SUPERFUND DESIGN and CONSTRUCTION From: Hazardous Site Control Division To: EPA Regional Offices Update September 1989 INDEMNIFICATION OF REMEDIAL ACTION CONTRACTORS: OSWER Directive 9835.5, "EPA Interim Guidance on Indemnification of Super- fund Response Action Contractors Under Section 119 of SARA." requires OSWER approval before EPA indemnifi- cation may be granted to Superfund contractors. The authority for this approval has been delegated to the Director of the Office of Emergency and Remedial Response. The approach taken to implement indemnification of the REM and ARCS contractors has been to write one memorandum for the director's signature approving EPA in- demnification for all REM and ARCS prime contractors. Once approval is received, the contracting officers will be able to modify the contracts by adding the model indemnification clause attached to the directive. This clause permits the prime contractors to pass the EPA indemnification on to their subcontractors with the prior written permission of the EPA contracting officer. Any contractors that receive EPA indemnification are required to show the Agency that they have made, and will continue to make, a diligent effort to purchase insurance from the private sector. The guidance explains in detail what the Agency expects to see as proof of the contractor's diligent effort and how often the contractor must provide the proof. If the contractor does receive price quotes from insurance companies, the quotes should be sent to Harold Snyder. Chief, Design and Construction Management Branch OS- 220, in Headquarters for review. The quotes will be reviewed by the Hazard- ous Site Control Division, with input from the indemnification task force, and if a determination is reached that the price is fair and reasonable, the insur- ance will be purchased. The process for indemnification of U.S. Army Corps of Engineers and Bureau of Reclamation contractors working at NPL sites is the same as outlined above. Again, all price quotes should be sent to Harold Snyder. The process may change after the Agency estab- lishes final guidance for indemnifica- tion. Proposed guidance is expected to be published in the Federal Registenn the near future for public review and comment." STATE SUPERFUND CONTRACTS: In January of this year, the interim final rule for Cooperative Agreements and Superfund State Contracts for Super- fund Response Actions (40 CFR Part 35) was promulgated by EPA. This rule codifies the CERCLA Section 104 requirements for Superfund State Contracts (SSCs) for CERCLA Reme- dial Responses. 40 CFR 35.6800 details the contents, assurances, and administrative requirements of SSCs. Two specific sections of this rule may have a significant impact on the opera- tion and scheduling of remedial actions. Section 35.6800(a) requires that an SSC be in place before EPA initiates a remedial action for any fund-lead response. This means that an SSC with the appropriate state must be in place before any remedial action monies are obligated. This includes signing an RA Interagency Agreement (IAG) with the U.S. Corps of Engineers or Bureau of Reclamation or issuing a work assign- ment with an ARCS or REM firm. To ease this burden, bidding documents and pre-solicrtation activities may be performed as part of an RD IAG or work assignment. For additional information on this subject, contact John Smith, Design and Construction Management Branch, at FTS 382-7996. The second major impact of this rule is that no SSC may be executed after October 17.1989, without adequate assurances that hazardous waste treatment or disposal facilities have sufficient capacity to handle hazardous wastes expected to be generated by the State during the 20 years following the signature of the SSC. Specific questions on the capacity issue should be addressed to Jan Baker, Chief, State Involvement Section, at FTS 382- 2443. Regional project managers should initiate contact with States to secure SSCs as early as possible in the remedial process to ensure that RAs are not delayed or stopped due to funding or capacity issues.* Reaching the '173' RA Start Goal Deadline; October 16.1989 r ITS .StOtUIMOf September 1989 -100 ------- REAL ESTATE ACQUISITION: Because it is frequently overlooked or relegated to the last minute, securing or acquiring needed site access has become a major stumbling block to the - timely initiation of remedial activities at many Superfund sites. Obtaining the requisite access, either for remedial design or remedial construction activities, has become a critical element on the project time line for fund-lead projects. Problems with site access have delayed more than 20 projects during the past year. Site access or real estate actions may be classified as either short term (temporary) or long term (permanent). Short-term access generally involves gaining entrance to the site for survey- ing, design data collection, or other relatively brief design activities. It may also include securing authorization to enter the site for construction activities of limited duratron. Long-term interests involve either multi-year or permanent authorization to enter sites. This type of agreement is usually necessary for ex- tended or multi-year construction periods, long-term response actions, such as ground-water pump and treat systems, and performance of operation and maintenance (O&M) activities following completion of the remedial action. A subgroup of long-term interests is the cases that require the Agency to obtain permanent interests in uncontaminated property adjacent to the site in order to implement the selected remedy. Recently, an increasing number of sites have required na! estate actions that fit this category. In these cases, the Agency has had two options for obtaining the necessary real estate interests: appropriating the needed. interest under the authority of Section 104(e) of SARA or purchasing the necessary interest under Section 104(j) of SARA. The final decision to appropri- ate or purchase the interest in the property should be made jointly between the Regional counsel and the Regional program staff, with consulta- tion from the Headquarters Office of General Counsel and the Hazardous Site Control Division (HSCD). After the decision to appropriate or purchase is reached, different proce. dures govern the actions taken by the Agency. If appropriation is the selected method, Regional counsel will file the compliance order in court. When the decision specifies purchasing the interest, the Region must request approval from the Director of the Office of Emergency and Remedial Response (OERR) to acquire the property. Upon approval of the request by OERR and concurrence by the Office of General Counsel, OERR will request that the Real Estate and Space Management Branch (RESMB), which is the dele- gated authority to accept title for the Agency, assist the Region in securing title to the property. Regional personnel are advised that before any interest in real property is aquired, the SSC, with State assurances of cost share and ac- ceptance of title, must be in place. It is evident from the preceding discussion that site access issues can be complicated and time consuming. The best way to avoid delays due to access issues is to identify all needs early in the design process and to actively pursue their resolution. To help ease this burden, HSCD has instructed the U.S. Army Corps of Engineers (COE) to prepare a real estate planning report, which will identify all real estate! site access needed for all new COE design assignments. This report will be furnished to the Region before the conceptual design stage of each project. In addition, HSCD is now developing guidance for real estate/site access. The guidance will be issued in phases with the first phase—.COE projects—issued in the fall. This first phase will be followed by guidance for ARCS projects, then State-lead projects, and finally PRP-lead sites. Questions about real estate issues should be addressed to JoAnn Griffith of the Design and Construction Management Branch at FTS 474- 9840. CORPS OF ENGINEERS INTERFACES WITH CERCLIS The U.S. Army Corps of Engineers (COE) is responsible for detailed project management of a portion of the Superfund federal-lead design and remedial action projects. With more sites reaching the design and construc- tion phases, COE’s responsibilities have increased dramatically, and it is expected that COE involvement will increase in the future. Currently, COE manages 134 sites and, as a result, has extensive data management and reporting requirements. COE’s current information management system is not compatible with EPA’s systems. To correct this problem, EPA proposed that COE become a user of CERCLIS (Comprehensive Environmental Re- sponse, Compensation and Liability Information System). This option was pursued because it satisfied COE’s management needs and improved data communication between EPA and COE. COE will interface with CERCLIS through a local area network (Waste- LAN), which directly connects into CER- CLIS. Currently, CERCLIS and Waste- LAN are being modified to meet the reporting and data input needs of COE. The modifications include developing new file structures, revising system menus and data entry screens to accommodate additional data, design- ing supplementary output reports, and interfacing several of COE’s subsys- tems with CERCLIS. The new system will allow both EPA and COE access to data on the sites assigned to COE, although COE will not have access to enforcement-sensitive information. Only users with an author- ized COE ID number will be able to update COE data and, likewise, only those with an authorized EPA user ID will be able to update EPA data. EPA funded COE through an Inter- agency Agreement to purchase the equipment necessary for the interface. EPA also is assisting COE in the planning and implementation of the modified system. Implementation will involve four tasks: developing a detailed system design, programming and testing the system, converting data, and training users. Curraritly, COE is in the process of procuring equipment Startup and implementation of the modified system began in August. 2 ------- BRIDGEPORT BID TABULATION: Bridgeport Rental and Oil Services (BROS), in Gloucester County, New Jersey, consists of a waste oil and wastewater lagoon, and an area previously used for oil reprocessing and storage. About 75 percent of the lagoon's surface is covered with PCB- contaminated oil and contains visible and submerged drums and debris. The lagoon has three layers: an oily upper layer, an aqueous middle layer, and bottom sludge/sediment deposits. In addition to PCBs, the sediments contain other organics. The work bid involved: • Excavation and offsite disposal of some drums and large items of debris Design, construction, and operation of a thermal destruction facility Removal, temporary storage, and thermal destruction of drums, drum contents, floating and submerged debris, lagoon surface oil, lagoon sediments, and contaminated soils Treatment of lagoon wastewater and other aqueous wastes at a previously constructed aqueous waste treatment plant Removal of a levee, blending of levee material or fill with residual treatment ash, and placement in the lagoon Site restoration The U.S. Army Corps of Engineers (COE) opened sealed bids on February 2,1989, as the second step of a two- step sealed bidding procurement During step one, technical proposals without prices were solicited. Step two, which was limited to those firms that submitted acceptable technical propos- als, consisted of a price competition. The five bids received ranged from $52.456,690 to $84.984.000.• Item Unit Quantities BID TABULATION Government Estimate Unit Cost Hem Cost Onsite Treatment Disposal Facility LS Modifications to Aqueous Waste Treatment System (AWTS) Plant Unspecified LS Backwash and Process Water LS AWTS Wastewater Treatment (1) First 12 months LS (2) Through completion LS Mobilization/Demobilization — LS Health and Safety Plan LS Chemical Quality Management/ LS Sampling Plan Site Preparation LS Temporary Storage Removal and Disposal of Existing Drums and Debris Removal and Thermal Destruction (1) Existing Drums and Debris (2) Lagoon Surface Oil (3) Lagoon Sediments (4) Contaminated Soils Ash Fixation (1) First 2.500 tons (2) Over 2.500 tons Levee Removal Backfill Site Restoration Total Bid LS TON TON CY CY CY TON TON CY CY LS SO 50 5,000 80.000 1.500 2.500 2.500 9.000 230.000 $4.400 $1.110 $105 $190 $200 $185 $185 $6.50 $8.50 $6,900.000 $237.000 $193.000 $361.000 $812.000 $6.915.000 $52,000 $52.000 $812.000 $2.886.000 $222.000 $55.500 $525.000 $15.200.000 $300.000 $462.500., $462.500* , $58.000 $1.955.000 $1.143.000 $39,603,500 Ebasco Contractors, Inc. Unit Cost Hem Cost $3.641 $3.977 $326.20 $357.23 $709.40 $65 $60 $3.41 $13.28 $ 6,528,000 $31.100 $144.000 •- $1.891.700 $1.210.100 . $5.940.400 $45.000 $22,500 $320.400 $453.900 $182.050 $198.850. $1.631.000 $28,578,400; $1.064.100 $162.500 $150.000 $30.690 $3,054,400 $817.600 $52,456,690 Foster Wheeler Envlresponse, mo. Untt Cost Item Cost ' $550 $135.90 $154.71 $19Z66 $34.40 $30.90 $8.67 $21.12 $16,815.400. $477.000 $1.230.000 $2.017.000 $4.491.000 $7.537.800 $35.000 $42.000 $1.515,100 $2.498.200 $49.300 $27.500 $679.500 $12.376.800 $288.990 $86.000 $77.250 $78.030 $4.857.600 $1.616.400 $56,795,870 ------- NEGOTIATED PROCUREMENT: This is a follow-on to the ”Solicitation of Sealed Bids” aiticle, which appeared in the April 1989 issue of the Update (Vol. 3 No. 2). Negotiated procurement differs from sealed bidding in each phase of the solicitation. In the initial phase, the Agency is not required to define the work by developing detailed design plans and specifications. Performance specifications are more common to negotiated procurement. The basis of the evaluation is a combination of technical merit and cost, rather than cost alone. Also, some of the risk of performance of the contract shifts back to the Agency since the detailed plans and specifications are approved as technically acceptable by the owner or the government before award. The following is a description of some of the high points of negotiated procurement. PRESOLICITATION Whereas in sealed bidding the Agency will make a great initial effort to develop detailed design plans and specifica- tions, in negotiated procurement the major effort is in the development of .,performance specifications and a source selection plan. Performance specifications will state the requirements of the project in terms of what must be accomplished and to what level or standard. The offerors who wish to compete to do the work will develop in their proposals the methods, materials, plans, and specifications required to meet the performance specifications. The source selection plan usually contains two parts. One part deter- mines the organization and member- ship of the source selection team. The membership will consist of at least the contracting officer and appropriate technical personnel to evaluate the proposals. In the second part of the plan, the evaluation criteria and the procedures to be used in the evaluation process are determined. SOLICITATION AND RECEIPT OF PROPOSALS A Request for Proposals (RFP) is advertised in the appropriate journals and the CBD. The RFP contains the performance specifications and a description of the evaluation criteria. The relative importance of the technical criteria and cost will be stated, as will the basis of award. EVALUATION OF PROPOSALS Theoretically, it is possible to award a contract on the basis of the initial proposals if technically acceptable proposals are submitted. For large projects, however, the evaluation is usually an ongoing process that is just starting upon the receipt of the initial proposals. The evaluation will involve an assessment of the cost, the techni- cal acceptability of the proposal, and the ability of the proposer (offeror) to accomplish the work. The cost and technical evaluations are done sepa- rately and then combined to come up with a total value score that reflects both cost and technical merit. Proposals are categorized as techni- cally acceptable, susceptible to being made acceptable, and unacceptable. A competitive range is determined from the scores that usually includes all pro- posals that are acceptable or are rea- sonably susceptible to being made acceptable. Discussions are then held with firms in the competitive range to make sure there are enough acceptable proposals to ensure maximum effective competition. BEST AND FINAL OFFERS After the completion of all discussions, the Agency is required to solicit best and final offers (BAFOs) for acceptable proposals in the competitive range. These BAFOs are submitted in such a manner that no further discussions will be required. Technically, the discussion could be reopened after BAFOs, but this is highly undesirable. (The 1988 DOD procurement scandal is, in part, a result of having numerous BAFOs, which resulted in technical transfusion.) Final scores are determined on the basis of BAFOs. SOURCE SELECTION AND AWARD Once the final scores are calculated, the proposal with the greatest value score in terms of cost and technical merit as described in the RFP can be selected for award of a contract. The source selection official, however, is not strictly bound by the point scores or recommendations of the selection board. It is possible to take into consideration the significant difference in the technical merit and the cost of proposals of different scores. This type of analysis is called a “technical tradeoff analysis.” since technical merit is traded off against differences in cost and scores. Any such tradeoff analysis must, of course, be supported by the established evaluation criteria in the RFP. CONTRACT ADMINISTRATION The proposal as evaluated and selected becomes the basis of the contract. Once again, as in the case of sealed bidding, there will be a period of performance and a project schedule that must be adhered to. Any changes to the work will have to be negotiated. The proposal as selected and the performance specifications constitute the description of the required work and the standards that must be met. ADVANTAGES OF NEGOTIATED PROCUREMENT Negotiated procurement gives the Agency the ability to tap the technical expertise of the industry in developing the technical approach to accomplish- ing the work. It also allows the Agency to consider alternative technologies and allows a greater emphasis to be placed on the technical aspects of the projects. This approach will be useful in the solicitation of treatment processes and other construction and cleanup activities that are still developing or when there are a variety of acceptable solutions to a particular problem.’ 1 ABOUT THE UPDATE For comments, ideas, submissions, or questions about the Update, please contact Tracy Loy, Design and Construction Management Branch, 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 commerdally at (202) 382-2080 or write to U.S Environmental Protection Agency, 401 M St S W, Washington. D C 20460 4 ------- |