xvEPA
                     United States
                     Environmental Protection
                     Agency
                        Office of
                        Solid Waste and
                        Emergency Response
Publication 9200.5-4011

          July 1991
CORAS   Bulletin
 Office of Emergency and Remedial Response
 Office of Program Management    OS-240
                                                 Intermittent Bulletin
                                                 Volume 1  Number 11
        FINANCIAL MANAGEMENT RESPONSIBILITIES OF EPA
                 PROGRAM STAFF:  DEVELOPMENT OF
              WORK ASSIGNMENT/TASK ORDER BUDGETS
                                      (Fifth in a Series)
      This  article continues a series addressing
financial oversight responsibilities related to Superfund
cost-reimbursement contracts that was initiated in the
December 1988 edition (Number 2) of the CORAS
Bulletin. The initial article introduced the series and
presented a general overview of each of the areas of
responsibility and the types of contracts involved. The
subsequent articles presented  additional  details on
each of the major areas of responsibility: Review and
Certification of Invoices (May 1989, Number4), Review
of Contractor Work Plans (September 1989,  Number
5), Review of Contractor Financial Reports and Ongoing
Monitoring (December 1990, Number 10). This article,
the  last in the  series, addresses responsibility for
developing budgets for work assignments or task orders.

      This  sequence of articles  focuses on
responsibilities  involved in most  Superfund cost-
reimbursement contracts including Field Investigation
Team (FIT), Technical Assistance Team (TAT), Alternative
Remedial  Contract Strategy (ARCS), Environmental
Services Assistance Team (ESAT) contracts, and other
Superfund cost reimbursement contracts. EPA program
staff responsible for financial management  of these
contracts include the Project Officer (PO), the Deputy
Project Officer/Regional  Project Officer (DPO/RPO),
the Remedial Project Manager (RPM), the On-Scene
Coordinator (OSC) and the Work Assignment Manager.
These individuals are referred to as "contract monitors"
for  the purpose  of  describing  their  financial
responsibilities in these articles.
                             Since this article focuses on development of
                       budgets for work assignments, the discussion applies
                       primarily to REM, ARCS and Headquarters support
                       contracts. Although FIT, TAT and ESAT contracts do
                       not involve issuance of work assignments, some of the
                       concepts presented may be helpful in developing the
                       estimates of technical hours and costs required to issue
                       a Technical Directive type of document.I

                       Responsibility for Independent
                       Government Cost  Estimates

                             In accordance with the Federal  Acquisition
                       Regulation (36.203  and  36.605), an  independent
                       government estimate of costs of  construction  and
                       architect-engineer services is required for each contract
                       or contract modification expected to exceed $25,000.
                       It is the responsibility of contract monitors to develop
                       the independent cost estimate during preparation of the
                       work assignment or task order. This estimate should
                       include a projection of the labor hours by labor category
                       orskill level necessarytoaccomplish the work. Specific
                       labor  categories or task orders are  defined in the
                       contract and should be used in developing your work
                       assignment estimate. In addition to estimating labor
                       hours, the contract monitor should also estimate travel
                       and other direct costs which include communications,
                       equipment,  sampling and laboratory requirements,
                       consultants and subcontractors, printing, and computer
                       time.
                                       Continued on page 2

-------
 A Recent Draft Regional GAO Report Stated
 That:

        "EPA needs to require that IGEs be developed
 and documented for  initial budgets and  subsequent
 cost increases.  Documentation of these estimates and
 price negotiations is important because of staff turnover,
 which frequently results in regional personnel taking
 over  management of ongoing remedial studies.  A
 well-prepared ICE is a fundamental starting point for
 negotiating  a  reasonable price with government
 contractors.  Having such an estimate  in hand places
 government negotiators in a strong position to assert
 and sustain a defensible position and help them focus
 the negotiations on thorough discussionsof the necessity
 and reasonableness of specific costs. It also reduces the
 risk that the contractor's proposal will  be seen as the
 starting point for negotiations."

        IGEs are important when cost reimbursement
 contracts are the method of contracting, because very
 little  risk falls to the contractor and the government
 must be in  a position to  determine if the proposed
 resources and costs are reasonable.

        The contract monitor must define the work and
 develop the budget  without assistance from the
 contractor.  These estimates should then  be used  to
 eval uate the reasonableness of the contractor's proposed
 budget in the  work  plan.  This will help control
 contracting costs,  eliminate unnecessary work, and
 ensure efficient use of resources. The remainder of this
 article presents the  basic steps in defining the work and
 developing the budget and identifies several tools
 available to assist the  contract monitor in  performing
 these activities.l

 Scoping the Work

       The first and most important step in preparing a
work  assignment or task order budget is to define the
scope of work to be performed. How well the contract
monitor is able to define the work will have a direct
impact  on the accuracy of the  cost  estimate.  To
develop a conceptual understanding of the work to be
accomplished, the contract monitor should collect and
review  any  existing  information related to the
assignment, drawing upon  previous experience with
similar assignments to help determine the magnitude
and complexity of the effort. Less experienced contract
 monitors should seek the expertise and advice of more
 experienced  contract  monitors  when  developing a
 work  assignment or task order budget.
       In defining the scope of work, the contract
monitor should first break the work  into individual
tasks, such as the fourteen standard tasks for remedial
investigation/feasibility study (RI/FS) projects.  Each
task should be outlined in as much detail as possible.
The contract monitor should evaluate the complexity
of each task and identify specific requirements for
each, such as  functional  activities to be performed,
products to be delivered, and resources required for
each.  Identification  of  required resources should
consider staffing requirements as well as other direct
costs such as equipment and supplies. "Scoper's Notes,"
which is highlighted later in this article, is of particular
assistance in helping to define the scope of work for Rl/
FS projects, according to the standard tasks.

       In scoping a remedial design (RD) project, the
contract monitor should divide the work into discrete
tasks, such as  preparing  the  RD  work  plans and
documents; evaluating data;  resolving design issues;
and developing preliminary, intermediate, and pre-
final/final design plans. Each of these tasks can be
defined further according to the functional activities to
be performed.  An example of defining the functional
activities necessary to acquire field data and analyze
samples  might  include subsurface explorations;
mobilization/demobilization  and borings; property
surveys;  establishment of a field  laboratory;
procurement of subcontracts; non-CLP analysis; data
validation;andsoilsandmaterialstesting. In identifying
products to be del ivered u nder the task of preparing the
RD work plans and documents, the contract monitor
should define  several documents including  a work
plan,  a health  and safety plan, a field sampling and
analysis plan, and a quality assurance plan.

       While each of the tasks, functional activities,
and products may be similarforall sites, each site may
have unique characteristics that require an individual
evaluation of the resources necessary to complete the
RD. In order to determine the needed resources, each
of the tasks should be evaluated for a specific site to
determine the expected complexity of accomplishing
the task and identify any unique obstacles that might
impact the completion of the task.  The contract
monitor should also consider factors such as the amount
of detail required in each of the design documents and
the level  of expertise needed to evaluate the data and
develop the documents.  By dividing the work into
discrete tasks and defining each functional activity and
product in as  much  detail as possible,  the contract
monitor can more accurately estimate the labor hours
required to accomplish the work at an individual site.l

-------
Estimating Labor Hours

       The second step in developing the budget is to
determine the level of effort required for each  task
defined in the scope of work.  This determination,
which is generally the  most difficult  one, should be
based on the nature and difficulty of the task.  The
contract monitor should use his/her best professional
judgement,  historical data, and similar scope work
assignments to identify the full range of labor resources
needed to complete the task. The contract monitor may
want to develop high and low estimates initially.  The
monitor should consider the learning  curve  of the
contractor staff, subcontractor involvement, the level of
task complexity, and  any other factors which  may
influence upward or downward  adjustments.

       Each  task should be evaluated in order to
estimate the number of hours or level of effort (LOE)
required by each professional ortechnical labor category
as well as develop an estimate  of clerical hours. In
estimating the hours, the contract monitor should assess
the need for involvement of senior contractor staff or
specialized technical expertise. If the complexity of the
task does not warrant more experienced technical
resources, the majority of hours should be estimated at
the lower skill levels. This underscores the importance
of a thorough assessment of the technical skills and
hours required in relationship to the complexity of the
scope of work. Reviewing previous work assignments
with a similar scope may provide valuable insight into
the development of these level-of-effort estimates.l

Developing Cost Estimates

       Once the contract monitor has scoped the work
and developed estimates of labor hours for the work
assignment, the final step of developing the cost estimate
is relatively straightforward.  To develop a detailed cost
estimate, the  contract monitor uses the specific labor
hour estimates by labor category developed previously.
The total hours per labor category can be multiplied by
the loaded hourly rate for that category under the
specific contract.   The  loaded hourly rate has been
adjusted to include costs forfringe benefits and overhead.
Otherdirect cost estimates can be developed by detailing
task requirements such as the number and  location of
trips, the number and volume of reports, the involvement
of subcontractors and special consultants, and the need
for special equipment or computer time. Costs can be
computed for each of these requirements based on
averages from past experience or from established cost
parameters such as  per diem travel costs. The Project
Officer or the Contracting Officer should be consulted
for assistance in estimating costs for other direct costs
as well as  providing information on any specific cost
parameters defined by the contract. When  information
is not available, the contract monitor should define and
apply conservative assumptions in order to estimate the
costs.

       From the detailed breakdown of estimated costs,
the  contract monitor can compare the independent
government cost estimates with the contractor's
proposed budget in  the work  plan, highlighting and
evaluating the reasonableness of any discrepancies. In
order to make this comparison, the contract monitor
should require the contractor to submit the work plan
cost estimates broken down by the same tasks and cost
categories as  the independent government  cost
estimates. Comparison of the two cost estimates provides
an informed basis for evaluating specific costs and
negotiating with the contractor concerning  any cost
discrepancies.

       While an  understanding  of  the  method  of
calculating the costs is useful, various tools are available
which may assist the contract  monitor in  developing
these estimates. Several of the tools currently  available
to contract monitors are describe below.l

Budget Development Tools

       To assist the contract  monitor in estimating
work assignment costs,  several tools  have been
developed.  These tools provide varying degrees of
complexity and can provide valuable assistance in
performing the different steps required to develop work
assignment budgets.  While "Scoper's Notes" provides
useful assistance in scoping RI/FS tasks and developing
an average range of costs based on site complexity and
historical  experience, the Scheduling and  Cost
Estimating Expert  System (SCEES) provides a more
sophisticated computer model  for estimating costs for
RI/FS tasks at non-complex sites. The Cost of  Remedial
Action (CORA) Model provides a computer model
which  evaluates  alternative  remedial  action
technologies at a  site and computes cost  estimates
based on past experience with the application of these
technologies.  The Remedial  Action Bid Tabulation
Database provides historical data on remedial action
costs at similar sites for  comparison purposes.  The
Work Assignment Resources Planning (WARP) program
provides assistance in computing total  work assignment
cost estimates based on resource projections and  in
contract-specific rates. Each of these tools is discussed
                                                 3 '

-------
 more detail below and  presented in the following
 exhibit.!
         BUDGET DEVELOPMENT TOOLS
Directive/
Tool Phase Publication
EPA/540/G-90/002
Scopn's Notes Rl/FS February 1990
OSWER Direclive
SCEFS Rl/FS 9355.0-29
si-fcbi Rl/FS 8/|3/90
OSWER Publication
CORA Rl 9375.5-06/FS
CORA ** April 1990
Bid Tabulation N/A
Database KA
WARP N/A N/A
Contact
Paul Willdns
202-382-2462
HSCD
Kirby Biggs
703-308-8506
Florence Blair
703-308-8327
Region II
ShaheerAIvi
212-264-2221
Keith Moncino
212-264-9300
                Scoper's Notes

       "Scoper's Notes"\sasma\\ handbook, available
through CERI, that serves as a guide to estimating Rl/FS
costs. The handbook provides suggestions for scoping
the work, including potential questions to ask and
information  resources to review.  Rl/FS  projects are
divided into the fourteen standard tasks with estimated
cost ranges for each task based on relative complexity.
These cost estimates were developed through analysis
of technical requirements,  past experience,  and
professional judgement.  The handbook  provides
checklists that the contract monitor can use to help
assess the complexity of the work and to evaluate and
estimate the costs of each task.

       "Scoper's Notes" also  highlights primary cost
driving factors and provides hints for minimizing these,
including maximizing the use of existing data, careful
consideration of the size and number of water sampling
wells  to  be  installed, and  increased use  of on-site
sampleanalysis. The handbook concludes with a list of
several additional references, which provide moredetail
on conducting Rl/FS projects.

       The  handbook is  designed to  give the
inexperienced RPM a starting point for determining site
complexitA  and other factors that can have  a material
impact on the costs for completing the project. The
checklists help the contract monitor develop  initial
cost estimates that can  be used  to  evaluate  the
contractor's work plan estimate. The level of effort and
costs presented in the handbook are intended to be a
starting point that can be adjusted to accommodate the
unique characteristics of the specific project.  The
handbook is not intended to provide hard and fast
guidelines on costs for Rl/FS projects, but to be a tool
for evaluating the relative complexity and cost of a
project compared to past experience.

       "Scoper's Notes" provides a handy tool that
can be carried on site and used to guide the RPM
through consideration  of the site characteristics and
related costs. The weakness of the handbook is the fact
thatthe data were compiled from Rl/FS costs at 80 sites
which are now a  couple  of years old.   These  costs,
therefore, do not take into consideration any changes
that have occurred in overall costs due to factors such
as increased emphasis on risk assessment activities. In
addition, the costs at the sites used  were not readily
available by task and  had to be recreated based on
estimated break outs by task.l

Scheduling  and  Cost  Estimating Expert
System (SCEES)

       SCEES is a computer-based model designed to
predict cost estimates for Rl/FS tasks at  non-complex
landfill, pond, and lagoon sites.  The user enters data
into the system based on responses to questions on a
work sheet concern! ng site-specific factors. The system
uses general site information and MRS scores combined
with historical data based on costs at 80 sites, expert
knowledge,  project planning data,  and  policy/risk
assessment information to estimate the site complexity,
costs, and scheduling. Costs are provided as aggregate
estimates as well as estimates for each  of the  14
standard  Rl/FS tasks. The model also selects remedial
technologies and evaluates Rl/FS task alternatives or
reductions and the associated cost savings and risk.

       The system generates four summary reports for
a site. The first report details the best estimate of LOE
and costs for each of the 14 tasks. A second report is
a site data report that rates site complexity and provides
estimates of the number of media samples, surveys,
and tests to be conducted during the field investigation
task. This report also  lists the remedial technologies
that are  indicated for evaluation.  The third  report
details drilling  requirements, including a summary of
the number, casing, depth, and sampling requirements

-------
for wells that are to be installed and an estimate of the
LOE and cost of drilling. The fourth report provides a
summary of the RI/FS costs likely to be required to
complete the project, including labor, equipment, travel,
and subcontractor costs. This report also indicates an
estimate of the Contractor Laboratory Program costs
that are implied by the number of samples and types of
analyses planned. The model  requires approximately
an hour to run and produces the summary reports  for
each site.

       SCEES has  been distributed  to each  region,
providing a useful tool for estimating the LOE and costs
of an RI/FS based on a  large body of historical data. The
model  allows the  user to  customize the data
geographically by incorporating local  drilling and
contractor costs. The information that is required to run
the model successfully is data that are readily available
to the contract monitor as a result of the MRS scoring
process. The model requires some knowledge of the
site in order to input the necessary site information and
requires periodic updating of the resource files. SCEES
is particularly well suited for developing costs estimates
for landfill, pond, or lagoon sites  but has  limited
usefulness for other types of sites.

Cost of Remedial Action (CORA) Model

       CORA is a model  that is designed to assist in
planning  and  budgeting for remedial actions  at
Superfund sites. The system is intended for use prior to
orduringtheremedial  investigation stageofthecleanup.
The model helps select remedial action  technologies
and provides preliminary cost estimates of the remedial
action  based  on the  selected scenario.   CORA is a
computerized model  consisting of two  independent
subsystems: an expert system  and a cost system.

       The expert system  uses site information  to
recommend a range of remedial actions from among 42
different technologies.   To obtain the  required
information concerning the site and types of waste
present, the system poses questions to the user.  Based
on the user's  responses, the system analyzes the  site
and offers  recommendations  for the remedy.  The
analysis is based on technology-specific engineering
expertise,  statute interpretations, and policy  issues.
The system al lows the user to vary responses to questions
and thereby perform sensitivity analyses by evaluating
alternative outcomes.

       The cost system  uses the  response  action
scenarios developed by the expert system or other
sources todetermineorder-of-magnitude cost estimates,
ranging from -30% to +50%.  Costs estimates are
detailed by site, operable unit, scenario, and technology,
with the system calculating cost estimates for capital
and  first-year operation and  maintenance for each
technology selected. The system generates a summary
report for  a site or operable unit that details costs by
construction and operation of individual unit processes
and operations, costs for specific activities, and bid and
scope contingencies.

       The model is particularly useful in developing
order-of-magnitude  estimates when  other  data  are
limited. The model provides a means of developing
cost estimates  which is consistent, widely used and
accepted,  and has been validated.  It  is useful in
evaluating established  technologies,  providing a
comprehensive list of costs.  Several factors limit the
usefulness of the  model for developing independent
government cost estimates. The model may notprovide
accurate enough estimates,  particularly  for  more
complex actions  such as groundwater cleanup and
excavation due to a greater variability of costs under
different scenarios. In addition, the model has limited
ability to tailor the estimates to consider regional cost
differentials and considers a limited set of technologies.
The model also requires a significant amount of site-
specific data in order to develop reliable estimates.

Remedial Action Bid Tabulation Database

       Superfund remedial action bid information has
been compiled into a database  to  assist  RPMs in
developing  cost  estimates.   Information  on
approximately 52 sites is currently included in the
database.  Site information consists of a description of
the site, clean-up  levels, and technologies used. The
database currently identifies 36 different technologies.
Cost data for each site  include the Record of Decision
(ROD)  estimate,  the  engineer's  estimate prior to
requesting bids, and the contractor bids received.  If the
site iscomplete, the database also includes costs resulting
from change orders.  The contractor's bid data are
broken down by costs for each task line item presented
in the bid.

        The database can be queried by site name, by
technologies used, or by region. The contract monitor
can use thedatabase to identify sites with similar
characteristics by technology and region and can print
thecostdata for a specific site. These cost data detail
each bidder's estimated cost per line item and identify
thebiddersbyrankorderofthetotalbid.  Thiscost
                  Continued on page 8

-------
KEY REGIONAL PERSONNEL IN SUPERFUND CONTRACT MANAGEMENT
Contract
REM
ARCS
ERCS
TAT
FIT
TES
ESAT
eadquarters
PO, DPO if possible)
EM 1 - Tracy Loy, EMAIL5201
REM II - Tracy Loy, EMAIL5201
REM III - Tracy Loy, EMAIL5201
08-8349
REM IV - Florence Blair, EMAIL5201
Bill Zobel, EMAIL
08-8346
Barbara McDonough, EMAIL
308-8348
Zone 1 - Patricia Tidwell, EMAIL5511
382-2688
Zone 1 - Pat Hawkins, EMAIL 5191
382-2458
Zone 2 - Karen Tomimatsu, EMAIL30026
475-9861
Zone 1 - Tim Fontaine
475-9748
Zone 2 - Rick Webster, EMAIL
475-9703
Zone 1 - Jack Jojokian, EMAIL
308-8650
Zone 2 - Jean Wright, EMAIL
308-8659
Zone 3 - Marlene Lemro, EMAIL
308-8639
Zone 4 - Nancy Deck, EMAIL
308-8647
Lynn Beasley, EMAIL5449
475-8607
Zone 1 -Reg. 1,2,3, & 5
Zone 2 - Reg. 4.6,10, & HQs
legion 1
Nancy Barmakian, 833-1797
EMAIL9170
U.S. EPA, HCP-CAN7
JFK Federal Building
Boston, MA 02203
Nancy Barmakian, 833-1797
EMAIL9170
Diane Kelley, 833-1672
EMAIL9171
U.S. EPA, HCP-CAN7
JFK Federal Building
Boston, MA 02203
John Carlson, 828-6624
EMAIL9119
U.S. EPA
841 Chestnut Street
Philadelphia, PA 19107
John Carlson, 828-6624
EMAIL9119
U.S. EPA
60 Westview Street
Lexington, MA 02173
Don Smith, 833-1648
EMAIL
U.S. EPA
JFK Federal Building
Boston, MA 02203
Rick Leighton, 833-1654
EMAIL9156
U.S. EPA
JFK Federal Building
Boston, MA 02203
Scott Clifford, 828-6631
EMAIL9161
U.S. EPA
60 Westview Street
Lexington, MA 02173
Region 2
Shaheer Alvi, 264-2221
EMAIL9204
U.S. EPA
26 Federal Plaza
New York, NY 10278
Jill Hacker, 264-4197
EMAIL
Fernando Rosado, 264-6130
EMAIL
Keith Kollar, 264-1576
EMAIL
Keith Moncino, 264-9300
EMAIL
U.S. EPA
26 Federal Plaza
New York, NY 10278
Norm Vogelsang, 340-4346
EMAIL9283
Charles Fitzsimmons, 340-6608
EMAIL9490
U.S. EPA
345 Courtland St., N.E.
Edison, NJ 08837
Lisa Guarneiri, 340-6180
EMAIL
U.S. EPA
Woodbridge Avenue
Edison, NJ 08837
Amy Brochu, 340-6802
EMAIL
U.S. EPA
Woodbridge Avenue
Edison, NJ 08837
Cathy Moyik, 264-8123
EMAIL9206
Erwin Sieszek, 264-431 1
EMAIL
U.S. EPA
26 Federal Plaza
New York, NY 10278
Joseph Hudek, 340-6713
EMAIL9252
U.S. EPA
26 Federal Plaza
New York, NY 10278
Region 3
James McKenzie, 597-3229
EMAIL93035
U.S. EPA
841 Chestnut Street
Philadelphia, PA 19107
Elaine Spiewak, 597-3229
EMAIL
James McKenzie, 597-3229
EMAIL93035
U.S. EPA
841 Chestnut Street
Philadelphia, PA 19107
Rich Fetzer, 597-1389
EMAIL 9324
U.S. EPA
841 Chestnut Street
Philadelphia, PA 19107
Charlie Kleeman, 597-4018
EMAIL9340
U.S. EPA
841 Chestnut Street
Philadelphia, PA 19107
Greg Hamm, 597-8229
EMAIL
U.S. EPA
841 Chestnut Street
Philadelphia, PA 19107
Donna McGowan, 597-8230
EMAIL
U.S. EPA
841 Chestnut Street
Philadelphia, PA 19107
Terry Simpson, 652-2188
EMAIL93018
Dan Slizys, 652-2192
EMAIL
U.S. EPA
839 Bestgate Road
Annapolis, MD 21401
Region 4
Ken Myer, 257-2930
EMAIL
U.S. EPA
345 Courtland St., N.E.
Atlanta, GA 30365
Matt Robbins, 257-2930
EMAIL9428
Doug Thompson, 257-2234
EMAIL
Charles Swan, 257-2234
EMAIL
U.S. EPA
345 Courtland St., N.E.
Atlanta, GA 30365
Sharon Camp, 257-2930
EMAIL
345 Courtland St., N.E.
Atlanta, GA 30365
Carol Monell, 257-2930
EMAIL9490
U.S. EPA
345 Courtland St., N.E.
Atlanta, GA 30365
Charles Swan, 257-2234
EMAIL
U.S. EPA
45 Courtland St., N.E.
Atlanta, GA 30365
Ken Meyer, 257-2930
EMAIL
U.S. EPA
45 Courtland St., N.E.
Atlanta, GA 30365
Bobby Carroll, 250-3309
EMAIL9434
U.S. EPA
Station Road, ASB
Athens, GA 3061 3

-------
KEY REGIONAL PERSONNEL IN SUPERFUND CONTRACT MANAGEMENT
Contract
REM
ARCS
ERCS
TAT
FIT
TES
ESAT
Region 5
Gail Nabasny, 353-1056
EMAIL95019
U.S. EPA
230 South Dearborn St.
Chicaqo, IL 60604
Steven Nathan, 886-5496
EMAIL95019
Pat Vogtman, 886-5496
EMAIL95021
Carl Norman, 886-5496
EMAIL95020
U.S. EPA
230 South Dearborn St.
Chicago, IL 60604
Charles Brasher, 353-1788
EMAIL
U.S. EPA
230 South Dearborn St.
Chicaqo, IL 60604
Duane Heaton, 353-1788
EMAIL
U.S. EPA
230 South Dearborn St.
ChicagOj IL 60604
Gail Nabasny, 353-1056
EMAIL95019
U.S. EPA
230 South Dearborn St.
Chicaao, IL 60604
Gail Nabasny, 353-1056
EMAIL95019
U.S. EPA
230 South Dearborn St.
Chicago, IL 60604
Jay Thakkar, 886-1 972
EMAIL
U.S. EPA, (5SCRL)
536 South Clark St.
Chicago, IL 60605 	
Region 6
Tom Oliver, 255-2240
EMAIL
U.S. EPA
1445 Ross Avenue
Dallas, TX 75270
Carlene Chambers/
Eve Boss
255-6720
EMAIL9698
U.S. EPA
1445 Ross Avenue
Dallas, TX 75270
Chris Peterson, 255-2277
EMAIL9625
U.S. EPA
1445 Ross Avenue
Dallas, TX 75270
Chris Peterson, 255-2277
EMAIL9625
U.S. EPA
1445 Ross Avenue
Dallas, TX 75270
Ed Sierra, 255-6720
EMAIL
U.S. EPA
1 445 Ross Avenue
Dallas. TX 75270
Karen Witten, 255-6720
EMAIL
U.S. EPA
1445 Ross Avenue
Dallas, TX 75270
Michael Daggett, 730-2107
EMAIL
U.S. EPA
10625 Fallstone
Houston, TX 77099
Region 7
Karen Flournoy, 276-7782
EMAIL9722
U.S. EPA
726 Minnesota Avenue
Kansas City, KS66101
Debi Morey, 276-7593
EMAIL9733
U.S. EPA
726 Minnesota Avenue
Kansas City, KS 661 01
Ron McCutcheon, 276-5007
EMAIL9783
U.S. EPA
726 Minnesota Avenue
Kansas City, KS66101
Paul Doherty, 276-5008
EMAIL9783
U.S. EPA
726 Minnesota Avenue
Kansas City, KS 66101
Peter Culver, 276-7707
EMAIL9775
U.S. EPA
726 Minnesota Avenue
Kansas City, KS 661 01
Maureen Hunt, 276-7722
EMAIL
Nancy Healy, 276-7713
EMAIL
Aaron Zimmerman, 276-7333
EMAIL
U.S. EPA
726 Minnesota Avenue
Kansas City, KS 661 01
Harold Brown, 276-5127
EMAIL9784
U.S. EPA
726 Minnesota Avenue
Kansas City, KS 661 01
Region 8
Gregg Hargreaves, 330-1061
EMAIL9832
U.S. EPA
999 18th Street
Denver, CO 80202
Jeff Mashburn, 330-71 56
EMAIL98002
Gregg Hargreaves, 330-1061
EMAIL9832
U.S. EPA
999 18th Street
Denver, CO 80202
Mike Zimmerman, 330-7134
EMAIL9873
U.S. EPA
999 18th Street
Denver, CO 80202
Karen Mooar, 330-7063
EMAIL
U.S. EPA
999 18th Street
Denver, CO 80202
Gerry Snyder, 330-7504
EMAIL
U.S. EPA
999 18th Street
Denver, CO 80202
Sam Marquez, 330-7151
EMAIL9826
U.S. EPA
999 18th Street
Denver, CO 80202
Steve Callio, 294-1 056
EMAIL98014
U.S. EPA
999 18th Street
Denver, CO 80202
Region 9
Rob Stern, 484-2339
EMAIL99039
U.S. EPA
75 Hawthorne Street
San Francisco, CA 94103
Rob Stern, 484-2339
EMAIL99039
Matt Mitguard, 484-2335
EMAIL2333
Sherry Nikzat, 484-9984
EMAIL99103
Doug Frazier, 484-2338
EMAIL99173
U.S. EPA
75 Hawthorne Street
San Francisco, CA 94103
Chris Weden, 484-2291
EMAIL99026
U.S. EPA
75 Hawthorne Street
San Francisco, CA 941 03
William Lewis, 484-2292
EMAIL99086
U.S. EPA - (T-4-8)
75 Hawthorne Street
San Francisco, CA 94103
Doug Frazier, 484-2338
EMAIL99173
U.S. EPA - (T-4-8)
75 Hawthorne Street
San Francisco, CA 94103
Judy Walker, 484-2334
EMAIL
U.S. EPA - (T-4-8)
75 Hawthorne Street
San Francisco, CA 94103
Terry Stumph, 484-1522
EMAIL9957
U.S. EPA-(P-3)
75 Hawthorne Street
San Francisco, CA 94103
Reaion 10
Joanne LaBaw, 399-2594
EMAIL9069
U.S. EPA
1200 6th Street
Seattle, WA 98101
Joanne LaBaw, 399-2594
EMAIL9069
U.S. EPA
1200 6th Street
Seattle, WA 98101
William Longston, 399-1196
EMAIL
U.S. EPA
1200 6th Street
Seattle, WA 98101
Chris Field, 399-
EMAIL
U.S. EPA
1200 6th Street
Seattle, WA 98101
John Osborn, 399-21 1 1
EMAIL
U.S. EPA
1200 6th Street
Seattle, WA 98101
Mike Slater, 399-0455
EMAIL
U.S. EPA
1200 6th Street
Seattle, WA 98101
Gerald Muth, 399-0370
EMAIL
U.S. EPA
1200 6th Street
Seattle, WA 98101

-------
 information can be used  to develop  cost estimates
 based on historical experience at similar sites in the
 same geographical region.

       The database, which is currently available in
 each regional office, is particularly useful in providing
 actual costs of remedial actions for comparison since
 the data are based on actual historical experience at
 sites ratherthan cost estimates. The database, however,
 is currently limited to costs at 52 sites.  This finite
 number of sites may provide only a limited sample of
 costs for any specific technology and any specific
 region.  This limitation will decrease in significance as
 more sites are added to the database.

 Work Assignment Resources Planning (WARP)

       WARP is a menu-driven application program
 that calculates the total estimated cost of a work
 assignment based on estimated resource data entered
 by the user and generates detailed costs reports. The
 program  is also capable  of estimating the  cost of
 individual amendments to a work assignment.  The
 WARP  program calculates contract costs using
 algorithms based on contractual terms and conditions
 of a cost plus award fee contract.  The program  can be
 used to  calculate costs for work assignments under
 contracts which use level-of-effort hours categorized
 by standard professional and technical  levels.

       The user supplies input data through a series of
 data entry screens.  Data are required  for each team
 member on the contract which includes pricing data
 consisting of hourly rates for each  labor category, fees,
 overhead, and  general  and administrative (G &  A)
 costs. For each work assignment and defined task, the
 user enters estimated resources required, broken out by
 labor hours for each labor category and other direct
 costs detailed by travel,  postage, telephone, supplies,
 reproduction, reports, computer, mobile lab, materials
 and supplies, and subcontract pool. Based on these
 data, the program computes costs including calculation
 of the base and award fees for each team member and
 the prime contractor's  fee for managing  the work
 performed by the subcontractors. The user can conduct
 evaluations of alternative cost scenarios by changing
 data inputs related to labor hour distributions or other
 direct cost estimates.

      The  program generates several different cost
 reports by work assignment, by amendment, and by
contractor or subcontractor. The reports provide labor
breakdown tables by task and labor category, and cost
estimate breakdown tables by task and cost category.
In addition, the WARP program generates the Optional
Form 60 reports which are required with the submission
of contract pricing proposals for work assignments.
The  cost information can  also be downloaded and
imported into a LOTUS spreadsheet.

       The WARP program  provides a reliable cost
database,  incorporating actual  contractor  and
subcontractor labor, overhead, and G & A rates as well
as fees. From th is cost data, the program al lows the user
to qu ickly develop labor breakdown tables and detailed
cost estimates and to generate the Optional Form-60.
The program is user friendly and does not require the
user  to know the  intricacies  of cost estimating.  The
WARP program, however,  is  only applicable to those
contracts that have the same indirect cost rate structure.
Use of the program for contracts with a different rate
structure requires  modification of the program using
algebra and fee adjustments.
       The  most important thing  to  remember in
developing work assignment or task order budgets is
that the government is responsible for evaluating the
reasonableness of contractor's cost estimates and actual
cost expenditures. This requires the contract monitor to
develop an independent government cost estimate in
enough detail to identify areas of unnecessary costs and
inefficiencies. The budgetdevelopmenttools described
inthisarticle can provide valuable assistance infulfilling
this responsibility.

-------
     CORAS   BULLETIN   BOARD
                    Hazardous Site Control Division

The Hazardous Site Control Division has an iniative underway to prepare guidance on the
development of cost estimates for remedial design.  The guideline will provide information on
estimating labor hours for designs that range from simple to complex for several different categories
of remedies. The document will also include guidelines for estimating other direct costs typically
associated with remedial design. The guidance, while covering design cost estimating, is to be a
comprehensive  document that will encompass all other facets of scoping remedial design,
including: the collection of pre-design technical information; the development of a remedial
management strategy and schedule; and, the preparation of a design statement of work. The first
draft of the guidance should be available in the Fall.
 If you are interested in receiving back issues of the CORAS Bulletin, please call Jalania Ellis,
 FTS 475-8533.

 For any changes to the "Key Regional Personnel in Superfund Contract Management" chart please notify
 Jalania Ellis, FTS 475-8533.
                We want your feedback!

 If you have future articles for the CORAS Bulletin, please submit them to:
                       Jalania Ellis
                       OS-240
                       US EPA
                       401 M Street, S.W.
                       Washington, DC 20460
                                   9 .

-------
X-/EPA
United States
Environmental Protection
Agency OS-230
Vyashington DC 20460
Official Business
Penalty for Private Use
$300
First-Class Mail
Postage and Fees Paid
EPA
Permit No. G-35

-------