Loading...
HomeMy WebLinkAboutNCD062555792_20020719_Sigmons Septic Tank Service_FRBCERCLA FS_Revised Final Remedial Investigation Feasibility Study Work Plan Volume 1-OCRI I I I I I I I I I I I I I I I I I I REVISED FINAL WORK PLAN VOLUME 1 REMEDIAL INVESTIGATION/ FEASIBILITY STUDY SIGMON'S SEPTIC TANK SITE STATESVILLE, IREDELL COUNTY, NORTH CAROLINA I I I I I I I I .I I I I I I I I I REVISED FINAL Work Plan Remedial Investigation/Feasibility Study Volume 1 -Technical Approach Sigmon's Septic Tank Site Statesville, Iredell County, North Carolina U.S. EPA Work Assignment No. 040-RICO-A44F Black & Veatch Project No. 48140.101 Prepared under EPA Contract No. 68-W-99-043 July 19, 2002 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 July I, 2002, upon which this work assignment is based. I I I I I I I 1. I I I I I I ·I ·1 I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-R1CO-A44F Black & Veatch Project No. 48140.101 Volume 1 -Technical Approach Contents Work Plan Volume I REVISED FINAL 1.0 Introduction ......................................................... l 1.1 Site Location and Background ....................................... l 1.2 Purpose and Scope of Work ........................................ I 2.0 Technical Approach .................................................. 3 2. l Overview ....................................................... 3 2.2 Task l -Project Planning and Support ................................ 3 2.3 Task 2 -Community Relations ...................................... 6 2.3. l Public Meeting Support ....................................... 6 2.3.2 Responsiveness Summary Support ............................... 7 2.4 Task 3 -Data Acquisition .......................................... 7 2.5 Task 4 -Sample Analysis .......................................... 9 2.6 Task 5 -Analytical Support and Data Validation ........................ 9 2.7 Task 6 -Data Evaluation .......................................... 10 2.8 Task 7 -Risk Assessment ......................................... I 0 2.9 Task 9 -Remedial Investigation Report .............................. 11 2.10 Task l O -Remedial Alternatives Screening .......................... 12 2.11 Task 11 -Remedial Alternatives Evaluation .......................... 13 2.12 Task 12-FS Report and RI/FS Report .............................. 13 2. I 3 Task 13 -Post RI/FS Support ..................................... 14 2.14 Task 14 -Negotiation Support ..................................... 14 2.15 Task 16 -Work Assignment Closeout ............................... 15 3 .0 Safety and Contingency Plan .......................................... I 6 4.0 Quality Control Measures ............................................. 17 4.1 Quality Assurance Project Plan (QAPP) ............................... 18 4.2 Data Management Plan (DMP) ...................................... 19 5.0 Project Milestones ................................................... 20 5.1 Project Schedule ................................................ 20 5.2 Project Deliverables .............................................. 20 6.0 Cost Estimate ...................................................... 22 7 .0 Subcontractors ...................................................... 23 8.0 Exceptions to Assignment, Anticipated Problems, and Special Requirements .... 24 Table Table 5-1 Project Schedule ............................................... 21 Appendix Appendix A -EPA Statement of Work July 19, 2002 TC-I REVISED FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140.101 Contents (Continued) Volume 2 -Confidential Business Information Task Summary Information • Task I -Project Planning and Support • Task 2 -Community Relations • Task 3 -Data Acquisition Task 4 -Sample Analysis • Task 5 -Analytical Support and Data Validation • Task 6 -Data Evaluation • Task 7 -Risk Assessment • Task 9 -Remedial Investigation Report • Task IO -Remedial Alternatives Screening Task 11 -Remedial Alternatives Evaluation • Task 12 -FS Report and RI/FS Report • Task 13 -Post RI/FS Support Task 14 -Negotiation Support • Task 16 -Work Assignment Closeout July 19, 2002 TC-2 Work Plan Volume l REVISED FINAL REVISED FINAL ,I ,I I ,I ·I ,I I ,I ,, ·I :1, I ,I I I I I I I ,, I I i I I I I I ,1 I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140.101 1.0 Introduction Work Plan Volume I RE VIS ED FIN AL 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 Investigation (RI) and Feasibility Study (FS) for the Sigmon' s Septic Tank site in Statesville, Iredell County, North Carolina, This work plan forthe RI/FS 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 040-RICO-A44F. This work plan describes the tasks that the project team will perform in providing technical and administrative assistance to the EPA. This 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 Sigmon's Septic Tank site is included in the EPA's statement of work (SOW) for this work assignment dated May 7, 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 RI/FS activities for the Sigmon's Septic Tank site and to select a remedy to eliminate, reduce, or control risks to human health and the environment. RI/FS activities associated with the site will consist of the tasks indicated in the EPA SOW described below. The RI activities will be conducted during an initial sampling event, with a contingency built into the budget and schedule for a second sampling event, if needed. The requirement for and nature of the second event would be determined based on the results of the initial sampling event. The schedule, budget, and technical planning documents describe the first sampling event in detail. The proposed schedule is developed for the initial sampling event and all of the required deliverables, with a three month contingency added on to account for the possible second sampling event. The proposed budget includes both the first and second sampling events; this will eliminate the need for a future amendment of the work assignment in the event thatthe second sampling event is needed. The technical planning documents list the assumed activities to be conducted in the second sampling event, but do not provide specific locations of those samples. More information on the tasks proposed to be performed in the first sampling event, and the July 19, 2002 1 REVISED FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RJCO-A44F Black & Veatch Project No. 48140.101 Work Plan Volume l REVISED FINAL activities assumed for the second sampling event are presented in more detail in the subsequent tasks of work plan volumes 1 & 2 and the Field Sampling Plan. The EPA SOW, datedMay7,2001, defined the tasks to be included in theRI/FS Work Planas follows: • Project Planning and Support. • Community Relations. • Data Acquisition. • Sample Analysis. • Analytical Support and Data Validation. • Data Evaluation. • Risk Assessment. • Remedial Investigation Report • Remedial Alternatives Screening. • Remedial Alternatives Evaluation. • FS Report and RI/FS Report. • Post RI/FS Support. • Negotiation Support. • Work Assignment Closeout. During the work assignment (WA) scoping meeting held on August 8,2001, and the technical scoping meeting held on October 4, 200 I, EPA Region 4 requested that Black & Veatch complete the following tasks prior to submission and approval of the work plan. • Conduct the site visit for the Sigmon's Septic Tank Site on September 26, 2001. • Present the technical approach to EPA on October 4, 2001. • Submit the Draft Work Plan and additional planning documents, including Health and Safety Plans (HASPs), Quality Assurance Project Plan (QAPP), Field Sampling Plan (FSP), and Baseline Risk Assessment Work Plan, on October 18, 2001. • Prepare and submit the Screening Level Ecological Risk Assessment Steps I and 2 (using the Expanded Site Inspection data) with the planning documents. Additionally, Black & Veatch prepared a budget outlining the proposed activities to be accomplished under the initial funding in an Interim Work Plan submitted August 15, 200 I. The Interim Work Plan was approved and funding provided by EPA without comment on August 22, 200 I. The Interim Work Plan's technical approach included the Project Planning and Support tasks listed above and three months of monthly administration and reporting. However, completion of the Screening Level Ecological Risk Assessment Steps I and 2 and the Baseline Risk Assessment Work Plan were not included in the Interim Work Plan. Two additional tasks were added in the interim period outside of the Interim Work Plan's scope: the learning of the Visual Sample Plan (VSP) and assistance with the geophysical site survey. Due to delays in acquiring site assess and the terrorist attacks on the United States, the site visit was postponed significantly. July 19, 2002 2 REVISED FINAL .. , ,I· ·I ,I ,, I J., ,I ·I. II '* I ,I I .I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140.101 Work Plan Volume 1 REVISED FINAL Additionally, a lengthy comment and review period and the geophysical survey extended the interim period of performance well beyond the three months included in the initial funding. This Final Work Plan reflects the level of effort (LOE) of the interim period and the upcoming work tasks outlined herein. The Screening Level Ecological Risk Assessment Steps 1 and 2 are appropriately included in this work plan in the Risk Assessment tasks as are the Baseline Risk Assessment Work Plan, Visual Sample Plan, and geophysical site survey in the Project Planning and Support tasks. All budgets included in this work plan are aggregate and include previously negotiated LOE and funds under the Interim Work Plan. July 19, 2002 3 REVISED FINAL I I D d ,, I I I I I ,, I I I . , I I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No, 48140.10 I 2.0 Technical Approach 2.1 Overview Work Plan Volume I REVISED FINAL This section of the work plan describes the technical approach to the tasks to be performed under this work assignment in providing technical support to EPA. Work descriptions, where appropriate, indicate the technical approach and assumptions that will impact the estimated LOE the most. The tasks outlined in the EPA's July 19, 2001, work assignment form (W AF) and the May 7, 2001, SOW have been incorporated into this work plan under the appropriate tasks described below. The work to be performed under this work plan will consist of the following tasks: • Task 1 -Project Planning and Support (Black & Veatch Task 48140.101). • Task 2 -Community Relations (Black & Veatch Task 48140.102). • Task 3 -Data Acquisition (Black & Veatch Task 48140.103). • Task 4 -Sample Analysis (Black & Veatch Task 48140.104). • Task 5 -Analytical Support and Data Validation (Black & Veatch Task 48140.105). • Task 6-Data Evaluation (Black & Veatch Task 48140.106). • Task 7 -Risk Assessment (Black & Veatch Task 48140.107). • Task 9 -Remedial Investigation Report (Black & Veatch Task 48140.109). • Task 10 -Remedial Alternatives Screening (Black & Veatch Task 48140.110). • Task 11 -Remedial Alternatives Evaluation (Black & Veatch Task 48140.11 l). • Task 12 -FS Report and RI/FS Report (Black & Veatch Task 48140.112). • Task 13 -Post RJ/FS Support (Black & Veatch Task 48140.113). Task 14 -Negotiation Support (Black & Veatch Task 48140.114). Task 16 -Work Assignment Closeout (Black & Veatch Task 48140.116). This task number corresponds to the EPA work breakdown structure (WBS) for the RAC program for performing Fund-Lead RJ/FS activities and provide a manageable and efficient means of budgeting and tracking project activities. These 14 tasks, as described within the RJ/FS EPA SOW, will be performed under Black & Veatch Project Number 48140 as described below. The task numbers will be used to account for both expended LOE hours and associated costs for project activities. The cost and LOE hours estimate for the tasks associated with the work plan activities are included in Volume 2 of this 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, accurately, efficiently, and on schedule. Black & Veatch commenced project management activities for the Sigmon 's Septic Tank site on July 23,2001, under this work assignment when it was first issued and will continue as discussed below. July 19, 2002 4 REVISED FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RJCO-A44F Black & Veatch Project No. 48140.101 Work Plan Volume 1 REVISED FINAL 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., scientists and engineers) is anticipated. The EPA Work Assignment Manager (W AM) 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 Quality Management Plan included in the Standard Operating Procedures of the Response Action Contract for Region 4, 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 thls work plan. Subtasks representative of the efforts that will be completed under the project planning and support task include the following: • Participation in the work assignment scoping meetings, technical scoping meetings and negotiation meetings. • Preparation and submittal of the conflict of interest (COi) disclosure. • Evaluation of existing site information. • Conducting a site visit. • Development of technical project goals and objectives. • Development of an interim work plan to disclose proposed interim activities. • Development of a draft and final RI/FS Work Plan (including any negotiations). • Development of a draft and final Site Management Plan (SMP) to address the RI field activities to be conducted in accordance with the SOW. The SMP will be comprised of the Health and Safety Plan (HASP) and the Sampling and Analysis Plan (SAP). • Development of a draft and final HASP to address the RI field activities to be conducted in accordance with the SOW. Additionally, a draft and final task-specific HASP for the site visit activities will be developed in accordance with the SOW. • Development of a draft and final SAP (Chemical Data Acquisition Plan) which will include a Field Sampling Plan (FSP) to delineate the data collection activities to be July I 9, 2002 5 REVISED FINAL ,I ,I II ,I 'I, / :I ,,, ,, ,I 11, 11 Q D 0 ,, I I I I I I I I I I I I EPA Contract No.: 68-W-99-043 Work Plan Volume l REVISED FINAL Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140. 101 • • • • • performed during the field investigation task, a Quality Assurance Project Plan (QAPP) to address data quality objectives, and a Data Management Plan (included as a part of the QAPP) to address data management and document control for all RJ/FS activities. Development of a Pollution Control Mitigation Plan to outline procedures and safeguards insuring contaminants are not released offsite during RJ/FS implementation (included as IDW disposal in the FSP). The Pollution Control Mitigation Plan will include the Transportation and Disposal Plan (Waste Management Plan) to describe how any wastes that are encountered will be managed and disposed. Development of a draft and final Baseline Risk Assessment Work Plan summarizing the methods and assumptions necessary to perform a baseline risk assessment. Acquire and learn the VSP progran1 lo prepare statistically-based soils boring strategy for the initial field investigation. Assist EPA' s Science and Ecosystem Support Division (SESD) with the geophysical site survey and convert Arcview data files to Autocad format for inclusion on site figures. Management of any equipment and subcontractors required to carry out the field investigation activities. Preparation of monthly progress and financial status reports . 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. • Schedule variances and corrective actions. • Activities planned for the next reporting period. Financial status reports will summarize the following information: • • • 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 work plan contains Project Planning and Support LOE and costs projected through August, 2003 for the first sampling event (through August 31, 2003), and includes three additional months as a contingency for the second sampling event (through November 30, 2003.) The project planning and support LOE and costs projected for this task are presented in Volume 2. July 19, 2002 6 REVISED FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140.101 2.3 Task 2 -Community Relations Work Plan Volume 1 REVISED FINAL This task defines the scope of work and budget for providing community relations (CR) support to EPA Region 4 in conjunction with the RI/FS for the Sigmon's Septic Tank Site. Black & Veatch will provide CR support in accordance with the EPA SOW and Superfund guidance documents, including EP A/540/R-92/009, Community Relations in Superfand: A Handbook, January 1992. Based on the EPA SOW and the August 8, 2001, WA scoping meeting, CR support for this assignment includes two general tasks: • • Public Meeting Support . Responsiveness Summary Support . This section describes the Black & Veatch approach to the CR support requested in Task 2 of the EPA SOW. All CR activities in this section will be planned and will be conducted in accordance with EP A/540/R-92/009, Community Relations in Superfund: A Handbook, January I 992 and EPA Region 4 CR policy. Task descriptions include LOE estimates and delivery schedules, as specified to date by the EPA SOW or EPA personnel assigned to manage the site. 2.3. 1 Public Meeting Support Black & Veatch will provide support for one public meeting at the proposed plan stage of the RI/FS for the community surrounding the Sigmon' s Septic Tank Site. Meeting support includes the following activities: • Black & Veatch will prepare text for news releases, meeting materials or other community relations vehicles, as well as assist the EPA public affairs specialist and the W AM in coordinating meeting activities with other local agencies and interested parties. • Black & Veatch will assist the public affairs specialist and W AM in preparing technical briefing materials. • Black & Veatch will assist the public affairs specialist and W AM in drafting public notices (newspaper display advertisements) announcing the community meeting and placing these notices in the most widely read local newspaper. Black & Veatch budgeted for up to three newspaper display announcements to cover this meeting. It is assumed that Black & Veatch will not be required to attend the meeting. Black & Veatch will prepare up to three poster boards, one meeting agenda, and one PowerPoint presentation for this meeting. If requested, Black & Veatch will prepare the presentation overheads. Meeting costs, including project equipment rental and court reporter, are covered in the budget for this task. July 19, 2002 7 REVISED FINAL I' .I 1 ,, 1 ,, ,,, ,, ,I ' ,, t d I b 'B D ft I I .. I' - I I I .I EPA Contract No.: 68-W•99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140.10 I 2.3.2 Responsiveness Summary Support Work Plan Volume I REVISED FINAL Black & Veatch will assist EPA in completing the responsiveness summary that may be needed for the record of decision. This support may include writing or editing parts ofa summary, as requested by the W AM. 2.4 Task 3 -Data Acquisition This task w~ll include perfonning the RI/FS field investigation necessary to characterize the nature and extent of contamination at the site. Complete details of the field investigation program mll be presented in the HASP, SAP (QAPP, FSP, and Data Management Plan), and the Baseline Risk Assessment Work Plan, to be prepared and submitted as deliverables concurrently mth this Work Plan under Task 1 -Project Planning and Support in accordance mth the SOW. All techniques, procedures and materials used to install the monitoring wells and collect samples will be in accordance with the United States Environmental Protection Agency, Region 4, Science and Ecosystem Support Division (SESD), Environmental Investigations Standard Operating Procedures and Oualitv Assurance Manual, May 1, 1996, Revised 1997. Several specific data acquisition activities have already been conducted at the site in order to prepare a more thorough Sampling and Analysis Plan for the sampling field investigation to be conducted at the site. During the site visit conducted on September 26, 2001, specific field information was collected in order to address Steps 1 and 2 of the ecological risk assessment as scoped under Task 7 -Risk Assessment of the SOW and as described in Section2.8 ofthis Work Plan. Additionally, a technical scoping meeting held on October 4, 2001, allowed Black & Veatch, EPA, and North Carolina Department of Environmental and Natural Resources (NCDENR) personnel to discuss the draft technical approach prepared by Black & Veatch. Additionally, the geophysical site survey conducted the week of May 20, 2002, generated data denoting subsurface anomalies that line up with the former lagoons. These activities were used to determine specific field sampling activities to be conducted and to discern what types of media needed to be sampled and the locations from which samples need to be collected in order to meet the data objectives of the RI/FS. The field investigation activities are broken down into two sampling events. The purpose of the first (initial) sampling event is to collect groundwater, surface water, sediment, surface soil, and subsurface soil samples in order to characterize the site. The first event is discussed in detail in the FSP and all samples are shown on all figures and tables. The second sampling event in this investigation is planned only as contingency to provide additional data if required by the results from the initial event. The estimated number of samples to be collected in the second event are included in the FSP, but the locations of the samples are not included in the figures or tables (with the exception of sediment and surface water samples). July I 9, 2002 8 REVISED FINAL EPA Contract No.; 68-W-99-043 Work Assignment No.: 040-R!CO-A44F Black & Veatch Project No. 48140.101 Work Plan Volume 1 REVISED FINAL 66 samples will be collected for environmental analyses not including samples for QA/QC purposes. These samples include 12 surface soil samples, 28 subsurface soil samples, 12 groundwater samples, 7 surface water samples, and 7 sediment samples. Specific sampling activities to be performed in the first sampling event of the field investigation include the following: • Surveying topographic features of the Sigmon property and verifying the site boundary. • Hand-augering five surface soil and subsurface soil samples for analysis of volatile organics [Modified SW-846 Method 5035 ( using Encore™ T-handles and Encore™ samplers), and 8260B-soil]; semivolatile organics (Modified EPA Method 625); pesticides/PCBs (Modified EPA Method 608); and metals (Modified EPA Method 200 series). The locations of the hand-augered soil samples are presented in Section 3 of the FSP. • Surveying the locations of all five hand-augered soil samples, four potable wells, nine monitoring wells, and seven surface water and sediment samples. • Installing and lithologically logging 7 soil borings to delineate the horizontal and vertical extent of soil contamination in the vicinity of the waste pile and lagoons. At one boring, up to seven subsurface soil samples will be collected with the surface soil sample. At 5 of the remaining borings, three subsurface soil samples will be collected with the surface soil sample. Only one subsurface soil sample will be collected at the remaining boring. All of the soil samples will be analyzed for volatile organics [Modified SW-846 Method 5035 (using Encore™ T- handles and Encore™-sampler-s), and 8260B-soil]; semi volatile organics (Modified EPA Method 625); pesticides/PCBs (Modified EPA Method 608); and metals (Modified EPA Method 200 series). The locations of the soil boring samples are presented in Section 3 of the FSP. All drilling services will be performed by a procured drilling subcontractor. • Surveying the locations of all 7 soil borings. All field surveying will be performed by a procured subcontractor. • lnstalling and lithologically logging 7 permanent monitoring wells (three each in the shallow and deep surficial aquifers and one in the fractured bedrock aquifer) to delineate the horizontal extent of groundwater contamination in the shallow and deep portions of the surficial aquifer and to determine the presence or absence of contamination in the fractured bedrock aquifer. The locations and depths of these wells are presented in Section 3 of the FSP. • Collection of groundwater samples from the 7 newly installed monitoring wells, one existing monitoring well, and four private potable water wells for volatile organics (Modified EPA Method 624); semi volatile organics (Modified EPA Method 625); pesticides/PCBs (Modified EPA Method 608); and metals (Modified EPA Method 200 series). Field parameters for pH, conductivity, temperature, DO, ORP, and turbidity will be collected at each well. The locations of the private potable water wells and existing monitoring wells are presented in Section 3 of the FSP. • Collection of7 surface water samples for volatile organics (Modified EPA Method 624); semi volatile organics (Modified EPA Method 625); pesticides/PCBs (Modified EPA Method 608); and metals (Modified EPA Method 200 series). Field parameters for pH, conductivity, temperature, and turbidity will be collected at each location. The locations of the surface water samples are presented in Section 3 of the FSP. • Collection of7 sediment samples for analysis of volatile organics [Modified SW-846 Method 5035 (using Encore™ T-handles and Encore™ samplers), and 8260B-soil]; semi volatile organics (Modified EPA Method 625); pesticides/PCBs (Modified EPA Method 608); and July 19, 2002 9 REVISED FINAL 1 .1 ' :-I 'I: 1. ,1 r. ,I I 1 'I ..,· I ,f I .I I I I I I :I I I EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RlCO-A44F Black & Veatch Project No. 48140.101 Work Plan Volume l REVISED FINAL metals (Modified EPA Method 200 series). The locations of the sediment samples are presented in Section 3 of the FSP. • Obtaining water level measurements from all the potable water wells and monitoring wells as well as the two surface water samples at the highest locations where surface water flowing freely in local drainages to determine groundwater flow direction. • Collection of one groundwater sample from the new shallow surficial aquifer permanent monitoring well installed at the source area for dioxins (S W-846 Method 8290). • Collection of one surface soil and one subsurface soil sample from the soil borings installed in the waste pile for dioxins (SW-846 Method 8290). Collection of two surface soil and two subsurface soil samples from the hand-augered soil samples for dioxins (SW-846 Method 8290). Collection of the 7 soil boring surface soil samples and the 7 sediment samples will be submitted for analysis of pH (SW-846 Method 9040/9045); total organic carbon (TOC) (SW-846 Method 9060 (dry combustion)]; and grain size (ASTM D421 and D422). Disposing of all investigation-derived wastes (IDW) will be performed by a procured subcontractor and Black & Veatch will provide oversight of the IDW disposal activities. The second field ( contingency) sampling event may include up to a total of2 l environmental samples. These samples may include up to 3 surface soil samples, 9 subsurface soil samples, 3 sediment samples, 3 surface water samples, and 3 groundwater samples. The second event may include the installation of I additional well in the shallow surfical aquifer, 1 in the deep surficial aquifer, and 1 in the fractured bedrock aquifer. Field investigation activities will result in the production of potentially contaminated waste materials that must be properly managed. Potentially contaminated materials generated during the field investigation will include surface and subsurface soils, decontamination solutions, disposable equipment, drill cuttings, well-development fluids, and well-purge water. All potentially contaminated material will be placed in 55-gallon drums segregated by location. The containers will be labeled to indicate contents. The contents of the drums and containers will be disposed of by a subcontractor approved by EPA Region 4. All IDW will be characterized and disposed of in accordance with local, state, and federal regulations, and as specified in the Guide to Management of Investigation-Derived Wastes, 9345.3-03FS, January 1992, and the NCDENR Groundwater Section Guidelines for the Investigation and Remediation of Soil and Groundwater, July 2000. More detailed information on IDW disposal is provided in the FSP which includes the Pollution Control and Mitigation Plan which incorporates a Transportation and Disposal Plan (Waste Management Plan). The LOE projected for this task is presented in Volume 2 with the projected costs. July 19, 2002 10 REVISED FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-R1CO-A44F Black & Veatch Project No. 48140.101 2.5 Task 4 -Sample Analysis Work Plan Volume I REVISED FINAL The samples to be collected during the field investigation will consist of surface soil, subsurface soil, groundwater, and surface water samples that are to be analyzed by an EPA Region 4 designated Contract Laboratory Program (CLP) laboratory under the routine analytical services (RAS) contract. Dioxin samples will be analyzed under anon-RAS National level contract (Tier II). TOC and grain size will be analyzed under a Regional level contract (Tier III). All of these analytical services will be coordinated with EPA Sample Control. The soil pH analyses will be analyzed by a Basic Ordering Agreement (BOA) laboratory. The LOE projected for this task is presented in Volume 2 along with the projected costs. 2.6 Task 5 -Analytical Support and Data Validation This task includes sample management of the analytical data produced. The efforts to collect, prepare, and ship the environmental samples collected during the field activities are included in the Task 3 -Data Acquisition details, as is the effort associated with preparation and tracking of the sample custody records. The efforts required for the compilation of the custody records along with the bulk of the QC functions associated with these record management activities are also under Task 3 -Data Acquisition. EPA Region 4 Science and Ecosystem Support Division (SESD) will analyze and report the results of the CLP analytical data packages prior to shipping them to the site contractor. Black & Veatch will perform any data validation needed using QA/QC samples. Data usability reports will be prepared to discuss whether the quality of the data is sufficient for its intended use. The QA/QC data validation methods and criteria used will be defined in the FSP. The LOE projected for this task is presented in Volume 2 along with the projected costs. July 19, 2002 11 REVISED FINAL I ,j 'I, ,1 ,,, •.' ,I I I ,j, I I ,, 'I I ,1 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.: 040-RICO-A44F Black & Veatch Project No. 48140.101 2.7 Task 6 -Data Evaluation Work Plan Volume I REVISED FrNAL This task will involve work efforts associated with the compilation ofRI/FS analytical and field data associated with the field effort. The data will be entered into a database compatible with the EPA Region 4 database and will be used to prepare the RI Risk Assessment reports, including tables, maps, and figures. It is assumed that the data will be entered into a Lotus Version 9 compatible or equivalent spreadsheet and formatted to comply with the EPA Region 4 requirements. The following specific activities will be performed under this task: Evaluate the usability of the data generated in the previous tasks of the RI/FS. • Evaluate, interpret, and tabulate data in an appropriate presentation format for final data tables. Establish an appropriate database for pertinent information collected during the previous tasks for use in the Rl/FS. Perform data reduction, tabulation, and evaluation of field data such as groundwater elevations, groundwater flux, hydrogeological testing, geotechnical testing, ecological data, and other analytical results. Develop Data Evaluation Report which will present and evaluate data and screening results to be followed by a meeting with EPA to discuss data evaluation results and next steps after W AM review of the report. The LOE projected for this task is presented in Volume 2 along with the projected costs. 2.8 Task 7 -Risk Assessment The SOW requires the preparation ofa baseline risk assessment (BRA) addressing both human health and ecological effects associated with the site. Specific tasks include preparation ofarisk assessment plan (RAP) to define the details of the protocol to be followed by the BRA, as well as performing the BRA itself. Draft and final BRAs will be developed and incorporated into the draft and final RI reports for EPA RPM review. The SOW provides guidance points for the BRA in lieu ofidentifying specific risk assessment guidance documents to be followed. The guidance points for the human health portion of the BRA are generally consistent with the Risk Assessment Guidance/or Superfund Volume I Human Health Evaluation Manual (Part A), which will used to guide the BRA process. The guidance points for the ecological effects portion of the BRA are generally consistent with the Ecological Risk Assessment Guidance for Superfund: Process/or Designing and Conducting Ecological Risk Assessments. Efforts to conduct Steps I and 2 of the ecological risk assessment (Subtask 7.2) as described in the Ecological Risk Assessment at Military Bases: Process Considerations, Timing of Activities, and Inclusion a/Stakeholders were initiated during the September 26, 2001, site visit and culminate in the submittal of the Draft Screening Level Ecological RiskAssessment Steps July 19, 2002 12 REVISED FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140.IOI Work Plan Volume I REVISED FINAL 1 and 2/or the Sigmon 's Septic Tank Site with this Rl/FS work plan. Although the August 8, 200 I, initial WA scoping meeting goals set forth by the EPA W AM specifically excluded the preparation of this document until data from the R1 field event was evaluated, the October 4, 2001, technical scoping meeting goals directed Black & Veatch to prepare this document on the previously collected data. The definition of each step is as follows: Step I (Screening Level Problem Formulation and Ecological Effects Evaluation) and Step 2 (Screening Level Preliminary Exposure Estimate and Risk Calculation). The LOE projected for this subtask are presented in Volume 2 along with the projected costs. 2.9 Task 9 -Remedial Investigation Report The Draft RI Report will document the site characteristics including the media contaminated, the extent of contamination, and the physical boundaries of the contamination by obtaining the detailed data necessary to determine the key contaminants and contaminate movement. The key contaminants will be selected based on persistence and mobility in the environment and the degree ofhazard. The key contaminants will be evaluated for receptor exposure and an estimate made of the key contaminant levels reaching human or environmental receptors. Existing standards and guidelines including drinking water standards, water quality criteria, and other criteria accepted by EPA Region 4 as appropriate will be used to evaluate effects on human receptors who may be exposed to the key contaminant(s) exceeding appropriate standards or guidelines. The R1 Report format will generally follow the format as presented in the SOW for Task 9- Remedial Investigation Report. The report will consist of several voluminous appendices including, but not limited to: field reports including boring logs; well installation logs; field test data; analytical data results; graphics used to perform the data analyses; human health risk assessment tables; toxicity profiles for constituents of concern and other information well suited for inclusion in an RI Report appendix. It is anticipated that six copies ( one unpunched and unbound) of the Draft R1 Report (including appendices) and 7 copies ( one unpunched and unbound) of the Final RI Report (including only those changes to the appendices that resulted from the review of the draft report) will be furnished to EPA. It is anticipated that one bound copy of the Draft R1 Report and one bound copy of the Final RI Report will be furnished to NCDENR and an additional bound copy of each report will be retained by Black & Veatch. The LOE projected for this task are presented in Volume 2 along with the projected costs. July I 9, 2002 13 REVISED FINAL :1, I. :f . ✓ I I ·1 ,- 1 1. :1 :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.: 040-RICO-A44F Black & Veatch Project No. 48 140. IO I 2.10 Task 10 -Remedial Alternatives Screening Work Plan Volume 1 REVISED FINAL This task will involve work efforts to develop and screen remedial alternatives for the site. Remedial alternatives will be developed and screened for groundwater at the site in accordance with the National Contingency Plan (NCP) and the Guidance for Conducting Remedial Investigations and Feasibility Studies Under CERCLA (OWSER Directive 9355.3-0 l, October 1988). Other appropriate OWSERdirectives will be consulted during this task including Guidance on Remedial Actions for Contaminated Groundwater at Superfund Sites (OWSER 9283.1-02, December 1988); Considerations in Ground Water Remediation at Superfund Sites (OWSER 9355.4-03, October 18, 1989; OWSER 9283.1-06, May 27, 1992); and Permeable Reactive Barrier Technologies/or Contaminant Remediation (EP N600/R-98/l 25, September 1998) concerning remediation of groundwater contamination at Superfund sites. Hazardous waste management alternatives investigated shall include only those alternatives that will remediate or control contaminated media at the site as deemed necessary in the RI, to provide adequate protection of human health and the environment. The alternatives shall include at a minimum a no-action alternative and a bioremediation alternative. The following items will be included in the remedial alternatives screening effort: Development ofremedial action objectives (RA Os). RA Os will be developed to address the contaminated groundwater in the surficial aquifer at the site. The RA Os will address the contaminants and media of concern, exposure routes and receptors, and the preliminary remediation goals. • Development of general response actions. General response actions will be developed to satisfy the RAOs for the groundwater. • Identification and screening ofremedial technologies and process options. Technologies and process options will be identified for each general response action. Technologies and process options will be evaluated based on effectiveness, implementability, and costs. • Development of remedial alternatives. Alternatives for the surficial aquifer groundwater will be developed from the technologies and process options passing the screening in accordance with Section 300.430(e) of the NCP. • Screening of remedial alternatives. The developed alternatives will be screened against the short-and long-term aspects of effectiveness, implementability, and cost. The results of the remedial alternatives screening effort will be presented to EPA Region 4 in the Remedial Alternatives Screening Technical Memorandum. EPA Region 4's comments on the technical memorandum are to be incorporated into the Draft Feasibility Study Report described under Task 12. The LOE projected for this task is presented in Volume 2 along with the projected costs. July 19, 2002 14 REVISED FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-R1CO-A44F Black & Veatch Project No. 48140. l O l 2.11 Task 11 -Remedial Alternatives Evaluation Work Plan Volume I REVISED FINAL This task typically will include the efforts to perform an evaluation of the remedial alternatives passing the screening performed in Task 10. Guidance to be used will include that provided in the Guidance for Conducting Remedial Investigations and Feasibility Studies under CERCLA (OSWERDirective 9355.3-0 I, October 1988) and other pertinent OSWERguidance. The nine NCP evaluation criteria are: Overall protection of human health and the environment. Compliance with ARARs. • Long-term effectiveness and permanence. • Reduction in toxicity, mobility, and volume through treatment. • Short-term effectiveness. • Implementability-technical and administrative. • Cost. • State acceptance -will be addressed by EPA Region 4 in the Proposed Plan and/ROD. • Community acceptance -will be addressed by EPA Region 4 in the ROD following the public comment period. A detailed technical description of each of the alternatives will be prepared. Each description will outline the waste management strategy involved, identify the key ARARs associated with each alternative, and provide a discussion that profiles the performance ofthatalternative with respect to each ofthe first seven of the nine NCP evaluation criteria ( 40 CFR Part 300, March 8, 1990). The last two criteria, state acceptance and community acceptance will be addressed by EPA Region 4 in the Proposed Plan and/or Record ofDecision (ROD). The results of the individual alternative evaluations will be summarized in a table. After the individual assessment is completed, the alternatives will be compared and contrasted to one another with respect to each of the evaluation criteria. The analysis will be performed in accordance with the NCP and EPA guidance for conducting RI/FSs. The results of the remedial alternative evaluation will become the draft Feasibility Study Report. The LOE projected for this task is presented in Volume 2 along with the projected costs. 2.12 Task 12 -FS Report and RI/FS Report This task will include preparation of the draft and final feasibility study (FS) report consisting of a detailed analysis of alternatives and cost-effectiveness analysis in accordance with Guidance for Conducting Remedial Investigations and Feasibility Studies under CERCLA (OWSER Directive 9355.3-01, October 1988) and the NCP (330.68(h)(3)(I)(2), March 8, 1990). The feasibility study report will contain the following: I) a summary of alternative remedial actions in accordance with Chapter 3, NCP 300.68(h)(3)(I)(2)(A); 2) cost analysis in accordance with July 19, 2002 15 REVISED FINAL ,I .1 I .I ,I I I I ., J I I I I a 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.: 040-RICO-A44F Black & Veatch Project No. 48140.10 I Work Plan Volume I REVISED FINAL Chapter 7, NCP 300.68(h)(3)(I)(2)(B); 3) institutional analysis in accordance with Chapter 4, NCP 300.68(h)(3)(1)(2)(C); 4) public health analysis in accordance with Chapter 5, NCP 300.68(h)(3)(I)(2)(D); and 5) environmental analysis in accordance with Chapter 6, NCP 300.68(h)(3)(I)(2)(E). The final FS report will incorporate EPA Region 4 comments on the draft report. The FS report will include the following information: • Executive summary. Summary of background information for the site. Feasibility study objectives. • Remedial action objectives. Presentation of the general response actions. • Identification and screening of remedial technologies and process options. Development and descriptions of remedial alternatives with specific attention given to the study of any problems that may prevent a remedial alternative from mitigating site problems. Detailed analysis of remedial alternatives against the seven criteria. Comparative analysis of remedial alternatives against the seven criteria. Summary and conclusions. The LOE projected for this task is presented in Volume 2 along with the projected costs. 2.13 Task 13 -Post RI/FS Support This task includes work efforts in support of the EPA's preparation of the ROD forthe site. The activities included in this task are as follows: • Provide assistance in preparing the Feasibility Study Addendum should one be necessary. Only a limited number of hours have been included in the estimate for any technical assistance or other assistance in which the need is still speculative. The LOE projected for this task is presented in Volume 2 along with the projected costs. 2.14 Task 14 -Negotiation Support This task may include work effort in support of the EP A's preparation for the negotiations between the PRPs and EPA in determining the means for incorporating the ROD for the site. Activities which may be included in this task include: Attendance by Black & Veatch at technical meetings or briefings to be held at the EPA Region 4 offices. • Review PRP documents July 19, 2002 · 16 REVISED FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140.101 Work Plan Volume I REVISED FINAL • Provide draft and final technical memorandum responding to PRP document information and technical meetings or briefings. Only a limited number ofhours have been included in the estimate for any technical assistance or other assistance in which the need is still speculative. The LOE projected for this task is presented in Volume 2 along with the projected costs. 2.15 Task 16 -Work Assignment Closeout Work assignment closeout functions will be performed under this task when directed by the EPA Region 4 WAM. Closeout functions include the return of any borrowed documents to EPA, consolidation of the project records, and preparation of project file for archiving/storage, as well as administrative, technical, and financial closeout, including minimal photocopying and duplicating, file indexing, microfilming of project files, etc. A work assignment completion report (W ACR) will also be prepared. The LOE projected for this task is presented in Volume 2 along with the projected costs. July l 9, 2002 17 REVISED FINAL I • 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 EPA Contract No:. 68-W-99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140. IO I Work Plan Volume 1 REVISED FINAL 3.0 Safety and Contingency Plan A Site-Specific Health and Safety Plan was prepared for the remedial investigation, along with Task-Specific HASPs to address the site health and safety requirements for the site visit activities and the field investigation activities. The HASPs were prepared as part of the Project Planning and Support task deliverables. Health and safety issues were addressed in these HASPs in compliance with the Black & Veatch corporate Health and Safety Manual for Hazardous Waste Site Investigations and 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 notall- 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 ofthi"s 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 RI 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 \VAJvf to prepare alternative Proposed Work Plan. recommendations or support efforts to justify actions to the community, or both. Data to be used to perform the risk assessment or Work with EPA W AM to quickly scope a revised to screen remedial alternatives are not suitable for work effort to collect usable data. intended use. July 19, 2002 REVISED FINAL ., 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.: 040-RICO-A44F Black & Veatch Project No. 48140. JOI 4.0 Quality Control Measures Work Plan Volume I REVISED FINAL Work activities on this assignment will be conducted in accordance with the procedures defined in the Black & Veatch Corporate Quality Assurance (QA) Pian. 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 EPA's review of submittals by ensuring technical quality of both draft and final deliverables. The Black & Veatch RAC 4 program QNQC manager will be responsible for the management and performance of our internal review process. The QNQC 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 of this work effort. QC personnel, as necessary, will consist of an independent reviewer, project reviewer, and a flexible, multi-disciplinary review team able to provide input in their areas ofspecialization. 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 W AM. All records and reviews will be maintained in accordance with the Black & Veatch QA Pian 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. July 19, 2002 19 REVISED FINAL EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140.101 Document/Deliverable Site Visit Report RI/WS Work Plan Health & Safety Plans: Site-and Task- Specific Sampling & Analysis Plan (QAPP, FSP, and Data Management Plan Baseline Risk Assessment Work Plan Screening Level Ecological Risk Assessment Steps I and 2 Public Notices Public Meeting and Availability Session Presentation Materials Data Evaluation Report RI Report including Human Health Risk Assessment and Ecological Risk Assessment Remedial Alternatives Screening Technical Memorandum (TM) Remedial Alternatives Evaluation TM FS Report Responsiveness Summary Assistance Proposed Plan and ROD Assistance FS Addendum Assistance Negotiation Support TM Work Assignment Closeout Report (WACR) Discipline Review 0 R 0 ,R 0 R 0 R 0 R R R 0 R 0 R 0 R 0 R 0 R 0 R 0 R 0 R 0 R 0 R 0 R 0 R NOTE: 0 = Optional Review R = Required Review 4.1 Quality Assurance Project Plan (QAPP) Project Review Work Plan Volume 1 REVISED FfNAL Independent Review 0 . R R R R R R R R R R R R R R R R R A QAPP was prepared in accordance with EPA QA/R-5. The QAPP summarizes the quality assurance and quality control objectives and protocols utilized to achieve the Data Quality Objectives (DQOs) at the site. July 19, 2002 20 REVISED FINAL 11 m I 'I .t ,, I /I .1 :1 ,, I ·C :I I I I I I I 'I ·1 I I ,. I I I I I j EPA Contract No.: 68-W-99-043 Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140.101 4.2 Data Management Plan (DMP) Work Plan Volume I REVISED FINAL The elements of the DMP were prepared to define the procedures that will be used to track, store, and retrieve data and identifies the software to be used, minimum data requirements, data format, and backup data management. The DMP, included in the FSP and QAPP, addresses both data management and document control for the Rl/FS activities described in the SOW for the investigation. July 19, 2002 21 REVISED FINAL I I I I I I I 'I I I I EPA Contract No.: 68-W-99-043 Work Plan Volume 1 REVISED HNAL Work Assignment No.: 040-RICO-A44F Black & Veatch Project No. 48140. 10 l 5.0 Project Milestones 5.1 Project Schedule The project schedule follows the schedule outlined in the SOW for this work assignment and as specified in the August 8, 2001, and October 4, 2001, scoping meetings. Deliverable dates for document review comments and other support services are based on individual documents and agreed to by both the EPA W AM and the Black & Veatch PM. The proposed project schedule for this work assignment is presented in Table 5-1 in Section 5.2 of this work plan. If the second sampling event is required, then the project schedule and deliverable dates will be modified accordingly, as 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. Individual subcontracting documents for services to be performed by other as outlined in the SOW in Section 2.1.4 Subcontract Procurement and Support Activities. 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 . July 19, 2002 22 REVISED FINAL 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.: 040-R1CO-A44F Black & Veatch Project No.48140. 101 Project Deliverable Draft RI/FS Interim Work Plan Final RI/FS Interim Work Plan Site Visit Report Draft RI/FS Work Plan Draft Site-and Task-Specific HASPs Table 5-1 Project Schedule Draft SAP (incls. FSP, QAPP, and Data Management Plan) Baseline Risk Assessment Work Plan Screening Level Ecological Risk Assessment Steps I & 2 Final RI/FS Work Plan Final Site-and Task-Specific HASPs Final SAP (incls. FSP, QAPP, and Data Management Plan) Data Evaluation Summary Report Draft Human Health Risk Assessment Report Draft Ecological Risk Assessment Report Draft Remedial Investigation Report Draft Remedial Alternatives Technical Memorandum Final Human Health Risk Assessment Report Final Ecological Risk Assessment Report Final Remedial Investigation Report Final Remedial Alternatives Technical Memorandum Remedial Alternatives Evaluation Projected Date of Submission 08/15/01 NA 10/01/01 10/18/0 I 10/18/01 10/18/01 10/18/0 I 10/18/01 07/22/02 07/22/02 07/01/02 21 days after receipt of final analytical results 45 days after receipt of final analytical results 20 days after submittal of Draft RI Report 21 days after receipt of EPA comments 21 days after receipt of EPA comments 30 days after receipt of Work Plan Volume l REVISED FINAL Number of Copies 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 EPA approval of Final RA Draft Feasibility Study Report Tech Memo Final Feasability Study Report I 5 days after receipt of 3 EPA comments July 19, 2002 23 REVlS}:D FINAL 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.: 040-RJCO-A44F Black & Veatch Project No. 48140.101 6.0 Cost Estimate Work Plan Volume 1 REVISED FfNAL The estimated project budget is based on projected LOE hours and other cost considerations. Volume 2 of this work plan provides a detailed cost estimate by task and subtask for the activities anticipated for this RI/FS along with the assumptions used to compile these estimates. July 19, 2002 24 REVISED 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.: 040-RICO-A44F Black & Veatch Project No. 48140.101 7.0 Subcontractors Work Plan Volume I REVISED FINAL The services of several subcontractors are required based on the present scope of work. Subcontractors that will be solicited by competitive bidding and used to perform various services for this assignment under either lump sum (LS) contracts with unit price adjustments or unit price (UP) contracts, are listed below: Activitv Drilling Services Surveying IDW Disposal Procurement Competitive Bid Competitive Bid Competitive Bid Contract Type LS LS LS If qualified small business enterprise (SBE)/small disadvantage business enterprise (SDBE)/woman- owned business (WOB) contractors or equipment suppliers are available in the vicinity of the site, they will be afforded every opportunity to participate in the solicitation for the above services. The intent of Black & Veatch at this time is to use qualified SBE/SDBE/WOB contractors for those services to be procured outside of the team members' capability, providing they are cost effective. Black & Veatch will supervise and manage all subcontracted services and monitor their performance for compliance with the SOW and the RAC 4 contract. July 19, 2002 25 REVISED FINAL I I I I I I I I I I I I I u I I I I EPA Contract No.: 68-W-99-043 Work Assignment No .. 040-RICO-A44F Black & Veatch Project No. 48140.101 Work Plan Volume l REVISED FrNAL 8.0 Exceptions to Assignment, Anticipated Problems, and Special Requirements The first field sampling event proposed in the FSP is comprehensive in that it addresses all media at the site. However, a second field sampling event may be necessary as more information about the site becomes known based on the results of the first sampling event. For example, one of this field effort's primary tasks is to generate data to better understand groundwater flow direction. If the installation of the l l monitoring wells does not adequately define the nature and extent of the contaminated groundwater flow, then additional wells may need to be installed. In addition, the first sampling event includes the installation of one monitoring well in the fractured rock aquifer. If contamination is detected in the bedrock aquifer, then the installation ofadditional wells in that aquifer may be warranted. The first sampling event includes sampling of the on-site and offsite ponds, a spring, and several intermittent streams. It was assumed in the August 8, 2001, work assignment scoping meeting and the October 4,200 l, technical scoping meeting that ecological concerns are minimal and that these concerns will not drive the field investigation. If the results of this event show that contamination has migrated towards the perennial stream, then additional surface water and sediment samples may be needed to fully characterize the nature and extent. The locations of the samples in the second event (ifneeded) would be determined based on the results of the first sampling event. It was agreed by the technical reviewers that this "incremental approach" represents the most cost effective strategy for the RI. The second sampling event is included in the scope and budget of this work plan; amendments to the budget are not anticipated. However, the need for the second sampling event may impact the time frames described in this plan. Other issues that may also effect projected LOE hours, budget, or time frames include items noted in Section 2 and Section 3 as being not fully defined. Another potential issue at this time is the ability to obtain access for the performance of field activities. Access rights may be a problem and pose special considerations. Black and Veatch will work closely with the EPA W AM to minimize any possible impacts to the overall project schedule and budget. Ifunforeseen 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. July 19, 2002 26 REVISED 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 I· United States Environmental Protection Agency Work Assignment N:..imber oEPA Washington, DC 20460 040-RICO-A44F . Work Assignment {X] Original ( ] Amendment Number: a,ontract Number I Contract Period Title of Work Assignment 8-W-99-043 Base X Option Period Number Sigmon's Septic Tank (RI/FS} r;;~~r & VEATCH SPECIAL PROJECTS Specity Section and Paragraph of Contract SOW Sec Ill, Para (B} vORPORATION f rpos.e: {X] Work Assignment Initiation [] Work Assignment Close-Out Periods of Pertormance [] Work Assignment Amendment [] Incremental Funding From:07/19/01 To05/31 /03 {] Work Plan Approval Comments: ltm form work assignment to perform a Remedial Investigation/Feasibility Study (RI/FS} in accorda.nce with the ttached statement of work, . t [XJ Superfund Accountino and Annrooriations Data [] Non-Superfund . • oc Budgcl/FY1 Apptopr1■tlon Budget °"9/Codl Pf9911'm El■m.nl .Obji,cl Amount (Dollars) (Cents) SltwProl-ct Coit OfWCod■ .5 (Mu6) (Mu4) Codi (Mn 11) (Mu7} (Mui) Clou (Maxi) (MaJ. 7) DT1130 )1 ~ iAD0P S0102D 2505 £75,000 !OO A44FCO01 C001 : 3 : l . I I Expenditure Limit ~ntract Period: CosUFee LOE eviously Approved This Action [otal $30,000.00 300 Approved Work Plan Budget I intractor WP Dated: Cost/Fee: LOE: I mulative Approved: Cost/Fee: LOE: Work Assignment Manager Name 1,_ 1$#1-Branctv'Mail Code l,IEZELLE S. BENNE~ 7/;1~1 Phone Number 404-562-8824 (Signature) (Date) Fax Number ;~;~:;r;~;~ER'l ~ ~ /4 ¢??/ Branch/Mail Code4WDPSB · I Phone Number 404-562-8891 Fax Number 404-562-8842 I (Signature) (Date) 1other Agency Official Name Branctv'Mail Code Phone Number I (Signature) (Date) Fax Number Contracting Official Name BranciVMail Code : FHARLES K. HAYES c~ j'. ,)! ,¾ '7)ri)o1 Phone Number 404-562-8393 Fax Number (Signature} I t Contractor Acknowt~,.of Receipt I / ' . I I PA Forni 1M (Re~. 07-95) "--l (Date) proval of Workplan (zature an~ - -, l /.If"'_.,, , .:,;},::,,,-,71 - I • I I Date 7 /z_.:r,/r,4, I I - .. JUL 1 8 2001 Siginon's Septic Tank (RI/FS) :ontract: 68-W-99-043, Work Assignment: 040-RICO-A44F Summary Information Title: Sigmon's Septic Tank (RI/FS) Period of Performance: From: 07/19/01 To: 05/31/03 Award Date: Total Funding: $75,000.00 Accounting/Appropriation Data Program Site/ Cost Obj DCN BFYS Appr.# Org Element Project Org Clss Amount ------------------------------ ------------------------------------ DT1130 01 T 4ADOP 50102D A44FC001 COOl 2505 Funding Breakout Acct.Info Funding Category Amount -------------------------------------------------------------- $69,312.50 $1,805.00 $3,882.50 FY2001 -DT1130 Estimated Cost Base Fee Award Fee Pool ---------------------------------------------.------------------$75,000.00 Total:_ Procurement Management Roles WORK ASSIGNMENT MANAGER: U.S. E.P.A. Attn: GIEZELLE S. BENNETT ·61 FORSYTH STREET, SW ATLANTA, GA 30303--310 Mail code: Phone Number: 404-562-8824 Fax Number: E-Mail Address: Cost/Price Schedule $75,000.00 p I C C CLIN# Item Description Unit· Quantity Price Total ------------------------------------------------------------------------------------ 0001 Base Quantity LOE Labor Hours 300 $.00 $.00 Work Assignment Totals Category Amount ------·------------------------------ Estimated Cost $27,725.00 Base Fee $722.00 Award Fee Pool $1,553.00 n...,,,..,,..,.. ') I I ·I I I I I I I ,, I I I I I I I 1- I I I I I I I I I I I I I I I I I I STATEMENT OF WORK FOR REMEDIAL INVESTIGATION/FEASIBILITY STUDY Mav 7 2001 SIGMON'S SEPTIC TANK SITE, IREDELL COUNTY, NORTH CAROLINA . ATTACHMENTS Attachment I. Summary ofMajor-Submittals for the Remedial Investigation and Feasibility Study at Sigmon's 18 Attachment 2. Work Breakdown Structure . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 Attachment 3. Regulation and Guidance Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 Attachment 4. Transmittal of Documents for Acceptance by EPA................. . . . . . . . . . . . . . . . . . . . 30 Attachment 5. Transmittal Register .... , ................................... · ..................... 31 2.0 Introduction .0.1 Site Description · The Sigmon's Septic Tank Site is located at 1268 Eufola Road, approximately 5 miles southwest of Statesville, in rural Iredell County, North Carolina. The Sigmon's Septic Tanks Service, a wholly owned subsidiary of AAA Enterprises, pumped septic tank wastes and heavy sludges from residential, commercial, and industrial customers, installed and repaired septic tanks, and provided a variety of industrial waste removal services. From 1970 to 1978, the wastewaters were discharged to the City of Statesville wastewater treatment plant. From approximately 1973 to 1974, the sludges were land applied to area farmlands. From 1978 to 1992, Sigmon's Septic Tank Service disposed of septic wastes in eight to ten unlined lagoons on the south section of the 15-acre property. The total lagoon area (encompassing all the lagoons) dimensions are 213 feet long by 250 feet wide or approximately 1.2 acres. .0.2 Purpose The purpose of this Statement of Work (SOW) is to set forth the requirement for conducting a Remedial Investigation/Feasibility Study (RI/FS) to select a remedy to eliminate, reduce, or control risks to human health and the environment. This SOW is designed to provide the framework for conducting the Rl/FS activities. The goal is to develop the minimum amount of data necessary to support the selection of an approach for site remediation and then to use this data that results in a well-supported Record of Decision (ROD) within 15 months after approval of the Project Management and Work Plans. The estimated completion date for this work assignment is May 2003. .0.3 General Requirements .0.3.1 The contractor.shall conduct the RI/FS in accordance with this SOW and all other relevant guidance used by EPA in conducting an Rl/FS. The J?ri~ c~l)lact f\J! l),is work assignment is Giezelle Bennett, Tel.~~ l'Wi. ( 'C/()'-/) j~l -<SrY2 '-( .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 Rl/FS involves the investigation and study of soil, sediment, groundwater and surface water. .0.3.4 The contractor shall furnish all necessary and appropriate personnel, materials, and services needed for, or incidental to, performing and completing the Rl/FS . . 0.3.5 A list of primary guidance and reference material is attached (Attachment 3). In all cases, the contractor shall use the most recently issued guidance . . 0.3.6 The estimated cost of the Rl/FS is $ __ _ .0.3.7 The contractor shall communicate at least weekly with the Work Assignment Manager or Remedial Project Manager (W AM/RPM), either in face-to-face meetings or through conference calls . . 0.3.8 The contractor shall notify the W AM/RPM when 75 percent of the approved work assignment budget has been expended and when 95 percent has been expended. .0.3.9 The contractor 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 activities throughout the RI/FS. 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 review deliverables to assess.the likelihood that the RI/FS will achieve its goals and that its performance requirements have been met. Acceptance of deliverables by EPA does noi relieve the contractor of responsibility for the adequacy of the deliverables . . 0.4 Record-Keeping Requirements The contractor shall maintain all technical and financial records for the RI/FS in accordance with the contract. At the completion of the RI/FS, the contractor shall submit 2 copies of the official record of the RI/FS in WP 8.1 to the W AM/RPM . . 0.5 Equipment Transfer At the completion of the RI/FS, or when government property is no longer required at the site, the contractor shall arrange for the proper disposition of government-furnished or contract-acquired property (purchased with contract funds) in accordance with the contract requirements. The disposition (transfer, sale, or abandonment) of government personal property and the tracking of such equipment shall be coordinated with the Contract Property Administrator. For additional information, refer to Contractor's Guide for Control of Government Property, Office of Administration and Resources Management, December 1988 . . 0.6 Project Closeout At the completion of the RI/FS work assignment, the contractor shall perform all necessary project closeout activities as specified in the contract. These activities may include closing out any subcontracts, indexing and consolidating project records and files as required in Paragraph 0.4 above, and providing a technical and financial closeout report to EPA. Final costs shall be reported to EPA (on disk) broken down into the cost for each element of the Work Breakdown Structure (WBS) (Attachment 2) for this work assignment. · 2.1 Project Planning and Support The purpose of this task is to determine how the RI/FS will be managed and controlled. 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, the contractor shall attend a scoping meeting to be held at the EPA Regional Office . . l .1.2 · Conduct Site Visit. The contractor shall conduct a site visit with the EPA W AM/RPM during the project planning phase to assist in developing a conceptual understanding of the Rl/FS requirements for the site. Only the minimum essential personnel necessary to develop the individual Work Plan(s) will be authorized a site visit. A list of the Contractor's prospective personnel and their purpose for the site visit shall be submitted to the EPA W AM/RPM within 10 calendar days prior to performing the site visit. 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 RI/FS. The contractor acknowledges that it has satisfied itself as to the character, quality, and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by EPA, as well as from the site · file made a part of this work assignment. Any failure of the contractor to take the actions described and acknowledged in this paragraph will not relieve the contractor from 2 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 B I I I responsibility for estimating properly the LOE hours and cost of successfully accomplishing the Rl/FS. .1.1.3 Evaluate Existing Information. The contractor shall evaluate existing data and documents, including previous site investigations, Preliminary Assessment Reports, Site Inspection Reports, Hazardous Ranking System Scoring Package, and other data and documents as directed by EPA. This information shall be used to determine if any additional data are needed for RI/FS implementation. 111c documents a.ailabk fm 1c.icn me li3tcd in Attachment .1.1.4 Develop Technical Project Goals and Objectives. The contractor shall prepare data needs and data quality objectives (DQOs) for analytical sampling to be performed during RI/FS. the goals and objectives should be used to define the analytical methods and protocols, decontamination procedures, and EPA reporting levels (e.g., I, II, III, IV) required. (l) Not used -Develop Conceptual Site Model (2) Identify Preliminary Project Requirements (a) Data Needs and DQOs (b) Not used -Objectives & Potential Alternatives (c) Not used -Possible Treatability Studies (d) Not used -ARARs and/or Standards (e) Not used -NEPA Requirements (f) Not used -Other Regulatory Requirements/Restrictions (g) Not used -Prepare Conceptual Exposure Pathway Analysis .1.1.5 Develop Work Plan. The contractor shall present the general approach that will be used for the Rl/FS at a Work Plan scoping meeting with the W AM/RPM. This meeting will be held at the Region IV office. (1) Develop Draft Work Plan .. The contractor shall prepare and submit a draft Rl/FS Work Plan within 30 calendar days after initiation of the Work Assignment (WA). Submit the original to the Contracting Officer (CO) and two copies to the Project Officer (PO). 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 Health and Safety Plan (HASP), although each plan shall be delivered under separate cover within 30 calendar days after initiation of the WA. (a) Develop Narrative. Specifically, the Work Plan shall present the following: A statement of the problem(s) and potential problem(s) posed by the site and how the objectives of the RI/FS will address the problem(s). A background summary setting forth: (]) a brief description of the site including the geographic location and a description of the physiographic, hydrologic, geologic, demographic, ecological, cultural, and natural resource features of the site; (2) a brief synopsis of the history of the site including a summary of past disposal practices and a description of previous responses that have been conducted by local, State, Federal, or private parties 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 uncertainties); 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 products 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. 3 A schedule for specific dates for the start and completion of each required activity and submission of each deliverable required by this SOW. f5ce Attac!n11c11t ·_ fo1 format.) This schedule shall also include infonnation about timing, initiation, and completion of all critical path milestones for each activity and deliverabkand 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) Attend Negotiation Meeting. The contractor shall attend a Work Plan negotiation meeting at the Region IV office. (b) Modify Draft Work Plan and Cost Estimate. If the contractor finds that the planned RI/FS cannot meet any ARAR, the contractor shall describe the issue and recommend technical solutions in a memo to the W AM/RPM. The contractor shall make revisions to the Work Plan as a result of EPA's comments and/or negotiation agreements. (c) Internal QA and Submission of Final Work Plan. .1.2 Preparation of Site-Specific Plans . . . . l .2.1 Develop Site Management Plan. After ·EPA approval of the RI/FS Work Plan, the contractor . shall prepare a Site Management Plan (SMP) that provides EPA with a written understanding of how access, security, contingency procedures, management responsibilities, and sampling are to be handled. (I) 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). A task-specific HASP must also be prepared to address health and safety requirements for site visits. (2) Develop Sampling and Analysis Plan (Chemical Data Acquisition Plan) (a) 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 organizatfon, functional activities,· · and quality assurance/quality 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 objectives identified in the National Contingency Plan. (b) Field Sampling Plan. Prepare a Field Sampling Plan (FSP) that 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 a.nd analysis; and a breakdown of samples to be analyzed through the Contract Laboratory Program (CLP) and through other sources, as well as the justification for those decisions. The FSP shall consider the use cif 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 contractor shall document any required changes to the FSP in a memorandum to the W AM/RPM. (c) Data Management Plan. Prepare a Data Management Plan to address requirements for project management systems including tracking, storing, and retrieving data. The plan shall also identify software to be used, minimum data requirements, data format, and backup data management. The plan shall address both data management and document control for all RI/FS activities. 4 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 .1.3 .1.4 .1.2.2 Develop Pollution Control and Mitigation Plan. Prepare a Pollution Control and Mitigation Plan that outlines the process, procedures, and safeguards that will be used to ensure contaminants or pollutants are not released off-site during RI/FS implementation. (I) Transportation and Disposal Plan (Waste Management Plan). Prepare a Transportation and Disposal Plan that outlines how wastes that are encountered during the RA will be managed and disposed of. The contractor shall specify the procedures that will be followed when wastes will be transported off-site for storage, treatment, or disposal. .. 1.2.3 Develop Risk Assessment Plan. Prepare a Risk Assessment Plan to detennine whether site contaminants of concern pose a current or IJOtential risk to human health and the environment in the absence of any remedial action. The plan shall include all assumptions and methods required to conduct a baseline risk assessment.· Project 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 .1.3.2 Meeting Participation and Routine Communications. The contractor shall attend project meetings, provide documentation of meeting results, and shall contact the WAM by telephone on a weekly basis to report project status. .1.3.3 Maintain Cost/Schedule Control System. The contractor shall develop and maintain a system to monitor and control the costs and schedule of the Work Assignment. The contractor shall specify the process to continuously update the information in the system as a result of engineering network analyses and changing field conditions. The system shall have the capability to compare technical progress with expenditures and predict completion dates and cost to c.omplete information. ' . l.3.4 ,d.3.5 .1.3.6 fe1fo11i1 Value J!ugi:.eering PeriOI m l::.ngmetl fog 1Jet ,,, er-le AR..1ly~is Manage, Track, and Report Equipment Status. The contractor shall manage, track, and report the status of all site-specific equipment. .1.3.7 Project Closeout. The contractor shall perform the necessary activities to closeout the work . assignment in accordance with contract requirements. Subcontract Procurement and Support Activities .1.4.1 Identifica~ion and Procurement of Subcontractors. Procure and administer the necessary subcontracts, including, but not limited to the following: (I) Drilling Subcontractor · (2) Surveying Subcontractor (3) Geophysical Subcontractor (4) Site Preparation Subcontractor (5) Analytical Services Subcontractor(s) (6) Waste Disposal Subcontractor (7) Treatability Subcontractor(s) (8) Other(s) .1.4.2 Establish and Carry Out a QA Program for Subcontracts .1.4.3 Perform Subcontract Management 2.2 Community Relations The 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) 1l1c coabactrn sLaH de.clop a CR.in to address co1rn11m1ity tclatiom 1cqui1cmcats duting R};q::5_ TI1is CR::t-.-. may be modified fwm an existing c~n to meet sitvspecific 1cquitemcnts. 5 .2.1.1 Conduct Community Interviews. 111c co11tractor slmll ztssist the VlAf,1!R.....,h1 i11 conducth1g co11n1.m1tity iutct •iews to identify counnuuity eo11cerns ztSsociatcd ,,Hh the Rb'FS. The c011t11tct01 sl11tll ztssist the 1,VAfvb'R.i..,?,f i11 idcntifyi11g key c011n1m1Jity 11tc111bc1s, cstztbfislti11g 1111 intc1 ,iu, schedule, co11ducti11g inlet views, and su11nnmii:iag results . . 2.1.2 Prepar~ the CRP. Titc eo11ttztct01 slmll prepruc tltc CR:P to ztddress e01mnm1ity 1datio11s requirements and eonnnuaity concc111s dmiug the R:lfFS. (1) Draft CRP. 111c c011bact01 slmH suburit a dtaft €RP withi11 14 dajs aftc1 ec11rpktion of the eonmmnity inter •icws. (2) Final CRP. 1Nithin.7 days of receipt of EPA coannents, tf1c ern1ttacto1 shall subnrit tlte final CRP . . 2.2 Prepare Fact Sheets. 11,c conllaetrn slmll prcpme a fact sl_1cct tltat informs tltc public about actiYitics rdatcd to the final design, a schedule for tl.c RA," acthitics to be expected dmiug conshuction, pro,isious for responding to en1t1gc11cy zelcwcs and spiHs, and any potcntitd incmncnicnecs such as excess traffic aud noise that may affect tlte eonnnunity dming the R:i\ . . 2.3 Public Hearing, Meetings, and Availability Support. The contractor shall support and assist in public hearings, meetings, and open houses. The contractor shall prepare presentation materials and provide support as needed for public meetings . .2.4 .2.5 .2.6 . 2.3.1 Technical Support. The 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 Logistical and Presentation Support. The contractor shall assist the W AM/RPM in preparing technical briefing materials and in arranging for the logistical details for the meeting(s) . . 2.3.3 Public Notice Support. TI1e Conhactm shall assist the 1.VA-ltflR:..73~1 in dtafting public 11ot:iccs, armouacing public JI!Cctiags and placing the notice in a locai paper of general 'citculation. Maintain Information Repository and Mailing Lists. Titc contrnetrn shall de.clop 01 1uisc site 11.ailing lisb and mai11tai1i a 1cposit01y of i11fo1111atio11 on acti • itics related to the site specific R:IffS acti .itics as described in Appendix A.81 page A 19, of Community Rclatio,zs in Sape1/.x1td. A Hwtdbook, June 1988. 2.3 Data Acquisition Data acquisition entails collecting environmental samples and information required to support the RI/FS. The planning for this task is accomplished in Task 2.1, Project Planning and Support, which results in the plans required to collect the field data. Data acquisition starts with EPA 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 2.1. .3.1 Mobilization and Demobilization Provide the necessary personnel, equipment, and material.s for mobilization and demobilization to and· from the site for the purpose of conducting the sampling program under subtask 2.3.2, 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 (c) Perform Earthwork Provide Borrow Pit 6 I I I I I I I I I I I I I I I I I I I 1-· I I I I I I I .3.2 I I I I I I I I I I I Const! uct Iladl R:oads (d) Co11sliuct Roads, Parkiug; CUI Ls, aud V,'alks (e) Install Stotrn Drniaagc aud Subd1aiuagc (f) lm;tall Fcnciug aud Site Seem it) (2) Installation of Utilities (a) Install Electrical Distribution (b) Install Telephone and Communication System(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 laboratory. ( 1) Removal of Temporary Facilities (2) Site Restoration Field Investigation. Conduct environmental sampling to include the following: .3.2.1 Perform Site Reconnaissance. The contractor shall conduct site surveys including property, boundary, utility rights-of-way, and topographic information. These surveys are to ensure the accuracy of existing information for the Rl/FS. (I) Ecological Resources Reconnaissance (a) Well Inventory (b) Residential Well Sampling (c) Land Survey (d) Topographic Mapping (e) Field Screening .3.2.2 Conduct Geological Investigations (Soils and Sediments) (I) Collect Surface Soil Samples (2) Collect Subsurface Soil Samples (3) Soil Boring and Permeability Sampling (4) Collect Sediments Samples (5) Survey Soil Gases (6) Test Pit .3.2.3 Conduct Air Investigations (1) Sample Collection ('2) Ah Jvfonitoriug 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) InstaH Gas 'Neils (2) Collect Samples (3) Collect Samples During Drilling (e.g., HydroPunch or Equivalent) (4) Conduct Tidal I11Ruc11cc Stady (5) Perform Hydraulic Tests (Pump Tests) (6) Measure Ground-Water Elevation .3.2.5 Conduct Hydrogeological Investigations: Surface Water (I) Collect Samples (2) Study Tidal lnAucacc (3) Measure Surface-Water Elevation 7 .3.2.6 Conduct Wastelnvestigation (1) Collect Samples (Gas, Liquid, Solid) (2) Dispose of Derived Waste (Gas, Liquid, Solid) · .3.2.7 Conduct Geophysical Investigation (1) Surface Geophysical Activity (2) Magnetometer (3) Electromagnetics (4) Ground-Penetrating Radar (5) Seismic Rcft action (6) R:csisti vity (7) Site ftictcot olugy . (8) Cone Pcnchomctct Sut YCJ (9) Remote Scm;u1 Sm vey (10) Radiological fo,cstigation .3.2.8 Conduct Ecological Investigation (1) Wetland and Habitat Delineation (2) Wildlife Observations (3) Community Characterization (4) Identification of Endangered Species (5) Biota Sampling and Population Studies .3.2.9 CoHect C011tmni1mtcd Building San1pk.s .. . 3.2. IO Dispose o_f 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, Guide to Management of Investigation-Derived Wastes, 9345.3-03FS (January 1992)). 2.4 · Sample Analysis The contractor shall arrange for the analysis of environmental samples collected during the previous task. The sample analysis 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. The contractor shall perform the following activities or combination of activities to analyze test results: .4.1 Screening-Type Laboratory Sample Analysis .4.1.1 Analyze Air and Gas Samples (1) Otgmrie (2) lnot gm1)c (3) R:adioc]tCJltiSbj .4.1.2 Analyze Ground-Water Samples (1) Organic (2) Inorganic (3) R:adiochcmisuy .4.1.3 Analyze Surface-Water Samples (I) Organic (2) Inorganic (3) R:adioehcmisuy .4.1.4 Analyze Soil and Sediment Samples (I) Organic (2) Inorganic (3) R:adiochc11ristty .4.1.5 Analyze Waste (Gas) Samples (1) Organic (2) Inorganic 8 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 .4.2 (3) Radiocl1cmistty .4.1.6 Analyze Waste (Liquid) Samples (]) Organic (2) Inorganic (3) Radiochcnrisliy .4.1.7 Analyze Waste (Solid) Samples (]) Organic (2) Inorganic (3) Radiochemistry .4.1.8 Analyze Biota Samples (1) Organic (2) Inorganic (3) Radiochcmistr y .4.1.9 Analyze Bioassay Samples .4.1.10 Perform Bioaccumu\ation Studies CLP-Type Laboratory Sample Analysis .4.2.1 Amrlyzc Ait and Gas Smupks (1) 01ganic (%) lno1 ganie (3) Radiochcmisb y .4.2.2 Analyze Ground-Water Samples (1) Organic (2) Inorganic (3) Radiocl1c11cistry .4.2.3 Analyze Surface-Water Samples (I) Organic (2) Inorganic (3) Radiocl1cnrishy .4.2.4 Analyze Soil and Sediment Samples (1) Organic (2) Inorganic (3) Radiochcmisb y .4.2.5 Analyze Waste (Gas) Samples (]) Organic (2) Inorganic (3) Radiochcmish y .4.2.6 Analyze Waste (Liquid) Samples (1) Organic (2) Inorganic (3) Radiochcmisb y .4.2.7 Analyze Waste (Solid) Samples (1) Organic (2) Inorganic (3) Radiochcmistty .4.2.8 Analyze Biota Samples (1) Organic (2) Inorganic (3) Radiochcmishy .4.2.9 Analyze Bioassay Samples -.4.2.10 Perform Bioaccumulation Studies 2.5 Analytical Support and D_ata Validation The contractor shall arrange for the validation of environmental samples collected during the previous task. The sample validation task begins with reserving sample slots in the CLP and the completion of the field 9 sampling program. This task ends with the contractor validating the analytical data received from the laboratory. The contractor will perform appropriate data validation to ensure that the data are accurate and defensible. The 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 Surface and Subsurface Soil Samples .5.1.3 Surface-Water and Sediment Samples .5.1.4 Air Samples .5.1.5 Biota Samples .5.1.6 Other Types of Media Sampling and Screening .5.2 Coordinate with Appropriate Sample Management Personnel .5.3 Implement EPA-Approved Laboratory QA Prngrarn . .5.4 Provide Sample Management (Chairi of Custody, Sample Retention, and Data Storage) Ensure the proper management of samples. Ensure accurate chain-of-custody procedures for sample tracking, protective sampJe·packing techniques, and proper sample-preservation techniques . . 5.5 Validate Data. · .5.5.1 Review Analysis Results Against Validation Criteria .5.5.2 Provide Written Documentation of Validation Efforts 2.6 Data Evaluation The contractor shall organize and evaluate existing data and data gathered during the previous tasks that will be used later in the RI/FS effort. Data evaluation begins with the receipt of analytical data from 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: .6.1 Data Usability Evaluation and Field QA/QC .6.2 Data Reduction, Tabulation, and Evaluation. Evaluate, interpret, and tabulate data in an appropriate presentation format for final data tables. Design and set up an appropriate database for pertinent information collected that will be used during the RI/FS . . 6.2.1 Evaluate Geological Data (Soils and Sediments) .6.2.2 Ev«luzitc Ah Bata .. 6.2.3 Evaluate Hydrogeological Data: Ground Water .6.2.4 Evaiuate Hydrogeological Data: Surface Water .6.2.5 Evaluate Waste Data .6.2.6 Evaluate Geophysical Data .6.2.7 Evaluate Ecological Data .6.3 Modeling .6.3.1 Contaminant Fate and Transport .6.3.2 Water Quality .6.3.3 Ground Water .6.3.4 Afr .6.3.5 Other Modeling .6.4 Develop Data Evaluation Report. Evaluate and present results iii a Data Evaluation Summary Report and submit to the W AM/RPM for review and approval. After the W AM/RPM's review, attend a · meeting with EPA to discuss data evaluation results and next steps. 2. 7 Risk Assessment The Risk Assessment will determine whether site contaminants pose a current of potential risk to human health and the environment in the absence of any remedial action. The contractor shall address the 10 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 contaminant identification, exposure assessment, toxicity assessment, and risk characterization. The Risk Assessment will be used to determine whether remediation is necessary at the site, provide justification for performing remedial action, and determine what exposure pathways need to be remediated . . 7.1 Human Health Risk Assessment. The contractor shall evaluate and assess the risk to human health posed by site contaminants. .7.1.1 Draft Human Health Risk Assessment Report. Prepare a draft Human Health Risk Assessment Report that addresses the following: (I) Hazard Identification (sources). The contractor shall review available information on the hazardous substances present at the site and identify the major contaminants of concern. (2) Dose-Response Assessment. Contaminants of concern should be selected based on their intrinsic toi:ico!ogical properties. (3) Prepare Conceptual Exposure/Paihway Analysis. Critical exposure pathways (e.g., drinking water) shall be identified and analyzed. The proximity of contaminants to exposure pathways and their potential to migrate into critical exposure pathways shall be assessed. (4) Characterization of Site and Potential Receptors. The contractor shall identify and characterize human populations in the exposure pathways. (5) Exposure Assessment. The exposure assessment will identify the magnitude of actual or potential human exposures, the frequency and duration of these exposures, and the routes by which receptors are exposed. The exposure assessment shall include an evaluation of the likelihood of such exposures occurring and shall provide the basis for the development of acceptable exposure levels. In developing the exposure assessment, the contractor shaU develop reasonable maximum estimates of exposure for both current land use conditions and potential land use conditions at the site. (6) Risk Characterization. During risk characterization, chemical-specific toxicity information, combined with quantitative and qualitative information from the exposui-e assessment, shall be compared to measured levels of contaminant exposure levels and the levels predicted through environmental fate and transport modeling. These comparisons shall determine whether concentrations of contaminants at or near the site are affecting or could potentially affect human health. (7) Identification of Limitations/Uncertainties. The contractor shall identify critical assumptions (e.g., background concentrations and conditions) and uncertainties in the report. (8) Site Conceptual Model. Based on contaminant identification, exposure assessment, toxicity assessment, and risk characterization, the contractor shall develop a conceptual model of the site . . 7.1.2 Final Human Health Risk Assessment Report. After the draft Human Health Risk Assessment Report has been reviewed and commented on by EPA, the contractor will incorporate EPA comments and submit the final Human Health Risk Assessment Report . . 7.2 Ecological Risk Assessment. The contractor shall evaluate and assess the risk to the environment posed by site contaminants . . 7. I.I Draft Ecological Risk Assessment Report. Prepare a draft Ecological Risk Assessment Report that addresses the following: (I) Hazard Identification (sources). The contractor shall review available information on the hazardous substances present at the site and identify the major contaminants of concern. (2) Dose-Response Assessment. Contaminants of concern should be selected based on their · intrinsic toxicological properties. (3) Prepare Conceptual Exposure/Pathway Analysis. Critical exposure pathways (e.g., surface water) shall be identified and analyzed. The proximity of contaminants to exposure pathways and their potential to migrate into critical exposure pathways shall be. assessed. (4) Characterization of Site and Potential Receptors. The contractor shall identify and characterize environmental exposure pathways. II (5) Select Chemicals, Indicator Species, and End Points. In preparing the assessment, the contractor will select representative chemicals, indicator species (species that are especially sensitive to environmental contaminants), and end points on which to concentrate. (6) Exposure Assessment. The exposure assessment will identify the magnitude of actual or environmental exposures, the frequency and duration of these exposures, and the routes by which receptors are exposed. The exposure assessment shall include an evaluation of the likelihood of such exposures occurring and shall provide the basis for the development of acceptable exposure levels. In developing the exposure assessment, the contractor shall develop reasonable maximum estimates of exposure for both current land use conditions and potential land use conditions at the site. (7). Toxicity Assessment/Ecological Effects Assessment. The toxicity and ecological effects assessment will address the types of adverse environmental effects associated with chemical exposures, the relationships between magnitude of exposures and adverse effects, and the related uncertainties for contaminant toxicity (e.g., weight of evidence for a chemical's carcinogenicity). (8) Risk Characterization. During risk characterization, chemical-specific toxicity information, combined with quantitative and qualitative information from the exposure assessment, shall be compared to measured levels of contaminant exposure levels and the levels predicted ihrough environmental fate and transport modeling. These comparisons shall determine whether concentrations of contaminants at or near the site are affecting or could potenti_ally affect the environment. (9) Identification of Limitations/Uncertainties. The contractor shall identify critical assumptions (e.g., background concentrations and conditions) and uncertainties in the report. (I 0) Site Conceptual Model. Based on contaminant identification, exposure assessment, toxicity assessment, and risk characterization, the contractor shaH develop a conceptual model of the site. · .7.) .2 Final Ecological Risk Assessment Report. After the draft Ecological Risk Assessment Report has been reviewed and commented on by EPA, the contractor will incorporate EPA comments and submit the final Ecological Risk Assessment Report. 2.8 Treatability Study and Pilot Testing 'fcclmologics that may be suitable to the site shot1ld be identified as cml) w possible to dctcuninc whcthct thc1c is a need to eo:1duct hcatabiJity studies to bcttc1 cstimatC cost's and pt1founaacc capitbiiitiC3. itt p1csc11t, it is ui1k.i10wn whctltct a bcndt test 01 pilot study will be conducted. llowcver, should a bt11ch test 01 pilot study be dctc1mincd as 11ecessmJ, tltc conhactor slrall 3ab11rit a tcsti11g plan idc11tifJh1g tl1c tJpC3 a11d gmrl:> oftltc stddy. Titc bcatability study shaJJ dCtczminc the suitability oftcmcdiai ~cch11vJogics to site conditi011s aad p101:>lc1tts. TI1c tlucc levels of u·catabilitJ studies we Jab01ato1J sctccning, bc11ch scale testi11g, and pi1ot scale tcstii1g. Tite la:b01at01J sc1cc1tiug is used to establish the ,ttlidity .of a tcch1101ogy to beat waste a11d is 11011na-Hy co11dttctcd dmi11g tl1c PS. Bench scale testing is used to identify tl1t pc1fo111ranec of the ,teeh1iology specific to a t;pc of aastc fut au opctabk unit. Often bench scale tests me co11ductcd dming tl1t PS. Pilot scale testing is used to pa o, idc qumttitati ~c pct fat 11mncc, cost, and design i11f01matio11 fo1 remediation mid is typically pe1fo11ncd dming RD (sec the Fact Sheet, Gaidefm CoadUcting T,eatubiEity Stau\·es b1nfc, CERCb\, ffo,cmber, 1993). 1n acc01du11ce witl1 tlw 111anagc111ci1t schedule establisltcd in tlte. app1ovcd R:l/FS .1t¥0t½ Plau, tltc couuaetor slta-ll pct form the folfo wing aeti 1 ities .. . 7.1 Lituatutt Scwch .7.2 Develop Treatability and Pilot 1N-01k Pim, Frcp~_c the Ttctttability Study TNork i,lan and submit to tl1c YlA:Ptf/R:..~f f01 1cvic w aud appro,al. 111c Ttcatability Study W01k Pian slmll duczibc tl1c tccl111ulogy t6 be tested, test objecti ,es, test 12 I I I I I I I I I I B I B I I I I I I I I I I I I I I I I I I I I I I I C'1uipmcnt v1y:.i;t f ., ems, ex . pc1~1mat1cc, amtlyf I v .... 1m1c11ttd pwccdmcs t t tcsidual waste ma11:::,,:~:~t~"' data ma11agrn,,c:,~:,~~1ltt) i"o11dit.io11s to be tested 11,c T,catabilit) St d "' . ,c DQOs fat th t at b·t"" )3", health a11d H , mcasmemrnts of . ti J "0 k Pl e IC a t t d od u J d °"" ~"' .. ,. ' ' ' ' ' -.. """' '''" ' ' : " .. ' ''"' •• ' ' ,. "'""'-.,, H "'""' ; , ;w• •;••= ,, ""'"' 0 , ""' , , ,,,. ''""' ;, ,.,., 0 o , , w,,, """' s a c d , an o1 t a 011 at f , pu, uilllC off .'°'u ,Ilg C d't' U O att 'I ,.. u" ""' "« ' bT -""• '"" "" . "" noo -"m"' "'' ''"' '''"' . , ud at) d ul5 IC ti e u . mcluding EP~ . '. • stu y shall b . cl cl d" u mrnts shall be dd d but m . 4-_1c11rn pctiods. !Cc ." m u e with specific d a ,cssc . A schcdul f c not !muted t ti y nnlestonc ti t !ates fat ca I t k d e ¼t f u, tc ptot , id s 10uld I a u • as anbt k pul¼iiildllCC . d u,Ciiitlll of co h I • ,c completi d OU "' , pu,10 , smn I ol . II ac 013. d ti 011 ates 'f' I' can ysts, and tc I .,,c completion f l opccncd included ~ ' '"' •"•-··· 0 ~·• "' ' ' tel bT S .~ • II. u uCCtl ti ,vu a , tt) 1 d n, . vu, ,c ,rndot a, le I al " ) n o,k Plan shall d c 'b . . viii · UI , Plan shall addogy ,oil! meet the pctf t c Iii detail the hcatmc I h t d ,css ho" the co I ¼tmancc standa,d ~ ti . II ptoccss and I ti u wu c11a , ai, t u u, "' meet II r ,u I c.,c 1' t . . u r oposed cat • 1 n ,a t .11 ,OI , t Tl ,u" 1 """""""" ; .. "· •• "'""' ,ffi ; ""'''"""' """''' :"'''''" '·~ ••• ca ment a d d' urns. Add'G I cqunem t f . u .,,sposolf II . • ona ly ti ,, , k vu s ¼t an a d II udilatl ,,u"vtPII ;lid • ..,ua gcncrntcd b th : .... 11 s tall cxpl . tl J c pt oposcd tr run tc catmcnt s t J" cm. d mo og ea 1. ;, a c 1 con uctcd a d 'b J n ac 11uc tl f .... , .. nilt w Jeth tl,e J' . ., est:" ~ J . I ,u ,,c1 ..... ,..., .. -ot 11 f I .. u Iii t EP • uuuuuCC st d d , .. u • t I .,.:,::1owi11g acti ,itics Iii ,ubh oppto ,ed Final Tt tu:'.t13 s· 'f.tcatabiiit) Stu~~ .. c: tlaology 01 ,u,. .. ,,,. oy e,equ dd . eaa011y I J"' k t,.,,.,.,talb .... . u ... unugthcpe f .. J nor Flaa r ¾JI ma11e f ti . Conduct the T t b'!' , ....... a tit St d. v c11dm of the tee! I J u tcs, as ncccssru t d t . : =------:'r.:!---B,oi,,+,..:,o...~ ,... v!C tt t • 'j' 7 3 . vu au, ity stud · '· Dench Testy •nd pilot .'i-.3.1 qmpmc11t ; I d" qmpmcnt 11 co e . , ,.,u u mg the . ,u llh oct01 shJI qmpmcnt f ·1· y,vCUIClllCttt pi d I p1ocmc t IF 'l' P , v, uul II t vuu Ui u, .act d 1vv:dc H d J V execute u t ½ u, uuCCSSdl) t . • • 'dli P1ocmt p t F ·1· c · "'" 4'.ltl llj and E · 8.4 8.3.2 .'i-.3.3 . 'i-.3.4 ' • Cii 01 a J , ,u us~. v uuqunc tl T t d e u nnaly ti I 5 . •v ocnd01 u, uli pctote E . vu vi IICC , o t' qmpmc t 11 ;u,d luil, then strut u ~-. IC COiihOCI01 sholl t t . chJC•t S I ' pan opctalc c : cs c'iu,,,mctt I , 'f' ~up c fut :p 0 Tl ""'',llltllt. • v CiiSU,u peened ill ti T ,_~ ~u5,iC COiib a to 3I Pc1fo1m Labo .... t tcatabthty W01k Pian .... • ldH obtain samples f, f ,a vi) A , . .01 testing"' acilitate f t t ...... )SIS. 111c C b I . . -urnm ou d I . vu ac 01 shallt bl' outside }ab t . " ana ysrs oft c ! .... Hr JSh a fi lei l 6 8.3.6 e1 v,u 01j 3Ci dee t . VO oulllp cs, 01 if u u 01otot I _1m oetCt i d B' o0 analy zc ti C t t , IICCCSSat J sl II J V Ptlot Seal 'F st ..., ...... u1sposc of R 'J I ' cs swnplcs ar d « ' '"' pt ocm c u 40 CSI Ou S ' vi~Uat t t .7.4 l p u VO results .,ocmc r tr .1. · 8.3.5 .'i-.4.2 8.4.3 . 7.4.4 .7.4.5 e. ,...., auttyandE. qmpmcnt ; 1 d' qmpmcut 11 0 e . , ... u u mg the . ,_ c nttaeto,! oll qutpiiitiil lY focTt p,vCUICIIIClit pi d , • procu,c te t f T P ' • 1 I t < vuu UICS , ¼Ct J Iv I id l[ J J vXCCUtC t! I ts uuuCSSfu J I , • • J Oil T ,_ y ca 01 aud Anal t" Is ,u. uS V u,qune the ,cndo est ond Opet ate E . ; ,co c, 11cc r, oti qmpmcnt TI pv• ~ 011, tl!Cii stru I u d . IC COlih actOI sholl test . Rctt1c,cS I f panvpciatcc . c"futplltc ti uuq> c ½ T t' sutpmcm u O uuSu,c sp 'fi d. • uo mg Tl • P .... er C lit the Trcutub'l't :, ' IC conttactorl al! b 1.. IF . kP ., • 0 t~ I ..,1 rot m Lab t J n mlan u.111 .,map cs f f T vld 01) A1101,,: 'fl . % testing"' acntatc fast t ,s.1c coutta t I l urnmo d a I . .... vis ta lt br l .7.4.6 ~~ts1d\lab01at01y sc1":;cu"t:'"'iof te~t samples, o,~,i;~:s t: field laboratory to - ------c. 'i-'f:.55---if~.~~l;d:;;;:T:'. tat ac cuzc and 0: f mm J zc t 1c test sm les <lees at)' shall ,,1 1...,cst J.lpv.-.C O R "d I -"l' dli I v .......... ,. 5 l cs, ua s c Hruotc test I cs Its . . . P1 ocmc T st F ·1 u . c . '"' act HJ and E . . .'i-.5.2 qmpmcnt : cl d' 'iutpmcut Tl o , ... u ti · ,..,cbo t c · u,5IC pto uC 01 s!dl sutpiiitiit 0 f T ,uiCIIICII( pt ccd u p10cu,e tc t f T Pto • id "' d• ¾itt tty to execute tl t t I v di cs ncccssm J t . ., 4.tCJ IlJ and c ~ en ot and A I . I cs s. v ocqunc tl1c d naytt IS . .en 01 vu Cl iJCC , 13 .7.6 .7.5.3 Test and Opctate Equip1i1e11t. 111e contraet01 shaH test equipment to e11su1_e opct atiou, then stm t up and aper ate equipment. .7.5.4 Retric,c Sar1iplc for Tcstir~g. Tltc co11bacto1 shall obtai11 smnpks for testing as specified in tl1e Ttea_tttbility 1Nmk Plan . . 7.5.5 Pctfor111 Laboratory Analysis. TI1e eontractot shall cstablisl1 a field llrbotatory to facilitate fast tm am ound amrly sis of test samples, 01, if uecessar y, shzrH pr ocm c outs_idc laboratory set ,ices to analyte the test samples and cvaluatc·tcst :esults . .7 .5.6 Chmactctizc and Bisposc of R:csiduals Develop Ttcatability Sttld) R:epmt. Tirhty (30) days afte1 completion of the TtcatabilitJ Study, the contraetoi shall p:c;:pmc ·and submit the Tt catability Study E oaluatio11 R:cpo1 t tl1at dcsct ibcs tl1c pc: fu1111m1cc of the tcdmology. Tltc studj results sha-11 elemly indicate lite perfotrhtmcc of tiw tceln1ology oi ,c11~01 eu111pmcd nitlt tl1c pe1fo111.a11ee stm,dmds cstablisl1ed fut the site. Titi 1epu1l sltaH also c, aluatc the b eatn1c.1t tecl111ulogy 's cffceti, e1.ess, itnplemc11ttrbility, cost, attd fit ml 1csults c0111pmed with lite ptcdicted 1esults. Tl1e report shall also evaluzrte full settle applicati011 of tl1c tcclnwlogy, i11duding a se1tsitivity m1a1ysis ide11tifyh:g tl1c·kcy pmmnetcrs affccti11g full scale operation. 2.9 Remedial Investigation Report The Contractor shall develop and deliver a Remedial Investigation (RI) report that accurately establishes the site characteristics such as media contaminated, extent of contamination, and the physical boundaries of the contamination. Pursuant to this objective, the contractor shall obtain only the minimally essential amount of detailed data necessary to detennine the key(s) contaminant(s) movement and extent of contamination. The key contaminant(s) must be selected based on persistence and mobility in the environment and the degree of hazard. The key contaminant(s) identified in the RI shall be evaluated for receptor exposure and an estimate of the key contaminant(s) level reaching human or environmental receptors must be made. The contractor shall use existing standards and guidelines such as drinking-water standards, water-quality criteria, and other criteria accepted by the EPA as appropriate for the situation may be used .to evaluate effects on human receptors who may be exposed to the key contaminant(s) above appropriate standards or guidelines . . 9.1 Draft RI Report. In acco.rdance with the schedule developed in the RI/FS work plan, the contractor shall submit a draft RI Report which includes the following, · .9. I. I Site Background. The contractor shall assemble and review available facts about the regional conditions and conditions specific to the site under investigation. · .9.1.2 Investigation · (I) Field Investigation & Technical Approach (2) Chemical Analysis & Analytical Methods (3) Field Methodologies Biological Surface Water Sediment Soil Boring Soil Sampling Monitoring Well Installation Groundwater Sampling Hydrogeological Assessment Air Sampling .9.1.3 Site Characteristics.· (I) Geology (2) Hydrogeology (3) Meteorology (4) Demographics and Land Use (5) Ecological Assessment .9.1.4 Nature and Extent of Contamination 14 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) Contaminant Sources (2) Contaminant Distribution and Trends .9.1.5 Fate and Transport (I) Contaminant Characteristics (2) Transport Processes (3) Contaminant Migration Trends .9.1.6 Summary and Conclusions . . 9.2 Final RI Report. After EPA review of the draft RI Report, the contractor will incorporate EPA comments and submit the final RI Report. 2.10 Remedial Alternatives Screening The contractor shall investigate only those hazardous waste management alternatives that will remediate or control contaminated media (soil, surface water, ground water, sediments) remaining at the site, as deemed necessary in the RI, to provide adequate protection of human health and the environment. The potential alternatives should encompass, as appropriate, a range of alternatives in which treatment is used to reduce the toxicity, mobility, or volume of wastes but vary in the degree to which long-term management of residuals or untreated waste is required, one or more altern~tives involving containment with little or no treatment; and a no-action alternative. Alternatives that involve minimal efforts to reduce potential exposures (e.g., site fencing, deed restrictions) should be presented as "limited action" alternatives .. . 10.1 Prepare Draft Technical Memorandum. The contractor shall prepare a draft Technical Memorandum presenting the potential alternatives and including the following information: .10.1. I Establish Remedial Action Objectives. Based on existing information, the contractor shall identify site-specific remedial action objectives which should be developed to protect human health and the environment. The objectives should specify the contaminant(s) and media of concern, the exposure route(s) and receptor(s), and an acceptable contaminant level or range of levels for each exposure route (i.e., preliminary remediation goals) . . 10.1.2 Establish General Response Actions. The contractor will develop general response actions for each medium of interest by defining contaminant, treatment, excavation, pumping, or other actions, singly or in combination to satisfy remedial action objectives. The response actions should take into account requirements for protectiveness as i~entified in the remedial action objectives and the chemical and physical characteristics of the site . . 10.1.3 Identify & Screen Applicable Remedial Technologies. The contractor shall identify and screen technologies based on the developed general response actions. Hazardous waste treatment technologies should be identified and screened to ensure that only those technologies applicable to the contaminants present, their physical matrix, and other site characteristics wil1 be considered. This screening will be based primarily on a technology's ability to effectively address the contaminants at the site, but will also take into account a technology's implementability and cost. The contractor will select representative process options, as appropriate, to carry forward into alternative development. The contractor will identify the need for treatability testing for those technologies that are probable candidates for consideration during the detailed analysis . . 10.1.4 Develop Remedial Alternatives in accordance with NCP . . 10.1.5 Screen Remedial Alternatives for Effectiveness, Implementability, and Cost. The contractor shall screen alternatives to identify the potential technologies or process options that will be combined into media-specific or sitewide alternatives. The developed alternatives shall be defined with respect to size and configuration of the representative process options; time for remediation; rates of flow or treatment; spatial requirements; distances for disposal; and required pennits, imposed limitations, and other factors necessary to evaluate the alternatives. If many distinct, viable options are available and developed, the Research Engineer will screen the alternatives that undergo the detailed analysis to provide the most promising process options. The alternatives should be screened on a general basis with respect to their effectiveness; implementability, and cost. 15 .10.2 Prepare Final Technicaf Memorandum. After EPA review of the draft Technical Memorandum, the contractor will incorporate EPA comments and submit the final Technical Memorandum. 2.11 Remedial Alternatives Evaluation The contractor will conduct a detailed evaluation of alternatives . . 11.1 Perform Remedial Alternatives Evaluation. The evaluation shall include: (I) a technical description of eacli alternative that outlines the waste management strategy involved and identifies the key ARARs associated with each alternative; and (2) a discussion that profiles the performance of that . alternative with respect to each of the evaluation criteria. The Research Engineer shall provide a table summarizing the results of this analysis. Once the individual analysis is complete, the alternatives will be compared and contrasted ·to one another with respect to each of the ev.a!uation criteria. 2.12 FS Report and RI/FS Report The Contractor shall develop a Feasibility (FS) Report consisting of a detailed analysis of alternatives and cost-effectiveness analysis in accordance with NCP 300.68(h)(3)(i)(2). The report shall contain a summary of alternative remedial actions in accordance with Chapter 3, NCP 300.68(h)(3)(i)(2)(A); 2) Cost Analysis in accordance with Chapter 7, NCP 300.68(h)(3)(i)(2)(B); 3) Institutional analysis in accordance with Chapter 4, NCP 300.68(h)(3)(i)(2)(C); 4) Public-health analysis in accordance with Chapter 5, NCP 300.68(h)(3)(i)(2)(D); 5) Environmental analysis in accordance with Chapter 6, NCP 300.68(h)(3)(i)(2)(E) . . 12.1 · Prepare Draft FS Report. The contractor shall prepare a draft FS and submit to EPA according to the schedule in the RI/FS work plan. The FS Report should contain the following: .12.1. l Summarizes Feasibility Study Objectives .12.1.2 Summarizes Remedial Objective .12.1.3 Articulate General Response Action . 12.1.4 Identification & Screening of Remedial Technologies .12.1.5 Remedial Alternatives Description .12.1.6 Detailed Analysis of Remedial Alternatives. The contractor's technical feasibility · considerations shall include the careful study of any problems that may prevent a remedial alternative from mitigating site problems. Therefore, the site characteristics from the RI must be kept in mind as technical feasibility of the alternative is studied. Specific items to be addressed are reliability (operation over time), safety; operation and maintenance, ease with which the alternative can be implemented, and time needed for implementation . . 12.1.7 Summary and Conclusions .12.2 Prepare Final FS Report. After EPA review of the draft FS Report, the contractor will incorporate EPA comments and submit the final FS Report. 2.13 Post RI/FS Support This task consists of support required for preparation of the ROD for the site. The contractor shall perform the following support activities: . . 13.1 Attend Public Meetings, Briefings, & Technical Meetings with PRPs .13.2 Prepare Presentation Materials .13.3 Provide Technical Assistance -Responsiveness Summary .13.4 Provide Technical Assistance -Proposed Plan & ROD .13.5 Prepare Feasibility Study Addendum 2.14 Negotiation Support .14.1 Attend Negotiation Sessions and Meetings .14.2 Review of PRP Documents 16 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 11 · .14.3 Provide Technical Memorandum .14.3.1 Prepare Draft Technical Memorandum .14.3.2 Respond to Comments .14.3.3 Submit Final Technical Memorandum . IS. I .15.2 .15.3 .15.4 .15.5 .15.6 · e Record Coordinator Provi ssistance in cument Compilation Prepare Dra1Nw,rnnistrative Record Index Prepare A nis e Record Index Coor · ate Duplication dministrative Index sscmble Administrative Recor d Index 2.16 ork Assignment Closeout .16.1 Return Documents to Government .16.2 File Duplication/Distribution/Storage .16.3 File Archiving .16.4 Microfiche/Microfilm/Optical Disk .16.5 Prepare Closeout Report. The contractor shall include a breakdown on disk of final costs and Level of Effort (by P-Level) in the same detail and format as the Work Breakdown Structure (Attachment 2). 17 TASK 2.1.1.2 2.1.1.5 2.1.1.5 2.1.2.1 2.1.2.1 2.1.2.1(1) 2. 1.2.1(1) 2.1.2.1 (2) 2.1.2.1 (2) 2.1.2.1(2) 2. 1.2.1(2) 2.1.2.1(2) 2.1.2.1(2) Attachment 1 Summary of Major Submittals for the Remedial Investigation/Feasibility Study at SIGMON'S SEPTIC TANK SITE REF NO.OF DUE DATE EPA REVIEW DELIVERABLE NO.• COPIES (calendar davs) PERIOD Site Visit Renort 3 10 days after site visit 7 davs after receint of reoort RI/FS Work Plan 3 30 days afte~ in~tiation of work 21 days after receipt of Work assignment (WA) Plan Final RI/FS Work Plan 3 15 days after receipt of EPA NA comments Draft Site Management Plan 3 (#) days after approval ofRI/FS JO days after receipt of SMP (SMP) Work Plan Final SMP 3 (#) days after receipt of EPA NA comments Draft Health and Safety Plan 3 30 days after initiation of WA 21 days after receipt of HASP (HASP) Final HASP 3 15 days after receipt of EPA NA comments Draft Sampling and Analysis 3 21 days after approval of RI/FS 14 days after receipt of SAP Plan (SAP) Work Plan Final SAP 3 JO days after receipt of EPA NA comments Draft Quality Assurance Project 3 30 days after initiation of WA 21_ days after receipt of QAPP Plan IOAPP) Final QAPP 3 15 days after receipt of EPA NA comments Draft Field Sampling Plan 3 . 30 days after initiation of WA 21 days after receipt ofFSP <FSP) Final FSP 3 15 days ·after receipt of EPA NA comments . ------------------- ------------------- TASK >< >< -~ -L.l..L 2.6.4 2.7.1.1 2.7.1.2 2.7.2.1 2.7.2.2 2.8.2 2.8.2 2.7.6.1 2.7.6.3 2.9.1 Attachment 1 Summary of Major Submittals for the Remedial Investigation/Feasibility Study at SIGMON'S SEPTIC TANK SITE (continued) REF NO.OF DUE DATE EPA REVIEW DELIVERABLE NO.• COPIES (calendar davs) PERIOD Draft Co ations X X (#) days alter · .. m wA 14 days after receipt of revised _:.-------~ "T\..-"'-r) ----CRP Final C X A (#) days alts_ -·•A NA --s --------F . -__.::><-.. ~ Ae . 10 davs after receiot of fact sheet . ' Data Evaluation Summary 3 10 days after receipt of analytical 15 days after receipt of report Renart results from laborato~ Draft Human Health Risk 3 (#) days after completion of field (#) days after receipt of report Assessment Report investiQ:ations Final Human Health Risk 3 (#) days after receipt of EPA NA Assessment Report comments Draft Ecological Risk 3 (#) days after completion of field (#) days after receipt of report Assessment Reoort investis:mtions Final Ecological Risk 3 (#) days after receipt of EPA NA Assessment Report . comments Treatability Study Work Plan 3 45 days after RI/FS Work Plan 21 days after receipt of armroved Treatabilitv Studv Work Plan Final Treatability Study Work 3 15 days after receipt of EPA NA Plan comments Treatability Study Evaluation 3 30 days after completion of 21 days after receipt of report Reoort Treatabilitv Studv . Final Treatability Study 3 15 days after receipt of EPA NA Evaluation Renort comments Draft Remedial Investigation 3 (#) days after RI/FS Work Plan 21 days after receipt of report IR[\ Renart annroval TASK 2.9.2 2.10.1 2.l0.2 2.1 I.I 2.12.1 2.12.2 Attachment 1 · Summary of Major Submittals for the Remedial Investigation/Feasibility Study at SIGMON'S SEPTIC TANK SITE (continued) REF NO.OF· DUE DATE EPA REVIEW DELIVERABLE NO.* COPIES (calendar days) PERIOD Final RI Report 3 (#) days after receipt of EPA NA comments Draft Remedial.Alternatives 3 ( #) days after RI/FS Work Plan (#) days after receipt of Technical Memorandum annroval memorandum Final Remedial Alternatives 3 (#) days after receipt of EPA NA Technical Memorandum comments Remedial Alternatives 3 (#) days after completion of (#) days after receipt of Evaluation Remedial Alternatives Technical evaluation Memorandum Draft Feasibility Study Report 3 (#) davs after comoletion of RI (#) days after receipt of report Final Feasibility Study Report 3 (#) days after receipt of EPA. NA . comments ------------------- I ' I 2.0 I I I I I ' I I I I I I I , I 10•57 FROM,EPA REG 4 55MB Attachment 2 Work Breakdown Structure (\VBS) for Remedial Investigation/Feasibility Study Remedial lm·estigation/Feasi"bility Study .01 Project Planning and Support .01 Project Planning .01 Attend Scoping Meeting .02 Conduct Site Visit .03 Evaluate Existing Infonnation .04 De\'elop Technical Project Goals & Objectives .o I DC\-clop Conoepmal Siu, Model .02 Prclimiruuy ID of Project Requiremcms .01 DataNeeds&DQOs .02 RA Objectives & Potential Altemati\'eS .03 Possible Treambility Studies .04 ARARs and/or Srandan:ls .OS NEPA Requirements .06 Other Regulatoiy Requirements/Resuictions .07 Prepare Conceprual ~re Pathway Anal~-sis .OS Work Plan De\-elopmem . 0 I Draft Work Plan De\-elopment .01 DC\-clop Narrative .02 DC\·clop Cost Estimate .03 Internal QA & Submission .02 Final Work Plan Preparation . .01 Aucnd Negotiation Meeting .02 Modify Draft Work Plan/Cost Estimate .03 Internal QA & Submission .02 Preparation of Site Specific Plans .01 DO\-elop Site Management Plan .01 Develop Health & Safety Plan .02 Sampling & AD31ysis Plan (Chcmical Data Acquisition Plan) .01 Quality Assurance Project Plan .02 Field Sampling Plan .03 Data Management Plan .02 DC\-clop Pollution Control & Mitigation Plan .01 Transportation & Disposal Plan (Waste Management Plan) .03 De\'elop Risk Assessmelll Plan .03 Project Management .0 I Prepare Periodic StalUS Reports .0 I Document Cost and Pcrfonnancc Status .02 PrepaICISubmit In,-oices .02 Meeting Panicipation/Routinc Communications .03 Maintain Cost/Schedule Control System .0.\ Perform Value Engineering .05 Perform Engineering Network Analysis .06 Manage, Track, and Rcpon Equipment Status .07 Project Closeout .o I Return Documents to Goi,emment .02 File Duplication/DistnlmtiolllStorage .03 File Arclming -~ Microfiche/Microfilm/Optical Disk .05 Prepare Clo~cout Repon .04 Subcontract Procun:mcnt/Suppon Acti,itics , O I ID and Procurement of Subcontractors .01 Drilling Subcontractor .02 Sur,e;ing Subcontractor 19 \UG-07-01 10,SS FROM,EPA REG 4 55MB I .03 Geophysical Sulx:onuactor .04 Site Preparation Suhconuactor .05 Analytical Senices Subcomractor(s) . 06 Waste Disposal Subcontractor .07 Trcatability SnboolllCICt0r(s) .08 Othcr(s) .02 · Conuactor QA Program . 03 Perfonn Subcontract Management .02 Communil}" Relations · .01 Commun!!}" Relations Plan (CRP) De\-elopment .0 I Conduct Community lntel\iews . 02 Prepare CRP .0 I Draft CRP .02 F"malCRP .02 Prepare Fact Sheets • 0-, Public Hearing, Meetings. & A,-ailabilicy-Suppon .01 Technical Suppon .02 Logistical & Presentation Suppoa .03 Public Notice Suppon (uTiting, or placcmcnt of) .04 Maintain lnfcmnatio11 Reposito,y/Mailing List .OS Proposed Plan Suppon .06 ~nsi\'eness Sumnwy !;uppon .03 Data Acquisition . 0 1 Mobilization.lDcmobifu:ation .01 ID Field Suppon Equipmem/Supplies/Facilities .02 Mobilization . 01 Site Preparation . 0 l Perfonn Demolition .02 Clearing and G:ubbing .03 Perfonn Eanhwol'k .01 PIQ\idc Borrow Pit/Haul Roads .04 Construct Roads/Parking/Cums/Walks .05 Inslall Storm Diainagc/Subdrainagc ,06 Install Fencing/Sitt: Securil)" . 02 Installation of Utilities .0 l lnsrall Electrical Distn'bution · .02 Install Telephone/Communication Systcm(s) .03 lnslall Water/Sewer/Gas Distribution .04 Install fuel Line Distnllulion . . 03 Constraction ofTcmpo13IY Facilities .01 Construct Decontamination Facilities .02 C.oosuuct Sample/Dem-eel Waste Storage Facility .03 Construct Field Offic:c:s . 04 Construct Mobile Laboraton· .05 Construct OthcrTcmpomy.Facilities .03 Demobilization .01 Removal ofTemporaJl· Facilities .02. Site Restoration · . 02 field [n,-estigation . 01 Site Recowaissancc .01 Ecological Resources Recollllaissance .02 Well lm=tory . 03 Residential Well Sampling .Q.I Land SIIC\"'}'. .05 Topographic ?,,lapping . 06 Field Screening . 02 Conduct Geological ln\'estigations (Soils/Sediments) .OJ Surface Soil Sample Collection .02 Subsurf•~ Soil Sample Collcaion . 03 Soil Boring/Permeability Sampling 20 :• ' ' . ., . ~ .i' .i· ·r .,. ~ .. }: I , .. ' ' ·, I ' , I ., C I · . ; : . : I ·1, '.• .\ •· '· I '·: .. \ '· -~: I · . 1· I ,• r -~~ : . •. I s '• ~ {,, ., . . 1.~ . I V , . .. !:;: . ,, .... / ·I :r,:·: t:· '}' . -~-,.. ' fr. ;-. ·. I , .. '•• •·· If, .I ' . ~;:: ·:; '?:,. '• ., I :f' . ' ,.:,,, B_. euG-0?-01 10,ss FR□M•EPA REG 4 ssMB I I I I I I • I I I I I I I , I .04 Sediments Sample Collection .05 Soil Gas Sur\·es.· .06 Test Pit • . 03 Conduct Air In,'eStigations .0 I Sample Collections .02 Air Monitoring Station .o.; Conduct Hydrogeological Im-estigations -Ground\\aier .01 Well Systems Installation :0 I Accomplish Mobilization .02 Perfonn Well Development .03 Conduct Downhole Geophysics .M Install Monitoring Wells .o;; Install Test Wells .06 Install Gas Wells .02 Sample Collection .03 Hydro Punch .04 Tidal Influence Studv .OS Hydraulic Tests (Pump Tests) .06 Groundwarcr EIC\-ation Measuremelll .OS Conduct t,yilrogeological ln,'eStigatlons--Swface Water .0 I Sample Collection .02 Tidal Influence Srudv .03 Surface Water EIC\-ation Measurement .06. Conduct Wasu: Investigation .0 I Sample Collection (Gas, Liquid, Solid) .02 Derived Waste Disposal (Gas, Liquid, Solid) .07 Conduct Geophysical Im·estig;u.ion .0 I Surface Geophysical Acthity .02 Magnetometer .03 Electr0magnetics .o.i Ground Penetrating Radar .05 Seismic Refraction .06 Rcsisthicy .07 Site Meteorology .08 Cone Pcm:tromcu::r Sun·ey .09 Remote Sensor Sun"C)' . IO Radiological In,-cstigation .08 Conduct Ecological lm-estigation .01 Welland and Habitat Delineation .02 Wildlife Obsen-ations .. . 03 Community Characterization .04 -Identification of Endangered Species .05 Biota Sampling/Population Studies .09 Collect Contaminated Building Samples .04 Sample Analysis .01 Screening Type Laboratory Sample Analysis .01 Analyze Air/Gas Samples .01 Organic .02 Inorganic .03 Radiochemistry .02 Analyze Groundwater Samples .01 Organic .02 Inorganic .03 Radiochemistry .03 Analyze Surface Water Samples .01 Organic .02 Inorganic .03 Radiochemist1y .o* Anal)-ze Soil/Sediment Samples .01 Organic 21 .. \ -.. AUG-07-01 10,ss FRQM,EPA REG 4 SSMB .02 Inoiganic . . 03 Radicx:hemisuy .05 Analyze Waste (Gas) Samples .01 Organic .02 Inorganic .os Radiochemisuy .06 Analyze Waste (Liquid) Samples .01 Orgailic .02 Inorganic ,03 Radiocbemisuy . . 07 Anai}'ZC Was,,e (Solid) Samples . o 1 Orgailic ,02 Inorganic .03 Radiochemistiy .08 Analyze Biota Samples ,01 Oiganic .02 Inorganic· .03 RadiochemisUY .09 Anal)'ZC Bioassay Samples . l 0 Perform Bicaccumulation Srudies • .02 CLP-Type Laboraxory Sample Analysis ,o I Analyze Air/Gas Samples · .01 Organic .02 Inorganic .03 Radiochemistl}' .02 Analyze Gr0uneh,,'llter Samples .01. Oiganic: .02 Inorganic .03 Radiocheinistiy .03 Anal~-ze Sunac:e Water Samples ,01 Organic .02 Inorganic .03 Radiochcmistrv .04 Anal~-ze Soil/Sediment Samples .01 Organic · .02 Inorganic .03 Radiochetnistty .03 Analyze Waste (Gas) Samples .01 Orgamc .02 Inorganic . 03 Radiocbemisny .06. Analyze Waste (Liquid) Samples ,01·0rxamc .02 Inorganic .03 RadiocheinisuY .07 Analyze Was,,e (Soiid) Samples .01 Otganic .02 Inorganic .03 Radiochemislly . 08 Analyze Bioia Samples ,01 Organic ,02 lnorg;anic .03 Radiochemisuy .09 Anal)'ZC Bioassa; Samples . Io Perl'onn Bioaccumulation Srudies .OS Analytical Suppon and Dara Validation · ,0 I Prepare and Ship Em-ironmental Samples .01 Ground\\'llter Samples .02 Surface and Subsurl"acc Soil Samples .03 Swfacc Water & Sediment Samples 22 ,. . IUG-07-01 10,59 FROM,EPA REG 4 55MB l D • 4IZl<l 562 Bt::l~C I , I I I I I I It I I I I ·I I I , I .o.i Air Samples .05 Biota Samples .06 Other types of media sampling and screening . 02 Coordinate ";Ui appropriate Sample Management personnel .03 Implement EPA-approved Laboratoiy QA program • . 04 Pro,ide Sample Management (Chain of Cu.stOdy. sample retention. & data storage) .05 Perform Data Validation ,0 I Re\-icw analysis resulrs against ,-a!idation criteria .02 Pro,-ide wriuen documentation of,-alidation efforts .06 Data E,-aluation . 01 Data Uscabilicy Evaluation/Field QA/QC .02 Data Reduction. Tabulaiion and E\'aluation .0 l E,71luate Geological Data (Soils/Sediments) .02 Evaluate .Af.r Data .03 E,-aluate Hydrogeological Data-Groundwater .04 Evaluate Hydrogeological Data-Surface Water .05 fa-aluate Waste Dar.a .. 96 E\11luate Geophysical Data .07 Evaluate Ecological'Data .03 Modeling .01 Contaminant Fate and Transport .02 Water Quality .03 Ground\\'llter .04 Air .05 Other Modeling .o.i Dc,-.clop Data E\-aluation Efforts .0 I Draft Report .02 Incorporation of Comments .03 Final Repon ,07 Assessment of Risk .0 I Human Health Risk Assessment .0 I Draft Human Health Risk Assessment Report . 0 l Hazard ldealilication (sources) .02 Dose-Response Assessment , . .03 Prepare Conceptual Exposure/Pathway Ana!),'Sis .04 Charaeterization of Site and Potential Receptors .05 E.-i:posure Assessmcru: .06 Risk Charac:temation .07 Identification ofLimitations/Uneenainties .08 Site Conceptual Model ,02 Final Human Health Risk Assessmem Repon .02 · Ecological Risk Assessment · .0 I Draft Ecological Risk Assessrnelll Report .-0 l Hazard Identification (sources) . 02 Dose-Response Assessment .03 Prepare Concepwal E.'i:pOSW'e/Pallmay Anal}'Sis _a.; Characterization of Site and Potential Receptors .05 Selcet Chemicals, Indicator Species, & End Points .06 E.-i:posure Assessment .07 Toxicity A=smenr/Ecological EffcctS Assessment .08 Risk Characterization .09 Identification ofLimitalions/Uncenainties . . IO Site Conceptual Model .02 Final Ecological Rjsk Assessment .O& Treatability Study/Pilot Testing .U I Literature Search .02 DC\·elop Trcatability/Pilot Work Plan .03 Bench Test .01 Procure Test Facility and Equipment .02 PrO\idc Vendor & Anal~-iical Semce 23 AUG-07-01 10,ss FRQM,EPA REG 4 55MB .03 Test and Operate Equipmem -~ RcuiC\·e Sample for Equipment ,05 Laboratory Analysis ,06 Characterize and Dispose of Residuals .<» Pilot-Scale Test . . .0 I Procure Test facility and Equipment .02 Provide Vendor & Analytical Sen'ice · .03 Test and Operate Equipment .04 RctriC\'e Sample for Teslillg .05 Laboratory Analysis .06 Characterize and Dispose ofR<:siduals .05 Field Test .0 I Procure Test Facility and Equipmem ,02 Pro,ide Vendor& Analytical Sen'ice .03 Test and Operate Equipment .04 RctriC\-e Sample for Testing ,05 Labotatol)' Anal1'Sis .06 Characterize and Dispose of Residuals .06 Document Treatability Study .0 I Draft Repon .02 Incorporation of Comments .03 Final Repon .09 Remedial Im-estigation Rcpon .01 Draft RI R.epon .0 I Site Background .02 tn,-estigation .0 l Field !D\tstigation & Technical Approach .02 Chemical Anal)'Sis & Analytical Methods .03 Field Methodologies .01 Biological .02 Surface Water .03 Sediment -~ Soll Boring . . 05 Soil Sampling .06 Monitoring Well lnstallation .07 Groundwater Sampling .08 H~-clrogeological Assessment ,09 Air Sampling .03 Site Characteristics .01 Geology .02 Hydrogeology .03 Me1corolom· .<» Demographics and Land Use .05 Ecological Assessmeut .04 Nature and E.=t of Contamination .01 Contaminant Soulces .02 Contaminant Distnoutlon and Tr-ends .OS Fate and Transpon .0 I Contaminant Chamcteristics ,02 Transpon Processes .03 Contamillaill Migration Trends .06 Sununan· and Condusions .02 Final RI Repon . IO Remedial Altcmati, -es Screening .0 I Prepare Draft Technical Memorandwn .0 I Establish Remedial Action Objccti~-es .02 Establish GcncraI Response Actions .03 Identify & Screen Applicable RcmcdiaI Technologies .Q.l Dc\"clop Remedial Altemati\-.:s in accordance with NCP .05 Screen Rcmcdial Alterna1.i\-.:s for Effecth-en=_ Implementability, and Cost 24 I ' I I I I I I • I I I I :1 I I , I 10•58 FROM,EPA REG 4 55MB .02 Prepare Final Technical Memorandum , l l Remedial Alternatives Evaluation .OJ Perform Remedial Alremativ~ E,-aluatioa . 12 FS Report and RI/FS Repon .OJ Prepare Draft FS Report .01 Summarizes Feasibility Srudy Objectil"CS .02 Summaiizes R=.c:dial Objectn-e .03 Aiticulate Ge=al Response Action .0-1 Identification & Scxeemng of Remedial Technologies .OS Remedial Alteraatives Descriptiou .06 Ddailcd Analysis ofReroex:li•J Altemati,:cs .07 Summa1y and Conclusioos .02 Prepare.Fwal FS Report , 13 Post RI/FS Support _ .01 Auend Public Meetings. Briefings, & Technical Meetings \\ith PRPs .02 Prepare Plese .. tation Materials .03 PrO\ide Technical Assislanc:e • Responsiveness Swnmary .0-1 Pto\'ide Technical Assistance• Proposed Plan & ROD .05 Prepare Feas,'bility Stndy Addendum .1-1 Negotiation Support -NIA .15 Administrative Record .0 I Coordinate with AdministratiYe Record Coordinator ,02 Pr0l;de Assistance in Documcm Compilation .03 Prepare Draft Administrative Record Index ,0-1 Prepare Administrath'C Record Index ,05 Coordinate Duplication of Administrati,-c lndo: .06 Assemble Administratiw Record and Index , 16 Wolk Assignment Closeout .0 I Return Documents to GO\·errunent .02 · File Duplication/Distn011tion/Storagc .03 File Archhing . .0-1 Microfiche/Microfihn/Optical Disk .05 Prepare Closeout Repon 23 r"MU.C. AUG-07-01 11,00 FROM•EPA REG 4 SSMB l DI"'"'" ~t:i~ t::::lt::1::,t::, I"' l""\\.11.C, Attachment 3 Regulations and Guidance Documents The fcllo"ing list, although not comprehensive, co~ many of the regulations and guidance documents that _:: apply to the R!JFS process: . · ·· l. American National Standazds Practices for RespiralOJY Protection. American National Standards Institute ZSS.2-1980, March 11, 1981. . 2. ARCS Construction Contraet ModilicationProc:edures September 89, OERR Dircaive 93SS.S-Ol/FS. 3. CERCLA Compliance "ith OtJ\er Laws Manual, T'\\-'O Volumes, U.S. EPA, Office of Emergency and Remedial Response, August 1988 (DRAFI), OSWERDireaiveNo. 9234.UH and.m.. ;, 4. Community Reiations in Superl\lnd-A Handbook, U.S. EPA, Off"~ of Emergency and Remedial Response, June 1988, OSWERDirecm-eNo. 9230.0-3B. . ~. ,· 5. A Compendium of Superlimd Field ()pcm.ions Methods, Two Volumes, U.S. EPA, Office of Emergency and: Remedial Response, EPN540/P-87/00Ia. August 1987, OSWER ~~-e No. 93SS.0-14. '· 6. Construction Quality Assurance for Hazardous Waste Land Disposal Facilities, U.S. EPA, Office of Solid Waste and Emergency Response, October 1986, OSWER Directive No. 9472.003. 7. Coruractor ReQuirelllents for the CoDIIOl and Sci:urity ofRCRA Confidential Business Iufozmatioii, Malt:h 19&4. 8. Data Quality Objectives for Remedial Response Acti,..iiies, U.S. EPA, Office of Emergency and Remedial Response and Ofiicc of Waste Programs Enforcement, EPA/540/G-87/003, March 1987, OSWER.Dirtttive No. 9335.0-?B. 9. Engineering Suppon Branch Standard Ope,ating Procedures and Quality Asswanoe Manua(U.S. EPA Region IV, En\'ironmental Sen ices Division, April l, 1986 (re\ised periodically). 10. EPA NEIC Policies and Procedures .Manual. EPA-33019--78-001-R, Ma)· 1978.. raised November 1984. ., 11. Federal Acquisition Regulation, Washington, DC; U.S. Oo,-emmcnt Printing Office (revised pc:riodic:ally). 12. Guidance for Conducting Remedial In\'estigations and Feast'bility Studies Under CERCLA, Interim Final, U.S. EPA, Office of Emergency and Remedial Response, October 1988, OSWER.Directive NO. 9355.3-01. ., 13. Guidance on EPA Oversight of Remedial Designs and Remedial Actions Performed by Potential Respo11S1'ble Parties, U.S. EPA Office of Emergency and Remedial Response, EPA/540/G-90/001, April 1990. 14. Guidance on E:..~ting Remedial Design and Remedial Actions, EPA/:540/G-90/006, August 1990. IS, Guidance on Remedial Ac:tions for Contaminated Ground Wattr at Superfimd Sites, U.S. EPA Office or Emergency and Remedial Response (DRAFI), OSWER Directh-e No.· 9283.1-2. · 16. Guide for Conduaing Treatability Studies Under CERCLA, U.S. EPA, Office ofEmo:gc:nc:y and Remedial Response, Prepublicarlon •-ersion. 17. Guide to Management of!m-e:stigation-Derh·ed Wastes, U.S. EPA, Office of Solid Waste and Emergency , Response, Publication 9l,l5.3--03FS, Jan~· 1992. 18. Guidelines and Specifications for Preparing Quality Assurance Project Plans. U.S. EPA, Office ofRcscarc:h i and DC\·elopment, Cincinnati, OH, QAMS-004/80, Vecembcr 79, 1980. : · 19. Health and Safety Requirements ofEmplo}l:eS Employed in Field Aai,ities, U.S. EPA. Office of Emergency ; and Remedial Response, July 12, 1982, EPA Onier No. 1440.2. 20. !ntcrim Guidance on Compliance \\ith Applicable ofRclC\.mt and Appropriate Requitewents, U.S. EPA. Office of Emergency and Rz:medial Response, July 9, 1987, OSWER Directi\-e No. 9234.0--0S. 1 21. Interim Guidelines and Spec:ificati011S for Preparing Qnality Assurance Project Plans, U.S. EPA, Office of Emergency and Remedial Response, QAMS--005180. December 1980. ·. . ·. ;l 22. Methods for E\'aluating !lie Ailainment of Cleanup Standard~: Vol l. Soils and Solid Media. Fcbruan-1989, '. EPA 23/02-89-042; vol. 2, Ground ,,ater(Jul 1992). . • .: 23. National Oil and Hazardous Subsranccs Pollution Contingency Plan; Final Rule. Federal Register 40 CFR Part 300, March 8, 1990. . •: ,,: . · ; 2.;. NIOSH Manual of Analytical Methods, 2nd edition. Volumes I-Vil for the 3rd edition, Volumes I and II, ~ National Institute of Occupational Sa!ct)· and Health. ,:: .; ' '£ 25. Occupational Safeiy and Health Guidance Manual for Hazardous Waste Site Acm.ities, National lustitute of . ;,, Occupational Safer:)· and Health/Ocx:uparional Health and Safct)' Administration/United Slates C.cast •," Guard/Emirorunental Protection A~. October' 1985. ·• ·; .'i, 26. Pennits and Permit Equi\'alency Processes for CERCLA On-Site Response Actions, Februaiy 19, 1992, "' OSWER Directi\-e. 9355. 7--03. ,, .)' 27. Ptoccdure for Planning and Implementing Off-Site Response Actions, Federal Regisier, Volume 50. Number· i·· 21.i. No,-cmbct 1985, pages 45933-45937. . . . ; • 28. Procedures for Completion and Deletion ofNPL Si!CS, U.S. EPA, Office of Emergency and Remedial • Response, April 1989, OSWER Di=ti~-e No. 9320.2•3A. !, 26 .,•' I 29. ' 30. 31. I 32. 33. 34. I 35. I 36. 37. I 38. 39. .JO. I .j I. I .J2. .J3. It 4.J. 45. I I I I I I I , I 11100 FROM:EPA ~EG q SSMB 1 U • ct\Uct ::,0..:: c:u::i::,o · Qualil)· in the Constructed Project: A Guideline for Owners, Destgners and Constructors, Volume 1, Prc!imina!"\' Edition for Trial Use and Comment, American Society of Cn-il Engineels, May 1988. Remedial Design and Remedial Action Handbook, U.S. EPA, Office of Emergency :md Remedial Response., June 1995, OSWER Directive No. 9355.5-22. Re\·ision of Policy Regarding Superfimd Project Assignments, OSWER Di=thoe No. 92,2.~s. December 10, 1991. {Guidance, p. 2-21 Scoping lhe Remedial Design (Faa Sheet), Februaiy 1995, 0SWER.Publ. 9355-S-21 FS. .. Standard Operating Safety Guides, U.S. EPA. Office of Emergency and Remedial Response, NO\-ember 19&4 •.. Slandards for the Construction Indusuy, Code of Federal Regulations, Title 29, Part 1926, 0. 11paliuual ... Health and Safety Adminisrration. · Standards for General lndusuy, Code of Federal Regulations, Title 29, Part 1910, Occupational Health and Safetv Administration. . .. Struc:rure and Components of S-Ycar Redews, OSWER Directive No. 9355. 7-02, May 23, 1991. {Gaidance, : p~ . Supcrfund Guidance on EPA Oversighi of Remedial Designs an~ Remedial ~ons Performed by Potentially .,. Responsible Parties, April 1990, EPA/:S40/G-90/00I. · . Superfund Remedial Design and Remedial AC!lon Guidance, U.S. EPA. Office ofEmergeru:y and 'Remedial Response, Jw,e 1986, OSWER Directi\-e No. 9355.o-4A. . · Supcrfunrl Response Action Contracts {Fact Sheet), May 19_93, 0SWERPubl 9242.2-0SFS. n Vs-Thn:shold Limit Values and Biological Exposiµe Indices for 1987-88, American Conference of Go,-emmcntal Industrial Hygienists. Treat.ability Studies Under CE!l.CLA, Final. U.S. EPA, Office of Solid Waste and Emergency Response, EP N540/R-92/07la, October 1992. . · USEP A Contract Laborato,y Program StatemcnJ. of Work for Inorganic ~.is, U.S. EPA, Office of Emergency and Remedial Response, July I 988. USEPA Contract Laboratory Program Swemem of Work for Organic Analysis, U.S. EPA, Office of Emergency and Remedial Response, February I 988. . User's Guide to the EPA Contract Laborato1y Program, U.S. EPA, Sample Managemeot Office, August 19&2. Value Engineering (Faa Sheet), U.S. EPA, Office of Solid Waste and Emergency Response, Publication 9355.S--03FS, May 1990. 27 ••'• i\tlnchmcnt 4 ll,~rn: TRANSMl'rrAL 01' DOCUMENTS FOi\ ACCEl'TANCE UY EPA '11>: FIIOM: s111rrASK NO. l>lll.l \11(11 I\ Ill ,I! No. OF cm•ms ACCEPTANCE ACTION llOCIIMl(NT81'1.JtlNI> I\CCIWl"IIIJl,I! (l,1~,· IIY b'l/lrl'I\SK NO.) NIIMl!ll'l'rl,lillll<lN/11'1/llf. 011 RIIVlllWlllt 11ll\NSMrrrl\l, Nl>. D N~w l'nin"1nillill □ RCM1tuniHal ur 01'fflmmlt101 Nu. lll(MI\RK8 ' . ' .. DI\Tll --·-··- l> C " I 61 " I IS ~ ' ( I ···-.. ----- Attnchmcnl 5 TRANSMITTAL REGISTER PROmcr TITLE AND LOCATION CONTRACT NO. 0 2 z DELIVERABLE '1l JI ~1 ... ~! 1~ 1 ~s-... VI -- 1 s b u!J ! --- WORK ASSIGNMENT NO. cl l! REMARKS ' : . ' --- • C •, l C I