SUPERFUND DESIGN and CONSTRUCTION From: Hazardous Site Control Division To- EPA Regional Offices Update February 1989 Vol. 3, No. 1 VALUE ENGINEERING Circular No. A-131, issued by the Office of Management and Budget on January 26,1988, requires the use of Value Engineering (VE), when appropriate, by Federal Departments and Agencies to identify and reduce nonessential procurement and program costs. Value Engineering is a specialized cost-control technique that uses a systematic and creative approach to identify and reduce unjustifiably high costs in a project without sacri- ficing the reliability or efficiency of the project. VALUE ENGINEERING DURING DESIGN It is the responsibility of the party contracting for design to have the VE screening and review con- ducted. The review may be con- ducted by the contracting party, the reviewing agency, the designer, or an individual or firm with the requisite expertise. The VE review is different from a classical design review of the project. The design review concen- trates on functional aspects such as whether the design works, is sufficiently reliable, and meets the designer's contractual obligations. VE, on the other hand, is focused on reducing the investment neces- sary to achieve those functions. It should be noted that the focus of VE does not preclude the VE team from identifying technical errors or omissions and alerting the designer so these problems can be taken into consideration during the design review. The VE review should be sched- uled so as to minimize the impact on the design schedule. If the VE workshop and decision-making process are structured to avoid adding time to the schedule (i.e., not on the critical path), then the only potential schedule impact would be caused by a design change resulting from the VE pro- cess and not from the process itself. A design change and its associated cost are part of the decision-making process of accepting or rejecting the VE recommendation. VALUE ENGINEERING DURING CONSTRUCTION The VE incentive clause, found in the Federal Acquisition Regulation (FAR) at 52.248-1, is included in federal construction contracts over $100,000. REM and ARCS firms may choose to include the clause in their subcontracts for construction, even if not directed to do so by EPA's contracting officer. States and claimants under mixed funding may also choose to use a similar clause in their construction contracts. The VE incentive clause provides the opportunity to the constructor to use its unique knowledge and construction experience as a basis for submitting a Value Engineering Change Proposal (VECP). The VECP is the constructor's proposal to change contract requirements in such a way that the price of the contract is reduced. To have a valid VECP, the constructor must submit the following information: • A description of the proposed change and the contract require- ment • An itemization of the contract re- quirements that must be changed • An estimate of the performance costs that will be reduced if the proposal is adopted • A prediction of any saving the change may have on operations, maintenance, or equipment • A statement of time by which the proposal must be implemented by the party contracting for construction (continued on page 2) Reaching the '175' RA Start Goal r175 -100 Status as of February 1989 Deadline October 16. 1989 ------- Value Engineering (continued from page 1) Savings resulting from the change sediments by a process that proposal are normally shared on a eliminates dewatering through 55-45 basis between the construc- construction of a low dike; and tor and the contracting party after modification of the sediment the constructor is reimbursed for its treatment process cost of implementing the change Prior to approval of the VECP, the party contracting for construction should consult the designer regard- ing any impact on the design. The contracting party should also consult EPA regarding any impact on the Record of Decision (ROD), basis of design, or design develop- ment criteria. VALUE ENGINEERING AT THE MARATHON BATTERY SITE At the Marathon Battery site, the ROD specified dredging and chemical fixation of waste material contaminated by heavy metals. Early in the design’s development, a 40-hour VE study was conducted, and the following changes were in- corporated into the site design: • Removal of contaminated marsh Redirection of stormwater Restoration of the marsh Reduction in the amount of temporary storage for fixated sediments from 6 acres to 1.75 acres The VE cost $60,000 compared to a savings of $8 million. Since the VE was done in parallel with the design, there were no delays in the project schedule due to the VE process. VALUE ENGINEERING AT THE HELEN KRAMER SITE At the Helen Kramer site (an 84- acre landfill), the ROD specified a landfill cap, a slurry wall, leachate collection, and pretreatment. Upon the recommendation of the NE firm, EPA directed that a VE study be conducted to evaluate the slurry S • . walls and subsurface drain after submittal of the 35 percent design. As a result of the VE study and EPA review of its findings, the following changes were incorpo- rated into the Helen Kramer site design: • Elimination of a deep, upgradient slurry wall construction plan • Elimination of an upgradient subsurface drain construction plan • Addition of a slurry wall on the eastern side of the site, between the landfill and an adjacent stream The VE cost $330,000 compared to a savings of $2.6 million. The VE delayed site remediation approxi- mately 9 months during investiga- tion of issues and review of study findings. Further assistance on how to activate a VE team on a project can be obtained through Tom Whalen, HSCD, 202/382-2457. COOPERATIVE AGREEMENT RECIPIENTS NOT REQUIRED TO HOLD BID PROTEST HEARINGS _____________________ J. Kent Holland, Jr. Wickwire, Gavin & Gibbs, P.C. In August 1988, the South Adams County Water and Sanitary District, Colorado—a Superfund cooperative agreement recipient—dismissed a construction bid protest without a hearing. The protestor appealed to EPA, asserting that South Adams County had wrongfully deprived the protesting company of its right to a hearing. EPA dismissed the appeal on the grounds that EPA regula- tions do not require cooperative agreement recipients such as South Adams County to provide a hearing and, in fact, ‘ado not spell out any specific manner in which the recipient must consider the protest.” EPA found that South Adams County had considered the protest and issued a protest decision, thereby meeting the minimum requirements under EPA regulations. In its protest to South Adams County, the protesting company, which was second lowest bidder, claimed that the lowest bidder was not responsive to minority business enterprise requirements. In discuss- ing these requirements, EPA explained that the solicitation for bids had made compliance with MBE requirements a matter of bidder responsibility rather than responsiveness. Consequently, good faith efforts could be demon- strated after bid opening. Most significantly, EPA explained that co- Bridgeport Rental & Oil Services is located east of Bridgeport in Logan Township, Gloucester County, New Jersey. The site contains about 100,000 cubic yards of PCB-con- taminated sludge, lagoon sedi- ments, soil, and debris that are slated for thermal destruction The two-step sealed bidding (TSSB) method of solicitation was operative agreement recipients may review issues raised by a protestor and dismiss unmeritorious protests without further consideration This case is important because it demonstrates that a cooperative agreement recipient may exercise discretion in resolving bid protests and that (subject to applicable state and local requirements) it is not necessary to delay the procurement process by conducting a hearing• used. This procurement method combines elements of both sealed bidding and negotiation. The objective of TSSB Step 1 is to encourage contractors to submit proposals for alternative ap- proaches. Those proposals deter- mined to be technically acceptable can then be used as the basis of a (continued on page 4) BRIDGEPORT BID PROTEST 2 ------- TRI-STATE PLATING SITE BID TABULATION Bids have been received by an EPA REM Contractor for the Tn-State Plating expedited response action in Region V. The work contemplated includes • Decontamination of masonry, steel, and other above- ground building components by steel blasting • Demolition of a one-story, 5,000-square-foot ma- sonry building and transportation of its rubble to an offsite landfill • Drilling of approximately 400 linear feet of soil borings with continuous split-spoon sampling • Design and installation of excavation shoring and bracing • Excavation, stabilization, transportation, and disposal of 3,000 cubic yards of contaminated concrete foundations and soil at an approved secure landfill • Procurement, transportation, and installation of ap- proximately 3,000 cubic yards of clean fill to be used in backfilling the proposed excavation Sealed bids were solicited and read on December 28, 1988. Eight bids were received. The bids ranged in price from a tow of $1,742,143.64 to a high of $3,185,875. The engineer’s estimate was $2,816,811. Heritage Remediation/Engineening, Inc., the lowest bidder, was awarded the contract. Key NA Not Apphcable LF Linear Feet VSF VerltcaI Square Feel BT Buk Ton BCY Bulk Cubic Yards CV Cubic Yard IS Lump Sum • Rounded to the Nearest Dollar “•AclualBdlotal Bonds and Insurance UNIT PRICING BREAKDOWN Site Preparation Decontamination Pad Estimated Quantity NA Unit Prices Engineer’s Estimate LS NA NA IS Heritage Remediatlon! Eng., Inc. LS IS Decontamination, Demobtion, Transportation, and Disposal 0 1 Aboveground Struciures Grading, Seeding, and Closeout Subsurface Investigation Excavation, Transportation, and Disposal of Contaminated Foundations and Soil First NA LS • Next NA 0. H. Materials Corporation LS 15 LS NA IS IS IS 400 IF IS Shoring and Underpinning Soil Stabihzation Backfdling of Excavation First LS 2875/IF IS Is IS IS • Next 7612/IF 2,700 BCY 3,300 BCY 1,850 VSF 30 Ton IS 85/IF 326 99/BCY 326 99IBCY 96 35 /VSF 241 50/BT 194 6418CY 184 05 / BCY 6097NSF 244 11/ST 2,70 0BCY 3,300 BCY 226/BCY 225/BCY 20 90 /’/SF 192/ST 23 86/CY 23 86/CY Bonds and Insurance 18 38 CY 21 06/CY COMPARISON OF ENGINEER’S ESTIMATE TO TWO LOWEST BIDS MobdizationiDemobiliza t i on Site Preparation 11 25/CY 11 25/CY Decontamination Pad Heritage Remediation/ Eng., Inc. $ Engineer’s Estimate $ 60.950 250,137 75.279 17,250 92,702 18,400 11,500 Decontamination, Demolition, Transportation, and Disposal of Aboveground Structures Grading, Seeding, and Cbseout Subsurface Investigation Excavation, Transportation, and Disposal of Contaminated Foundations and Soil First • Next 31,137 140,356 44,606 31 .520 71,223 20,917 30,448 0. H. Matertats Corporation $ 77,575 21,700 264,340 14,100 69,880 31,120 34,000 Shoring and Underpinning Soil Stabibzation Backhlling of Excavation First Next Total 882,873 1,079,067 178,248 525,528 607,365 112,795’ 7,245 610,200 742 C0 38,665 7,323’ 64,432 78,738 $ 2,816,811 5,760 49,626 69,300 $ 1,742,14364” 30,375 37,127 $ 1,777,34000 I ------- Bridgeport Bid Protest (continued from page 2) sealed bid in Step 2. The off eror bids on his own proposal. The Army Corps of Engineers (COE) completed Step 1 of the solicitation in early August 1988. Chemical Waste Management (CWM) had submitted two propos- als: one for onsite incineration of wastes and a second suggesting use of the Basic Extraction Sludge Treatment process (BEST) to separate oily wastes onsite before removal for offsite incineration. The COE decided to exclude CWM’s proposal containing the BEST process on the grounds that the BEST technology had not been sufficiently demonstrated to justity its use at the Bridgeport site. CWM protested the COE decision. The CWM protest, filed at the GAO on August 12, 1988, maintained that the COE decision was arbi- trary, unreasonable, based upon unstated evaluation criteria, and contrary to the Comprehensive En- vironmental Response, Compensa- tion, and Liability Act (CERCLA). (CERCLA encourages the develop- ment and use of alternative treat- ment technologies.) GAO denied the protest on Decem- ber 13, 1988. GAO ruled that it was reasonable for COE to reject CWM’s proposal because there was insufficient data to establish the BEST technology’s ability to meet the government’s production and schedule requirements. BIOREMEDIATION OF HAZARDOUS WASTE SITES A workshop on the application of biotechnologies at hazardous waste sites for engineers and scientists will be held on the dates shown in the box at right. This two-day workshop will provide attendees with the information needed to assess the viability of biosystems for the treatment of hazardous wastes and to imple- ment onsite remediation. The workshop focuses on: • Identification of the necessary site or waste characteristics to utilize biological treatment • Evaluation of the role of treatabil- ity tests in assessing performance • Application of appropriate reactor and/or in situ treatment • Evaluation of pre- and post- treatment operations and life cycle design There is no fee for attending the workshop. However, registration will be limited and filled on a first- come, first-served basis, with pref- erence given to state and regional personnel. For additional information call: PEER Consultants P. C. Dayton, Ohio (513) 252-1222 UPCOMING WORKSHOPS March 28-29, 1989 Atlanta. Georgia Aprii 11-12, 1989 Dallas. Texas April 25.26, 1989 Seattle, Washington May 16-17, 1989 Boston. Massachusetts May 24-25, 1989 New York, New York June 7-8, 1989 Chicago, iiiunous June 21-22, 1989 San Francisco, Caiifomia Hazardous Materiais Treatment Technologies (FTS 8-382-2997) March 14 to March 17 Region IX SCHEDULED TRAINING Apni 4 to Apni 7 - Region II Apni 17 to Apni 21 Apni 17 to Apni 21 May 9 to May 12 Region I Hazardous Materlais Incident Response Operations (FTS 8484-7537) Region i Region iV Apni 10 to ApnI 14 ApnI 10 to Apni 14 May 1 to May 5 Air Survelilance for Hazardous Materlais (FTS 8-382.2997) March 20 to March 24 Region Vii ApnI 17 to Apni 21 Cincinnati. Ohio Edison, New Jersey Cincinnati, Ohio Region V Personnei Protection and Safety (FTS 8-684-7537) March 20 to March 24 Apnl 3 to Aprii 7 Envlronmentai Risk Assessment (FTS 8-382-2997) Apni 4 to Aprii 7 Region Iii May9to May12 Region Vii Apni3toApni7 Region Vi Region VI Sampling for Hazardous Materials (FTS 8-255-2270) Region i Apni 11 to Apni 13 Region VII May9toMay l l RegionV Introduction to Ground-Water investigation (FTS 8.383-2997) April 18 to Apni 20 Region Vi ABOUT THE UPDATE For comments, ideas, submissions, or questions about the Update, please contact Karen Locke at FTS 8-382-7997 or commercially at (202) 382-7997 For copies, contact EPA’s Public information Center at FTS 8-382-2080 or commercially at (202) 382-2080 4 ------- |