Loading...
HomeMy WebLinkAboutNCD981475932_20040517_FCX Inc. (Washington Plant)_FRBCERLA RA_Final Interim RD RA Work Plan Vols. 1 2-OCRJ I . ' ! r r i J j r r r I . 'I . . " . . , , . . . : ' :· • . : i : I . •. .• • W.5. Environmental Protection Agency· I , . I ' I I . , EPA Region 4 RESPONSE ACTION CONTRACT Contract No. 68-W-99-043 BLACK & VEATCH Special Projects Corp. I I I I I I I I I I I I I I I I I I I ~~~=.~~ SUPERFUi~D SECTION FINAL INTERIM WORK PLAN VOLUMES 1 & 2 REMEDIAL DESIGN/REMEDIAL ACTION FCX WASHINGTON SITE WASHINGTON, BEAUFORT COUNTY, NORTH CAROLINA I I I I I I I I I I I I I I I I I I I Final Interim Work Plan Remedial Design/Remedial Action Volume 1 -Technical Approach FCX Washington Washington, Beaufort County, North Carolina U.S. EPA Work Assignment No. 044-RDRD-049H Black & Veatch Project No. 48344 Prepared under EPA Contract No. 68-W-99-043 May 17, 2004 Prepared by Black & Veatch Special Projects Corp. 1145 Sanctuary Parkway, Suite 475 Alpharetta, Georgia 30004 Except for data contained on all pages of Volume 2 of this document, it is agreed that as a condition of award of this contract, and notwithstanding the conditions of any notice appearing hereon, the Government shall have unlimited rights (as defined in Contract No. 68-W-99-043) in and to the technical data contained in this document dated August 29, 2003, upon which this work assignment is based. I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Volume 1 -Technical Approach Contents Interim Work Plan Volume I 1.0 Introduction ......................................................... I I. I Site Location and Background ....................................... I 1.2 Purpose and Scope of Work ....... : ................................ I 2.0 Technical Approach .................................................. 3 2.1 Overview ....................................................... 3 2.2 Task I -Project Planning and Support ................................ 4 2.3 Task 3 -Data Acquisition .......................................... 6 2.4 Task 5 -Analytical Support and Data Validation ........................ 6 2.5 Task 6 -Data Evaluation ........................................... 7 2.6 Task 7 -Treatability Study ......................................... 8 3.0 Safety and Contingency Plan ........................................... 9 4.0 Quality Control Measures ............................................. I 0 4.1 Quality Assurance Project Plan (QAPP) ............................... 11 4.2 Data Management Plan (DMP) ...................................... 11 5.0 Project Milestones ................................................... 12 5. I Project Schedule ................................................ 12 5.2 Project Deliverables .............................................. 12 6.0 Cost Estimate ...................................................... 14 7.0 Exceptions to Assignment, Anticipated Problems, and Special Requirements .... 15 Appendix Appendix A-EPA Statement of Work Appendix B -EPA Comments to Technical Memorandum Memo Appendix C -Supplemental Remedial Technology Information May 17, 2004 TC-I FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Contents (Continued) Volume 2 -Confidential Business Information Task Summary Information • Task I -Project Planning and Support • Task 3 -Data Acquisition • Task 5 -Analytical Support and Data Validation • Task 6 -Data Evaluation • Task 7 -Treatability Study May 17, 2004 TC-2 Interim Work Plan Volume l FINAL I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 1.0 Introduction Interim Work Plan Volume l The United States Environmental Protection Agency (EPA), under the authority of the Comprehensive Environmental Response, Compensation and Liability Act of 1980 (CERCLA), as amended by the Superfund Amendments and Reauthorization Act of 1986 (SARA), has initiated procedures to conduct a Remedial Design (RD) at the FCX Washington site in Washington, Beaufort County, North Carolina. This interim work plan for the RD has been prepared by Black & Veatch Special Projects Corp. (Black & Veatch) under Contract Number 68-W-99-043 with EPA Region 4 and under specific authorization of EPA Region 4 through Work Assignment Number 044-RDRD-049H. This interim work plan describes the tasks that the project team will perform in providing technical and administrative assistance to the EPA. This interim work plan also presents the project schedule along with the projected costs associated with each task. 1.1 Site Location and Background A brief description and history of the FCX Washington site is included in the EPA's statement of work (SOW) for this work assignment dated August 29, 2001. A copy of the SOW is included in Appendix A. Detailed descriptions of the project site, including previous investigations, are contained in the project files, copies of which are currently in Black & Veatch's possession. 1.2 Purpose and Scope of Work The purpose of this work assignment is to perform RD activities for the FCX Washington site. The proposed RD is being postponed temporarily while Monitored Natural Attenuation (MNA) is evaluated as a remedial alternative. Site investigations, and the corresponding groundwater results from I 993 and 1998, led the EPA to believe that MNA should be evaluated as a possible alternative to implementing the proposed RD of using a groundwater pump-and-treat system. In 2002, 15 groundwater samples were collected and analyzed for metals, volatile organic compounds, semivolatile organic compounds, pesticides, daughter products of pesticides, and select natural attenuation parameters from the existing well network. A technical memorandum, Field Investigation Results, Bioscreen Analysis and Recommendations-FCX Washington, NC, December 20, 2002, evaluated the 1993, 1998, and 2002 data. The purpose of the Technical Memorandum was to support an assessment of utilizing MNA and a May 17, 2004 FfNAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Interim Work Plan Volume I permeable reactive barrier (PRB) as remedial measures to replace a pump-and-treat remedy. The Technical Memorandum concluded that contaminant concentrations were decreasing at the FCX Washington site and that MNA with a PRB should be further examined for its effectiveness as an alternative remedy. The Technical Memorandum also recommended placement of additional monitoring wells down gradient of the site and to implement a MNA groundwater monitoring program, including performance monitoring. The following data quality objectives (DQO) were established in the EPA Comments to the Technical Memorandum, June 5, 2003, (See Appendix B) from the Work Assignment Manager (W AM): • Determine if manganese, toxaphene, gamma chlordane/2, dieldrin, aldrin, beta BHC, lindane, D DE, and benzene are migrating beyond the site and current monitoring system • Determine if chlorinated pesticides (listed above) and benzene ( contaminants of concern) are discharging to the wetland and accumulating in the sediment or contaminating surface water above the protection standards specified in the ROD. • Determine if MNA will act to reduce concentrations of compounds other than toxaphene. In order to answer the DQOs, additional characterization of the nature and extent of contamination is needed. Therefore, this interim work plan will install five monitoring wells and collect additional groundwater, surface water, sediment, and subsurface soil (direct push) samples to evaluate if natural attenuation is occurring or could occur in the future at the site and to determine the extent and migration of the contamination plume. Indicators that MNA is occurring or may occur in the future will result in a delay of the current RD and implementation of MN A or possible implementation of a modified RD. This interim work plan is not meant to substantiate that natural attenuation is working, merely to explore if it is possibly occurring and feasible for the future at the FCX Washington site. The original EPA SOW, dated August 29, 2001, defined the following tasks: • Project Planning and Support • Community Relations • Data Acquisition • Sample Analysis • Analytical Support and Data Validation • Data Evaluation • Treatability Study and Pilot Testing • Preliminary Design • Equipment, Services, and Utilities • Prefinal and Final Design May 17, 2004 2 FINAL I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044·RDRD•049H Black & Veatch Project No. 48344.121 • Postremedial Design Support • Work Assignment Closeout Interim Work Plan Volume I The EPA Memo dated June 5, 2003, defined the following tasks included in this Interim RD/RA Work Plan: • Project Planning and Support • Data Acquisition • Sample Analysis • Analytical Support and Data Validation • Data Evaluation • Treatability Study and Pilot Testing The Draft and Final RD Work plan will be prepared as a result of the findings and recommendations from the report. May 17,2004 3 FINAL I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 2.0 Technical Approach 2.1 Overview Interim Work Plan Volume l This section of the interim work plan describes the technical approach to be performed under this work assignment for the EPA. Work descriptions, where appropriate, indicate the technical approach and assumptions that will impact the estimated level of effort (LOE) the most. The tasks outlined in the EPA's September 25, 2001, work assignment form (WAF), the August 29, 2001, SOW, and EPA Memo, June 5, 2003 have been incorporated into this interim work plan under the appropriate tasks described below. The work to be performed under this interim work plan will generally consist of the following task: • Task 1 -Project Planning and Support • Task 3 -Data Acquisition • Task 5 -Analytical Support and Data Validation • Task 6 -Data Evaluation • Task 7 -Treatability Study This task number corresponds to the EPA work breakdown structure (WBS) for the RAC program for performing Fund-Lead RD activities and provides a manageable and efficient means of budgeting and tracking project activities. There are 13 tasks associated with the complete WBS for Fund-Lead RD activities; however, only work activities associated with the task listed above are discussed in the interim work plan. This task, as described within the EPA SOW, will be performed under Black & Veatch Project Number48344 as discussed below. The task number will be used to account for both expended LOE hours and associated costs for project activities. The cost and LOE hours estimate for the task associated with the interim work plan activities are included in Volume 2 of this interim work plan. 2.2 Task 1 -Project Planning and Support Project management activities are those planning and support tasks that provide project control and ensure that all project activities are performed according to scope and schedule. Black & Veatch commenced project management activities for the FCX Washington site October 1, 2001, under this work assignment when it was first issued and will continue as discussed below. Qualified personnel with appropriate professional backgrounds will be assigned to perform project tasks. Although all reasonable efforts will be made to maintain continuity of personnel throughout this work assignment, the assistance of some technical specialists ( e.g., May 17, 2004 4 FINAL -,-., I ---' EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Interim Work Plan Volume I scientists and engineers) is anticipated. The EPA WAM will be advised as soon as possible when assistance from technical specialists and other changes to the project team are necessary. The Black & Veatch Project Manager (PM) will maintain project control. The PM will be responsible for keeping EPA informed of the direction of project work; compliance with schedules and budgets; performance of reviews; content, and format of review comments; and day-to-day monitoring of project staff. The PM is also responsible for providing EPA technical, financial, and schedule status reports on a monthly basis throughout the life of the project. The PM will discuss individual subtasks with the W AM before and after each work event to facilitate consistent and thorough cost control. Informal accounting of LOE and costs will be provided at the request of the W AM for individual task events. If required, Black & Veatch can provide summaries of LOE and costs in weekly intervals utilizing a cost accounting and project tracking system. Quality control (QC) will be carried out in accordance with the Black & Veatch Corporate Quality Assurance Plan and the relevant EPA Region 4 requirements as outlined by the Region 4 Quality Assurance Officer. Ultimate responsibility for QC rests with the PM, although various QC personnel will assist the PM. Specific information regarding QC procedures is contained in Section 4.0 of this interim work plan. Subtasks representative of the efforts that will be completed under the project planning and support task include the following: • Attend scoping meeting • Evaluate existing information • Develop Interim Work Plan and cost estimate • Preparation of site specific plans • Develop Health and Safety Plan • Develop Sampling and Analysis Plan • Prepare periodic status reports • Meeting participation and routine communications Monthly progress reports will continue throughout the project and will summarize the following information in the form of the Technical, Financial, and Schedule Status Reports. The Technical Status reports will summarize the following: • Activities during the reporting period • Project schedule and progress, including percent LOE and costs expended through the period May 17,2004 5 FINAL I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 • Schedule variances and corrective actions • Activities planned for the next reporting period Financial status reports will summarize the following information: Interim Work Plan Volume I • Project professional hours and costs expended to date by task • Actual project professional hours and expenditures for the given reporting period • Estimated professional hours and costs to complete each task Schedule status reports will summarize the following information: • Project tasks with planned and actual start and completion dates • Planned and actual dates for milestones and submittals This interim work plan contains LOE and costs projected through a field sampling event and report of findings through 2003. LOE and costs projected for all tasks are presented in Volume 2. 2.3 Task 3 -Data Acquisition Five new groundwater wells will be installed at the FCX Washington site. Five subsurface soil samples will be collocated with the newly installed monitoring wells. Twenty groundwater samples (including the new wells), three surface water, three sediment, and three push point samples will be collected at the FCX Washington site. Twenty groundwater wells will be surveyed (vertical extent) to determine top of casing well elevation by a subcontractor. All sample locations will be surveyed (horizontal extent) by using a global positioning system (GPS) by Black & Veatch. Subtasks to be performed during this task are as follows: • Mobilization and Demobilization • Conduct Hydrogeological Investigations: water table measurements & slug testing • Conduct Geological Investigations: boring logs for new wells • Dispose of Investigation Derived Waste (ID W) 2.4 Task 5 -Analytical Support and Data Validation This task will consist of reserving CLP slots and coordinating with the lab for delivery and analysis of the field samples. Subtasks to be performed during this task are as follows: • Prepare and ship environmental samples May 17, 2004 6 FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 • Coordinate with appropriate sample management personnel • Implement EPA approved Laboratory QA program • Provide Sample Management • Validate Data 2.5 Task 6 -Data Evaluation Interim Work Plan Volume I This task will consist of receiving, sorting, organizing, and evaluating data produced at the sampling event and subsequent studies. A new Technical Memorandum will be produced which will tabulate, compare, and report the current and previous sampling data, attempting to show trends in contaminant concentrations and analyzing the potential of the trends attributable to natural attenuation processes. Differences in sampling methodology from all sampling events from which data is being compared, as well as comments to the prior Technical Memorandum will also be discussed in this new document. In addition, the Technical Memorandum will report the findings of the treatability study (as described in Task 7) for an additional treatment technology, a PRB, and compare the feasibility of the MNA, PRB, and pump and treat options. An indication of total contaminants levels trending downwards, combined with a determination that groundwater flow is not resulting in the movement of contamination offsite, will likely result in a recommendation to begin quarterly sampling for one year followed by semi-annual sampling to monitor the site. Data that does not indicate decreasing mass of contaminants will result in either a decision to keep monitoring groundwater at the rates previously mentioned, to implement the RD stated in the Record of Decision, or the evaluation of other, more recent remedial technologies that have been developed/refined since the prior feasibility study ( e.g. a PRB or in situ chemical oxidation). Ultimately, cost estimates must be performed for all of the remedial options to be compared and evaluated for the FCX Washington site. Subtasks to be performed during this task are as follows: I. Data reduction, tabulation, evaluation, and comparison II. Modeling and calculations for natural attenuation III. Developing data evaluation report IV. Performing treatability study (Task 7) V. Estimating cost and effectiveness of treatment options VI. Recommendations for remedial action The PRB option at FCX May 17, 2004 7 FINAL I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Interim Work Plan Volume l PRBs are passive groundwater treatment systems that remove contamination from groundwater as it flows through the treatment medium under natural gradients. The permeable zone contains a reactive or absorptive medium oriented to intercept and remediate a contaminant plume and removes contaminants from the groundwater by physical, chemical, and/or biological processes. Some PRBs are installed as permanent or semi-permanent units across the flow path of a contaminant plume, whereas others are installed as in situ reactors which are accessible to facilitate the removal/replacement ofreactive media (See "A Citizen's Guide to Permeable Reactive Barriers" in Appendix C). A PRB atthe FCX Washington site would be "keyed-in" to the low-permeability aquitard approximately 30 feet below the ground surface and would be large enough to capture the groundwater containing the contaminants. PRBs are currently being used worldwide to treat groundwater contaminated with chlorinated solvents, metals, inorganic constituents, and to a lesser degree, other organic compounds. However, PRBs have not been commonly used at sites with groundwater contaminated with halogenated semivolatile compounds, such as the pesticides at the FCX Washington site. The physical process of adsorption (i.e. using activated carbon) and the chemical process of abiotic reductive dechlorination (i.e. using zero-valent iron) can act to reduce the concentration of these types of compounds from the groundwater. A PRB design for FCX Washington may incorporate both materials. A treatability study would be required to both formulate the most effective reactive media and provide an estimate of the effectiveness and longevity of a PRB. Additionally, a thorough site characterization including plume extents and concentrations, hydrogeology, and geochemistry must be performed. Thorough site characterization must be performed for any remedial alternative chosen. Ideally, this involves groundwater flow and solute transport modeling to address the variability and uncertainty inherent in most aquifer/PRB systems, which is generally required for pump and treat system design, and is a useful for determining the rates and applicability of MNA. 2.6 Task 7 -Treatability Study This task incorporates testing the effects of the treatment of actual groundwater collected on site in the sampling event. This bench-scale study will attempt to elucidate the effectiveness of different PRB media. The results of Task 7 will be included in the Technical Memorandum produced in Task 6. May 17, 2004 8 FINAL I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68•W•99•043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Interim Work Plan Volume I 3.0 Safety and Contingency Plan A Site-Specific Health and Safety Plan will be prepared for the remedial investigation, along with a Task-Specific HASP to address the site health and safety requirements for the site visit for this project. The HASPs will be prepared as part of the Project Planning and Support task deliverables. Health and safety issues will be addressed in these HASPs in compliance with the Black & Veatch corporate Health and Safety Manual for Hazardous Waste Site Investigations and will reference site-specific health and safety criteria to be implemented and procedures to be followed for the pertinent field activities. As with any remedial planning project, problems and issues do arise that must be resolved in order to complete the project in a timely manner. The following contingency plan has been developed to address such areas of concern. Several potential issues have been listed to demonstrate how these issues will be addressed during the course of the work assignment. While this list is not all-inclusive of the problems or issues that may arise, it offers guidance on how such areas of concern will be handled. Contingency Plan I Potential Issue I Response I Subtask elements of this work assignment that are Commence work efforts and revise the work plan not fully scoped at this time. and cost estimates in a timely manner for negotiations with the EPA. Changes in program functions. Consult with EPA WAM, and Black & Veatch program personnel, as appropriate, and incorporate new guidance into project deliverables. ' Scheduled RD work does not detect all Work with EPA WAM to scope additional efforts '"contaminated areas." in a timely manner (which are likely to be conducted during remedial design efforts). Access to areas proposed for field activities is not Work with EPA WAM to adjust the field data granted in a timely manner or refused. collection program in a timely manner so as to minimize the adverse impact to field activities. Community objections to approach or to the Work with EPA WAM to prepare alternative Proposed Work Plan. recommendations or support efforts to justify actions to the community, or both. Monitoring network not suitable for evaluating Work with EPA WAM to quickly scope a revised trending of data and/or monitoring contaminants work effort to collect usable data. leaving the site. May 17, 2004 9 FINAL I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 4.0 Quality Control Measures Interim Work Plan Volume I Work activities on this assignment will be conducted in accordance with the procedures defined in the Black & Veatch Corporate Quality Assurance (QA) Plan. Our QA Plan defines the authority, responsibilities, and procedures for quality control. All major deliverables will be reviewed by the quality assurance review team assembled for each specific task of this assignment. The comments of the review team will be incorporated into deliverables before submission to the EPA. This procedure should expedite the EP A's review of submittals by ensuring technical quality of both draft and final deliverables. The Black & Veatch RAC 4 program QA/QC manager will be responsible for the management and performance of our internal review process. The QA/QC manager will also audit work performed in conjunction with this work assignment. The results of any audits performed on this work assignment will be submitted to our RAC 4 program manager with copies provided to the EPA W AM. The audit report will contain a brief description of the audit; identification of compliance status, problems, and non-conformance; and analysis of corrective action status if appropriate. The Black & Veatch PM is responsible for the quality control activities for this work assignment. The PM is responsible for verifying that the work meets the QA requirements associated with the assignment and will maintain the project quality control reports and reviews. The PM, in conjunction with the program QA manager, will appoint a review team leader (RTL) for the deliverables to be submitted as part ofthls work effort. QC personnel, as necessary, will consist of an independent reviewer, project reviewer, and a flexible, multi-disciplinary review team able to pwvide input in their areas of specialization. Unless specified herein, independent review of deliverables will be conducted to ensure they are accurate, easy to understand, and free of typographical and mathematical errors. As necessary, the project reviewer will participate in both project planning and review of deliverables. The project reviewer may also provide input at meetings or telephone conferences arranged to discuss review comments. Review of deliverables will ultimately be at the discretion of the PM and always in response to specific requests by the EPA WAM. All records and reviews will be maintained in accordance with the Black & Veatch QA Plan by the PM. Listed below are the review requirements for the work assignment deliverables. These requirements also comply with the Black & Veatch Corporate QA Plan. May 17, 2004 JO FfNAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Document/Deliverable RD Work Plan Health & Safety Plans: Site-and Task- Specific Sampling & Analysis Plan (QAPP, FSP, and Data Management Plan) NOTE: 0 = Optional Review Discipline Project Review Review 0 R 0 R 0 R R = Required Review 4.1 Quality Assurance Project Plan (QAPP) Interim Work Plan Volume l Independent Review R R R A QAPP will be prepared in accordance with EPA QNR-5. The QAPP will summarize the quality assurance and quality control objectives and protocols utilized to achieve the Data Quality Objectives (DQOs) at the site. 4.2 Data Management Plan (DMP) The elements of a DMP will be prepared to define the procedures that will be used to track, store, and retrieve data and will also identify the software to be used, minimum data requirements, data format, and backup data management. The DMP, to be included in the FSP and QAPP, will address both data management and document control for the RD activities described in the SOW for the investigation. May 17, 2004 11 FINAL I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 5.0 Project Milestones 5.1 Project Schedule Interim Work Plan Volume I The project schedule will follow the schedule outlined in the SOW for this work assignment. Deliverable dates for document review comments and other support services will be based on individual documents and agreed to by both the EPA W AM and the Black & Veatch PM. 5.2 Project Deliverables Specific project deliverables as defined in the revised SOW along with the projected dates of submission and the number of copies to be submitted are presented on the following page. Other project deliverables that require EPA input or approval but that are not specifically called out in the SOW are as follows: • Monthly status reports including financial as well as performance information. • Communications with the North Carolina Department of Environment and Natural Resources and the local health department/commissions. • Responses to comments from EPA review of documents scheduled as deliverables. • Management procedures necessary for evidentiary considerations. Number Project Deliverable Projected Date of Submission of Copies Draft RD Interim Work Plan 08/29/03 3 Final RD Interim Work Plan 15 days after receipt of EPA 3 comments Draft RD Work Plan TBD 3 Final RI/FS Work Plan TBD 3 Draft Site-and Task-Specific HASPs 09/30/03 3 Final Site-and Task-Specific HASPs 15 days after receipt of EPA 3 comments Draft SAP (including FSP, QAPP, and 09/30/03 3 Data Management Plan) Final SAP (including FSP, QAPP, and 15 days after receipt of EPA 3 Data Management Plan) comments May I 7, 2004 12 FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Report of Findings -Recommendations for Further Actions at FCX Washington May 17, 2004 13 45 days after receipt of EPA analytical data Interim Work Plan Volume I 3 FINAL I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 6.0 Cost Estimate Interim Work Plan Volume 1 The estimated project budget is based on projected LOE hours and other cost considerations. Volume 2 of this interim work plan provides a detailed cost estimate by task and subtask for the activities anticipated for the interim work plan phase of the RD along with the assumptions used to compile these estimates. May 17, 2004 14 FINAL I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RORD-049H Black & Veatch Project No. 48344.121 Interim Work Plan Volume I 7.0 Exceptions to Assignment, Anticipated Problems, and Special Requirements A potential issue may arise when obtaining special laboratory analysis space with EPA Science and Ecosystem Support Division (SESD) and delay the date for field activities. Access rights may be a problem and pose special considerations. If unforeseen factors arise, or if the current scope of work is changed, adjustments will be made to accommodate those changes. It is understood that such changes require the approval of the EPA contracting officer. May 17, 2004 15 FINAL I I I I I I I I I •• I I I I I I I I I APPENDIX A EPA STATEMENT OF WORK UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REGION4 14PM-GPB Mr. Harvey B. Coppage Program Manager Black & Veatch Special Corporation 1145 Sanctuary Parkway Suite 475 Alpharetta, GA 30004 ATLANTA FEDERAL CENTER 61 FORSYTH STREET ATLANTA, GEORGIA 30303-8960 Projects SUBJ: Contract No. 68-W-99-043 work Assignment No. 044-RDRD-049H 045-RXBF-04G5 Dear Mr. Coppage: StP 2 5 Enclosed is a fully executed copy of the subject contractual document (s) .. Please acknowledge receipt of any work assignment or revision by signing the.attached original of the WA form and return it to the Environmental Protection Agency, Region 4, Procurement Section, 14th Floor, 61 Forsyth Street, SW, Atlanta, Georgia 30303, Attention: Charles K. Hayes. Please read your contract carefully and contact me at (404) 562-8393 immediately when questions of a contractual nature arise. Enclosure(s) 1. Modification No. 0060 2_. Work Assignment Form cc: R. Stern, PO Sincerely, <::Mo !·;de~ Contracting Officer , .. Internet Address (URL) • http1/www.epa.gov Recycled/Recyclable • Printed with Vegetable Oil Based Inks on Recycled Paper (Minimum 25% Postconsumer) Ii I Response Action Contract 68-W-99-043/0060 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE or PAGES ENDMENT/MOOIACATION NO. 3, EFFECTIVE DATE •. AEQUISfT10NIPURCHASE REC. NO. 5. PROJECT NO. ti~ a:W-99-043/0060 See Block 16C ~UEOBY CODE ADMINISTERED BY (Iott.. i.ta.n 11 CODE ronmental Protection Agency on 4, Atlanta Federal Center i1 Forsyth Street nta. GA 30303 AME AND ADDRESS OF CONTRACTOR 1HA.--. _...,,_ ..,__,DPCOdllt (✓) .... AMENDMENT OF SOLJCn'ATION NO. -... DATEDtSDm!lttf) ECTS CORPORATION SANCTUARY PARKWAY f:K & VEATCH SPECIAL S E #475 ,DA. MODIACATION OF CONTRACT/ORDER ND. IPHARETT A, GA 30004 68-W-99-043 1-'> 108. DATED 1-a 11D1111 06117199 DE FACUTY CODE I 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS IJlanal-i The aboW numbered aollcttatlon Is ■mendllcl u *" rorth In hm 14. Tha hells and dllle apecfflad tor recalpl Of 0ffwll (] la ntandlld. tn, n must 8dln(IWl9dge receipt of thlll arMndrMfll p,lor to U. hour and data ■pklllN In U. aollett.Uon or u ~ by ane Of thl fo11ow1nQ ffillthoda: n.nw a and 15, and mumlna __ copln of tha amandrnent; (b) By adumwlcdglug l'Kalpl Of tllll •••O••• Dr! wll copy Of a. an., (o)By_.,. ; or (c) By separate lettfl or telegram whlcfl lne:ludet • Nference to the aollcllatlon and am1nd11-.d ,lllllt,en. FM.URE OF YOUR ACKNOWLEDO- BE RECEIVED AT THE PLACE DEstGHATED FOR THE RECEIPT OF OFFERS PRtOR TO THE HOUR AND DATE SPECIFIED MAY RESULT CTI0N OF YOUR OFFER. I by vtrtue Of this armndmanl )'OU dnlra 10 CMnge ■n offW alrNdr aubmftled. auch c:hulglt 1NY be fflNII br laieglwn Of . .. provided .-di taleQn,m or Ider rMlce• ~ to IN ■ollcbllon and Um •IM'Jldl'Nnl. and la '9Ctlvad prtor ID IN opening how and data apaclflad. 1 ACCQIRfTINGANDAPPROPRIATIONDATACI'......,. e the lnformat1011 In Item 1 In the attachment on Pa e 2. 13. TIIIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES TIIE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14; (✓) ~ THIS CHANGE ORDER IS ISSUED PURSUANT TO: Cap.drf___,.,, THE CHANGES BET FORTH N rTEll 14 ARE MAD! IN TIii! ~ ~F TRACTORDERNO. .. n'£M10A · : · 8. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ~RATIVE CHANGES 1.-•--... ....... ...._ :-.,...,,.._,--.--,BET FORTHINrrEM 14. PURSUANT TO THE AUTHORITY OF FAR43.103(b). c. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUT..:>FUTY OF: X D. OTHERC~,,,..r,1____,_,...._.,, 8.12 "Limitation of Funds -Cost-Plus-Award-Fee Contract" • IMPORT ANT: eomnctor ( J la raqund to sign this docurMnl and ratwn c:apln IO 1M lulling Dffloe. F i DESCRIPTION OF AMENDMENTiMDDIACATION ID!ganlad,,,uc,-aa.,,_.,..,ndldv ta::.llud__,_....,.,._~ his modification adds Incremental funding for the followlng work assignments: •,4-RDRD-049H "FCX Washington (RD)" 5-RXBF-04G5 "Celanese Site (RA OS)" •• -Elcap1 .. provldad tleNln. .a iemw and condlllons ot tha document Nfer■ncad In nsm IA or 10A, •• hemot019 Changltd. mnalnS unchanged and In full toro■ and effKI. NAME AND TITLE OF SIGHER 17JPI' or,.,W, 11A. NAME AND TITLE OF CONTRACTING OFFICER 11),pt., ,_. CONTRACTOWOFFEROR ., 7540-01·152-8070 PREVIOUS EDITION UNUSABLE JI JI 15C DATE SIGNED Page 1 of 3 11C. DATE SIGNED STANDARD FORII 3D (REY 1D-a) Prncr1bed by GSA FAR141Cffl)a.24S MODIFICATIONS TO THE CONTRACT 1. The following funding modifications have been made: BASE Period: APPR DCN BFYS NUMBER ORG DT1205 01 DT1204 01 T T 4ADOP 4ADOP PROGRAM ELEMENT 50102D 50102D SITE/ COST PROJECT ORG 04G5BF01 COOl 049HRD01 COOl OBJ CLSS 2505 2505 68-W-99-043/0060 AMOUNT p I C $50,000.00 C $150,000.00 C 2. The Section B clause entitled "LIMITATION OF FUNDS--COST-PLUS-AWARD-FEE CONTRACT" has been modified. The text is as follows: (a) Pursuant to the clause in the contract entitled "Limitation of Funds,• .funds have been allotted for the payment of allowable costs and fees estimated to be incurred for the contract period ending approximately .:June 16, 2003 • . Funding is allocated in accordance with the following schedule: TEJU« FORM f:t•r:MEN'l' Estimated Base Award Total Plmded Cost Fee Fee Cost Plu■ l!'eea l!'Unding Mod 0059 $17,573,651 $457,620 $984,745 $19,016,016 Tbis Mod 184,831 4,813 10,357 200,000 Total Funds $17,758,482 $462,433 !1995,102 $19,216,016 SUBCONTRACTING POOL Estimated Base Award Total Funded Cost FP.e Fee Cost Plus Fees Funding Mod 0059 $ 0 $ 0 $ 0 $ 0 This Mod 0 0 ·o 0 Total Funds $ 0 $ 0 $ 0 $ 0 COMPLETION FORM SEGMENT COST TYPE Estimated Base Award Total Funded Cost Fee Fee Cost Plus Fees Funding Mod 0059 $ 635,14!;i $ 16,539 $ 35,590 $ 687,275 This Mod 0 0 0 0 Total Funds $ 635,145 $ 16,539 $ 35,590 $ 687,275 Page 2 of 3 I " ~ ' IJ -J -J IJ ·•J -] -1 ~] ·~ •~, 11· II !I I [I [I I I ii J J ii ti :1 ~I JI JI TOTAL TERM AND COMPLETION FORM SEGMENT -COST TYPE Estimated Base cost Fee Funding Mod 0059 $18,208,797 $474,159 This MOd 184,831 4,813 Total Funds $18,393,627 $478,972 COMPLETION FORM SEGMENT -FIXED PRICE Funding Mod 0059 This Mod Total Funds TOTAL CONTRACT P'QND:CNG Funding Mod 0059 Thi ■ Mod Total PUnd■ Award Pee $1,020,335 10,357 $1,030,692 68-W-99-043/0060 Total Funded Cost·Plus Pees $19,703,291 200,000 $19,903,291 Total Firm Fixed Price $ $ 603,675 0 603,675 Total Contract Value $20,306,960 200,000 $20,506,960 (b) The provision of the clause entitled "Limitation of Funds• shall become inapplicable at such time as an amount equal to the sum of the total estimated cost, base fee, award fee pool available for award, and award fee awarded, set forth in the schedule of this contract, is allotted to this contract and the clause entitled "Limitation·of Cost• shall be applicable. Page 3 of 3 ~&EPA United States Environmental Protection /lqerrcy Work Assignment Number Washingron, DC 20460 044-RDRD-049H Work Assignment (XJ Original ( I Amendment Number: 11 ntract Number Contrad Period Title of Work Assignment l. -W-99-043 BaseX Option Period Number FCX Washington (RD) Contractor Specify Section and Paragraph ol Contract SOW 1 ~CK & VEATCH SPECIAL PROJECTS Sec 111, Para (8) DRPORATION / 1XJ wor1< Assignment Initiation 0 WOfk Assignment Close-Out Periods ol Petformance ✓ ,~re / 0 wor1< Aaslgrvnent Amendment 0 Incremental Funding From:09/25/01 To:09/30/02 0 Wor1< Plan ApprOVal eomments: is action initiates a Remedial Design (RD) term form work assignment in accordance with the attached statement ' work. .. 1X1 su-rtund Accountlnn and Annroorlatlons Data 0 Non-Supertund I DC ·-· App,ap:lsllu: ---·----t '""""') ---r (lluS) _ ,, .__., , .... ,, , .... ., .... _,, _ _,, IDT9186 gg -4AD0P 50102D 2_505 t150,000 00 l4WQWOO C004 . t Expenditure Limit . fctP~: Cool/Fee LOE -~ ApprOVed 'lo<m $40,000.00 400 Aporoved Work Plan Budget Contractor WP [lated: Cool/Fee: LOE: I ~!alive App:ove¢09/25/01 .A COit/Fee: LOE: t ork Auignmem Mana ., ~ n1z~1, BranctVMalt Code - 1-. • • -·_-r.~'}i~-::-R I /T{ L~/ Phone Number 404-562-8813 <. ' (Signature) I· . / • (Date} . Fax Number I. , ProjeCI Officer Name / BranctvMaD Code4WDPSB I toeEp ,R~~f) I -,/:zs-,;01 Phone Number 404-562-8891 " 'v(ll (Signature) r r (Dare} Fax Number 404-562-8842 I F p.qer,;y Offldal Name BranclVMaA Code I Phone Number '· Fax Number (Signature) (Date) p,ntracllng Official Name BranctvMall Code -~)01 I ~HARLES K. HAYES ~-12.L x-A~ Phone Number 404-562-8393 (Signs "") '-l (Date) Fax Number -Contractor Acknowl!l'l~ment 7,•nd Approval of Wort<plan /Sioj/4, and TI~ , ~""' _,,/-- Da;r':);, I"' I t l . ,~ ·,c? ,· , ,, . , -. -'t/, . et;?! ·-...7. r ~I ' f ·, • EPA Fonn 1900-69 (Rev. 07-85 I . =ex Washington (RD) :ontract: 68-W-99-043, Work Assignment: 044-RDRD-049H ;ummary Information Title: FCX Washington (RD) Period of Performance: From: 09/25/01 To: 09/30/02 Award Date: 09/25/01 Total Funding: $150,000.00 Accounting/Appropriation Data Program Site/ Cost DCN BFYS Appr.# Org Element Project Org ------------------------------------------- DT9186 99 T 4ADOP 50102D 04WQWOO C004 Funding Breakout .o.cct. Info Funding Category Amount ---------------. ------------------------- FYl999 -DT9186 Estimated Base Fee Award Fee Cost Pool Obj Clss Amount 2505 $138,622.50 $3,611.25 $7,766.25 ----------------------------------------------------------------Total: Procurement Management Roles WORK ASSIGNMENT MANAGER: U.S. E.P.A. Attn: MICHAEL F. TOWNSEND 61 FORSYTH STREET, SW ATLANTA, GA 30303--310 Mail Code: Phone Number: 404-562-8813 Fax.Number: E-Mail Address: Cost/Price Schedule CLIN# Item Description ----------------------------Unit $150,000.00 Price 0001 Base Quantity LOE Labor Hours Quantity 400 Work Assignment Totals Category ------------------Estimated Base Fee Award Fee Cost Pool Amount $36,966.00 $963.00 $2,071.00 Paae: 2 $150,000.00 Total $.00 p I C C I 'I •• :1 'J JI JI August 29,2001 Sf ATEMENT OF WORK FOR REMEDIAL DESIGN FCX W ASIIlNGTON SITE, W ASIIlNGTON , NORTH CAROLINA. ATTACHMENTS Attachment I. Summary of Major Submittals for the Remedial Design· at FCX Washington . . . . . . . • . . . 19 Attachment 2. Work Brealcdown Structure .........•.... .-....................... ·. . . . • 23 Attachment 3. Regulation and Guidance Documents ............•... : . . . . . . . . . . . . . . • . . • . 29 Attachment 4. Transmittal of Documents for Acceptance by EPA . . . . • . . . . . . . . . . . . . . . . • . . • • . . 31 Attachment 5. Transmittal Register ......... •. . . . . . . . . . . . . . . . . . • . . . . . . . . . . . . . . . . . . . . . 32 3.0 Introduction .0.1 The FCX Washington North Carolina Superfund Site is located approximately 1.5 miles northwest of and within lhe city limits of Washington, North Carolina, in west central Beaufort County. Toe site covers approximately 12 acres and is bounded on lhe northeast by int~ion of Grimes Road (SR1402) and Whispering Pines Road (SR 1404), Mount Pleasant Canal to the east, wetlands leading to Kennedy Creek and Tar River to the south and southwest, and agricultural land to the west-· northwest. The FCX facility operated a farm supply distribution center which repackaged and sold pesticides, h_erbicides, and tobacco treating chemicals from 1945 to 1985. From 1960 to 1981, an unknown amount of chemical waste in plastic containers and paper bags, generated· by FCX, was buried in an on-site landfill, southwest of the fom:,er FCX warehouse . . 0.2 Purpose Toe purpose of this Statement of Work (SOW) is to set forth the requirements for the Remedial Design (RD) of the selected remedy as defined in the Record of Decision (ROD) i8Slled on September IS, 1993. The RD is generally defined as those activities to be uodenaken by the contractor to develop the final plans and specifications, general provisions, and special requirements necessary to translate the ROD into the remedy to be constructed under lhe remedial action (RA). phase. Toe RA is generally defined as the implementation phase of site remediation or consuuction of the remedy, including necessary operation and maintenance, perfonnance monitoring, and special requirements. The RA is based on the RD to achieve the remediation goals specified in the ROD. This SOW is designed to provide the framework· for conducting tlie RD activities at FCX Washington site. The goal is to complete and deliver the final plans and specifications within 12 months after approval of the work plan. The estimated completion date for this work assignment is September 30, 2002 . . 0.3 General Requiretnel)tS .0.3.1 The contractor shall conduct the Rifin accordance with this SOW and consistent with the ROD issued on September 15, 1993, the Remedial Design/Remedial Action (RD/RA.} Handbook (U.S. EPA Office of Solid Waste and Emergency Response (OSWER), 9355.0- 04B;.EPA 540/R-95/059, June 1995), and all other guidance used by EPA in conducting an· RD. The primary cont~ct for this work assignment.is Michael Townsend, 404 562-8813 . . 0.3.2 A summary of the.major deliverables and a suggested schedule for submittals are attached (Attachment I). The contractor shall submit the major deliverables using the form Transmittal of Documents for Acceptance by EPA, Attachment _4 __ _ .0.3.3 .Specifically, the RD involves ihe design of Groundwater Pump and Treatment . . 0.3.4 The.contractor shall furnish all necessary and appropriate personnel, materials, and services needed for, or incidental to, performing and completing the RD. .0.3.5 A list of primary guidance and reference material is attached (Attachment 3). In all cases, lhe contractor· shall use the most recently issued guidance . . 0.3.6 The estimated cost of the RA, as outlined in the ROD, is S 12 million. . 0.4 .0.5 .0.6 .0.3.7 The contractor shall communicate al least weekly with the Work Assignment Manager or Remedial Project Manager (WAM/RPM), either in face-to-face meetings or through conference calls . . 0.3.8 Toe contractor shall notify the WAM/RPM when 75 percent of the approved work assignment budget has been expended and when 95 percent has been expended. . O. 3. 9 Toe comractor shall document all decisions that are made in meetings and conversations with EPA. The contractor shall forward this documentation to the WAM/RPM within two working days of the meeting or conversation. .0.3.10 EPA will provide.oversight of contractor aciivities throughout the RD. EPA review and approval of deliverables is a tool to assist this process and to satisfy, in part, EPA' s responsibility to provide effective protection of public health, welfare, and the environment. EPA will re.view deliverables to assess the likelihood that the RD will achieve its remediation goals and that its performance and operations requirements have been correctly· identified. Acceptance of plans and specifications by EPA does not relieve the contractor of responsibility·for the adequacy of the design. Record-Keeping Requirements . The contractor shall maintain all technical and financial records for the RD in accordance with the contract. At the completion· of the RD, the contractor shall submit ___ copies of the official .record of the RD in-----'-(format) to the WAM/RPM. Equipment Transfer At the completion of the ]lD work assignment, the contractor shall transfer to the EPA Equipment Coordinator-all equipment purchased with contract funds in accordance with the contract. Project Closeout · At the· completion of the RD work assignmeilt, the contractor shall perform all necessary project closeout activities as specified in the contract. These activities may include closing out any subconiracts, indexing and consolidating project records 1111d files as required in Paragraph 0.4 above, and providing a technical and financial closeout repon to EPA. Final costs shall be reported to EPA (on disk) broken down into the cost for each element of the Work Breakdown Structure ---~l,!ll~{""lffll:lm11C111t":i!~&l'.-Jtl!is work assignment. I e purpose o emune how the site-specific remediation goals, as specified in the ROD, will be met. The following activities shall be performed as part of the project planning task: . I. I Project Planning , · .I.I.I Attend Scoping Meeting.' Before or concurrent with developing the Work Plan, th~ contractor shall attend a scoping meeting to be held at the EPA Regional Office . . 1.1.2 .Conduct Site Visit. The contractor shall conduct a site visit with the EPA WAM/RPM . during the project planning phase to assist in developing a conceptual understanding. of the. RD requirements for the site. Information gathered during the visit shall be used to better scope the project and to help determine the extent of additional data necessary to implement the RD. A Health and Safety Plan (HASP) is required for the site visit. The contractor shall prepare a_repon that documents all EPA, contractor, and site personnel present at the visit; all decisions made.during the visit; any action items assigned;including person responsible and due date; any unusual occurrences during the visit; and any ponions of the site that were not accessible to the contractor 1111d the effect of this on the RD. This repon shall be submitted to the EPA WAM/RPM within 10 calendar days of the site visit . . 1.1.3 Evaluate Existing Information. The contractor shall obtain, copy (if necessary), and evaluate existing data and documents, including the Remedial Investigation/Feasibility Study (RI/FS), the ROD, and other data and documents as directed by EPA. This information shall be used to determine if any additional data are needed for RD implementation. 'fhe · documents awailablc fot 1cwicw tac listed in A:ttacluncut .1.1.4 Develop Work Plan. The contractor shall present the general app19ach that will be used for the RD at a Work Plan scoping meeting with the WAM/RPM. This meeting will be held at the Region IV office. 2 11 fl ·' IJI ,, lt! lll -] IJl I llJ II] IJ I IJ IJ -] IJ IJ IJ ,1 -~ - ' ~ I l' I J J ti __ lJI 1' J J J 'J :J - (I) Develop Draft Work Plan. The contractor shall prepare and submit a draft RD Work Plan within 30 calendar days after Work Assignment (WA) initiation. The con.tractor submits the original to the Contracting Officer (CO), one copy to the Project Officer (PO), and one copy to the WAM/RPM. The Work Plan shall include a comprehensive description of the additional data collection and evaluation of 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 submittal shall also be included. The Work Plan shall be developed in conjunction with the Sampling and Analysis Plan (SAP) and HASP, although each plan shall be delivered under separate cover within 30 days after WA initiation. (a) Develop Narrative. Specifically, the Work Plan shall present the following: A statement of the problcm(s) and potential problcm(s) posed by the silt and how the objectives of the RD will address the problem(s). - A background summary setting forth: (I) a brief descriptiop of the site including the geographic iocation and a description of the physiograpbic, hydrologic, geologic, demographic, ecological, cultural, ·and natural rcsoun:e features of the site; (2) a brief synopsis of the history of the silt including a summary of past disposal practices and a description of previous responses that have been conducted by local, State, Federal, or private panies at the site; -(3) a summary of the existing data including physical and chemical characteristics of the contaminants identified and their distribution among the environmental media at the site. -The contractor's technical and management approach to each task to be performed, including a detailed description of each task; the assumptions used; _ the identification of any technical· uncertainties (with a proposal for the resolution of those wicenainties); the information needed for each task; any information to be produced during and at the conclusion of each task; and a· description of the work produets that will be submitted to-EPA. The· contractor shall identify any subcontractors it plans to use to accomplish all or part of a task's objectives. Tasks and subtaSks ·shall be presented in the same WBS format as provided in this work assignment. -,,_ schedule for specific dates for the start and completion of each required activity and submission of each deliverable required by this SOW. (See Anachment 1 for formal.) This schedule_shall also include information about timing, initiation, and comp_letion of all critical path milestones for each activity and deliverable and the expected review time for EPA. (b) Develop Cost Estimate. The contractor's estimated cost to complete the work assignment shall be broken down into the Level of Effort (by P-level) and cost for -each element of the Work Breakdown Structure (Attachment 2) and submitted to EPA on disk. (c) Internal QA and Submission of Draft Work Plan. (2) Prepare Final .Work Plan (a) Anend Negotiation Meeting. The contractor shall anend a Work Plan negotiation meeting at the Region JVoffice. · (b) Modify Draft Work Plan and Cost Estimate. If the contractor finds that the remedial action being designed differs significantly from the ROD or that an ARAR cannot be met, the contractor shall describe the issue and recommend technical solutions in a memo to the W AM/RPM. 1be contractor shall make revisions to the Work Plan as a result ofEPA's comments and/or negotiation agreements. The final work plan shall be submitted within 15 days after receipt of EPA comments. (c) Internal QA and Submission of Final Work Plan . . 1.2 Preparation of Site-Specific Plans "'f .1.2.1 Develop Site Management Plan. After EPA approval of the RD Work Plan, the contractor shall prepare a Site Management Plan (_SMP) that provides EPA with a written 3 understanding of how access, security, contingency procedures, management responsibilities, and waste disposal are to be handled. ( I) Develop Pollution Control and Mitigation Plan (2) Develop Transponation and Disposal Plan (Waste Management Plan) .1.2.2 Develop Health and Safety Plan. Prepare a site-specific HASP that specifies employee training, protective equipment, medical surveillance requirements, standard operating · procedures, and a contingency plan in accordance with [40 CFR 300.150 of the NCP and] 29 CFR 1910.120 1(1) and (1)(2). Whenever possible, refer to the HASP developed for the RI/FS when preparing the HASP for the RD. A task-specific HASP must also be prepared to address health and safety requirements for site visits . . 1.2.3 Develop Sampling and Analysis Plan (Chemical Data Acquisition Plan) (I) Quality Assurance Project _Plan. The contractor shall prepare a Quality Assurance Project Plan (QAPP) in accordance with EPA QA/R-5 (latest draft or revision). The QAPP shall describe the project objectives and organization, functional activities, and quality assurance/quaiity control (QA/QC) protocols that shall be used to achieve the · desired Data Quality Objectives (DQOs). The DQOs shall, at a minimum, reflect use of analytical methods for identifying contamination and addressing contamination consistent with the levels for remedial action objeciives identified in the National Contingency Plan. The QAPP developed for the RI/FS should be referenced or adapted whenever possible when preparing the QAPP for the RD. . (2) Field Sampling Plan. Prepare a Field Sampling Plan (FSP) lh!II defines the sampling . and data collection methods that shall be used for the project. The FSP shall include sampling· objectives; sample locations and frequency; sampling equipment and procedures; sample handling and analysis; and a breakdown of samples to be ana1)'7.Cd through the Contract Laboratory Program (CLP) and lhrough other sources, as well as the justification for those decisions. The FSP shall consider the use of all existing data · and shall justify the need for additional data whenever existing .data will meet the same objective. The FSP shall be written so that a field sampling team unfamiliar with the site would be able to gather the samples and field information required. The FSP developed for the RI/FS m~t be referenced or adapted whenever possible when the FSP is prepared for the RD; the contractor shall document any required changes to the FSP in a memorandum to the WAM/RPM. (3) Data Management Plan ("4~ Be, clop O thc1 Plan(s➔ .1.3· . Projc1:t Management.!,;,, .1.3.1 Prepare Periodic Status Reports. The contractor shall prepare Monthly Progress Reports. (I) Document Cost and Performance. Status. The contractor shall document the status of each task and report costs and level of effort (by P-level) expended to date. (2) Prepare and Submit Invoices . J..3.2 Meeting Participation and Routine Communications. The contractor shall attend project meetings; provide documentation of meetinSresults,. and shall contact the W AM by telephone on a weekly basis to report project status . . 1.3.3 Pctfo11n E11giucc1ing Pktwotk AnalJsis .1.3.4 Ptfanagc, T1ack, and R:cpott Equipment Status. TI1c conbactot shall n&1agc, tiack, and scpoat the status of all site specific cquip.:ucut . . l.3.5 '.-1/otk Assignment Closeout .1.4 Subcontract Procurement and Support Activities .1.4.1 Identification and Procurement of Subcontractors. Procure and administer the necessary subcontracts, including, but not limited to the following: (I) Drilling Subcontraetor (2) Surveying Subcontractor • (3) Geophysical Subcontractor (4) Site Preparation Subcontractor (5) Analytical Services Subcontractor(s) (6) Waste Disposal Subcontra~tor 4 II I I I I I I I ll J ~I ll I :1 _I J (7) Treatability Subcontractor(s) (8) Other(s) .l .4.2 Establish mad Ca11) Out a QA P1og1mn fu1 Subcontracts . l.<1.3 Perform Subcontract Management 2.0 Coinmunlty Relatlonil Toe contractor shall provide community relations support to EPA throughout the RD. The contractor shall provide community relations support in accordance with Community Relations. in Supe,fund: A Handbook, June 1988. Community relations shall include the following subtasks: .2.1 Develop Community Relations Plan (CRP) Toe contractor shall develop an RI/FS CRP to address community relations requirements during the RD. This CRP may be modified from an existing CRP to meet site-specific requirements. ·.2.1.l Conduct Conunwsit) ~tcnicws · .2. 1.2 Prepare the CRP (I) Draft CRP (2) Final CRP .2.2 Prepare Fact Sheets Toe contraetor shall prepare a fact sheet that infonns the public about activities related ·to the final design, a schedule for the RA, activities to be expected during construction, provisions for · responding to emergency releases and spU!s, and any potential inconveniences such as excess traffic and noise that may affect the community during the RA. .2.3 P-ublic Hearing, Meetings, and Availability Suppon The contractor shall support and assist in public hearings, meetings, and open houses. The contractor shall prepare presentation materials and provide suppon as needed for public meetings. .2.3.1 Technical Support. Toe contractor shall provide technical support for community relations. This support may include preparing technical input to news releases, briefing materials, and other community relations vehicles, and helping the W AM/RPM to coordinate with local agencies . . 2.3.2 bogistical mtd Ptcscutation Suppo,t .2.3.3 Public Notice Suppo1t .2.4 Maintain lnfonnation Repository and Mailing Lists The contractor shall develop or revise site mailing lists and maintain a repository of infonnation·on activities related to the site-specific remedial design as described in Appendix A.8, page A-19, of Community Relalions in Supeifund: A Handbook, June 1988, Data acquisition entails collecting environmental samples and infonnation required to support the RD. 1be planning for this task is accomplished in Task 3. I, Project Planning and Support, .which results in the plans required 10 collect the field data. Data acquisition starts with EPA 's.approval of the FSP and ends with the demobilization of field personnel and equipment from the site. The contractor shall perform the following field activities or combination of activities for data acquisition in accordance with the EPA-approved FSP and QAPP developed in Task 3.1. .3.1 Mobilization and Demobilization Provide the necessary.personnel, equipment, and materials for mobilization and demobilization to and from the site for the purpose of conducting the sampling program under subtask 3.3.2, Field Investigation . . 3.1.1. Identify Field Support Equipment, Supplies, and Facilities .3.1.2 Mobilization. Mobilize and set up a field laboratory to facilitate rapid turnaround times for analytical results and identification of sample locations for subsequent sampling rounds .. (I) Site Preparation (a) Perform Demolition (b) Clearing and Grubbing 5 (c) Perform Eanhwork Provide Borrow Pit Construct Haul Roads Construct Roads, Parking, Curbs, and Walks Install Storm Drainage and Subdrainage Install Fencing and Site Security (2) Installation of Utilities (a) Install Electrical Distribution (b) Install Telephone and Communication Systern(s) (c) Install Water, Sewage, and Gas Distribution (d) Install Fuel Line Distribution (3) Construction of Temporary Facilities· (a) Construct Decontamination Facilities (b) Construct Sample and Derived Waste Storage Facility (c) Construct Field Offices ( d) Construct Mobile Laboratory (e) Construct Other Temporary Facilities .3. 1.3 Demobilization. Demobilize the field iaboratory. (I) Removal of Temporary Facilities (2) Site Restoration .3 .2 Field Investigation. Conduct environmental sampling to include the f<illowin11: .3.2.1 Perform Site Reconnaissance. The contractor.shall conduct site surveys including propeny, boundary, utility rights-of-way, and topographic information. These surveys are to refine the survey data from the RI/FS and to ensure the accuracy of the information for the RD. -(1) Ecological Resources ·Reconnaissance (a) Well Inventory (b) Residential Well Sampling (c) Land Survey (d) Topographic Mapping (e) Field Screening .3.2.2 Condoct Geological lnwestigations (Soils mid Sediu.cn~➔ (1) Collect Su, face Soil Smnpks t2} CoHect Sub3bl fat.4 Soil SmnpJcs (33 Suit 801 ing and Pcnncabilit) Sampling ~~ Collect Sediments Sasuplcs ·· (53 Sut...t) Soil Casts (63 Twt Pit .3.2.3 Condaet Ah hnwtigatiom (l) Sample Collection __ . (%3 Ah htonito1ing Station .3.2.4 Conduct Hydrogeological Investigations: Ground Water (I) Install Well Systems (a) Accomplish Mobilization (b) Develop Wells (c) Conduct Downhole Geophysics (d) Install Monitoring Wells (e) Install Test Wells (f) Install Gas Wells (2) Collect Samples (3) Collect Samples During Drilling (e.g., HydroPunch or Equivalent) (4) Conduct Tidal Influence Study (5) Perfonn Hydraulic Tests (Pump Tests) (6) Measure Ground-Water Elevation .3.2.S Conduct ll)drogCological h1 ♦cstigatio1l3. Surface \\'atc1 (I) Collect Samples 6 Ii '1 Ji ,-, ·-J ·f!J '1 IJ I IJ ~] IJ IJ: I -] I -] -] I I] ·~ --,; 11 11 II II !I I J J 1 'I _I (%) StudJ Tidal luAucnec (3) htcasu1c Stu face Water Elc,ation .3.2.6 Conduct \Vastc Jn,cstigation (]} CoHect SamplCS (Gas, Liquid, Solid) (2) Disp0sc of Dc1ivcd Waste (Gm. Liquid, Solid) .3.2.7 Conduct Geophysical Investigation (I) Surface Geophysical Activity [can just list these) (2) Magnetometer (3) Electronmagnetics (4) Ground-Penetrating Radar (S) Seismic Refraction (6) Resistivity (7) Site Meteorology (8) Cone Penetrometer Survey (9) Remote Sensor Survey (I 0) Radiological Investigation .3 .. 2.8 Conduct Ecological Ju,wtigation (1) \Vctlmzd mid llabitat Delineation (2) \Yildlife Obsca "atiom Pl Commwrlt) Chm3Ftt1izatioa ldcn_tificatiou of En.dm1gued Sp.:cics . 3.2.9 (5) Biota Smnpling mn:1 Population Studies Collect Contmni.uated Building Samplw . .3.2. JO Dispose of Investigation-Derived Waste. Characterize and dispose of investigation-derived wastes in accordance with local, State, and Federal regulations as specified in the FSP (see the Fact Sheet, Guidt to Management of lnvtstigaiion-Dtrivtd Wastts, 9345.3-03FS (January 1992)). 111, cont1acto1 s)1all mrangc fox the mudysis of cnv hom11t11tal smnplcs coHcc;:tcd dcuing the pie, ious task. 'flu! smnplC mud)sis ta:sk begins nith 1wc1 ;h1g smtiplc slob in tbc CLP aud the wmplction of the field smnpliug p1og1m11. Titis ta:sk ends nitb the couhacto1 walidatiag tbc mtal)tical data tccciwcd &oiit the labot ato1 J . 'Flit eoattact01 shall pc1ftun1 the followh1g acti,itics 01 cmnbination of activitiu to &tal)tt test zcstdts. .4.1 Sc1ccniug l)pc l::abo:at01J Smnplc An¥A1Jsis .◄ .1.1 J'rnalyrx: Ah mid Gu Smnplcs ------------1(~1H)rl03r,gram~uri·~e (2) J1101gm1ic (3) RadiochcmisbJ .4.1.2 Je.na:1,rx: Gtound. \'latc1 Samplcs O) Radiochc~uishJ .4.1.3 AnaiJZC Su:face Wate1 Smuplcs ()) Oagauic (2) Jn02 ganic 0) Radiod1cmish) .4.1.4 Anai)zt Soil mid Scdi111Cnt Smuplw (1) O1gm1ic ~ Ino1 gm1ic · (3l Radiocbcurishy .4.1.S AnaiJZC \Yastc (Gas) Smnplcs (I) 01gm1ic 7 (2) Iner ganic (3) Radiochcurish 1 .4. l .6 Analyze Waste (Liqcid) Sm1iplcs (]) 01gauic (2) lno1 gm1ic (3) Radiochenri:thJ .4.1. 7 Anal)tx: '•1/astc (&lid) Sampla (I} 01ganic (2) lnor gmtic (3) ftadiocbeiuisb) .4. l .8 A.:a:l)a Biota Samples (I) Otganic (2) Inc: gauie (3) Radiocl1et1siSh) . -t.1. 9 luud) iL BioasaJ Smuplcs . .f. J .10 Pu fonn Bioaccc1mulation Studies .4.2 CLP 'Fypc Labo~atwJ S.ui4>k Anm,sd .◄ . 2 . l A22a:Jy:u Ail -mid Gas Santples (I) 01gaaic ("2) J1w1 gan.ic t3) RadiodtcntisttJ .4.2.2 Anm)tc 61om1J '•'.'ata Sm141lcs (1) 01ganic · · --------·~f2'1-)Hh"'IO"'•""&•m~u;..·, (3) RadiochcmisttJ . .4.2.3 AnaJyu. Su.face Vlata Sanrples (1) O:ganic · ---------ff2'i!:)Hil1m10,i1,og.,.m,.u;,,· c (3) Radiocl1u1.is"tty .4.2.4 : Analya Soil and Sediment Szmtplcs (I) Organic (2) lno,gauic (3) Radioclici:.isby .4.2.S AmdJzc Wmstc (<:ia:s) Sanq,I~ (I) 01gm1ic (2) 1noaganic (3) R:adiochcu1ist1y .◄.2.6 AnaJ:,tt Waste (Liq.iid3 Sainplcs --------+(JH)~OSr1g~mM1ni~, . · (2) luo. gauic (3) Radiochcmfab) . .4.2.7 Anaf3a Vhtstc {Solid} Sm11plcs {I) 01g¢ic fl) lu01gattic (3} Radiucbcmistl) .-1.2.8 Attal)zt Biota Sat11plcs (23 ln01gmtic (3) Radiocbcntistty .4.2.9 AnalJa Bioma) Samples .◄ .2.ffl.:::ft,:i:fuun. Bibatcdmulatiou Stddics (_ s.o Analytical Support and Diltii Validation ~ 8 JJ JI JI '-' JJJ ~ {J IJ I IJ IJ 11 I '-J ,1 -1 •'-1 ~1 ~] I I I- I -,_, 11 I II ·1 ~, ~-~ I :1 :I ~· J .The contractor shall arrange for the validation of environmental samples collected during the previous task. Toe sample validation task begins with reserving sample slots in the CLP and the completion of the field sampling program. This task ends with the contractor validating the analytical data received from the laboratory. Perform appropriate data validation to ensure that the data are accurate and defensible. Toe contractor shall perform the following activities or combination of activities to validate test results: .5.1 Prepare and Ship Environmental Samples .5.1.1 Ground-Water Samples .5.1.2 Su:facc and Subsu1facc Soil Smuplcs .5. J .3 Su:facc Watu mad ScdhUCi~t Samplw .S .1.4 Ai: Smnplcs .5.1.S Biota Smuplcs .5.1.6 Otha 1)pcs of ftfedia Samplh.g and Suanh.g .5.2 Coordinate with Appropriate Sample Management Personnel .5.3 Implement EPA-Approved Laboratory QA Program . . 5.4 Provide Sample Management (Chain of Custody, Sample Retention, and Data Storage) Ensure the proper management of samples. Ensure accurate chain-of-<:ustody procedures for sample uacking, protective sample packing techniques, and proper sample-preservation techniques . . 5.5 Validate Pata · .S.S.! Review Analysis Results Against Validation Criteria -----:~~-.Provide Written Documentation of Validation Efforts .. · ----'f111H>0B1.a<,tar'1&all organize and evaluate existing data and data gathered during the previous taslcg that will be used later in the RD effort. Data evaluation begins with the receipt of analytical data froin the data acquisition task and ends with the submittal of the Data Evaluation Summary Report. Specifically, the contractor shall perform the following_ activities or combination of activities during the data evaluation effort: .6.l Data l:Jsabilicy E,aluation mid Field Qk'QC . 6.2 Data Reduction, Tabulation, and Evaluation . Evaluate, interpret, and tabulate data In an appropriate presentaiion format for final data tables. Design and set up an appropriate database for pertinent information collected that will be used during the RD . . 6.2. l Evaluate Geological Data (Soils mid Sediments} .6.2.2 Eualuatc Ah Bah\ .6.2.3 Evaluate Hydrogeological Data: Ground Water .6.2.4 E•aluatc Jlyd1ogcological Bats. Su1facc Vlatc1 .6.2.5 Euduatc '.'.'astc Data .6.2.6 Evaluate Geophysical Data .6.2.7 Eualuatc Ecolugiad Data .6.3 Modeling .6.3.1 Contaminant Fate and Transport .6.3.2 Watc1 Qua!it) .6.3.3 · Ground Water .6.3 . .f Air .6.3.5 8thca P.fodcling .6.4 Develop Data Evaluation Report·. Evaluate and present results in a Data Evaluation Summary Repon and submit to the WAM/RPM for review and approval. After the WAM/RPM's review, attend a meeting with EPA to discuss data evaluation results and next steps. 7. 7 Treatability Study and Pilot Testing 9 The purpose of !he 1rea1abili1y study is to provide sizing and operations criteria !hat are used in design drawings and specification~ and in the engineer's cost estimate to optimize the RD. The task begins with the preparation of a Treatability Study Work Plan that provides the technical specifics of the study and ends with the contractor's submittal of the Treatability Study Evaluation Report. In some instances, information cin technology performance can be found in the current literature and should be reviewed before the Treatability Study is designed. The three levels of treatability studies are laboratory screening, bench-scale testing, and pilot-scale testing. · The laboratory screening is used to establish the validity of a technology to treat waste and is normally conducted during the FS. Bench-scale testing· is used to identify the performance of the technology specific to a type of waste for an operable unit. Often bench-scale tests are conducted during the FS. Pilot-scale testing is used to provide quantitative performance, cost, and design information for remediation and is typically performed during RD (see the Fact Sheet, Guide for Conducting Treatabiliry Studies Under CERCLA, November, 1993). In accordance with the design management schedule established in the approved RD Work ·p1an, the contractor shall perfomi the following activities: . 7. I Literature Search . 7 .2 Develop Treatability and Pilot Work Plan Prepare the Treatability Study Work.plan and submit to the WAM/RPM for review and approvlll. The Treatability Study Work Plan shall describe the technology to be tested, test objectives, test · equipment or systems, experimental procedures, treatability conditions to be tested, measurements. of - performance, anlllytical methods, data management and anlllysis; health and safety procedures, and residual waste management. The DQOs for the treatability study shall also be documented. Toe Treatability Study Work Plan shall also describe pilot plant installation and startup, pilot plant operation and maintenance procedures, and operating conditions to be tested: If testing is to be performed off-site, permitting requirements shall be addressed. A schedule for performing the treatability study shall be included with specific dates for each task and subtask, including EPA review periods. Key milestones that should have completion dates specified included, but are not limited to, the procurement of contractors and the completion of sample collection, the performance period, sample analysis, and report preparation. · Toe Treatability Study Work Plan shall describe in detail the treatment process and.how the proposed vendor or technology will meet the performance standards for the site. The Treatability Study Work Plan shall address how the contractor will meet all discharge or disposal requirements for any and all treated material, air, water, and expected effluents. Additionally, the Work Plan shall explain the proposed final treatment and disposal of all material generated by the proposed treatment system. Conduct the Treatability Studies, as necessary, to determine whether the remediation technology or vendor of the technology can achieve the performance standards, Treatability studies shall be conducted as described in the EPA-approved Final Treatability Study Work Plan. The following activities may be required during the performance of the treatability study and pilot testing: .7.3 .7.4 Bendt 'rest .7.3.1 Ptocu1c Test Facilit) mid Equipment. 1l1c c011t.act01 shall procu1c tut faeilit) and equipment, including the p1ocu1cmcnt p1occdmcs acccssmJ to acquhe the vc::dor, equip,ncnt, o: facility to execute rite tests. .7.3.2 Prowidc Vendor and lntalJtied Scnia .7.3.3 Test and Opciatc Equiputent. TI1e contiactoa shall test cquipnient to c11sute opc1ation, then stmt up mtd opuatc equipment. .7.3.5 .7.3.6 Rcuic•c San,:plc fot 'Fcsting. Titc eonhactoa shall obtain samples for testing 83 specified in tl1c T:tcatabilit) \1,1ork Plan. Pei foun Labo1at01J AnalJsis. 1l1e eonliactm shall establish a 6dd Jabo1atory to facilitate fast tu1na1ou.1d mudysis of test sm11plcs, 01, if 11cccssarJ, shall p1oc:u1c ot2t~idc Jabou101) sci rices to anaJJzt the test smaplcs mid evaluate test 1csults. Cl1a1actc1izc mid Dispesc of Rcsiduais Pilot Scak Test JO Di Pi Pi Ji ;,1 ~ ~ 01 I I!] II,] OJ QJ DJ -J DJ DJ Q~ 0.] I :1 :I JI ll II .7.5 . 7.6 .7.4.l P1oeme Test Faeilit) mtd Equipment. llic conttact01 shall p1oeu1e test facilitJ mid equipment, including the p1octucme11t p1oeedu1es ncccssmJ to aequ~te the wcndor, equipment, or faeilit) to cxecult. the tests . . 7.-1.2 Pio•idc Vc11d01 and AnalJtical ScniCC .7.4.3 Test mid Opczatc Equipment. 1l1e cont1acto1 shall test equipment lv <;tlSutc ope1ation, then st2Ut up aud opc1atc equipment . . 7.4.◄ Rctlicu'. Smnp1c fot TWting. 11te C011t1aeto1 shall obtain s&uq:Hcs fm twtiug as specified in tbe l'1catabilil) 'l•'ozk Plm1. . .7.4.5 Pc1fo1111 l:ab(nat01J AnadJsis. The C.onbacto1 shall establish a field labo:atv:J to facilitate fast tu1mcW1d mdl1sis of test smnplw. or, if nccc:ssa:J. shall pzocmc outside labuiato1:, scuiCCJ to m1alJzc the test samples and cwalaatc twl ,waits . . 7.4.6 Cbmactc.ia and Dispose OfRwiduils Field 'Fest .7.5.1 Pioctnc Twt Facilit) mid Equipment. lltc conliaetor shall p1ocu1c b.:Jt facilit; and cquipsncat, including the p1ocu1cnx:nt ptoccdmcs 11a::cssa:; lo acquitc the ,uutw. cquip1ncnt: 01 facilit, lv execute the tests. .7.5.2 .7.5.3 Ptoddc Vendo1 and Anal)tieal Scnice Test mid Opes ate Equiptmil. "Flit contsacto1 shall twt eqaipn2tnt lv cnsu1e opc1ation. thu1 stmt np mid ope.ate equip:ncut . . 7.S.◄ Re~ic•c Sample fo1 'fcsting. "fbe eonttaet01 shall obbliu samples fiu tcitina as· specified in the'. 'FtcatabHitJ \l/01k Pim,. -· .7.5.5 Pc1fo1111 Lab01ato11 An..J)sis. 'flit COJlb&CtOI shall establisii a field labotato:J to. facilitate fa.st tu1nmow1d mud1sis_oftest smuplw, 01, ifm_ . LJ, :mail p:ocwe outside labo1ato1; sci :iCCJ to amdJa the. test sa.uplcs a._ni ewalaa~ test 1wtdbi . . 7.5.6 Chmactc.m:: mid Bisposc oFRi.siduals B~:clop T:catabililj Studj Repott . da)s aftc1 completion of the Trcatabilit) StudJ, tile ronhactu1 shall pacpmc and submit lite T,catabilitJ Stud) Ewaluation Rcpo1t that dcsc1ibcs die pc1f01uw1U of the. teclmologJ. 'flit studJ :csults sl1all dcmly b1dieatc the pctfotmauu of tl1c tcdmolog; 01 wcudot conipmcd with the pc1fonnana staudmml c;stablished fo1 the site. The :cpou shaH also cwaluatc the lieataucnt t"luiologJ's effccti,euess. "izuplena::utabilil), rmt, mid fuml. 1csult? compmed with the p:cdictcd 1wults. 11ic 1cpo1t si1aH also c,aluatc full scale ap~lication of the teclmologJ, hicluding a scnsiti • itJ mudJ sis identifying tlie kcj piua.1a::h!1s affl:ctiug full scale opc.ation. Preliminary Design begins with the initial design and ends with the completion of approximately 30 pen:em of the design effort. At this stage, the contractor shall have field-verified the existing conditions of the site, as necessary. The contractor shall provide supporting data and documentation with the design documenta defining the functional aspects of the project to prove that the completed project will be effective in meeting the remediation goals and applicable or relevant and appropriate requirements (ARARs). For projects where.the U.S. Army Corps of Engineers (USACE) is responsible for RA performance, the contractor '1iall prepare design submittals to conform to the format prescribed in Technical Requirements for Pre~Daign and Design Submillals, USACE, ETL 1006. In accordance with the schedule established in the RD Work Plan, the contractor shall submit to EPA the Preliminary Design, which shall consist of the following subtasks: .8.1 Preliminary Design The contraetor shall prepare a Design Criteria Report that defines in detail the technical parameters upon which the design will be based. Specifically, the Design Criteria Report shall include the preliminary design assumptions and parameters, including (I) waste characterization; (2) pretreating requirements; (3) volume and types of each medium requiring treatment; (4) treatment schemes (including all media and byproducts), rates, and required qualities of waste streams (i.e., input and output rates, influent and effluent qualities, potential air emissions, and so forth); (5) perfonnance standards; (6) long-term perfo~ance monitoring and operations and maintenance (O&M) requiremenls;:(7) compliance with all ARARs, pertinent codes, and standards; (8) technical factors 11 of importance lo the design and construction including use of currently accepted environmental control measures, constructability of the design, and use of currently acceptable construction practices and techniques. In addition to a Design Criteria Report, the contractor shall do the following: .8·.1.1 Recommend Project Delivery Strategy and Scheduling. The schedule shall include an evaluation of a phased approach to expedite the RA . . 8.1.2 Prepare Preliminary Construction Schedule. A preliminary RA schedule appropriate to the size and complexity of the project shall be included in the plans and specifications. .8.1.3 Prepare Specifications Outline. The general specifications outline shall include all specification sections to be used._ Format and organization shall be as described in Chapter 10 of the Architect Engineer Manual, USACE, AEIM-14, Omaha District, July 1989, which incorporates the Construction Specification Institute (CS!) format. USACE also developed standardized specifications for RDs that should be used whenever possible. Ms. Tommian McDaniel at EPA Headquarters (Tel. 202-761-4363) may be contacted for more inforrnaiion. ·' .8.1.4 Prepare Preliminary Drawings. The drawings and schematics shall reflect organization and clarity. This submittal should include (I) an outline or listing of proposed drawings and schematics; (2) facility representations including a revised pJ'QCeSs flow diagram and a preliminary piping and instrumentation diagram; (3) a general arrangement diagram; and (4) site drawings. Engineering drawings shall be_ submitted in' full size and half size reproductions. Standard formats for use in preparing ·design drawings shall be those described in the USA CE Archirea Engineer Manual. · . 8.1.5 Prepare Basis of Design Report. The ·contractor shall submit a deiailed description of the evaluations conducted to select the design approach as part_ of the Basis of Design Report. This report shall include a Sumrn11ry and Detailed Justification of Asswnptions. This summary shall include (I) calculations supporting the assumptions; (2) a draft process flow diagram; (3) a detailed evaluation of how all ARARs will be met; (4) a plan for minimizing environmental .and public impacts; and (5) a plan for satisfying pcrrnit1ing\cquiremcnts . . 8.1.6 Prepare Preliminary Cost Estimate. The preliminary RA cost estimate shall be a preliminary -evaluation of the costs of all the elements of the RA. The estimate should be accurate within plus ___ percent and minus __ percent and be prepared by using the M-CACES Gold cost estimating system for remedial action. Results of the value engtneering (VE) screening . are presented as part of the RA cost estimate. {See subtask 3.8.4.) · .8.2 Describe Variances with the ROD If the contractor finds that the. RA being designed differs from the ROD or that an ARAR cannot be met, the contractor shall describe the issue and recommend technical solutions in a memorandum to the WAM/RPM. ~8.3 Land Acquis.itiou and Eascnrent Rcquhcmcnts 11.c need for lmtd acquisition fut access mid cascnK.at 1cquhcmcnts shall be identified and stabntittcd . a, pmt of dac Basis of Besign Rcpo1t. · .B.3.1 ldcntif.) tkcd and Locatiom • .8.3.2 P1o•idi:. Tcdu:ical.Supp01t fo1 Land Acqnisitiou Effo1ts .8.4 Conduct and/or Assist in Value Engineering Screening Toe VE screening shall include an evaluation of cost and function relationships, concentrating on high-cost areas. The.VE screening shall be performed by an independent Value Engineering group that is not otherwise participating in the RD. The outcome of the screening shall be a · recommendation for or against a full-scale VE study (a subtask performed during intermediate design) based on the potential for cost savings as a resuit of design changes. [Value Engineering Fact Sheet, May 1990.] . . 8.5 Respond to Design Review Comments The contractor shall consolidate and respond to design review comments. A written response to each comment shall be provided. The response shall indicate whether the contractor has decided to implement a design change as a result of the comment, and how the change will impact the selected remedy, RD/RA costs, and/or schedule. A summary of the responses.to comments shali be 12 11 11 ~ I ~ ~ ·ti} 'J I I] I) IJ I~ I] IJ IJ ll I~ I J J J submitted to the W AM prior to initiation of Intermediate Design. The design changes shall be incorporated under Intermediate Design (fask 3.10) . . 8.6 Participate in Preliminary Design Review or Briefmg Toe contractor shall participate in design review meetings to be held at Region ____ offices. Toe contractor shall implement QC procedures to ensure the quality of all reports and submittals to EPA. These procedures shall include, but are not limited to, internal technical and editorial review; the independent verification of all calculations used in the design; and the documentation of all reviews, the problems identified, and corrective actions taken. ' ~~-+ ~lli.p.~fi,iii f'tt:•,;~~ This task includes all efforts necessary to procure.long-lead ·equipment and/or services . . 9.1 Identify Long-Lead Equipment Services and/or Utilities The contractor shall prepare a list of any elements or components of the facility that will n:quin: custom fabrication or long lead time for procurement. The list shall also state the basjJ for such need, and list the recognized sources of such procurement. · .9.2 Procure Long-Lead Equipment Services and/or Utilities Toe contractor shall prepare necessary plans· and specifications, advertise for, and evaluate bids for equipment and services. J.18 lntun1ediatc Buip ll1c intc.mcdiatc design begins at the c0111plction of the ptclintiumy dwigu phase mid ends with the c0111plctibu Or app1oxhnatclj 60 pcrcc;:nt of the total design cffo1t. 'fltc c011ttacto1 shall subntit tc EPA the )ntc1mcdiatc Dwign s4.b1aittai winch aJmH consist of a· continuation mid cxpmJSion of the Ptcli:nhwJ Bwign subnrittal. Ruicw c011uncnts Ou tl1c P1clhnina:J Buign shall be 1dlcctcd ht tt•c lntcuuediatc Dwigu. A ,,,aluc Engincc,ing S~ud) shall be pcrfottiid based on Bpprowcd 1cconn1cudations bout the '•'E sc:1i.::cuing subm:ittCd with die ptclhnium) design. 'fbc lntc11iw::diati:. Bcsign doc.:inu:nts shall be sab:.jtlµt ii:. acco1dm1cc with dJC apptowcd design nmnagcmcnt schedule mid shall consist of the following sabtzab • . 10.1 Update 6cusuuetion Schedule · TIit schedule fth implementation of the RA shall idcutifJ die thniug fot initiation and Wmpletiou of all c,iti~ path tw~. TI1c sd1cdule :shall syCcificaHJ idcntif) du1 atiou fat completion of the p:ojat and majo: m:Hcstcues • . 10.2 P1cpmc b:ttc:mcdiatc Spccificatiom PlmiS mid spcdficatiom shall eoufmm to acceptable atm1dmds mid shall be fo1umttcd .in acu;udancc· with CSI acquhuncuts. Plm1J And specifications shall include p1clhninm1 spccificatiow fa1 constraction. insta:llatiou,'sitc p1cpm4tion, and field work stm1dmds, inelttding an equiprncut stmtup mid opc:ato1 uaiuing plms. A table of contents fo. the general spccificatiow shall be p10,idcd with this subnritta.i. AH spccifieatiow shall confo1n1 to CSI fcamat . . 18.3 P1cpmc lutermcdiatc D1awhs.gs· 'Axe conuactot shall sub1nit mi outJine.01 listing of dsawh1gs. faciliey 1cp1milatious coutaiuing a p1occss 801t diag1am, a piping mtd iusttuureutation diag1mn, mid a cont1ol logie table,· and eout;nuatiou mid expansion ofd1awh1gs submitted with.the P1diu.inmJ Plmis and Specifications. Include cugincuing dt~wil.g:S fat &1adingJpa,ing, foundation, msd clcet.iud, sbuctu1al1 and ux:dumiud clcnrut.s, (?tt. .18.4 P1epmc aiid Submi_t Rc,iscd Bmis of Dwign Report The wnt1seto1 shall submit a ti:• iscd su~ilJlWJ of _the c, aluatiottS conducted to st.lat the design app1oach .it!' patt of the 1cwiscd Deis of Design Rcpott. The 1cpo1t shall include tl~c follow~ WiiipODUlts, SmanswJ mtd Detailed Justificatiol1 of Assumptions. lllis sunn1m1J shall hu;:Judc. (J) design ca:Jculations suppdlting t11e msunaptions, (2~ a 1c,iscd p1QCCSS How diag1mn, (3) a detailed c,aluation of how ARA:Rs niH be nret, (-4) a plan fur ntinimitation·or en,houJJrental mad public iuspacts, mad (5) heat mtd mass balaneu. 13 Rce011m1cudcd RA Conhacting SuatcgJ. TI1c conhactot sbzdl add1ws the managuncnt apptoach fo1 p1ocd1ii1g the RA co11t1acto1, iuclndiug p1oeu1unent 111cthods, phashtg aitc1natiwcs, mid conhacto1 mid cquip1ncut a,ailabilit) concc111S. Pl:mt fut Satist)iag Pennitting Rcquitentcnts. EP~ eomn,cnts shall be inco1po1atcd into an up~atcd Pu11tits Plan. Jdcntificatiw, ofE¥5cnscnt and Access Rcqui.cn1cnts. The need fo1 land aequisitioti3 for access and casement 1cquitcnscnts sha:11 be identified and_ submitted as pa:tt of the, Jnte:ntcdiatc Dwign. · Identification of lite p1ojcctcd O&fitl 1cqui.e111t.nts and dc,doputcnt of mt cstin.ate of mmual O&M .10. 5 Pt cpm c Re u iscd R:A Cost Estimate This 1c• iscd wtimatc of the ~ shall be du doped using Row sJ1tet:1, ht)VUt:I, and cquiptncnt details. The wtiumtc shaH be accu1atc within.pl_m __ pc1ccut mtd minus __ pc1ccnt and be p,cpmcd using tbe hi C:A:CES C!-'ld (;ost Estimating 5Jstan fox Rqncdial Action . . 19.6 Pmtidpatc in Jntcnncdiate Design Re"wicw 01 Bxicfhig 'fhc wnttaetot shall pmtieipatc in a vaaict, ofdwign 1cwicw actiwitiw, including dCJig:n ic,iew. .18.7 .19.8 nrectiugs to be h~ld ~t Region __ . The conb'aetor Shall also 'pc1fo1111 aaad snbmit a 1cpcit dcse1ibing the 1wttl~ of the following design auiC:ws . . 10.6.1 J.sitia:l CwlShuctabililj Re• iew. TI1t cont.aeto1 shall 1e, ic.+w and pro,ide nrittien wuu1w:!iils fut tbe Initial Consbuctabilit, Rc,icw. Tilt wsdt.actabilit, 1Cwicw shall be wnductcd to e,albatc the suitabHitJ of tJ1c proposed project mid its components in 1clatiou to the p1ujcct size .18.6.2 hritia.l Biddabilitj Rcricw. The conhactot simll 1c1iew and p10~idc w1itttil ci:n1u:.cuts·ro1 the initial biddat,iliey 1cuicw. · · .18.6.3 .18.6.4 .18.6.5 Initial OpczabilitJ Rciicw. iht;: eoutiaq01 sii~f 1c.•icw mtd pro,idc written C:0110'1a:nts for the luitild Opc.abilit:) Re,icw. TI1e opcrabilit:).· 1c_,_i_cw shall asurc ti.at die c0mp1ctcd project will coufutitn to applicable pc:fo.imdncc.&Dd opu_atiom 1cquhancnts: Initial En1itomnu1tal Re,icw. 1:lic co11bactoi S1ra11·1,1icw and P.tovhic w1ittcn C01inaeuts fut the Initial En,itomncnbd Rc,iew. · ·- Initial Clainu Pae,uuion Scsccniug. TiiC wuttaetos_ shall ie,iCw and pto•idc wilucn wuancnts fm the Initial Claims Picvcution Se,ccning. TitC cJahnS ptcvc.Jtion review is to be coudtsctcd to clisninatc coi1Aicts, iuconsistcucics, an1biguitie:s, ci:01s~: 01nissioia. 01 other idcntifiabk ptoblcms in the plm1.1, speeifieatio113, mid wnhact docu~ncuts tb&(aie s~bjat to . ,, t '., •• d1ange 01dus and conbaclvs clahn:s. Pc: Foi:n VE StudJ and Rcpott Rcconnncndatio11.1 'Fbc YE Stud) shall be conducted ·w,d thC Rcpoal p1cpmcd b' au iudcpc:idcnt ¥alee Enginming g1otsp t11at is i10t otherwise pmtieipatiug in die RD (as in subtask J.B.◄). BwCsibc Ym ianccs h it11 the ROD · Jf the wuuactos finds that the 1cmcdial action being dwig11cd diffcts from t1)C ROD, or t11at·111 ARAR cannot be nict, the coubacto1 shall dwcsibc the issue and 1c;Cunn1Li1d technical solutions in a uteni01m1Ju111 to the V{APtl}Ri'lwt . . 18.9 Respond to Duign Rcwicw Coimncnts. 2tc w1ittcu acspous~ to each wuuncut,shall be p1ovidcd. TI1c 1espousc_shall htdiedtc. ·whcd.c1 ·the couli actot ba.s decided to hnplcmcnt a design change a.s a • csillt Of ti1c smiuna.J of ti.C .:c:sj,olbW to w1u11scnts shall be sub1nittcd to the \1/Aht p1io1 to initiation otlutc11~1c'diatc DC!sig1;1. 'fhc dWign chaugw shaU be inc01po1atcd undct Jntumcdiatc Dcs~gn {Tusk 3.18}. ftiOTE. ITEMS 3.18.6 TJIROUGJI 3.18.9 AR:E NOT INCLUDED ll'l TIIE 6 PERCENT DESIGN LJMJTATION CALCULATIO"S.) ·11.0 Prefinal and Final Design•· Toe contractor shall submit the !'retinal Design according to the design manage111C11t schedule. The Prefinal Design shall function as the draft version of the Final Design. The Prefinal _Design shall address comments generated from lhe Preliminary Design Review and clearly show any modifications of the design as a result 14 ---~ ~ ~ I ~ ' l' ·1 __ , ' -~-~- J J J ' of incorporation of the comments. After EPA review and comment on the Prefinal Design, the Final Design shall be submitted. All Final Design documents shall be approved by a Professional Engineer registered in Georgia (state where site is located). EPA approval of the Final Design is required before initiating the RA, unless specifically authorized by EPA . . 11 . I Prepare Prefinal Design Specifications A complete set of construction drawings and specifications (general specifications, drawings, and schematics) shall be submitted at the prefinal stage. All specifications shall conform to CSI format. Value engineering repon recommendations (submitted with the intermediate design) ihat have been approved by EP.A shall be incorporated into the prefinal design drawings and specifications. Toe final design plans and specifications must be consistent with the technical requirements of all ARARs. Any off-site disposal shall be in compliance with the policies stated in the Procedure for Planning and Implementing Off-Site Response Actions (Federal Regis1er, Volume 50, Number 214, November 1985 pages 45933-45937) and other applicable guidance. General correlation between drawings and technical specifications is a basic requirement of any set of working construction plans and specifications .. Before submitting the project specifications, the contractor shall coordinate and cross-check the specifications and drawings; and complete the proofing of the edited specifications and !he cross-checking of all drawings and specifications. . .11. 2 Prepare Prcfinal Drawings · · · · The final submittals shall include a complete set of construction drawings and specifications as well as a set of one-half size reductions of drawings. All spccificatiooa shall conform to CSI fonnat . . 11.3 Prepare Final Basis of Design Repon that incorporate any changes since the intermediate design submittal. · .11.4 Prepare Revised RA Cost Estimate The COJ!traCIOr shall prepare a definitive cost estimate of _the offers to be received for RA for each won: item from definitive engineering data, within. an accuracy of plua 15 pen:cnt to rninua 5 pcn:ent. The defmitive cost estimate should be accompani.cd by a range-estimate and analysis of the project's potential scope, cost, and schedule change during RA, broken down by woni activjty. One . copy of the quantity takeoff sheets, including the appropriate items, shall be included with each estimate submitted. All won: items shall be broken down into labor, materials, and equipment. The contractor shall provide the basis for development of all unit prices used in the estimate •. Unit prices, overhead, profit, and other categories shall be shown as separate items •. The final estimate will be· based on the adveniscd plans and specifications including amendments.• It should reflect cum:nt prices for labor, materials, and equipment. The estimate shall separately identify contingencies within the defmed project scope. The contractor shall prepare the RA cost estimates by using the M-CACES Gold Estimating System . . I 1.5 Prepare 100-Perccnt Design Submittal .11.6 Participate in Prefmal/Final Design Review . The cootraetor shall panicipate in a Prefinal Design review rneeµng •. The meeting shall be held at Region_ hcadquaners. The contractor shall also consolidate and respond to Intermediate and Prefinal Design review comments. A written response for each comment shall be provided before incorporating the changes into the design. The changes shall be incorporated as pan of the 100- Pcn:ent Design submittal . . 11. 7 Prq>are Subcontract Award Documents The colitraetor shall prepare complete contract documents, including (I) complete RA SOW including, wherever appropriate, drawings and specifications, complete cost proposal, and the required schedule; (2) tcmis and conditions of the contract including payments, delivery schedule, point of delivery, and acceptance criteria; (3) melhod ·of procurement including evaluation, basis, and method of awarding contract; (4) criteria to be employed in evaluating bids and offers; (5). prevailing wage determinations (OBA); (6) deadline and location for submiiting bids and offers, if applicable; and (7) appropriate contract clauses . . 11. 8 Perform Biddability. Operability, and Constructability Reviews The contraetor shall conduct final constructability, biddability. operability. environmental, and claims prevention reviews and document results . . 11.9 Prepare Revised Project Delivery Strategy . I I. 10 Document VE Modifications 15 .11.11 Draft Operations and Maintenance (O&M) Manual The manual should include the following: .11.11.1 An operations and maintenance plan that includes a description of nonnal operation and maintenance including slart-up procedures, !asks for opera1ion, !asks for maintenance, prescribed treaunent or operalion condi1ions, and schedule for each O&M task· .11.11.2 A descnption of potential operaling problems including common and/or anticipated remedies and useful-life analysis of significant components and replacement costs .11.11.3 Quali1y Assurance Plan for O&M including a description of routine monitoring tasks, description of required laboratory tests and their inlerpretation, required data collection, and location of monitoring points comprising the points of compliance monitoring . . 11.11.4 Alternate procedures to prevent releases or threatened releases of hazardous substances, pollutants, or contaminants, which may endanger health and the environment or cause an exceedance of any cleanup standard .11.11.S Corrective action to be implemented in the event that cleanup standanls for ground water, surface water discharges, and air emissions are exceeded and a schedule for · · implemen1ing these corrective actions .11.11.6 Safety Plan for O&M including a description of precautions and necessary equipment for site personnel, safety tasks required in event of systeins failure, and safety tasks necessary to address protection of nearby residents . . 11.11. 7 Description of equipmeni including the equipment identification numbers, installation of monitoring components, maintenance of site equipment, and replacement schedule for equipment and installed components · · [NOTE: ITEMS 11.6 THROUGH 11. 10, INCLUSIVE, ARE NOT INCLUDED IN THE 6-PERCENT DESIGN LIMITATION CALCULATIONS.) . I I. 11.8 Records and reporting mechanisms required including daily operating logs, laboratory records,· records for operating costs, mechanism for reporting emergencies, personnel and maintenance records, and reports to U.S. EPA, its designates; and the State . . 11.12 Construction Quality Assurance Plan · The contractor shall submit as part of the Prefinal Design a draft Construction Quality Assurance (CQA) Plan. The CQA Plan shall be prepared in accordance with "Construction Quality Assurance for Hazardous Waste Land Disposal Facilities" (EPA, October, 1986). ·Toe CQA Plan shall then be · finalized and submitted with the Final Design. At a minimum, the draft QA Plan shall provide requirements for the following elements: .11.12.1 Responsibility and authority of all organization and key personnel involved in the remediation action construction . . 11. 12.2 CQA Personnel Qualifications. The contractor shall establish the minimum qualifications of the CQA Officer and supporting inspection personnel. .I I. 12.3 Inspection Ac1ivities. The contractor shall establish the observations and tests that will be required to monitor the construction and/or installation of the components of the Remedial Action(s). The plan shall.include the scope and frequency of each type of inspection to be conducted. Inspections shall be required to verify compliance with environmental requirements and include, but not be limited to, air quality and emissions moniloring records, waste disposal records (e.g., RCRA transportation manifests), .etc. Inspections shall also ensure compliance with all health and safety procedures . . H .12.4 Sampling requirements. The contractor shall establish the requirements for sampling activities, sample size, sample locations, frequency of testing, criteria for acceptance and rejection, and plans for correcting problems as addressed in the project specifications . . 11. 12.5 Documentalion. The contractor shall describe the reporting requirements for CQA activities. This shall include such items as daily summary reports and inspection data sheets. 1i.9 f<15trem~lll:Design &upport 16 I II I I I ~, I I I ~, ~I ti I ~· I ]I II II II This task consists of support required to prepare contract bidding documents and issue the Invitation for Bids or the Request for Proposals. The task starts with EPA 's approval of contract documents developed · under Task I I and ends with the submittal of construction contractors' bids. Toe contractor shall perfomi the following postremedial design activities: .12. I Prebid (Presolicitation) Activities . 12. I. I Printing and Distribution of Contract Documents. Print and distribute to prospective bidders the contract documents that were finalized in Task 11 . . 12.1.2 Advertising and Soliciting of Bids. Advertise and solicit bids for construction services. An advertisement shall be prepared and published in · (I) Prebid (Presolicitation) Meetings. Toe contractor shall arrange and attcod prcbid meetings to provide clarification on plans, specifications, and contract documents to all bidders. . (2) Resolution of Inquiries and/or Issuing Addenda. Toe contractor shall resolve bidder inquires and document all.contact with potential bidders, and issue amendments to contract documents if additional information becomes available that all bidders should be made aware of after solicitation .. · · (3) On-Site Visits. The contractor shall panicipate in on-site visits that may be required to further clarify the services required. · · .12.2 Preawanl Activities · . 12.2. I Receipt of Bids (Offers) (1) Determination of Responsive, Responsible Bidders (Offerors) (2) Perform Reference Checks (3) Prepare Bid (Offer) Tabulation (4) Perform Bid (Offer) Analysis· . 12.2.2. Receipt and review of Followup Items from Lowest Responsible Bidder (Offeror) .12.2.3 Review of EEO and MBE Requirements and SDB Subcontracting Plans .12.3 Update Site-Specific Plans .12.3.1 Modify Site Management Plan (if necessary) .12.3.2 Modify Sampling and Analysis Plan (if necessary) . 12.3 .3 Modify Health and Safety Plan (if necessary) .12.3.4 Modify C?>mmunity Relations Plan (if necessary) J.ll .Work Assl~I Clo!ieo.ri"· .13.1 R"1llm Documents to Government .13.2 Duplicate, Distribute, and Store Files . 13 .3 Archive Files · . 13.4 Prepare Microfiche, Microfilm, and Optical Disk . . 13.5 Prepare Closeout Report.· The contractor shall include a breakdown on disk offinal·costs and Level of Effort (by P-Jevel) in the same detail and format as the Work Breakdown Structure · (Attachment 2). 17 Attachment 1 Summary of Major Submittals for the Remedial Design at I Site) REF ·NO.OF DUE DATE EPA REVIEW TASK DELIVERABLE NO.• COPIES I calender davs) PERIOD * - 3 10 ,1.,,. after site visit 7 davs after receint of rennrt 3 30 days after initiation of work 21 days after receipt of Work Plan . . assionment <W Al . 3.1. 1.4 Final RD Work Plan 3 15 days after receipt of EPA NA comments 3. 1.2.1 Draft Site Management Plan .3 (#) days after approval of RD Work 10 days after receipt of SMP (SMP) Plan 3.1.2.1 Final SMP 3 (#) days after receipt of EPA NA comments 3.1.2.3(1) DraftQAPP 21 3 30 days after initiation of WA 21 days after receipt of QAPP 8 .J.1.2.3(2) Draft FSP 5 3 30 ,1,.,,. after initiation of WA 21 Aovo after receint of FSP 3.1.2.2 Draft HASP 36 3 30 days after initiation of WA 21 days after receipt of HASP 19 3.1.2.3(2) Final QAPP 21 3 15 days after rc<;eipt of EPA NA 8 comments 3.1.2.3(1) Final FSP s 3 I 5 days after rc<:eipt of EPA NA comments 3.1.2.2 Final HASP 36 3 !5 days after receipt of EPA NA 19· comments 3.2.1 Draft Revised CRP 4 3 (#) days after initiation of WA 14 days after rc<:eipt of revised· CRP . 3.2.1 Final Revised CRP 4 3 (#) days after rc<:eipt of EPA NA comments 3.2.1 -Fact Sheets 3 As need..., 10 "= after -int of fact sheet ------iiii --· - - TASK 3.6.4 3.7.2 3.7.2 3.7.6 . 3.7.6 3.8.1 3.8.1.5 3.8.1.5 3.8.1 3.8.4 3.8.5 -' -iii - - Attach~ent 1 Summary of Major Submittals for the Remedial Design at __________ (Site) (continued) REF NO.OF DUE DATE DELIVERABLE' No.•· COPIES (calender· davsl Data Evaiualion Surnrna,y 3 IO days after receipt of analytical Rcnnrt results from laboratory Trcatability Study Work Plan 16 3 45 days after RD Work Plan 41 (FS) . approved Final Trcatability Study Work 16 3 15 days after receipt of EPA Plan 41 (FS) comments Trcatability Study Evaluation 16 3 30 days after completion of Rep0rt 42 (FS) Trcatability Study Final Trcatability Study 16 3 15 days after receipt of EPA Evaluation Report 41 (FS) comments Design Criteria Report 3 45 days after RD Work Plan annroved Basis ofD!:sign Report 3 ~5 days after RD Work plan · annroved Basis of Design Report 3 Revised and distnlruted as fR...,;sionl • C document) Preliminary Plans and J 60 days after RD Work Plan Snecificalions .. annroved VE Screening Report J (#) days after RD Work Plan annroved Response to Design Review 3 (#) days after design review Cnmm•n•• mcctinrz -!!!!!!I EPA REVIEW PERIOD IS days after receipt of rcpOrt 21 days after receipt of Trcatability Study Work Plan NA . 21 days after receipt of report NA 21 days after receipt of report 21 days after receipt of report 15 days after receipt of report JO days after receipt of plans & """""' 21 days after receipt of report 15 days after receipt of response -Attachment 1 Summary of Major Submittals for the Remedial Design at ________ (Site) (continued) REF _TASK DELIVERABLE No:• 3.9.1 List of Long-Lead Procurement Items -3.9.2 Plans and Specifications for Procurement of Long-Lead Procurement Items 3.10 lutc1 mediate Plans and . .. t 3.10.7 Value Enmneerina R"""rt 3.10.9 Response to Design Review comments 3.11 Prefinal Plans and S,_.ifications11 3.11.S 100-Perccnt Design 3.11.6 Response to Prcfinal Design review comments 3.11.7 Draft RA contract documents 3.11.7 Final RA contract documents • See Attachment 3 for list of references. **Preliminary Plans and Specifications Submittal Items: 3.8.1.1 Project Delivi:ry Strategy and Scheduling 3.8.1.2 Preliminary RA Schedule 3.8.1.3 Specifications Outline . 3 .8.1.4 Preliminary Drawings and Schematics NO.OF COPIES - 3 3 ~ 3 3 3 3 3_ 3 3 DUE DATE EPA REVIEW (calender davs) PERIOD (#) days Qfter Preliminary Design 10 days after receipt of list annroved (#) days after receipt of EPA -_ l ~ days after receipt of plans & comments on the Long-Lead· specs Procurement Item List 30 dajs afte. P1clin'lina11 Buign 21 dajs aftc1 receipt of int. plans -. til\ ,1.,;. after initiation of VE Stu"" 21 """" after receiot of ...,,,..rt (#) days after Intermediate Design 15 days after receipt of response Review Meetina (#) days after Intermediate Design 21 days after receipt of plans & annrovcd ._.. (#) days after prcfinal design NA comments received (#) days after design review 1 S days after receipt of response meetin" (#) days after Final Design 21 days after receipt of RA annroved documents (#) days after receipt of EPA NA comments on Draft RA contract . documents 3.8.1.S Basis of Design Report 3 .8.1.6 Preliminary RA Cost Estimate - 3.8.2 Variances from the ROD 1Igtennedjate Plans and Specifications Submittal Items: 3.10. l Update Construction Schedule - iiiil ,iiiil L.::::! . ~. Attachment 1 Summary of Major Silbmittals for the Remedial Design at ___________ (Site) ( continued) 3.10.2 Intermediate Specifications 3.10.3 Intermediate Drawings and Schematics 3.10.4 Revised Basis of Design Report · 3.10.S RA Cost Estimate 3.10.8 Variances from the ROD t!J>rcfinal Plans and Specifications Submittal Items: 3 .11.1 Prcfinal Drawings and Specifications 3.11.2 Prcfinal Drawing Rcduc:tions 3.11.3 Final Basis of Design Report 3.11.4 Revised RA Cost Estimate 3.11. 7 Subcontract Award Docwnents 3.11.8 Biddability, Operability, and Constructability Reviews . Reports 3.11.9 Revised Project Delivery Strategy and Schedule 3.11.10 Document VE Modifications 3.11.11 Draft Operations and Milintcnaru:c (O&M) Manual 3.11..12 Construction Quality Assurance Plan Attachment 1 Summary of Major Submittals for the Remedial Design at ________ (Site) (continued) I I I 3.0 I I ' I ii ii :1 ·1 JI ~ t I ·.1 _I ll JI II ii · Attachment 2 Work Breakdown Structure (WBS) for Remedial Design (RD) Remedial Desi'gn . O I Project Planning and Support .01 Project Planning .0 I Attend Scoping Meeting · .02 Conduct Site Visit .03 Evaluate Existing Information .04 Worlc Plan Development .01 Draft Worlc Plan Development .0 I-Develop Narrative .02 Develop Cost Estimate .03 Internal QA & Submission :02 Final Worlc Plan Preparation .01 Attend Negotiation Meeting .02 Modify Draft Work Plan/Cost Estimate .03 Internal QA & Submission .02 Preparation of Site-Specific Plans . . 0 I Develop Site Management Plan .01 Develop Pollution Control & Mitigation Plan . . 02 Transponation & Disposal Plan (Waste Management Plan) .02 Develop Heitltb & Safety Plan .03 Sampling & Analysis Plan (Chemical Data Acquisition Plan) .01 Quality Assurance Project Plan . . 02 Field Sampling Plan .03 Data Management Plan .04 Other Plan(s) .03 Project Management . . o I Prepare Periodic Status Reports .01 Document Cost and Performance Status .02 Pn:pare/Submit Invoices .02 Meeting Participation/Routine Communications .03 Perfonn Engineering Network Analysis .04 Manage, Track, and Report Equipment Status .OS Worlc Assignment Closeout .04 Subcontract Procurement/Support Activities .0 I ID and Procurement of Subcontractors .01 Drilling Subcontractor .02 Surveying Subcontractor .03 Geophysical Subcontractor .04 Site Preparation Subcontractor .OS Analytical Services· Subcontractor(s) .06 Waste Disposal Subcontractor .07 Treatability Subcontractor .08 Other(s) · ._02 Establish and Cany Out a QA Program .03 Perfonn Subcontraci Mariagernent .02 Community Relations .0 I Community Relations Plan (CRP) Development .01 Conduct Community In\erviews .02 Prepare CRP .01 Draft CRP .. 02 Final CRP .02 Prepare Fact Sheets .03 Public Hearing, Meetings, & Availability Support .0 I Technical Support .02 Logistical & Presentation Support .03 Public Notice Support (writing, or placement of) 23 Model RD SOW (S/31/95) .04 Maintain Information Repository/Mailing List .03 Data Acquisition . O I Mobilization/Demobilization .0 I ID field support equipment/supplies/facilities .02 Mobilization . 01 Site Preparation .01 Perfonn Demolition .02 Clearing and Grubbing .03 Perfonn Earthwork .01 Provide Borrow Pit .02 Construct Haul Roads .04 Construct Roads/Parking/Curbs/Walks .05 Install Stenn Drainagc/Subdrainage .06 Install Fencing/Site Security . 02 Installation of Utilities .01 Install Electrical Distribution .02 Install Telephone/Communication Systcm(s) .03 Install Water/Sewer/Gas Distribution .04 Install Fuel Linc Distribution .03 Construction of Temporary Facilities .01 Construct Decontamination Facilities .02 Construct Sample/Derived Waste Storage Facility .03 Construct Field Offices .04 Construct Mobile Laboratory .05 Construct Other Temporary Facilities .03 Demobilization . . 01 Removal of Temporary Facilities .02 Site Restoration .!)2 Field Investigation .0 l Perfonn Site Reconnaissance .0 I Ecological Resources Reconnaissance .02. Well Inventory .. 03 Residential Well Sampling ,04 Land Survey .05 Topographic Mapping . 06 Field Screening . .'02 Conduct Geological Investigations (Soils/Sediments) .01 Surface Soil Sample Collection .02 .Subsurface Soil Sample Collection .03 Soil Boring/Penneability Sampling .04 Sediments Sample Collection . . 05 Soil Gas Survey .06. Test Pit .83 Conduct Ah lnwwtigatious . 01 Smnple CuHcction .Di Ah .h!onitmiug StatiOn .04 Conduct Hydrogeological Investigations-Ground Water .01 Well Systems Installation .01 Accomplish Mobilization .02 Perform Well Development .03 Conduct Downhole Geophysics .04 Install Monitoring Wells .05 Install Test Wells .06 Install Gas Wells .02 Collect Samples .03 Hydro Punch .04 Conduct Tidal Influence Study .05 Conduct.Hydraulic Tests (Pump Tests) .06 Perfonn Ground-Water Elevation Measurement .85 Co11duct l11d1ogcological Investigations Smfacc \Vatc: 24 Model RD SOW (5/31/95) Ill DI D! fl '\ I Jr ... 1 18 IO llJ 10 IO 17 11 ·--J I) I I I I I ' I I I _04· ·1 ·1 I ' I ·1 ·1 ·1 'JI ii 11 . 0 I Collect Samples .02 Conduct Tidal Influence Study .03 Perfonn Smface Water Elevation Measurement .06 Conduct \1t'astc ln,wtigation .0 I Collect Samples (Gas, Liquid, Solid) .02 Derived Waste Disposal (Gas, Liquid, Solid) .07 Conduct Geophysical Investigation .01 Surface Geophysical Activity .02 Magnetometer· .03 Electronmagetics .04 Ground Penetrating Radar .OS Seismic Refraction .06 Resistivity .07 Site Meteorology .08 Cone P_enetrometer Sarvey .09 Remote Sensor Survey . IO Radiological Investigation · .08 Conduct Eailogical Investigation .0 I Wetland and Habitat Delineation .02 Wildlife Observations .03 Community Characterization .04 Identification of Endangered Species .OS Biota Sampling/Population Studies .09 Collect Contaminated Building Samples .10 Di~ of Investigation-Derived Waste Sample Analysis . .01 Screening-Type Laboratory Sample Analysis .01 Analyze Air/Gas Samples .01 Organic . · .02 Inorganic .03 Radiochemishy .02 Analyze Ground-Water Samples .01 Organic .02 Inorganic .03 Radiochemistry .03 Analyze Surface Water Samples .01 Organic .02 Inorganic .03 Radiochemistry :04 Analyze SoiVSediment Samples .01 Organic .02 -Inorganic .03 Radiochemistry .OS Analyze Waste (Gas) Samples .01 Organic .02 Inorganic .03 Radiochemistry .06 Analyze Waste (Liquid) Samples .01 Organic .02 Inorganic .03 Radiochemistry .07 · Analyze Waste (Solid) Samples .01 Organic .02 Inorganic .03 Radiochemistry .08 Analyze Biota Samples .01 Organic .02 Inorganic .. 03 Radiochemistry .09 Analyze Bioassay Samples 25 Model RD SOW (5/31/95) . 10 · Perform Bioaccumulation Studies .02 CLP-Type Laboratory Sample Analysis .01 Analyze Air/Gas Samples .OJ Organic . 02 lnorgaruc . 03 Radiochemistry .02 · Analyze Ground-Water Samples .01 Organic .02 Inorganic .03 Radiochemistry . .03 Analyze Surface Water Samples .01 Organic . 02 Inorganic .03 Radiochemistry . 04 Analyze SoiVSediment Samples . . OJ Organic . 02 Inorganic .03 Radiochemistry .05 Analyze Waste (Gas) Samples .01 Oiganic .02 Inorganic .03 Radiochemistry . 06 Analyze Waste (Liquid) Samples .01 Organic .02 Inorganic .03 Radiochemistry .07 Analyze Waste (Solid) Samples .01 Organic .02 Inorganic .OJ· Radiochemistry . 08 Analyze Biota Samples .01 Organic .02 Inorganic .03 · Radiochemistry .09 Analyze Bioassay Samples .10 Perform Bioaccumulation Studies .05 Analytical Support and Data Validation .01 · Prepare and Ship Environmental Samples .01 Ground-Water Samples .02 Surface and Subsurface Soil Samples .03 Surface Water & Sediment Samples . 04 Air Samples . . OS Biota Samples . 06 Other types of media sampli11g and screening .02 Coordinate with appropriate Sample Management pcrsoMel .03 Implement EPA-approved Laboratory QA program .04 Provide Sample Management (Chain of Custody, sample retention, & data storage) .05 Perform Data Validation .01 Review analysis results against validation criteria .02 Provide written documentation of validation efforts .06 Data Evaluation .01 Data Useability Evaluation/Field QA/QC .02 Data Reduction, Tabulation and Evaluation .01 Evaluate Geological Data (Soils/Sediments) .02· Evaluate Air Data .03 Evaluate Hydrogeological Data-Ground Water .. 04 Evaluate Hydrogeological Data-Surface Water .OS Evaluate Waste Data .06 Evaluate Geophysical Data .07 Evaluate Ecological Data 26 Model.RD SOW (5/31/95) 11 Dr fl J, fr fJ tJ lti I: 17 I] U1 ill' 1- I I I I ' 1 I. ! ll I l '_I ~ I 'I . 1 ll ti ii fl .03 Modeling .01 Contaminant Fate and Transpon .02 Water Quality .03 Ground Water .04 Air .05 Other Modeling .04 Develop Data Evaluation Report .07 Treatability Study/Pilol Testing .01 Literature Search .02 Develop Treatability/Pilot Work Plan .03 Bench Test .OJ Procure Test Facility and Equipment .02 Provide Vendor & Analytical Service .03 Test and Operate Equipment .04 Retrieve Sample for Equipment .OS Perform Laboratory Analysis .06 Characterize and Dispose of Residuals .04 Pilot-Scale Test .OJ Procure Test Facility and Equipment .02 Provide Vendor & Analytical Service .03 Test and Operate Equipment .04 Retrieve Sample for Testing .OS Perform Laboratory Analysis .06 Characterize and Dispose of Residuals .OS Field Test .01 Procure Test Facility and Equipmeni .02 Provide Vendor & Analytical. Service .03 Test and Operate Equipment . 04 Retrieve Sample for Testing .OS Perform Laboratory Analysis .06 Characterize and Dispose of Residuals .06 Develop Treatability Study Report .08 Preliminary Design .01 Preliminary Design .01 Recommend Project Delivery Strategy and Scheduling .02 Prepare Preliminary Construction Schedule . . 03 Prepare Specifications Outline .04 Prepare Preliminary Drawings .OS Prepare Basis of Design Report/Design Analysis .06 Prepare Preliminary Cost Estimate .02 Descnbe Variances with ROD .03 Land Acquisition/Easement Requirements .. 01 Identify need for, and locations · .02 Provide Technical Support in Land Acquisition Efforts .04 Conduct and/or assist in Value Engineering (VE) screening .OS Respond to Design Review Comments · .06 Participate in Preliminary Design Reviews/Briefing . [NOTE: ITEMS 8.02 THROUGH 8.06, INCLUSIVE, ARE NOT INCLUDED IN THE 6-PERCENT DESIGN LIMITATION CALCULATIONS) . · . .09 Equipment/Services/Utilities .OJ Identify long-lead equipment services, and/or utilities .02 Procure long-lead equipment services, and/or utilities .JO Intermediate Design .OJ Update Construction Schedule .02 Prepare Preliminary Specifications . 03 Prepare Intermediate Drawings .04 Prepare Basis of Design Report/Design Analysis .05 Prepare Revised Cost Estimate 27 Model RD SOW (5/31195) .06 Participate in Intermediate Design Review/Briefing . 07 Perform VE Study and Report Recommendations .08 Describe Variances with ROD .09 Respond to Design Review Comments [NOTE: ITEMS 10.06 TIIR.OUGH 10.09, INCLUSIVE, ARE NOT INCLUDED IN THE 6-PERCENT DESIGN LIMITATION CALCULATIONS] · . . 11 Prefinal/Final Design . o l Prepare Prefinal Design Specifications .02 Prepare Prefinal Drawings .03 Prepare Basis of Design Report/Design Analysis .04 Prepare Revised Cost Estimate .05 Prepare JOO-Percent Design Submittal .06 Participate in Preflnal/Final Design Review .07 Prepare Subcontract Award·Document(s) .08 Perform Biddability (offer;ibility) and Constructability Reviews . 09 Prepare Revised Project Delivery Strategy · . IO · Document VE Modifications .11 Draft O&M Manual . :12 Prepare Construction QA Plan . . [NOTE: ITEMS 11.06 TIIROUGH 11.10; INCLUSIVE, ARE NOT INCLUDED IN THE 6-PERCENT DESIGN LIMITATION CALCULATIONS] . . 12 Post Remedial Design Support .OJ Prebid (Prcsolicitation) Activities .01 Printing & Distnl>ution of Contract Documents .02 Advertising/Soliciting of Bids . OJ Prebid (prcsolicitation) meetings .02 Resolution of inquiries/Issuing Addenda .03 On-site visits .02 Preaward Activities .01 Receipt of Bids (offers) . 0 I Determination of responsive, responsible bidders (offerers) .02 Perform Rcfen:ncc checks .03. Bid (offer) Tabulation .04 Bid (offer) Analysis .02 Receipt of follow-up items from lowest responsible bidder (offeror) .03 Review of EEO, MBE requirements, SDB subcontracting plans .03 Update Site-Specific Plans .01 Modify Site Management Plan (if necessary) .02 Modify Sampling & Analysis Plan (if necessary) .03 Modify Health & Safety Plan (if necessary) .04 Modify Community Relations Plan (if necesSIIJ}') . 13 Work Assignment Close Out .01 Return Documents to Government .02 File Duplication/Distribution/Storage . 03 File Archiving .04 Microfichc:/Microfilrn/Optical Disk .OS Prepare Closeout Report 28 Model RD SOW (5/31/95) I [ t1 f] l!J Ill D1 ' . -g: j --~ .;. l,i ·1111 . I •· I I ·I I :1 'I II II I I I I I I I I I Attachment 3 Regulations and Guidance Documents The following list, although not comprehensive, comprises many of the regulations and guidance documents that apply to the RD process: · · 1. American National Standards Practices for Respiratory Protection. American National Standards Institute Z88.2-1980, Man:b 11, 1981. 2. ARCS Construction Contract Modification Procedures September 89, OERRDirectivc 9355.5-01/FS. 3. CERCLA Compliance with Other Laws Manual, Two Volumes, U.S.-EPA, Office of Emergency and Remedial Response, August .1988 (DRAFT); OSWER Directive No. 9234.1-01 and-02. 4. Community Relations in Superfund-A Handbook, U.S. EPA, Office of Emergency and Remedial Response, June I 988, OSWER Directive No. 9230.0.:JB. · · 5. A Compendium ofSupcrfund Field Operations Methods, Two Volumes, U.S. EPA, Office of Emergency and Remedial Response, EPA/540/P-87/00!a,-August 1987, OSWER Directive No. 9355.0-14. 6. Construction Quality Assurance for Hazardous Waste Land Disposal Facilities, U.S .. EPA, Office of Solid Waste· and Emergency Response, October 1986, OSWERDirectivc No. 9472.003. . 7. Contractor Requirements for the Control and Scauity of RCRA Confidential Business Information, Man:b · 19M. .. 8.. The Data Quality Objectives Process for Superfund: Interim Final Guidani:c, U.S. EPA, EPA/540/R-93t'071, September 1993. _ . 9. Engineering Support Branch Standard Operating Procedures and Qualify Assurance Manual, U.S. EPA Region [V, Environmental Services Division, April I, 1986 (revised periodically). · . · 10. EPA NEIC Policies and Proccdurcs Manual, EPA-330/9-78-001-R. May 1978, revised November 19M .. J l. Federal Acquisition Regulation, Washington, DC: U.S_. Government Printing Office (revised periodically). 12. Guidance for Conducting Remedial Investigations anil Feasibility Studies Under CERCLA, Interim Final. .U.S. EPA, Office of Emergency and Remedial Response; October 1988, OSWER Directive NO. 9355.3-01. J 3. Guidance on EPA Oversight of Remedial Designs and Remedial Actions Performed by Potential Responsible Parties, U.S. EPA Office of Emergency and Remedial ·Response, EP A/540/G-90/00 I,. April 1990. . 14. Guidance on Expediting Remedial Design and Remedial Actions, EP A/540/G-90/006, August 1990. J 5. Guidance on Remedial Actions_ for Contaminated Ground Water at Supcrfund Sites, U.S. EPA' Office of _ Emergency and Remedial Response (DRAFT), OSWER Directive No. 9283.1-2. 16. Guide for Conducting Treatability Studies Under CERCLA, U.S. EPA; Office of Emergency and Remedial Response, Prepublication version. . J 7. Guide to Management of Investigation-Derived Wastes, U.S. EPA, Office of Solid Waste and Emergency Response, Publication 9345.3-0JFS, January 1992. • 18. Guidelines and Specifications for Preparing Quality Assurance Project Pl;ms; U.S. EPA, Office ofRescart:h and Development, Cincinnati, OH, QAMS-oo4/80, December 29, 1980. · 19. Health and Safety Requirements of Employees Employed in Field Activities, U.S. EPA, Office of Emergency and Remedial Response, July 12, 1982, EPA Order No. 1440,2. 20. Interim Guidance on Compliance with Applicable of Relevant and Appropriate Requirements, U.S. EPA, Office of Emergency and Remedial Response, July 9, 1987, OSWER Directive No. 9234.0-05. 21. Interim Guidelines and Specifications for Preparing Quality Assurance Project Plans, U.S. EPA, Office of Emergency and Remedial Response, QAMS-005/80, December 1980. · 22. Methods for Evaluating the Attainment of Cleanup Standards: Vol. I, Soils and Solid Media, February 1989, EPA 23/02-89-042; vol. 2, Ground water (Jul 1992). 23. National Oil and Hazardous Substances Pollution Contingency Plan; Final Ruic, Federal Register 40 CFR. Part 300, Man:h 8, 1990. 24. NJOSH Manual of Analytical Methods, 2nd edition. Volumes I-VII for the 3rd edition, Volumes I and II, National Institute of Occupational Safety and Health. . 25. 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. · 26. Permits and Penni! Equivalency Processes for CERCLA On-Site Response Actions, February 19, 1992, OSWER Directive 9355.7-03. 27. Procedure for Planning and Implementing Off-Site Response Actions, Federal Register, Volume SO, Number 214, November 1985, pages 45933-45937. 28. Procedures for Completion and Deletion ofNPL Sites, U.S. EPA, Off"i« of Emergency and Remedial Response, April 1989, OSWERDircctive No. 9320.2-JA. 29 Model.RD SOW (5/31/95) ---••••••liiiiiiii.a■az-.u----------~ 29. Quality in the Constructed Project: A Guideline for Owners, Designers and Constructors, Volume 1, Preliminary Edition for Trial Use and Comment, American Society of Civil Engineers, May 1988. 30. Remedial Design/Remedial Action {RDIRA) Handbook, U.S. EPA, Office of Solid Waste and Emergency Response (OSWER), 9355.0-04B, EPA 540/R-95/059, June 1995. · . . . . 31. Revision of Policy Regarding Superfund Project Assignments, OSWER Directive No. 9242.3--08, December 10, 1991. [Guidance, p. 2-2) · 32. Scoping the Remedial Design (Fact Sheet), February 1995, OSWER Pub!. 9355-5-21 FS. 33. Standard Operating Safety Guides, U.S. EPA, Office of Emergency and Remedial Response, November 1984. 34. Standards for the Construction Industry, Code of Federal Regulations, Title 29, Part 1926, Occupational Health and Safety Administration. . 35. Standards for General lndusuy, Code of Federal Regulations, Title 29, Part 19\0, Occupational Health and Safety Administration. · . · . 36. Structure and Components of 5-Year Reviews, OSWER Directive No. 9355.7-02, r.tay 23,.1991. (Guidance, 37. ~~!;ln~ Guidance on EPA Oversight of Remedial Designs and Remedial Actions Performed by Potentially Responsible Parties, April 1990, EPA/540/G-90/001. . . . . 38. Superfund Remedial Design and Remedial Action Guidance, U.S. EPA, Office of Emergency and Reml:dial Response, June 1986, OSWERDirectM:No. 9355.0-4A. · . 39. Superfund Response Action Contracts (Fact Sheet), May 1993, OSWER Pub!. 9242.2--0SFS. 40. 1L Vs-Threshold Limit Values and Biological Exposure Indices for 1987-88, American Confuence of Governmental Industrial Hygienists. 41. Treatability Studies Under CERCLA, Final. U.S. EPA. Office of Solid.Waste and Emergency Response, EPA/540/R-92/07la, October 1992. . _· ... . . · 42. USEPA Contract Laborato.ry Program Statement ofWorlt for Inorgaruc Analysis, U,S .. EPA, Office of Emergency and Remedial Response, July 1988. · . · . 43. USEPA Contract Laboratory Program Statement of Work for Organic Analysis, U.S. EPA, Office of Einergency and Remedial Response, February 1988. · · 44. User's Guide to the EPA Contract Laboratory Program, U.S. EPA, Sample Management Office, August 1982. 45. Value Engineering (Fact Sheet), U.S. EPA. Office of Solid Waste and Emergency Response, Publication 9355.5-03FS, May 1990. . · 30 Model RD SOW (5/31/95) ! ~ l! I() lU 1: WI -I • l I I I I I I ' -------Attach t4 men DATE: TRANSMITTAL NO. TRANSMITTAL OF DOCUMENTS FOR ACCEPTANCE BY EPA TO: FROM: □ New Transmittal □ Raubmittalof Tnmmillal No. SUBTASK NO. Dl!LIVERABLE NO. OF COPIF.8 REMARKS .. . . ACCEPTANCE ACTION DOCUMENTS FOUND ACCEFTABLE (UST BY SUBTASK NO.) NAME/Tl11.EISIONATUREOF JlEVIEWEll DATE Attachment S TRANSMITI AL REGISTER · PROJECT TITLE AND LOCATION CONTRACT NO. WORK ASSIGNMENT NO. 0 Iii :z. DELIVERABLE 1 !J ~i! REMARKS l '8 ! A! l@ :! en ! ' I I I I I I I I I I I I I I I I I I "' I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 APPENDIX B Interim Work Plan Volume I EPA COMMENTS TO TECHNICAL MEMORANDUM MEMO August 29, 2003 17 DRAFT I I I I I I I I I I I I I I I I I I I 4WD-NSMB UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REGION4 ATLANTA FEDERAL CENTER 61 FORSYTH STREET ATLANTA, GEORGIA 30303·8960 June 5, 2003 Mr. David A. Russell, P.E. Project Manager Black & Veatch Special Projects Corp. 1145 Sanctuary Parkway, Suite 475 Alpharetta, GA 30004 SUBJECT: Technical Memorandwn "Field Investigation Results, Bioscreen Analysis and Recommendations" FCX (Washington Plant) Site, December 20, 2002 Dear Mr. Russell: The purpose of this letter is to forward the U.S. Environmental Protection Agency's (EPA's) comments on the Technical Memorandwn "Field Investigation Results, Bioscreen Analysis and Recommendations", for the FCX (Washington Plant) Site, in Washington North Carolina dated December 20, 2002. In addition, this letter shall provide direction for the next phase of work at the site. Please review the following comments and address them in a work plan which will include a sampling and analysis plan and proposed schedule. Following EPA's review of the above mentioned report it is evident that the present horizontal an d vertical extent of the contaminant plwne is not discernable from the current well network. In addition, a wetland area is downgradient of the site and is possibly a discharge point for contaminated ground water. The following data quality objectives are established for the next phase of work: 1. Determine if manganese, toxaphene and gamma chlordane/2, dieldrin, aldrin, beta BHC, lindane, DOE, and benzene are migrating beyond the site and current monitoring system. 2. Determine if the above compounds are discharging to the wetland and accwnulating in the sediment or contaminating surface water above the protection standards specified in the ROD. 3. Determine if monitored natural attenuation will act to reduce concentrations of compounds other than the toxaphene. Internet Address (URL)• http://www.apa.gov R•cycled/Recyclabl• • Printed with Vegetat>,e o• Based Inks on Reqided Paper (Minimum 30% POSlconsumer) The additional characterization needed to answer the above questions is as follows: • • • • • • Install a deep well in the middle of the plowed field (well A in Figure 1) to the northeast of the site order to evaluate the migration oftoxaphene, alpha-chlordane/2, dieldrin, and gamma chlordane/2. This well will serve as both a detection and a monitoring well and will be used to evaluate the ability of the ground water to naturally attenuate beyond the proposed permeable reactive barrier. Collect a surface water, sediment and pushpoint sample in two locations, sliown on Figure 1, in order to evaluate the migration of the plume into the wetland area. Parameters necessary to evaluate natural attenuation must be obtained. If monitored natural attenuation is an effective remedy proposed for this area; manganese, alpha BHC, lindane, dieldrin, aldrin, alpha chlordane, gamma chlordane, ODE, and benzene should show reduction is concentration. Determining the fate of theses compounds into the wetland would provide evidence that this remedy will be sufficiently protective. The remaining proposed wells shall monitor and detect the plume movement and are located to act as long term monitoring wells. The location C proposed well along the southeast site boundary should be a paired shallow and deep well. Sampling analysis will include manganese, arsenic (due to the possibility that attenuation of chlorinated compounds, toxaphene and the parlars, ROD pesticides and VOC' s. Table 3: The Record of Decision includes beryllium (4ug/L) mercury (1.1 ug/L), clloroform (0.19 ug/L, 1,2,-dicloroethane (0.38 ug/L), 1,2-dichloropropane (0.56 ug/L), heptachlor (0.076 ug/L)m bus(2-ethylexyl)phthalate (6 ug/L), pentachloropenol (1 ug/L), and carbazole (4.3 ug/L) with remedial goal bjectives the must be also included in the tables of the document. Sampling procedures must be evaluated from different sampling periods. The work plan must state the sampling techniques and any distinctions from the method for all data sets being compared. 2 a I I I I I I I ,' I I I I I I I I I I I I I I I I I I I I I I I I I I 0 2000 4000 ' ' 3 FCX Washington Washington, NC . "'•·--··-·"· . --_, .... -. -.-•· CllfL•-■-•ftlllll·•-■ ICI In• N 1800 Feel A • • • • / i" ~ M I + h ,jl -feJh j yvdvut~ ~ ~k tJc1/ w~uld f)frlvr~ m CJ! <i-el , J e., ~ ~ ow It fiuns , 1 t_r-1 v, J!.,_D I . -i 1 <11' e>tfe (/ ~ Jf)fA,Jt'I The debuls of the permeable reactive barriers and go s for monitored natural attenuation __ must be explained in the forthcoming work plan. Als state any con~ipgency alternatives ,o which may be considered in the design of the remedy. C OIJC.~//'/> The ROD RGO for aldrin (0.005 ug/L), dieldrin (0.0053 ug/L), toxaphene (0.031 ug/L), 4,4-DDE (0.025ug/L) and 4,4-DDT (0.25ug/L), need to be confirmed and carried forward · through this and subsequent documents · Table3: The North Carolina groundwater standards were stated incorrectly for the following chemicals: dieldrin(0.0022 ug/L), 4,4-DDD (0.14 ug/L), 4,4,-DDT (0lug/L). These values need to be confirmed and carried forward through this and subsequent documents. Figure 2: Data for bis(2-ethylhexyl) phathalate was include on the figure but not in the table. Thank you in advance for your support. If you have any questions, please feel free to call I me at ( 404)562-8953. cc: Nile Testerman, NCDENR Kay Wischkaemper, OTS Kenneth A. Lucas Remedial Project Manager North Site Management Branch 4 I ·1 I I, I I I I' I I I I I I I I 11 I I I I l I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 APPENDIX C Interim Work Plan Volume I SUPPLEMENTAL REMEDIAL TECHNOLOGY INFORMATION August 29, 2003 18 DRAFT I I I I I I I I I I I I I I I I I I I ~EPA United States Environmental Protection Agency Office of Solid Waste and Emergency Response (5102G) EPA 542-F-01 -004 April 2001 www.epa.gov/superfund/sites www.cluin.org A Citizen's Guide to Monitored Natural Attenuation Jhe Citizen's Guide Series ,,: ·:•,•·:-r1 J . ,'1·1:t1~-: ;./,.,,., ~ .. ;;)·\:i EPA uses many methods to clean up pollution at Superfund and other sites. If you live, work, or go to sctioo,Fnear ;.':,:•,_c: a Superfund site, you may want to learn more about cleanup meihods. Perhaps they are being used or are"iirci~-c_:,,,-,_,,_. · · ,' .. , ' posed for use at your site. How do they work? Are they safe? This Citizen's Guide is one in a series to help _ ./i)"";f:·::(; answer your questions. ,,;.,:'.>',r"", What is monitored natural attenuation? ,_;;\\j . -~-• .. ' Natural anenuation relies on natural processes to clean up or attenuate pollution iri soil and groundwater. Natural attenuation occurs at most polluted sites. However, the right conditions must exist underground to clean sites properly. If not, cleanup will not be quick enough or complete enough. Scientists monitor or test these conditions to make sure natural attenuation is working. This is called monitored natural attenuation or MNA. How does it work? When the environment is polluted with chemicals, nature can work in four ways to clean it up: 1. Tiny bugs or microbes that live in soil and ground- water use some chemicals for food. When they completely digest the chemicals, they can change them into water and harmless gases. (A Citizen's Guide to Bioremediation [EPA 542-F-0 1-001] describes how microbes work.) chemical 2. Chemicals can stick or sorb to soil, which holds them in place. This does not clean up the chemicals, but it can keep them from polluting groundwater and leaving the site. 3. As pollution moves through soil and groundwater, it can mix with clean water. This reduces or dilutes the pollution. groundwater flow chemical For more information write the Technology Innovation Office at: U.S. EPA (5102G) 1200 Pennsylvania Ave .. NW Washington, DC 20460 or call them at (703) 603-99 I 0. Further information also can be obtained at www.cluin.org or www.epa.gov/ superfund/sites. 2 4. Some chemicals, like oil and solvents, can evaporate, which means they change from liquids to gases within the soil. If these gases escape to the air at the ground surface, sunlight may destroy them. ga£~;-rls8~, ground surface fhroll'gh' so11 ....,,._chemical ~ evaporates MN A works best where the source of pollution has been removed. For instance, buried waste must be dug up and disposed of properly. Or it can be removed using other available cleanup methods. After the source is removed, the natural processes get rid of the small amount of pollution that remains in the soil and groundwater. The soil and groundwater are monitored regularly to make sure they are cleaned up. Is it safe? MNA can be a safe process ifused properly. No one has to dig up the pollution, and nothing has to be added to the land or water to clean it up. But MNA is not a "do nothing" way to clean up sites. Regular monitoring is needed to make sure pollution doesn't leave the site. This ensures that people and the environment are protected during cleanup. How long will it take? The time it takes for MNA to clean up a site depends on several factors: • type and amounts of chemicals present • size and depth of the polluted area • type of soil and conditions present ~~ These factors vary from site to site, but cleanup usually takes years to decades. MNAyc7A"ifi:Y;:~ ~ is used when other methods will not work or are expected to take almost as long. ~ Jl f Sometimes MNA is used as a final cleanup step after another method cleans up most{~ &i,i:{, "••·"-•;; of the pollution. ~i,li~ >r; .,_:Jf:P.. Why use monitored natural attenuation? Depending on the site, MNA may work just as well and almost as fast as other methods. Because MNA takes place underground, digging and construction are not needed. As a result, there is no waste to dispose of in landfills. This is less disruptive to the neighborhood and the environment. Also, it allows cleanup workers to avoid contact with the pollution. MN A requires less equipment and labor than most methods. Therefore, it can be cheaper. Monitoring for many years can be costly, but it may cost less than other methods. MNA is the only cleanup method being used at a few Superfund sites with groundwater pollu- tion. At over 60 other sites with polluted groundwater, MNA is just one of the cleanup methods being used. MNA also is used for oil and gasoline spills from tanks. NOT£: This facl sheet is intended solely as ge~rol guidance and infonnation to the public. It is nor intended, nor can it be relied upon, to create any rights enforceable by any party in litigation with the United States, or to endorse the use of products or services provided by specific vendors. The Agency also reserves the right to change this fact shut at any time without public notice. 11 I I ,I I :1 m I m I m I 'D n J u I ,11 I u I I I I I I I I I I I I I 'I I I I I I I I I I I I I I I I oEPA United States Environmental Protection Agency Office of Solid Waste and Emergency Response (5102G) EPA 542-F-01-005 April 2001 www.epa.gov/superfund/sites www.cluin.org A Citizen's Guide to Permeable Reactive Barriers The Citizen's Guide Series 1 . ., ,., .I ,"\ ._, •.. :• ~-•,\1 ·1' EPA uses many methods to clean up pollution at Superfund and citlier sites. Some, like permeable reactive'r, · · ·,/:··.;,., barriers, are considered new or innova1ive. Such methods ca~ be quicker and cheaper than more comm'oiit·: .:'i:t,;\; ,., ··, methods. If you live, work, or go to school near a Superfund site, you may want to learn more about cleanup ''/, · methods. Perhaps they are being used or are proposed for use at your site. How do they work? Are they safe?.,:,, ~: ~is Citizen's Guide is one in a series to help answer your questions. ,!\•' '.,,' ·:::"/ What are permeable reactive barriers? \;,",:\ ;M\,<.~ A permeable reactive barrier or PRB is a wall built below ground to clean up polluted groundwater. The wall is permeable, which means it has tiny holes that allow groundwater to flow through it. Reac1ive materials in the wall trap harmful chemicals or change the chemicals into harmless ones, Clean groundwater flows out the other side of the wall. ground surface How do they work? clean soil groundwater level clean groundwater '' ·.-;· ~~~ reactive materials A PRB is built by digging a long, narrow trench in the path of the polluted groundwater. The trench is filled with a reactive material that can clean up the harmful chemicals. Iron, lime- stone, and carbon are common types of reactive materials that can be used. The reactive materials may be mixed with sand to make it easier for water to flow through the wall, rather than around it At some sites, the wall is part of a funnel that directs the polluted groundwater to the reactive part of the wall. The filled trench or funnel is covered with soil, so it usually cannot be seen above ground. For more information write the Technology Innovation Office at: U.S. EPA(5102G) 1200 Pennsylvania Ave., NW Washington, DC 20460 or call them at (703) 603-9910. Further information also can be obtained at www.cluin.org or www.epa.gov/ superfund/sites. 2 The material used to fill the trench depends on the types of harmful chemicals in the groundwa- ter. Different materials clean up pollution through different methods by: Trapping or sorbing chemicals on their surface. For example, carbon has a surface that chemicals sorb to as groundwater passes through. • Precipitating chemicals that are dissolved in water. This means the chemicals settle out of the groundwater as solid materials, which get trapped in the wall. For example, limestone can cause dissolved metals to precipitate. • Changing the chemicals into harmless ones. For example, iron can change some types of solvents into harmless chemicals. • Encouraging tiny bugs or microbes in the soil to eat the chemicals. For example, nutrients and oxygen in a PRB help the microbes grow and eat more chemicals. When microbes com- pletely digest the chemicals, they can change them into water and harmless gases such as carbon dioxide. (A Citizens Guide to Bioremediation [EPA 542-F-01-001] describes how microbes work.) ~t ~ How long will it take ? J.)'' ~ 9 I Cleaning groundwater with a PRB may take many years. The time it 8? .·· J takes depends on two major factors that vary from site to site: 6 $ ~ • type and amount of pollution present in the groundwater ~ • how fast the groundwater moves through the PRB · _,.. ,;Jf'Cl/!., ... ... r.ila:f.",,,i.i:,t\~ ~ Groundwater may move a few inches to hundreds of feet per year. Its speed vari,;~\'."-•~ j f · · ~\~ ih'!! ' rom site to site. ,.~ _@~ ~~ Are PRBs safe? PRBs have a good safety record. Once built, they have no moving parts, equipment, or noise. The reactive materials placed in the PRB trench are not harmful to the groundwateror to people. The polluted groundwater is cleaned underground so cleanup workers can avoid contact with it. Some soil, which may be polluted, must be removed when digging the trench. EPA makes sure that the polluted soils are handled safely. For example, they cover loose soil to keep dust and harmful gases out of the air. EPA tests the air to make sure that dust and gases are not released. If the soil is polluted, it may be cleaned using another cleanup method. Or the soil is disposed of properly in a landfill. The groundwater is tested regularly to make sure the PRB is working. Why use PRBs? PRBs work best at sites with loose, sandy soil and a steady flow of groundwater. The pollution should be no deeper than 50 feet. PRBs clean up many types of pollution underground. Since there is no need to pump polluted groundwater above ground, PRBs can be cheaper and faster than other methods. Very little waste needs to be disposed of in a landfill, which also saves money. There are no parts to break, and there is no equipment above ground so the property can be used while it is being cleaned up. There are no energy costs to operate a PRB because it works with the natural flow of groundwater. PRBs have been installed at more than 40 sites in the United States and Canada. NOTE: This fact sheet is intended solely as general guidance and infomwtion to the public. It is nor intended, nor can it be relied upon, ro creare any rights enforceable by any party in litigation with the United States, or to endorse the use of products or services provided by specific vendors. The A!(tmcy also reserves the right to change this fact sheet at any time without public notice. I I I I I I I I I I I I I I I I I I oEPA United States Environmental Protection Agency Office of Solid Waste and Emergency Response (5102G) A Citizen's Guide to Chemical Oxidation EPA 542•F·01·013 April 2001 www.epa.gov/superfund/sites www.cluin.org ~ The Citizen's Guide Series I I EPA uses many methods to clean up pollution at Superfund and other sites. Some, like chemical oxidatio~;.aie/ ·•:,':.:. : considered new or innovative. Such methods can be quicker and cheaper than more common methods. If.yg1.i ;-;,;:,-;.:. ·, .,; " • Ir'-'' live, work, or go to school near a Superfund site, yo_u may want to learn more about cleanup methods. Perhaps . :'.-,\·.'"'.., they are bemg used or are proposed for use at your site, How do they work? Are they safe? This Citizen's Guide'f'-:i;''i''' is one in a series to help answer your questions. il!'·'' •' ,;~; -What is chemical oxidation? Chemical oxidation uses chemicals called oxidants to destroy pollution in soil and ground- water. Oxidants help change harmful chemicals into harmless ones, like water and carbon dioxide. Chemical oxidation can destroy many types of chemicals like fuels, solvents, and pesticides. How does it work? Chemical oxidation does not involve digging up polluted soil or groundwater. Instead, wells are drilled at different depths in the polluted area. The wells pump the oxidant into the ground. The oxidant mixes with the harmful chemicals and causes them to break down. When the process is complete, only water and other harmless chemicals are left behind. recirculated mixture of oxidants, groundwater, and chemicals ground surface _ ,,.-groundwater --·---~-!"'":....__ level pcilluted groundwater -- For more information write the Technology Innovation Office at: U.S. EPA (5102G) 1200 Pennsylvania Ave., NW Washington, DC 20460 or call them at (703) 603-9910. Further information also can be obtained at www.cluin.org or www.epa.gov/ superfund/sites. 2 ,; I To clean up a site faster, oxidants can be pumped in one well and out another well. This ap-proach helps mix the oxidant with the harmful chemicals in the groundwater and soil. After the I mixture is pumped out, it is pumped back (recirculated) down the first well. As pumping and _ mixing continues, more polluted soil and groundwater are cleaned up. It can be hard to pump oxidants to the right spots in the ground. So before drilling starts, EPA ·1 must study the conditions underground by testing the soil and groundwater. Where is the pollu-tion? How will the oxidant spread through the soil and groundwater to reach it? The most common oxidant to clean up pollution is hydrogen peroxide. Another is potassium I pennanganate, which is cheaper. Both oxidants are pumped as liquids. And both have advan-, tages depending on the site. Ozone is another strong oxidant, but because it is a gas, it can be difficultto use. I At some sites, a catalyst is used with the oxidant. A catalyst is a chemical that increases the strength or speed of a process. For instance, if hydrogen peroxide is mixed with an iron catalyst, it produces a strong chemical called a free radical. Free radicals can destroy more harmful chemicals than hydrogen peroxide alone. Chemical oxidation can create enough heat to boil water. The heat can cause the chemicals underground to evaporate, or change into gases. The gases rise through the soil to the ground surface where they are captured and cleaned up. How long will it take ? The time it takes for chemical oxidation to clean up a site depend on several factors: • size and depth of the polluted area • type of soil and conditions present • how groundwater flows through the soil (How fast? Along what path?) ,,$"&!1f' . In general, chemical oxidation offers rapid cleanup times compared to other method~· ~i j ·1t,t,~V. ~-~:>'j Cleanup times can be measured in months, rather than years. ·= /f;"} cl£' Is chemical oxidation safe? Chemical oxidation can be quite safe to use. but there are potential hazards. Oxidants are corro-sive, which means they can wear away certain materials and can burn the skin. People who work with oxidants must wear protective clothing. Some oxidants can explode if used under the wrong conditions. Explosions can be prevented, however, through proper design of the chemical oxida-tion system. EPA makes sure that the system is properly designed. Workers also test the soil, groundwater, and air after chemical oxidation to make sure the site is cleaned up. Why use chemical oxidation? Chemical oxidation is being used at hundreds of sites across the country. It destroys pollution underground without having to dig it up or pump it out for transport to a treatment system. This saves time and money. Often chemical oxidation is used to clean up pollution that other methods can't reach, like pollution deep within the groundwater. Chemical oxidiation can be used to clean up the source of pollution. Most other methods that are used to remove the source are very slow and more expensive. NOTE: This fact sheer is intended solely as general guidance and information to the public. It is rwt intended, nor can it be relied upon, to create any rights enforceable by any party in litigation with the United Stares, or to endorse the use of products or services provided by specific vendors. The Agency also reserves the right to change this fact sheet aJ any t~ withour public notice. I I I I I I ·1 I I I I I I I I I I I I Final Interim Work Plan Remedial Design/Remedial Action Volume 2 -Technical Approach FCX Washington Washington, Beaufort County, North Carolina U.S. EPA Work Assignment No. 044-RDRD-049H Black & Veatch Project No. 48344 Prepared under EPA Contract No. 68-W-99-043 May 17, 2004 Prepared by Black & Veatch Special Projects Corp. 1145 Sanctuary Parkway, Suite 475 Alpharetta, Georgia 30004 Except for data contained on all pages of Volume 2 of this document, it is agreed that as a condition of award of this contract, and notwithstanding the conditions of any notice appearing hereon, the Government shall have unlimited rights (as defined in Contract No. 68-W-99-043) in and to the technical data contained in this document dated May 17, 2004, upon which this work assignment is based. I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Interim Work Plan Volume 2 TASK SUMMARY INFORMATION May 17, 2004 FINAL Use or disclosure of data contained on this sheet is subject to the restriction on the cover sheet of this document. I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRO-049H Black & Veatch Project No. 48344.121 Interim Work Plan Volume 2 TASK 1 -PROJECT PLANNING AND SUPPORT May 17, 2004 FINAL Use or disclosure of data contained on this sheet is subject to the restriction on the cover sheet of this document. I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99•043 Work Assignment No.: 044•RDRD-049H Black & Veatch Project No. 48344.121 Interim Work Plan Volume 2 Task 1 -Project Planning and Support Cost Assumptions Project management activities are those planning and support tasks that provide project control and ensure that all project activities are performed according to scope, accurately, efficiently, and on schedule. Black & Veatch commenced project management activities for the FCX Washington site on August I 2003, under this new Option Year I work assignment when it was first issued and will continue as discussed below. Initial interim work has been carried out and the technical memorandum to support and document the field effort and findings submitted in December 2002. This new interim work plan covers activities for further investigation and study of FCX Washington and incorporates comments from the May 2003 site visit to the site and the technical memorandum from Ken Lucas dated June 5, 2003 which gave further guidance on the project direction. This new interim work plan and budget will allow for further activities to define plume migration at the site and allow more detailed analysis of the selected RA and the alternate RA for the site. A final technical and negotiation scoping meeting will be scheduled after the conclusion of interim work plan activities, to negotiate RD work activities. The Task I budget includes 84 hours for work plan development. Approximately 40 hours of this time has gone to PRB research to include in the work plan. Eight hours have been included for scoping meetings, Fifty-eight hours for HASP development and 144 hours for FSP and QAPP development. Twenty hours have been included for monthly reports. May 17, 2004 FINAL Use or disclosure of data contained on this sheet is subject to the restriction on the cover sheet of this document. I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Task 3 -Data Acquisition Interim Work Plan Volume 2 This task will be conducted in two phases. The first phase will be drilling/well development and PRB slug testing. The second phase of work will be for field sampling of the wells network and soil, sediment, and surface water sampling. The first phase of work will involve mobilizing the technical project inanager, the project geologist, and the driller to install a total of 5 wells at the site. Two days of travel have been estimated to get to and from the site by vehicle. Six 14 hour days are estimated to install the wells. The technical manager will collect slug test data when he/she is not guiding the project geologist or drilling contractor. A total of212 hours have been allocated to the well installation effort. The second phase will involve mobilizing 4 persons to conduct a week of groundwater, sediment, and soil sampling. The team will consist of a team supervisor, well developer, and a two person sampling team. The team will require 5 days to sample the 20 wells and 1 extra day for miscellaneous activities. Additionally the team will require 2 days for travel back and forth to the site. Fourteen hour days are estimated during the work effort. A total of376 hours have been allocated to the sampling effort. Additionally, 40 hours have been allocated for equipment pickup, calibration, and repairs. Sixteen hours have been allocated for proposal efforts for the drilling bids. Forty hours have been allocated for administering BOA contracts for the various subcontracts that will be necessary for the effort. Samples will be shipped to SESD or CLP for analysis and data validation. A third lab will be utilized for analyses not available through SESD or CLP. This data will then be validated by Black & Veatch. May 17, 2004 FINAL Use or disclosure of data contained on this sheet is subject to the restriction on the cover sheet of this document. I I I I I I I I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 044•RDRD-049H Black & Veatch Project No. 48344.121 Interim Work Plan Volume 2 Task 5 -Analytical Support and Data Validation Thirty hours are estimated to coordinate lab space with SESD and a subcontractor laboratory Forty hours are estimated to conduct data validation. May 17, 2004 FINAL Use or disclosure of data contained on this sheet is subject to the restriction on the cover sheet of this document. I I I I I I I I I I I I I I I I I I u EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Task 6 -Data Evaluation Interim Work Plan Volume 2 This task will consist of creating boring logs, assembling the site database, evaluation and reporting of data, and examination of the RA alternatives. Boring logs will be created of the 5 new wells to be installed. Twenty hours are estimated for this effort. The site database will be created for the site using EQUIS. It will involve inputting data from the current sampling event as well as all past sampling events. Some of this data will not be available electronically and will require hand input. One hundred-twenty LOE hours and 60 clerical hours are estimated for this effort. Data evaluation and reporting will involve the preparation of a comprehensive technical memorandum involving site history, past sampling events, and findings of the most current event. Data tables and figures will be prepared to graphically portray the information. A total of 224 are estimated for this effort. RA alternative studies and costs will involve the examination ofMNA as an RA alternative using EPA evaluation criteria, evaluation of MNA with consideration to data discovered in the new wells, and evaluation of PRB as an RA versus pump and treat. A total of 184 hours are estimated for this effort. May 17, 2004 FINAL Use or disclosure of data contained on this sheet is subject to the restriction on the cover sheet of this document. EPA Contract No.: 68-W-99-043 Work Assignment No.: 044-RDRD-049H Black & Veatch Project No. 48344.121 Task 7 -Treatability Studies Interim Work Plan Volume 2 This task will involve the testing of contaminated groundwater against several different medias to recommend the best method of PRB treatment. A subcontractor will be used to conduct the study. Forty hours are allocated to conduct coordination and review of the subcontractors efforts. May 17, 2004 FINAL Use or disclosure of data contained on this sheet is subject to the restriction on the cover sheet of this document. I I I I I I' I I I I I I I I I I I