UnitM Star* Environmental Proti wEPA Report of Audit REVIEW OF TWO SIGNIFICANT REMOVAL ACTIONS IN REGION 5 AUDIT REPORT NUMBER E1SHD9-05-0019-9100493 SEPTEMBER 29, 1989 ------- TABLE OF CONTENTS PAGE SCOPE AND OBJECTIVES 1 SUMMARY OF FINDINGS 2 ACTION REQUIRED 6 BACKGROUND 7 FINDINGS AND RECOMMENDATIONS 1. AWARDING THE PROPER TYPE OF SITE SPECIFIC CONTRACT WILL HELP THE REGION ACHIEVE EFFICIENT REMOVALS 10 2. ADEQUATE SEARCH FOR POTENTIAL RESPONSIBLE PARTIES WILL BENEFIT COST RECOVERY EFFORTS ... 22 i 3. ASBESTOS TRAINING FOR SUPERFUND EMPLOYEES WILL HELP ENSURE WORKER SAFETY 36 APPENDICES 1. DAYTON TIRE AND RUBBER - SITE DESCRIPTION AND BACKGROUND 43 2. CAM-OR SITE - SITE DESCRIPTION AND BACKGROUND . 46 3. REGIONAL ADMINISTRATOR REPLY TO OIG DRAFT REPORT 49 4. DISTRIBUTION 55 ------- UNITED STATES ENVIRONMENTAL PROTECTION AGENCY OFFICE OF INSPECTOR GENERAL NORTHERN DIVISION 1O W. JACKSON BLVD.. 4TH FLOOR CHICAGO. ILLINOIS 6O6O4 OFFICE OF AUDIT OFFICE OF INVESTIGATION 312/393-2486 312/393-2907 September 29, 1989 MEMORANDUM SUBJECT: Audit Report No. E1SHD9-05-0019-9100493 Report on Review of Two Significant Removal Actions in Region 5 FROM: Anthony C. Carrolloj?_//0*1 * Divisional Inspector General for Audits Northern Division TO: Valdas V. Adamkus Regional Administrator SCOPE AND OBJECTIVES We have completed an audit of Region 5's management of two significant removal actions. Our objective was to evaluate the Region's effectiveness and efficiency in managing removal actions at these two sites. Specifically we determined whether: 1. Sites were properly evaluated and classified as removals in accordance with guidelines set forth in the Agency's National Contingency Plan. 2. Immediate removal was the most effective and efficient option at the time and mitigated site hazards. 3. Actions were taken in accordance with Agency policy and procedures. 4. Responsible parties were identified and appropriately pursued to share in the cost of the cleanup. 5. Environmental and worker protection laws were adhered to during removal actions. We selected significant removal actions at Dayton Tire and Rubber near Dayton, Ohio, and Cam-Or near Westlake, Indiana, because they represent recent significant removals initiated after the Superfund Amendments and Reauthorization Act of 1986. Each site has cleanup costs of more than $2 million with cleanup activities ------- lasting more than 12 months. The issues in this report are based upon our review of these two removal actions and do not reflect upon the overall adequacy of Region 5's removal program. We performed the audit in accordance with the "Government Auditing Standards" (1988 Revision) issued by the Comptroller General of the United States. We conducted our field work from October 15, 1988 to May 15, 1989. After we completed our fieldwork, Regional officials provided us additional information which we have included in our draft report. To accomplish our objectives, we reviewed documents covering activities at these two sites from the time immediate removal actions began at each site to the completion of our fieldwork. We reviewed Regional, state, and local agency records for each site to determine if removal activities were administered in accordance with Agency guidance. We also discussed site activities with Regional, state and local officials. We also visited both locations to observe removal activities. Significant instances of non-compliance with internal administrative controls including applicable guidance are summarized below and .detailed later in this report. No other issues came to our attention which we believed were significant enough to warrant expanding the scope of this audit. SUMMARY OF FINDINGS Our review disclosed three findings in the Region's Superfund program. These findings concern three important areas of the Superfund program which are to: — Cleanup Superfund sites in a cost effective manner. — Obtain reimbursement from parties responsible for creating or contributing hazardous wastes to these sites. Ensure cleanups comply with other environmental laws and that worker safety procedures are followed. The appendices of this report describe the hazardous conditions at each site and a brief chronology of events. At each site, as the first two appendices describe, Regional Superfund personnel acted appropriately (1) to properly evaluate and classify the sites as removal actions, (2) in choosing a removal action as an effective option and (3) in mitigating immediate site hazards. As a result of our report. Region 5 has taken actions to strengthen its removal program. We discussed our findings and recommendations with Region 5 and Regional Counsel officials. Their comments and actions in response to our findings, dated September 26, 1989, are discussed in the body of this report. ------- Also, their formal comments to our draft report are attached as Appendix 3 to this report. Their actions, if properly implemented, will substantially correct the deficiencies found during our review. We recommend that the Regional Administrator ensure that the planned corrective actions are completed. We also recommend that, in his written response to this report, he provide us with details of the actions completed and the milestone dates for completion of actions in process. The following summarizes the three issues in our report. FINDING NO. 1 - Awarding The Proper Type Of Site Specific Contract Will Help The Region Achieve Efficient Removals Agency contracting officials awarded a $2 million site-specific contract with provisions which were inadequate to complete cleanup of hazardous wastes at the Dayton Tire and Rubber site. Consequently, cleanup of hazardous wastes was not completed under the site-specific contract because contract provisions limited the amount of hazardous wastes that could be removed. For example, one Agency review reported that the low quantity of asbestos to be removed, as provided for in the contract, forced the On Scene Coordinator (OSC) to make impractical decisions in order to stay within contract limitations. The actual amount of asbestos far exceeded the amount specified in the contract. In addition, as a result of contract limitations, Regional Superfund officials could not determine if the site specific-contract achieved its goal of being cost effective. This condition occurred primarily because the Region's initial contamination studies did not support the type of contract awarded by Headquarters contracting officials. These studies did not show the full extent of contamination because the site was unusual in size and complexity. Despite the studies limitations, Headquarters contracting officials awarded a firm fixed price contract with provisions limiting the wastes that could be removed. As a result, cleanup of hazardous wastes were not completed under this contract when Regional personnel found additional wastes needing removal. Our review also showed that after awarding the site-specific contract, Regional employees permitted the cleanup contractor to perform a more detailed extent of contamination study to accurately assess the amount of cleanup required. However, as explained in this finding, using the cleanup contractor for this purpose is contrary to other Agency directives which were issued to prevent potential conflicts of interest. We discussed this issue with Regional Superfund officials. They explained that their use of a site-specific contract represented their initial effort to comply with a Headquarters request to use ------- site-specific contracts. They agreed its use was not satisfactory because their initial extent of contamination studies did not support the award of a firm fixed price contract to the cleanup contractor. These officials also explained that an OSC presented Region 5's difficulties in using a site-specific contract to a national meeting of the Agency's On-Scene Coordinators. Officials also explained they have not made greater use of site-specific contracts because Superfund sites meeting the criteria for site-specific contracts have not been available. Officials advised us, however/ that they are currently planning to use site-specific contracts on two other significant removal actions. In reply to our draft report recommendations, the Region agreed that Superfund personnel will follow the Agency's April 1989 directive for using site-specific contracts. This includes a review each quarter for possible site-specific contracting candidates during the Region's update of the removal Superfund Comprehensive Accomplishments Plan. Superfund officials will also work closely with contracting officials to ensure that the proper type of site-specific contract is awarded and that an appropriate degree of contract flexibility is maintained. Personnel will also use EPA employees or a contractor, other than the cleanup contractor, to prepare a detailed extent of contamination study prior to preparing a statement of work and awarding the contract. FINDING NO. 2 - Adequate Search For Potential Responsible Parties Will Benefit Cost Recovery Efforts A Region 5 contractor did not perform an efficient and timely search for potentially responsible parties (PRPs), responsible for PCB1 contaminated oil at Cam-Or. This condition occurred primarily because the contractor copied Cam-Or records that were not necessary for identifying PRPs. In May 1987, the contractor began a project, lasting about a- year, to photocopy 200 boxes of Cam-Or's records. In May 1988, after the contractor had received about $100,000 of Agency funds for this project, Regional employees determined that the photocopies would not identify PRPs. Consequently/ the contractor did not use Agency funds efficiently and its inadequate PRP search delayed the Region's effort to obtain reimbursement of over $2 million in cleanup costs. In December 1988, Regional attorneys finally acquired the necessary data from the contractor and promptly sent information request letters to 172 companies to determine responsibility for hazardous wastes at Cam-Or. At the time we completed our fieldwork in May 1989, Regional Counsel and Regional Superfund 'PCB refers to polychlorinated biphenyls 4 ------- personnel had not followed up with 77 companies who had not responded to the Region's letters. Regional Counsel advised us they intend to send follow up letters to non-responders. We also found that the Region's ability to determine the adequacy of contractor PRP searches, like the PRP search at Cam-Or, is hindered because the Agency's National Enforcement Investigations Center (NEIC) suspended a program to audit Regional contractors performing PRP searches. For this program, NEIC used a contractor who was experienced in performing PRP searches. Although Regions can still request NEIC's contractor to perform audits, Regional attorneys were not aware of this service. We advised Regional Counsel's Chief of the Solid Waste and Emergency Response Branch of NEIC audits. He believes audits of Region 5 contractors performing PRP searches can be useful and will inform Regional attorneys. In addition, our review shows Regional Counsel should provide NEIC officials certain information regarding NEIC's contractor. Region 5 had previously used NEIC's contractor to perform a PRP search for another Superfund cleanup. Regional Counsel advised us that NEIC's contractor performed poorly. This information should be provided to NEIC officials so they can ensure their contractor's performance is satisfactory. We discussed these issues with Regional personnel who agreed that the PRP search at Cam-Or was not as efficient or as timely as the search should have been. In response to our draft report recommendations, the Regional Administrator agreed (1) to require Superfund employees to maintain early and continuous contact with Regional contractors so contractors fully understand the type and detail of information required for their PRP searches; (2) that it is proper to send follow-up administrative orders to companies that did not respond to the Region's initial information request letter; (3) to send letters to companies for whom an alternate address was found; and (4) to forward to NEIC, where appropriate, the information required to audit the work of contractors who perform unsatisfactory PRP searches. FINDING NO.3 — Asbestos Training For Superfund Employees Will Help Ensure Worker Safety An EPA Region 5 subcontractor did not conduct a major asbestos removal project at Dayton Tire and Rubber in accordance with regulations promulgated by the Occupational Safety and Health Administration (OSHA) for asbestos removal. This condition occurred because the contractor did not adhere to OSHA regulations. In addition, the Regional On-Scene Coordinator (OSC) did not have sufficient knowledge of asbestos worker protection rules to allow him to determine the need for the contractor to follow OSHA worker protection rules. Consequently, ------- the workers' risk of inhaling asbestos fibers increased when the contractor violated OSHA worker protection rules by not properly enclosing the work area and not ensuring employees followed proper decontamination procedures. Medical studies of asbestos- related diseases, such as asbestosis, lung cancer, mesothelioma, and other cancers, have revealed that the primary exposure route is inhalation of asbestos fibers. A 1987 survey of Regional offices by Headquarter Superfund officials shows the need for Superfund employees to be aware of asbestos regulations. This survey report stated there were over 50 asbestos Superfund sites of concern nationwide. The hazards at these sites included friable asbestos insulation materials, industrial processing wastes, asbestos-laden fill material, mine tailings and unpaved roadways of asbestos bearing serpentine. As a result, Headquarter Superfund officials have established an asbestos workgroup to assist Regions when confronted with asbestos hazards at Superfund sites. We discussed this issue with Regional Superfund officials who explained that during our review they initiated steps to train OSCs in proper asbestos removal procedures. In addition, the OSHA violations at Dayton Tire and Rubber have been corrected. These actions are appropriate since Regional Superfund officials anticipate friable asbestos will be a problem in the future because they are increasingly cleaning improperly closed old industrial buildings that will likely contain asbestos. In response to our draft report recommendation, the Regional Administrator agreed to require that all Regional On-Scene Coordinators receive training in proper asbestos removal procedures. In accordance with EPA Order 2750, the action official is required to provide this office a written response to the audit report within 90 days of the audit report date. We have no objection to the further release of this report at your discretion. Should there be any questions, please call me or Audit Manager, Robert Bronstrup. ------- Thousands of waste disposal sites in this nation are contaminated with hazardous substances which threaten the environment and population. To respond to this problem, Congress passed the Comprehensive Environmental Response, Compensation, and Liability Act of 1980, commonly known as Superfund. By executive order, the President assigned the Environmental Protection Agency (EPA) primary responsibility for administering the Superfund Program. Superfund gave EPA broad authority to respond directly to releases or threatened releases of hazardous substances, pollutants, or contaminants that might endanger public health or the environment. Congress established a 5-year $1.6 billion Hazardous Substance Response Trust Fund program, financed with a tax on crude oil and certain chemicals. Superfund also enabled EPA to recover cleanup costs from those parties responsible for the problem, including property owners, waste generators, and waste transporters. In October 1986, Congress enacted the Superfund Amendments and Reauthorization Act (SARA) of 1986. SARA, among other things, — Reauthorized the program for 5 years; — Increased the size of the Trust Fund to $8.5 billion; — Stressed permanent remedies and treatment or recycling technologies for cleaning up hazardous waste sites; — Set specific cleanup goals and standards; and — Provided new enforcement authorities (or tools) allowing EPA to ensure that those responsible for hazardous waste problems pay for their cleanup. There are two basic types of Superfund-financed cleanups: removal actions and remedial actions. Remedial actions are long-term efforts to mitigate or permanently eliminate conditions at hazardous waste sites. Removal actions were historically limited to short term responses to immediate and significant threats at any hazardous waste site but were not necessarily final solutions. Experience has demonstrated, however, that not all actions classified as removals will be equally urgent. For example, situations involving fire/explosion or imminent, catastrophic contamination of a reservoir may require more prompt and expeditious attention than certain drum removals or cleanups of surface impoundments. EPA's National Contingency Plan (NCP), which contains EPA's policies and procedures for implementing Superfund, broadened authorities and provided removal response personnel with more latitude to abate general threats in the Agency's removal ------- program. Agency Superfund directives state that the Agency's On Scene Coordinators (OSCs) may initiate a removal action in response to a threat of release of hazardous substances and may also undertake actions previously categorized as initial remedial measures. The directives define three categories of removals: * Classic Emergencies - Those actions where the release requires that on-site activities be initiated within hours of the lead agency's determination that a removal action is appropriate. Time-Critical - Those removals where, based on the site evaluation, the lead agency determines that a removal action is appropriate and that there is a period of less than six months available before on-site activities must be initiated. * Non-Time-Critical - Those removals where, based on the site evaluation, the lead agency determines that a removal action is appropriate and that there is a planning period of more than six months available before on-site activities must begin. The principal statutory limitation on removals is that those activities not continue after the expenditure of $2 million or twelve months has elapsed from the initiation of response unless certain criteria are met. SARA permits continued response action if such action is otherwise appropriate and consistent with the remedial action to be taken. In addition, all removal actions, to the extent practicable, must contribute to the efficient performance of long-term remedial actions. The primary purpose of this requirement is to improve the efficiency of removal actions by requiring response personnel to consider the long-term cleanup plan before selecting a removal action. A successful removal program is important to addressing Congress' repeated concerns that the Agency cleanup Superfund sites in an efficient and effective manner. For example, the Committee on Appropriations stated in its FT 1989 appropriation report that first consideration must be given to actions which reduce risks at Superfund sites - before the Agency performs extensive studies under the remedial program. The Committee also encouraged the Agency to take full advantage of its waiver authority to undertake removals exceeding $2,000,000 in situations where early control actions are appropriate and cost effective. A May 1989 report1 by the Senate Subcommittee on Superfund, Ocean and Water Protection expressed a similar opinion. This report explained that using removal contractors to accomplish cleanup Cleaning Up The Nation's Cleanup Program (Senate Subcommittee On Superfund, Ocean and Water Protection, May 1989) 8 ------- work before long term studies are completed is a promising way to accomplish cleanups. This report added that, in these circumstances, the cleanup should be in a manner that is completely consistent with the standards and requirements that must be applied through the traditional remedial process. In June 1989, EPA completed A Management Review of the Superfund Program. The objective of this review was to (1) identify problems with the Superfund program, (2) the approaches the Agency should follow to resolve problems, and (3) administrative opportunities for increasing the pace, number, quality, and cost effectiveness of cleanup actions the Agency is taking at Superfund. This review announced a new long term strategy for Superfund. The review explains that little in the strategy is literally "new," since most of the principles have begun to drive the program in recent years. The strategy contains elements to: — Control acute threats immediately. — Schedule incremental steps to cleanup sites over time, expending scarce resources first on problems posing the most serious risks to public health. — Carefully monitor and maintain sites over the long term. — Emphasize enforcement to induce private party cleanup. — Improve efficiency of program operations. At the time we began our review, Region 5 had 24 removals, of which 9 had expenditures exceeding $2 million. In FT 1989, Region 5 officials allocated $16,000,000 for removal projects. Significant removals can cost significantly more than the $2,000,000 statutory limit. For example, expected cleanup costs at Dayton Tire and Rubber and Cam-Or are estimated to be $5,496,086 and $4,222,000, respectively. These cleanup costs include expenditures for the cleanup contractor, security guards, transportation and disposal of hazardous wastes, Region 5's Technical Assistance Team, and other intramural costs. ------- FINDINGS AND RECOMMENDATIONS FINDING NO. 1 - Awarding The Proper Type Of Site Specific Contract Will Help The lion Achieve Efficient: Agency contracting officials awarded a $2 million site-specific contract which was inadequate to cleanup hazardous wastes at the Dayton Tire and Rubber site. Consequently, cleanup of hazardous wastes was not completed under the site-specific contract because contract provisions limited the amount of hazardous wastes that could be removed. For example, one Agency review reported that the low quantity of asbestos to be removed, as provided for in the contract, forced the On Scene Coordinator (OSC) to make impractical decisions in order to stay within contract limitations. The actual amount of asbestos far exceeded the amount specified in the contract. In addition, as a result of contract limitations, Regional Superfund officials could not determine if the site-specific contract achieved its goal of being cost effective. This condition occurred primarily because the Region's initial contamination studies did not support the type of contract awarded by Headquarters contracting officials. These studies did not show the full extent of contamination because the site was unusual in size and complexity. Despite the studies' limita- tions, Headquarters contracting officials competitively awarded a firm fixed price contract with provisions limiting the wastes that could be removed. As a result, cleanup of hazardous wastes were not completed under this contract when Regional personnel found additional wastes needing removal. Cleanup will be completed using a more expensive emergency type of contract. Our review also showed that after awarding the site-specific contract, Regional employees permitted the cleanup contractor to perform a more detailed extent of contamination study to accurately assess the amount of cleanup required. However, as explained in this finding, using the cleanup contractor for this purpose is contrary to other Agency directives which were issued to prevent potential conflicts of interest. Agency Policy Is To Perform Cleanups In A Cost Effective Manner Agency policy explains that response actions should cleanup hazardous wastes in a cost effective manner. In recent years, the Agency has initiated steps to make removal cleanups more cost efficient in order to ensure the efficient use of public monies. In prior years the Agency relied on four large zone contracts, known as the Emergency Response Cleanup Service (ERGS) contracts, to respond to all removals, regardless of the degree of urgency associated with any particular removal. The ERCS contracts were 10 ------- originally intended as relatively "on call" contracts for responses to classical emergencies and other urgent environmental situations. Agency experience showed, however, that the ERGS contract strategy did not result in good competition and that contractor cost rates were expensive because contractors were "on call" to respond to classic emergencies. An OIG review1 of ERGS also identified deficiencies in a number of areas, including competition, subcontractor price reasonableness, and monitoring by contracting officers. Accordingly, continued use of ERGS could not assure the Agency of cost effective responses to site cleanups, particularly those cleanups which were not classic emergencies. In 1987, in response to these deficiencies, Headquarters contracting officials initiated a policy to use smaller regional and site-specific contracts to increase competition. They believed that through the process of increased competition, the Agency would achieve more cost effective removals of non- emergency cleanups. According to the Agency's Director of Procurement and Contracts, the Agency could award contracts on a site-specific basis where the Agency has four to nine months to study a site, develop a work scope, and conduct a competitive procurement. Through this process of increased competition, the Agency intended to achieve more cost effective removals. An April 1989, Agency directive stated that a key component of the removal response strategy is site-specific contracting. In this directive, the Agency's Director of the Office of Emergency and Remedial Response (OERR) instructed all Regional Superfund Directors to make greater use of site-specific contracts because they promote competition and are cost effective. The directive stated that in FY 1988 the Agency made no use of site-specific contracting and in FY 1987 only 4 of 256 removals started by the Agency used site-specific contracting. He also provided additional instructions to the Regions on when to use site- specific contracts. Site-Specific Contract Chosen For Davton Tire and Rubber In April 1987, Region 5 and Headquarter Superfund officials selected Dayton Tire and Rubber, as one of their pilot projects to use a site-specific contract. The Dayton Tire and Rubber removal was not a classic emergency and was of sufficient size and duration, in the Region's opinion, to use a site-specific 1 "EPA's Planning, Negotiation, Awarding and Administering of Emergency Response Cleanup Services Contracts" (E5E26-05-0101- 61508, September 23, 1986). 11 ------- contract. Regional Superfund and Headquarters contracting officials believed that because the site was not a classic emergency, they had sufficient time to prepare and award a site- specific contract. Accordingly, Regional Superfund and Headquarters contracting employees took the steps necessary to prepare and award a site- specific contract. Agency Superfund directives for removals explain that a key to effective cost management is accurate cost projections prior to the start-up of a response action. Accurate cost projections are, in part, determined by the extent of contamination at the site. Accordingly, in preparing a cost effective site-specific contract, contracting personnel need to recognize the limitations in an extent of contamination study so they can award the proper type of contract. At Dayton Tire and Rubber, the OSC assisted by the Technical Assistance Team (TAT), performed an initial extent of contami- nation study which Regional employees used to prepare the Statement of Work (SOW) in the site-specific contract. This study had a limited scope and did not fully characterize the site which was of unusual size. Areas such as the amount of asbestos needing removal or encapsulation; the floor area needing PCB decontamination; and the quantity and makeup of waste liquids and sludges in buried railroad tank cars, storage tanks, mixing vats and 55-galIon drums were assessed only to a limited degree. The TAT, in a January 1988 report, recognized that the study was limited in scope and recommended: Prior to initiation of a removal action at Dayton Tire Company, a study/project planning phase should be conducted to develop a comprehensive work plan and accurate estimate of cost. Because of the complexity of the removal work required to mitigate the hazards posed at the site and the expansiveness of the facility, it is imperative that specific factors are identified and closely investigated. Without careful consideration of these factors, an accurate work plan cannot be fully developed. In order for contracting officials to award a firm fixed price contract, this initial study needed to be comprehensive and accurate because it would be used in preparing the SOW for the contract. An SOW specifies the contractor's obligations under the work assignment in terms of (1) work that must be performed, (2) results that must be achieved, and (3) a schedule that must be met. Specifications for each of the three terms were included in the contract. In November 1987, however, contracting officials awarded a firm fixed price contract for about $2 million with specifications based upon the Region's limited assessments of contamination at the site. Contracting officials decided to award a firm fixed 12 ------- price contract because this contract type places upon the contractor maximum risk and full responsibility for all costs and resulting profit or loss. A firm fixed price contract (1) provides maximum incentive for the contractor to control costs and perform effectively and (2) imposes a minimum administrative burden upon the contracting parties. In awarding the contract, the Headquarter contracting officer believed the extent of contamination study met Federal Acquisition Regulations (FAR) requirements for firm fixed prices. The FAR explains a firm fixed price contract is suitable for acquiring commercial services on the basis of reasonably definite functional or detailed specifications. Accordingly, based upon Region 5's initial extent of contamination study, the contract terms stated specific cleanup services to be furnished and included quantities of hazardous material to be cleaned up, including amounts of PCB contaminated oils, transformers, metal bands, soil, concrete, water, and scrap; removal or encapsulation of asbestos; decontamination of building surfaces; storage facilities for dioxin; and underground pipe cleaning. Our review shows that the initial contamination study made by Region 5 was insufficient for the contracting officer, located in Headquarters, to award a firm fixed price/indefinite-quantity contract. If a contracting officer is to award this type of contract, he must meet the requirements of 48 CFR 15.504 which states that the "...minimum quantity must be more than a nominal quantity, but it should not exceed the amount that the Government is fairly certain to order..." and "...the maximum quantity should be realistic and based on the most current information available..." Our review showed, however, that several contract minimum and maximum quantities were not even reasonably close to the quantities of hazardous wastes which had to be cleaned up. Items such as the amount of asbestos to be removed, the amount of hazardous debris needing disposal, and the concentration of PCBs in the soil were underestimated. The contracting officer could not have been certain of minimum quantities and the maximum quantities of hazardous wastes to be cleaned up as stated in the contract because he included a requirement in the contract that the contractor perform an extent of contamination study for dioxins, FCBs, asbestos, and other organic and inorganic contaminants. Accordingly, the contracting officer was aware that the site was not fully characterized and maximum and minimum quantities could not be determined at the time he awarded the contract. Therefore, the contracting officer should have known that he did not have enough information to set minimum and maximum quantities for a firm fixed price contract. 13 ------- We discussed this issue with Regional Superfund officials who explained that they had informed the contracting officer that the extent of contamination figures in their initial contamination study were preliminary and additional work needed to be done in order to completely characterize the site. They believed that the contracting officer should have provided a more flexible contracting mechanism instead of awarding a firm fixed price contract. Problems Encountered With The Site Specific Contract Our review of progress reports and other Regional records show that the contractor did not complete cleanup activities under the site-specific contract because the actual extent of contamination at the site far exceeded initial estimates as described in the limited extent of contamination study. For example, an OSC report summarized certain problems with the site-specific contract: Under the site-specific contract, maximum and minimum limitations were established; however, because of the large size of the site and extensive quantities of contaminated material, these limits were difficult to define. Consequently, some areas of the contract were not as precise as they might have been for contracts on smaller sites. .. .Line Item B.3 allowed for the disposal of soils contaminated to a concentration of up to 500 ppra PCBs. Thus, when soils with concentrations of PCBs in the 1000 ppm range were excavated, they could not be disposed of under the contract and were staged on site for disposal under ERCS. We discussed this issue with the OSC who explained that ambiguities, like the above, made his work more difficult. Since line items and the SOW are part of the contract, these differences lead to ambiguities in the contract and problems with interpretation of work required. The ambiguities made his work more difficult because he had to resolve the issues with contractor officials, the Regional Contracting Officer, and Project Officer. As a result of difficulties with the site-specific contract, the OSC requested the TAT to identify additional problems with the site-specific contract process and present solutions for future site-specific contracts. On September 30, 1988, the TAT issued a report describing the difficulties with the site specific contract. We discussed these difficulties with a TAT representative who reiterated that the SOW in the site-specific contract was not specific and did not include a complete and thorough site characterization of contamination actually present. 14 ------- This deficiency was significant because the SOW served as the contractor's guideline for removal actions. The following are examples of the problems the TAT found: 1. The SOW did not specify PCB concentrations. The contractor estimated in the Technical Proposal that PCB concentrations would be less then 35 ppm and proposed'to dispose of PCB contaminated soil for $160.93/cubic yard. The contractor subsequently discovered PCB concentrations greater than 35 ppm after site work began and Regional contracting personnel had to modify the contract to increase the price for removal and disposal of PCB contaminated soil from Wolf Creek from $160.93/cubic yard to $230.19/cubic yard. 2. The SOW called for removal and disposal of a maximum of 40 cubic yards of friable asbestos. A much greater amount of friable asbestos existed at the site. This difference was the result of lack of consideration in the original SOW of the need to remove hanging asbestos that could not be encapsulated. The TAT representative explained that the OSC did not prepare accurate estimates of material for disposal for the SOW because he did not have an accurate extent of contamination study. In addition to the inaccurate amounts of asbestos and the concentration of PCBs, the TAT representative explained the amount of other hazardous debris needing disposal was underestimated in the initial extent of contamination study. Consequently, this line item had to be increased through a contract modification from 100 cubic yards to 450 cubic yards which caused a delay of about one month in cleaning up other hazardous debris. The problems with asbestos removal provisions in the site specific contract were also recognized by an Agency Environmental Response Team (ERT). The ERT provides technical support to the Regions for several type of activities including (1) extent of contamination studies, and (2) engineering assistance and analytical support. An ERT report prepared in February 1988, identified the difficulty with the low estimate of asbestos removal in the site specific contract. The report explained that the low estimate of asbestos removal forced the OSC to make impractical decisions (what and where to remove) in order to stay within the contract limitation. The ERT report concluded a better estimate should have been made after extensive sampling and analysis was completed by the contractor. Cleanup Actions Not Completed Under Site Specific Contract These deficiencies, according to the OSC and other Regional Superfund officials, contributed to the incomplete cleanup of 15 ------- Dayton Tire and Rubber at the termination date of the site specific contract on April 2, 1988. The site-specific cleanup activities which were not completed included: — Loose asbestos hanging from pipes; PCB contamination exceeding 500 ppm in the surrounding soil (EPA's standard for PCBs in soil is 10 ppm). Incomplete decontamination of building surfaces. Incomplete removal and disposal of hazardous liquids and sludges. — No underground pipe cleaning. As a result, on April 4, 1988, Regional Superfund officials issued a delivery order to its ERGS contractor for the remaining cleanup. The Region's use of ERGS was due to the hazardous wastes remaining at the site which were not provided for in the site-specific contract. These wastes, however, posed a threat to the nearby population and to the environment. These additional cleanup activities will cost about $1.3 million. A September 13, 1988 memorandum from the Regional Administrator to the Agency's Assistant Administrator for Solid Waste and Emergency Response explained the specific additional cleanup activity which required additional funds: Removal of an additional 400 cubic yards of asbestos. Removal of 800 cubic yards of PCB contaminated soil. Decontamination of an additional 10,000 square feet of building surface. Incineration of 2,805 gallons of oil contaminated with PCBs. Flushing of an estimated 540 linear feet of underground drain pipe to remove PCB contamination. The memorandum stated an immediate risk to the public health and environment remained because the friable asbestos could be easily released through thousands of broken windows, constituting an immediate risk to the nearby residential population. In addition, the memorandum explained that high concentrations of PCBs remained in 800 cubic yards of soil and posed an immediate risk to the public health and the environment because PCBs were still capable of migrating to a nearby creek. At the time we concluded our review on May 15, 1989, the OSC estimated that almost all site work will be completed by August 8, 1989. 16 ------- Additional Extent Of Contamination Study Bv Cleanup Contractor Contrary To Agency Directive Our review also showed, that in the site specific contract, Regional Superfund personnel requested the cleanup contractor to perform a more detailed extent of contamination study at Dayton Tire and Rubber. This study was to supplement the initial extent of contamination estimates made by Regional personnel. OSWER Directive 9360.0-03B, however, does not allow the cleanup contractor to perform pre cleanup activities such as extent of contamination studies, preliminary assessments, and broad planning activities. The directive does not allow the cleanup contractor to perform these activities in order "....to avoid a potential conflict of interest or even the appearance of a conflict of interest." To avoid having the cleanup contractor perform these precleanup activities, which determine the cleanup actions required at a Superfund site, the directive recommends that the ERT and/or TAT be contacted to perform precleanup activities. Appropriately, regional contracts contain clauses to implement this Agency directive. For example, the site-specific contract for Dayton Tire and Rubber stated: If the contractor, under the terms of this contract, or through the performance of work pursuant to this contract, is required to develop specifications or statements of work and such specifications or statements of work are incorporated into a solicitation, the contractor shall be ineligible to perform the work described in that solicitation as a prime contractor under an ensuing EPA contract. Therefore, Regional personnel are to perform these types of activities with assistance of the TAT, ERT or an independent contractor. We discussed this issue with Regional Superfund officials who explained that their policy is not to have the cleanup contractor perform an extent of contamination study. Normally, the Region has two mechanisms for implementing extent of contamination studies, TAT special projects and the Emergency Response Team's contract. Regional officials explained that at Dayton Tire, however, they were required by circumstances to violate this policy. For example, the TAT contract was used for the initial evaluation of the site which led to underestimating the work required as described in this finding. Officials recognized that very substantial additional extent of contamination work was required, that this work would have to be done under unusually 17 ------- difficult conditions inside a very large, complex and dark building with no power, and that it was far beyond the normal capacity of either of the available contracts. Officials explained they had two option: (1) to consecutively award two separate contracts, the first to complete the extent of contamination study and the second to perform the actual removal. This process would have required 12 to 18 months; or (2) combine the extent of contamination study with the cleanup contract. The building cleanup portion of the Dayton Tire project was handled as a non-time critical project because the work did not have to be done within six months but there was still a compelling time factor involved. Regional officials explained during the initial emergency action to control the discharge of PCB oils to the creek, most of the roof drains on the building were plugged to intercept further discharges from the roof. This meant that, during the winter, ice and snow would accumulate on the flat roof more than normal. The roof had been weakened by lack of maintenance and by age. A portion of it had already partially collapsed. A heavy snow load could have easily caused a general collapse of the roof which wold have greatly complicated the removal. It was imperative that the removal start before the winter season. We agree that the conditions at Dayton Tire and Rubber were unusual which required many samples in order to accurately assess the extent of contamination at the site. In cleanups of other sites, Regional Superfund officials should ensure that the cleanup contractor does not perform the extent of contamination study. A Recent Agency Directive Provides Additional Instructions For Using Site Specific Contracts Although Region 5 encountered problems with the site-specific contract at Dayton Tire and Rubber, site specific contracting represents a major Agency initiative to make Superfund removals more cost effective. The April 1989 OSWER directive to the Agency's Regional Superfund Directors provided additional directions on the use of site-specific contracts for removal actions. The directive listed several factors for deciding whether or not to use a site specific contract: 1. Lead time — Generally a site-specific contract will take about four months to complete. About 15 to 20 percent of removal actions, including most of those involving an alternative technology, have a sufficient planning horizon or will last long enough so that some portion of the work can be done through a site specific contract. 18 ------- 2. Cost — Actions costing over $2 million should generally have some component of the work that is done on a site specific basis. 3. Complexity — Actions, or parts of large actions, that are relatively straightforward and uncomplicated, are the best candidates for site-specific contracting. Since site- specific contracting requires being able to write a clear statement of work, unusual or poorly defined situations should be handled through the ERCS mechanisms. 4. Management — Site-specific contract preparation and management will require contracting officer assistance and a small amount of program effort beyond what an ERCS action would require. Consequently, the projected dollar savings should outweigh the extra staff time that must be invested. This determination should be made in consultation with the appropriate contracting officer, who should always be in on major contracting choices in non-emergency situations. To use these criteria, the directive advised Regional Superfund officials to work with their contracting officer to decide the best contracting approach and: give serious consideration each quarter to possible site- specific contracting candidates during the update of the removal Superfund Comprehensive Accomplishments Plan. Except in very unusual circumstances, any removal where an Engineering Evaluation/Cost Analysis is necessary should be done through a site-specific contract. - obtain contracting officer assistance to determine projected dollar savings because site-specific contract preparation and management will require assistance and a small amount of time beyond what an ERCS action would require. The directive also suggested Regional Superfund officials obtain the support of the ERT and of the Agency's Response Engineering and Analytical Contract employees to provide support in developing the statement of work for a site-specific contract. The Directive concluded that "...many good opportunities for site-specific contracting are being overlooked. In each of these cases, we could be saving valuable funds, as well as ERCS capacity, that could be used for other removal actions." We discussed the use of site-specific contracts with Regional Superfund officials. The site-specific contract at Dayton Tire and Rubber represented one of their two initial projects that used site-specific contracts. They said another site-specific contract was used more successfully at American Steel Drum in Bedford Park, Ohio, because the site was easier to characterize 19 ------- and to perform a removal action. They also explained that an OSC presented Region 5's difficulties in using a site-specific contract at Dayton Tire and Rubber to a national OSC meeting. In addition, the Regional Superfund officials could not ascertain that the use of a site-specific contract at the Dayton Tire site was cost effective. One supervisory official stated that, in his opinion, the site-specific contract did not reduce the need for contract supervision. He also believed it reduced the OSC's ability to respond to changing site conditions by introducing contract related limitations that are not present under a more flexible ERGS contract. The site-specific contract led to some less than optimal decisions by the OSC. For example, when the OSC discovered additional PCB and asbestos contamination, he tried to address only the heaviest contaminated areas because removal amounts were limited in the contract. Under ERCS, the OSC could have expanded the contract and addressed the additional contaminated areas more quickly and efficiently. Regional officials further explained they have not made greater use of site-specific contracts because Superfund sites meeting the criteria for site-specific contracts have not been available. The Supervisor of Region 5's Emergency Response Branch (ERB) explained that a site-specific contract will be used where the cleanup work is well defined in an SOW and where the work is significant enough to warrant a site-specific contract. Regional Superfund officials also advised us they are currently planning to use site-specific contracts at two new sites. Activities at one site will begin in October 1989 and the other in the Spring 1990. Conclusions Region 5's use of a site-specific contract at Dayton Tire and Rubber was not completely effective because the Region's initial contamination study did not support a firm fixed price contract. As a result, the site specific contract was not adequate to completely cleanup wastes at the site. Headquarters Superfund and Contracting officials believe that site specific contracts are a key component of the Agency's removal response strategy. Use of site specific contracts in accordance with the Agency's April 1989 directive is therefore needed for the Agency to determine the success of site-specific contracts. Accordingly, Regional Superfund officials need to work closely with contracting officials to ensure the proper type of contract is awarded. They also need to ensure the extent of contamination study is performed by EPA employees or a contractor other than the cleanup contractor. 20 ------- The actions planned by the Region to continue the use of site- specific contracts are appropriate. Regional Superfund officials should follow the instructions in the Agency's April 1989 directive for using site-specific contracts. Draft Report Recommendations We recommended that the Regional Administrator take appropriate action to require: 1. Superfund officials to follow the Agency's April 1989 directive regarding the use of site-specific contracts. This includes a review each quarter for possible site- specific contracting candidates during the update of the removal Superfund Comprehensive Accomplishments Plan. Superfund officials should work closely with contracting officials to ensure that the proper type of site-specific contract is awarded and that an appropriate degree of contract flexibility is maintained. 2. EPA employees or a contractor, other than the cleanup contractor, to prepare a detailed extent of contamination study prior to preparing a statement of work and awarding the contract. Regional Reply To Draft OIG Report Recommendations In reply to our draft report, the Regional Superfund officials agreed with our finding and stated they will take appropriate action to implement our recommendations. Regarding our first recommendation, officials explained that in awarding the proper type of site specific contract, they will maintain an appropriate degree of contract flexibility. Regarding our second recommendation, Regional officials explained this recommendation will apply to all sites, not only sites where site specific contracts are used. Auditor Comments The Region's implementation of the recommendations will further strengthen the Region's removal program. Recommendation We recommended the Regional Administrator take appropriate steps to ensure Regional officials initiate and complete the specific actions that are necessary to implement each recommendation. We request the Regional Administrator provide us the documentation to support the completion of each action. 21 ------- FINDING NO. 2 — Arfagnaite Search Fog Potential Coat Recovery Efforts A Region 5 contractor did not perform an efficient and timely search for potentially responsible parties (PRPs), who were responsible for PCS1 contaminated oil at Cam-Or. This condition occurred primarily because the contractor copied Cam-Or records that were not necessary for identifying PRPs. In May 1987, the contractor began a project, lasting about a year, to photocopy 200 boxes of Cam-Or's records. In May 1988, after the contractor had received about $100,000 of Agency funds for this project, Regional employees determined that the photocopies would not identify PRPs. Consequently, the contractor did not use Agency funds efficiently and its inadequate PRP search delayed the Region's effort to obtain reimbursement of over $2 million in cleanup costs for over one year. In June 1988, when additional funding became available, Regional employees requested the contractor to perform a new search which resulted in a PRP report. In December 1988, Regional attorneys finally acquired this data from the contractor and sent information request letters to 172 companies to determine responsibility for hazardous wastes at Cam-Or. At the time we completed our fieldwork in May 1989, Regional Counsel and Regional Superfund personnel had not followed up with 77 companies who had not responded to the Region's letters. Regional Counsel advised us they are sending follow up letters to non-responders and to those whose response was inadequate. We also found that the Region's ability to determine the adequacy of contractor PRP searches, like the PRP search at Cam-Or, is hindered because the Agency's National Enforcement Investigations Center (NEIC) suspended a program to audit Regional contractors performing PRP searches. For this program, NEIC used a contractor who was experienced in performing PRP searches. Although Regions can still request NEIC's contractor to perform audits, Regional attorneys were not aware of this service. We advised Regional Counsel's Chief of the Solid Waste and Emergency Response Branch of this service. He believes audits of Region 5 contractors performing PRP searches can be useful and will inform Regional attorneys. In addition, our review shows Regional Counsel should provide NEIC officials certain information regarding NEIC's contractor. Region 5 had previously used NEIC's contractor to perform a PRP search for another Superfund cleanup. Regional Counsel advised us that NEIC's contractor performed poorly. This information should be provided to NEIC officials for their consideration. *PCB refers to polychlorinated biphenyls 22 ------- Aoencv Policy Emphasizes Early PRP Searches Current Superfund directives, in accordance with SARA, explain that an important Agency objective is to begin a PRP search early in the Superfund cleanup process. Early identification of PRPs supports EPA's policy to secure cleanups by PRPs in lieu of using Superfund. To accomplish this objective of identifying PRPs early, EPA issued a "Potentially Responsible Party (PRP) Search Manual" in May 1987 to EPA personnel and contractors for conducting PRP searches. EPA's PRP Search Manual provides detailed descriptions of different tasks performed in PRP searches. The Manual explains that, when contractors perform PRP searches for the Agency, early and continuous communication with EPA personnel involved with the site is required. The contractor must be aware of: The types of PRPs possibly involved with the site (owners, operators, generators, transporters); EPA's specific needs to support case development, such as identifying only certain types of PRPs; Information already available so as not to repeat previous efforts. A clear understanding of the type and detail of information required for each search will allow the contractor to perform the PRP search in an efficient and timely manner. Contractors perform many PRP searches for EPA. A recent Senate report2 explains that since enactment of SARA, EPA has used contractors for most of its PRP searches. Accordingly, proper oversight of contractors performing PRP searches is important to early identification of PRPs. The sooner PRPs are identified and notified about their potential responsibility, the more time they will have to organize themselves to participate in cleanup activities. Our review of PRP searches for the two removals covered by our audit showed that the search for PRPs at Dayton Tire and Rubber was initiated by Region 5 in a timely and efficient manner. At Dayton Tire and Rubber, Regional Superfund personnel issued an Administrative Order to the owner on April 28, 1987, less than one month after discovering the site. 2 Cleanup Up The Nation's Cleanup Program (Senate Subcommittee On Superfund, Ocean and Water Protection, May 1989) 23 ------- The following section describes a contractor's PRP search for Cam-Or which was neither timely nor efficient. A timely and efficient search for PRPs was important because, in contrast to Dayton Tire and Rubber, the owner of Cam-Or was not a financially viable owner for purposes of issuing an Administrative Order. Contractor Search for PRPs at Cam-Or Included Copying Many Unnecessary Documents The PRP search for Cam-Or shows that an EPA contractor did not perform a timely and efficient PRP search. In April 1987, Regional Superfund personnel awarded a contract for $23,850 to a contractor to conduct a PRP search and compile records to identify PRPs for Cam-Or. This project would support cost recovery action for cleanup expenses incurred by EPA at the site. Regional EPA officials initially estimated that 50 boxes of pertinent company records needed photocopying. The contract stated, however, that the estimated level of effort for the PRP search was tentative because company records had not yet been received. Accordingly, the contractor would review the documents and advise EPA of any recommended revisions to the estimated level of effort. In May 1987, Regional personnel directed the contractor to begin performing the several tasks necessary to identify the generators, transporters, owners, and operators to support cost recovery efforts, including taking possession of company documents in accordance with an EPA demand letter to the company owner. Regional employees recognized the importance of completing the work quickly and requested the contractor to provide a final report by July 31, 1987. Our review of the contractor's Monthly Work Assignment Status Reports, however, showed several problems with the search from the beginning of the project which eventually delayed completion of the PRP search report until September 1988. Among the most serious problems occurred at the start of the project when contractor employees discovered company records greatly exceeding initial EPA estimates. The contractor submitted a revised cost estimate on May 29, 1987 for about $100,000 which stated: "The actual conditions encountered are significantly different from those that were outlined in the U.S. EPA Technical Statement of Work." The revised cost estimate explained the contractor had identified 109 boxes of pertinent site records and 40 additional boxes of cancelled checks. The primary EPA employee in contact with the contractor advised the contractor that the Agency wanted copies of all checks and site records bringing the total number of boxes that needed copying to 149. This total far exceeded EPA's initial estimate of 50 boxes in the contractor's Statement of Work, which was the basis of the contractors original work plan effort with an 24 ------- estimated cost of $23,850. The contractor's revised estimate stated the contractor would not continue the project until EPA approved additional funds. We asked Regional officials about the necessity of photo copying 149 boxes of documents. Regional officials explained that initially it was determined that all companies taking waste oil to the site should be investigated. Consequently, the contractor was directed to copy all documents which showed any transaction of waste oil with Cam-Or. The contractor, in consultation with EPA, also decided that if a document had more than one PRP name it would show up on its own document (if a ledger book contained six PRP names, then six copies of the same page would be made). The following table summarizes the progress of the contractor's work and outstanding issues through November 1988 when Region 5 accepted the contractor's draft report as final. 25 ------- PROGRESS OF CAM-PR PRP SEARCH Date 05/31/87 07/31/87 10/31/87 12/31/87 04/30/88 05/31/88 08/31/88 11/31/88 Percent Of Project Completed 10 25 35 45 45 60 100 Contractor's Outstanding Issues Technical scope of work has been expanded. Amendment to Work Assignment is required before work can proceed. The photocopying of site records cannot resume until approval of the revised cost estimate by EPA is received. A delay of about 3 months is anticipated which will require extension of the dates. (Note: Photocopying of documents resumed on August 31, 1987, when EPA approved additional funds). Photocopying of files is expected to continue into December 1987. Sorting and organizing document copies is expected to take several months. As a result, deliverable dates will have to be extended. The copying effort has been completed. Sorting and organizing document copies is expected to take several months. The sorting and filing task has been suspended because funds were depleted. No further action will be taken until more funds are allocated. (Note: EPA personnel reviewed photocopies and decided too much time and money would be needed to sort documents). Of the 200 boxes in storage, about 100 contain usable material. The size of the work assignment is much larger than originally anticipated. (Note: Regional Counsel advised OIG that none of the boxes contained useable material). A draft PRP report was prepared. The draft report has been accepted as a final report. 26 ------- BOXES OF PHOTOCOPIES OF CAM-OR RECORDS IN A WAREHOUSE EPA paid the contractor about $100,000 for photocopies which could not be used to identify responsible parties. 27 ------- The Regional attorney currently responsible for Cam-Or advised us that in February 1988, Regional Superfund employees informed him that the contractor's search had stopped because the contractor spent all allotted funds without generating a report. Regional Superfund employees advised the attorney that the contractor had copied about 200 boxes of documents, but had succeeded in sorting only about 10 boxes of documents before funds were exhausted. The Regional attorney advised us that, in February 1988, he contacted NEIC officials to see if they could help with the PRP search. NEIC officials advised him that they would not take on an assignment of sorting hundreds of boxes of documents. Therefore, the case remained at a standstill for several months. Our discussions with Regional Superfund employees showed that in May 1988, they concluded that much of the contractor's photocopying effort over the prior year was unnecessary because the photocopies would not identify PRPs contributing PCB- contaminated oil to the site. The contractor's effort is summarized in the September 1988 draft Potentially Responsible Party Search report: Temporary laborers were hired to photocopy the 167 boxes of material. Multiple copies of sheets were made if they contained more than one company's name. After five months were spent copying documents, the copies totaled approximately 200 boxes due to the multiple copies that were made. It was decided that the documents which had been copied did not contain information which would name PRPs contributing PCBs, the contaminate of concern to the site, without exhaustive work being performed. It was decided that Cam- Or, Inc. documents should be examined again to find evidence which would link companies to PCB-contaminated oil. The attorney currently responsible for Cam-Or said that in consultation with NEIC, he requested a new PRP search. Funds to commence a new search were not available until the end of June 1988. From June 27, 1988 to July 1, 1988, EPA and contractor employees searched again through Cam-Or records. By July 1, 1988, they had reduced the pertinent documents to about thirteen boxes of documents. The contractor then used these records to prepare his draft report. In September 1988, the contractor submitted to Regional Superfund personnel a draft PRP report for Cam-Or. The draft report identified parties which may have sold PCB-contaminated waste to Cam-Or, Inc. for re-refining or disposal. Regional employees accepted the draft report as final in November 1988. 28 ------- We discussed this issue with Regional personnel who agreed that the PRP search at Cam-Or was not as efficient or as timely as the search should have been. Officials explained the contractor misdirected its activities. This resulted in a great deal of ineffective activity and substantially delayed the completion of the PRP search. One factor in this situation was inadequate field supervision of the contractor's activities. A Regional cost recovery supervisor also explained that employees in the responsible party and cost recovery units have an average of 40 sites assigned to each employee. Accordingly, the time they have to monitor each site is limited. He also advised us that Regional employees in contact with the contractor, at the time the PRP search contract was first awarded, were new and also were unsure of the information needed to identify PRPs. These employees prepared a work assignment for the contractor which did not adequately specify that records were needed to identify companies contributing PCB-contaminated oil to the site. Although this contractor had sent representatives to a brief Agency PRP training course, a Regional employee who assisted with this project explained the contractor did not have an experienced employee in charge of the assignment. This also contributed to the initial inefficient search for PRPs. At the start of the second PRP search in June 1988, the Regional attorney visited the site where records were and explained to the contractor and his employees what specific records were needed for a PRP report. Regional officials added that, during May 1987, when this action was initiated, the Region had a separate enforcement section which was responsible for both removal and remedial enforcement. The Agency's primary representative on the site, the OSC, came from the Removal Section and did not have direct responsibility for the PRP search. OSCs, at this time, routinely conducted small scale PRP searches to identify obvious PRPs, such as owners, operators and large generators, but did not conduct detailed PRP searches where many generators and a great deal of effort were involved. As a result, the OSC did not provide detailed supervision of the contractor's field activities and the Enforcement Section did not have the presence in the field to do so. During April 1988, the Region reorganized and placed full responsibility for removal enforcement in the Emergency and Enforcement Removal Branch so that OSCs are now responsible for all enforcement activities on a site. Regional officials believe this has improved the level of on-site supervision of enforcement contractor activities. 29 ------- Not All PRPs Have Responded To Region 5's Information Requests We also reviewed Regional Counsel records to determine the current status of the PRP search for Cam-Or. They advised us that because of the difficulties with the contractor's work, they did not send information requests to PRPs for Cam-Or until December 28, 1988. On that date, a Region 5 attorney sent information request letters to 172 potential PRPs. Each letter required a response within 30 days of receipt of the letter. At the time we completed our fieldwork in May 1989, Region 5 had received only 95 responses for review. Our review shows Region 5 has a tracking system to monitor the status of information request letters like those which were sent to potential PRPs for Cam-Or. This system addresses a concern in the May 1989 Senate subcommittee report (See page 22 of this report) which recommended Regional offices when using information request letters to obtain additional information about potential PRPs, develop tracking systems to assure effective follow-up of information requests. The report explains that such tracking systems will enhance Agency cost recovery efforts. Region 5 employees have used their tracking system to monitor the' status of responses. At the time we completed our field work in May 1989, a tracking system printout showed 77 potential PRPs, which included several major corporations, had not responded to Region 5's initial information request letters. Our review of Region 5's tracking report shows, of the 77 non-responders, 32 had either moved with no forwarding address or the envelope was returned indicating EPA had an insufficient address for the potential PRP. The remaining 45 potential PRPs accepting the letter either failed to respond or respond adequately. In addition, of the nine companies that applied for and received a time extension to respond, seven failed to meet their extended deadlines. Regional officials can take enforcement actions against companies who do not respond to information request letters. Information request letters for Cam-Or advised potential PRPs that a response to the letter was mandatory within 30 days of receipt. Failure to respond or to adequately justify such failure to respond could result in enforcement action. EPA can seek up to $25,000 for each day of non-compliance under Section 3008 of RCRA or $25,000 for each day of continued non-compliance under Section 104(e)(5) of CERCLA. The letters further added that non-compliance is considered not only failure to respond but failure to respond completely and truthfully. Fake, fictitious, or fraudulent statements are subject to criminal penalties up to $10,000 or up to five years imprisonment or both under 18 U.S.C.1001. 30 ------- In addition, the Agency's A Management Review of The Superfund Program (June 1989) has also emphasized the importance of information requests to (1) identify PRPs, and (2) obtain site specific information. The study states the Agency will provide for use of administrative orders and judicial referrals to compel answers to information requests. The Assistant Regional Counsel advised us that while the statute does not require it, Headquarters, the regions, and U.S. Department of Justice (DOJ) require that three information requests (one initial letter plus two follow-ups) must be sent to a PRP before a lawsuit is filed for not responding or responding untruthfully. Furthermore, a lawsuit will not be filed in all cases. A decision must be made concerning (1) what information might be obtained pursuant to a lawsuit, (2) financial viability of a PRP in collecting a penalty for non-compliance, and (3) time available to both regional and DOJ attorneys to file such suits. The Assistant Regional Counsel also explained that EPA may serve a subpoena to obtain the needed information. We discussed this issue with the appropriate Regional attorney who explained he is following-up on potential PRPs not responding to his initial information request. The attorney stated he will give potential PRPs five days in which to respond. If they do not respond, he intends to send second follow-up letters. He also advised us that Regional Counsel plans to issue a unilateral Administrative Order to potential PRPs in September 1989. If there are problems with obtaining adequate information after two follow-up letters have been sent, an assessment will be made to see if it is appropriate to file lawsuits for non-compliance with the requests, or possibly to subpoena the needed information. The responsible attorney further advised us that the statute of limitations for recovery of costs at the site will not run out before December 1990. Regional Counsel may also seek a waiver so that EPA can complete the cleanup of the site, in which case the statute of limitations would not run out until December 1993. He also explained that, where appropriate, he would initiate the appropriate enforcement action against non-responders. These planned actions are appropriate. In addition, we discussed the status of the non-responders with Regional Counsel and Superfund officials. They advised us that the Region has a Responsible Party Unit which handles letters that are returned to EPA. Personnel from the Region's Responsible Party Unit advised us, however, they are not aware of the 32 non-responders in which the company had either moved with no forwarding address or the envelope was returned indicating EPA had an insufficient address for the PRP. After we issued our draft report, representatives from Regional Counsel and the Responsible Party Unit coordinated to determine what additional action, if any, could be taken with 31 ------- these 32 companies. As a result, they found alternate addresses for 10 companies and have sent information request letters to these companies. Audits of PRP Contractors Would Ensure That Searches Are Adequate We also discussed with Regional personnel their concerns with other contractors that performed other PRP searches. This is an important subject because the May 1989 report by the Senate Subcommittee on Superfund, Ocean And Water Protection reported that EPA used contractors for most of its PRP searches. Thus the importance of conducting PRP searches in a timely and efficient manner enhances the Agency's cost recovery efforts. In December 1988, Regional Counsel advised us of other errors in another contractor's work to assist in the identification of responsible parties at another Superfund site. A quality assurance review of this contractor's PRP search disclosed: Of 94,000 transactions entered by the contractor into a database, over 7,000 were duplications. Weight ticket numbers were not all accounted for by the contractor. Regional Counsel believed the missing tickets are expected to have a dramatic effect upon PRP ranking because tickets bearing generator or hauler names usually represent a transaction of a substantially larger dollar amount than other simple cash transactions. Regional Counsel found no explanation for why generator and hauler tickets were consistently omitted from the database by the contractor. Our review shows this contractor was used by NEIC in a program to conduct audits of other contractors performing PRP searches. NEIC's purpose in conducting these audits was to assist regions in assessing the quality of contractor-performed PRP searches. Audit results were provided to the regions to encourage internal evaluation and site-specific follow-up. Audit results were also provided to the Office of Waste Programs Enforcement (OWPE) for use in a national program evaluation of the PRP search process. In February 1989, an employee of NEIC's contractor advised his Regional contracting staff that audits of PRP searches would be discontinued until EPA issued a revised PRP Search Guidance Manual. He explained, however, that NEIC in the interim could perform PRP audits for the Regions on a request basis. The contracting official requested the Regional contract staff inform Regional attorneys of NEIC's service. A Regional supervisory attorney advised us that neither he nor other attorneys were aware that NEIC's contractor could still audit PRP searches on a request basis. He believed such audits 32 ------- would be useful and intends to inform Regional Superfund attorneys of NEIC's service. We believe this action is appropriate and should help ensure that Regional contractor PRP searches are timely and efficient. However, Regional Counsel should forward information to NEIC officials regarding NEIC's contractor poor performance. NEIC officials could use this information to help ensure their contractor's performance is satisfactory. Conclusions Region 5 Superfund officials needed to ensure that the work assignment was specific enough for the contractor to perform an efficient and timely search. They should also have ensured the contractor placed an experienced employee in charge of the PRP search. In the future, if less experienced contractor employees are responsible for a PRP search, Regional Superfund officials should provide closer oversight. A PRP search is an essential, early step in the Agency's enforcement process. Early identification of PRPs supports EPA policy to secure cleanup by PRPs whenever possible. When a contractor is conducting a PRP search, early and continuous communication with EPA personnel involved with the site is required. A clear understanding of the type and detail of information required will permit the contractor to perform the PRP search in an effective and timely manner. After the PRP search is completed, vigorous enforcement of information requests sent to PRPs serves several purposes. First, it allows EPA to obtain information that is useful for establishing liability cases, and helpful as well to PRPs in generating acceptable settlement offers. Second, enforcement of information requests provides an opportunity for the government to pursue recalcitrants at an early stage. An early enforcement action also encourages recalcitrants to participate in negotiations. In addition, PRPs are more willing to settle when they are assured that other parties are not escaping participation by simply ignoring Agency information requests. Regional attorneys should request audits of contractors performing PRP searches when appropriate. In addition, Region 5 should forward to NEIC the information regarding their deficiencies with NEIC's contractor performing audits of PRP contractors. This will assist NEIC in determining whether its contractor is performing adequate audits. Draft Report Recommendations We recommended that the Regional Administrator take appropriate action to: 33 ------- 1. Require Superfund employees to maintain early and . continuous contact with Regional contractors so contractors fully understand the type and detail of information required of their PRP searches. This should include ensuring the contractor places an experienced employee in charge of the project. If a contractor places a relatively inexperienced employee in charge of a PRP search, Regional employees should maintain closer oversight of the contractor's work and provide training. 2. Formally request that Regional Counsel send follow-up letters to companies that did not respond to the Region's initial information request letter for Cam-Or. After two additional follow-up letters are sent appropriate enforcement action, where feasible, should be taken against non-responders. 3. Formally request that employees of the Regional Counsel and the Responsible Party Unit coordinate to determine what additional action, if any, can be taken on information requests sent to 32 potential PRPs for Cam-Or, who did not respond either because the potential PRP had moved with no forwarding address or because EPA had an insufficient address. 4. Formally request that Regional Counsel use NEIC services to audit contractors performing PRP searches. Regional Counsel should also forward to NEIC the information regarding the contractor that NEIC uses to perform audits of other contractors performing PRP searches. Regional Reply To Draft QIC Report Recommendations In reply to our draft report, Regional officials agreed with our finding. The following describes the actions they plan to take or have taken to implement our recommendations. 1. Superfund employees will maintain early and continuous contact with Regional contractors so that contractors will fully understand the type and detail of information required in their PRP searches. The Region will maintain closer oversight of inexperienced contractors and provide training to them. 2. We agree that it is proper to send follow-up 104(e) letters. On September 19, 1989, a CERCLA Section 106 unilateral Administrative Order was mailed to seventeen parties identified in the PRP Report. Also, quite a number of PRPs have been identified, in addition to those being named in the order, who are potential sources of cost reimbursement to EPA for the money already spent on the first phase of the removal at Cam-Or. However, we are 34 ------- waiting to issue notice and/or demand letters until we have gathered more information from those who are being sent follow-up 104(e) letters. The follow-up letters will be sent very soon. We are also planning on referring this recovery of the money already spent by the Agency, in the first quarter of Fiscal Year 1990, which will be after the issuance of the CERCLA Section 106 order to complete the Cam-Or cleanup is resolved. 3. The NEIC contractor has already sent 104(e) letters to those for whom an alternate address was found. Unfortunately, forwarding addresses were not found for most of those where the company was either out of business or had moved. There is still a question about the possibility of tracking down a couple of PRPs and this is being worked on. 4. We agree to forward to NEIC, where appropriate, the information required to audit the work of contractors who perform unsatisfactory PRP searches. Auditor Comments The Region's intent to implement recommendations Number 1 and 4 will strengthen the Region's overall cost recovery efforts. The actions taken and planned to implement recommendations 2 and 3 will enhance cost recovery efforts against those parties responsible for hazardous wastes at Cam-Or. Recommendation We recommended the Regional Administrator take appropriate steps to ensure Regional officials initiate and complete the specific actions that are necessary to implement recommendations 1 and 4. He should also ensure that planned actions in recommendations 2 and 3 are completed. We request the Regional Administrator provide us the documentation to support the completion of each action. 35 ------- FINDING NO. 3 - Asbestos Training For Superfund Employees Will Help Ensure Worker Safety An EPA Region 5 subcontractor did not conduct a major asbestos removal project at Dayton Tire and Rubber in accordance with regulations promulgated by the Occupational Safety and Health Administration (OSHA) for asbestos removal. This condition occurred because the contractor did not adhere to OSHA regulations. In addition, the Regional On-Scene Coordinator (OSC) did not have sufficient knowledge of asbestos worker protection rules to allow him to determine the need for the contractor to follow OSHA worker protection rules. Consequently, the workers' risk of inhaling asbestos fibers increased when the contractor violated OSHA worker protection rules by not properly enclosing the work area and not ensuring employees followed proper decontamination procedures. Medical studies of asbestos- related diseases, such as asbestosis, lung cancer/ mesothelioma, and other cancers, have revealed that the primary exposure route is inhalation of asbestos fibers. A 1987 survey of Regional offices by Headquarter Superfund officials shows the need for Superfund employees to be aware of asbestos regulations. This survey report stated there were over 50 asbestos Superfund sites of concern nationwide. The hazards at these sites included friable asbestos insulation materials, industrial processing wastes, asbestos-laden fill material, mine tailings and unpaved roadways of asbestos bearing serpentine. As a result, Headquarter Superfund officials have established an asbestos workgroup to assist Regions when confronted with asbestos hazards at Superfund sites. We discussed this issue with Regional Superfund officials who explained that during our review they initiated steps to train OSCs in proper asbestos removal procedures. In addition, the OSHA violations at Dayton Tire and Rubber have been corrected. These actions are appropriate since Regional Superfund officials anticipate friable asbestos will be a problem in the future because they are increasingly cleaning improperly closed old industrial buildings that will likely contain asbestos. EPA Policy Recognizes Worker Safety At Hazardous Waste Sites Section 126 of SARA, and section 300.38 of the NCP, explain that response actions at Superfund sites are subject to all applicable Federal and State occupational safety and health laws. Federal regulations issued by OSHA form the basis for the safety and health protection of workers involved in hazardous substance response activities. 36 ------- Specifically, OSHA has issued the "Hazardous Waste Operations and Emergency Response Final Rule" (29 CFR 1910, March 6, 1989) which sets forth the Federal requirements for safety and health programs. OSHA has also issued "Safety and Health Regulations for Construction" (29 CFR 1926) which sets forth the Federal requirements for construction workers removing or encapsulating materials containing asbestos. OSHA regulations require that employers, like the Region 5 subcontractor performing asbestos removal work at Dayton Tire and Rubber, shall: Establish "negative - pressure enclosures" before commencing asbestos removal, demolition, and-removal operations. Ensure asbestos contaminated work clothing must be removed in change rooms and placed and stored in closed, labeled containers which prevent dispersion of the asbestos into the ambient environment. Perform monitoring to determine the airborne concentrations of asbestos to which employees may be exposed. Employees must be given the chance to observe monitoring, and affected employees must be notified as soon as possible following the- employees receipt of result. Agency Superfund directives state an OSC must be cognizant of on- site health and safety activities and is responsible for monitoring Federal and contractor compliance with EPA and site safety requirements and applicable Federal and State laws and regulations. If an OSC discovers an infraction of safety requirements, the OSC may call in OSHA or State inspectors to review practices to ensure compliance. Agency Superfund directives also state that because response activities associated with each specific incident are unique, standard procedures will often have to be adapted or modified to meet the incident-specific requirements. For this reason, Agency Superfund directives require a written safety plan for each incident, which is to be distributed and posted at the Superfund site. This should be done, if possible, before removal operations begin at the site or as soon as possible thereafter. EPA has also issued guidance for Superfund personnel to follow when conducting hazardous substance response activities. For example, EPA, the National Institute of Occupational Safety and Health, OSHA, and the United States Coast Guard have jointly developed the Occupational Safety and Health Guidance Manual for Hazardous Waste Site Activities (October 1985) to provide guidance for developing site-specific health and safety plans. 37 ------- Our review showed that' Region 5's contractor prepared a safety plan in December 1987 for removal work at Dayton Tire and Rubber. This safety plan described the site hazards, personnel protection to be used, air monitoring programs, general safety rules, decontamination procedures and emergency plans. The contract and safety plan called for compliance with all applicable EPA and OSHA recommended guidelines and regulations for asbestos abatement work. Significant Amount Of Asbestos Found At Dayton Tire and Rubber The volume of asbestos at Dayton Tire and Rubber was significant as described in Regional records. Regional Superfund employees further believed the large amounts of loose and friable asbestos could be blown off-site through broken windows and open doorways. A report by the cleanup contractor described the asbestos contamination at the site. Asbestos contamination is widespread at the Dayton Tire & Rubber facility. Significant amounts of asbestos containing material (ACM), were found [See page 39 for photograph]. The study showed that the first floor of almost every major • building area has some type of ACM. Although the vast majority of this ACM consists of pipe and boiler insulation, other ACM at the site includes floor tiles, ventilation duct insulation, and transite-type cooling-tower baffles. At some locations, the ACM shows extensive deterioration due to age, water damage (caused by roof leaks or other sources), temperature extremes in the unheated buildings, or intentional disturbance by unauthorized trespassers. Most of the deteriorated material is friable. Floor debris was usually found under deteriorated or friable ACM. The deteriorated and friable materials have the potential for release of significant amounts of airborne asbestos fibers under certain conditions, (e.g., dry windy weather or any type of disturbance). The OSC believed that the contractor was not following OSHA approved procedures for asbestos removal as described in the contractor's Technical Proposal. The Technical Proposal was part of the site specific contract. He explained that although he had numerous meetings with the contractor, the OSC could not obtain the contractor's cooperation in following the Technical Proposal. Accordingly, in December 1987, he requested the assistance of the Region's Technical Assistance Team (TAT) in evaluating the asbestos removal practices of the asbestos contractor, including potential safety issues. 38 ------- ASBESTOS CONTAMINATION AT DAYTON TIRE AND RUBBER Asbestos debris on floor inside a building 39 ------- In January 1988, a member of .- :n 5's TAT inspected asbestos removal activities at Dayton r. - and Rubber to determine compliance with applicable ast.-^-os removal regulations. In a February 1, 1988 report to Region 5's Chief, Emergency Response Section, the TAT inspector found numerous violations, including: Considerable amounts of asbestos debris handled without any use of water to wet the material. Windows, doorways, and adjacent areas were not isolated from the work area by means of plastic isolation barriers. The decontamination area fell short of basic requirements requiring an equipment room, shower area, and clean room for workers to enter and exit. Showers were not established at the decontamination area, nor was equipment such as respirators decontaminated, as evidenced by contaminated equipment observed in the employee locker room. Employees were observed wearing contaminated clothing home. 90% cr the contractor's employees using respirators were using them improperly. The inspector concluded that the absence of total containment in areas of more widespread .contamination, could only result in the contamination of adjacent areas of the facility. In a February 19, 1988 letter to Region 5, an official of the asbestos contractor explained that construction of a total containment system was not possible because only small work areas and limited amounts of asbestos were designated for cleanup. In addition, the contractor believed the condition of the building prevented a total containment system as outlined in the safety plan. OHSA Inspection Finds Violations On February 23, 1988, an OSHA inspector inspected asbestos removal activities at Dayton Tire and Rubber as the result of an anonymous complaint. The OSHA inspector reported several serious violations. A February 23, 1988 notice to Region 5's asbestos contractor found: The contractor did not establish proper enclosures where feasible before commencing removal, demolition and renovation operations. The contractor did not ensure employees followed proper decontamination area entry procedures. 40 ------- The contractor did not properly notify employees of the results of monitoring representing the employee's exposure. In addition/ records of employee exposure measurements were incomplete. As a result of the citation, the asbestos contractor subsequently took steps to construct an adequate decontamination area and agreed to comply with enclosure and other worker protection requirements. We discussed this incident with Regional Superfund personnel who explained that neither the OSC nor the TAT employee had adequate training regarding either OSHA or EPA regulations covering asbestos abatement projects. This lack of training was also recognized by the OSHA inspector. In a February 2, 1988 memo, the Regional OSC stated the OSHA inspector believed the OSC was not properly trained to oversee asbestos removal. As a result, the OSC had difficulty recognizing the contractor's improper removal procedures. During the course of our review, Region 5 acted to ensure OSCs receive training in proper asbestos removal. At the time we completed our review, one OSC has completed an EPA approved training course in all aspects of asbestos abatement. Also, in March 1989, Regional OSCs received introductory asbestos training including (1) EPA and OSHA regulations pertaining to asbestos, (2) medical surveillance, (3) personal protective equipment (4) proper asbestos removal and disposal procedures, and (5) common contractor errors in removing waste. These actions by Region 5 should better ensure that asbestos removals at Superfund sites are performed properly. Conclusion EPA's policy requires that for all Superfund financed response actions, all Federal, State and contractor personnel involved are required to comply with applicable Federal, State and local occupational safety and health laws. Although OSCs are directly responsible for their own staff, OSCs must be cognizant of on- site health and safety activities. Asbestos is a problem which may increase in significance as response actions continue to clean up improperly closed industries. Region 5 has acted appropriately to provide OSCs with training in proper asbestos removal procedures. Regional officials should ensure all currently employed OSCs receive this training and that new OSCs also receive this training. 41 ------- Draft Report Recommendations We recommended that the Regional Administrator: 1. Establish procedures that ensure contractors follow OSHA asbestos regulations (29 CFR 1926.58) at sites where workers are performing asbestos abatement work. 2. Require that all OSCs receive training in proper asbestos removal procedures. Regional Reply To Draft OIG Report Recommendations In reply to our draft report, Regional Superfund officials agreed with our finding and explained they have initiated a program to provide asbestos training for all OSCs. Three OSCs have received a full 40 hour training course and eventually all will do so. During February 1988, all Region 5 OSCs received a special 8 hour briefing on asbestos procedures, which is not intended to replace the full 40 hour course but is sufficient to enable OSCs to recognize inadequate practices when they occur. Auditor Comments The Region's action to initiate a program to provide asbestos training for all OSCs will help ensure that asbestos removal at Superfund sites is performed properly. We believe no additional procedures are required to ensure contractors follow OSHA asbestos regulations since the Region has a procedure requiring a safety plan be prepared for each removal action. When applicable, the safety plan will call for compliance with all applicable EPA and OSHA recommended guidelines and regulations for asbestos abatement work. Recommendation We recommend the Regional Administrator take appropriate steps to ensure all OSCs receive the full 40 hour asbestos training course. We request the Regional Administrator provide us the documentation to show that all OSCs have received or are scheduled to receive this training. 42 ------- APPENDIX 1 Page 1 of 3 Dayton Tire And Rubber Site Description And Background Description The Dayton Tire and Rubber site is a 37 acre site adjacent to Wolf Creek, about 1.25 miles upstream of the Great Miami River, within the City of Dayton, Ohio. Residences and businesses are within 50 yards of the site. Dayton Tire and Rubber Company operated a tire manufacturing facility there from the early 1940's to 1980 when the owners of the plant ceased operations. In addition to manufacturing tires, Dayton Tire and Rubber also manufactured other rubber products which involved the use of solvents, waste oils and acids. Specific solvents used at the plant during its 40 years of operation included, but were not limited to, toluene, xylene, and benzene. In addition, banbury sludge, alcohols, muriatic acid, and formaldehyde were widely used throughout the facility. The Dayton Tire and Rubber site is a large building, about 1600 feet long and 800 feet wide. Portions of the building are one, two, three, and four stories in height with a basement under most of the structure. The building houses about 37 large 43 ------- APPENDIX 1 Page 2 of 3 transformers inside interior vault rooms. The majority of the transformers which have been dismantled, and burned, by copper salvagers were contained in basement vaults. Associated with the transformers are over 50 capacitors and several large oil filled switches. There were eight 12,000 gallon storage tanks in the basement, three buried railroad tank cars containing sludges, many large mixing vats, several oil pumping transfer stations, and about one hundred 55 gallon drums. The building also contained thousands of feet of 8" and 12" stream lines which are insulated with asbestos containing materials. Much of the insulation had been torn down or had deteriorated and fallen off the piping. A large network of roof and floor drains and sewers exist. A small pump station drained the area beneath and around the building. On April 3, 1987, the Ohio Environmental Protection Agency (OEPA) reported that there had been a release of up to 1,600 gallons of oil from four large transformers into Wolf Creek in Dayton, Ohio. Wolf Creek is a tributary to the Great Miami River. The transformers were at the site of the Dayton Tire Company. The area around the transformers was saturated with oil, and a slick was on the stream. The concentration of PCB in the oil was 22,900 parts per million (ppm). The OEPA hired a contractor, who boomed the stream and started to skim oil. It was clear that the response would require more than $10/000 that the OEPA was authorized to spend. Therefore, the OEPA requested assistance from the United States Environmental Protection Agency (U.S. EPA) . Removal Action Activities Within 24 hours, U.S. EPA and its contractors had responded to OEPA's request. A Region 5 contractor was able to recover about 70 drums of an PCB oil/water mixture from the stream. During this response, Regional and contract personnel determined that additional PCB oils were leaking from the Dayton Tire Site into Wolf Creek through an outfall structure from the site. To minimize the potential for additional releases, EPA contractors plugged the outfall structure with concrete and drained and stored PCB oils from other existing transformers located in the facility. At a later date, contractors removed about 200 cubic yards of PCB contaminated soils from the banks and stream bed of Wolf Creek. All of the PCB contaminated materials were stored at the Dayton Tire Site while EPA contractors further evaluated the site. EPA contractors collected and analyzed samples from vaults, switch rooms, insulation from steam piping and from other locations in the building and determined that PCB, and asbestos contamination existed in the building. 44 ------- APPENDIX 1 Page 3 of 3 Additional actions taken by Region 5 to cle-'-.r.up wastes include: Decontamination of roof areas and outside walls that were contaminated when transformers located on the roof released PCB-contaminated oil; Decontaminate interior surfaces, including, walls, floor and machinery; Removal or secure all loose asbestos; Sampling, removal and disposal of contaminated soils found on the site; Sampling of eight 12,000-gallon tanks, and disposal of material when hazardous. These actions were accomplished through a site specific contract and the ERGS contract. 45 ------- APPENDIX 2 Page 1 of 3 Cam-Or Site Description And Background Description The Cam-Or site is located in the City of Westville, Laporte County, Indiana and encompasses about 13 acres. The Cam-Or site is bordered by agricultural land to the south, with several residences directly south of the site. About 3,000 people live within a one mile radius of the facility. Beginning in 1934, Cam- Company, was a waste oi collected, stored, and linked by a network of method included adding metal contaminants and oil. The oil was then re-refined blended, and oil. Or, and its predecessor the Westville Oil 1 refinery. The refinery operation refined waste oil in 12 on-site lagoons pipes and pumps. The original treatment sulfuric acid to settle out solids and using solar evaporation to dewater the pumped to the refinery area, where it was packaged for use as a lubricant or motor Several oil spills have occurred at the Cam-Or facility. In 1978, 35,000 gallons of oil and water flowed into a ditch. Two other releases into the same ditch were reported; one of 1,000 gallons in 1980, and one of 2,500 gallons in 1983. In addition, another release occurred in August 1983, when a retaining wall 46 ------- APPENDIX 2 Page 2 of 3 failure allowed 1,000 gallons of oil to discharge onto agricultural land directly north of the site. This oil reportedly contained PCBs. In June 1984, EPA inspected Cam-Or to determine its compliance with the Toxic Substances Control Act. Samples collected from several lagoons showed levels of PCS contamination as high as 139 ppm. In January 1985, EPA filed a complaint against Cam-Or for violating the TSCA regulations for storage, machinery, record keeping, and disposal of PCBs. In addition, a civil penalty of $85,000 was proposed. A settlement was not reached with Cam-Or representatives until July 16, 1986 when Cam-Or officials entered into a consent agreement agreeing to cleanup two of the lagoons and to pay a fine of $24,000. Cam-Or failed to proceed with planned cleanup activities and began voluntary liquidation of all assets. The company ceased operation in February 1987. In February 1987, the U.S. EPA Waste Management Division was notified of the impending facility closure. Subsequently, in February 1987, the U.S. EPA Emergency Response Branch tasked the Technical Assistance Team to conduct a site investigation and assess the potential for an uncontrolled release of oil at the unmanaged facility. The following actual and potential threatening conditions were observed at the Cam-Or facility: Actual or potential exposure to hazardous substances or pollutants or contaminants by nearby populations, animals, or the food chain; Actual or potential contamination of drinking water supplies or sensitive ecosystems; Hazardous substances or pollutants or contaminants in drums, barrels, tanks, or other bulk storage containers that may pose a threat of release; and, Weather conditions that may cause hazardous substances or pollutants or contaminants to migrate or be released. Reviews showed PCB contaminated oil was in lagoons which are unlined, constructed of native sandy soil, and are not properly reinforced posing a potential for release due to dike wall failure. One such release had been documented, suggesting the possibility of a reoccurrence. Storage of oil/water in open surface impoundments, coupled with seasonal precipitation and the pending shut down of Cam-Or's water treatment system, increases the likelihood of an overflow of oil, releasing the material off- site. 47 ------- APPENDIX 2 Page 3 of 3 Removal Action Activities The Emergency Response Cleanup Service (ERCS) contractor, first mobilized personnel and equipment to the Cam-Or site on March 23, 1987. Site activities included treating 4.76 million gallons of water and excavating sludge from six lagoons and backfilling the lagoons with on-site soils, fly ash, kiln dust, and lime. Two lagoons were designated as sludge repositories: one for PCB- contaminated oil and sludge and the other for non-PCB- contaminated oil and sludge. The non-PCB-contaminated lagoon was stabilized with fill. The PCB-contaminated lagoon, which actually encompasses two lagoons, was covered with a polyethylene membrane floating cover during the second mobilization. Two additional contiguous lagoons, containing acidic sludge and having higher reliefs were also covered with the polyethylene cover. On October 6, 1988, the inspectors from Indiana's Department of Environmental Management (IDEM) during a routine inspection observed oil and water migrating off site from a lagoon and the refinery area. The IDEM immediately reported the spill to the Emergency Response Branch of the U.S. EPA. In response, the U.S. EPA mobilized its ERCS contractor to the site to mitigate the threat. The contractor began pumping water from the refinery area into on-site tanks. Absorbent pads and booms were deployed in a ditch to prevent oil from migrating downstream. Other activities during this mobilization included backfilling a lagoon, removing oil and water from atop of the floating cover and repairing holes in the floating cover. 48 ------- DATE SUBJECT: FROM: TO: SEP 26 APPENDIX 3 Page 1 of 6 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY 19gg REGION V Draft Audit Report No. E1SHD9-05-0019 Review of TV/o Significant Removal Actions in Region V Valdas V. Adamkus Regional Administrator Anthony Carrollo, Divisional Inspector General for Audits, Northern Division Thank you for the opportunity to comment on the audit findings in the subject draft audit report. We have reviewed the audit report and found it to be informative and useful. Our comments below refer to the three findings in the audit report. Finding No. 1 Awarding The Proper Type Of Site Specific Contract Will Help The Region Achieve Efficient Removals Region V concurs with this finding. As the report points out, the Dayton Tire contract was one of the Agency's first experiences with site specific contracting for removals. Region V, along with Region TV, are pioneers in this area and we have learned a great deal from our initial experiences. The type of contract awarded was fixed price which is the least flexible type of contract although, in theory, it is the most cost effective. The value of flexibility was clearly illustrated at Dayton Tire. The overall contracting strategy used on the site turned out to be quite awkward but there is very limited evidence to show that it was not cost effective. The extra costs were due to extra work that was required. The only probable inefficiency was the result of inappropriate decisions made by the OSC as a direct result of perceived inflexibility of the fixed price contract. By their nature most removal actions and most remedial actions require flexibility. Experience has shown that, even though extensive reconnaissance work has been done, conditions on sites can be quite different from what was anticipated once the work gets under way. Our experience with the other site specific contract, American Steel Drum, where an underground pool that had been filled with waste was detected only after the overlying material had been removed, is a clear example of this. A great many removal actions that have occurred in Region V have required extensive changes as they were implemented. In Region IV, where they have implemented many Records of Decision (RODs) through removal contracting mechanisms they have found that the RODs also require extensive modification. [49] EPA FORM 132M (REV 3-78) ------- APPENDIX 3 Page 2 of 6 -2- The ERCS contract, which is a time and materials contract that was competitively procured, provides a great deal of flexibility. This flexibility has been automatically applied at no administrative cost to adapt to a wide variety of conditions at a large number of sites. The value of this flexibility is perceived only when it has been removed. Recommer^ai--ir)n rag, i - Ensure Superfund officials follow the Agency's April 1989 directive regarding the use of site specific contracts. This includes a review each quarter for possible site specific contracting candidates during the update of the removal Superfund Comprehensive Accomplishments Plan. Superfund officials should work closely with contracting officials to ensure that the proper type of site specific contract is awarded. Region V agrees with this recommendation and will take appropriate action to implement it. However, we suggest that the following clause be added ". ..and that an appropriate degree of contract flexibility is maintained". Recommenria-Mnn Mm. ? - Ensure that when site specific contracts are used that EPA employees or a contractor, other than the cleanup contractor, prepares a detailed extent of contamination study prior to preparing a statement of work and awarding the contract. Region V agrees with this recommendation and will implement it. Furthermore, it applies to all sites, not only sites where site specific contracts are used. - It has been policy in Region V to avoid the use of the ERCS contract for extent of contamination studies due to the appearance of a conflict of interest. At Dayton Tire, however, we were required by circumstances to deliberately violate this policy. The Region has two mechanisms for inplementing extent of contamination studies, TAT special projects and the Emergency Response Team's contract. The TAT contract was used for the initial evaluation of the site which led to the under-estimations of the work required noted in the audit report. It was recognized that very substantial additional extent of contamination work was required, that this work would have to be done under unusually difficult conditions inside a very large, complex and dark building with no power, and that it was far beyond the normal capacity of either of the available contracts. The Region had two options: (1) To consecutively award two separate contracts, the first to complete the extent of contamination study and the second to perform the actual removal. This process would have required 12 to 18 months, (2) combine the extent of contamination study with the cleanup contract. [50] ------- -3- APPENDIX 3 Page 3 of 6 The building cleanup portion of the Dayton Tire project was handled as a non-time critical project because the work did not have to be done within six months but there was still a compelling time factor involved. During the initial emergency action to control the discharge of PCB oils to the creek, most of the roof drains on the building were plugged to intercept further discharges from the roof. This meant that, during the winter, ice and snow would accumulate on the flat roof more than normal. The roof had been weakened by lack of maintenance and by age. A portion of it had already partially collapsed. A heavy snow load could have easily caused a general collapse of the roof which would have greatly complicated the removal. It was imperative that the removal start before the winter season. The decision to combine the extent of contamination survey with the cleanup contract was forced by circumstances. Finding No. 2 Adequate Search for Potential Responsible Parties Cost Recovery Region V fully agrees with this finding. At the Cam-or (Westville Oil) site the Region made appropriate provisions for a PRP search by making a work assignment under the NEIC contract. Unfortunately the contractor misdirected its activities which resulted in a great deal of ineffective activity and substantially delayed the completion of the PRP search. One factor in this situation was inadequate field supervision of the contractor's activities. During May 1987, when this action was initiated, the Region had a separate enforcement section which was responsible for both removal and remedial enforcement. The Agency's primary representative on the site, the OSC, came from the Removal Section and did not have direct responsibility for the PRP search. OSCs at this time, routinely conducted small scale PRP searches to identify obvious PRPs such as owners, operators and large generators but did not conduct detailed PRP searches where many generators and a great deal of effort are involved. As a result the OSC did not provide detailed supervision of the contractor's field activities and the Enforcement Section did not have the presence in the field to do so. During April 1988 the Region reorganized and placed full responsibility for removal enforcement in the Emergency and Enforcement Removal Branch so that OSCs are now responsible for all enforcement activities on a site. This has improved the level of on-site supervision of enforcement contractor activities. [51] ------- APPENDIX 3 Page 4 of 6 -4- The Region agrees that the audit in general is accurate. Tire PRP search was delayed due to contractor and EPA inexperience, however, this site offered some unique problems. T3ie Region had not dealt with the oil exclusion clause in SARA before. The Region was trying to evaluate how the clause applied at the Cam-or site. Initially it was determined that all companies taking waste oil to the site should be investigated. Consequently, the contractor was directed to copy all documents which showed any transaction of waste oil with Cam-or. ine operator of the site indicated that in order to determine which companies sent PCBs to the site the lab records would have to be linked with the invoices of the in-ccming shipments of oil. A cursory review by the contractor indicated that the records were not complete and the source of PCB shipments could not be determined. The contractor, in consultation with EFA, decided that if a document had more than one PRP name it would be copied so each PRP name would show up on its own document (if a ledger book contained 6 PRP names, 6 copies of the same page would be made) . These documents were not sorted in any way. When the copying was finished the documents were to be sorted by PRP. It was estimated to take several months to complete -this task. The Region re-evaluated its position on targeting all companies sending waste oil to the site and decided that it should really be targeting PRPs who sent PCB contaminated oil to the site. In order to do this the original records would have to be reviewed to determine if there is some evidence linking PCBs to specific companies, or shipments., After a review of the originals it was determined by EPA staff that there is some evidence indicating which companies might have generated PCBs. This information was obtained from lab ledgers. The invoices of the companies identified as possibly generating PCBs were then copied and sorted by PRP. This is the information the EPA is using as the basis for the 104 (e) Information Requests. NO. i - Region V agrees with and will implement your reccmnendation that Superf und employees maintain early and continuous contact with Regional contractors so that contractors will fully understand the type and detail of information required of their PRP searches. The Region will maintain closer oversight of inexperienced contractors and provide training to them. [52] ------- APPENDIX 3 -5- Page 5 of 6 Mb. 2 - We agree that it is proper to send follow-up 104 (e) letters. On September 19, 1989, a CERCLA Section 106 unilateral Administrative Order was mailed to seventeen parties identified in the PRP Report. Therefore, the PRP Report and first round of 104(e) letters are serving their intended purpose. Also, quite a number of PRPs have been identified, in addition to those being named in the order, who are potential sources of cost reimbursement to EPA for the money already spent on the first phase of the removal at Cam-or. However, we are waiting to issue notice and/or demand letters until we have gathered more information from those who are being sent follow-up 104 (e) letters. The follow-up letters will be sent very soon. We are also planning on referring this case for the filing of a CERCLA Section 107 lawsuit, for the recovery of the money already spent by the Agency/ in the first quarter of Fiscal Year 1990 , which will be after the issuance of the CERCLA Section 106 order to complete the Cam-or cleanup is resolved. We believe that our actions have satisfied Recommendation No. 2. Reconinerirteition NO. 3 — The NEHC contractor has already sent 104 (e) letters to those for whom an alternate address was found. Unfortunately, forwarding addresses were not found for most of those where the company was either out of business or had moved. There is still a question about the possibility of tracking down a couple of PRPs and this 'is being worked on. No- 4 - We agree to forward to NEIC, where appropriate, the information required to audit the work of contractors who perform unsatisfactory PRP searches. Finding No. 3 A-ghagi-ns Training for Superfund Employees Will Help Insure Region V fully concurs with this finding. The Dayton Tire site is the first site where the Regional Removal Program became involved with extensive asbestos removal from a building. This is because the Superfund Amendments and Reauthor i zat ion Act (SARA) prohibits removals of materials that are part of buildings which would normally include asbestos. Training of OSCs in asbestos removal, therefore, was not considered a high priority. The Dayton Tire project presented an unusual circumstance. The building contained a great deal of asbestos insulation which had been severely damaged by vandalism, by inappropriate salvage operations and by water leaking into the building. As a result, large volumes of asbestos containing debris were on the floor and hanging from pipes. Much of this material had been crushed by vehicles and was in a highly friable state. As a result, it presented a hazard both to any workers in the building as well as to the surrounding community. There were large openings in the structure caused by thousands of broken windows [53] ------- APPENDIX 3 _6_ Page 6 of 6 as well as large doorways for freight. Strong drafts blew through the building which could easily carry asbestos particles into the surrounding community so that the problem had to be addressed by the removal program. The contractor who was awarded the site specific contract included an excellent section on asbestos removal in his proposal which was, in part, responsible for this superior technical rating. Unfortunately, the contractor did not implement those procedures in the field. The OSC, recognizing that a problem existed, requested that personnel from TAT and ERT, experienced in asbestos removal, review the contractor's practices. An OSHA inspection was also made which found significant violations. As a result of these inspections the OSC took action to correct the violations. The Region believes the OSC acted appropriately by getting expert advice regarding asbestos removal practices. There is no doubt, however, that if the OSC had full asbestos training himself, he could nave acted more promptly to correct he contractor's practices and could have avoided the OSHA violations. The Region, therefore, has initiated. a program to provide asbestos training for all OSCs. Three (3) OSCs have received the full 40 hour training course and eventually all will do so. During February 1988 all Region V OSCs received a special 8 hour briefing on asbestos procedures which is not intended to replace the full 40 hour course but is sufficient to enable OSCs to recognize inadequate practices when they occur. Valdas V. a ------- |