Loading...
HomeMy WebLinkAboutNCD980557656_19981012_NC State University (Lot 86 Farm Unit 1)_FRCBERCLA RD_Request for Proposal Groundwater Remedial Design and Implementation for Environmental Health Safety Center (EHSC)-OCRNorth Carolina State University i.nd- grant university and a constituent institution of The University of North Carolina Office of Finance and Business Business Division An Equal Opportunity/Affirmative Action Employer Environmental Health & Safety Cent: Campus Box 8007 Raleigh, North Carolina 27695-8007 October 12, 1998 Michael Townsend Superfund Branch, Waste Management Division US EPA Region IV Atlanta Federal Center I 00 Alabama Street, SW Atlanta, GA 30303-3104 Dear Mr. Townsend: Enclosed please find a copy of the following document: hnp://WWW2.ncsu.edu/ncsu/ehs/ Director Environmental Affairs Industrial Hygiene Health and Safety Radiation Protection (Fax) RECEIVED OCT 15 1998 SUPERFUNO SECTION Request for Proposal, Lot 86 Groundwater Remedial Design and Implementation for Environmental Health and Safety Center (EHSC), Request for Proposal #R00 120, North Carolina State University, Raleigh, NC 27695. October 8, I 998. 1 f there are any questions on this submittal, please let me know. Si~ Duane A. Knudson Enclosure cc: David Matison, NCDENR (w/enclosure) David Rainer Jeff Mann 919.515.4238 919.515.6859 919.515.6860 919.515.6858 919.515.5208 919.515.6307 • REQUEST FOR PROPOSAL For . LOT 86 GROUNDWATER REMEDIAL DESIGN AND IMPLEMENTATION For ENVIRONMENT AL HEALTH AND SAFETY CENTER (EHSC) REQUEST FOR PROPOSAL# R00120 NORTH CAROLINA STATE UNIVERSITY RALEIGH, NC 27695 OCTOBER 8, 1998 • ADU lnternaUonal Allprort s • RALEIGH Scn!o Jn mUos How to Get to NCSU US 64 West (1-95 from New York) Take 64 West in downtown Raleigh (64 West turns into New Bern Avenue). Proc,eed on New Bern Avenue to downtown Raleigh. New Bern Avenue bears off into Edenton. Edenton turns into Hillsborough Street which comes past the campus. Make left turn at intersection at Pullen and Hillsborough Street. US70 Take US 70 to downtown Raleigh ·(70 turns . into Glenwood Avenue). Take Glenwood Avenue to Oberli(l Road.' Make right turn onto Oberlin Road. Take Oberlin to Hillsborough · Street (approximately 3 miles). Make right onto Hillsborough Street, then immediate left at intersection of Pullen and Hillsborough Street Chapel Hill Take the 1-40 East exit, stay on 1-40 for 25 miles to Raleigh. At the 1-40/\/Vade Avenue split, stay on 1-40 to the Gorman Street exit. Make left onto Gorman Street, follow Gorman to light. Make right on Avent Ferry Road. Take Avent Ferry to campus. 401 South Take 401 to Raleigh, take 1-40 West to Gorman Street. Turn right on Gorman Street. Take. Gorman to Avent Ferry Road. Make right on Avent Ferry Road. Take Avent Ferry to campus. us· 1 South ., Take US 1 to downtown Raleigh. US 1 bi,i::ome.s Capitol Blvd. Proceed on Capito! -Blvd. into downtown Raleigh. Make a right at · Edento_n Street .. ffhe Holiday Inn Tower is on the corner.) Edenton Street merges with · Hillsborough. Proceed to the Pullen Road, Hillsborough Street intersection. Make left onto campus at Pullen Road. 1-95 North from Florida Take 1-95 to 1-40 West, proceed on 1-40 West into Raleigh. Take the Gorman Street exit. Make right on Gorman Street. Continue on Gorman tci the Avent Ferry Road intersection. Mak_e right onto Avent Ferry. Take Avent Ferry to campus. • October 9, 1998 MEMORANDUM TO: FROM: SUBJECT: Duane Knudson Jeanette W. Jones-Purchasing Agent Sherri Garte-Purchasing Agent Copy of Lot 86-Proposal #R00120 • Please find enclosed a copy of Lot 86 RFP#R00120. Look forward to seeing during the pre-bid. Thank you. JWJ • North ~arolina State University i~ ·d· · grant· university and a constituent institution of The University of North Carolina Office of Finance and Business Business Division Ilic STATE UNIVERSITY• An Equal Opportunity/Affirmative Action Employer http://www2.acs. ncsu. ed u/materia I smg mt Purchasing Department. Campus Box 7212 / 206 Alumni Raleigh, NC 27695-7212 919.515.2171 !phone) 919.515.3511 !fax) ~ r , • ~ ,,. LETTER OF INSTRUCTIONS TO: FROM: ALL PROSPECTIVE BIDDERS Jeanette ,}one~ Purchas'..ng Ag;?if(/"· Sheiri Garte w Purchasing AgenE DATE: October 8, 1998 SUBJECT: Request for Proposal# R00120 Lot 86 Groundwater Remedial Design and Implementation The following is a general description of the process by which a firm will be selected to perform the described service. • Request for Proposals (RFP) are ·being sent to prospective contractors. • A Ml.NDATORY ATTENDANCE PREPROPOSAL CONFERENCE will be held on Friday, Oct•ober 23, 1998 at 10:00 AM, at North Carolina State Univ_ersity, Environmental Health & Safety Center, Room 14 6, Raleigh, NC 27 695. (See e.nclosed campus map for building location.) Sign-in for the preproposal conference is 9:15 AM to 10:00 AM. A proposal response from a prospective bidder signing-in after 10: 00 AM will not be considered for award. A proposal response from a prospective bidder not represented at the mandatory preproposal conference will not be considered for award. • Questions concerning the RFP requirements will be discussed at the preproposal conference. Written questions, which may be submitted prior to the conference, will be summarized and answered at the conference. Questions may be mailed, faxed, 9r e-mailed, no.phone calls, to Jeanette Jones, North Carolina State University, Purchasing Department, Campus Box 7212, Raleigh, NC 27695, fax (919) 515-3511, e-mail address • j eanette jones@ncsu.edu, or to Sherri Ga rte, e-mail address sherri garte@ncsu.edu, · same address and fax number. Question's must be submitted no later than 2:00 PM on October 28, 1998. Five ( 5) copies of the proposal response will be received offerer. Each response must be signed and dated by an official to bind the firm. from each authorized • All proposal responses must be received by the issuing agency no later than 2:00 PM, Friday, November 6, 1998. • During the evaluation· period request clarification from any in any part of the proposal. evaluators are not ·required proposal submissions must be response from the offerer. and at their option, the evaluators may or all offerers of the materials presented However, offerers are cautioned that the to request clarification; therefore, all complete and reflect the most favorable I ... • • • Cost for this service is being sought only for Phase I Remedial Design at this time. Cost for Phase II will be obtained from the successful vendor after Phase I has been completed. See the attached RFP for details. • _Technical proposal responses will be evaluated first. Technical evaluation will be done by a departmental evaluation team. The team will submit to the Purchasing Department, a written evaluation and recommendation for acceptance of any technical offer. • Proposals will be evaluated and rated based on the criteria listed in this RFP. The award of a contract to one offerer does not mean that the other proposals lacked merit, but that, all factors considered, the selected proposal was deemed to provide the best value to the Universityr and/or the State. The right is reserved to accept other than lowest proposed price as may be determined to serve the best interest of the Unive.rsity or State. • After proposals are evaluated, a recommendation for award is submitted to the Purchasing Department and approved by the appropriate authorities. The University will issue a purchase order or letter as an indication to commence service. Respondents are encouraged to submit, with the proposal response, any contract document they propose to create a contractual relationship, if awarded the project. This information may be marked "confidential". • Offerers are cautioned that University/State reserves the offers when such rejection is University/State. this is a request for offers and unqualified right to reject any and deemed to be in the best interest of the all the Thank you for participating in this Request for Proposal process. If you have any questions regarding the process, please call me at (919) 515-2082. JWJ/sdj Attachments • • TABLE OF CONTENTS PAGE# TITLE PAGE .................................................................................................................................... I PURPOSE ......................................................................................................................................... 2 BACKGROUND .............................................................................................................................. 2 SCOPE .............................................................................................................................................. 3 TECHNICAL PROPOSAL .............................................................................................................. 6 GROUNDWATER REMEDIATION DESIGN AND CONSTRUCTION SCHEDULE ................ 8 COST PROPOSAL PAGE ............................................................................................................... 9 EVALUATION CRITERIA ........................................................................................................... IO REFERENCE PAGE ...................................................................................................................... 11 EXECUTION OF PROPOSAL ...................................................................................................... 13 GENERAL CONTRACT TERMS AND CONDITIONS .............................................................. 14 STATEMENT OF WORK .................... : ........................................................................................ 20 ATTACHMENTS: FIGURE I FIGURE 2 ii • CONTRACTING AGENCY: CONTRACTING DEPARTMENT: REQUEST FOR PROPOSAL FOR: PROPOSAL OPENING (DUE) DATE: • RFP#: R00l20 ISSUED DATE: OCTOBER 8, 1998 NORTH CAROLINA STA TE UNIVERSITY PURCHASING DEPARTMENT CAMPUS BOX 7212 RALEIGH, NC 27695-7212 NORTH CAROLINA STATE UNIVERSITY ENVIRONMENTAL HEALTH AND SAFETY CENTER CAMPUS BOX 8007 RALEIGH, NC 27695-8007 LOT 86 GROUNDWATER REMEDIAL DESIGN AND IMPLEMENTATION FRIDAY, NOVEMBER 6, 1998 Proposals for furnishing the described services, subject to the general terms and conditions incorporated in this proposal, will be received until 2:00 PM, on Friday, November 6, 1998 and then opened. Proposal opening will be held in Room 214, Alumni Building, North Carolina State University, Raleigh, NC 27695-7212. PREPROPOSAL CONFERENCE: A Mandatory attendance preproposal conference will be held at 2:00 PM on Friday, October 23, I 998, at North Carolina State University, Environmental Health & Safety Center, Room 146, Raleigh, NC 27695. (See the enclosed campus map for building location.) Proposals received from offerors not attending the preproposal conference will not receive consideration. SEND ALL PROPOSALS TO: NORTH CAROLINA STATE UNIVERSITY PURCHASING DEPARTMENT CAMPUS BOX 7212 206 ALUMNI BUILDING 40 PULLEN RD RALEIGH, NC 27695 ATTN: JEANETTE JONES YOU MUST SUBMIT FIVE (5) COMPLETE COPIES OF THIS PROPOSAL IMPORTANT: INDICATE THE PROPOSAL NUMBER AND OPENING DATE ON BOTTOM LEFT CORNER OF EACH ENVELOPE. PURPOSE • • NORTH CAROLINA STATE UNIVERSITY REQUEST FOR PROPOSAL LOT 86 -GROUNDWATER REMEDIATION The purpose of this Request for Proposal (RFP) is to solicit offers from experienced firms to design and implement a Groundwater Remediation System for North Carolina State University (NCSU). Work for this project will be divided into two phases: Phase I Phase II Design of the Groundwater Remediation System Implementation of the Design Technical requirements and specifications will be governed by the attached Statement of Work (SOW), dated September 30, 1997 .. This SOW was prepared by the Environmental Protection Agency, Region IV. System design and implementation is for the NCSU Lot 86 site located at Carter Finley Stadium, Raleigh, NC. BACKGROUND NC State selected Lot 86 of Farm Unit No. 1 in 1969 as a burial site for hazardous chemical waste and low level radioactive waste generated in the University's education and research laboratories. Burial of waste was discontinued in November 1980 to comply with regulations promulgated under the Resource Conservation and Recovery Act (RCRA). The low-level radioactive portion of the site is not included in the scope of this effort. The chemical wastes were placed in trenches located in the northwest portion of the site. The trenches were approximately 8 feet deep and varied from 50 to 150 feet long. After filling, about 2 feet of native soil, which was excavated during trench, construction was used as cover material. Later, the disturbed areas were seeded with grass. The University records show that 22 trenches totaling approximately 2,000 linear feet were used. The types of chemicals reported to have been buried at the site include solvents, pesticides, inorganics, acids, and bases. Although some of the liquid chemicals disposed of during the initial site operations were poured into the trenches, both liquid and solid chemicals were generally buried in metal, glass, or plastic containers. The site was rated and placed on the National Priorities List in October 1984. A site Feasibility Study (FS) has been conducted in accordance with the requirements of the National Oil and Hazardous Substances Pollution Contingency Plan, and as specified by the Administrative Order on Consent for Remedial Investigation/Feasibility Study (EPA Docket No. 91-24-C). The FS, in combination with the Remedial Investigation and Baseline Risk Assessment, was used by US EPA in developing the Record of Decision (ROD). The Record of Decision specifies groundwater pump and treat as the selected remedy · for groundwater contamination. The complete text of the selected remedy, taken directly from the Record of Decision: 2 • • Onsite treatment of extracted groundwater via air stripping, and carbon adsorption; discharge of treated groundwater to surface water or local publicly owned treatment works. Extraction of groundwater at the Site that is contaminated above Remediation Goals is provided in Table 11-1. (See Table 11-1 below.) For design purposes, assume that the discharge will be to the sanitary sewer. TABLE 11-1 REMEDIAL ACTION OBJECTIVES FOR GROUNDWATER AT NC STATE UNIVERSITY, LOT 86 SITE RALEIGH, NORTH CAROLINA REMEDIATION CONTAMINANT LEVEL (ug/1) Benzene Carbon Tetrachloride Chloroform Methylene Chloride Tetrachloroethene Acetone Bromodichloromethane 1,2-Dichlororpropane I, 1,2-Trichloroethane Trichloroethene Manganese Arsenic I I I 5 I 700 I I I 2.8 370 10 BASIS NC Groundwater Quality Standard (15NCAC 21) Contract Required Quantitation Limit (CRQL) CRQL . 15 NCAC 2L CRQL 15NCAC2L CRQL CRQL CRQL 15NCAC2L Background Concentration CRQL Background information, including the Record of Decision, is available in the public record located at the North Carolina Division of Environmental Management, Division of Waste Management, Superfund Section, 401 Oberlin Road, Suite 150, Raleigh, NC 27605. The offeror shall be responsible for review of all site-related material. For access to this information, please contact Scott Ross at (919) 733-2178 ext. 328 to schedule an appointment. SCOPE This project is for Groundwater Remedial System Design (Phase I) and Implementation (Phase II) only. A Performance Standards Verification Plan must be included with this project. Long- term monitoring required for demonstration of performance is not included in this project. Also, 3 • • soil remedial action and activities associated with the University's Groundwater Natural Attenuation Demonstration are not included in this project. Activities specifically defined in the attached Statement of Work (SOW) as they relate to groundwater remedial design and implementation are as follows: Phase I SOW Section IV Planning and Deliverables Task I Remedial Design Task 11 Remedial Action Remedial Action Planning Phase II SOW Section IV Planning and Deliverables Task II Remedial Action Preconstruction Conference Construction Final Construction Report Remedial Action Report Task Ill Operation and Maintenance Operation and Maintenance Plan Operation and Maintenance Manual Task JV Performance Monitoring Performance Standards Verification Plan The successful offeror will be responsible for both the design and implementation of the Groundwater Remediation System meeting the specifications outlined in the attached Statement of Work (SOW). At this time, the University is seeking cost on Phase I Remedial Design. Upon completion of this phase, the University will determine if and when Phase II will begin The University reserves the right to use approved designs with any offeror, if necessary. The Project Manager, North Carolina State University, must approve any changes in project tasks that may result in additional project costs beyond the scope provided in the offeror's Technical Proposal. Changes must be submitted in writing and approved prior to implementation. All permanent equipment installed during the project will be surveyed. Spatial presentation of site data will be on computer-generated maps. AutoCAD files must be provided with th,: project deliverables. The normal termination/completion of this project will be driven by the approval of all deliverables by the Environmental Protection Agency, Region IV. 4 • • The Phase II Remediation System, if implemented, must be a complete "turnkey" system and shall include (as appropriate), but not be limited to: • Groundwater recovery well(s) • Recovery well pumping equipment • Trenching and associated piping and/or electrical systems • Recovery well vaults • Remedial equipment compound • Remedial equipment electrical supply and connections • Remedial equipment • Discharge pipe and trenching to sanitary sewer connection 5 • • TECHNICAL PROPOSAL • Each offeror responding to this Request for Proposal must: I. Submit five (5) copies ofa statement of technical qualifications detailing the firm's ability to perform the services required herein. 2. The technical proposal response should be in narrative form and should include, but not necessarily be limited to, the information outlined below. A project plan outlining methodology, specific tasks, and schedules that specifically address the ROD selected remedy. The project plan must be presented on a project management diagram and must be consistent with the attached schedule. Other remedies or potential approaches may also be discussed. The project plan must address the following: PHASE I Task I Remedial Design RD Work Plan Sampling and Analysis Plan Health and Safety Plan Preliminary Design Results of Data ,\cquisition Activities Design Criteria Rq,on Preliminary Plans and Specifications Plan for Satisfying l'l:rmitting Requirements Draft Design Analyses Draft Plans and Specifications Draft Construction Schedule Pre-final/Final Dcsil!n Complete Design Analyses Final Plans and Specifications Final Construction Schedule Itemized Construction Cost Estimate The itemized construction cost estimate will include the project plan for delivery of the plans and reports listed in Task II -Remedial Action Planning. Task II Remedial Action Remedial Action Planning RA Work Plan Project Delivery Strategy Construction Management Plan 6 • Construction Quality Assurance Plan Construction Health and Safety Plan/Contingency Plan PHASE II Remedial Action Implementation Prefinal Construction Inspection Report Final Construction Report Remedial Action Report Task III Operation and Maintenance Operation and Maintenance Plan Operation and Maintenance Manual Task IV Monitoring Performance Standards Verification Plan • Note: All maps will be provided as hard copy and as Auto CAD files. The technical proposal response must include: • A statement of qualifications and resumes indicating the qualifications and experience of individuals to be assigned to the project. Especially important are project manager and lead technical participant(s). • A description of previous projects with this specific remedial approach, focusing on North Carolina and EPA Region IV, that the company and primary project participants have been involved with. • All sub-contractors to be used on the project. For each sub-contractor, provide the information requested above. 7 • • LOT 86 GROUNDWATER REMEDIATION DESIGN AND CONSTRUCTION SCHEDULE Phase I Work Plan, Sampling and Analysis Plan, and Health and Safety Plan. Results of field data acquisition, Design Criteria Report, Preliminary Plans and Specification, and Permitting Plan Complete Design Analysis, Final Plans and Specifications, Final Construction Schedule and Cost Estimate, and Remedial Action Planning Construction Implementation Construction Completion 8 Date Complete May 6, 1999 October 21, 1999 February 18, 2000 June 27, 2000 September 26, 2000 • • COST PROPOSAL PAGE Phase I -Remedial Design -Statement of Work (SOW) Task I $ ____ _ Any additional data collection anticipated for the support of the Remedial Design, must be itemized and attach behind this page. · If Phase II is implemented, the University and the successful offeror will agree upon construction costs prior to proceeding. If a mutually acceptable construction cost cannot be reached, then the University will solicit construction bids from the remaining vendors who respond to this RFP. NOTE: The right is rcscn·cd to accept other than the lowest proposed priced as may be determined to serve the hest interest of the University or State. 9 • EVALUATION CRITERIA Criteria for the selection of an offerer will include, but not necessarily be limited to, the following: • Financial stability. Demonstration of the firm's financial capabilities to provide the services described in this RFP. • General reputation and performance capabilities of the offerer. • Demonstrated experience of the offerer with successful application of the proposed technology on projects of comparable complexity and scope. • Ability to meet product delivery dates as shown in the schedule. • Information provided by references. • The proposal itself as an example of the quality of the respondent's work. Proposal response information must be clear, complete, and descriptive. The response may include supporting literature and attachments. However, the use of pre-printed pamphlets, brochures, and similar marketing materials is discouraged. • EPA approval of the proposal response. • Total project (Phase I) cost. . The University reserves the right to select other than the lowest cost proposal response. 10 • • RFP #: R00120 YOUR COMPANY NAME ______ _ REFERENCES OFFERORS MUST LIST FOUR (4) REFERENCES FOR WHOM THEY HAVE PERFORMED SIMILAR WORK DURING THE PAST THREE (3) YEARS. (]) FIRM'S NAME BUSINESS ADDRESS MAILING ADDRESS CONT ACT PERSON TELEPHONE# PROJECT VALUE $ (2) FIRM'S NAME BUSINESS ADDRESS MAILING ADDRESS CONTACT PERSON TELEPHONE# PROJECT VALUE $ (3) FIRM'S NAME BUSINESS ADDRESS MAILING ADDRESS CONT ACT PERSON TELEPHONE# PROJECT VALUE $ II • • (4) FIRM'S NAME BUSINESS ADDRESS MAILING ADDRESS CONT ACT PERSON TELEPHONE# PROJECT VALUE $ REFERENCE PAGES MUST BE SUBMITTED AS A PART OF YOUR PROPOSAL. 12 • • RFP #: R00120 EXECUTION OF PROPOSAL DATE: ____ _ The potential Offcror certifies the following by placing an "X" in all blank spaces: That this proposal was signed by an authorized representative of the firm. That the potential Offeror has determined the cost and availability of all materials and supplies associated with performing the services outlined herein. That all labor costs associated with this project have been determined, including all direct and indirect costs. That, if required, the potential Offeror has attended the preproposal conference and is aware of the prevailing conditions associated with performing these services. That the potential Offeror agrees to the conditions as set forth in this Request for Proposal with no exceptions. That the potential Offeror can obtain a performance bond, if required herein, and insurance as specified. Therefore, in compliance with the foregoing Request for Proposal, and· subject to all terms and conditions thereof, the undersigned offers and agrees, if this proposal is accepted within thirty (30) days from the date of the opening, to furnish the services for the prices quoted within ten (I 0) days of receipt of order. OFFEROR ____________ ADDRESS __________ _ CITY AND STATE. _________ ZIP CODE. ____ PHONE ______ _ BY _______________ TITLE ____ ~---------- (Signature) Type or Printed Name Federal Identification Number ******************************************************************************•****** ACCEPTANCE OF PROPOSAL DATE: ________ _ AGENCY ___________ CITY AND STATE. __________ _ BY ______________ TITLE ______________ _ (Signature) THIS PAGE MUST BE SUBMITTED AS A PART OF YOUR PROPOSAL. 13 • • GENERAL CONTRACT TERMS AND CONDITIONS 1. ACCEPTANCE AND REJECTION: The University reserves the right to reject any and all proposals, to waive any informality in proposals, and unless otherwise specified by the offeror, to accept any item in the proposal. If either a unit price or extended price is obviously in error and the other is obviously correct, the incorrect price will be disregarded. 2. TAXES: No taxes shall be included in any proposal. Any applicable taxes shall be invoiced as a separate item. 3. COMPETITIVE PROPOSALS: Pursuant to the provisions of G.S. 143-54 and under the penalty of perjury, the signer of this proposal certifies this proposal has not been arrived at collusively nor otherwise in violation of Federal or North Carolina antitrust laws. All proposals must be signed by the owner or an officer of the firm. 4. EXECUTIVE ORDER NUMBER.77: Pursuant to Article 3 and 3C, Chapter 143 of the North Carolina General Statutes and Executive Order No. 77, the University invites and encourages participation in this procurement process by businesses owned by minorities, women, and the disabled, and by disabled business enterprises. 5. DEFAULT AND PERFORMANCE BOND: In case of default by the offeror, the University may procure the articles or services from other sources and hold the offeror responsible for any excess cost occasioned thereby. The University reserves the right to require performance bond or other acceptable alternative guarantees from successful bidder without expense to the University. Default shall occur if the offeror fails to perform any obligation under the contract and schedule and such failure remains uncured for more than thirty (30) days after receipt of written notice thereof from the University. 6. AW ARD AND PAYMENT: As directed by statute, proposals will be evaluated and acceptance made of the lowest and best proposal most advantageous to the University as determined upon consideration of such factors as: prices offered; the quality of the articles offered; the general reputation and performance capabilities of the offerors; the substantial conformity with the specifications and other conditions set forth in the proposal; the suitability of the articles for the intended use; the related services needed; the date or dates of delivery and performance; and such other factors deemed by the University to be pertinent or peculiar to the purchase in question. Unless otherwise specified by the University or the offeror, the University reserves the right to accept any item or group of items on a multi-item proposal. Acceptance is to be confirmed by purchase order issued on the part of the using agency. The using agency is responsible for all payments under the award, to be based on the contract price in effect on the date order is placed. The University's payment term is NET 30 days following receipt and approval of an original invoice. 7. ADVERTISING: In submitting a proposal, offeror agrees not to use the results therefrom as a part of any commercial advertising without prior written approval of the University Purchasing Department. 8. PATENT AND COPYRIGHT: The offeror shall hold and save the University, its officers, agents, and employees, harmless from liability of any kind, including costs and expenses, on 14 • • account of any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in performance of this contract, including use by government. Any and all copy, art, designs, negatives, photographs, or other tangible items created pursuant to offeror's performance of this project shall be the property of the University and shall be delivered to the University upon completion of the project. Such property shall be transferred to the University in excellent, reusable condition. In addition, the copyright in and to any copyrightable work, including, but not limited to, copy, art, negatives, photographs, designs, text, software, or documentation created as a part of the offeror's performance of this project shall vest in the University, and the offeror agrees to assign all rights therein to the University. Offeror further agrees to provide University with any and all reasonable assistance which University may require to obtain copyright registrations or 1.o perfect its title in any such work, including the execution of any documents submitted by University. 9. PRJCING: All prices offered herein shall be firm against any increases. Request by the offeror for a cost increase relevant to any contract extension must be submitted in writing sixty (60) days prior to contract renewal. The University reserves the option of accepting an offeror's proposed cost increase or canceling the service and seeking proposals from other offerors. Requests for cost increases will be indexed to the same percent as any change in the Consumer Price Index/All Urban Consumers for the period of the request. IO. AFFIRMATIVE ACTION: The offeror will take affirmative action in complying with all Federal and State requirements concerning fair employment without regard to discrimination by reason of race, color, religion, sex, national origin, or physical handicap. 11. TERMINATION OF CONTRACT: The University may terminate this contract at any time by providing written notice to the offeror at least thirty (30) days before the effective date of termination. In such event, the offeror shall be entitled to receive just and equitable compensation for any satisfactory work completed. Not withstanding, the offeror shall not be relieved of liability to the University for damages sustained by the University by virtui: of any breach of this contract or failure to perform, and the University may withhold payment to the offeror for the purpose of set off until such time as the exact amount of damages due to the University from such breach or failure can be determined. 12. OFFEROR TERMINATION: The offeror may terminate the contract by providing written notice to the University at the address shown in this proposal at least thirty (30) days before the effective termination date. 13. RELATIONSHIP BETWEEN PARTIES: The offeror is retained by the University only for the purposes and to the extent set forth in the contract, and offeror's relation to the University shall during the term of the contract be that of an independent offeror. The offeror represents that he has, or will secure at his own expense, all personnel, equipment, supplies, and permits required in performing the services under this contract. The contract does not create an employee/employer relationship between the parties. 14. CONTRACT CHANGES: Any changes to the terms and conditions of this contract must be confirmed in the form of a written amendment in which it is to be approved and signed by the appropriate University official and the offeror's designated representative. Notification of change must be given to the University Purchasing Department. The offeror is cautioned that the 15 • • requirements of this contract can be altered only by written addendum and that oral communications from whatever source are of no effect. 15. BANKRUPTCY: The filing of a petition in bankruptcy or insolvency by or against the offeror shall terminate this contract. 16. ASSIGNMENT: The offeror shall not assign or transfer any interest in this contract. 17. AUDITS: The University retains the right to audit the records of the offeror pertaining to this contract both during performance and after completion. Offeror must maintain records for a minimum period of three (3) years following completion of the contract. The State Auditor shall have access to persons and records as a result of all contracts or grants entered into by State agencies or political subdivisions in accordance with General Statute 147-64.7 18. CONFIDENTIAL INFORMATION: As provided by statute and rule, the University will consider keeping trade secrets, which the offeror does not wish disclosed, confidential. Each page shall be identified in boldface at the top and bottom as "CONFIDENTIAL" by the offeror. Cost information shall not be deemed confidential. In spite of what is labeled as a trade secret, the determination whether it is or not will be determined by North Carolina law. I 9. AVAILABILITY OF FUNDS: Any and all payments to the offeror are dependent upon and subject to the availability of funds to the agency for the purpose set forth in this agreement. (NCGS 143-34.2) 20. CARE OF PROPERTY: The offeror agrees that he shall be responsible for the proper custody and care of any University owned property furnished him for use in connection with the performance of this contract and will reimburse the University for its loss or damage. 21. SITUS: The place of all contracts, transactions, agreements, their situs and forum, shall be North Carolina, where all matters, whether sounding in contract or tort, relating to the validity, construction, interpretation, and enforcement shall be determined. 22. GOVERNING LAWS: All contracts, transactions, agreements, etc., are made under and shall be governed by and construed in accordance with the laws ofthe State of North Carolina. 23. ADMINISTRATIVE CODE: Bids, proposals, and awards are subject to the applicable provisions of the North Carolina Administrative Code. 24. PROJECT COORDINATOR: The Environmental Health & Safety Center at North Carolina State University will coordinate the scheduling of the performance of the contract. 25. SAFETY STANDARDS: All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electrical source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re~ examination listing or identification marking of the appropriate safety standard organization, such as the American Society of Mechanical Electrical Engineers for pressure vessels; the Underwriters' Laboratories and/or National Electrical Manufacturers' Association for electrically operated assemblies, where such approvals of listings have been established for the type(s) of 16 • • devices offered and furnished. Further, all items furnished by the offerer shall meet all requirements of the Occupational Safety and Health Act (OSHA) and state and federal requirements relating to clean air and water. 26. INDEMNIFICATION: The offerer shall indemnify and hold the University harmless from all losses, injuries or damages, and wages or overtime compensation due its employees. 27. INSURANCE: COVERAGE: During the term of the contract, the offerer at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the contract. As a minimum, the offerer shall provide and maintain the following coverage and limits: a. Worker's Compensation: The offerer shall provide and maintain Worker's Compensation Insurance, as required by the laws of North Carolina, as well as employer's liability coverage with minimum limits of $150,000.00, covering all of offerer's employees who are engaged in any work under the contract. If any work is sublet, the offerer shall require the subofferor to provide the same coverage for any of his employees engaged in any work under the contract. b. Commercial General Liability: General Liability Coverage, on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $500,000.00 Combined Single Limit. (Defense cost shall be in excess of the limit of liability.) c. Automobile: Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non-owned vehicles, used in connection with the contract. The minimum combined single limit shall be $150,000.00 bodily injury and property damage; $150,000.00 uninsured/under-insured motorist; and $ I ,000.00 medical payment. d. Environmental Impairment Liability Coverage with the minimum available limits of $2,500,000.00 non-sudden and $2,500,000.00 sudden and accidental. Defense costs shall be in excess of limits. This coverage shall be effective upon the date required by USEP A or upon on- site mobilization, whichever occurs first. REQUIREMENTS: Providing and maintaining adequate insurance coverage is a material obligation of the offerer and is of the essence of this contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The offerer shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any of such insurance policies, except as they may conflict with existing North Carolina laws or this contract. The limits of coverage under each insurance policy maintained by the offerer shall not be interpreted as limiting the offerer's liability and obligations under the contract. It is agreed that the coverage as stated shall not be canceled or changed until thirty (30) days after written notice of such termination or alteration has been sent by registered mail to the University Purchasing Department. 17 • • 28. GOVERNMENT AL RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material, quality, workmanship or performance of the items/services offered on this proposal prior to their delivery, it shall be the responsibility of the successful bidder to notify the University Purchasing Department at once, indicating in his letter the specific regulation which required such alterations. The University reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the contract. 29. EXCEPTIONS: All proposals are subject to the terms and conditions outlined herein. All responses will be controlled by such terms and conditions and the submission of other terms and conditions, price catalogs, and other documents as part of a Vendor's response will be waived and have no effect on this Request for Proposal or any other contract that may be awarded resulting from this solicitation. The submission of any other terms and conditions by a. Vendor may be grounds for rejection of the Vendor's proposal. The Vendor specifically agrees to the conditions set forth in this paragraph by affixing his signature on the Execution of Proposal page contained herein. 30. INSPECTION AT OFFEROR'S SITE: The University reserves the right to inspect, at a reasonable time, the equipment/item, plant, or other facilities of a prospective offeror prior to contract award, and during the contract term as necessary for the University's determination that such equipment/item, plant, or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the contract. 31. PROTEST PROCEDURES: A party wanting to protest a contract awarded pursuant to this solicitation must submit a written request to the Director of Purchasing, North Carolina State University Purchasing Department, Campus Box 7212, Raleigh, NC, 27695-7212. This request must be received within thirty (30) consecutive calendar days from the date of the contract award, and must contain specific sound reasons and any supporting documentation for why the . party is protesting the award or the protest will be promptly rejected. NOTE: Contract award notices are sent only to those actually awarded contracts, and not to every person or firm responding to this solicitation. Offerors may call the responsible purchasing agent listed above to obtain a verbal status of contract award. 32. YEAR 2000: The software must perform fault-free in the processing of date and date related data (including, but not limited to, calculating, comparing, and sequencing) by all hardware, telecommunications, and software products delivered under this contract, individually and in combination, upon installation. Fault-free performance includes the manipulation of this data with dates prior to, through, and beyond January I, 2000, and shall be transparent to the user. Hardware, telecommunications, and software products, individually and in combination, shall successfully transition into the year 2000 with the correct date, without human intervention, including leap year calculations. Hardware and software products, individually and in combination, shall also provide correct results when moving forward or backward in time across the year 2000. 33. CONTRACT TERM: The term of this contract shall be from the time of award until its satisfactory conclusion, as determined by the Project Coordinator, unless otherwise extended or terminated as provided for in the terms and conditions stated above. 18 • • 34. PAYMENT: Payments to Offeror are made progressively based on completion of work segments, submission of invoices, and approval of invoices by the Project Coordinator. University Payment term is NET 30 DAYS following receipt and approval of Offeror's original mv01ce. 19 I. INTRODUCTION • • STATEMENT OF WORK FOR THE REMEDIAL DESIGN AND REMEDIAL ACTION AT THE NC STATE UNIVERSITY LOT 86 SITE This Statement of Work (SOW) outlines the work to be performed by Settling Defendant at the NC State University Lot 86 Superfund Site in Wake County. North Carolina ("the Site"). The work outlined is intended to fully implement the remedy as described in the Record of Decision (ROD) for the Site, dated September 27, 1996, and to achieve the Performance Standards set forth in the ROD, Consent Decree, and this SOW. The requirements of this SOW will be further detailed in work plans and other documents to be submitted by the Settling Defendant for approval as set forth in th.is SOW. It is not the intent of this document to provide task specific engineering or geological guidance. The definitions set forth in Section IV of the Consent Decree shall also apply to this SOW unless expressly provided otherwise herein. Settling Defendant is responsible for performing the Work to implement the selected remedy. EPA shall conduct oversight of the Settling Defendant"s activities throughout the performance of the Work. The Settling Defendant shall assist EPA in conducting oversight activities. EPA review or approval ofa task or deliverable shall not be construed as a guarantee as to the adequacy of such task or deliverable. If EPA modifies a deliverable pursuant to Section XII of the Consent Decree, such deliverable as modified shall be deemed approved by EPA for purposes of this SOW. A summary of the major deliverables that Settling Defendant shall submit for the Work is attached. II. OVERVIEW OF THE RD1f.DY THE OBJECTIVES OF THIS KI:\1EDIAL ACTION ARE TO: Prevent or mitigate the con11nut:J rt:kasc of hazardous substances, pollutants and contaminants to the surfical and bedrock aquifer. III. REMEDY The remedy includes In-Situ Mi,ing and Encapsulation to address the Soils and the potential for Groundwater Pump and Treatment and discharge. Thl' n:mcdy recognizes the potential for achieving the Performance Standards through natural attenuation of groundwater contaminants, in lieu of a pump and treat system. As discussed in Section IV Planning and Delivcrabks. no delay in potential groundwater remedial action will occur as a result of the Settling Defendant's evaluation of natural atteriuation processes at the site prior to construction of the groundwater remedy. A. Components The major components of the remedy are described in Section l 1.0 (A) and I l.0(B), Selected Remedy section of the attached Record of Decision. B. Performance Standards Settling Defendant shall meet all Performance Standards, as defined in the Consent Decree including the standards set forth in the attached Record of Decision. If it is determined necessary to operate a pump and treat system to meet the Performance Standards, after complete evaluation of the effectiveness of natural attenuation processes, the Settling Defendant shall operate the groundwater treatment system until compliance with the respective Performance Standards have been demonstrated, in accordance with the Performance Standards Verification Plan, or until groundwater treatment is shown to be technically infeasible. NCSU 9/30/97 20 • • C. Compliance Testing Compliance testing and any related requirements should be addressed and shall confonn to Section 11.0 of the ROD. Settling Defendant shall perfonn compliance testing to ensure that all Perfonnance Standards are met. The treated groundwater shall be tested in accordance with the Perfonnance Standard Verification Plan developed pursuant to Task V of this SOW. After demonstration of compliance with Perfonnance Standards, Settling Defendant shall monitor the groundwater for a minimum of five years. If monitoring indicates that the Perfonnance Standards set forth in Sections 11.0(A) and I 1.0(8) of the Record of Decision are not being achieved at any time after pumping has been discontinued, extraction and treatment of the groundwater will recommence until the Performance Standards are once again achieved. IV. PLANNING AND DELIVERABLES Project time lines are provided in Figures I and 2 for soils and groundwater remediation, respectively. As shown, project design and implementation is generally a sequential process, with completion of each step a prerequisite for starting work on the next. As shown in the figures, and as described in the subsequent sections, some of the sieps from the EPA model Statement of Work have been consolidated to make the most effective use of the Settling Defendant's resources and to begin soil remediation as soon as practical. The Settling Defendant views the schedule presented in Figures I and 2 to be ambitious and timely completion will require adherence to individual task delivery dates by all parties. The schedule also reflects no technical or administrative complications or delays which would cause additional work other than that described in this SOW. Any such situations will be discussed with EPA as they are encountered. Although soil and groundwater remedial design and implementation are scheduled to occur at different times, because the sequence of work is identical, the steps are discussed in this SOW in a consolidated fashion. The specific scope of this work shall be documented by Settling Defendant in a Remedial Design (RD) Work Plan and a Remedial Action (RA) Work Plan. Plans, specifications, submittals, and other deliverables shall be subject to EPA review and approval in accordance with Section XII of the Consent Decree. Settling Defendant shall submit a technical memorandum documenting any need for additional data along with the proposed Data Quality Objectives (DQOs) whenever the Settling Defendent identifies such requirements. Settling Defendant is responsible for fulfilling additional data and analysis needs identified by EPA during the RD/RA process consistent with the general scope and objectives of the Consent Decree, including this SOW. A. Natural Attenuation Study and Schedule Options This summarizes the role of the Natural Attenuation Study in detennining the groundwater remediation approach. A complete discussion is provided in Paragraph 13 of the Consent Decree. The initiation of groundwater remedial design is dependent upon the Natural Attenuation Study Report, which will be submitted for EPA review in September 1998. If, afterreview of the Natural Attenuation Study Report, EPA determines that there is adequate reason to believe that reliance upon natural attenuation processes is sufficient to meet Perfonnance Standards, then the Settling Defendant will prepare a management plan which defines long-tenn groundwater monitoring and institutional controls at that time. In this situation, the Settling Defendant will not proceed with groundwater remedial design as shown in Figure 2. Instead, the Settling Defendant will prepare and submit a request for revision of the selected remedy. If EPA detennines, based upon its review of the Natural Attenuation Study Report, that more infonnation is required to support a change in remedy selection from groundwater pump and treat to natural attenuation, then the Settling Defendant will collect groundwater samples after soil remediation to validate the initial natural attenuation conclusion. In this situation, the Settling Defendant will proceed with design of the ROD-specified groundwater NCSU 9/30/97. 21 • remedy during the natural attenuation validation period. Ifat the end of the post-soil remediation natural attenuation validation period, there is not convincing evidence to support a ROD remedy revision, then the Settling Defendant will have completed groundwater remedial design. Implementation can proceed without loss of time, as shown in Figure 2. B. Project Planning Because the Settling Defendant has been intimately involved with the site since its inception, the Project Planning phase of the project is not necessary. TASK I -REMEDIAL DESIGN The Remedial Design shall provide the technical details for implementation of the Remedial Action in accordance with currently accepted environmental protection technologies and standard professional engineering and construction practices. The design shall include clear and comprehensive design plans and specifications. Plans, specifications, submittals, and other deliverables shall be subject to EPA review and approval in accordance with Sec_tion XII of the Consent Decree. Review and/or approval of design submittals only allows Settling Defendant to proceed to the next step of the design process. It does not imply acceptance of later design submittals that have not been reviewed, nor that the remedy, when constructed, will meet Performance Standards. A. Remedial Design Planning and Preliminary Design Within 30 days after EPA's issuance ofan authorization to proceed pursuant to Paragraph IO of the Consent Decree, Settling Defendant shall begin work on the following: Remedial Design Planning RD Work Plan, Sampling and Analysis Plan, and Health and Safety Plan. Preliminary Design Results of Data Acquisition Activities, Design Criteria Report, Preliminary Plans and Specifications, and Plan for Satisfying Permitting Requirements. The RD Work Plan, and the Sampling and Analysis Plan must be reviewed and approved by EPA and the Health and Safety Plan reviewed and commented on by EPA prior to the initiation of field activities. Upon approval of the RD Work Plan, Settling Defendant shall implement the RD Work Plan in accordance with the design management schedule contained therein. These plans and preliminary design products shall be provided to EPA for review within 60 working days after work is begun. EPA approval of the Plans and Preliminary Design is required before proceeding with further design work, unless specifically authorized by EPA. Information to be contained in each of the plans and preliminary design documents is described below. NCSU 9/30/97 22 • • I. RD Work Plan Settling Defendant shall submit a Remedial Design (RD) Work Plan to EPA for review and approval. The Work Plan shall be developed in conjunction with the Sampling and Analysis Plan and the Health and Safety Plan, although each plan may be delivered under separate cover. The Work Plan shall include a comprehensive description of the additional data collection and evaluation activities to be performed, if any, and the plans and specifications to be prepared. A comprehensive design management schedule for completion of each major activity and submission of each deliverable shall also be included. Specifically, the RD Work Plan shall present the following: a. A statement of the problem(s) and potential problem(s) posed by the Site and the objectives of the RD/RA. b. A background summary setting forth the following: I) A brief description of the Site including the geographic location and the physiographic, hydrologic, geologic, demographic, ecological, and natural resource features; 2) A brief synopsis of the history of the Site including a summary of past disposal practices and a description of previous responses that have been conducted by local, State, Federal, or private parties; 3) A summary of the existing data including physical and chemical characteristics of the contaminants ilkntified and their distribution among the environmental media at the Site. c. A list and detailed dL",cnption of the tasks to be performed, information needed for each task, information to be produced during anJ at the conclusion of each task, and a description of the work products that shall be submitted to EPA. l\11, Jcscription shall include the deliverables set forth in the remainder of Task II. d. A schedule with specific J,11cs for completion of each required activity and submission of each deliverable required by the Consent lkcrce and this SOW. This schedule shall also include information regarding timing, initiation and wmplction of all critical path milestones for each activity and/or deliverable. e. A current project managi:mcnt plan and schedule, including a data management plan, and provision for monthly reports to EPA. and meetings and presentations to EPA at the conclusion of each major phase of the RD/RA. The data management plan shall address the requirements for project management systems, including tracking, sorting. and retrieving the data along with an identification of the software to be used, minimum data requirements. data format and backup data management. The plan shall address both data management and document control for all activities conducted during the RD/RA. f. A description of the community relations support activities to be conducted during the RD. At EPA's request, Settling Defendant will assist EPA in preparing and disseminating information to the public regarding the RD work to be performed. 2. Sampling and Analysis Plan Settling Defendant shall prepare a Sampling and Analysis Plan (SAP) to ensure that sample collection and analytical activities are conducted in accordance with technically acceptable protocols and that the data generated will meet the DQOs established. The SAP shall include a Field Sampling and Analysis Plan (FSAP) and a Quality Assurance Project Plan (QAPP). The FSAP shall define in detail the sampling and data-gathering methods that shall be used on the project. It shall include sampling objectives, sample location (horizontal and vertical) and frequency, sampling equipment and procedures, and sample handling and analysis. The Field Sampling and Analysis Plan shall be written so that a field NCSU 9/30/97 23 • sampling team unfamiliar with the Site would be able to gather the samples and field information required. The QAPP shall describe the project objectives and organization, functional activities, and quality assurance and quality control (QA/QC) protocols that shall be used to achieve the desired DQOs. The DQOs shall, at a minimum, reflect use of analytical methods for obtaining data of sufficient quality to meet National Contingency Plan requirements as identified at 300.435 (b). In addition, the QAPP shall address personnel qualifications, sampling procedures, sample custody, analytical procedures, and data reduction, validation, and reporting. These procedures must be consistent with the Region IV Environmental Compliance Branch Standard Operating Procedures and Quality Assurance Manual and the guidances specified in Section IX of the Consent Decree. Settling Defendant shall demonstrate in advance and to EPA's satisfaction that each laboratory it may use is qualified to conduct the proposed work and meets the requirements specified in Section IX of the Consent Decree. EPA may require that Settling Defendant submit detailed information to demonstrate that the laboratory is qualified to conduct the work, incl~ding information on personnel qualifications, equipment and-material specification, and laboratory analyses of performance samples (blank and/or spike samples). In addition, EPA may require submittal of data packages equivalent to those generated by the EPA Contract Laboratory Program (CLP). 3. Health and Safety Plan A Health and Safety Plan shall be prepared iil conformance with Settling Defendant's health and safety program, and in compliance with OSHA regulations and protocols. The Health and Safety Plan shall include a health and safety risk analysis, a description of monitoring and personal protective equipment, medical monitoring, and provisions for site control. EPA will not approve Settling Defendant's Health and Safety Plan, but rather EPA will review it to ensure that all necessary elements are included, and that the plan provides for the protection of human health and the environment. 4. Results of Data Acquisition Activities Data gathered duririg the project planning phase shall be compiled, summarized, and submitted along with an analysis of the impact of the results on design activities. In addition, surveys conducted to establish topography, rights-of-way, easements, and utility lines shall be documented. Utility requirements and acquisition of access, through purchases or easements, that are necessary to implement the RA shall also be discussed. 5. Design Criteria Report The concepts supporting the technical aspects of the design shall be defined in detail and presented in this report. Specifically, the Design Criteria Report shall include the preliminary design assumptions and parameters, including: a. Waste characterization b. Treatability study c. Pretreatment requirements d. Volume of each media requiring treatment e. Treatment schemes (including all media and by-products) f. Input/output rates g. Influent and effluent qualities h. Materials and equipment i. Performance Standards j. Long-term monitoring requirements The evaluations conducted to select the design approach shall be described. Design calculations shall be included. NCSU 9/30/97 24 • 6. Preliminary Plans and Specifications Settling Defendant shall submit an outline of the required drawings, including preliminary sketches and layouts, describing conceptual aspects of the design, unit processes, etc. In addition, an outline of the required specifications, including Performance Standards, shall be submitted. Construction drawings shall reflect organization and clarity, and the scope of the technical specifications shall be outlined in a manner reflecting the final specifications. Draft construction drawings and specifications for all components of the Remedial Action shall be prepared and presented. All plans and specifications shall conform with the Construction Specifications Institute Master Format. 7. Plan for Satisfying Permitting Requirements All activities must be performed in accordance with the requirements of all applicable federal and state laws and regulations. Any off-site disposal shall be in compliance with the policies stated in the Procedure for Planning and Implementing Off-site Response Actions (Federal Register, Volume 50, Number 214, November, 1985, pages 45933 -45937) and Federal Register, Volume 55, Number 46, March 8, 1990, page 8840, and the National Contingency Plan, Section 300.440. The plan shall identify the off-site disposal/discharge permits that are required, the time required to process the permit applications, and a schedule for submittal of the permit applications. 8. Draft Construction Schedule Settling Defendant shall develop a Draft Construction Schedule for construction and implementation of the remedial action which identifies timing for initiation and completion of all critical path tasks. Settling Defendant shall specifically identify dates for completion of the project and major milestones. B. Prcfinal/Final Design EPA comments on the Preliminary Design and a memorandum indicating how EPA's comments were incorporated shall be included in the Prefinal/Final Design. Settling Defendant shall submit the Prefinal Design when the design work is approximately 90 percent complete in accordance with the approved design management schedule. Settling Defendant shall address comments generated from the Preliminary Design Review and clearly show any modification of the design as a result of incorporation of the comments. Essentially, the Prefinal Design shall function as the draft version of the Final Design. After EPA review and comment on the Prefinal Design, the Final Design shall be submitted along with a memorandum indicating how the Prefinal Design comments were incorporated into the Final Design. All Final Design documents shall be certified by a Professional Engineer registered in the State of North Carolina. EPA written approval of the Final Design is required before initiating the RA, unless specifically authorized by EPA. The following items shall be submitted with or as part of the Prefinal/Final Design: 1. Complete Design Analyses The selected design shall be presented along with an analysis supporting the design approach. Design calculations shall be included. 2. Final Plans and Specifications A complete set of construction drawings and specifications shall be submitted which describe the selected design. 3. Final Construction Schedule Settling Defendant shall submit a final construction schedule to EPA for approval. NCSU 9/30/97 25 • • 4. Construction Cost Estimate An estimate within+ 15 percent to -10 percent of actual construction costs shall be submitted. TASK II -REMEDIAL ACTION Remedial Action shall be performed by Settling Defendant to implement the response actions selected in the ROD. Subject to completion of the treatability study, as described in the Consent Decree. A. Remedial Action Planning Concurrent with the submittal of the Prefinal/Final Design, Settling Defendant shall submit a draft Remedial Action (RA) Work Plan, Project Delivery Strategy, a Construction Management Plan, a Construction Quality Assurance Plan, and a Construction Health and Safety Plan/Contingency Plan. The RA Work Plan, Project Delivery Strategy, Construction Management Plan, and Construction Quality Assurance Plan must be reviewed and approved by EPA and the Construction Health and Safety Plan/Contingency Plan reviewed by EPA prior to the initiation of the Remedial Action. Upon approval of the Final Design and the RA Work Plan, Settling Defendant shall implement the RA Work Plan in accordance with the construction management schedule. Significant field changes to the RA as set forth in the RA Work Plan and Final Design shall not be undertaken without the approval of EPA. The RA shall be documented in enough detail to produce as-built construction drawings after the RA is complete. Deliverables shall be submitted to EPA for review and approval in accordance with Section XII of the Consent Decree. Review and/or approval of submittals does not imply acceptance of later submittals that have not been reviewed, nor that the remedy, when constructed, will meet Performance Standards. I. RA Work Plan A Work Plan which provides a detailed plan of action for completing the RA activities shall be submitted to EPA for review and approval. The objective of this work plan is to provide for the safe and efficient completion of the RA. The Work Plan shall be developed in conjunction with the Project Delivery Strategy, Construction Management Plan, the Construction Quality Assurance Plan, and the Construction Health and Safety Plan/Contingency Plan, although each plan may be delivered under separate cover. The Work Plan shall include a comprehensive description of the work to be performed and the Final Construction schedule for completion of each major activity and submission of each deliverable. Specifically, the RA Work Plan shall present the following: a. A detailed description of the tasks to be performed and a description of the work products to be submitted to EPA. This includes the deliverables set forth in the remainder of Task II. b. A schedule for completion of each required activity and submission of each deliverable required by this Consent Decree, including those in this SOW. c. A project management plan, including provision for monthly reports to EPA and meetings and presentations to EPA at the conclusion of each major phase of the RA. EPA's Project Coordinator and the Settling Defendant's Project Coordinator will meet, at a minimum, on a quarterly basis, unless EPA determines that such meeting is unnecessary. d. A description of the community relations support activities to be conducted during the RA. At EPA's request, Settling Defendant shall assist EPA in preparing and disseminating information to the public regarding the RA work to be performed. NCSU 9/30/97 26 • 2. Project Delivery Strategy Settling Defendant shall submit a document to EPA for review and approval describing the strategy for delivering the project. This document shall address the management approach for implementing the Remedial Action, including procurement methods and contracting strategy, phasing alternatives, and contractor and equipment availability concerns. If the construction of the remedy is to be accomplished by Settling Defendant's "in-house" resources, the document shall identify those resources. 3. Construction Management Plan A Construction Management Plan shall be developed to indicate how the construction activities are to be implemented and coordinated with EPA during the RA. Settling Defendant shall designate a person to be a Remedial Action Coordinator and its representative on-site during the Remedial Action, and identify this person in the Plan. This Plan shall also identify other key project management personnel and lines of authority, and provide descriptions of the duties of the key personnel along with an organizational chart. In addition, a plan for the administration of construction changes and EPA review and approval of those changes shall be included. 4. Construction Quality Assurance Plan Settling Defendant shall develop and implement a Construction Quality Assurance Program to ensure, with a reasonable degree of certainty, that the completed Remedial Action meets or exceeds all design criteria, plans and specifications, and Performance Standards. The Construction Quality Assurance Plan shall incorporate relevant provisions of the Performance Standards Verification Plan (see Task V). At a minimum, the Construction Quality Assurance Plan shall include the following elements: a. A description of the quality control organization, including a chart showing lines of authority, identification of the members of the Independent Quality Assurance Team (!QA T), and acknowledgment that the IQAT will implement the control system for all aspects of the work specified and shall report to the project coordinator and EPA. The IQAT members shall be representatives from testing and inspection organizations and/or the Supervising Contractor and shall be responsible for the QA/QC of the Remedial Action. The members of the IQAT shall have a good professional and ethical reputation, previous experience in the type of QA/QC activities to be implemented, and demonstrated capability to perform the required activities. They shall also be independent of the construction contractor. b. The name, qualifications, duties, authorities, and responsibilities of each person assigned a QC function. c. Description of the observations and control testing that will be used to monitor the construction and/or installation of the components of the Remedial Action. This includes information which certifies that personnel and laboratories performing the tests are qualified and the equipment and procedures to be used comply with applicable standards. Any laboratories to be used shall be specified. Acceptance/Rejection criteria and plans for implementing corrective measures shall be addressed. d. A schedule for managing submittals, testing, inspections, and any other QA function (including those of contractors, subcontractors, fabricators, suppliers, purchasing agents, etc.) that involve assuring quality workmanship, verifying compliance with the plans and specifications, or any other QC objectives. Inspections shall verify compliance with all environmental requirements and include, but not be limited to, air quality and emissions monitoring records and waste disposal records, etc. e. Reporting procedures and reporting format for QA/QC activities including such items as daily summary reports, schedule of data submissions, inspection data sheets, problem identification and corrective measures reports, evaluation reports, acceptance reports, and final documentation. NCSU 9/30197 27 • • f. A list of definable features of the work to be performed. A definable feature of work is a task which is separate and distinct from other tasks and has separate control requirements. 5. Construction Health and Safety Plan/Contingency Plan Settling Defendants shall prepare a Construction Health and Safety Plan/Contingency Plan in conformance with Settling Defendant's health and safety program, and in compliance with OSHA regulations and protocols. The Construction Health and Safety Plan shall include a health and safety risk analysis, a description of monitoring and personal protective equipment, medical monitoring, and site control. EPA will not approve Settling Defendant's Construction Health and Safety Plan/Contingency Plan, but rather EPA will review it to ensure that all necessary elements are included, and that the plan provides for the protection of human health and the environment. This plan shall include a Contingen_cy Plan and incorporate Air Monitoring and Spill Control and Countermeasures Plans if determined by EPA to be applicable for the Site. The Contingency Plan is to be written for the onsite construction workers and the local affected population. It shall include the following items: a. Name of person who will be responsible in the event ofan emergency incident. b. Plan for initial site safety indoctrination and training for all employees, name of the person who will give the training and the topics to be covered. c. Plan and date for meeting with the local community, including local, state and federal agencies involved in the cleanup, as well as the local emergency squads and the local hospitals. d. A list of the first aid and medical facilities including, location of first aid kits, names of personnel trained in first aid, a clearly marked map with the route to the nearest medical facility, all necessary emergency phone numbers conspicuously posted at the job site (i.e., fire, rescue, local hazardous material teams, National Emergency Response Team, etc.) e. Plans for protection of public and visitors to the job site. f. Air Monitoring Plan which incorporates the following requirements: NCSU 9/30/97 I) 2) 3) 4) Air monitoring shall be conducted both on Site and at the perimeter of the Site. The chemical constituents that were identified during the Risk Assessment shall serve as a basis of the sampling for and measurement of pollutants in the atmosphere. Settling Defendant shall clearly identify these compounds and the detection and notification levels required in Paragraph 4 below. Air monitoring shall include personnel monitoring, on-site area monitoring, and perimeter monitoring. Personnel Monitoring shall be conducted according to OSHA and NIOSH regulations and guidance. Onsite Area Moniioring shall consist of continuous real-time monitoring performed immediately adjacent to any waste excavation areas, treatment areas, and any other applicable areas when work is occurring. Measurements shall be taken in the breathing zones of personnel and immediately upwind and downwind of the work areas. Equipment shall include the following, at a minimum: organic vapor meter, explosion meter, particulate monitoring equipment, and onsite windsock. Perimeter Monitoring shall consist of monitoring airborne contaminants at the perimeter of the Site to determine whether harmful concentrations of toxic constituents are migrating off-site. EPA approved methods shall be used for sampling and analysis of air at the Site perimeter. The results of the perimeter air monitoring and the on-site meteorological station shall be used to assess the potential for off-site exposure to toxic materials. The air monitoring program shall include provisions for notifying nearby residents, local, state and federal agencies in the event that unacceptable concentrations of airborne toxic constituents are migrating off-site. Settling 28 • • Defendants] shall report detection of unacceptable levels of airborne contaminants to EPA in accordance with section XI of the Consent Decree. g. A Spill Control and Countermeasures Plan which shall include the following: I) Contingency measures for potential spills and discharges from materials handling and/or transportation. 2) A description of the methods, means, and facilities required to prevent contamination of soil, water, atmosphere, and uncontaminated structures, equipment, or material by spills or discharges. 3) A description of the equipment and personnel necessary to perform emergency measures required to contain any spillage and to remove spilled materials and soils or liquids that become contaminated due to spillage. This collected spill material must be properly disposed of. 4) A description of the equipment and personnel to perform decontamination measures that may be required for previously uncontaminated structures, equipment, or material. B. Preconstruction Conference A Preconstruction Conference shall be held after selection of the construction contractor but before initiation of construction. This conference shall include Settling Defendant and federal, state and local government agencies and shall: I. Define the roles, relationships, and responsibilities of all parties; 2. Review methods for documenting and reporting inspection data; 3. Review methods for distributing and storing documents and reports; 4. Review work area security and safety protocols; 5. Review the Construction Schedule; 6. Conduct a site reconnaissance to verify that the design criteria and the plans specifications are understood and to review material and equipment storage locations. The Preconstruction Conference must be documented, including names of people in attendance, issues discussed, clarifications made, special instructions issued, etc. C. Prcfinal Construction Inspection Upon preliminary project completion Settling Defendant shall notify EPA for the purpose of conducting a Prefinal Construction Inspection. Participants should include the Project Coordinators, Supervising Contractor, Construction Contractor, Natural Resource Trustees and other federal, state, and local agencies with a jurisdictional interest. The Prefinal Inspection shall consist ofa walk-through inspection of the entire project site. The objective of the inspection is to determine whether the construction is complete and consistent with the Consent Decree. Any outstanding construction items discovered during the inspection shall be identified and noted on a punch list. Additionally, treatment equipment shall be operationally tested by Settling Defendant. Settling Defendant shall certify that the equipment has performed to effectively meet the purpose and intent of the specifications. Retesting shall be completed where deficiencies are revealed. A Prefinal Construction Inspection Report shall be submitted by Settling Defendant which outlines the outstanding construction items, actions required to resolve the item,;, completion date for the items, and an anticipated date for the Final Inspection. NCSU 9/30/97 29 • D. Final Construction Inspection Upon completion of all outstanding construction items, Settling Defendant shall notify EPA for the purpose of conducting a Final Construction Inspection. The Final Construction Inspection shall consist of a walk-through inspection of the entire project site. The Prefinal Construction Inspection Report shall be used as a check list with the Final Construction Inspection focusing on the outstanding construction items identified in the Prefinal Construction Inspection. All tests that were originally unsatisfactory shall be conducted again. Confirmation shall be made during the Final Construction Inspection that all outstanding items have been resolved. Any outstanding construction items discovered during the inspection still requiring correction shall be identified and noted on a punch list. If any items are still unresolved, the inspection shall be considered to be a Prefinal Construction Inspection requiring another Prefinal Construction Inspection Report and subsequent Final Construction Inspection. E. Final Construction Report Within 40 working days following the conclusion of the Final Construction Inspection, Settling Defendant shall submit a Final Construction Report. EPA will review the draft report and will provide comments to Settling Defendant. The Final Construction Report shall include the following: 1. Brief description of how outstanding items noted in the Prefinal Inspection were resolved; 2. Explanation of modifications made during the RA to the original RD and RA Work Plans and why these changes were made; 3. As-built drawings. 4. Synopsis of the construction work defined in the SOW and certification that the construction work has been completed. F. Remedial Action Report As provided in Section XV of the Consent Decree, within 75 working days after Settling Defendant concludes that the Remedial Action has been fully performed and the Performance Standards have been attained, Settling Defendant shall so certify to the United States and shall schedule and conduct a pre-certification inspection to be attended by EPA and Settling Defendant. If after the pre-certification inspection Settling Defendant still be! ieves that the Remedial Action has been fully performed and the Performance Standards have been attained, Settling Defendant shall submit a Remedial Action (RA) Report to EPA in accordance with Section XV of the Cons,,nt Decree. The RA Report shall include the following: I. A copy of the Final Construction Report; 2. Synopsis of the work defined in this SOW and a demonstration in accordance with the Performanc" Standards Verification Plan that Performance Standards have been achieved; 3. Certification that the Remedial Action has been completed in full satisfaction of the requirements of the Consent Decree, and; 4. A description of how Settling Defendants will implement any remaining part of the EPA approved Operation and Maintain Plan. After EPA review, Settling Defendant shall address any comments and submit a revised report. As provided in Section XV of the Consent Decree, the Remedial Action shall not be considered complete until EPA approves the RA Report. NCSU 9/30/97 30 • • TASK III -OPERATION AND MAINTENANCE Operation and Maintenance (O&M) shall be performed in accordance with the approved Operation and Maintenance Plan. A. Operation and Maintenance Plan At about the 30 percent construction stage, Settling Defendant shall submit an Operation and Maintenance Plan for review. The Operation and Maintenance Plan must be reviewed and approved by EPA prior to initiation of Operation and Maintenance activities. If necessary, the Operation and Maintenance Plan shall tie modified to incorporate any design modifications implemented during the Remedial Action. Upon approval of the Operation and Maintenance Plan, Settling Defendant shall implement the Operation and Maintenance Plan in accordance with the schedule contained therein. This plan shall describe start-up procedures, operation, troubleshooting, training, and evaluation activities that shall be carried out by Settling Defendant. The plan shall address the following elements: I. Equipment start-up and operator training; a. Technical specifications governing treatment systems; b. Requirements for providing appropriate service visits by experienced personnel to supervise the installation, adjustment, start-up and operation of the systems; and, c. Schedule for training personnel regarding appropriate operational procedures once start-up has been successfully completed. 2. Description of normal operation and maintenance; a. Description of tasks required for system operation; b. Description of tasks required for system maintenance; c. Description of prescribed treatment or operating conditions; and d. Schedule showing the required frequency for each O&M task. 3. Description of potential operating problems; a. Description and analysis of potential operating problems; b. Sources of information regarding problems; and c. Common remedies or anticipated corrective actions. 4. Description of routine monitoring and laboratory testing; NCSU 9/30/97 a. b. Description of monitoring tasks; Description of required laboratory tests and their interpretation; 31 • c. Required QA/QC; and d. Schedule of monitoring frequency and date, if appropriate, when monitoring may cease. 5. Description of alternate O&M; a. Should system fail, alternate procedures to prevent undue hazard; and b. Analysis of vulnerability and additional resource requirements should a failure occur 6. Safety Plan; a. Description of precautions to be taken and required health and safety equipment, etc., for site personnel protection, and b. Safety tasks required in the event of systems failure. 7. Description of equipment; a. Equipment identification; b. Installation of monitoring components; c. Maintenance of site equipment; and d. Replacement schedule for equipment and installation components. 8. Records and reporting; a. Daily operating logs; b. Laboratory records; c. Records of operating cost; d. Mechanism for reporting emergencies; e. Personnel and Maintenance Records; and f. Monthly reports to State/Federal Agencies. B. Operation and Maintenance Manual At about the 30 percent construction stage, Settling Defendant shall submit an O&M manual for review. This manual shall include all necessary O&M information for the operating personnel. The O&M manual must be reviewed and approved by EPA prior to initiation of Operation and Maintenance activities. TASK IV-PERFORMANCE MONITORING Performance monitoring shall be conducted to ensure that all Performance Standards are met. A. Performance Standards Verification Plan NCSU 9/30197. 32 • • The purpose of the Perfonnance Standards Verification Plan is to provide a mechanism to ensure that both short- tenn and long-tenn Perfonnance Standards for the Remedial Action are met. Guidances used in developing the Sampling and Analysis Plan during the Remedial Design phase shall be used. Settling Defendant shall submit a Perfonnance Standards Verification Plan with the Intennediate Design. Once approved, Settling Defendar,t shall implement the Perfonnance Standards Verification Plan on the approved schedule. The Perfonnance Standards Verification Field Sampling and Analysis Plan that provides guidance for all fieldwork by defining in detail the sampling and data gathering methods to be used. The Perfonnance Standards Verification Field Sampling and Analysis Plan shall be written so that a field sampling team unfamiliar with the Site would be able to gather the samples and field infonnation required. The Perfonnance Standards Verification Quality Assurance/Quality Control plan that describes the quality assurance and quality control protocols which will be followed in demonstrating compliance with Perfonnance standards. Specification of those tasks to be perfonned by Settling Defendant to demonstrate compliance with the Perfonnance Standards and a schedule for the perfonnance of these tasks. NCSU 9/30/97 33 • REFERENCES The following list, although not comprehensive, comprises many of the regulations and guidance documents that apply to the RD/RA process. Settling Defendant shall review these guidances and shall use the information provided therein in performing the RD/RA and preparing all deliverables under this SOW. I. "National Oil and Hazardous Substances Pollution Contingency Plan, Final Rule", Federal Register 40 CFR Part 300, March 8, 1990. 2. "Superfund Remedial Design and Remedial Action Guidance," U.S. EPA, Office of Emergency and Remedial Response, June 1986, OSWER Directive No. 9355.0-4A. 3. "Interim Final Guidance on Oversight of Remedial Designs and Remedial Actions Performed by Potentially Responsible Parties," U.S. EPA, Office of Emergency and Remedial Response, February 14, 1990, OSWER Directive No. 9355.5-0 I. 4. "Guidance for Conducting Remedial Investigations and Feasibility Studies Under CERCLA, Interim Final," U.S. EPA, Office of Emergency and Remedial Response, October 1988, OSWER Directive No. 355.3-0 I. 5. "A Compendium ofSuperfund Field Operations Methods," Two Volumes, U.S. EPA, Office of Emergency and Remedial Response. EPA/540/P-87/OOla, August 1987, OSWER Directive No. 9355.0-14. - 6. "EPA NEIC Policies and Procedures Manual," EPA-330/9-78-001-R, May 1978, revised November 1984. 7. "Data Quality Objectl\e, for Remedial Response Activities," U.S. EPA, Office of Emergency and Remedial Response and Office of Waste Programs Enforcement, EPA/540/G-87/003, March 1987, OSWER Directi\'~ t\o ":iY5.0-78. 8. "Guidelines and Specdica11ons for Preparing Quality Assurance Project Plans," U.S. EPA, Office of Research and Developmrnl. Cincinnati, OH, QAMS-004/80, December 29, 1980. 9. "Interim Guidelines and Specifications for Preparing Quality Assurance Project Plans," U.S. EPA, Office of Emergency and Remedial Response, QAMS-005/80, December 1980. 10. "Users Guide to the EPA Contract Laboratory Program," U.S. EPA, Sample Management Office, August 1982. 11. "Environmental Compliance Branch Standard Operating Procedures and Quality Assurance Manual," U.S. EPA Region IV, Environmental Services Division, February 199 I, (revised periodically). 12. "USEPA Contract Laboratory Program Statement of Work for Organics Analysis," U.S. EPA, Office of Emergency and Remedial Response, February 1988. 13. "USEPA Contract Laboratory Program Statement of Work for lnorganics Analysis," U.S. EPA, Office of Emergency and Remedial Response, July 1988. 14. "Quality in the Constructed Project: A Guideline for Owners, Designers, and Constructors, Volume I, Preliminary Edition for Trial Use and Comment," American Societ)'. of Civil Engineers, May 1988. 15. "Interim Guidance on Compliance with Applicable or Relevant and Appropriate Requirements," U.S. EPA, Office of Emergency and Remedial Response, July 9, 1987, OSWER Directive No. 9234.0-05. DRAFTNCSU 3/17/97 34 • • 16. "CERCLA Compliance with Other Laws Manual," Two Volumes, U.S. EPA, Office of Emergency and Remedial Response, August I 988 (Draft), OSWER Directive No. 9234.1-01 and -02. 17. "Guidance on Remedial Actions for Contaminated Ground Water at Superfund Sites," U.S. EPA, Office of Emergency and Remedial Response, (Draft), OSWER Directive No. 9283.1-2. 18. "Guide for Conducting Treatability Studies Under CERCLA," U.S. EPA, Office of Emergency and Remedial Response, Pre-publication Version. 19. "Health and Safety Requirements of Employees Employed in Field Activities," U.S. EPA, Office of Emergency and _Remedial Response, July 12, 1981, EPA Order No. 1440.2. 20. "Standard Operating Safety Guides," U.S. EPA, Office of Emergency and Remedial Response, November 1984. 21. "Standards for General Industry," 29 CFR Part 1910, Occupational Health and Safety Administration. 22. "Standards for the Construction Industry," 29 CFR 1926, Occupational Health and Safety Administration. 23. "NIOSH Manual of Analytical Methods," 2d edition. Volumes I -VII,-or the 3rd edition, Volumes I and II, National Institute of Occupational Safety and Health. 24. "Occupational Safety and Health Guidance Manual for hazardous Waste Site Activities," National Institute of occupational Safety and Health/Occupational Health and Safety Administration/United States Coast Guard/ Environmental Protection Agency, October 1985. 25. "TL Vs -Threshold Limit Values and Biological Exposure Indices for 1987 -88," American Conference of Governmental Industrial Hygienists. 26. "American National Standards Practices for Respiratory Protection," American National Standards Institute 288.2-1980, March 111981. 27. "Quality in the Constructed Project-Volume I," American Society of Civil Engineers, 1990. [Other guidances referenced in CD that are not listed above (i.e. QA, Sample and Data Analysis, etc.) DRAFTNCSU 3/17/97 35 • SUMMARY OF THE MAJOR DELIVERABLES FOR THE REMEDIAL DESIGN AND REMEDIAL ACTION AT THE NC STATE UNIVERSITY LOT 86 SUPERFUND SITE DELIVERABLE PROJECT PLANNING No deliverables planned as part of Task I. TASK I REMEDIAL DESIGN RD Work Plan (15) Sampling and Analysis Plan (15) Health and Safety Plan (5) Natural Attenuation Study Report (l 0) Preliminary Design Results of Data Acquisition Activities (l0) Design Criteria Report (l 0) Preliminary Plans and Specifications (l0) Plan for Satisfying Permitting Requirements (l 0) Draft Design Analyses ( I 0) Draft Plans and Specifications (l 0) Draft Construction Schedule (l0) Prefinal/Final Design Complete Design Analyses ( I 0) Final Plans and Specifications (10) Final Construction Schedule (l 0) Construction Cost Estimate (l 0) TASK II REMEDIAL ACTION RA Work Plan ( I 5) Project Delivery Strategy (l 0) Construction Management Plan ( I 0) Construction Quality Assurance Plan (l0) Construction Health and Safety Plan/Contingency Plan (5) Prefinal Construction Inspection Report (l 0) Final Construction Report ( I 0) Remedial Action Report (l 0) DRATTNCSU 3/17/97 36 • TASK Ill OPERA T!ON AND MAINTENANCE Operation and Maintenance Plan(! 0) Operation and Maintenance Manual (I 0) TASK IV Monitoring Performance Standards Verification Plan (IO) NOTE: The number in parenthesis indicates the number of copies to be submitted by Respondents. One copy shall be unbound, the remainder shall be bound. DRAFT SOW 3/17/97 DRAFTNCSU 3/17/97 37 • • JO Tulr Nam• B~ Contratto, Sea/Ch ~ RDiRA Conlrdr Seledlon. Proo:: Ourallon 1d """ r---;-Aqst Apprvat Clf Conlrc11 from EPA 1d ~ EPA CClrli"rtc,; rlil'o'lsw and lpptYaJ ·--j 20d ~ S~IEAloStale ----_ _[ ___ ~ Sial•EAHevisw l 30d ~ AKetv. sla1e apprwt ot EA. ! 1 d ~ ~-~c;;i~-----·----1-----ii II Plan Pr1para1lon -Soils r-----,-;-Woo; Plan • Sols ~ Siimpii;,g-ind"Anafys·Pi.ari·:·~ .. t-"j-;-H&S-~~---·-13 PennU Plan-Soll3 1d "" "" "" "" rs,s, --1,.pa,cRa.,.,:::c:.c."""..:c,c. >soo.:..---r-• .,. ris T~,1~u·1y S1ud,"Aold Wo,1( " -. ···----·----16 TraatlbruyS!ud'fOala-Sotts Id 17 Oe~ Crllerta Report-Soils Pllllrnhary Plans and Specs-Sobs " ',, Stbn111C1 EPA fo, AliMsw ·-------------EPAR■w,w Prefna.Vfnal Design ~,.~Analysts. Soils '23 FhaJ Plan, and Spocs • Soils ~ F'haJ Cc:nst Sdldl & Cost Esl -SOIis 25 RA PlaMhg {Al Plans)• Seils r-;;-EPA /lppM o/ FnaJ dosigl -Soils '27 EPA Al~'" AA i:,iall:I-Sob .. ~ ~~ Clf RA plara • S<llls 29 Plans to EPA· schd crol • Soils 30 Sutlrnll Prdm Nat Allan Ripon 31 EPA Review ol NA Report J2 EPA Predm Dedslon on Nat Allen j ~ Prao:instrucilonConf-Solb; --·-·1-, 34 ~ lmplem -Soils ""' 1d ""' 30d 30d 30d "" "" ""' ""' 1d "" 1d '" ,. cp-~c..,-ccc..,-ccruc,c1~-,-.,..;c:;c--·----id 36 Cons!rucOon Iba-Soils 'J7 F.-ia, Conslrucllon N9' -Sons la FkwConstRepl-SOlts t-"j, Remedial Ad rtpl • Sob ~ O& M f'l.nandMarual ~ Pert~ skb v·erUlc.lllon Plan '"" "' 1d 1d NCSU Lot 86 Soil Proposed Remediation Schedule (Jan 98) '97_J_ Liar 23, '97..J. Jun 1, '117 Au<1 10, '97 Oct 19, '97 Oec 2&, '97 1 Liar 8 '98 I May 17, '9~1 Jul 26 '98 FT,■,w,s,T1•1•1•1 ■WSTM• T,s,w,~½~•JT S Ocl '• '98 J Dec 13, '118 J Feb 21, '911 I Uav 2, '911 1 Jul 11, '99 Sep '"t "12 ;~,:.:··· :i::~=::~'.,n,i.9"' ::t1~15 9129 hmg 9/JO~tnO 11111 ~1/11 11m ~1112 11/13 11113 11114 11/14 ··:·····:··-··-·········.:_·g 2/5 1111, .. ::::·.:·::.~.::·:.:·::·.:.:.-d 2J5 11114 ,,,,, ... , .. ,., ',r- 2/6 ti\:·:· ·::·::·:•:.;:,::,::.,: .. ::,:::?1 "30 FIGURE 1 ,,, a,,. 2116 J 2111 1/12~3/6 1/12 EJSSJ.i_:11& "' It" ''"'·~· ::iI::,::: StlO~ &r.10 StlO f:· m W S T1M1F TS W!SITIMIFIT SW c\~:079122 am 11n 11/4~ 12/15 111130 10,"30 1112 :ft •:c:•,:·::·:,:: ,:c;:-::,; n 1/22 1/25 r,125 121\t ~2/16 12117 ]:-·.;:C:~iE;.:.~:::::.:~,,,_. ,:,:;;:~::!t'31 :~ .. :t:;:i~·.·····.·;cJ 2111 I 2111 1an, 1 Prc,jed: OJ1e: Tue llf<l/9e Tm CnllcaJT1slt ♦ ♦ Roiled Up Crtllcal Task I;;.-,_,~, .. ,~~. ·:~,-:t{:i-~ .;,?~':j f Aoae<I up Mde~one 0 • • to TukName Begin GW Conlrador Se:uch ~ One yoar Nat AU valid period ~ EPAfinaldec!slonooNalAll ~ ---------◄ ROIRA Conlfctl Sal&Cllon Proc --·------------------5 Tentawe SelecUoo 6 Rqst ApprvaJ of Contrctr lrom EPA ------:,-Reailve App,v.;.i from EPA -··--•-·--------· --II Issue AO/AA Conlracl • Plans nnd Prnllm Design· GW 10 WtnPlan•GW 11 Sim~-~Analys·P~,;: a·w· 12 H&s Plan. oW · 13 EPA Plan Rev & ,'.pprova/ 1, Fleld Data CoPecllol'I ~ Resulls or Oat■ Ao:julsiUoo • GW ~ o;~~ria~: ii«------ 11 Prellmlnaty Plans and Specs· GW ~ ·P,nnlt Plan· GW ~ EJ•:a.·.-.ppr,1 ol Pn,lim 0esig;. GW --------.. -----. 20 PrnfinaVFin~ Oosl111 • GW 21 Complete Design Anatysls • GW 22 Fna.l ~ and Specs• GW --23 Filal Const Schd & Cost Est• GW 24 AA Aannlng (All Plans)· GW 25 EPA Rev ol Anal doslgl • GW 26 EPA Rev ol AA plans• GW 27 Mod1~ucao1·RA·piw.·ow 28 P1an.s10EPA:-~~-:-GVi- 211 ProcoostruCllon Conf • GW 30 Conslructlon lmplem • GW 31 Prafinal Ctlr\Slruc lnsp • GW -32 Cons!M;tlon !bes• GW ~ Fna1 ConslNtllon lnspe • GW ~ Fwlal Consl Aept • GW f---c,,c-i-=-R,----m,---c••l,;;;7,;~-:GW ____ _ ~O&M~endMNWI ~ Performanco Sid$ Vertflcallon Plan Project: Dale: Tua e/-4198 NCSU Lot 86 Proposed Groundwater Remediation Schedule ul 76, '118 1 Oct•• '98 I Oec 13, '98 Feb 21, '99 Mev 2, '99 Jul 1 t, '!19 ! Sep 19, '99 I Nov 28, '99 Feb 6, '00 I Aor 16, '00 I Jun 25, '00 I Seo 3, '00 I Nov 12, '00 I Jan 21, 't11 I Apr 1, '01 Jun F1T1SIWISITIMIF TISIW SITIM F!TIS!W S TM FT SrWISIT M FITISIWISiTIMIFIT 1S 1W 1 S 1T MF 7 8/17 Tuk Progress '115 1:-:-:-:c:,-··,.·· j:::,:-:-:-:. :·:!:t=!:~;·:_:· ... n Mieslone Summary ♦ ; 4/27 212, "'·:·::·:·:·:·:·:--·:·':·:-yr "'21 I 2121 ===a .j.4/21 "'' 6121 612 6/5 6123 FIGURE 2 :: ~:'. b."'1 :t.i"'' . ::: ~~~= ~1122 , ~ 1112 J 1112 Rolled Up Task !-:,;;.,·.-, ·:,:;:·::;-:-:,-:-:-x-:e:-:n,.~1 Rcllecl Up Progress $ Rolled Up Miles\Dnfl ◊ 6126 j I