS
                                                                                                                                                          1,992
                                                                                                                                                                               AWARD
                                                                                                                                                                                 FEE
0
170
31,921
79
0
0
0
107,249
0
50,895
0
2,367
116
33,552
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
18,743
12,173
0
0
22,593
5,697
4,919
19,697
584
4,649
2,446
17,405
0
0
0
4,149
0
0
0
                                                                                                                53,509
208,152
0
0
0
0
11
22,654
0
239,875
0
4,465
29,396
0
0
1,992
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
34,277
6,650
12,583
791
9,669
9,614
0
0
0
5,503
0
0
185,783
212,080
52,852
35,569
8,348
0
122,408
165,031
0
0
0
0
0
0
0
13,748
0
0
0
0
46,162
98,676
25,218
37,304
27,120
26,258
34,924
18,283
12,822
11,399
0
0
0
0
0
BASE
FEE
5,697
4,919
19,697
584
4,649
2,446
17,405
55,397
34,277
6,650
12,583
791
9,669
9,614
73,584
26,258
34,924
18,283
12,822
11,399
Prog. Mgt
Other
0
0
0
4,149
0
0
0
4,149
0
0
0
5,503
0
0
5,503
0
0
0
0
0
                        11,522,854
                                       4,016,395
                                              7,506,459
965,055
1,721,673
57,303
                                                                                                               138,379
                                                                                                                     494,632
                                                                                                                                          287,439
                                                                                                                                                                       13,748
                                                                                                                                                                                    234,480
                                                                                                                                                                                           103,686
                       Detail deleted to protect Confidential Business Information (CBI).

-------
ARCS INVOICE ANALYSIS - PROGRAM MANAGEMENT $
FT 89


Region IV
CH2MHILL
BECHTEl
COM
EBASCO
UESTON
BLACK&V
TOTAL K *
INVOICED

134,168
144,135
174,361
263,860
33,886
21,228
TOTAL PM $
EXPENDED

129,944
115,087
86,153
112,712
33,886
21,228
REMEDIAL
EXPENDED

4,224
29,048
88,208
151,148
0
0
PM DIRECT OVERHEAD/ PROG. MGT PROG. MGT EQUIPMENT
LABOR G&A TRAVEL ODC's

33,250
108,134
19,968
48,808
11,956
9,316
PM

17
0
0
0
0
0
TEAM SUBS
PM

0
0
41,803
0
0
0
POOL
SUBS

0
0
0
0
0
0
LAB


0
0
0
0
0
0
AWARD
FEE

0
0
0
0
0
0
BASE
FEE

3,785
3,352
2,509
3,283
199
619
Prog. Mgt
Other

0
0
0
0
787
0
Sub-Total
                    771,638
                                  499,010
                                                272,628
                                                              231,432
                                                                            160,349
                                                                                           11,389
                                                                                                         39,486
                                                                                                                           17
                                                                                                                                    41,803
                                                                                                                                                                                            13,747
                                                                                                                                                                                                             787
Region V
PRC
CH2MHILL
BLACK&V
E&E
DONOHOE
UESTON
U&U

2,370,758
4,389,357
2,006,734
923,574
1,770,077
1,180,931
1,180,094

648,997
872,989
942,111
512,465
951,319
651,447
326,002

1,721,761
3,516,369
1,064,622
411,109
818,758
529,485
854,091

217,627
200,970
277,588
118,128
209,887
231,342
77,412
Sub-Totals
                 13,821,525
                                4,905,330
8,916,195
1,332,954
1,782,914
                                                                                           66,813
                                                          418,818
53,250
123,158
104,704
143,582
167,743
20,604
65,868
28,043
0
113,834
0
178,492
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
8,294
55,995
47,857
0
21,427
9,081
24,016
18,345
23,796
25,338
14,882
23,534
10,234
4,637
0
0
0
0
0
7,531
9,586
                                                                                                                     678,909
                                                                                     320,369
                                                                                                                                                                             166,670
                                                                                                                                                                                           120,766
                                                                                                                                                                                                          17,117
REG. 6/7/8
MK
CH2MHILL
UESTON
SVERDRUP
JACOBS
CDM
FLUOR
URS

417,807
2,163,275
891,000
540,071
1,646,092
1,086,035
889,235
218,345

337,005
638,890
509,369
334,045
963,204
297,524
671,753
218,345

80,802
1,524,385
381,631
206,026
682,888
788,511
217,482
0

100,559
164,941
168,814
105,665
369,290
107,734
197,233
72,083
                  7,851,860
                                3,970,135
                                              3,881,725
                                                            1,286,319
                                                                          1,721,532
                                                                                          141,880
                                                                                                        362,464
1,388
91,905
0
19,050
0
0
20
0
39,634
0
52,053
991
0
44,821
46,833
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
7,626
15,548
6,761
4,481
9,839
0
0
0
9,209
18,156
4,630
9,589
27,768
8,550
10,123
6,360
0
0
9,866
0
0
0
12,739
0
                                                                                                                      112,363
                                                                                                                                   184,332
                                                                                                                                                                              44,255
                                                                                                                                                                                            94,385
                                                                                                                                                                                                          22,605
                Detail deleted to protect Confidential Business Information (CB1).

-------
        ARCS  INVOICE  ANALYSIS  -  PROGRAM MANAGEMENT $

        FY  89


Regions 9, 10
BECHTEL
ICF
CH2MHILL
E&E
URS
UESTON
TOTAL K $
INVOICED

322,138
142,296
376,226
491, 547
260,754
408,661
TOTAL PM $
EXPENDED

304,487
121,942
284,851
204,156
260,754
371,971
REMEDIAL
EXPENDED

17,651
20,354
91,375
287,391
0
36,690
PM DIRECT OVERHEAD/ PROG. MGT PROG. MGT EQUIPMENT
LABOR G&A TRAVEL OOC'S

171,691
98,158
93,977
70,455
86,146
143,456
PM

0
0
127
286
0
0
TEAM SUBS POOL
PM SUBS

1,186 0
0 0
0 0
0 0
0 0
0 0
LAB


0
0
0
0
0
0
AUARD
FEE

0
0
0
0
0
0
BASE
FEE

8,863
5,325
8,923
5,946
7,595
4,279
Prog. Mgt
Other

0
0
0
0
0
6,244
        Sub-Total
                          2,001,622     1,548,161       453,461       663,883       682,152
 86,012
               67,340
                                                                                                                                413
                                                                                                                                            1,186
                                                                                                                                                                                                   40,931
                                                                                                                                                                                                                  6,244
 ',     Grand  Total      46,752,892    19,797,654    26,955,238     5,975,674     8,180,747
K3
KJ
404,197
1,311,116     1,526,667
                                                                                                                                        1.325,698
                                                                                                                                                          1,992
                                                                                                                                                                       13,748
                                                                                                                                                                                    498,914
                                                                                                                                                                                                  502,496
                                                                                                                                                                                                                 56,405
                       Detail  deleted to protect Confidential  Business  Information  CCBI).

-------
ARCS INVOICE ANALYSIS  -  REMEDIAL  $
FY 89


Region I
COM
EBASCO
NUS
UESTON
METCALF
TRC
LITTLE
TOTAL <
INVOICED

315,241
198,916
1,108,533
265,979
202,752
83,967
928,254
TOTAL PM
EXPENDED

195,592
168,879
703,507
181,989
153,688
83,967
627,056
REMEDIAL
EXPENDED

119,649
30,037
405,026
83,990
49,064
0
301,198
REM DIRECT OVERHEAD/
LABOR GSA

3,244
12,031
133,755
30,921
15,415
0
64,733
REMEDIAL
TRAVEL








Sub- total
                                                                                                                    EQUIPMENT
                   3,103,642
                                 2,114,678
                                                 988,964
                   7,679,748
                                 2,743,945
4,935,803
                                                               260,099
Region 1 1
EBASCO
TAMS
COM
UESTON
ICF
MALCOLM

3,912,104
674,841
1,045,436
657,270
881,567
508,530

1,192,448
228,311
432,410
218,926
331,979
339,871

2,719,656
446,530
613,026
438,344
549,588
168,659

673,535
110,024
21,579
155,770
171,678
34,432
                                                             1,167,018
                                                                            411,101
                                                                                            6,460
                                                                                                         18,176
                                                                           1,513,133
                                                                                          108,715
                                                                                                        183,855
IT

0
0
0
0
0
0
0
TEAM
SUBS
106,636
0
37,232
0
4,092
0
103,815
POOL
SUBS
0
0
263
0
0
0
0
LAB

0
0
0
0
0
0
0
AWARD
FEE
0
0
6,390
2,525
846
0
3,875
BASE
FEE
3,404
875
11,42V
367
1,702
0
7,712
OTHEI
REMEDIAI
1
1
1
1,96!
0
0
0
                                                                                                                       46,573
                                                                                                                                    251,775
                                                                                                                                   974,226
                                                                                                                                                     263
                                                                                                                                                 815,265
                                                                                                                                                                              13,636
                                                                                                                                                                                            25,489
                                                                                                                                                                                           117,131
                                                                                                                                                                                                           1,965
35,225
0
0
11,061
0
287
284 , 272
127,486
462 , 782
0
48,345
51,341
710,218
36,457
46,090
0
0
22,500
0
0
0
0
0
0
0
0
0
0
0
0
69,292
10,318
17,602
1,559
14,055
4,305
0
0
0
9,887
0
0
                                                                                                                                                                                                           9,887
Region III
CH2MHILL
NUS
BLACK&V
ESE
TETRA TECH

2,250,118
5,018,480
1,490,204
2,047,935
716,117

961,444
1,350,702
796,190
489,620
418,439

1,288,674
3,667,778
694,014
1,558,315
297,678

378,362
421,624
182,399
429,520
83,107
Sub-total
                  11,522,854
                                 4,016,395
                                               7,506,459
                                                             1,495,012
                                                                           2,396,407
                                                                                          172,774
                                                                                                        237,540
9,337
46,112
0
35,569
0
0
1,318,489
376,225
0
0
75,342
897,973
14,965
80,414
0
17,136
(24)
0
17,165
17,930
19,541
35,215
21,073
47,230
2,249
36,100
77,191
9,031
42,380
8,083
0
0
0
0
0
                                                                                                                       91,018
                                                                                                                                  1,694,714
                                                                                                                                               1,068,694
                                                                                                                                                                52,207
                                                                                                                                                                             125,308
                                                                                                                                                                                           172,785
                 Detail  deleted to protect  Confidential  Business  Information  (CBI).

-------
 ARCS INVOICE ANALYSIS
 FY 89
                         REMEDIAL $


Region IV
CH2MHILL
BECHTEL
COM
EBASCO
WESTON
BLACK&V
TOTAL K
INVOICED

134,168
144,135
174,361
263,860
33,886
21,228
TOTAL PM
EXPENDED

129,944
115,087
86,153
112,712
33,886
21,228
REMEDIAL
EXPENDED

4,224
29,048
88,208
151,148
0
0
REM DIRECT OVERHEAD/
LABOR G&A

1,536
27,704
20,037
67,012
0
0
REMEDIAL
TRAVEL







                                                                                                          OOC's
 Sub-Total
Sub-Total
                     771,638
                                   499,010
                                                 272,628
                  13,821,526     4,905,331
8,916,195
                  7,851,860
                                3,970,135
                                              3,881,725
                                                               116,289
Region V
PRC
CH2MHILL
BLACK&V
E&E
DONOHOE
WESTON
U&U

2,370,756
4,389,358
2,006,734
923,574
1,770,077
1,180,932
1,180,095

648,997
872,989
942,112
512,465
951,319
651,446
326,003

1,721,759
3,516,369
1,064,622
411,109
818,758
529,486
854,092

574,162
855,011
338,432
146,853
190,956
194,361
251,296
REG. 6/7/8
MK
CH2MHILL
WES TON
SVERDRUP
JACOBS
COM
FLUOR
URS

417,807
2,163,275
891,000
540,071
1,646,092
1,086,035
889,235
218,345

337,005
638,890
509,369
334,045
963,204
297,524
671,753
218,345

80,802
1,524,385
381,631
206,026
682,888
788,511
217,482
0

20,333
469,310
90,372
49,779
264,004
104,544
72,562
0
              1,070,904
                                                                             96,983
                                                                                            2,868
                                                                                                          4,936
                                                            2,551,071     3,369,562
                                                                                          455,921
                                                                                                        473,178
1,457,144
                                                                                          136,440
                                                                                                        187,205
IT

0
0
0
0
0
0
TEAM
SUBS
0
0
43,612
0
0
0
POOL
SUBS
0
0
0
0
0
0
LAB

0
0
0
0
0
0
AWARD
FEE
0
0
0
0
0
0
BASE
FEE
123
846
2,569
4,402
0
0
OTHER
REMEDIAL
0
0
0
0
0
0
JIPMENT

0
0
0
0
0
0
0
(318)
35,604
16,469
0
4,632
0
0
56,387
0
4,490
0
2,193
0
0
332
0
TEAM
SUBS
0
0
43,612
0
0
0
43,612
271,554
625,005
205,024
0
277,323
0
148,606
1,527,512
18,788
0
141,789
35,782
0
511,437
62,844
0
                                                                                                                        7,015
                                                                                                                                    770,640
                                                                                                                                                  127,429
                                                                                                                                                                  2,634
                                                                                                                                                                              104,166
                                                                                                                                                   71,820
                                                                                                                                                                 33,975
                                                                                                                                                                               35,043
                                                                                                                                                                                              7.940
(318)
35,604
16,469
0
4,632
0
0
271,554
625,005
205,024
0
277,323
0
148,606
130,315
(3,809)
0
923
0
0
0
0
718
0
0
0
0
1,916
2,788
66,719
11,510
0
8,038
8,756
6,355
46,368
97,439
29,541
11,964
18,246
9,796
2,579
0
0
0
0
193
4,789
27,420
                                                                                                                                             215,933
                                                                                                                                                                                            105,807
                                                                                                                                                                                                          32,402
0
4,490
0
2,193
0
0
332
0
18,788
0
141,789
35,782
0
511,437
62,844
0
0
51,767
1,082
17,671
0
0
1,300
0
0
0
0
0
33,975
0
0
0
1,968
10,744
2,298
1,607
18,426
0
0
0
2,114
43,835
8,008
5,383
19,353
22,585
4,529
0
0
0
5,732
0
0
0
0
0
                                                                                                                                                                                                            5,732
                Detail deleted to protect Confidential Business Information (CBI).

-------
       ARCS INVOICE ANALYSIS - REMEDIAL $
       FY 89
                           TOTAL K
                          INVOICED
TOTAL PH
EXPENDED
REMEDIAL
EXPENDED
REM DIRECT
     LABOR
OVERHEAD/
      G&A
REMEDIAL
  TRAVEL
TEAM
SUBS
POOL
SUBS
AUAPJ
  FEE
BASE
 FEE
   OTHER
REMEDIAL
Regions 9,10
BECHTEL
ICF
CH2MHILL
ESE
URS
WESTON

322,138
142,296
376,226
491,547
260,754
408,661

304,487
121,942
284,851
204,156
260,754
371,971

17,651
20,354
91,375
287,391
0
36,690

9,128
7,379
30,215
108,056
0
14,376
                                                                                                                                   0
                                                                                                                                   0
                                                                                                                                   0
                                                                                                                                 761
                                                                                                                                   0
                                                                                                                                   0
                                                                                                         0
                                                                                                         0
                                                                                                         0
                                                                                                     1,622
                                                                                                         0
                                                                                                         0
                                                                                                                                                 456
                                                                                                                                                 593
                                                                                                                                               2,661
                                                                                                                                               9,204
                                                                                                                                                   0
                                                                                                                                                 385
                                                                                                                                                     0
                                                                                                                                                     0
                                                                                                                                                     0
                                                                                                                                                     0
                                                                                                                                                     0
                                                                                                                                                   653
>
       Sub-Total
       Grand Total
                         2,001,622
                                       1,548,161
                                                       453,461
                        46,752,890    19,797,655    26,955,235
                                                                     169,154
                                                                   6,829,547
                                                                                   162,159
                                                                                 9,406,489
                                                                                                  90,638
                                                                                                 973,816
                                                                                                                15,175
                                                                                                             1,120,065
                                                                                                                                 761
                                                                                                                             201,754
                                                                                                                                             1,622
                                                                                                                                         5,264,101
                                                                                                                                                       2,083,471
                                                                                                                                                                        88,816
                                                                                                                                                                                     278,153
                                                                                                                                                                                                    13,299
                                                                                                                                                           658,384
                                                                                                                                                                                                                     653
                                                                                                                                                                                                                  50,639
                       Detail deleted to protect Confidential Business Information (CBI).

-------
 ARCS INVOICE ANALYSIS - PROGRAM MANAGEMENT $
 FY 90


Region I
COM
EBASCO
NLIS
WESTON
METCALF
TRC
LITTLE
Sub-total
Region II
EBASCO
TAMS
COM
UESTON
ICF
MALCOLM
Sub-total
Region III
CH2MHILL
NUS
BLACK&V
E&E
TETRA TECH
TOTAL K $
INVOICED

890,501
1,895,226
2,805,766
490,806
1,962,139
602,802
1,339,557
9,986,797

5,100,153
2,130,634
3,850,315
941,228
1,299,330
3,681,385
17,003,045

2,625,615
6,229,584
11,485,895
3,735,485
999,969
TOTAL PM $
EXPENDED

473,981
751,217
1,147,415
333,822
805,416
357,475
641,102
4,510,428

1,407,819
663,406
1,079,494
350,830
674,632
1,687,217
5,863,398

931,404
1,659,289
912,536
772,404
331,014
REMEDIAL
EXPENDED

416,520
1,144,009
1,658,351
156,984
1,156,723
245,327
698,455
5,476,369

3,692,334
1,467,228
2,770,821
590,398
624,698
1,994,168
11,139,647

1,694,211
4,570,295
10,573,359
2,963,081
668,955
PM DIRECT OVERHEAD/ PROG. MGT
LABOR GSA TRAVEL

97,830
237,380
233,028
101,970
155,180
86,172
178,343
1,089,903 1,681,411 30,273

298,879
172,698
227,074
89,691
91,109
290,079
1,169,530 1,776,122 30,967

187,416
291,072
152,351
128,676
93,749
PROG. MGT EQUIPMENT
OOC's PM

39,381
65,473
382,281
41,550
244,621
88,537
106,076
152,945 967,919

394,522
150,572
160,436
85,823
260,809
622,367
376,042 1,674,529

200,597
566,072
220,465
221,839
44,646
TEAM
PM

139,869
32,095
57,307
599
26,926
0
26,155
282,951

37,061
0
192,650
1,681
(4,465)
144,643
371,570

0
109,743
91,086
0
0
POOL
SUBS

0
0
0
0
0
0
0
0

15,054
0
(1,992)
0
0
0
13,062

0
0
0
0
0
LAB

0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
53,599
0
0
0
0
AWARD
FEE
21,231
46,700
39,160
5,998
35,485
6,247
23,551
178,372
109,455
32,386
30,339
20,672
36,674
62,408
291,934
67,637
100,249
29,442
48,658
22,001
BASE
FEE
12,894
19,940
32,004
2,370
24,386
10,227
17,878
119,699
36,915
18,379
30,451
3,002
18,535
45,920
153,202
23,598
43,171
24,402
20,542
8,999
PROG MGT
OTHER
0
0
0
6,955
0
0
0
6,955
0
0
0
6,440
0
0
6,440
0
0
0
0
0
Sub-total
               25,076,548    4,606,647   20,469,901
853,264    1,634,949
                           73,323
                                       148,365     1,253,619
                                                                                                                          200,829
                                                                                                                                                     53,599
                                                                                                                                                                 267,987
                                                                                                                                                                              120,712
                Detail deleted to protect Confidential Business Information (CBI).

-------
            ARCS INVOICE ANALYSIS - PROGRAM MANAGEMENT $
            FY 90
Ni


Region IV
CH2MHILL
BECHTEL
COM
EBASCO
UESTON
BLACK&V
Sub- Tola I
Region V
PRC
CH2MHILL
BLACK&V
E&E
DONOHOE
UESTON
UW ENG
Sub-Totals
Region 6,7,8
MX
CH2MHILL
UESTON
SVERDRUP
JACOBS
COM
FLUOR
URS
TOTAL K $
INVOICED

1,011,235
1,031,180
1,179,757
997,452
77,703
543,718
4,841,045

3,176,028
3,021,518
2,153,445
1,049,192
2,701,478
1,671,186
1,552,101
15,324,948

1,308,915
3,601,511
2,017,924
1,155,498
5,020,773
5,807,307
1,283,365
3,325,253
TOTAL PM $
EXPENDED

280,474
535,853
182,055
237,831
(1,702)
223,208
1,457,719

471,245
686,075
722,704
452,549
776,845
567,000
308,172
3,984,590

634,543
644,180
502,619
302,514
672,518
768,021
635,331
1,262,821
REMEDIAL
EXPENDED

730,761
495,327
997,702
759,621
79,405
320,510
3,383,326

2,704,783
2,335,443
1,430,741
596,643
1,924,633
1,104,186
1,243,929
11,340,358

674,372
2,957,331
1,515,305
852,984
4,348,255
5,039,286
648,034
2,062,432
PM DIRECT OVERHEAD/
LABOR G&A

83,892
302,046
46,556
98,229
395
80,202
611,320 409,906

149,147
167,868
208,526
118,921
205,176
178,845
80,828
1,109,311 1,524,493

153,177
154,031
137,155
71,236
234,800
226,766
159,890
270,213
PROG. MGT PROG. MGT EQUIPMENT
TRAVEL CCC'S PM

2,427
176,601
0
0
0
12,227
56,832 49,985 191,255

11,721
83,456
81,393
49,786
87,379
56,332
23,060
56,468 335,214 393,127

49,007
90,454
12,939
51,698
0
44,411
36,984
48,555
TEAM
PM

0
0
45,700
0
0
8,469
54,169

42,970
0
88,102
0
87,091
0
0
218,163

103,831
0
64,704
11,204
0
51,485
10,722
51,073
                                                                                                                                                     POOL
                                                                                                                                                     SUBS
                                         AWARD
                                           FEE
                                                                                                                                                                              4,610
                                                                                                                                                                              15,342
                                                                                                                                                                              8,747
                                                                                                                                                                              7,090
                                                                                                                                                                                  0
                                                                                                                                                                              7,564

                                                                                                                                                                              43,353
11,721
83,456
81,393
49,786
87,379
56,332
23,060
42,970
0
88,102
0
87,091
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
36,343
41,301
40,775
45,461
21,428
25,365
25,181
12,191
18,780
19,329
11,874
20,219
1,174
4,218
0
0
0
0
0
13,891
10,284
                                                                                                                                                                            235,854
49,
90,
12,
51,

44,
36,
48,
007
454
939
698
0
411
984
555
103

64
11

51
10
51
,831
0
,704
,204
0
,485
,722
,073
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
22
42
17
23
29
52
15
45
,762
,421
,703
,185
,690
,426
,489
,157
16,
17,
8,
8,
18,
20,
8,
32,
811
527
225
011
723
577
103
412


9,



4,
234,
0
0
123
0
0
0
078
103
BASE
FEE
8,035
14,921
5,048
6,720
(54)
6,224
40,894
12,191
18,780
19,329
11,874
20,219
1,174
4,218
87,785
16,811
17,527
8,225
8,011
18,723
20,577
8,103
32,412
PROG MGT
OTHER
0
0
0
0
5
0
5
0
0
0
0
0
13,891
10,284
24,175
0
0
9,123
0
0
0
4,078
234,103
                           23,520,546    5,422,5^7   18,097,999    1,407,268    2,079,156
                                                                                               245,248
                                                                                                            437,282
                                                                                                                        334,048
293,019
                                                                                                                                                                            248,833
                                                                                                                                                                                         130,389
                                                                                                                                                                                                      247,304
                            Detail deleted  to protect Confidential Business Information (CBI).

-------
         ARCS  INVOICE  ANALYSIS  -  PROGRAM MANAGEMENT $
         FY 90
                          TOTAL  K  $    TOTAL  PM $     REMEDIAL
                           INVOICED     EXPENDED     EXPENDED
PM DIRECT
    LABOR
OVERHEAD/
      G&A
PROG.  MGT
   TRAVEL
PROG. MGT
    OOC'S
EQUIPMENT
       PM
TEAM
 PM
POOL
SUBS
AWARD
  FEE
BASE
 FEE
PROG MGT
   OTHER
         Region 9,10
N>
oo
BECHTEL
ICF
CH2MHILL
EXE
URS
UESTON
2,080,168
1,238,726
5,123,611
1,037,310
1,614,207
1,796,621
1,006,790
643,119
725,562
467,141
1,039,682
702,961
1,073,378
595,607
4,398,049
570,169
574,525
1,093,660
434,239
146,671
198,780
139,627
310,204
215,758
                         12,890,643    4,585,255    8,305,388    1,445,279    2,129,674
         Grand Totils  108,643,574   30,430,584   78,212,988    7,685,875   11,235,711
                                                                                            115,977
                                                                                                         304,870
                                                                                                                            0
                                                                                                                       12,785
                                                                                                                       32,943
                                                                                                                        8,401
                                                                                                                        8,511
                                                                                                                       68,714

                                                                                                                      131,354
                                                                  108,705
                                                                        0
                                                                        0
                                                                        0
                                                                   36,503
                                                                        0

                                                                  145,208
                                                                                            609,088    1,804,703    4,945,851     1,565,909
                                                                                                                                                 13,062
0
0
0
0
0
0
0
37,881
25,176
28,794
23,717
14,753
86,017
15,855
19,773
12,768
29,199
8,614
0
0
0
0
0
10,346
                                                                                                                                                                          130,321       172,226       10,346
                                                                                                                                                              53,599    1,396,654      824,907      295,225
                     *  Detail  deleted  to  protect  Confidential  Business  Information (CBI).

-------
         ARCS  INVOICE ANALYSIS
         FT 90
                                 REMEDIAL i
N>


Region I
COM
EBASCO
NUS
UESTON
METCALF
TRC
LITTLE
Sub- total
Region II
E8ASCO
TAMS
CDM
UESTON
1CF
MALCOLM
Sub-total
Region III
CH2MHILL
NUS
BLACKSV
E&E
TETRA TECH
TOTAL K $
INVOICED

890,501
1,895,226
2,805,766
490,806
1,962,139
602,802
1,339,559
9,986,799

5,100,153
2,130,634
3,850,315
941,229
1,299,330
3,681,385
17,003,046

2,625,615
6,229,584
11,485,895
3,735,485
999,969
TOTAL PM $
EXPENDED

473,981
751,217
1,147,415
333,822
805,416
357,475
641,102
4,510,428

1,407,819
663,406
1,079,494
350,830
674,632
1,687,217
5,863,398

931,404
1,659,289
912,536
772, 404
331,014
REMEDIAL
EXPENDED

416,520
1,144,009
1,658,351
156,984
1,156,723
245,327
698,457
5,476,371

3,692,334
1,467,228
2,770,821
590,399
624,698
1,994,168
11,139,648

1,694,211
4,570,295
10,573,359
2,963,081
668,955
REM DIRECT OVERHEAD REMEDIAL
LABOR G&A TRAVEL

52,685
362,307
480,186
58,513
356,626
78,571
156,522
1,545,410 2,332,498 77,322

797,145
276,953
195,808
159,138
211,464
340,750
1,981,258 3,056,900 111,744

479,346
478,563
224,814
502,319
211,455
                                                                                                         155,505
                                                                                                         384,025
ILIIPMENT

0
89
0
0
0
0
0
89
16,979
30,438
51,136
(2,415)
5,073
11,612
112,823
11,450
60,585
0
221,839
47
TEAM
SUSS
220,489
163,564
190,644
932
62,022
13,216
180,109
830,976
545,538
361,187
1,751,421
2,874
(45,780)
282,397
2,897,637
0
865,219
261,635
0
0
POOL
SUBS
23,792
0
127.734
0
74,021
0
34,584
260,131
823,504
268,400
205,294
46,189
0
658,246
2,001,633
119,000
1,869,285
9,430,739
707,343
0
LAB

0
0
0
0
0
0
0
0
3,999
0
0
30,435
4,400
26,667
65,501
85
0
0
33,375
0
AWARD
FEE
0
27,671
26,224
4,385
28,720
5,054
12,431
104,485
102,706
39,145
19,103
24,417
20,077
39,429
244,877
65,348
167,366
281,604
112,231
27,576
BASE
FEE
27,278
29,279
46,091
643
37,012
6,742
19,163
166,208
90,651
33,037
76,570
3,038
19,548
50,220
273,064
46,863
99,597
120,688
74,657
18,680
OTHER
REMEDIAL
0
0
0
3,747
0
0
0
3,747
0
0
0
10,186
0
0
10,186
0
0
0
0
0
         Sub-total
                         25,076,548     4,606,647    20,469,901     1,896,497    3,136,225
                                                                                            335,047
                                                                                                         506,920
                                                                                                                      293,921     1,126,854   12,126,367
                                                                                                                                                             33,460
654,125
             360,485
                         Detail deleted  to protect Confidential Business Information (C81).

-------
           ARCS  INVOICE  ANALYSIS

           FY 90
                                   REMEDIAL $
OJ
o


Region IV
CH2HH1LL
BECHTEL
COM
EBASCO
UESTON
BLACKSV
Sub-Total
Region V
PRC
CH2MHILL
BLACKSV
E&E
DONOHOE
UESTON
WU ENG
Sub-Totals
Region 6,7,8
MK
CH2MHILL
WESTON
SVERDRUP
JACOBS
COM
FLUOR
URS
TOTAL K $
INVOICED

1,011,235
1,031,180
1,179,757
997,452
77, 703
543,718
4,841,045

3,176,028
3,021,518
2,153,445
1,049,192
2,701,478
1,671,185
1,552,101
15,324,947

1,308,915
3,601,511
2,017,924
1,155,498
5,020,773
5,807,307
1,283,365
3,325,253
TOTAL PM $
EXPENDED

280,474
535,853
182,055
237,831
(1,702)
223,208
1,457,719

471,245
686,075
722,704
452,549
776,845
567,000
308,172
3,984,590

634,543
644,180
502,619
302,514
672,518
768,021
635,331
1,262,821
REMEDIAL
EXPENDED

730,761
495,327
997,702
759,621
79,405
320,510
3,383,326

2,704,783
2,335,443
1,430,741
596,643
1,924,633
1,104,185
1,243,929
11,340,357

674,372
2,957,331
1,515,305
852,984
4,348,255
5,039,286
648,034
2,062,432
REM DIRECT OVERHEAD
LABOR GSA

211,818
409,737
111,917
300,478
27,303
129,731
1,190,984 1,060,292

771,603
660,977
437,252
125,908
431,754
337,854
242,679
3,008,027 3,809,197

137,062
855,896
452,850
182,113
1,448,318
353,503
198,357
379,740
REMEDIAL
TRAVEL







116,856








661,232









                                                                                                          300,658
                                                                                                          728,212
IUIPMENT

14,758
0
2,047
480
0
0
17,285
0
29,184
13,626
0
29,977
8
0
72,795
7,471
11,667
0
7,247
0
0
10,668
160,135
TEAM
SUBS
0
0
537,919
0
0
319
538,238
524,359
51,619
273,217
148,170
469,182
0
306,377
1,772,924
119,541
0
185,720
168,008
18,433
3,029,449
130,731
254,273
POOL
SUBS
1,212
0
0
0
0
0
1,212
306,462
0
0
(923)
176,090
38,884
0
520,513
123,620
126,463
(1,082)
56,676
479,513
0
53,565
103,256
LAB

0
0
0
0
0
0
0
0
7,710
0
655
0
54,525
(1)
62,889
0
0
16,507
38,448
0
0
0
266,743
AWARD
FEE
4,602
13,237
15,397
17,529
0
4,410
55,175
117,709
106,838
57,147
28,168
18,254
31,013
44,347
403,476
11,121
60,938
23,863
19,516
125,962
147,446
19,227
23,053
BASE
FEE
21,144
14,298
28,117
21,615
458
9,146
94,778
67,928
64,435
38,523
15,110
44,309
19,344
7,767
257,416
17,557
83,747
22,609
20,750
120,456
137,036
(3,803)
51,112
OTHER
REMEDIAL
0
0
0
0
1,800
6,048
7,848
0
0
0
0
(193)
8,980
34,889
43,676
0
0
29,375
0
0
0
11,804
0
          Sub-Total
                         23,520,546    5,422,547    18,097,999    4,007,839    5,825,134
594,762    1,381,443
                                                                                                                       197,188    3,906,155
                                                                                                                                                 942,011
                                                                                                                                                              321,698
                                                                                                                                                                           431,126
                                                                                                                                                                                        449,464
                                                                                                                                                                                                      41,179
                        *   Detail  deleted to protect  Confidential  Business  Information  (CBI).

-------
ARCS INVOICE ANALYSIS - REMEDIAL $
FT 90


Region 9,10
BECHTEL
ICf
CH2NHHL
E&E
URS
UESTON
TOTAL K $
INVOICED

2,080,168
1,238,726
5,123,611
1,037,310
1.614,207
1,796,621
TOTAL PH $
EXPENDED

1,006,790
643,119
725 , 562
467, 141
1,039,682
702,961
REMEDIAL
EXPENDED

1,073,378
595,607
4,398,049
570,169
574,525
1,093,660
REM DIRECT OVERHEAD REMEDIAL
LABOR G&A TRAVEL

449,885
192,844
1,247,367
121,145
181,750
362,618
Sub-Total
               12,890,643    4,585,255    8,305,388    2,555,609    3,852,840
216,546
             604,169
J1PMENT

2,876
8,481
21,154
19,098
3,988
0
TEAM
SUBS
250,107
9,770
231,824
67,716
12,176
56,625
POOL
SUBS
0
0
0
0
14,365
0
LAB

0
0
114,040
0
0
0
AWARD
FEE
0
10,283
642
12,362
0
1,351
BASE
FEE
37,178
17,001
123,633
14,720
16,456
15,656
OTHER
REMEDIAL
0
0
0
0
0
14,722
55,597
                                                                                                                          628,218
                                                                                                                                        14,365
                                                                                                                                                    114,040
                                                                                                                                                                  24,638
                                                                                           224,644
                                                                                                                                                                                            14,722
Grand Total   108,643,574   30,430,584   78,212,990    16,185,624   23,073,086    2,113,509    4,060,932
                          749,698   11,701,002    15,866,232
                                      597,588    1,917,902    1,826,059
                                                                                                                                                                                           121.358
                Detail deleted to protect Confidential Business  Information (CBI).

-------
           ARCS  INVOICE ANALYSIS - PROGRAM MANAGEMENT $
           THROUGH MAY 1991
NJ


Region I
COM
EBASCO
NUS
WESTON
METCALF
TRC
AD Little
Sub- total
Region II
EBASCO
TAMS
COM
WESTON
ICF
MALCOLM
Sub- total
Region III
CHZMH i 1 1
NUS
BLACK&V
E & E
TetraTech
TOTAL K $
INVOICED

1,258,431
1,863,210
1, 811,244
453,672
3,449,698
1,125,681
1,005,129
10,970,065

4,800,752
2,159,207
2,330,553
356,028
1,620,315
3,096,926
14,363,781

1,712,040
2,987,621
10,472,528
282,943
1,922,231
TOTAL PM $
EXPENDED

305,661
534,547
549,943
241,694
609,924
416,346
343,309
3,001,423

761,561
343,672
392,545
179,897
261,482
755,589
2,694,747

391,118
580,690
480,030
357,183
223,452
REMEDIAL $
EXPENDED

952,770
1,328,664
1,264,301
211,978
2,839,774
709,335
661,820
7,968,643

4,039,191
1,815,535
1,938,008
176,131
1,358,833
2,341,337
11,669,034

1,320,921
2,406,932
9,992,499
<74,239>
1,698,780
PM DIRECT OVERHEAD/ PROG. MGT.
LABOR G & A TRAVEL

68,810
212,358
122,154
67,940
111,822
75,735
92,410
751,230 1,153,825 16,049

242,842
107,786
114,251
47,186
79,387
187,600
779,052 1,132,531 5,473

77,456
172,386
117,166
94,966
69,175
PROG MGT PM
ODC'S EQUIPMENT

62,225
1,124
139,349
19,682
219,804
133,484
55,441
145,621 631,108

99,777
(69,991)
3,292
1,738
86,852
113,253
212,969 234,920

35,974
16,205
15,123
42,472
391
PM
TEAM SUBS

26,161
11,916
30,923
0
15,579
0
7,032
91,611

16,667
1,290
53,200
451
13,161
61,484
146,254

0
43,603
40,011
0
0
POOL
SUBS

0
0
0
0
0
0
0
0

<15,054)
0
0
0
0
0
(15,054)

0
0
0
0
0
          Sub-total
                         17,377,364    2,032,472   15,344,892
                                                                   531,149
990,176
23,146
                                                                                                           93,776
                                       110,165
                                                                                                                                    83,614
96,094
     0
     0
     0
     0

96,094
                                                                                                                                                                            AWARD
                                                                                                                                                                              FEE
                                                                                                                                                                            4,562
                                                                                                                                                                           11,882
                                                                                                                                                                           39,734
                                                                                                                                                                            2,678
                                                                                                                                                                           56,335
                                                                                                                                                                            8,653
                                                                                                                                                                            8,158

                                                                                                                                                                          132,002
                                                                                                                                                                           36,647
                                                                                                                                                                                0
                                                                                                                                                                           33,269
                                                                                                                                                                            4,265
                                                                                                                                                                            3,973
                                                                                                                                                                           46,846

                                                                                                                                                                          125,000
 9,775
15,194
12,322
 5,555
11,470

54,316
BASE
FEE
8,739
14,985
14,710
1,863
13,487
11,875
9,617
75,276
20,931
9,985
10,429
1,127
7,501
20,046
70,019
8,308
15,587
10,225
9,788
6,128
PRG MGT
OTHER
0
0
0
4,702
0
0
0
4,702
0
0
0
3,581
0
0
3,581
0
0
0
0
0
                                                                                                                                                                                        50,035
                   Detail deleted  to protect Confidential Business  Information CCBI).

-------
OJ
         ARCS INVOICE ANALYSIS - PROGRAM MANAGEMENT $
         THROUGH MAY 1991


Region IV
CH2MHJU
Bechtel
COM
EBASCO
UESTON
BLACK&V
TOTAL K I
INVOICED

684,770
701,620
714,128
1,858,679
660,566
832,120
TOTAL PM $
EXPENDED

182,557
173,407
290,536
211,977
259,388
262,210
REMEDIAL $
EXPENDED

502,213
528,213
423,593
1,646,702
401,178
569,910
PM DIRECT OVERHEAD/ PROG. MGT.
LABOR G & A TRAVEL

49,564
(165,320)
84,544
79,267
91,736
80,064
PROG MGT PM
ODC'S EQUIPMENT

42,155
27,510
16,579
7,918
16,604
61,819
PM
TEAM SUBS

0
2,478
44,937
0
0
10,632
POOL
SUBS

0
0
0
0
0
0

LAB

0
0
0
0
0
0
AUARD
FEE

2,198
6,077
8,125
4,169
2,690
5,236
BASE
FEE

5,253
4,862
8,226
6,056
1,419
7,414
PRG MGT
OTHER

0
0
0
0
6,003
0
         Sub- total
                         5,451,883     1,380,075    4,071,808
         Subtotal
         Regions 6,7,8
11,480,867    2,650,397    8,830,470
                                                                  219,854
Region V
PRC
CH2MHHI
BLACK&V
E & E
DONOHUE
UESTON
U&U

1,992,288
1,835,475
1,267,047
1,353,667
2,739,165
1,537,895
755,330

268,877
432,930
374,053
407,806
527,177
496,016
143,538

1,723,411
1,402,545
892,994
945,861
2,211,988
1,041,879
611,792

94,564
115,731
120,925
110,720
150,371
137,527
51,657
MK
CH2MHHI
Ueston
Sverdrup
Jacobs
CDM
F luor
URS
1,676,125
1,632,456
1,675,018
1,333,159
711,491
2,461,830
1,899,571
2,714,723
462,730
277,215
466,602
183,372
385 , 778
434,978
406,637
596,293
1,213,395
1,355,240
1,208,416
1,149,787
325,713
2,026,851
1,492,934
2,118,430
176,973
73,927
118,262
53,184
142,914
140,088
131,453
176,686
                                                                               783,835
                                                                                             29,582
                                                                                                          48,444
                                                                  781,495    1,101,613
                                                                                             17,619
                                                                                                         245,993
                                                                                             172,584
                                                                                                                      250,750
58,046
                                                                                                                                   127,638
                                                                                                                                                   417
28,495
(7,780)
45,884
32,578
64,159
57,987
56,337
1,585
42,338
0
58,090
0
27,210
0
0
0
0
0
0
417
0
0
0
0
0
0
0
0
0
5,492
10,543
3,115
6,473
16,223
3,719
1,477
7,197
12,302
10,460
11,689
14,332
2,533
1,958
0
0
0
0
0
10,788
6,571
                                                                                                                                                                          47,042
448
16,531
158,479
18,945
0
0
18,481
19,223
74,415
0
5,964
370
0
6,956
1,695
21,417
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
9,661
22,555
8,632
8,269
9,280
9,565
8,299
22,161
12,427
7,417
(2,999)
5,095
10,966
12,359
5,307
16,493
0
0
10,251
0
0
0
4,631
(234,103)
BASE
FEE
5,253
4,862
8,226
6,056
1,419
7,414
33,229
7,197
12,302
10,460
11,689
14,332
2,533
1,958
60,471
12,427
7,417
(2,999)
5,095
10,966
12,359
5,307
16,493
PRG MGT
OTHER
0
0
0
0
6,003
0
6,003
0
0
0
0
0
10,788
6,571
17,359
0
0
10,251
0
0
0
4,631
(234,103)
                         14,104,373     3,213,606    10,890,767     1,013,486     1,422,281
                                                                                             32,010
                                                                                                         456,640
                                                                                                                      232..107
                                                                                                                                   110,817
                                                                                                                                                                          98,422
                                                                                                                                                                                       67,064
                                                                                                                                                                                                   (219,221)
                   Detail deleted to protect Confidential Business Information (CBI).

-------
ARCS INVOICE ANALYSIS -  PROGRAM MANAGEMENT  $
THROUGH HAY 1991

Regions 9,10
Bechtel
ICF
CH2MHUI
E & E
URS
Ueston
Sub- total
Grand Total
TOTAL K $
INVOICED

2,336,456
1,046,707
5,935,637
1,171,512
2,194,212
3,039,598
15,724,123
89,472,456
TOTAL PM $
EXPENDED

722,253
307,702
464,987
256,476
784,437
674,072
3,209,926
18,182,645
REMEDIAL t
EXPENDED

1,614,203
739,005
5,470,651
915,037
1,409,775
2,365,526
12,514,197
71,289,811
PM DIRECT OVERHEAD/
LABOR G 8. A

257,036
100,124
131,804
70,131
201,269
191,222
951,586 1,401,048
5,027,853 7,985,309
PROG. MGT. PROG MGT PM
TRAVEL OOC'S EQUIPMENT

64,751
672
17,310
8,933
39,954
(499)
87,466 392,189 131,121
211,345 1,595,633 1,762,756
PM
TEAM SUBS

(29,067)
0
0
0
43,087
0
14,020
632,000
POOL
SUBS

0
0
0
0
0
0
0
(14,637)
LAB

0
0
0
0
0
0
0
96,094
AWARD
FEE

80,381
8,553
33,271
13,547
55,718
15,396
206,866
692,143
BASE
FEE

(40,699)
8,713
12,574
7,075
20,764
8,391
16,818
372,912
PRG MGT
OTHER

0
0
0
0
0
8,812
8,812
(178,764)
      *  Detail deleted to protect Confidential Business Information (CBI).

-------
ARCS  INVOICE ANALYSIS - REMEDIAL I
THROUGH MAY 1991


Region I
COM
EBASCO
NUS
UESTON
METCALF&EDDY
TRC
LITTLE
Sub-total
Region 1 1
EBASCO
TAMS
COM
UESTON
ICF
MALCOLM
Sub-total
Region III
CH2MHHI
NUS
BLACK&V
E & E
TETRA TECH
TOTAL K S
INVOICED

1,258,431
1,863,210
1,814,244
453,672
3,449,698
1,125,681
1,005,129
10,970,065

4,800,752
2,159,207
2,330,553
356,028
1,620,315
3,096,926
14,363,781

1,712,040
2,987,621
10,472,528
282,943
1,922,231
TOTAL PM »
EXPENDED

305,661
534,547
549,943
241,694
609,924
416,346
343,309
3,001,423

761,561
343,672
392,545
179,897
261,482
755,589
2,694,747

391,118
580,690
480,030
357,183
223,452
REMEDIAL
EXPENDED

952,770
1,328,664
1,264,301
211,978
2,839,774
709,335
661,820
7,968,643

4,039,191
1,815,535
1,938,008
176,131
1,358,833
2,341,337
11,669,034

1,320,921
2,406,932
9,992,499
(74,239)
1,698,780
REM DIRECT OVERHEAD/
LABOR G&A

151,308
322,521
405,990
75,741
595,410
184,191
154,675
1,889,836 2,941,999

984,058
416,563
183,235
45,333
299,819
445,329
2,374,338 3,549,323

346,122
412,311
208,461
(13,398)
394,430
REMEDIAL
TRAVEL








83,065







113,726






                                                                                                234,489
                                                                                                295,038
iOUIPMENT

0
46
0
0
0
0
0
46
12,150
3,151
3,673
5,215
31,834
33,559
89,582
35,655
22,976
0
(257,408)
(47)
TEAM
SUBS
398,630
180,018
70,812
1,768
67,816
5,011
54,186
778,242
337,736
488,550
(1,853,691)
277
384,296
358,603
(284,230)
0
457,333
510,235
1,133,126
0
POOL
SUBS
97,469
289,585
61,050
0
839,149
130,239
98,687
1,516,179
1,003,496
210,211
3,144,500
7,623
0
601,040
4,966,870
213,804
660,418
8,783,535
(787,757)
336,100
LAB

0
735
0
0
0
0
32,800
33,535
4,267
0
0
30,295
36,080
34,601
105,242
35
0
0
6,710
0
AWARD
FEE
25,202
14,945
42,420
4,675
204,387
8,697
8,230
308,555
51,724
12,764
43,722
9,241
13,056
32,386
162,893
29,209
32.565
85,698
(79,992)
10,155
BASE
FEE
9,487
31,857
33,855
1,110
66,367
19,677
15,493
177,846
102,783
41,856
51,021
1,407
36,358
59,844
293,269
36,584
56,839
188,042
(2,491)
47,552
OTHER
REMEDIAL
0
0
0
4,850
0
0
0
4,850
0
0
0
2,982
0
0
2,982
0
0
0
0
0
Sub-total
               17,377,364    2,032,472   15,344,892    1,347,926    2,161,374
                                                                                   173.097
143,621      (198,824)    2,100,694    9,206,100
                                                     6,745
                                                                 77,635
                                                                                                                                                                             326,525
          Detail  deleted  to  protect  Confidential  Business  Information  (CBI).

-------
 ARCS INVOICE ANALYSIS - REMEDIAL $
 THROUGH MAY 1991


Region IV
CH2MHHI
BECHTEL
COM
EBASCO
WESTON
BLACK&V
Sub-total
Region V
PRC
CH2MHUI
BLACK&V
E & E
DONOHUE
WESTON
WW ENG
Sub- total
Regions 6,7,8
NIC
CH2MHUI
WESTON
SVERDRUP
JACOBS
CDM
FLUOR
URS
TOTAL K $
INVOICED

684,770
701,620
714,128
1,858,679
660,566
832,120
5,451,883

1,992,288
1,835,475
1,267,047
1,353,667
2,739,165
1,537,895
755,330
11,480,867

1,676,125
1,632,456
1,675,018
1,333,159
711,491
2,461,830
1,899,571
2,714,723
TOTAL PM $
EXPENDED

182,557
173,407
290,536
211,977
259,388
262,210
1,380,075

268,877
432,930
374,053
407,806
527,177
496,016
143,538
2,650,397

462,730
277,215
466,602
183,372
385,778
434,978
406,637
596,293
REMEDIAL
EXPENDED

502,213
528,213
423,593
1,646,702
401,178
569,910
4,071,808

1,723,411
1,402,545
892,994
945,861
2,211,988
1,041,879
61 1 , 792
8,830,470

1,213,395
1,355,240
1,208,416
1,149,787
325,713
2,026,851
1,492,934
2,118,430
REM DIRECT OVERHEAD/
LABOR GSA

89,333
34,689
54,264
233,222
123,259
158,229
692,996 1,231,693

495,415
265,971
322,642
248,078
485,224
282,316
185,989
2,285,635 3,226,791

365,972
373,084
49,115
203,932
(70,319)
337,168
446,533
446,543
REMEDIAL
TRAVEL







85,264








147,670









                                                                                                  OOC'S
                                                                                                 80,637
                                                                                                435,818
IUIPMENT

5,322
0
727
1,262
0
136
7,446
468
2,375
41,750
0
57,438
2,538
0
104,569
54,301
3,014
0
31,112
0
9,647
45,064
161,513
TEAM
SUBS
0
0
298,243
0
0
177,720
475,963
992,020
(676,624)
(292,589)
135,214
379,198
0
48,981
586,200
240,663
0
(79,984)
149,220
13,622
1,144,969
153,183
33,868
POOL
SUBS
172,528
0
0
944,216
65,044
0
1,181,788
(436,777)
1,133,640
334,079
0
350,606
181,917
0
1,563,465
147,042
55,002
21,712
263,476
487,741
0
208,111
760,468
LAB

2,310
175,956
0
0
0
0
178,266
0
15,288
0
0
0
41,850
19,941
77,079
0
0
(16,507)
30,888
0
0
0
(266,743)
AUARD
FEE
16,614
4,312
5,462
3,201
5,042
3,106
37,737
30,135
48,769
12,585
5,116
50,494
11,326
8,242
166,667
11,920
87,437
28,384
15,823
6,057
49,936
10,429
18,099
BASE
FEE
13,239
13,601
9,464
43,285
3,155
15,439
98,183
44,253
36,767
25,400
26,087
52,031
19,725
1,241
205,504
31,919
36,660
51,131
27,891
11,418
52,879
4,567
60,919
OTHER
REMEDIAL
0
0
0
0
7,929
(6,095)
1,834
0
0
0
0
0
7,420
23,652
31,072
0
0
2,880
0
0
0
15,433
0
Sub-total
               14,104,373    3,213,606   10,890,767    2,152,027    3,159,041
290,534
              42,316
                                                                                                            304,651     1,655,542    1,943,552     (252,362)
                                                                                                                                                                228,085
                                                                                                                                                                             277,383
                                                                                                                                                                                           18,313
       *  Detail deleted to protect Confidential Business Information (CBI).

-------
ARCS INVOICE ANALYSIS - REMEDIAL $
THROUGH MAY 1991


Regions 9,10
Bechtet
ICF
CH2MHUI
E & E
URS
UESTON
TOTAL K $
INVOICED

2,336,456
1,(K6,707
5,935,637
1,171,512
2,194,212
3,039,598
TOTAL PM S
EXPENDED

722,253
307,702
464,987
256,476
784,437
674,072
REMEDIAL
EXPENDED

1,614,203
739,005
5,470,651
915,037
1,409,775
2,365,526
REM DIRECT OVERHEAD/
LABOR G&A

674,887
213,013
1,276,805
244,871
328,605
742,807
REMEDIAL
TRAVEL







                                                                                                  ODC'S
Sub-total
               15,724,123    3,209,926   12,514,197    3,480,987    5,022,254
341,390    1,017,524
JIPMENT

16,053
896
28,858
14,007
35,297
0
TEAM
SUBS
(126,562)
107,383
(231,824)
80,306
218,672
(17,413)
POOL
SUBS
227,509
0
1,245,836
0
112,658
249,526
LAB

0
0
75,898
0
0
0
AUARD
FEE
39,077
14,715
156,193
15,179
21,788
38,136
BASE
FEE
35,121
20,549
147,657
25,409
36,947
30,124
OTHER
REMEDIAL
0
0
0
0
0
34,046
95,111
30,562    1,835,529
                                                                 75,898
                                                                             285,088
                                                                295,807
                                                                                                                                                                                           34,046
Grand Total    89,472,456   18,182,645   71,289,811   14,223,745   21,292,474    1,234,747    2,249,443
                          402,582     5,342,972   22,213,483
                                                                224,404    1,266,661    1,674,518
                                                                                                                                                                                           93,098
          Detail  deleted to protect  Confidential  Business  Information  (CBI).

-------
ARCS  Contracts Overview - by Region
This chart presents contract specific information provided by the
Procurement and Contracts Management Division (P£MD) and
three ratios derived from the data. The ARCS contracts were
designed with a guaranteed base number of LOE hours -- see "Base
LOE (Technical)." The base level of LOE hours was estimated to
require two years for delivery. The base period timeframe is given in
the columns, "Award Date" and "End of 2 Year Base Period."

For this review, PCMD calculated a value for the program
management base for each contract using the total contract program
management estimated value, including all options, divided by the
total LOE hours. The resulting PM/LOE value was multiplied by the
base LOE to derive an estimated value for the program management
base allocation -- see "$ Value of Base for PM (w/o equip)."

The last three columns of the chart are  calculated ratios to allow
analysis of expenditure data against initial contract estimates:

     "Ratio of LOE hours to Base LOE hours" — indicates how
     actual LOE relates to the established base LOE.

     "Ratio of PM $ to PM Base $ (w/o equipment)" - indicates how
     actual expenditures relate to an estimated value for
     expenditures. (Equipment cost estimates were not included in
     the calculation of base program management value, so
     equipment was deleted from the actual program management
     costs . Given the variability in reporting of equipment cost, this
     comparison could have significant flaws.)

     "Ratio of PM $ to Total Contract $" -- indicates how much of
     contract expenditures have been spent on program
     management.

Data used to prepare Part A were provided by PCMD (see Appendix,
ARCS Invoice Analysis). Part B was provided by PCMD.
Discrepancies due to data transfer or calculation may exist.

                            A-38

-------
^O
Page No.
10/07/91
Contractor



** 1
COM
EBASCO
NUS
WESTON
METCALF
TRC
LITTLE
** Subtotal
** 2
EBASCO
TAMS
COM
WESTON
ICF
MALCOLM
** Subtotal
** 3
HILL
NUS
BLACK&V
E&E
TETRA TECH
** Subtotal
1

Award
Date



04/15/89
03/23/89
09/16/88
02/22/89
04/01/89
03/24/89
09/28/88
**

09/06/88
02/01/89
03/15/89
03/10/89
09/30/88
05/26/89
**

03/06/88
01/01/88
06/29/88
05/06/88
06/22/88
**


End of
2 Year
Base
Period

04/15/91
03/23/91
09/16/90
02/22/91
04/01/91
03/24/91
09/28/90


09/06/90
02/01/91
03/15/91
03/10/91
09/30/90
05/26/91


03/06/90
12/31/89
06/29/90
05/06/90
06/22/90

                                       Part A
                           ARCS  Contracts Overview  - by Region
ise LOE
nical)


50000
25000
50000
25000
50000
25000
25000
250000
50000
25000
50000
25000
25000
50000
225000
50000
50000
25000
25000
25000
LOE
Incurred
thru 5/91

19946
21387
31036
7016
49099
14190
17727
160401
14075
47855
61431
120636
32785
24811
301593
52615
128808
45297
49219
36235
$ Value
of Base
for PM
(w/o equip)
2364171
1512680
2707370
1818095
1821719
1314565
1928767
13467367
1389001
1276729
1353774
1149407
1046327
1457161
7672399
2481527
1628801
2037851
2058218
1980016
PM $
Expended
thru 5/91
(w/o equip)
873628
1387876
1847314
696194
1104603
635767
1449950
7995332
2659377
1154808
1740721
662092
920432
2047046
9184476
1952978
3338468
1924080
1459125
1027115
PM $
Expended
thru 5/91
(w/equip)
975234
1454643
2400865
757505
1569028
857788
1611467
9626530
3361828
1235389
1904449
749653
1268093
2782677
11302089
2375332
4141109
2212520
1759005
1080500
Total
Contract
$ Invoiced
thru 5/91
2464173
3957352
5728543
1210457
5614589
1812450
3272942
24060506
13813009
4964682
7226304
1954527
3801212
7286841
39046575
6767860
15128995
23472391
6245456
3745912
                                                                   Ratio of    Ratio of   Ratio of
                                                                  LOE hours     PM $ to    PM $ to
                                                                    to Base   PM Base $      Total
                                                                  LOE hours (w/o equip) Contract $
                                                                       0.40
                                                                       0.86
                                                                       0.62
                                                                       0.28
                                                                       0.98
                                                                       0.57
                                                                       0.71
                                                                       0.28
                                                                       1.91
                                                                       1.23
                                                                       4.83
                                                                       1.31
                                                                       0.50
                                                                       1.05
                                                                       2.58
                                                                       1.81
                                                                       1.97
                                                                       1.45
                                        0.37
                                        0.92
                                        0.68
                                        0.38
                                        0.61
                                        0.48
                                        0.75
                                        1.91
                                        0.90
                                        1.29
                                        0.58
                                        0.88
                                        1.40
                                       0.79
                                       2.05
                                       0.94
                                       0.71
                                       0.52
0.40
0.37
0.42
0.63
0.28
0.47
0.49
0.24
0.25
0.26
0.38
0.33
0.38
0.35
0.27
0.09
0.28
0.29
175000
          312174
                    10186413
                                9701766
11568466    55360614

-------
Page No.
10/07/91
                                                                ARCS Contracts Overview - by Region
Contractor



** 4
HILL
BECHTEL
COM
EBASCO
WESTON
BLACK&V
** Subtotal
** 5
PRC
HILL
BLACK&V
E&E
DONOHOE
WESTON
W&W
** Subtotal
** C
MK
HILL
WESTON
SVERDRUP
COM
FLUOR
URS
JACOBS
Award
Date



05/25/89
06/22/89
06/09/89
06/18/89
06/16/89
06/02/89
**

04/28/88
02/01/88
03/01/88
05/06/88
06/29/88
06/01/88
03/31/88
**

03/31/89
09/13/88
02/10/89
03/24/89
03/23/89
01/06/89
05/26/89
09/30/88
End of
2 Year
Base
Period

05/25/91
06/22/91
06/09/91
06/18/91
06/16/91
06/02/91


04/28/90
01/31/90
03/01/90
05/06/90
06/29/90
06/01/90
03/31/90


03/31/91
09/13/90
02/10/91
03/24/91
03/23/91
01/06/91
05/26/91
09/30/90
ase LOE
inical)


50000
50000
50000
50000
25000
50000
275000
50000
50000
50000
25000
50000
50000
25000
300000
50000
50000
50000
25000
50000
50000
50000
50000
LOE
Incurred
thru 5/91

13620
14932
16074
22887
5805
14257
87575
118939
94283
63306
28345
73879
40126
46361
465239
28406
80474
43802
25691
93300
37431
36433
77273
$ Value
of Base
for PM
(w/o equip)
2518673
2321277
2315265
2146783
1504366
1861085
12667449
1524663
2023519
2023484
1623228
2013719
1843204
1439238
12491055
6312082
3200189
3127388
1258861
2881885
2391870
3858694
2693359
PM $
Expended
thru 5/91
(w/o equip)
548376
620236
542165
554605
274968
432595
2972945
1480823
1977381
2072826
1230123
2121232
1852880
784748
11520013
1383435
1367037
1307172
730238
1456112
1658236
2009681
2021500
PM $
Expended
thru 5/91
(w/ equip)
592975
824347
558744
562523
291572
506641
3336802
1538014
2231992
2291501
1487811
2434341
1986153
875261
12845073
1434278
1565927
1478590
819931
1500523
1713721
2077459
2021500
Total
Contract
$ Invoiced
thru 5/91
1830173
1876935
2068246
3119994
772155
1397061
11064564
7720778
9772161
5787693
3446436
7389720
4661703
3643769
42422260
3402847
7402884
4583942
3028728
9355172
4072171
6258321
7378356
                                                                                                         Ratio of     Ratio  of    Ratio  of
                                                                                                        LOE hours      PM $  to     PM  $  to
                                                                                                          to Base    PH Base $      Total
                                                                                                        LOE hours  (w/o equip)  Contract $
                                                                                                             0.27
                                                                                                             0.30
                                                                                                             0.32
                                                                                                             0.46
                                                                                                             0.23
                                                                                                             0.29
                                                                                                             2.38
                                                                                                             1.89
                                                                                                             1.27
                                                                                                             1.13
                                                                                                             1.48
                                                                                                             0.80
                                                                                                             1.85
                                                                                                             0.57
                                                                                                             1.61
                                                                                                             0.88
                                                                                                             1.03
                                                                                                             1.87
                                                                                                             0.75
                                                                                                             0.73
                                                                                                             1.55
0.22
0.27
0.23
0.26
0.18
0.23
0.97
0.98
1.02
0.76
1.05
1.01
0.55
0.22
0.43
0.42
0.58
0.51
0.69
0.52
0.75
0.32
0.44
0.27
0.18
0.38
0.36
0.20
0.23
0.40
0.43
0.33
0.43
0.24
0.42
0.21
0.32
0.27
0.16
0.42
0.33
0.27

-------
Page No.
10/07/91
                                                                  ARCS  Contracts  Overview -  by Region
Contractor



** Subtotal **

** W
BECHTEL
ICF
HILL
E&E
URS
WESTON
** Subtotal **

*** Total ***

Award
Date





06/21/89
06/28/89
03/24/89
03/10/89
06/09/89
05/01/89




End of
2 Year
Base
Period



06/21/91
06/28/91
03/24/91
03/10/91
06/09/91
05/01/91




Base LOE
(Technical)



375000

70000
35000
70000
35000
70000
70000

350000

1950000
LOE
Incurred
thru 5/91


422810

30325
14083
112000
20870
22759
41188

241225

1991017
$ Value
of Base
for PM
(w/o equip)

25724328

2873028
2071407
2273662
1695295
3238487
2767269

14919148

97128159
PM $
Expended
thru 5/91
(w/o equip)

11933411

1968779
1059306
1425019
910153
2036408
1680789

9080454

62388397
PM $
Expended
thru 5/91
(w/equip)

12611929

2033530
1072763
1475399
927773
2084873
1749004

9343342

70634231
Total
Contract
$ Invoiced
thru 5/91

45482421

4738766
2427729
11435474
2700369
4069173
5244880

30616391

248053331
Ratio of
LOE hours
to Base
LOE hours



0.43
0.40
1.60
0.60
0.33
0.59




                                                                                                                       Ratio of    Ratio  of
                                                                                                                        PM  $ to     PM  $  to
                                                                                                                      PM Base $      Total
                                                                                                                          0.69
                                                                                                                          0.51
                                                                                                                          0.63
                                                                                                                          0.54
                                                                                                                          0.63
                                                                                                                          0.61
0.43
0.44
0.13
0.34
0.51
0.33

-------
      SEPTEMBER 16,  1991
                                                                                     PartB
**
NJ
CONTRACT
NUMBER
68-W8-0120
68-W9-0034
68-U9-0045
68- W9- 0033
68-W9-0036
68-W8-0117
6S-U9-0018

68-U9-0022
68-U8-0124
68-S9-2001
68-W9-0051
68-U9-0024
68-U8-0110

68-US-0092
68 -U8- 0090
68-U8-0085
68-U8-0091
68-W8-0037

68-W9-0049
68-W9-0048
68-U9-0055
68-W9-0056
68-W9-0057
68-U9-0058

68 -U8- 0093
68-U8-0084
68-U8-0089
68-U8-0086
68-W8-0064
68-U8-0079
68-U8-0040
CONTRACTOR
ARTHUR D. LITTLE
EBASCO
COM
TRC
METCALF & EDDY
NUS CORP.
ROY F. WESTON

ROY F. UESTON
ICF, INC
TAMS CONSULTANTS
MALCOLM-PIRNIE
COM FPC
EBASCO

TETRA TECH
CH2M HILL
E&E
BLACK & VEATCH
NUS CORP.

CH2M HILL
EBASCO
BLACK & VEATCH
COM
UESTON
BECHTEL

DONOHUE & ASSOC.
PRC
WESTON
E&E
BLACK & VEATCH
UW ENGIN.
CH2M HILL
A
BASE
LOE HOURS
25,000
25,000
50,000
25,000
50,000
50,000
25,000
250,000
25,000
25,000
25.000
50,000
50,000
50,000
225,000
25,000
50,000
25,000
25,000
50,000
175.000
50,000
50,000
50,000
50,000
25,000
50,000
275,000
50,000
50,000
50,000
25.000
50.000
25,000
50,000
B
MAX
LOE HOURS
145,000
145,000
300.000
145,000
300,000
300,000
145,000
1,480,000
145,000
145,000
145,000
560.000
560,000
560,000
2.115,000
145,000
560,000
145,000
145,000
560,000
1,555,000
300,000
300,000
300,000
300,000
145,000
300,000
1,645,000
560,000
560,000
560,000
145,000
560,000
145,000
560,000
C
TOTAL K
$ VALUE
$69,117,666
S63.646.122
$148,780,115
$63,111,026
$138,488,718
$145,682,156
$65,848,569
$694,674,372
$65,924,841
$62,500,366
$63,270,572
$231,576,084
$229,362,180
$223,348,508
$875,982,551
$65.342,544
$233,285,045
$62,608,286
$64,516,121
$216,027,085
$641,779,081
$150,599,328
$145,630,369
$141,623,193
$150,927,991
$66,306,241
$148,362,612
$803,449.734
$227.331,084
$211,963,386
$222,184,330
-$60,855,304
$220,160,212
$58,347,645
$227,222,913
D
$ VALUE TOTAL
LOE HOURS
$17,930,818
$14,872,578
$34,595,090
$15,486,549
$27,558,402
$29,437,936
$15,303,618
$155,184,991
$18,846,648
$16,068,037
$15,501,910
$64,208,363
$63,306,921
$57,064,420
$234,996,299
$13,858,454
$55,491,941
$10,670,620
$12,696,584
$47.784,513
$140,502,112
$33,292,842
$30,765,227
$28,806,685
$35,716,402
$16,260,917
$32,735,453
$177,577,526
$53,777,429
$43,802,165
$50,408,446
$10,805.590
$46.497.186
$9,500,064
$53,559,496
E
$ VALUE BASE
LOE HOURS
$3,091,520
$2,564,238
$5,765,848
$2,670,095
$4,593,067
$4,906,323
$2,638,555
$26,229,645
$3,249,422
$2.770,351
$2,672,743
$5,732,890
$5,652,404
$5,095,038
$25,172,847
$2,389.389
$4,954,638
$1,839,762
$2,189,066
$4.266,474
$15,639,329
$5,548,807
$5,127,538
$4,801,114
$5,952.734
$2,803,606
$5,455.909
$29.689,708
$4,801,556
$3,910,908
$4,500,754
$1,863,033
$4,151,534
$1,637,942
$4,782,098
F
$ VALUE
TOTAL PM
$11,186,848
$8,773.544
$14,185,025
$7,624,477
$10,930,316
$16,244,220
$10,544,951
$79,489,381
$6,666,561
$6,068,697
$7,405,030
$16,320,198
$15,162,265
$15,556,816
$67,179,567
$11.484,090
$27,793,104
$11,937,666
$11,819,537
$18,242,572
$81,276.969
$15,112.036
$12,880,700
$11,166,508
$13,891,589
$8,725,324
$13,927,659
$75,703,816
$22,553,655
$17,076,221
$20,643,884
$9,414,724
$22,663,026
$8,347,581
$22,663,417
G
$ VALUE
BASE PH
$1,928,767
$1,512,680
$2.364,171
$1,314,565
$1,821,719
$2,707,370
$1,818,095
$13,467,367
$1,149,407
$1,046,327
$1,276,729
$1,457.161
$1.353,774
$1,389,001
$7,672.399
$1,980,016
$2,481,527
$2,058,218
$2,037,851
$1,628,801
$10,186,413
$2,518,673
$2,146,783
$1,861,085
$2,315,265
$1,504,366
$2,321.277
$12,667,448
$2,013,719
$1,524.663
$1,843,204
$1.623,228
$2,023,484
$1,439,238
$2,023,519
H
EQUIPMENT
See Note 1

$411,632
$363,632
$363,632
$1,047,523
$892,994
$727,272
$3,806.685
See Note 1

$2.194,450
$1,984,442
$1,650,000
$1,320,000
$1,320,000
$1,699,500
$10,168,392
$1,000,000
$1.085,000
$1,132,000
$634,990
$1,000,000
$500,000
$1,000,000
I
SUB POOL
$40,000,000
$40,000,000
$100,000,000
$40,000,000
$100,000,000
$100,000,000
$40,000,000
$460,000,000
$40,000,000
$40,000,000
$40,000,000
$150,000,000
$150,000.000
$150,000,000
$570,000,000
$40,000,000
$150,000,000
$40,000,000
$40,000,000
$150,000.000
$420,000,000
$100,000,000
$100.000,000
$100,000,000
$100.000.000
$40,000,000
$100,000,000
$540,000,000
$150,000,000
$150,000,000
$150,000,000
$40,000,000
$150,000,000
$40,000,000
$150,000,000
                                                  300,000    3.090,000 $1,228,064,874    $268,350,376    $25,647,825  $123,362,508    $12,491,056  $6,351,990   $830,000,000

-------
SEPTEMBER 16, 1991
6

7

8

9&10
CONTRACT
NUMBER
68-U9-0015
68-U9-0013

68-U8-0112
68-U9-0032
68-U8-0122
68-W9-0021

68-U9-0053
68-W9-0025

68-W9-0031
68-U9-0059
68-U9-0054
68-U9-0046
68-U9-0020
68-W9-0060
CONTRACTOR LOE
ROY F. WESTON
FLUOR DANIEL

CH2M HILL CENTRAL
SVERDRUP
JACOBS ENG.
COM

URS
MORRISON-KNUDSON

CH2M HILL
ICF
URS
RF UESTON
E&E
BECHTEL
SUB TOTAL
GRAND
TOTAL
1
A
BASE
HOURS
50,000
50,000
100,000
50,000
25,000
50,000
50,000
175,000
50,000
50,000
100,000
70,000
35,000
70,000
70,000
35,000
70,000
350,000
,950,000
B
MAX
LOE HOURS
300.000
300,000
600.000
300,000
145,000
300,000
300,000
1,045,000
300,000
300,000
600.000
780,000
200,000
780,000
780,000
200,000
780,000
3,520,000
15,650,000
C
TOTAL K
$ VALUE
$156,213,437
$142,142,204
$298,355,641
$151,873,624
$67,305,250
$150,241,713
$154,794.394
$524,214,981
$157,811,577
$155,373,447
$313,185,024
$267,795.372
$74,588.698
$288,760.199
$270,527,172
$71.237,382
$279,757,767
$1,252,666,590
$6,632.372,848
D
$ VALUE TOTAL
LOE HOURS
$37,449,112
$27,790,985
$65,240,097
$32,672,489
$20,003,855
$34,081,562
$37,503,082
$124,260,988
$33,657,215
$39,744,043
$73,401,258
$87,260,090
$22,302,087
$100,674,199
$87,897,453
$21,214,338
$95,167,940
$414,516,107
$1,654.029,754
E
$ VALUE BASE
LOE HOURS
$6,241,519
$4,631,831
$10,873.350
$5,445,415
$3,448,941
$5,680.260
$6,250,514
$20,825,129
$5,609,536
$6,624,007
$12,233,543
$7,831,034
$3,902,865
$9,034,864
$7,888,233
$3,712,509
$8,540,713
$40,910,218
$207,221.594
F
$ VALUE
TOTAL PH
$18,764,325
$14,351,219
$33,115,544
$19,201,135
$7,301,395
$16,160.151
$17,291,312
$59,953,993
$23,152,166
$14,720,324
$37,872,490
$25,335,093
$11,836,611
$36,086,000
$30,835,288
$9,687,401
$32,013,741
$145,794,134
$703,748,402
G
$ VALUE
BASE PM
$3,127,388
$2,391,870
$5,519,257
$3,200,189
$1,258,861
$2.693,359
$2,881,885
$10,034,294
$3,858,694
$2,453,387
$6,312,082
$2,273,662
$2.071.407
$3,238,487
$2,767,269
$1,695,295
$2,873,028
$14.919,149
$93,269,466
H I
EQUIPMENT SUB POOL
See Note

See Note 1

$1,002,196
$909,080
$1,911,276
$5,200,189
$450,000
$2,000,000
$1,794,431
$335,643
$2,576,086
$12,356,349
$34,594,692
1 $100,000,000
$100,000,000
$200,000,000
$100,000,000
$40,000,000
$100,000,000
$100,000,000
$340,000,000
$100,000,000
$100,000,000
$200,000,000
$150,000,000
$40,000,000
$150,000,000
$150,000,000
$40,000,000
$150,000,000
$680,000,000
$4,240,000,000
A * BASE LOE HOURS - MINIMUM GOVERNMENT MUST ORDER
B * TOTAL LOE HRS -  INCLUDES ALL OPTIONS
C = TOTAL VALUE OF CONTRACT INCLUDING ALL OPTIONS (INCLUDES PM, EQUIPMENT, SUBPOOL)
D = TOTAL VALUE OF REMEDIAL PLANNING (LOE HOURS)
E = DOLLAR VALUE OF  THE BASE LOE HOURS
F * TOTAL PROGRAM MANAGEMENT COSTS, INCLUDING ALL OPTIONS (LESS EQUIPMENT COSTS)
G = VALUE OF PROGRAM MANAGEMENT TO SUPPORT THE BASE LOE HOURS
H = EQUIPMENT COSTS  - NEGOTIATED AS PART OF PM (NOT INCLUDED IN COLUMN F)
I = AMOUNT OF SUBCONTRACTING POOL IN EACH CONTRACT RESERVED FOR CONSTRUCTION WORK
NOTE 1:  EQUIPMENT NOT NEGOTIATED AS PART OF PM - INCLUDED IN COLUMN D

-------
Ratios  of  Program Management  to Total
Contract  Outlays
Notes on the Charts:

The following charts depict the ratios of program management
outlays to total contract outlays for the contracts in each region or
zone, by fiscal year. The source data were provided by the
Procurement and Contracts Management Division and were current
through May 31,1991 (as of September 20,1991 dataset).

The software used to produce the charts automatically assigns y-axis
scales based on the data values. Thus, the scale for the Region 2 plot
is slightly different than the others. The scale for the national
average plot in the body of the report is also different.

Minor discrepancies may exist in the source data for a number of
reasons, including subsequent corrections, rounding, and so forth.
                               A-44

-------
National Average Ratio of Program Management to Total Contract Outlays

by Fiscal Year
    cc
    >>
    a
    rt
    •4-t
    O
    O

    O
   • *H
   -4«*
    rt
           0.4-
           0.3 i
           0.2
                  FY88



   Note that scale begins at 0.2
FY89
FY90
FY91
                                                                     PM/Total $
                                Ratio Values



                                FY88 0.70

                                FY89 0.42

                                FY90 0.28

                                FY91 0.20
                              Fiscal Year

-------
    Region 1
    Ratios of Program Management to Total Contract Outlays
 cc
 K^
 rt
4-1
 2

o

^5-
I-H
 rt
4->
 O
•4-4

O


O
•F-<
4-*

rS
        1.2
        1.0
0.8-
        0.6-
0.4-
        0.2-
        0.0
                -a	   CDM

                -•	   Ebasco

                -a	   NUS

                -o	   Weston

                -*	   Metcalf

                -a	   TFiC

                -*	   Little
                 FY89
                         FY90
FY91
                              Fiscal Year

-------
re
re
u-»
o
H
 O
.2
4-t
 re
     Region 2
     Ratios of Program Management to Total Contract Outlays
         0.7
         0.6-
         0.5-
         0.4-
         0.3-
0.2-
         0.1 -
         0.0
                  FY89
  Note different scale.
                          FY90

                      Fiscal Year
FY91
                                                           -a	  COM
                                                           -*	  Ebasco
                                                           -fl	  ICF
                                                           -o	  Malcolm
                                                           -•	  TAMS
                                                           -n	  Weslon

-------
oo
                       Region 3
                       Ratios of Program Management to Total Contract Outlays
1
I
I
.o
I
                           1.5
                           1.0-
                           0.5-
                           0.0
                                  FY88

                     Note different scale.
                            FY89
FY90
FY91
                                                                                     -Q	  Black&V
                                                                                     -•	  CH2M Hill
                                                                                     -«	  E&E
                                                                                     -«	  NUS
                                                                                     -•	  Tetra Tech
                                                 Fiscal Year

-------
     Region 4
     Ratios of Program Management to Total Contract Outlays
o
if*
T-H
rt
.2
*-
rt
         1.2'
         1.0-
         0.8-
0.6-
         0.4-
         0.2-
         0.0-
        -0.2
                  FY89

    Note different scale.
                          FY90

                      Fiscal Year
FY91
                 -o	   Bechtel
                 -•	   Black&V
                 -•	   COM
                 -*	   CH2M Hill
                 -•	   Ebasco
                 -D	   Weston

-------
Cjn
O
                rt
                rt
                >*•>
                O
                o
                o
                    Region5

                    Ratio of Program Management to Total Contract Outlays
                       1.2
                       1.0-
                       0.8-
                       0.6-
                       0.4-
                       0.2-
                       0.0'
	 u




a
DiaCK&V
• CH2M Hill
Donohue
• E&E
• PRC
- WW Eng.
                              FY88
FY89
FY90
FY91
                                           Fiscal Year

-------

-------
 rt
M-l
O
    West Zone
    Ratios of Program Management to Total Contract Outlays
        1.2
        1.0-
        0.8-
        0.6-
        0.4-
        0.2-
        0.0
                               -GJ	  Bechtel
                               -*	  CH2M H
                               -B	  E&E
                               -o	  |CF
                               -•	  URS
                               -o	  Weston
                 FY89
FY90
FY91
                             Fiscal Year

-------
COMPARISON OF ARCS AND REM III/IV PROGRAM MANAGEMENT COSTS
                          ARCS Contract Summary

Total ARCS  charges invoiced as of March 1991

Total Program Management (PM) costs through
March 1991

Total ARCS LOE hours delivered
     as of March 1991
     ($31 PM/LOE hour)

                        REM III/IV Contract Summary

Total contract cost (with subpool)
Total contract cost (without subpool)

Total Program Management costs

Total REM LOE hours delivered
     ($27.50 PM/LOE hour)
                            $227.9 M (28.9% is PM)


                             $65.9 M

                                1.88 million hours
                            $383.2 M (19% is PM)
                            $308.5 M (24% is PM)

                             $72.6 M

                               2.64 million hours
                   Program Management Costs by Category
Overhead /Indirect

Direct Labor

Equipment

Fees (Base and Award)

Other Direct Costs

Subcontracts

Travel

             Total
     ARCS

$ Million (% PM)

      26.4 (40%)

      18.5 (28%)

       7.9 (12%)

       4.6 (7%)

       3.9 (6%)

       3.3 (5%)

       1.3 (2%)

      65.9 (100%)
   REM III/IV

$ Million (% PM)

      24.6 (34%)

      17.5 (24%)

       6.2 (9%)

       4.4 (6%)

       7.6 (10%)

       9.8 (14%)

       2.5 (3%)

      72.6 (100%)
                                      A-53

-------
       CONTRACT ADMINISTRATION PROCESS
                                                   PREPARE WORK
                                                    (WA OR DO)
                                                    RECOMMEND THE USE
                                                    OF SUBCONTRACTORS
                                                     AND CONSULTANTS
                                                                   3
   ASSIST IN CONTRACT
      CLOSEOUT   15
                             CONDUCT POST-
                                AWARD
                              CONFERENCE
  EVALUATE
PERFORMANCE
  RECOMMEND
  EXERCISE OF
   OPTlONS-,3
 RECOMMEND
 CONTRACT
MODIFICATION
        1 2
                          CONTRACT
                       ADMINISTRATION
  REVIEW INVOICES/
 APPROVAL OF PAYMENT
                11
      REVIEW
     FINANCIAL
      STATUS
                           MONITOR STATUS
                          OF HOURS & FUNDS
  ISSUE
TECHNICAL
DIRECTION
                                                  MOMTORUSEOF
                                                    GOVERNMENT
                                                     PROPERTY
                                                      REVIEW
                                                   CCNTRACTOFrS
                                                    TECHNICAL
                                                     PROGRESS
                                                             6
            REVIEW
             KEY
          PERSONNEL
           CHANGES   9
                                            ACCEPT/
                                             REJECT
                                            WORK OR
                                           DELIVERABLE
                                   A-54

-------
                                                   CURRENT ARCS ORGANIZATIONAL
                                                        REPORTING RELATIONSHIP
                                                               Office of the Administrator
                   Assistant Administrator for
                   Administration and
                   Resources Management
          Assistant Administrator
          for Solid Waste and
          Emergency Response
                      Office of Administration
           Facilities Management
           and Services Division
Cjl
          Property Administrator
Procurement and Contracts
Management Division


Associate Director for
Superfund and RCRA
Procurement

          Office of Emergency and
          Remedial Response
          (Superfund)
                                                                                                                                   J_
Hazardous Site
Control Division
Contract Operations
Review and Assessment
Staff
                                                     Associate Regional
                                                     Administrator
                                                     for Policy and Management
                                                        Contracting Officer
 Work
 Assignment
 Manager

-------
(jn




Region/
Contractor

1 CDM
1EBASCO
1NUS
1 WESTON
1 METCALF
1TRC
1 LITTLE
2 EBASCO
2TAMS
2 CDM
2 WESTON
2ICF
2 MALCOLM
3 CH2MHILL
3NUS
3 BLACK&V
3E&E
3 TETRA TECH
4 CH2MHILL
4 BECHTEL
4 CDM
4 EBASCO
4 WESTON
4 BLACK&V
5PRC
5 CH2MHILL
5 BLACK&V
5E&E
5DONOHOE
5 WESTON
SWWENG
CMK
C CH2MHRL
C WESTON
C SVERDRUP
C JACOBS
CCDM
C FLUOR
CURS
W BECHTEL
WICF
W CH2MHILL
WE&E
WURS
W WESTON

TOTALS




PROGRAM MANAGEMENT EQUIPMENT PURCHASES AS RELATED TO REMEDIAL OUTLAYS BY CONTRACT BY YEAR


FY88
Remedial
Expense














$88,721
$342,882
$0
$39,295
SO






$32,809
$285,812
$107,835
$5,012
$0
$0
$58,696

$0













$961,062






FY88
PM
Equipment














$0
$8,284
$0
$0
$0






$0
$2,113
$0
$161

$0
$0

$0













$10,558






FY89
Remedial
Expense

$119,649
$30,037
$405,026
$83,990
$49,064
$0
$301,200
$2,719,656
$446,530
$613,026
$438,345
$549,588
$168,659
$1,288,674
$3,667,778
$694,014
$1,558,315
$297,678
$4,224
$29,048
$88,208
$151,148
$0
$0
$1,721,761
$3,516,369
$1,064,622
$411,109
$818,758
$529,485
$854,091
$80,802
$1,524,385
$381,631
$206,026
$682,888
$788,511
$217,482
$0
$17,651
$20,354
$91,375
$287,391
$0
$36,690

$26,955,238






FY89
PM
Equipment

$0
$170
$31,921
$79
$0
$0
$0
$208,152
$0
$0
$0
$0
$11
$185,783
$212,080
$52,852
$35,569
$8,348
$17
$0
$0
$0
$0
$0
$53,250
$123,158
$104,704
$143,582
$167,743
$20,604
$65,868
$1,388
$91,905
$0
$19,050
$0
$0
$20
$0
$0
$0
$127
$286
$0
$0

$1,526,667

TOTAL RE


FY89
PM
EquipS
as%
Rem$

0.00%
0.57%
7.88%
0.09%
0.00%

0.00%
7.65%
0.00%
0.00%
0.00%
0.00%
0.01%
14.42%
5.78%
7.62%
2.28%
2.80%
0.40%
0.00%
0.00%
0.00%


3.09%
3.50%
9.83%
34.93%
20.49%
3.89%
7.71%
1.72%
6.03%
0.00%
9.25%
0.00%
0.00%
0.01%

0.00%
0.00%
0.14%
0.10%

0.00%



VI. $




FY90
Remedial
Expense

$416,520
$1,144,009
$1,658,351
$156,984
$1,156,723
$245,327
$698,455
$3,692,334
$1,467,228
$2,770,821
$590,398
$624,698
$1,994,168
$1,694,211
$4,570,295
$10,573,359
$2,963,081
$668,955
$730,761
$495,327
$997,702
$759,621
$79,405
$320,510
$2,704,783
$2,335,443
$1,430,741
$596,643
$1,924,633
$1,104,186
$1,243,929
$674,372
$2,957,331
$1,515,305
$852,984
$4,348,255
$5,039,286
$648,034
$2,062,432
$1,073,378
$595,607
$4,398,049
$57JJJ69
$574,525
$1/193,660

$78,212,988

$177,419,100




FY90
PM
Equipment

$39,381
$65,473
$382,281
$41,550
$244,621
$88,537
$106,076
$394,522
$150,572
$160,436
$85,823
$260,809
$622,367
$200,597
$566,072
$220,465
$221,839
$44,646
$2,427
$176,601
$0
$0
$0
$12,227
$11,721
$83,456
$81,393
$49,786
$87,379
$56,332
$23,060
$49,007
$90,454
$12,939
$51,698
$0
$44,411
$36,984
$48,555
$0
$12,785
$32,943
$8,401
$8,511
$68,714

$4,945,851




FY90
PM
Equip $
as %
Rem $

9.45%
5.72%
23.05%
26.47%
21.15%
36.09%
15.19%
10.68%
10.26%
5.79%
14.54%
41.75%
31.21%
11.84%
12.39%
109%
7.49%
6.67%
0.33%
35.65%
0.00%
0.00%
0.00%
3.81%
0.43%
3.57%
5.69%
8.34%
4.54%
5.10%
1.85%
7.27%
3.06%
0.85%
6.06%
0.00%
0.88%
5.71%
2.35%
0.00%
2.15%
0.75%
1.47%
1.48%
6.28%








FY91
Remedial
Expense

$952,770
$1,328,664
$1,264,301
$211,978
$2,839,774
$709,335
$661,820
$4,039,191
$1,815,535
$1,938,008
$176,131
$1,358,833
$2,341,337
$1,320,921
$2,406,932
$9,992,499
($74,239)
$1,698,780
$502,213
$528,213
$423,593
$1,646,702
$401,178
$569,910
$1,723,411
$1,402,545
$892,994
$945,861
$2,211,988
$1,041,879
$611,792
$1,213,395
$1,355,240
$1,208,416
$1,149,787
$325,713
$2,026,851
$1,492,934
$2,118,430
$1,614,203
$739,005
$5,470,651
$915,037
$1,409,775
$2,365,526

$71,289,812

TOTAL PM
EQUIP.



FY91
PM
Equipment

$62,225
$1,124
$139,349
$19,682
$219,804
$133,484
$55,441
$99,777
($69,991)
$3,292
$1,738
$86,852
$113,253
$35,974
$16,205
$15,123
$42,472
$391
$42,155
$27,510
$16,579
$7,918
$16,604
$61,819
($7,780)
$45,884
$32,578
$64,159
$57,987
$56,337
$1,585
$448
$16,531
$158,479
$18,945
$0
$0
$18,481
$19,223
$64,751
$672
$17,310
$8,933
$39,954
($499)

$1,762,756

$8,245,832


FY91
PM
Equip $
as%
Rem?

6.53%
0.08%
11.02%
9.28%
7.74%
18.82%
8.38%
2.47%
-3.86%
0.17%
0.99%
6.39%
4.84%
2.72%
0.67%
0.15%
-57.21%
0.02%
8.39%
5.21%
3.91%
0.48%
4.14%
10.85%
-0.45%
3.27%
3.65%
6.78%
2.62%
5.41%
0.26%
0.04%
1.22%
13.11%
1.65%
0.00%
0.00%
1.24%
0.91%
4.01%
0.09%
0.32%
0.98%
2.83%
-0.02%






NOTE: Based on data from the Procurement and Contracts Management Division (PCMD). Data reflect contractor invoices as of May 31. 1991

-------
                       ARCS CONTRACTORS
                  COGNIZANT AUDIT AGENCIES [1]
Number of
Contractor Contracts
1. Bechtel Environmental, Inc. 2
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
Black & Veatch, Inc.
CDM Federal Programs Corp.
CH2MH111
Donohue & Associates
EBASCO Environmental
Ecologv & Environment, Inc.
Fluor Daniel, Inc.
ICF Technologv, Inc.
Jacobs Engineering Group, Inc.
Arthur D. Little
Malcolm Pirnie, Inc.
Metcalf & Eddv, Inc.
Morrison Knudson Env'l Services
NUS Corporation
PRC Env'l Management, Inc.
Sverdrup Corporation
TAMS Consultants, Inc.
Tetra Tech, Inc.
TRC Companies
URS Consultants, Inc.
Rov F. Weston, Inc.
WW Engineering & Science
3
4
5
1
3
3
1
2
1
1
1
1
1
2
1
1
1
1
1
2
6
1
Cognizant
Audit Agency
DCAA
FJCAA
FXAA
EPA/OIG
EPA/OIG
rJCAA
EPA/OIG
DCAA
EPA/OIG
DCAA
DCAA
DCAA
DCAA
DCAA
DCAA
EPA/OIG
DCAA
DCAA
DCAA
DCAA
DCAA
DCAA
EPA/OIG
                               TOTAL   45

[1]    Information supplied by EPA Office of the Inspector General, as of September 20, 1991.
DCAA
OIG
Defense Contract Audit Agency
Office of the Inspector General
                                     A-57

-------
                                      TABLE
                                 ARCS CONTRACTORS
                               TOTAL DOLLARS BILLED
                               AS OF MAY 31, 1991
CONTRACTOR/
REGIONAL
CONTRACT
BECHTEL 4
BECHTEL 9-10
Subtotal
BLACK&V 3
BLACK&V 4
BLACK&V 5
Subtotal
COM 1
CDM 2
COM 4
CDM 6-8
Subtotal
CH2MHILL 3
CH2MHILL 4
CH2MHILL 5
CH2MHILL 6-8
CH2MHILL 9-10
Subtotal
DONOHOE 5
Subtotal
EBASCO 1
EBASCO 2
EBASCO 4
Subtotal
E&E 3
E&E 5
E&E 9-10
FY 88 FY 89
TOTAL K $ TOTAL K $
AWARD DATE
22-Jun-89
21-Jun-89

29-Jun-88
2-Jun-89
1-Mar-88

15-Apr-89
15-Mar-89
9-Jun-89
23-Mar-89

3-Jun-88
25-May-89
1-Feb-88
13-Sep-88
24-Mar-89

29-Jun-88

23-Mar-89
06-Sep-88
18-Jun-89

6-May-88
6-May-88
10-Mar-89
INVOICED INVOICED
144,
322,
0 466,
23,764 1,490,
21,
360,467 2,006,
384,231 3,518,
315,
1,045,
174,
1,086,
0 2,621,
180,087 2,250,
134,
525,810 4,389,
5,642 2,163,
376,
711,539 9,313,
179,000 1,770,
179,000 1,770,
198,
3,912,
263,
0 4,374,
179,093 2,047,
120,003 923,
491,
135
138
273
204
228
734
166
241
436
361
035
073
118
168
358
275
226
145
077
077
916
104
860
880
935
574
547
FY 90
TOTAL K$
INVOICED
1,
2,
3,
11,

2,
14,

3,
1,
5,
11,
2,
1,
3,
3,
5,
15,
2,
2,
1,
5,

7,
3,
1,
1,
031,
080,
111,
485,
543,
153,
183,
890,
850,
179,
807,
727,
625,
011,
021,
601,
123,
383,
701,
701,
895,
100,
997,
992,
735,
049,
037,
180
168
348
895
718
445
058
501
315
757
307
880
615
235
518
511
611
490
478
478
226
153
452
831
485
192
310

2
3
10

1
12
1
2

2
6
1

1
1
5
11
2
2
1
4
1
8

1
1
FY 91
TOTAL K$ CUMULATIVE
INVOICED SUBTOTALS
701
,336
,038
,472
832
,267
,571
,258
,330
714
,461
,764
,712
684
,835
,632
,935
,800
,739
,739
,863
,800
,858
,522
282
,353
,171
,620
,456
,076
,528
,120
,047
,695
,431
,553
,128
,830
,942
,040
,770
,475
,456
,637
,378
,165
,165
,210
,752
,679
,640
,943
,667
,512
1
4
6
23
1
5
30
2
7
2
9
21
6
1
9
7
11
37
7
7
3
13
3
20
6
3
2
,876,935
,738,762
,615,697
,472,391
,397,066
,787,693
,657,150
,464,173
,226,304
,068,246
,355,172
,113,895
,767,860
,830,173
,772,161
,402,884
,435,474
,208,552
,389,720
,389,720
,957,352
,813,009
,119,991
,890,351
,245,456
,446,436
,700,369
Subtotal
                       299,096    3,463,056  5,821,987    2,808,123    12,392,262
                                         A-58

-------
       TABLE
   ARCS CONTRACTORS
TOTAL  DOLLARS BILLED
 AS OF MAY 31, 1991
CONTRACTOR/
REGIONAL
CONTRACT
FLUOR 6-8
Subtotal
ICF 2
ICF 9-10
Subtotal
JACOBS 6-8
Subtotal
LITTLE 1
Subtotal
MALCOLM 2
Subtotal
METCALF 1
Subtotal
MK 6-8
Subtotal
NUS 1
NUS 3
Subtotal
PRC 5
Subtotal
SVERDRUP 6-8
Subtotal
FY 88 FY 89
TOTAL K $ TOTAL K $
AWARD DATE INVOICED INVOICED
6-Jan-89
30-Sep-88
28-Jun-89
30-Sep-88
28-Sep-88
26-May-89
01-Apr-89
31-Mar-89
16-Sep-88
1-Jan-88
28-Apr-88
24-Mar-89
889,
0 889,
881,
142,
0 1,023,
1,646,
0 1,646,
928,
0 928,
508,
0 508,
202,
0 202,
417,
0 417,
1,108,
893,310 5,018,
893,310 6,127,
181,706 2,370,
181,706 2,370,
540,
0 540,
235
235
567
296
863
092
092
254
254
530
530
752
752
807
807
533
480
013
756
756
071
071
1
1
1
1
2
5
5
1
1
3
3
1
1
1
1
2
6
9
3
3
1
1
FY 90
TOTAL K$
INVOICED
,283,
,283,
,299,
,238,
,538,
,020,
,020,
,339,
,339,
,681,
,681,
,962,
,962,
,308,
,308,
,805,
,229,
,035,
,176,
,176,
,155,
,155,
365
365
330
726
056
773
773
559
559
385
385
139
139
915
915
766
584
350
028
028
498
498
1
1
1
1
2


1
1
3
3
3
3
1
1
1
2
4
1
1
1
1
FY 91
TOTAL K$ CUMULATIVE
INVOICED SUBTOTALS
,899
,899
,620
,046
,667
711
711
,005
,005
,096
,096
,449
,449
,676
,676
,814
,987
,801
,992
,992
,333
,333
,571
,571
,315
,707
,022
,491
,491
,129
,129
,926
,926
,698
,698
,125
,125
,244
,621
,865
,288
,288
,159
,159
4
4
3
2
6
7
7
3
3
7
7
5
5
3
3
5
15
20
7
7
3
3
,072,171
,072,171
,801,212
,427,729
,228,941
,378,356
,378,356
,272,942
,272,942
,286,841
,286,841
,614,589
,614,589
,402,847
,402,847
,728,543
,128,995
,857,538
,720,778
,720,778
,028,728
,028,728
         A-59

-------
        TABLE
   ARCS  CONTRACTORS
TOTAL  DOLLARS BILLED
 AS OF MAY 31, 1991
CONTRACTOR/
REGIONAL
CONTRACT AWARD DATE
TAMS 2 01-Feb-89
Subtotal
TETRA TECH 3 22-Jun-88
Subtotal
TRC 1 24-Mar-89
Subtotal
URS 6-8 26-May-89
URS 9-10 9-Jun-89
Subtotal
WESTON 1 22-Feb-89
WESTON 2 10-Mar-89
WESTON 4 16-Jun-89
WESTON 5 1-Jun-88
WESTON 6-8 10-Feb-89
WESTON 9-10 1-May-89
Subtotal
W&W 5 31-Mar-88
Subtota I

FY 88 FY 89
FOTAL K $ TOTAL K $
INVOICED INVOICED
674,841
0 674,841
107,595 716,117
107,595 716,117
83,967
0 83,967
218,345
260,754
0 479,099
265,979
657,270
33,886
271,691 1,180,932
891,000
408,661
271,691 3,437,728
156,243 1,180,095
156,243 1,180,095
FY 90
TOTAL K$
INVOICED
2,130,634
2,130,634
999,969
999,969
602,802
602,802
3,325,253
1,614,207
4,939,460
490,806
941,229
77,703
1,671,185
2,017,924
1,796,621
6,995,468
1,552,101
1,552,101
FY 91
TOTAL K$ (
INVOICED i
2,159,207
2,159,207
1,922,231
1,922,231
1,125,681
1,125,681
2,714,723
2,194,212
4,908,935
453,672
356,028
660,566
1,537,895
1,675,018
3,039,598
7,722,777
755,330
755,330
EMULATIVE
>UBTOTALS
4,964,682
4,964,682
3,745,912
3,745,912
1,812,450
1,812,450
6,258,321
4,069,173
10,327,494
1,210,457
1,954,527
772,155
4,661,703
4,583,942
5,244,880
18,427,664
3,643,769
3,643,769
            GRAND TOTAL
                                    248,053,330
          A-60

-------
                               AUDIT CYCLE
             Individual
             Contract (45)
             [1]
  Financial Monitoring
  Review
  Interim Direct
  Cost Audit (as needed)
 • Financial Monitoring
  Review
 • Close Out Audit
 • Interim Direct
  Cost Audit (as needed)
  Close Out Audit
                                   Contract Award
  .5 year of
performance
                                      1 year of
                                    performance
                                     1.5 years of
                                    performance
  2 years of
performance
                                     2.5 years of
                                    performance
  3 years of
 performance
                                     3.5 years of
                                     performance
 • Financial Monitoring
  Review
 • Close Out Audit
 • Interim Direct
  Cost Audit (as needed)
[1] All reviews and audits based on individual
   contract period of performance
  4 years of
 performance
                     Individual
                     Contractor (23)
                     [2]
Example: End of
Contractor's fiscal year
Initiate incurred cost
audit
                                                              Incurred cost audit
                           Incurred cost audit
                                                              Incurred cost audit
                  [2] Audits based on annual
                    period of performance from
                    start of fiscal year
                                            A-61

-------
          SUMMATION OF AWARD FEES BY
                      CONTRACTOR
     This table displays the summation of base and award fees for
program management and remedial elements for each contractor across
all regions and zones. These data are cumulative from the start of the
contracts through May 1991.
                           A-62

-------
SUMMATION OF AUARD FEES BY CONTRACTOR
         THROUGH HAY FY1991

Contractor

COM
EBASCO
NUS
WESTON
METCALF
TRC
LITTLE
TAMS
ICF
I MALCOLM
2j CH2MHILL
BLACK&VEATCH
E&E
TETRATECH
BECHTEL
PRC
DONOHUE
WU ENG
SVERDRUP
FLUOR
URS
MK
JACOBS
TOTAL


BASE LOE
(HOURS)
200,000
125,000
100,000
245,000
50,000
25,000
25,000
25,000
60,000
50,000
270,000
100,000
85,000
25,000
120,000
50,000
50,000
25,000
25,000
50,000
120,000
50,000
50,000
1,925,000

TOTAL
CONTRACT $
INVOICED
21,113,895
20,890,351
20,857,538
18,427,664
5,614,589
1,812,450
3,272,942
4,964,681
6,228,941
7,286,841
37,208,552
30,657,150
12,392,261
3,745,912
6,615,697
7,720,778
7,389,720
3,643,769
3,028,728
4,072,171
10,327,494
3,402,847
7,378,356
248,053,327

TOTAL
PROG. MGT. $
EXPENDED
4,938,950
5,378,990
6,541,974
7,012,477
1,569,028
857,788
1,611,467
1,235,388
2,340,856
2,782,677
8,241,626
5,010,667
4,174,588
1,080,500
2,857,877
1,538,014
2,434,341
875,261
819,931
1,713,721
4,162,332
1,434,278
2,021,500
70,634,231

TOTAL
REMEDIAL $
EXPENDED
16,174,945
13,511,362
14,315,565
10,286,897
4,045,561
954,662
1,661,475
3,729,293
3,888,085
4,504,164
28,966,925
25,646,484
8,217,673
2,665,413
3,757,820
6,182,764
4,955,379
2,768,508
2,208,797
2,358,450
6,165,162
1,968,569
5,356,856
174,290,809

REMEDIAL
BASE FEE
(I)
438,013
394,039
332,289
188,515
105,081
26,419
42,368
85,211
108,104
114,369
801,783
438,944
218,330
74,315
101,500
159,493
114,586
12,775
54,024
5,293
165,434
51,590
151,227
4,183,702

REMEDIAL
AWARD FEE
($)
306,268
217,776
310,180
195,412
233,953
13,751
24,536
51,909
58,131
71,815
673,594
477,133
140,294
39,980
56,626
150,632
76,786
58,944
36,946
29,656
62,940
25,009
150,445
3,462,716

REMEDIAL
TOTAL FEES
($)
744,281
611,815
642,469
383,927
339,034
40/170
66,904
137,120
166,235
186,184
1,475,377
916,077
358,624
114,295
158,126
310,125
191,372
71,719
90,970
34,949
228,374
76,599
301,672
7,646,418

PROG. MGT
BASE FEE
($)
138,062
148,026
175,345
63,871
42,522
24,548
44,900
35,014
65,598
75,580
224,306
130,258
114,807
29,660
77,316
42,070
63,299
11,366
22,695
23,533
112,823
38,447
57,457
1,761,503

PROG. MGT
AWARD FEE
($)
168,264
215,943
311,756
149,886
91,820
14,900
54,302
32,386
87,081
109,254
377,192
171,529
185,792
60,591
101,800
50,129
59,078
50,674
35,935
23,788
146,753
40,049
48,809
2,587,711

PROG. MGT
TOTAL FEES
($)
306,326
363,969
487,101
213,757
134,342
39,448
99,202
67,400
152,679
184,834
601,498
301,787
300,599
90,251
179,116
92,199
122,377
62,040
58,630
47,321
259,576
78,496
106,266
4,349,214
AVERAGE
TOTAL
FEES
($)
1,050,607
975,784
1,129,570
597,684
473,376
79,618
166,106
204,520
318,914
371,018
2,076,875
1,217,864
659,223
204,546
337,242
402,324
313,749
133,759
149,600
82,270
487,950
155,095
407,938
11,995,632
521,549

-------
  CORRELATION BETWEEN PERFORMANCE  INDEX
     RATING  SCORES AND SUBSEQUENT WORK
   ASSIGNMENTS RECEIVED BY CONTRACT  (AS A
 PERCENTAGE  OF THE  TOTAL WORK  AVAILABLE
   WITHIN A  REGION/ZONE IN THE SUBSEQUENT
                    RATING PERIOD)

     The following  figures represent the correlation between PIRS
scores and award  of work as a percentage of the total work available
within a region or zone in the subsequent rating period. Data were
examined across a number of regions/zones for a cause-effect
relationship between the Performance Index Rating Scores for one
rating period  and  the percentage of the overall  work assigned which
was received  by the specific contractor.  The line drawn through the
plotted  data points marked by crosses is the linear regression solution
of the relationship between score and subsequent award of work as a
percentage of the  total work available across all contractors for that
time period in that region or zone.  The line therefore  illustrates the
best fit solution of this direct relationship.   If there were a strong
correlation between the scores and the percentage of available work
awarded in a subsequent period, the crosses would be clustered around
the line and more evenly distributed above and below the line.

     The limited amount of data available within a region or zone
due to  the short period of time these contracts  have been in place make
this analysis difficult.  The limited  number of rating periods precluded
the analysis of PIRS  data from full one year and comparing it against
the work allocation in the subsequent year which would reflect the way
the awards are actually made.  As time proceeds, the additional rating
periods will permit the examination of correlations on an inter-annual
basis.
                             A-64

-------
 _
o
K
5
O
LLJ
S
      80
      70 -
      60 -
      50 -
30 -
                              REGION  I
                              OVER ALL PERIODS
                                                              24
     100
                            REG I ON   III
                             ALL RATING PERIODS
      90 -


      BQ -


      70 -


      60 -


      50 -


      40 -


      30 -


      20 -


      10 -


       0
 I
32
        12
                         20
                         —"T	1	
                           24

                          PIRS SCORES
                                         —r~
                                         28
                                                          36
                                                                  40
                                     A-65

-------
      80
                            REGION  IV
                            ALL RATING PERIODS
      70 -

      so -
      50 -
      30 -
                               14      18
                               PIRS SCORES
                                                             30
      80
                             REGION V
                            ALL RATING PERIODS
      70 -
I
      60 -
      50 -
s
Q
LU
S
30 -
                               PIRS SCORES
                                    A-66

-------
       PERFORMANCE INDEX RATING  SCORES

      These figures look at the relative frequencies of the ranges of
scores e.g. 0-10, 11-20, 21-30, 31-40, 41-50, 51-60,  61-70, 71-80, 81-
90 and 91-100.  Region for Regions I, H, HI, IV, V and the Central
Zone.  Western Zone  Performance Index Rating Scores were not
available in the ARCS Award Fee Tracking System.  Regional
frequencies are displayed beside the aggregate national frequencies for
purposes of comparison.
                              A-67

-------
     PERFORMANCE  INDEX  RATING  SCORES
                    REGIONS AS SHOWN
50 -
20 -
                          171
                     ^xL
                                       V\

        10
             20   30
                      40    50

                       SCORES
   \7~7\  FREQ. ALL REGIONS
                       60   70    80   90


                       fV\l FREQ. REG I
                                                 100
     PERFORMANCE  INDEX  RAT  NG  SCORES
60
30 -
                    REGIONS AS SHOWN


10   20   30


 . ALL REGIONS
                      40    50

                       SCORES
60    70   80


[V\l FREQ. REG I
                                             90
                   I	
                  100
                          A-68

-------
     PERFORMANCE  INDEX  RATING  SCORES
                    REGIONS AS SHOWN














FT] f/U
5
/

/
/
^






-n
~7\
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
















/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/














^
^

0 10 20 30 40 50 60















*/
/
/
/
/
',,
/

/
',
',








^ v\
X] /
^ ^
X /N
\ /\1 i/i\i

70 80 90 1DO
50 -
30 -
20 -
                       SCORES
     FREQ. ALL REGIONS
                                  FREQ. REG
60
     PERFORMANCE  INDEX RATING SCORES
                    REGIONS AS SHOWN
50 -
40 -
30 -
20 -
                         V\
                 30
  V /\ FREQ. ALL REGIONS
                      40   50



                       SCORES
                               60
                                   70
                                   FREQ.
 80






REG IV
                                                •1DO
                          A-69

-------
       PERFORMANCE  INDEX RATING  SCORES
  60
                       REGIONS AS SHOWN
  50 -
  40 -
  30 -
  20 -

                                 V
                                              ^r
           10   20   30
         FREQ. ALL REGIONS
                         0   50    60   70   80

                          SCORES
                                                90   1DO
                                  fV\| FREQ,  REG V
       PERFORMANCE  INDEX RATING  SCORES
   60
                       REGIONS AS SHOWN
  40 -
                        ZXL
                                 y.
            /\
/\
       0    10   20


|77l FREQ. ALL REGIONS
                    30    40   50    60   70
                                           80
SCORES
   l\\l FREQ. CENTRAL ZONE
                          -I DO
                            A-70

-------
        ARCS AWARD  FEE TRACKING SYSTEM

      This table displays the Performance Index Rating Scores (PIRS)
available under the Procurement and Contracts Management Division
Tracking System. Data  are displayed by region by contractor.  Rating
periods  started from the  time the contract was issued.  In some regions
not all contracts were issued at the same time.  For purposes of data
analysis within a region, the rating periods  with the same dates were
given the  same number.   Therefore, in many cases there may be no
entries for the first or second rating periods for any given contractor.
Most remedial projects have not yet been completed so there are few
remedial Phase II ratings listed.  These data were used to develop the
PIRS frequency distributions provided for the Award Fee section.
                               A-71

-------
                           ARCS  AWARD  FEE  TRACKING SYSTEM
                                    REGION  1
     RATING PERIOD

1.  09/16/88   03/31/89
2.  04/01/89   07/31/89
3.  08/01/89   11/30/89
4.  12/01/89   03/31/90
5.  04/01/90   07/31/90
6.  08/01/90   11/30/90
     RATING PERIOD
1.
2.  03/24/89
3.  08/01/89
4.  12/01/89
5.  04/01/90
6.  08/01/90
07/31/89
11/30/89
03/31/90
07/31/90
11/30/90
     RATING PERIOD
1.
2.  02/22/89
3.  08/01/89
4.  12/01/89
5.  04/01/90
6.  08/01/90
07/31/89
11/30/89
03/31/90
07/31/90
11/30/90
PM RATING
45.00%
47.00%
35.00%
70.00%
80.00%
73.00%
PH RATING
10.00%
45.00%
55.00%
45.00%
PM RATING
50.00%
50.00%
31.00%
0.00%
31.00%
RP RP
PHASE I PHASE II
100.00%
72.00%
41.00%
100.00%
100.00%
100.00%
RP RP
PHASE I PHASE II
100.00%
100.00%
100.00%
100.00%
RP RP
PHASE I PHASE II
100.00%
100.00%
100.00%
100.00%
100.00%
                                                     PIRS

                                                      65.69%
                                                      49.56%
                                                      30.46%
                                                      62.99%
                                                      68.00%
                                                      68.00%
                                                                    PIRS
46.30%
59.99%
56.00%
66.00%
                                                                    PIRS
52.78%
60.45%
50.00%
39.60%
48.14%
                                           A-72

-------
ARCS AWARD FEE TRACKING SYSTEM
         REGION 1


1.
2.
3.
4.
5.
6.


1.
2.
3.
4.
5.
6.


1.
2.
3.
4.
5.
6.


1.
2.
3.
4.
5.
6.

RATING

04/15/89
08/01/89
12/01/89
04/01/90
08/01/90

RATING

03/23/89
08/01/89
12/01/89
04/01/90
08/01/90

RATING
09/28/88
04/01/89
08/01/89
12/01/89
04/01/90
08/01/90

RATING

04/01/89
08/01/89
12/01/89
04/01/90
08/01/90

PERIOD

07/31/89
11/30/89
03/31/90
07/31/90
11/30/90

PERIOD

07/31/89
11/30/89
03/31/90
07/31/90
11/30/90

PERIOD
03/31/89
07/31/89
11/30/89
03/31/90
07/31/90
11/30/90

PERIOD

07/31/89
11/30/89
03/31/90
07/31/90
11/30/90

PM RATING


45.00%
61.00%
72.00%
61.00%

PM RATING

75.00%
80.00%
60.00%
66.00%
66.00%

PM RATING
31.00%
61.00%
70.00%
55.00%
65.00%
70.00%

PM RATING

NO FORMAL
75.00%
61.00%
75.00%
80.00%
RP
PHASE I


100.00%
100.00%
100.00%
100.00%
RP
PHASE I

100.00%
100.00%
100.00%
100.00%
100.00%
RP
PHASE I
100.00%
100.00%
100.00%
100.00%
100.00%
100.00%
RP
PHASE I


100.00%
100.00%
100.00%
100.00%
RP
PHASE II






RP
PHASE II






RP
PHASE II






RP
PHASE II






                                         PIRS
                                          51.53%
                                          54.70%
                                          60.93%
                                          57.68%
                                         PIRS
                                          65.00%
                                          57.80%
                                          56.40%
                                          61.05%
                                          61.91%
                                         PIRS
                                          62.05%
                                          64.51%
                                          54.10%
                                          50.96%
                                          53.50%
                                          55.00%
                                         PIRS
                                          74.90%
                                          58.16%
                                          52.93%
                                          67.60%
                                          68.25%
                A-73

-------
                          ARCS AWARD FEE TRACKING SYSTEM
                                  REGION II
    RATING PERIOD
1.
2. 03/15/89
3. 07/01/89
4. 11/01/89
5. 03/01/90
6. 07/01/90

06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
RATING PERIOD
1 . 09/06/88
2. 03/01/89
3. 07/01/89
4. 11/01/89
5. 03/01/90
6. 07/01/90
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
RATING PERIOD
1 . 09/30/88
2. 03/01/89
3. 07/01/89
4. 11/01/89
5. 03/01/90
6. 07/01/90
RATING
1.
2.
3. 05/26/89
4. 11/01/89
5. 03/01/90
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
PERIOD


10/31/89
02/28/90
06/30/90
6.  07/01/90    10/31/90

PH RATING
40.00%
75.00%
77.00%
70.00%
70.00%

PM RATING
75.00%
83.00%
77.00%
90.00%
80.00%
70.00%

PM RATING
45.00%
40.00%
65.00%
55.00%
50.00%
60.00%

PM RATING
75.00%
55.00%
45.00%
60.00%
RP
PHASE I
100.00%
100.00%
100.00%
93.00%
100.00%
RP
PHASE I
100.00%
100.00%
100.00%
100.00%
100.00%
100.00%
RP
PHASE I
100.00%
100.00%
100.00%
100.00%
100.00%
100.00%
RP
PHASE I
100.00%
100.00%
100.00%
100.00%
RP
PHASE II





RP
PHASE II






RP
PHASE II



16.50%


RP
PHASE II




                                                                  PIRS
                                                                   57.00%
                                                                   52.00%
                                                                  PIRS
                                                                   69.00%
                                                                   58.00%
                                                                  PIRS
                                                                   59.00%
                                                                   62.00%
                                                                  PIRS
69.00%
58.00%
                                          A-74

-------
                          ARCS AWARD FEE TRACKING  SYSTEM
                                   REGION II
RATING PERIOD
1.
2.
3.
4.
5.
6.

02/01/89
07/01/89
11/01/89
03/01/90
07/01/90

06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
PH RATING

55.00%
55.00%
60.00%
55.00%
80.00%
RP RP
PHASE I PHASE II

100.00%
100.00%
100.00%
100.00%
100.00%
                                                                   PIRS
                                                                    56.00%
                                                                    66.00%
     RATING PERIOD
1.
2.  03/10/89
3.  07/01/89
4.  11/01/89
5.  03/01/90
6.  07/01/90
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
                           PM  RATING
50.00%
35.00%
55.00%
45.00%
                                          RP
                                        PHASE I
100.00%
100.00%
100.00%
100.00%
                                        RP
                                     PHASE II
                                                                    PIRS
80.00%
              50.00%
              60.00%
                                           A-75

-------
                      ARCS  AWARD  FEE TRACKING SYSTEM
                               REGION  III
RATING PERIOD
1 . 06/29/88
2. 11/01/88
3. 03/01/89
4. 07/01/89
5. 11/01/89
6. 03/01/90
7. 07/01/90
10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
RATING PERIOD
1.
2. 06/03/88
3. 11/01/88
4. 03/01/89
5. 07/01/89
6. 11/01/89
7. 03/01/90
8. 07/01/90

10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
RATING PERIOD
1.
2. 05/06/88
3. 11/01/88
4. 03/01/89
5. 07/01/89
6. 11/01/89
7. 03/01/90
8. 07/01/90

10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90

PM RATING
50.00%
75.00%
65.00%
20.00%
40.00%
60.00%
80.00%

PM RATING
30.00%
90.00%
95.00%
35.00%
60.00%
60.00%
75.00%

PM RATING
RP RP
PHASE I PHASE
NO COSTS SUBMITTED
100.00%
85.00%
100.00%
100.00%
100.00%
100.00%
RP RP
PHASE I PHASE
50.00%
100.00%
100.00%
100.00%
100.00% 95
100.00%
100.00% 85
RP RP
PHASE I PHASE

II








II




.00%

.00%

II
                         55.00%      100.00%
                         75.00%      100.00%
                      [ALL  SCORES  DEFERRED UNTIL PD. #4]
                         75.00%      100.00%
                         67.00%      100.00%
                         60.00%      100.00%
                         35.00%      33.00%
                                                               PIRS
                                                                78.00%
                                                                79.00%
                                                                74.00%
                                                                78.00%
                                                                84.00%
                                                                83.00%
                                                               PIRS
                                                                30.00%
                                                                78.00%
                                                                81.00%

                                                                79.00%
                                                                80.00%
                                                                70.00%
                                                               PIRS
45.00%
71.00%

66.00%
65.00%
84.00%
71.00%
                                      A-76

-------
ARCS AWARD  FEE TRACKING SYSTEM
         REGION  III



RATING PERIOD
1.
2.
3.
4.
5.
6.
7.
8.
01/01/88
07/01/88
11/01/88
03/01/89
07/01/89
11/01/89
03/01/90
07/01/90
06/30/88
10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90

PM RATING
96.00%
70.00%
100.00%
75.00%
75.00%
80.00%
70.00%
60.00%
RP RP
PHASE I PHASE II
100.00%
100.00%
100.00%
100.00%
100.00%
100.00% 95.00%
100.00% 100.00%
95.00%

PIRS


91.00%
81.00%
90.00%
78.00%
73.00%
64.00%
RATING PERIOD
1.
2.
3.
4.
5.
6.
7.
8.

06/22/88
11/01/88
03/01/89
07/01/89
11/01/89
03/01/90 -
07/01/90

10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
PM RATING

50.00%
70.00%
60.00%
75.00%
60.00%
55.00%
80.00%
RP RP
PHASE I PHASE II

NO COSTS SUBMITTED
100.00%
100.00%
100.00%
100.00%
81.00%
75.00%
                                         PIRS
                                          76.00%
                                          64.00%
                                          67.00%
                                          63.00%
                                          64.00%
                                          68.00%
                 A-77

-------
                           ARCS  AWARD  FEE  TRACKING SYSTEM
                                    REGION  IV
     RATING PERIOD

1.  06/22/89   10/31/89
2.  .11/01/89   02/28/90
3.  03/01/90   06/30/90
4.  07/01/90   10/31/90
     RATING PERIOD

1.  06/02/89   10/31/89
2.  11/01/89   02/28/90
3.  03/01/90   06/30/90
4.  07/01/90   10/31/90
     RATING PERIOD

 1.  06/09/89   10/31/89
 2.  11/01/89   02/28/90
 3.  03/01/90   06/30/90
 4.  07/01/90   10/31/90
     RATING PERIOD

 1.   05/25/89   10/31/89
 2.   11/01/89   02/28/90
 3.   03/01/90   06/30/90
 4.   07/01/90   10/31/90
      RATING PERIOD

 1.   06/18/89    10/31/89
 2.   11/01/89    02/28/90
 3.   03/01/90    06/30/90
 4.   07/01/90    10/31/90

PH RATING
60.00%
80.00%
80.00%
35.00%

PM RATING
100.00%
50.00%
80.00%
80.00%

PM RATING
50.00%
80.00%
80.00%
80.00%

PM RATING
31.00%
20.00%
0.00%
40.00%

PM RATING
60.00%
40.00%
0.00%
70.00%
RP
PHASE I
100.00%
100.00%
94.00%
77.00%
RP
PHASE I
100. .00%
9.30%
100.00%
100.00%
RP
PHASE I
100.00%
100.00%
100.00%
100.00%
RP
PHASE I
100.00%
47.00%
11.00%
90.00%
RP
PHASE I
100.00%
95.00%
35.00%
98.00%
RP
PHASE II




RP
PHASE II




RP
PHASE II




RP
PHASE II




RP
PHASE II




PIRS

 57.00%
 54.00%
 58.00%
 43.00%
PIRS

 53.00%
 23.00%
 45.00%
 46.00%
PIRS

 63.00%
 57.00%
 53.00%
 57.00%
PIRS

 66.00%
 43.00%
 35.00%
 49.00%
PIRS

 75.00%
 47.00%
 25.00%
 52.00%
                                            A-78

-------
                          ARCS AWARD FEE TRACKING  SYSTEM
                                   REGION IV
                                          RP           RP
     RATING PERIOD         PM  RATING     PHASE I     PHASE  II
1.  06/16/89   10/31/89       20.00%      100.00%                     50.00%
2.  11/01/89   02/28/90       25.00%       63.07%                     41.00%
3.  03/01/90   06/30/90       60.00%      100.00%                     55.00%
4.  07/01/90   10/31/90       20.00%      100.00%                     50.00%
                                             A-79

-------
ARCS AWARD  FEE TRACKING SYSTEM
         REGION V
RATING PERIOD
1.
2.
3.
4.
5.
6.
7.
8.


05/06/88
11/01/88
03/01/89
07/01/89
11/01/89
03/01/90
07/01/90


10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90

RATING PERIOD
1.
2.
3.
4.
5.
6.
7.
8.


04/28/88
11/01/88
03/01/89
07/01/89
11/01/89
03/01/90
07/01/90


10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90

RATING PERIOD
1.
2.
3.
4.
5.
6.
7.
8.

06/01/88
11/01/88
03/01/89
07/01/89
11/01/89
03/01/90
07/01/90

10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
PM RATING

45.00%
35.00%
40.00%
50.00%
50.00%
45.00%
50.00%

PM RATING

55.00%
60.00%
55.00%
60.00%
60.00%
50.00%
60.00%

PM RATING

20.00%
31.00%
45.00%
50.00%
40.00%
50.00%
31.00%
RP RP
PHASE I PHASE II

100.00%
100.00%
73.00%
100.00%
100.00%
100.00%
100.00%
RP RP
PHASE I PHASE II

100.00%
100.00%
100.00%
100.00%
100.00% 90.00%
100.00% 42.00%
100.00% 70.00%
RP RP
PHASE I PHASE II

N/A NO WORK ASSIGNED
100.00%
82.00%
100.00%
100.00%
100.00%
100.00% 15.00%
PIRS

60.00%
60.00%
47.10%
62.78%
50.00%
47.00%
48.00%

PIRS

66.00%
80.64%
84.08%
83.72%
64.00%
66.00%
64.00%

PIRS

N/A
61.04%
62.05%
64.74%
56.00%
54.00%
48.00%

1.
2.
3.
4.
5.
6.
7.
8.
RATING
03/31/88
07/01/88
11/01/88
03/01/89
07/01/89
11/01/89
03/01/90
07/01/90
PERIOD
06/30/88
10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
PM RATING
60.00%
80.00%
50.00%
80.00%
70.00%
60.00%
60.00%
65.00%
RP RP
PHASE I PHASE II
100.00%
100.00%
100.00%
100.00%
100.00%
100.00%
100.00%
100.00%
                                         PIRS

                                          75.00%
                                          77.20%
                                          70.20%
                                          65.60%
                                          75.80%
                                          50.00%
                                          58.00%
                                          71.00%
                A-80

-------
ARCS AWARD FEE TRACKING SYSTEM
         REGION V
1.
2.
3.
4.
5.
6.
7.
8.

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

1.
2.
3.
4.
5.
6.
7.
8.
03/01/88
07/01/88
11/01/88
03/01/89
07/01/89
11/01/89
03/01/90
07/01/90
RATING
02/01/88
07/01/88
11/01/88
03/01/89
07/01/89
11/01/89
03/01/90
07/01/90
RATING

06/29/88
11/01/88
03/01/89
07/01/89
11/01/89
03/01/90
07/01/90
06/30/88
10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
PERIOD
06/30/88
10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
PERIOD

10/31/88
02/28/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
PM RATING

   50.00%
   70.00%
   61.00%
   55.00%
   55.00%
   55.00%
   61.00%
   55.00%
PM RATING
   35.00%
   45.00%
   35.00%
   45.00%
   31.00%
   50.00%
   31.00%
   RP
 PHASE I

  100.00%
  100.00%
  100.00%
  100.00%
  100.00%
  100.00%
  100.00%
  100.00%
                RP
              PHASE I
                             RP
                          PHASE  II
57.00%
                RP
             PHASE II
N/A NO WORK ASSIGNED
  100.00%
   80.70%
  100.00%
  100.00%
   88.12%       88.12%
   77.00%
                                          PIRS

                                          75.00%
                                          64.85%
                                          77.60%
                                          74.20%
                                          68.42%
                                          54.00%
                                          55.00%
                                          56.00%
PIRS

 70.00%
 71.00%
 82.00%
 72.50%
 72.04%
 70.00%
 71.00%
 60.00%
                                         PIRS
              N/A
              60.28%
              54.80%
              63.85%
              53.00%
              43.00%
              52.00%
                A-81

-------
ARCS AWARD FEE TRACKING  SYSTEM
    REGIONS VI, VII,  & VIII
RATING PERIOD
1.
2.
3.
4.
5.
6.


03/31/89
07/01/89
11/01/89
03/01/90
07/01/90


06/30/89
10/31/89
02/28/90
06/30/90
10/31/90

•RATING PERIOD
1.
2.
3.
4.
5.
6.


03/24/89
07/01/89
11/01/89
03/01/90
07/01/90


06/30/89
10/31/89
02/28/90
06/30/90
10/31/90

RATING PERIOD
1.
2.
3.
4.
5.
6.



05/26/89
11/01/89
03/01/90
07/01/90



10/31/89
02/28/90
06/30/90
10/31/90

RATING PERIOD
1.
2.
3.
4.
5.
6.

02/10/89
07/01/89
11/01/89
03/01/90
07/01/90

06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
PH RATING

31.00%
50.00%
50.00%
50.00%
56.00%

PH RATING

31.00%
90.00%
80.00%
84.00%
84.00%

PM RATING


56.00%
50.00%
61.00%
73.00%

PM RATING

31.00%
64.00%
50.00%
43.00%
50.00%
RP
PHASE I

100.00%
100.00%
100.00%
100.00%
77.60%
RP
PHASE I

0.00%
100.00%
100.00%
100.00%
100.00%
RP
PHASE I


0.00%
100.00%
100.00%
100.00%
RP
PHASE I

100.00%
100.00%
100.00%
100.00%
100.00%
RP
PHASE II PIRS

72.00%
53.00%
59.00%
55.00%

RP
PHASE II PIRS

45.00%
76.00%
81.00%
84.00%

RP
PHASE II PIRS


NO WORK ASSIGN 0.00%
76.00%
80.00%

RP
PHASE II PIRS

60.00%
65.00%
60.00%
58.20%

                A-82

-------
ARCS AUARD FEE  TRACKING SYSTEM
    REGIONS VI,  VII, & VIII



RATING PERIOD
1.
2.
3.
4.
5.
6.


03/23/89
07/01/89
11/01/89 -
03/01/90
07/01/90


06/30/89
10/31/89
02/28/90
06/30/90
10/31/90

RATING PERIOD
1.
2.
3.
4.
5.
6.
09/13/88 -
02/01/89
07/01/89
11/01/89
03/01/90
07/01/90
01/31/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90

PM RATING

45.00%
64.00%
80.00%
82.00%
76.00%

PM RATING
60.00%
45.00%
80.00%
80.00%
80.00%
84.00%
RP RP
PHASE I PHASE II

100.00%
100.00%
100.00%
100.00%
100.00%
RP RP
PHASE I PHASE II
100.00%
0.00%NO WORK
100.00%
100.00%
100.00%
ino.oo%

PIRS

63.00%
55.00%
81.00%
75.00%


PIRS
79.00%
45.00%
55.00%
65.00%
67.50%



1.
2.
3.
4.
5.
6.


1.
2.
3.
4.
5.
6.

RATING

01/06/89
07/01/89
11/01/89
03/01/90
07/01/90

RATING
09/30/88
02/01/89
07/01/89
11/01/89
03/01/90
07/01/90

PERIOD

06/30/89
10/31/89
02/28/90
06/30/90
10/31/90

PERIOD
01/31/89
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90

PM RATING

0.00%
10.00%
50.00%
64.00%
67.00%

PM RATING
40.00%
18.00%
64.00%
80.00%
59.00%
70.00%
RP RP
PHASE I PHASE II

100.00%
100.00%
100.00%
100.00%
100.00%
RP RP
PHASE I PHASE II
100.00%
100.00%
100.00%
100.00%
100.00%
100.00%
                                         PIRS
                                          56.00%
                                          69.00%
                                          76.00%
                                          69.50%
                                         PIRS

                                          70.00%
                                          70.00%
                                          69.00%
                                          73.00%
                                          63.00%
                A-83

-------
                           ARCS  AWARD  FEE TRACKING SYSTEM
                           REGIONS  IX  & X
     RATING PERIOD
    06/21/89
    11/01/89
10/31/89
02/28/90
    03/01/90   06/30/90
5.  07/01/90   10/31/90
     RATING PERIOD

1.
2.  03/24/89   10/31/89
3.  11/01/89   02/28/90
4.  03/01/90   06/30/90
5.  07/01/90   10/31/90
     RATING PERIOD
1.  03/10/89
2.  07/01/89
3.  11/01/89
4.  03/01/90
5.  07/01/90
06/30/89
10/31/89
02/28/90
06/30/90
10/31/90
     RATING PERIOD
1.
2.  06/28/89
3.  11/01/89
4.  03/01/90
5.  07/01/90
10/31/89
02/28/90
06/30/90
10/31/90

PM RATING
53.00%
61.00%
65.00%
65.00%

PM RATING
65.00%
71.00%
75.00%
70.00%

PM RATING
62.00%
55.00%
75.00%
70.00%
50.00%

PM RATING
90.00%
75.00%
75.00%
70.00%
RP
PHASE I
100.00%
100.00%
100.00%
77.60%
RP
PHASE I
100.00%
100.00%
100.00%
100.00%
RP
PHASE I
100.00%
100.00%
100.00%
93.50%
79.30%
RP
PHASE I
0.00%
100.00%
100.00%
100.00%
RP
PHASE II




RP
PHASE II




RP
PHASE II





RP
PHASE II
NO WORK



                                                                    PIRS
 69.00%
                                                                    PIRS
PIRS

 70.30%

 40.00%
                                                                    PIRS
                                           A-84

-------
                          ARCS AWARD FEE  TRACKING SYSTEM
                          REGIONS IX & X



RATING PERIOD
1.
2.
3.
4.
5.

06/09/89
11/01/89
03/01/90
07/01/90

10/31/89
02/28/90
06/30/90
10/31/90

PM RATING

50.00%
65.00%
50.00%
75.00%
RP RP
PHASE I PHASE II

0.00% NO WORK ASSIGN
100.00%
48.00%
100.00%
                                                                   PIRS
     RATING PERIOD          PH  RATING
                                          RP
                                        PHASE I
1.
2.  05/01/89   10/31/89        0.00%      100.00%
3.  11/01/89   02/28/90       35.00%       65.00%
4.  03/01/90   06/30/90       31.00%       63.00%
5.  07/01/90   10/31/90       25.00%       63.00%
   RP
PHASE II
                PIRS
                                           A-85

-------
WORK ASSIGNMENT
   DECISION TREE
         AWARD,
          WA
           If
         all else
        is equal,
      'proportional
       distribution
      should be made
       among good
       performers.
                            ROTATIONAL
     How does the site
   location compare with
  the contractors location
of his people and equipment'
                                 LOCATION
   Has the minimum base
    LOE been ordered?
     What are the problems and needs
      of the site vs. the contractors
     available technical disciplines and
           areas of expertise?

  If any contractors previously performed
  any work at the site for EPA, what is the
      value of continuing with them?

   Relative technical and PM performance
            based on PIRS.

    Does contract have enough capacity?
  Does contractor have capacity to perform
     the additional work assignment?

    Have any contractors or their subs
 worked on the site for responsible parties?

Have any contractors or their subs worked for
 BASE HOURS EXPENDED/
ORDERED

  SPECIFIC TECHNICAL
  EXPERTISE
                                CONTINUITY

                                  DEMONSTRATED
                                  PERFORMANCE

                                     CAPACITY
                                       (IONFLICT OF
                                        NTEREST
       new
       WA
      to  be
     issued
                         At Start-up of New Contract and
                         Throughout Contract Period of Performance
                     A-86

-------
                                                                     Contractor  Performance  Criteria  Matrix
let ing
                      Project
                      Planting
                                                   technical
                                                   Competence
                                                 end Innovation
                                      Schedule and
                                      Cost control
                                                                                                                  tetource
                                                                                                                  Ut 11 lift Ion
                                                                                                                                                    Effort
                                                                                                                                                                                 leportlng
Outstanding   (Alway* develop* wortplen*
    J         (with mlnleua coat/time e*tl-
              (mete*.  Planned v» actual
              (performance doe* not result
              (In project delays or unjuetl'
              (fled coet increases.  Ident I-
              (fie* problem* early on and
              (ensures  Involvement of EPA.
(technical  analyses ere  tho-    (task* completed aheed or on  (Contractor continually utlll-
|rough with no rework* and     (schedule  in spite of lmpedi-|ze* resources in e manner
(technically justified recom-   (ments, and services          (which minimizes cost and time
(mendatlon* are always sub-     (completed below or at budget (expenditures, while utilizing
(mltied.   Solutions result in   (ensuring  that costs are      (the appropriate professional
(stete-of-the-ert approaches    (minimized.                   (nix to ensure that the overall
(which can be applied to simi-  |                             (work quality remains exceptional
(liar environmental problem*.   |                             |
                                                                                                                                         | Con tree tor Is always respon-|«eport§ provide  keen Insight
                                                                                                                                         |slve to changes In the SOU  (into key problems  end pot end.
                                                                                                                                         (and priority adjustments,   (solutions such that  no further
                                                                                                                                         (and problems are Identified (requests for  information ere
                                                                                                                                         |and resolved early with     (required, no  rewrite* of
                                                                                                                                         (continued e»cellent co*nuil-| reports ere required, end
                                                                                                                                        .(cation and coordination with (reports are always delivered
                                                                                                                                         (the Government.             (on tine.
                                           •I-
                                                                         •I-
                                                                                            •I-
                                                                                                                                                                     -I-
>
CO
              IAlway* develop*  uorkplan*
  Exceed*     (with reasonable  coat/time
Expectation*  (estimate*.   Plan actual
    4         (performance doe* not  retutt
              (in eny ilgnifleant  project
              (delays or unjustified cott
              (tncre
              I
                                            (technical  analyses are tho-    (Original schedule aet In
                                            (rough with no rework* and      (spite of impediment*, and
                                            (technically Justified recore-   (service* completed within
                                            (endatlen*  are always submitted|buds*t at minimum costs.
                                            (for ell work Involving an      |
                                            (above average level of        |
                                            (difficulty.                   |
                                            I                              I
                                                                                                       (Contractor utilizes  resources
                                                                                                       (in e Manner which minimizes
                                                                                                       (costs and tie* expenditures,
                                                                                                       (while utililing  the  approprl-
                                                                                                       (ate professional mix to
                                                                                                       (to ensure that the overall work
                                                                                                       (quality is acceptable to  the
                                                                                                       (government.
                                                                                             (Contractor is responsive to (All reports are of consistent
                                                                                             (changes in the SOU and      (high quality,  both in concent
                                                                                             (priority adjustments,       (and organuetIon,  no rewrite*
                                                                                             [responses to problems are   (of reports  are required,  end
                                                                                             (Bade in a tieiley Banner, and|reports arc always delivered
                                                                                             (good interaction takes placefon time.
                                                                                              with the Government.        I
             -I
                                                                         •I
                                                          •I	
                                                            (Contractor utiliies resource*
                                                            (and an appropriate professional
                                                            (•IN to meet project and contract
                                                            (requirements.
                                                                                                       I
                                                                                                                                            	I	
                                                                                                                                         Contractor  is responsive to  (All reports contain contents
                                                                                                                                         •eet the established budget  (as specified, only ainor  re-
                                                                                                                                         schedules,  end  interact!     (writes are requested for  *d-
                                                                                                                                         regularly and appropriately  (ditional infonuition, and
                                                                                                                                         with the Government.         (reports are always delivered  o
                                                                                                                                                                      (tine, unless contractor give*
                                                                                                                                                                      (udequete warning et least one
                                                                                                                                                                      (week prior to report due  dele.
Satisfactory
              |Uorkplan* are adequate to ed-(technical  analyses are  tho-    (Schedule met with allow-
              |dress requirement* In the SOU(rough with no rework* end      (ence* for reasonable slip-
              (with reasonable coat/time    (technically justified recom-   (peges (with prior approval
                                            (enaction*  ere *lw*ys submitted|(ram WAM/PO), end service*
                                            (far all  routine type of work,  (completed within budget
                                            |                               (ensuring that costs are
                                            I                               (minimized.
               (estimates for the required
               (level of effort.
               I
                                            I
	I	•	
              (Uorkplane  do not  adequately
Marginal      (address ell  of the requlre-
   2          (mants In the SOU.   Cocl/tlme
              (estimate*  are disproportion-
              (etc to the required level  of
              (effort.
              I
	I	
              (Incorrect  Idenflcatlon In
Unsetl*lactory| the workplan of the require-
      t       (menu needed to meet the SOU.
              (Inadco^ate coet/tlmt estl-
              (meles arc  aadc for the re-
              |o>j|red level of effort.
                                           •I	
                                            (technical analyse* often ere
                                            (Incomplete end require re-
                                            (work*,  (ecoaaendatlon* are
                                            (not always accepted tfcje to
                                            (an incomplete tecljnical
                                            (analyll*.
                                                                          -I	I-
                                                                           (Original schedule slips
                                                                           (without adequate warning or
                                                                           |justification, or services
                                                                           (completed at an increased
                                                                           (cost  to the Government
                                                                           (without adequate justifi-
                                                                           (cation.
                                                            (One or e few of the contractor
                                                            (resources ere not used efficl-
                                                            (ently resulting in occasional
                                                            (•inor cost over-runs and timt
                                                            (delays.
                                                            I
                                                                                                                                         (Contractor doe* not respond  (Required report* are delivered
                                                                                                                                         (to changes In  the SOU, prl-  (within 1-5 days after  the  due
                                                                                                                                         |orlty adjustments, or pro-   (date, or contents of the repor
                                                                                                                                         (blems In a timely manner,    (are not as specified.
                                                                                                                                         (or does not  involve the      |
                                                                                                                                         |Government on problems at    |
                                                                                                                                         (the appropriate time.        |
                                           -I	
                                             (Major element* In the tech-
                                             (nlcel analysis are missing
                                             (requiring significant re-
                                             (works.  tccoonendations are
                                             (not accepted due to najor
                                             (deficiencies in the tech-
                                             (nicel analysis.
                                                                                                      -I"
                                                                           [Original schedule dipt to
                                                                           |«.  co have resulted in
                                                                           |d«iay*> which negatively
                                                                           (impact the project,  or
                                                                           [services completed at  a
                                                                           |sigm t icamly increased
                                                                           (cost to the Govenuwnt.
                                                            |Con.i.ttnc poor utllliation
                                                            |of resources re&ulis in 6t0nlfi*
                                                            |cant cost over-runs And tine
                                                                                                                                         JContractor do*, not renpond  (Required reporn »r« d«Mv«red
                                                                                                                                         |to changes  in the SOU.
                                                                                                                                         (priority adjustments, or
                                                                                                                                         (problems, or response ift
                                                                                                                                         (uontinually unacceptable.
                                                                                                                                         (Coordination and conmjni-
                                                                                                                                         |cat ion uith the Covernoment
                                                                                                                                                                                    (•or* th«n one w*ck Iat«, or
                                                                                                                                                                                    (contents of the report ar«
                                                                                                                                                                                    | inadequate to perait intar-
                                                                                                                                                                                    (pretbtion of probleM or
                                                                                                                                                                                    (act Ion*.
                                                                                                                                                                                    i

-------
                  ARCS Award Cycle
              June 1987 through June 1989
                                     NUMBER OF
CYCLE	REGION	CONTRACTS
First Cycle             III                    5
June 1987 - June 1988    V                    7
Second Cycle           I                   7
October 1987 - May 1989  II                   6
                       ARCS Central        8

Third Cycle             IV                  6
April 1988 - March 1989   ARCS West          6
In total, 45 prime contracts were issued to 23 contractors.
                            A-88

-------
>
GO


ON BOARD AS OF 8/1/91

REGION

ARCS Contracting Officers
ARCS Contract Specialists
ARCS Project Officers (POs)
ARCS Deputy Proiect Officers (DPOs)
Total Number of RPMs in Region
RPMs who are ARCS WAMs
ARCS WAMs who are not RPMs

NUMBER OF ACTIVE WAs
ARCS CONTRACTS MANAGED

ACTIVE WAs PER WAM

WAMs PER PO/DPO

WORK ASSIGNMENTS PER PO/DPO*

ARCS CONTRACTS PER CO

REGIONAL ARCS WORKFORCE SURVEY RESULTS



1

4
0
2
2
39
37
5

110
7

2.62

10.5

27.5

1.75




2

4
0
2
2
87
69
3

156
6

2.17

18

39

1.50

* For zones, based on sites and POs in each region
RPM=Remedial Program Manager
WA=Work Assignment
WAM=Work Assignment Manager









3

2
2
2
0
57
45
2

114
5

2.43

23.5

57

2.50








4

1
4
2
0
50
32
0

63
6

1.97

16

31.5

6.00








5

2
2
4
0
80
72
8

195
7

2.44

20

48.75

3.50








6

2
0
1
0
27
16
6

71
2

3.23

22

71

1.00








7

2
0
1
0
32
26
1

62
3

2.30

27

62

1.50








8

1
1
2
0
43
32
2

69
3

2.03

17

34.5

3.00









9

3
0
3
1
60
48
6

53
4

0.98

13.5

13.25

1.33









10

2
0
1
1
36
18
1

31
2

1.63

9.5

15.5

1.00









TOTAL

23
9
20
6
511
395
34

924
45

2.15

16.5

35.54

1.96






-------




Region 1

ARCS Contracting Officers
ARCS Contract Specialists
ARCS Project Officeis









ARCS Deputy Project Officers
Total Population of RPMs in Region
RPMs who are ARCS WAMs
ARCS WAMs who are not RPMs

Region 2

ARCS Contracting Officeis
ARCS Contract Specialists
ARCS Project Officeis






ARCS Deputy Project Officers
Total Population of RPMs in Region
RPMs who are ARCS WAMs
ARCS WAMs who are not RPMs


Region 3

ARCS Contracting Officers
ARCS Contract Specialists
ARCS Project Officers







ARCS Deputy Project Officers
Total Population of RPMs in Region
RPMs who are ARCS WAMs
ARCS WAMs who are not RPMs

Region 4

ARCS Contracting Officers
ARCS Contract Specialists
ARCS Project Officers






ARCS Deputy Project Officers
Total Population of RPMs in Region
RPMs who are ARCS WAMs
ARCS WAMs who are not RPMs


Region 5





ARCS Contracting Officers
ARCS Contract Specialists
ARCS Project Officeis


ARCS Deputy Project Officers
Total Population of RPMs in Region
RPMs who are ARCS WAMs
ARCS WAMs who are not RPMs


Region 6

ARCS Contracting Officers
ARCS Contract Specialists
ARCS Project Officers







ARCS Deputy Project Officers
Total Population of RPMs in Region
RPMs who are ARCS WAMs
ARCS WAMs who are not RPMs

Region 7

ARCS ConlractinKOfficers
ARCS Contract Specialists
ARCS Project Officers






ARCS Deputy Project Officers
Total Population of RPMs in Region
RPMs who are ARCS WAMs
ARCS WAMs who are not RPMs


Region 8

ARCS Contracting Officers
ARCS Contract Specialists
ARCS Project Officeis







ARCS Deputy Project Officers
Total Population of RPMs in Region
RPMs who are ARCS WAMs
ARCS WAMs who are not RPMs





< 1 yr exp.






5
5






1
1
5
1
1








1






2


14
7






2


2
2









1

1



1

1

2
2









5
2


RXTFRTFNCE T.EVFL OF THE REGIONAL ARCS WORKFORCE


1-3 yrs. exp.


3

1
2
20
18
2



3

1
2
47
39
1








25
24




1
2
2

19
12





2

4

43
39
4




1

1

12
6
1



1



10
8
1




1
1
2

20
15
1



>3-5 yrs exj


1



7
7
3







25
18









25
15








5
4









18
14
3




1



10
6
1







8
7









9
9
1



> 5 yrs exp.




1

7
7




1

1

10
10
1




2
2
2

6
6








12
9









17
17
1








4
4
3







12
9









9
6






























































































4
0
2
2
39
37
5

Total

4
0
3
3
87
68
3


Total

2
2
2
0
57
45
0

Total

1
4
2
0
50
32
0


Total

2
2
4
0
80
72
8


Total

2
0
1
0
27
16
6

Total

2
0
1
0
32
26
1


Total

1
1
2
0
43
32
2



Experience in Years —
Weighted Average (*)

2.50

4.50
2.00
3.06
3.12
3.20

Weighted Average (•)

3.25

3.17
1.50
3.06
3.24
3.17


Weighted Average (*)

7.00
7.00
7.00

3.38
3.33


Weighted Average (*)

2.00
1.25
2.00

2.98
3.33



Weighted Average (*)

2.00
0.50
2.00

3.48
3.53
3.38


Weighted Average (*)

3.00

2.00

3.43
4.00
4.58

Weighted Average (*)

1.25

0.50

,_ 4.28
4.15
2.00


Weighted Average (*)

2.00
2.00
2.00

3.29
3.41
3.00


Regional Staff
Experience as
% of National
Average

88%

118%
96%
89%
88%
82%



114%

83%
72%
89%
91%
81%




246%
286%
183%

98%
94%




70%
39%
52%

87%
94%





70%
20%
52%

101%
99%
86%




105%

52%

100%
113%
117%



44%

13%

125%
117%
51%




70%
82%
52%

96%
96%
76%

A-90

-------

legion 9

ARCS Contracting Officers
^RCS Contract Specialists
VRCS Project Officers






ARCS Deputv Project Officers
Total Population of RPMs in Region
5 as 7






70%

139%
192%
102%
104%
157%




105%

183%

138%
148%
13%















nt 1' r i iH J 14: Uffice
                    - 312-014/40013
                                    A-91

-------