Loading...
HomeMy WebLinkAboutNCD095458527_19970201_FCX Inc. (Statesville)_FRBCERCLA RA_Bidding Documents for OU-1 Groundwater Remediation-OCRDocument Control No. 4400-78-AGEP Revision 1 R NOV 10 1998 BIDDING DOCUMENTS FOR SOPE.RfUNU ticGTION FCX OPERABLE UNIT 1 GROUNDWATER REMEDIATION FCX OPERABLE UNIT 1 STATESVILLE, NORTH CAROLINA Work Assignment No. 78-4RA8M FEBRUARY 1997 REGION fV U.S. EPA CONTRACT NO. 68-W9-0057 .Roy F. Weston, Inc. 1880-H Beaver Ridge Circle Norcross, Georgia 30071 WESTON W.O. No. 04400-078-096-0003-00 Section A B C D E F G H • • TABLE OF CONTENTS Title INSTRUCTIONS TO OFFERORS GENERAL CONDITIONS OF THE CONTRACT STATEMENT OF WORK COMPENSATION, INVOICING, AND PAYMENT RELEASE OF LIENS AND ALL CLAIMS SUPPLEMENTAL PROVISIONS. REPRESENTATIONS AND CERTIFICATIONS WESTON'S TERMS AND CONDITIONS NOR/K:\ WP\ 04400\ 078\ 81ORPM0 1 .WP • • SECTION A INSTRUCTIONS TO OFFERORS NOR/K;\ WP\ 04400\ 078\ BIOAPMO 1 .WP • • INSTRUCTIONS TO OFFERORS 1. GENERAL INFORMATION 1.1 This project is being conducted by Roy F. Weston, Inc. (WESTON) under ARCS IV prime contrnct 68-W9-0057 with the U.S. Environmental Protection Agency (EPA). Work at the site will be supervised by WESTON. I. 2 The work covered under this solicitation is a portion of the total site remediation and is directed toward controlling and remediating contaminated groundwater in overburden materials at the FCX site, Statesville, North Carolina. This is to be accomplished by the use of extrnction wells, pumping from those wells to a groundwater treatment system and discharging the treated effluent to the sanitary sewer system of the publicly-owned treatment works (POTW) of the City of Statesville. Soils and contaminated groundwater in the bedrock are being remediated under separnte projects (Opernble Unit 2 and Operable Unit 3, respectively). The specifications for this project are primarily performance based and are intended to maximize the Contractor's flexibility, creativity, and control of their efforts and responsibility· for completion of this project in accordance with the requirements provided herein. 1.3 WESTON requests bids for providing all work as defined m this solicitation in accordance with the requirements stated herein. 1.4 Five copies of bids shall be submitted. All copies shall be properly executed, all blank spaces shall be filled in, and any interlineations, alterations, or erasures shall be formally explained and initialed by the offeror. Failure to comply with these requirements may be cause for rejection of your bid. 1.5 Partial or incomplete Bids may not be considered. Bids shall be in strict conformity with the Solicitation Documents and any amendments thereto. 1.6 All information provided with your bid shall be on 8 1/2" X 11" format, indexed with a table of contents. Larger sizes may be used for drawings if they are folded to fit in the bid. 2. RESPONSIBILITIES OF TIIE OFFEROR 2.1 It is the responsibility of the respondent to read and become completely familiar with all information in this solicitation. NOA/ K:\ WP\ 04400\ 078 \ BIORPMO 1. WP A-1 • • 3. BID AND OTHER COSTS 3. 1 This request does not commit WESTON to pay for any costs incurred in the preparation and submission of bids or for any other costs incurred prior to the execution of a subcontract. 4. SCHEDULE 4.1 It is anticipated that an award will be made for this work 60 days from offer deadline. 4.2 Activities included in the Statement of Work (SOW) must commence within five (5) days of Written Notice to Proceed and must be completed in accordance with the schedule provided in the SOW. 5. MINTh'ruM QUALIFICATIONS OF OFFERORS 5.1 WESTON reserves the right to reject any bid if the evidence submitted by the offeror, or the investigation of such offeror, fails to satisfy WESTON that such offeror has no conflict of interest in performing the work, and is properly qualified to carry out the obligations of the Solicitation Documents and to complete the Work contemplated therein in accordance with the requirements and schedule therein. An offeror may be investigated to determine if it is qualified to perform the Work. To assist in this investigation, the following items must be submitted with your bid. a. Evidence that the firm submitting the bid is authorized to do business in the jurisdiction where this project is located (at a minimum, this must include General Contractors license, Professional Engineer registration and the firm's license to provide engineering services); b. Conflict oflnterest Statement -each candidate must submit a statement that there are no personal or organizational conflicts of interest in the performance of this work. A conflict of interest will disqualify a candidate from further consideration; c. Names and locations of a minimum of three (3) projects of like magnitude, with a brief narrative description, cost,: and a customer contact. name and _phone number. Projects must have been successfully used for continuous treatment of groundwater for at least two (2) years; d. Listing of any major subcontractors needed to complete the work herein. The listing shall, at a minimum, include name and address of the proposed NOR/ K:\ WP\ 04400\ 078\ BIDAPM0 1. WP A-2 • • subcontractor, description of the work to be subcontracted, type of subcontract anticipated, and an estimated value of the subcontract; e. An insurance certificate indicating your ability to meet the insurance requirements; f. Written confirmation from your bonding agent that your firm can obtain payment and performance bonds as specified elsewhere in this solicitation for remedial action work of this nature at an NPL site; g. Evidence that your firm can comply with the Health and Safety requirements of this solicitation. This information shall include, at a minimum, your firm's Interstate Experience Modification Rate (EMR) and OSHA 200 logs for the three (3) most recent years and total number of hours worked each year. If the state where the job site is located has an EMR, provide the same information for that state; h. Evidence that your firm can provide a Critical Path Method (CPM) schedule with time-phased bar chart showing the order in which the Work will be performed for the duration of the project, which can be easily updated on a weekly basis; i. Provide a copy of your fmn's QA plan that provides QA/QC requirements and procedures for the types of work required-herein; J. Listing of key personnel with resumes for each person. Listing shall, at a minimum, include resumes for a Project Manager and a Field Superintendent, a Field Quality Control Manager, and Chief Operator. Each of these individuals must have at least three (3) years experience in the construction and operation of similar groundwater treatment and remediation systems; k. Provide the corporate experience of the organization performing the completion of_ the detailed design of the treatment system and building. This fmn must have at least five (5) years experience in the design of groundwater treatment and remediation systems. Provide the name and resume of the Design Manager, who shall have at least three (3) years experience in the design and construction of groundwater treatment and extraction systems; 6. SOLICITATION DOCUMENTS 6.1 Complete sets of Solicitation Documents shall be used in preparing bids. WESTON assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Solicitation Documents. NOR /K:.\ WP\ 04400\ 076 I BIORPMO 1. WP A-3 • • 6.2 WESTON, in making copies of Solicitatio_n Documents available, does so only for the purpose of obtaining bids on the Work and does not confer a license or grant for any other use. 6.3 The following reports are available upon request to offerors for use as background infonnation on the FCX site: • Remedial Investigation Report, Phases I and II • Feasibility Study Report, Operable Unit 1 (OUl) • Record of Decision for the FCX-Statesville site, Operable Unit 1 6.4 The following document is appended to the Solicitation Documents for use as background information. • Laboratory results from groundwater sampling performed at the FCX site m December 1995 7. EXAMINATION OF SOLICITATION DOCUMENTS 7. 1 Before submitting a bid, each offeror must (a) examine the Solicitation Documents thoroughly, (b) familiarize itself with local conditions that may in any manner affect cost, progress, or performance of the work, (c) familiarize itself with Federal, State, and local laws, ordinances, rules and regulations that may in any manner affect cost, progress, or performance of the Work, and (d) study and carefully correlate offeror's observations with the requirements of the Solicitation Documents. Failure to become familiar with the Solicitation Documents and the project area will be at the offeror's risk. 7. 2 Surveys and investigative reports of subsurface or latent physical conditions at the site are not guaranteed or warranted as to accuracy or completeness nor are they part of the Solicitation Documents unless otherwise specified. 7 .3 Before submitting its bid, each offeror may, at its own expense, make such additional investigations as the offerer may deem necessary to prepare its bid for performance of the Work in accordance with the time, price, and other terms and conditions of the Solicitation Documents. 7 .4 The submission of a bid will constitute an indisputable representation by the offerer that it has read and understood every requirement of this solicitation, and that the Solicitation Documents are sufficient in scope and detail to indicate and convey understanding-of all terms and conditions for pricing and performance of·the Work. NOR/K:\ WP\ 04400\ 07 8 \ BIDRPM01 .WP A-4 • • 8. INTERPRETATIONS 8.1 Written questions concerning this solicitation shall be received by Friday, February 21, 1997, 4:00 p.m. local time at: Roy F. Weston, Inc. 1880-H Beaver Ridge Circle Norcross, Georgia 30071 Attn: Ralph McKeen Fax: (770) 263-5450 8.2 Oral explanations or instructions given at the pre-bid conference, or at any other time prior to subcontract award will not be binding. Any substantive information given to a prospective offeror concerning this solicit\ltion will be furnished to all prospective offerors as an amendment of the solicitation; if such information is judged necessary to offerors in submitting their bids, or if the lack of such information would be prejudicial to uninfonned offerors. If an offeror desires to submit questions for comment at the scheduled pre-bid conference, the questions must be submitted to WESTON in writing at least two (2) days in advance of the conference date. 9. PRE-BID CONFERENCE AND SITE VISIT 9.1 A mandatory pre-bid conference and site visit will be held on Wednesday, February 13, 1997, at 1 :00 PM local time at the FCX site in Statesville, North Carolina. The conference and site visit will be limited to two (2) people from each finn intending on submitting a bid. This number shall include potential second-tier subcontractors. 9. 2 Directions to the pre-bid conference are provided in Section C. 9.3 At least two (2) working days prior to the pre-bid conference, all finns interested in attending must submit a list of persons planning to attend. This list shall, at a minimum, include the firm's name, address, and the names and phone numbers of individuals planning to attend. 10. TECHNICAL SUBMITTAL IO. I The offeror shall prqvide with their bid a technical overview of their approach for remediation of the groundwater. The technical submittal shall address all the requirements of the attached scope of work. 10.2 The technical submittal shall include, at a minimum, a conceptual level design of the · proposed remediation system, which is the basis for the offeror's costs. NQR/K;\ WP\ 04400\ 079\ BIORPMO 1 . WP A-5 • • 10.3 The conceptual design will be evaluated to determine the offeror's understanding of the remediation system and to assess whether their conceptual design is sound. 11. BID SECURITY I I. I Each bid must be accompanied by a Bid Bond, or a certified check, or a treasurer's or cashier's check issued by a responsible bank or trust company, payable to Roy F. Weston, Inc. The Bid Security shall be in the amount of ten percent (l0%) of the total amount of the bid. All Bid Securities, other than Bonds, will be returned (I) to unsuccessful offerors as soon as practicable after the opening of offers, and (2) to the successful offeror upon execution and receipt of acceptable documents as required by the Subcontract. 11.2 If the offeror furnishes a Bid Bond, it shall be with good and sufficient surety or sureties acceptable to WESTON and on U.S. Standard Form 24. 11.3 In case an offeror to whom a Contract is awarded shall fail or neglect to execute the Contract and furnish the satisfactory bonds within the time specified, WESTON may determine that the offeror has abandoned the Subcontract. Thereupon, the Bid Forms and acceptance shall be null and void, and the Bid Security accompanying the Bid Form shall be forfeited to WESTON as liquidated damages for such failure or neglect and to indemnify WESTON for any loss which may be sustained by failure of the offeror to execute the Agreement and furnish the bonds as aforesaid. The amount forfeited to WESTON shall not exceed the difference between the price proposed by said offeror and that of 'the next lowest responsible and responsive offeror. 12. BID FORMS 12.1 Each Bid shall be submitted on the Bid Forms provided in this solicitation. 12.2 Bid Forms shall be completed (with a price provided for each item) in ink or typewritten and manually signed. The Bid Price shall be stated in words and figures. 12.3 Bids by corporations shall be executed in the corporate name by the president or vice- president (or other corporate officer accompanied by evidence of authority to sign), and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. I 2 .4 Bids by partnerships shall be executed in the partnership name and signed by a partner whose title shall appear under the signature. The official address of the partnership shall be shown below the signature. 12. 5 All names shall be typed or printed below their signature. NOR/K:\ WP\ 04400\ 078\ BIORPMO 1. WP A-6 • • I 12.6 The Bid shall contain an acknowledgement of receipt of all Amendments (the numbers of which shall be filled in on the Bid Form). Each erasure or change appearing on t_he Bid Forn1s must_ be clearly initialed by the offeror. 12. 7 The address to which all future communications regarding the Bid are to be directed shall be shown. 13. RECEIPT OF BIDS 13.1 Completed and signed copies of the Bid Forms and all other items required herein must be received in a sealed package by 3:00 p.m. local time on Friday, March 7, 1997, at: Roy F. Weston, Inc. 1880-H Beaver Ridge Circle Norcross, Georgia 30071 Attn: Ralph McKeen Phone: (770) 263-5400 13.2 Bids shall include all information required by this solicitation or provided in response thereto. 13.3 The solicitation number (78-4RA8M) must appear on the outside of any correspondence related to this project. 13.4 Any bid not prepared and submitted in accordance with the requirements specified herein, or received after the date and time specified above, may not be considered. 13.5 Offerors are cautioned that it is the responsibility of each individual offeror to assure that its Bid is in the possession of the responsible official or their designated alternate prior to the time stated herein for Receipt of Bids. Offeror shall be responsible for bids delayed by mail and/or delivery services of any nature. 13.6 Bids, excluding the Bid Form, may include technical data and other data, including trade secrets and/or privileged or confidential commercial or financial information that you do not want disclosed to the public or used by WESTON or the Government for any purpose other than bid review. To protect such data, you must specifically identify each page, including each line or paragraph thereof, containing the data to be protected and mark the cover sheet of the bid with the following notice. - NOTICE The data contained in pages __ of this bid have been submitted in confidence and contain trade secrets and/or privileged or confidential commercial or financial NOR/ K: \ WP\ 04400\ 07 8\ 8!0APMO 1 , WP A-7 • • information, and such data shall be used or disclosed only for evaluation purposes; provided that if a contract is awarded to this offeror as a result of, or in connection with, the submission of this bid, WESTON shall have the right to use or disclose the data herein to the extent provided in the solicitation. This restriction does not limit WESTON' s rights to use or disclose data obtained without restriction from any source, including the offeror. 14. LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWAL OF BIDS 14.1 Any bid received at the office designated in the solicitation after the exact time specified for receipt will not be considered unless it is received before award is made and it was sent by: a. registered or certified mail not later than the fifth (5th) calendar day before the date specified for receipt of responses; b. mail and it is determined by WESTON that the late receipt was solely due to mishandling by WESTON after the receipt at the WESTON office; c. U.S. Postal Service Express Mail Next Day Service -Post Office to Addressee, not later than 5:00 p.m. at the place of mailing two (2) working days prior to the date specified for receipt of bids. The term "working days" excludes weekends and U.S. Federal holidays. 14.2 Any modifications or-withdrawal of a bid is subject to the same conditions as stated above. 14.3 The only acceptable evidence to establish the date of mailing of a late bid, modification or withdrawal sent either by U.S. or Canadian Postal Service, registered or certified mail. is the U.S. or Canadian Postal Service postmark both on the envelope or wrapper and on the original receipt from the U.S. or Canadian Postal Service. Both postmarks must show a legible date or the bid, modification or withdrawal shall be processed as if mailed late. "Postmark" means a printed, stamped, or otherwise placed impression (exclusive of a postage meter machine impression) that is readily identifiable without further action as having been supplied and affixed by employees of the U.S. or Canadian Postal Service on the date of mailing. Therefore, respondents should request the postal clerk to place a legible hand cancellation bull's eye postmark on both the receipt and the envelope or wrapper. 14.4 The only acceptable evidence to establish the time of receipt at the WESTON office is the time/date stamp of WESTON on the bid wrapper or other documentary evidence of receipt maintained by WESTON. NOA/K:\ WP\ 04400\ 07 8 \ BIDAPMO \ .WP A-8 • • 14.5 The only acceptable evidence to e~tablish the date of mailing of a late bid, modification, or withdrawal sent by Express Mail Next Day Service -Post Office to Addressee is the date entered by the postmark on both the envelope or wrapper and on the original receipt from the U.S. Postal Service. "Postmark" has the same meaning as defined elsewhere in this provision, excluding postmarks of the Canadian Postal Service. Therefore, respondents should request the postal clerk to place a legible hand cancellation bull's eye postmark on both the receipt and the envelope or wrapper. 14.6 Notwithstanding the first paragraph of this section, a late modification of an otherwise successful bid that makes its terms more favorable to WESTON will be considered at any time it is received and may be accepted. 14. 7 Bids may be modified only by an appropriate document duly executed (in the manner that a bid must be executed) and delivered to the place where bids are to be submitted at any time prior to the due date and time for bids. 14.8 Bids may be withdrawn prior to the scheduled time (or authorized postponement thereof) for the opening of bids. 15. BASIS FOR AW ARD ·l 5 .1 WESTON will award a contract resulting from this solicitation to the responsible offeror whose offer clearly indicated that the offeror has met all the solicitation requirements established herein, and provides the lowest price (Bid Total including Optional Items from the Bid Forms) to WESTON for all the Work called for herein. WESTON shall be the sole entity making this determination and their decision shall be final. Basing the award on a total price including the Optional Items will not obligate WESTON to exercise the option(s). · 15.2 WESTON may (!).reject any or all offers if such action is in the public interest, (2) accept other than the lowest offer (when the lowest offer is not deemed responsive and responsible), and (3) waive informalities and minor irregularities in offers received. 15.3 WESTON may award a subcontract on the basis of initial offers received, without · discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. ' 15.4 If necessary to assure complete understanding of all offers, WESTON may C<?_nduct discussions with any or all of the offerors. 15.5 A written award or acceptance of offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the solicitation shall result in a binding subcontract without further action by either party. Before the offer's specified expiration time, WESTON may accept an offe_r whether or not a written notice of withdrawal is NOA /K: \ WP\04400\ 078 \ BIDRPM01. WP A-9 • • received before award. Discussions or negotiation conducted after receipt of an offer do not constitute a rejection or counteroffer by WESTON. 15.6 WESTON may determine that an offer is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items (including Optional Ite1~s). An offer is materially unbalanced when it is based on prices significantly less than cost for some work and prices significantly overstated for other work, or there is a reasonable doubt that the offer will result in the lowest overall cost to WESTON even though it may be the initial low offer, or it is so unbalanced as to be tantamount to allowing an advance payment. 15. 7 WESTON also reserves the right to reject the bid of any offeror that WESTON considers to be unqualified relative to the section titled "Qualifications of Offerors" above. 16. AWARD OF THE CONTRACT 16.1 For any resultant subcontract, WESTON expects to give the successful offeror a Notice of Award within sixty (60) days after the actual offers are due. All offers shall remain valid for at least one hundred and twenty (120) days after the actual date offers are due, but WESTON may, in its sole discretion, release any bid and return the Bid Security prior to that date. 17. EXECUTION OF THE CONTRACT · 17.1 When a Notice of Award is given to the successful offeror, it will be accompanied by copies of the Contract and all other applicable Solicitation Documents. Within five (5) days, excluding Saturdays, Sundays, and legal holidays, after the date of receipt of such notification, Contractor shall execute and return all copies of the Contract and all other applicable Solicitation Documents to WESTON. WESTON will deliver one (1) fully signed copy to Contractor. 17 .2 The type of Contract resulting from this solicitation will be Fixed-Price (Ceiling Price with Fixed Unit Prices). Bids for any other type of Contract will not be considered. 17 .3 All materials and equipment for the project shall be furnished by the Contractor, unless otherwise specifically prescribed. They shall conform to the Drawings and Specifications and shall be from a source acceptable to WESTON. 17.4 The Buy American Provision of Public Law 95-217 (Section 215 of Public Law 92-500, as amended) generally requires that preference be given to the use of domestic construction material in the performance of work under this solicitation. NOA/ K:\ WP\ 04400\ 07 8 \ BIDAPMO 1 .WP A-10 • • 18. FAILURE TO SUBMIT OFFER 18.1 If no offer is to be submitted, do not return the solicitation. A letter should be sent to the Project Representative stating your intention not to submit a bid, and stating if you desire to receive amendments to the solicitation. Unless your desire is so stated, amendments to this solicitation will not be forwarded. 19. RETENTION I 9. I Bids submitted in response to the solicitation will not be returned, but will be retained by WESTON to document the procurement. 20. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION 20.1 The offeror's attention is called to the Equal Opportunity and Affirmative Action Requirements for Construction Clauses of t~e Contract Forms. 20.2 The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the "Equal Opportunity" Clause, and (2) specific affinnative action obligations required by the clause entitled, "Affinnative Action Compliance Requirements for Construction." 20. 3 The Contractor shall provide written notification to the Director, Office of Federal Contract Compliance Programs, within ten (10) working days following award of any construction subcontract in excess of Ten Thousand ($ 10000) dollars for construction work under the Contract resulting from this solicitation. The notification shall list the: a. Name, address, and telephone number of the Subcontractor; b. Employer's identification number of the Subcontractor; c. Estimated dollar amount of the Subcontract; d. Estimated starting and completion dates of the Subcontract; and e. Geographical area in which the Subcontract is to be performed. 20.4 As used in this Notice, and in any Subcontract resulting from this solicitation, the "covered area" is Iredell County, North Carolina. NOA/K; \ WP\ 04400\ 078 \ BIO RP MO 1. WP A-11 • • 21. NOTICE OF REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES 21.1 Offerors are advised that by submitting a bid in response to this solicitation, offerors will be deemed to have signed and agreed to the provisions of the certification of Non- Segregated Facilities in the Representations and Certifications section of this solicitation (Section G). The certification provides that the offeror does not maintain or provide for its employees facilities which are segregated on the basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basi_s. The certification also provides that the offeror will not maintain such segregated facilities. Failure of an offeror to agree to the Certification of Non-Segregated Facilities may render its offer non-responsive to solicitations involving award of subcontracts exceeding Ten Thousand ($10000) dollars, which are not exempt from the provisions of the Equal Opportunity clause. 22. EXCE;PTIONS 22.1 Exceptions taken by the offeror to any of the WESTON terms and conditions as stated or referenced in the solicitation, including the sample Contract, shall be so noted in a separate section of the offeror's bid. This section must include all the exceptions, if any,, which the offeror may cite. Offerors are cautioned that any bids accompanied by terms and conditions essentially different from the enclosed WESTON terms and conditions may render the bid unacceptable (Section H). 23. DA VIS/BACON ACTS 23.1 The wage determination (General Decision No. NC960009, dated October 4, 1996) set . forth in the solicitation provides the minimum rates which must be paid to the classification of laborers and mechanics designated therein pursuant to the Davis-Bacon Act (copy of General Decision is included at end of Section A). Neither WESTON nor EPA represents that said minimum rates do now, nor that they will at any time in the future, prevail in the locality of the Work for such laborers or mechanics; nor that such1 mechanics or laborers are or will be obtained at said rates for Work under this Contract. The successful offeror must include the Davis-Bacon Act provisions in each construction subcontract to ensure that WESTON and the Contractor have the right to inspect wage and fringe benefit payment data and to verify the accuracy of this data by intervi~wing employees. The payment of the proper Davis-Bacon specified wages and fringe benefits to all Contract and subcontract employees during the construction phase of this solicitation is the ultimate responsibility of the party awarded the Contract for this solicitation. NOA/K:\ WP\ 04400\ 078\ BIDRPMO 1. WP A-12 24. 24.1 25.1 26. 26.1 26.2 27, 27.1 27.2 • • FALSE STATEMENTS IN OFFERS Offerors must provide full, accurate, and complete infonnation as required by this solicitation and its attachments. The penalty for making false statements in bids is prescribed in 18 U.S.C. 1001. PERFORMANCE AND PAYMENT BONDS The successful offeror shall furnish performance and payment Bonds within five (5) days of Award of a Contract, each in an amount at least equal to the Total Contract Price (excluding Priced Option) as Security for the full and successful performance and prompt payment of all Contractor's obligations as specified in the Solicitation Documents. SUBCONTRACTING PLAN Offerors must provide with their bid a Small Business and Small Disadvantaged Subcontracting Plan which meets all the requirements of the FAR clause 52.219-9. Offerors shall state in a letter with their plan any current or past subcontracting goals for Small Business and Small Disadvantaged Business along with their current status in meeting these goals. Any variance in plan from· goals shall be explained. CERTIFIED COST OR PRICING DATA All offerors are reminded that Certified Cost or Pricing Data has not been requested with your bid, as sufficient competition is expected. Certified Cost or Pricing Data may, however, be requested by WESTON at any time. Any requested data must be provided within ten (I 0) days of request or your offer may be considered non-responsive. If Cost and Pricing Data are requested, then any resulting Contract will not be awarded until the potential Contractor has signed a Certificate of Current Cost or Pricing Data. NOR/K;\ WP\ 04400\ 078\ BIDRPM0 1 , WP A-13 • • BID SUBMITTAL FORM The undersigned, in compliance with the Bid Documents issued by Roy F. Weston, Inc., on behalf of the United States Environmental Protection Agency. Region IV, on _____ _ hereby submits this bid to perform groundwater remediation at the FCX site in Statesville, North Carolina, as presented in the request for proposal. : The bidder certifies that the bidding finn has carefully examined all drawings and specifications associated with the proposed project, has visited the site, and has completed all necessary documents as required for the bid package for this project. The bidder further certifies that the work outlined in the bid package will be carried out for the lump sum prices and fixed unit prices shown on the Bid Schedule and that the bid will be valid for 120 days from the date shown below. Based on the quantities provided by the engineer and verified by the bidder, this work will be perfonned for the sum of ____ _ FIRM NAME SIGNATURE NAME (Print/Type) TITLE DATE NOR/K; \ WP\ 04400\ 078\8IDRPM01. WP A-14 Item 001 002 • FCX-ST A TESVILLE OPERABLE UNIT ONE BID SCHEDULE FORM • (To be completed and submitted as part of the bid package) Unit Supplies/Services Unit Price Groundwater Pumping Test and Groundwater Per Lot Remediation System, including extraction system, treatment system, and discharge system. All necessary services include supplies, labor, and equipment to achieve performance criteria as defined in the Statement of Work (SOW). The system price includes, but is not limited to, health and safety plan, quality assurance project plan, obtaining required permits, groundwater pumping tests, remediation system deSign, work plans, remediation system purchase and installation, utility hookups, start-up, performance demonstration, laboratory/analytical services, submittal of as-built drawings, and site cleanup. This item includes all activities up to the point of taking title to the system by the government. Base Period Operation and Maintenance, Per Lot consisting of 47 weeks of successful operation completed within the first 52 weeks after the acceptance of the demonstration report. All necessary services, supplies, equipment, utilities, and labor to complete the base period requirements; O&M Manual preparation and updating; repair and/or replacement of all equipment required for successful operation in accordance with the accepted work plan, required permits, and the SOW; groundwater and system monitoring, chemical analysis, and reporting; and residuals disposal and contract closeout activities (excluding system removal). O&M base period begins upon written approval by the Project Representative of the performance demonstration results. Prices associated with O&M activities for optional items are not to be included in this line item. NOA/K; \ WP\04400\ 078\BIORPMO 1. WP A-15 Est. Total Quantity Cost I I - Item 003 004 005 • FCX-ST A TESVILLE OPERABLE UNIT ONE BID SCHEDULE FORM (Continued) • (fo be completed and submitted as part of the bid package) Unit Supplies/Services Unit Price OPTIONAL SERVICES Optional O&M -I to IO quarters of O&M services Per after the Base Period of Operation and Maintenance Quarter (Item 002). All necessary services, supplies, Year equipment, utilities, and labor to complete the optional period O&M requirements; repair and/or replacement of all equipment required for successful operation in accordance with the accepted work plan, required permits, and the SOW; groundwater and system monitoring, chemical analysis, toxicity testing, and reporting; and residuals disposal. Only quarters of successful operation, as defined in the , Statement of Work, shall be paid for. Prices associated with O&M for Optional Items 004 and 005 are not to be included in this line item. Increased Extraction Rate Option -All necessary Per Lot services, supplies, equipment, utilities, and labor to increase the minimum extraction rate to greater than 25 gpm but not to exceed 50 gpm; upgrading of pumps, piping meters, valves, treatment equipment, and supplies and other remediation system components to handle the increased flow, and additional residuals disposal. This item includes activities up to the point of acceptance of the demonstration report and taking title to the system by the government. Prices shall reflect increase above price for Item 001. Increased Extraction Rate O&M Option - I to 6 Per quarters of O&M services for Optional Item 004 Quarter after system demonstration. AB necessary services, Year supplies, equipment, utilities, and labor to complete the optional O&M requirements; repair and/or replacement of all equipment required for successful operation in accordance with the accepted Work Plan, required permits, and the SOW; system monitoring and reporting; and residuals disposal. Only quarters of successful operation, as defined in the SOW, shall be paid for. NOR/K:\ WP\ 04400\ 078\ BIDRPM0 1 .WP A-16 Est. Total Quantity Cost 2 I 4 - Item 006 007 008 009 010 • FCX-ST A TESVILLE OPERABLE UNIT ONE BID SCHEDULE FORM (Continued) • (To be completed and submitted as part or the bid package) Unit Supplies/Services Unit Price Optional Extraction Well Installation -I to 5 Per Extraction Wells, fully penetrating the surficial Well aquifer (not to exceed depth or 65 reet). All necessary supplies and services for the installation of extraction wells including required pumps and connections, in addition to the eXtraction wells specified in Item 001. Extraction wells shall be installed in accordance with the SOW, State or North Carolina requirements, and standard industry practices. Optional Extraction Well Piping -I to 1,000 ft. Per Foot All supplies and services necessary for the installation of pipip.g to connect additional extractiOn wells to the treatment system in accordance with the specification. The Contractor shall only be paid for the actual amount necessary to perform the connection in the shortest economical distance (in a straight line, unless necessary to bypass objects and properties). Optional Monitoring Well Installation - I to 5 Per surficial aquifer wells. All necessary supplies and Well services for the installation and development of monitoring wells fully penetrating the surficial aquifer (not to exceed depth or 65 reet). Monitoring wells shall be installed in accordance with the SOW, State of North Carolina requirements, and standard industry practices. Optional Transition to New System Operator -Per Lot Services associated with transferring operation of the remediation system, including optional components, to a subsequent operator. The services shall include providing operator training. Post-Remediation Quarterly Monitoring Option -Per 1 to 8 events. All necessary supplies and services to Event perform quarterly groundwater monitoring and report results after the remediation system has been shut down following cleanup goal attainment, as specified in the SOW. NOR/K:\ WP\ 04400\ 078\ BIDRPM0 1. WP A-17 Est. Total Quantity Cost I 500 I I I - • FCX-ST A TESVILLE OPERABLE UNIT ONE BID SCHEDULE FORM (Continued) • (To be completed and submitted as part of the bid package) Unit Item Supplies/Services Unit Price 01 I Optional System Removal -Services associated Per Lot with demobilization and delivery of the remediation system to the government freight-on-board origin point nearest to the site. 012 Optional Well Abandonment -I to JOO cubic Per yards of well void space. All necessary services Cubic and supplies to abandon extraction and monitoring Yard wells in accordance with State of North Carolina requirements and standard industry practices. NOA/ K:\ WP\ 04400\ 078\810RPM01.WP A-18 Est. Total Quantity Cost I 35 • • EVALUATION OF OFFERS For purposes of award, offers will be evaluated by adding the extended prices for base award and option quantities set forth as follows: Item No. Quantity 001 l Lot 002 l Lot 003 (Optional) 2 Quarters 004 (Optional) l Lot 005 (Optional) 4 Quarters 006 (Optional) l Well 007 (Optional) 500 Feet 008 (Optional) l Well 009 (Optional) l Lot 010 (Optional) l Event 011 (Optional) l Lot 012 (Optional) 35 Cubic Feet Offers will be evaluated by multiplying the offered unit price by these quantities. Award will be made to the low-priced responsible offeror for the total of all of these items. , Only offerors complying with the solicitation in all respects will be considered for award. WESTON reserves the right to reject any or all bids and to waive technicalities and informalities. NOR/K:\ WP\ 04400\ 078\ BIDRPMO 1 .WP A-19 General Decision Number NC960009 -, Superseded General Decision No. NC950009 State: North Carolina Construction Type: HEAVY County ( ies) : STATEWIDE SEWER AND WATER CONSTRUCTION PROJECTS AND HEAVY CONSTRCUTION PROJECTS (excluding Dam construction projects). Modification Number 0 1 Publication Date 03/15/1996 10/04/1996 NC960009 -1 10/04/1996 COUNTY ( ies) : STATEWIDE * SUNC2001A 02/12/1990. BOILERMAKERS: Storage Tank Erection/Repair All Other Work: BRICKLAYERS CARPENTERS CEMENT MASONS/FINISHERS ELECTRICIANS FENCE ERECTORS IRONWORKERS LABORERS: Unskilled Air Drill Operator Asphalt Rakers Pipelayers MANHOLE BUILDERS MILLWRIGHTS PAINTERS PLUMBERS & PIPEFITTERS POWER EQUIPMENT OPERATORS: Asphalt Distributor Asphalt Finisher Asphalt Paver Asphalt Screed Backhoe Boring Machine Bulldozer Crane Dragline Drill Loader Mechanic Motor Grader Roller Scraper, Pan Tractor .Trenching Well Drillers TRUCK DRIVERS TV & GROUTING TECHNICIANS Rates 12.96 16.20 7.23 6.63 6.11 8.56 4.75 8.20 4.75 5.92 4.93 5.17 5.81 5.27 7.12 7.42 5.77 5.69 5.69 5.69 6.40 5.65 5.96 7.60 6.34 7.23 5.79 7.16 6.24 4.98 5.42 5. 49 6.58 6.50 4.75 9.21 Fringes 4.105 4.105 WELDERS -Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within NC960009 -2 10/04/1996 \ \ ~ .! the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5. 5 (a) (1) (v))¾ In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This ca.n be: * an existing published' wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling on survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. s. Department of Labor 200 Constitution Avenue, N. W. Washington, D. c. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrawr (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department.of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 NC960009 -J 10/04/1996 • 7 • The request .should be accompanied by a full statement of the \ interested party's position and by any information (wage payment I data, project descripthm, area prac.tice material, etc. ) that the. requester considers relevant to the issue. 3.) If the· decision of the Administrator is not favorabJ,e,. an interested party may appeal directly to the Administrative Review Board ( formerly the Wage, ·Appeals. Board) . Write to: Administrative Review Board U. s. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION NC960009 - 4 10/04/1996 • • SECTION B GENERAL CONDITIONS OF THE CONTRACT NOA/K:\ WP\ 04400\ 078\ 8I0APM01. WP • • CONTRACT between CONTRACTOR and ROY F. WESTON, INC. Contract No. _____________ _ Date: Prime Contract: ____________ _ DPAS Rating: ___________ _ NOA/K: \ WP\ 04400\ 078\ CON RP MO 1. WP 01/97 • • SECTION D COMPENSATION, INVOICING, AND PAYMENT NOR/K:\ WP\ 04400\ 078 \BIORPM01. WP • CONTRACT TABLE OF CONTENTS • CONTRACT CLAUSES ....................................... B-1. B-1 B-2 B-2 B-2 B-2 B-2 B-3 B-3 B-3 B-3 B-4 Article 1 Article 2 Article 3 Article 4 Article 5 Article 6 Article 7 Article 8 Article 9 Article 10 Article 11 Article 12 Article 13 Article 14 Article 15 Article 16 Article 17 Article 18 Article 19 Article 20 Article 21 Article 22 Article 23 Article 24 Article 25 Article 26 Article 27 Article 28 Article 29 Article 30 Article 31 Article 32 Article 33 Article 34 Article 35 Article 36 Article 37 Article 38 Article 39 Article 40 Applicable Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . Application of Federal Acquisition Regulation (FAR) ....... . Type of Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Effective Date ............................... . Order of Precedence . . . . . . . . . . . . . . . . . . . . . . . . . . . . Period of Performance . . . . . . . . . . . . . . . . . . . . . . . . . . . Statement of Work ............................ . Compensation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Governing Law .............................. . Authorized Representatives . . . . . . . . . . . . . . . . . . . . . . . . Insurance .................................. . Waiver .................................... B-7 Performance and Payment Bonds . . . . . . . . . . . . . . . . . . . . B-7 . ' Liens ..................................... B-8 Warranty of Performance ............ , ............ B-8 Standard of Care . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-9 Inspection of Services . . . . . . . . . . . . . . . . . . . . . . . . . . . B-9 Indemnification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-10 Warranty of Supplies and Workmanship ................ B-10 Independent Contractor . . . . . . . . . . . . . . . . . . . . . . . . . . B-11 Health and Safety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-11 Confidentiality ................................ B-12 Termination . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-12 Disputes ................................... B-13 Changes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-14 Option for Other Services -Separately Priced Line Item . . . . . . B-14 Liquidated Damages ............................ B-15 Permits . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-15 Scheduling and Delay ........................... B-15 Notice of Labor Disputes . . . . . . . . . . . . . . . . . . . . . . . . . B-16 Non-Discrimination in Employment ................... B-16 Social Security and Wage Tax Liability . . . . . . . . . . . . . . . . B-17 Fair Labor Standards Act and Service Contract Act . . . . . . . . . B-18 Severability . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-18 Data Rights ... , ............................. B-18 Release of Liens and All Claims . . . . . . . . . . . . . . . . . . . . . B-18 Assignment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-19 Set-Off .................................... B-19 Sales and Use Tax . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-19 Entire Agreement ............................. -:-B-20 NOA/K:\ WP\ 04400\ 078\ CONAPM01. WP 01/97 • • CONTRACT CLAUSES TIIlS CONTRACT, made this_ day of _______ I 995 between ____________ (hereinafter referred to as "CONTRACTOR") with offices located at ________________ _ and ROY F. WESTON, INC. (hereinafter referred to as "WESTON") with corporate offices located at One Weston Way, West Chester, PA 19380. NOW, WHEREAS, WESTON has been awarded Contract No. _______ by the ----------~-to provide personnel, material, equipment, facilities and services in support of __________________ _ AND, WHEREAS, WESTON desires and CONTRACTOR agrees to provide services as a CONTRACTOR to WESTON in performance of the aforementioned __________ Contract; NOW TIIEREFORE, in and for consideration of the mutual promises contained herein, WESTON and CONTRACTOR do hereby agree as follows. ARTICLE 1 -APPLICABLE DOCUMENTS • Section A, Instructions to Offerors. • Section B, This Contract, Exhibits, Modifications ·and Changes hereto. • Section C, Statement of Work. • Section D, Compensation Invoicing and Payment. • Section E, Release of Liens and all Claims. • Section F, Supplemental Provisions NOR/K:\ WP\ 04400\ 078 \ CONRPMO 1.WP B-1 01/97 • ARTICLE 2 -APPLICATION OF FEDERAL ACQIDSITION REGULATION The clauses of the Federal Acquisition Regulation (FAR), identified in the Supplemental Provisions, are incorporated by reference in this Contract with the same force and effect as though set forth herein in full text. (FAR 52.225-5, Buy American Act, con.struction materials will apply to all domestic materials purchased on this Contract.) ARTICLE 3 -TYPE OF CONTRACT This is a fixed price type contract. ARTICLE 4 -EFFECTIVE DATE The effective date of this contract shall be the date that it is bi-laterally executed, which is the date the second party has signed the agreement. ARTICLE 5 -ORDER OF PRECEDENCE In the event of an inconsistency or ambiguity between the documents comprising this Agreement, the following order of precedence shall govern: I. Supplemental Provisions 2. Contract Clauses 3. Statement of Work including all changes or modifications thereto. 4. Instructions to Offerers ARTICLE 6 -PERIOD OF PERFORMANCE . . The period of performance of this Contract shall be from the effective date of the Contract through the completion of all required Items or through the end of period performance or NOR/K:\ WP\ 04400\ 07 8 \ CONRPMO 1. WP B-2 01/97 • • tennination ofWESTON's Alternative Remedial Contracts Strategy (ARCS) Contract with U.S. I . ' EPA, whichever comes first, unless otherwise modified or tern1inated in accordance with the provisions of this Contract. ARTICLE 7 -STATEMENT OF WORK The CONTRACTOR shall provide equipment, supplies, services and personnel in accordance with Appendix A, "Statement of Work". ARTICLE 8 -COMPENSATION Compensation, shall be in accordance with Appendix B attached hereto and fanning a part hereof. ARTICLE 9 -GOVERNING LAW Interpretation of this Agreement is to be governed by and construed in accordance with the law of the Commonwealth of Pennsylvania. The application of the provisions of this Contract to services provided at local sites will be governed by the law of the local sites where services are provided. ARTICLE 10 -AUTHORIZED REPRESENTATIVES The following named individuals are the authorized representatives of the CONTRACTOR and WESTON (Project Representative) for the execution of this Contract or for approval and direction as required herein: NOA/K:.\ WP\04400\078\ CONRPM01, WP B-3 01/97 • • CONTRACTOR WESTON and ARTICLE 11 -INSURANCE A. CONTRACTOR shall, at its own cost and expense, purchase and maintain, throughout the performance of this contract, the minimum types and limits of insurance se1 forth below. Insurance shall cover all liabilities arising from claims for Bodily Injury (including death), Personal Injury, and claims for loss of, or damage to Property, including the loss of use thereof, arising out of CONTRACTOR's performance of the NOR/K:\ WP\o«00\078\ CONRPM01.WP B-4 01/97 • • Work under this contract. Failure to maintain Insurance in compliance with this Article ' shall be considered a breach of CONTRACTOR's obligations and shall be cause for Termination under Article 24 of this contract. I. Commercial General Liability (occurrence basis): ISO Policy Form 1988 or equivalent. LIMITS: $1,000,000 per occurrence; $2,000,000 general aggregate; and $2,000,000 Products-Completed Operations aggregate. CONTRACTOR shall maintain the Products-Completed Operations coverage for a period of three years after completion of the Work under this contract. 2. Business Automobile Liability (occurrence basis): provide coverage for all owned, non-owned, hired, borrowed and/or any other auto used in the performance of the Work. LIMITS: $1,000,000 Combined Single Limit. 3. Worker's Compensation and Employers' Liability: coverage as required by all applicable State and Federal Worker's Compensation Acts, and including 4. Occupational Disease. LIMITS: Statutory Worker's Compensation and $1,000,000 Employers' Liability, including Stop Gap Coverage (for work performed in Monopolistic Fund States). Excess (Umbrella Form) Liability (occurrence basis): provide coverage in excess of all underlying liability policies set forth above. LIMITS: $2,000,000 per occurrence and $2,000,000 aggregate. NOA/K:\ WP\ 04400\078 \ CONRPM01. WP B-5 01/97 • 5. Professional Liability (claimssmade basis): provide coverage for CONTRACTOR's negligent acts, errors and omissions arising out of the. perfonnance of professional services hereunder. LIMITS: $1,000,000 per claim and $2,000,000 aggregate. B. CONTRACTOR agrees to maintain any and all "claims-made" policies as required above for a period of three (3) years following contract completion. All policies required to be maintained by the CONTRACTOR shall be considered as primary insurance and any similar policy maintained by WESTON shall be considered as excess and non- contributory. Certificates of Insurance must be accompanied by an endorsement to each required policy which evidences that the policies are primary to any like or similar policy as maintained by WESTON. CONTRACTOR and its insurers agree to waive, in favor of WESTON, all rights of subrogation or rights of recovery that may otherwise be available to each of them. CONTRACTOR shall provide WESTON, prior to the commencement of the Work hereunder, a Certificate(s) of Insurance evidencing coverage as required by this Article 12. The Certificates (s) oflnsurance shall: a) include Roy F. Weston, Inc. as additional insured on all policies ( except Worker's Compensation), . b) include waiver of subrogation, and c) guarantee WESTON thirty (30) days advanced written notice-ef the intent to alter, reduce, materially change or cancel coverage provided by any policy. Certificates of Insurance shall be forwarded to: Roy F. Weston, Inc., 1 Weston Way, West Chester, PA 19380, Attn: Contracts Department. NOR/K:\ WP\ 04400\ 078\ CONAPM01. WP B-6 01/97 • • Nothing contained in this Article shall in any way limit, reduce, or relieve CONTRACTOR of the liabilities arising from or assumed by CONTRACTOR under this contract. ARTICLE 12 -WAIVER Failure by WESTON in any instance to insist upon observance or performance by CONTRACTOR of any of the tenns, conditions or provisions of this Contract shall not be deemed a waiver by WESTON of any such tenns, ~onditions or provisions or the observance or performance thereof; no waiver shall be binding upon WESTON unless the same is in writing signed by WESTON and shall then be for the particular instance referred to in said writing only; waiver of any one breach shall not be deemed a waiver of any other breach; payment of any sum by WESTON to CONTRACTOR with knowledge of any breach shall not be deemed to be a waiver of such breach or any other breach. The remainder of this Contract will not be voided by the invalidity of one or more of the terms hereof. ARTICLE 13 -PERFORMANCE AND PAYMENT BONDS Because a portion of the work will be performed on a Federal facility, CONTRACTOR shall furnish Performance and Payment bonds each in an an10unt equal to the Contract price, without options, as security for the faithful performance and payment of all CONTRACTOR's obligations under this Contract. These bonds shall remain in effect until at least one (I) year after the date when final payment becomes due, except as provided by Law or regulation. The CONTRACTOR is not authorized to proceed with any work until the applicable bonds have been received. NOR/K:\ WP\04400\07B\CONAPM01 .WP B-7 01/97 • • ARTICLE 14 -LIENS If any lower tier Contractor, laborer, or materials s_upplier of the CONTRACTOR, or any other person directly or indirectly acting for or through it, files a mechanics' lien or claim against the Project, the property, or any part thereof or any improvements thereon or against any monies due or to become due from the Client to WESTON or from WESTON to the CONTRACTOR, for or on account of any work, labor, services, materials, equipment, or other items furnished in connection with the work or any change order, the CONTRACTOR agrees to satisfy, remove, or discharge such liens or claims at its own expense by bond, payment, or otherwise within 15 days of the date of filing thereof. If the CONTRACTOR shall fail to do so, WESTON shall have the right, in addition to all other rights and remedies provided by the Contract Documents or by law, to satisfy, remove, or discharge such liens or claims by whatever means WESTON chooses at the entire expense of CONTRACTOR including legal fees. ARTICLE 15 -WARRANTY OF PERFORMANCE CONTRACTOR warrants to WESTON that it possesses the expertise, capability, equipment and personnel to properly and professionally perform its services hereunder, that it is properly and legally licensed (if applicable) to perform such services, and that it shall at all times in the perfonnance of such services comply with all applicable laws, ordinances and regulations and shall perfonn all services in a good, workmanlike, professional, efficient and non-negligent manner. CONTRACTOR acknowledges that WESTON has made no representations of any kind or nature with respect to the work or its completion not contained in the Contract. NOR/ K:\ WP\ 04400\ 0 78 \ CONRPMO t . WP B-8 01/97 • ARTICLE 16 -ST AND ARD OF CARE In providing services of any kind or nature hereunder, including advice and consultation, whether technical or professional, CONTRACTOR shall exercise the highest degree of care, and provide such services with the highest and best quality. ARTICLE 17 -INSPECTION OF SERVICES (a) Definitions. "Services," as used in this clause, includes services perfom1ed, workmanship, and material furnished or utilized in the perfonnance of services. (b) The CONTRACTOR shall provide and maintain an inspection system acceptable to WESTON covering the services under this Contract. Complete records of all inspection work perfonned by the CONTRACTOR shall be maintained and made available to WESTON during contract performance and for as long afterwards as the contract requires. (c) WESTON has the right to inspect and test all services called for by the Contract, to the extent practicable at all places and times, during the term of the Contract. WESTON shall perfonn inspection and tests in a manner that will not unduly delay the work. (cl) If any of the services do not conform with Contract requirements, WESTON may require the CONTRACTOR to perform the services again in conformity with Contract requirements, at no increase in Contract amount. When the defects in services cannot be corrected by reperformance, WESTON may (I) require the CONTRACTOR to take necessary action to ensure that future performance confonns to Contract requirements and (2) reduce the Contract price to reflect the reduced value of the services perfonned. (e) If the CONTRACTOR fails to promptly perfonn the services again or to take the necessary action to ensure future perfonnance in confom1ity with Contract requirements, NOR/K: \ WP\ 04400\ 078 \ CONRPMD l .WP B-9 01 /97 • WESTON may (I) by contract or otherwise, perform the services and charge to the CONTRACTOR any cost incurred by WESTON that is directly related to the perfonnance of such service or (2) tenninate the Contract for default in accordance with Provisions of this Contract. ARTICLE 18 -INDEMNIFICATION CONTRACTOR shall indemnify, defend and save harmless WESTON, its affiliates and subsidiaries, their officers, directors,· and employees and their successors, heirs and representatives from any responsibility or liability in any way for claims, losses, damages, or expenses arising out of death of, injuries to, or damages to any person or damage or destruction of any property, including loss of use, arising out of, incident to, or in connection with CONTRACTOR's performance hereunder, ARTICLE 19 -WARRANTY OF SUPPLIES AND WORKMANSHJP The CONTRACTOR warrants that for two (2) years from the date of approval of the perfom1ance demonstration (as described in Subsection 3.6 of the SOW), all supplies furnished and work performed um,Ier this Contract will be free from defects in material and workmanship and will conform with all requirements of this Contract. In the event that warranty service is required, WESTON will notify the CONTRACTOR. CONTRACTOR will have fifteen (15) calendar days to make the necessary repairs, at no increase in Contract price, to make the work compliant with the specifications. If the required warranty service is not provided within this specified fifteen (15) day time period, WESTON may, at its sole option, make the necessary repairs and back-charge the CONTRACTOR for the cost of the repairs. NOR /K: \ WP\ 04400\ 078 \ CO NAP MO 1 . WP B-10 01/97 • CONTRACTOR further agrees that the standard commercial equipment furnished under this Contrnct shall be covered by the most favorable commercial warranties that the manufacturer gives to any customer for such equipment, and that the remedies provided herein are in addition to and do not limit any rights afforded to WESTON by any other clause of this Contract. Two copies of the warranties shall be furnished by the CONTRACTOR to WESTON. ARTICLE 20 -INDEPENDENT CONTRACTOR CONTRACTOR declares that it is an independent business, that similar services are provided for other clients and WESTON is not CONTRACTOR's sole and only Client. CONTRACTOR shall provide all equipment, materials and services covered by this Contract as an independent contractor, maintaining full and complete control over its employees and all of its lower-tier contractors and material suppliers·. WESTON has no control or right to control such CONTRACTOR's employees and lower-tier contractors and material suppliers, except as may be provided elsewhere herein. ARTICLE 21 -HEALTH & SAFETY Safe practices are considered a priority requirement in the perforn1ance of this Contract. The CONTRACTOR shall, to the maximum extent practicable, be responsible for the conditions of the work site. This responsibility will encompass the safety of all persons, including employees, agents and lower tier contractors, as well as property for the duration of the services performed hereunder. CONTRACTOR shall comply with the all applicable federal, state, and local health and safety requirements and standards, including but not limited to the Occupational Safety and NOA/K.:\ WP\ 04400\ 078\ CON AP MO 1. WP B-1 I 01/97 • Health Act of 1970, as amended, and the standards and regulations issued thereunder. CONTRACTOR shall develop and maintain for the duration of this Contract, a health and safety program that will effectively i~corporate and implement all required safety provisions including, but not limited to, provisions of the Site Health & Safety Plan. UNFAMILIARITY WITH THE AFOREMENTIONED SAFETY PROVISIONS SHALL NOT RELIEVE THE CONTRACTOR FROM COMPLIANCE WITH THE OBLIGATIONS AND PENALTIES SET FORTH THEREIN. ARTICLE 22 -CONFIDENTIALITY Confidential or proprietary information of WESTON or WESTON' s client, as labeled or stamped "Confidential", may be disclosed to CONTRACTOR during the term of this Contract. CONTRACTOR, agrees not to disclose, either in whole or in part, any such information to any person for any purpose whatsoever, unless requested to do so in writing by WESTON, and to bind its employees, officers, agents, and all lower tier contractors to this same obligation. ARTICLE 23 -TERMINATION A. TERMINATION FOR CONVENIENCE -WESTON may, at any time, terminate this contract for its convenience, in whole or in part, upon written notice to the CONTRACTOR. The CONTRACTOR shall be paid in accordance with the terms of this contract for all services rendered and accepted by WESTON through the date of termination, including reasonable and -supportable termination costs. WESTON shall not be obligated to pay CONTRACTOR any other costs related to losses, damages or expenses, including prospective profits for services not perfom1ed, arising out of or related to such termination. NOA /K: \ WP\ 04400\ 07 8 \ CON RP MO 1 • WP B-12 01/97 • B. TERMINATION FOR DEFAULT -If CONTRACTOR defaults in the pcrfom1ance hereof or breaches any of its obligations hereunder and fails to remedy such default or breach, or if CONTRACTOR becomes insolvent, or a Trustee or receiver of CONTRACTOR's business or assets is appointed, or any petition in bankruptcy is filed by or against CONTRACTOR, this shall constitute a default under the terms of this Contract. In any such event WESTON may tenninate this Contract, in whole or in part, by written notice to CONTRACTOR, and WESTON shall have no liability or obligation whatsoever to CONTRACTOR by reason of or resulting from such termination. C. NOTICE OF TERMINATION -WESTON shall provide a written Notice of Termination and CONTRACTOR shall proceed with the direction contained therein, and shall transmit to WESTON all records related to the CONTRACTOR's perfomiance thereunder, including but not limited to, samples, field data, laboratory data, analysis, tests, calculations, notes and results. ARTICLE 24 -DISPUTES Any dispute arising under this Contract, including disputes under termination, not settled 1by agreement of the parties shall be decided by litigation in a court of competent jurisdiction. Pending any decision, appeal, suit, or claim pursuant to this article, the CONTRACTOR shall proceed diligently with the perfonnance of the work under this contract. The rights of WESTON and the obligations of CONTRACTOR shall survive completion of performance in accordance with the provisions of this Contract and final payment hereunder. NOA/K: \ WP\ 04400\ 078\ CONRPMO 1 .WP B-13 01/97 • ARTICLE 25 -CHANGES WESTON may, at any time by written notice to CONTRACTOR, make changes to any of-the Contract documents. Any claim for additional compensation or extension of time (adjustments) under this Article shall be made in writing within ten (10) days of issuance of a change notice from WESTON. Failure to provide such written claim shall constitute a waiver of such claim for adjustment. Failure to reach mutual ·agreement regarding such adjustments hereunder shall constitute a dispute to be resolved under Article 25 of these General Provisions. However, nothing in this clause shall excuse the CONTRACTOR from proceeding with the Contract as changed. ARTICLE 26 -OPTION FOR OTHER SERVICES -SEPARATELY PRICED LINE ITEM WESTON may require additional services, the numbered line items identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. To exercise each option to contract for such services, WESTON will submit to the Contractor a written notice(s) within 30 days of the date in which the service is required to start. Each option is independent of any other option, and WESTON has the right to unilaterally exercise any such-option whether or not it has exercised other options. Delivery of the services added by the exercise of the option(s) shall be specified in the written notice(s). NOA/K;\ WP\ 04400\ 078\ CONAPMO 1 . WP B-14 01/97 • ARTICLE 27 -LIQUIDATED DAMAGES Should the work under this Contract to be performed by the Contractor not be fully completed and delivered within the time(s) specified, it is understood and agreed that, if said delay is the sole fault of the Contractor, there will be deducted from the progress and final payment for work perfonned by the Contractor, a sum computed at the rate of One Hundred Dollars ($100) per day for each additional day required to fully complete the work, beginning from the specified date of completion and extending to the date of final acceptance of the work. It is understood and agreed that the Contractor will not be responsible or liable for liquidated damages if the delay is the fault of any subcontractor(s) on the job or for any force majeure over which the Contractor has no control. It is understood and agreed that the sum to be deducted as liquidated damages is not a penalty, but money due to reimburse WESTON for the extra cost and expense caused by the Contractor's delay in completion of the work. It is also understood and agreed that, in the event the work is completed in advance of the delivery dates specified, the Contractor will make no claim for extra payment therefore. ARTICLE 28 -PERMITS CONTRACTOR shall obtain all pennits and licenses and pay all fees and charges necessary for the perfonnance of CONTRACTOR's seIVices under this Contract, with the exception of the sanitary sewer discharge permit application submitted by the Project Representative. ARTICLE 29 -SCHEDULING AND DELAY It is agreed that time is of the essence in the performance of this Contract. CONTRACTOR shall cooperate with WESTON in scheduling and performing the CONTRACTOR's work to NOR/K: \ WP\ 04400\ 078 \ CON RP MO 1. WP B-15 01/97 • avoid conflict, delay and or interference with the work of WESTON, WESTON's Client, or other contractors. WESTON shall have the right to modify the construction schedule, to suspend, delay or accelerate, m whole or in part, the commencement or execution of CONTRACTOR' s work, or to vary the sequence thereof, without compensation to CONTRACTOR. In the event such a delay or suspension extends the overall time of perfom1ance, the time for the CONTRACTOR to complete its work shall be extended accordingly. Should CONTRACTOR be delayed by the act or omission of WESTON, WESTON's Client or any other contractor, or by any cause beyond the CONTRACTOR's control and not due to any fault, act, or omission on its part, then the time for completion of the work shall be extended for a period equivalent to the time lost by reason of any of the aforesaid causes, as detennined by WESTON. Such extension of time shall be CONTRACTOR's sole and exclusive remedy for any delay and CONTRACTOR shall have no claim for damages against WESTON for any delay. ARTICLE 30 -NOTICE OF LABOR DISPUTES In the event that the timely perfonnance of work under this Contract is delayed or threatened to be delayed by any actual or potential labor dispute, CONTRACTOR shall immediately notify WESTON of all relevant infonnation with respect to such dispute. CONTRACTOR shall insert the substance of this provision in all purchase orders and lower tier contracts issued hereunder. ARTICLE 31 -NON-DISCRIMINATION IN EMPLOYMENT CONTRACTOR agrees and hereby certifies that in providing the services hereunder, it shall not discriminate against any employee or applicant because of race, color, religion, age, sex, or NOR/ K;\ WP\ 04400\ 078\ CON RPMO 1 .WP B-16 01/97 • national origin. CONTRACTOR shall abide by ~rovisions of all applicable governmental laws and regulations pertaining to non-discrimination, including, but not limited to, Executive Orders 11246 and 11141 (Equal Employment Opportunity); 41 CFR 60-741.4 (Employment of the Handicapped); 41 CFR 60-250.4 (Employment of Disabled Veterans and Veterans of the Vietnam era); regulations regarding Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; regulations regarding utilization of Labor Surplus Area concerns; and regulations regarding Women-owned Business Concerns. ARTICLE 32 -SOCIAL SECURITY AND WAGE TAX LIABILITY With respect to all persons at any time employed by, or on the payroll of the CONTRACTOR in perfonning any services directly or indirectly under this Contract, CONTRACTOR accepts full and exclusive liability for payment of all contributions or taxes for unemployment insurance and old age retirement and other benefits, pensions or annuities, and wage or income taxes for unemployment insurance and old age retirement and other benefits, pensions or annuities, and wage or income taxes, now or hereafter imposed by the United States, and a_ny state or political subdivision thereof, however the same be measured. CONTRACTOR shall furnish WESTON such payroll and employment information as WESTON may require to show compliance with the above obligation. If WESTON shall be required by law to pay any contribution, tax or penalty because of CONTRACTOR'S failure to furnish the aforesaid information, CONTRACTOR shall forthwith reimburse WESTON for the entire amount so paid. NQA/K: \ WP\ 04400\ 078 \ CON RP MO 1. WP B-17 01/97 • ARTICLE 33 -FAIR LABOR STANDARDS AND SERVICE CONTRACT ACT CONTRACTOR warrants, in connection with the services provided hereunder, its compliance with all applicable requirements of the Fair Labor Standards Act and/or the Service Contract Act, as amended, and of regulations and orders of the United States Department of Labor issued thereunder. ARTICLE 34 -SEVERABILITY Any provision or part thereof of this Contract hel,d to be void or unenforceable under any law or by any court shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon the parties. The parties may reform or replace such stricken provision or part thereof with a valid and enforceable provision which expresses the intent of the stricken prov1s1on. ARTICLE 35 -DATA RIGHTS CONTRACTOR agrees that all discoveries, inventions, and data related thereto that are conceived of, either jointly with others or independently, in connection with the services performed hereunder is the property of WESTON and shall be provided to WESTON without restrictions. ARTICLE 36 -RELEASE OF LIENS AND ALL CLAIMS WESTON shall require CONTRACTOR to provide a Release of Liens and All Claims along with the Application for Final Payment of services performed hereunder (Appendix C) prior to NOA /K:\ WP\ 04400\ 078 \ CONAPMO 1 .WP B-18 01/97 • release of the final payment by WESTON. Contractor shall also provide a Release of Liens and I Claims prior to any transfer of title to the U.S. Government for the remediation and monitoring systems. ARTICLE 37 -ASSIGNMENT This Contract may not be assigned by CONTRACTOR, either in whole or in part, without the prior written consent of WESTON. ARTICLE 38 -SET-OFF WESTON shall be entitled to set-off any amount owed to WESTON by CONTRACTOR or any of its affiliates, against any amount payable to CONTRACTOR by WESTON, or any of its affiliates. ARTICLE 39 -SALES AND USE TAX CONTRACTOR is required to pay all Sales and Use Taxes to the extent such taxes are applicable to purchases made hereunder, and further agrees to hold WESTON hannless from any and all claims related to Sales and Use Tax as applicable to services provided hereunder. CONTRACTOR will provide a certification (Appendix C) as part of the application for final payment, that all Sales and Use Taxes due have been or will be remitted to the appropriate taxing authority. NOA/ K:\ WP\ 04400\ 078 \ CONRPMO 1 . WP B-19 01/97 • ARTICLE 40 -ENTIRE AGREEMENT This Contract contains the entire understanding of the parties with respect to the subject matter hereof and there are no verbal understandings, statements, or stipulations bearing upon the meaning or effect of this Contract. This Contract may only be modified or amended, by a written instrnment executed by both parties, except as may be otherwise provided herein. IN WITNESS THEREOF, the parties hereto have set their hands and seal intending to be legally bound hereby. WESTON CONTRACTOR by ____________ _ by __________ -'---- (Name) (Name) (Signature) (Signature) (Title) (Title) (Date) (Date) NOA/K:\ WP\ 04400\ 07S\ CON RP MO 1. WP B-.20 01/97 • • • SECTION C STATEMENT OF WORK NOA/K; \ WP\ 04400\ 078\ BIDRPMO 1 . WP BIDDING DOCU1\1ENTS REVISION 1 I I OPERABLE UNIT ONE FCXISITE STATESVILLE, NORTH CAROLINA U.S. EPA Contract No. 68-W9-0057 Work Assignment No. 78-4RA8M Document Control No. 4400-78-AGEP FEBRUARY 1997 Prepared by: · dlu-!1J ltti)~k+--fe. !3/- Jo Ellen Johnson ~ Date: _~__,_(_,_~/_i:~'1 __ Technical Review Performed by: WESTON Project Hydrogeologist R;lph f": McKeen I WESTON Work Assignment Manager William R. Doyle WESTON Region IV Program M Approved by: ________________ _ Ken Mallary U.S. EPA Remedial Project Manager Approved by: ________________ _ Robert P. Stem U.S. EPA Regional Project Officer Date: -L....-J.) A-J.../.sl_,__171----- Date: _ _,2:c...-_4.,_-_,,q'-'7.__ __ Date: ________ _ Date: ________ _ WESTON W.O. No. 04400-078-096-0003-00 NOR/K: \ WP\ 04400\ 078 \ 8I0RPM01. WP • • Thi$ document was prepared by Roy F. Weston, Inc., expressly f~r EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Section 1 2 3 TABLE OF CONTENTS Groundwater Remedial Action Statement of Work FCX Site • OU t Section: Table of Contents Revision: 1 Date: February 1997 Page GENERAL INFORMATION ........................... 1-1 I. I Definitions ................................... 1-1 1.2 Project Objectives .............................. 1-2 1.3 Oveiview of Contractor Seivices to be Provided . 1-3 I .4 Responsibilities of Project Representative : ............... 1-4 BACKGROUND INFORMATION ........................ 2-1 I 2.1 Site Location and Description ....................... 2-1 2.2 Site History .................................. 2-5 2.3 Summary of Pre-RI Investigations ..................... 2-6 2.4 Findings of the Phase I RI Relating to Groundwater Contammatton . , ................................ 2-6 2.5 Findings of the Phase II RI Relating to Groundwater Contamination ................................ 2-1 O 2.5.1 Pesticides ................................ 2-11 2.5.2 Volatile Organic Compounds .................... 2-11 2.5.3 Metals . . . . . . . . . . . . . . . . . . . . ........ 2-13 2.6 Groundwater Sampling -December 1995 ............... 2-13 2.6.1 Pesticides ......................... ·.· ..... 2-15 2.6.2 Volatile Organic Compounds .................... 2-15 2. 7 Lithology and Hydrogeology ....................... 2-18 2.8 Description of the Selected Remedy ................. _ 2-19 REQUIRED ACTIVITIES ............................. 3-1 ·'· 3.1 General Oveiview .............................. 3-1 3.2 Pre-Remedial Plans, Permits, and Pumping Tests ........... 3-4 NOR/ K:\ WP\ 04400\ 07 8 \ SOWAPM0 1. WP • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part. without the express written permission of EPA. I Section 3.3 3.4 ' I ' Groundwater Remedial Action Statement of Work FCX Site -OU 1 Section: Table of Contents Revision: 1 Date: February 1997 TABLE OF CONTENTS (Continued) 3.2.1 3.2.2 3.2.3 3.2.4 3.2.5 Health and Safety Plan/Contingency Plan Quality Assurance Project Plan . . . . . . . . . Regulatory Compliance and Permitting .... Groundwater Pumping Test ........... 3-4 Groundwater Sampling . Work Plan Preparation . 3. 3. I Pumping Test Results . . . . . . . . . . . . . . 3.3.2 System Design and Layout 3.3.3 Remedial Action Schedule ... Groundwater Remediation System . 3.4.1 General Requirements 3.4.2 Extraction System 3.4.3 Treatment System .. 3.4.4 Discharge System .. 3.4.5 Installation and Cleanup . . ....... 3-5 ........... 3-6 . 3-7 . 3-9 .. 3-9 . 3-10 3-11 3-11 3-12 . 3sl2 . 3-13 . . 3-17 . . 3-19 . 3-19 3.5 Startup, Performance Demonstration, and As-Built Drawings ... 3-20 3.5.1 As-Built Drawings ........................... 3-21 3.6 Operation, Maintenance, and Related Activities ........... 3-22 3.6.1 Operation and Maintenance ..................... 3-22 3.6.2 Monitoring ............................... 3-24 3.6.2.1 3.6.2.2 3.6.2.3 Remediation System Monitoring .......... . Groundwater Monitoring . . . . . . . . . . . . . . . General Monitoring Requirements . . . . . . . . . . . . . 3-24 3-25 3-26 NQR/K:\ WP\04400\078\SOWRPM01 .WP 11 • This document was prepared by Roy F. Weston, Inc., expressly for EPA It shall not be disclosed, in whole or in part, without the express written permission of EPA. Section 4 3.7 Groundwater Remedial Action Statement of Work FCX Site· OU1 Section: Table of Contents Revision: 1 Date: February 1997 TABLE OF CONTENTS (Continued) Title 3.6.3 Documentation . 3.6.3.1 O&M Manual ... 3.6.3.2 Monitoring Reports 3.6.4 End-of-Contract Activities Optional Services . Page . 3-27 . 3-27 3-28 3-28 . 3-29 3.7.1 Optional O&M ............................. 3-30 3.7.2 Increase of Minimum Extraction Rate ............... 3-30 3. 7. 3 Optional Extraction Well Installation and Hookup . . . . . . . . 3-31 3.7.4 Optional Monitor Well Installation . . . . 3-32 3.7.5 Transition to New System Operator ................ 3-32 3. 7.6 Post-Remediation Quarterly Monitoring .............. 3-33 3.7.7 SystemRemoval .. .3-33 3.7.8 Well Abandonment . . . . . . . . 3-34 3.8 Summary of Performance Criteria ............. _. ...... 3-34 SCHEDULE ...................................... 4-1 LIST OF ATTACHMENTS ATTACHMENT A -Discharge Permit NOR/ K:\ WP\ 04400\ 078\ SOW RP MO 1. WP lll • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Figure No. 2-1 2-2 2-3 Groundwater Remedial Action Statement of Work FCX Site -OU 1 Section: Table of Contents Revision: 1 Date: February 1997 TABLE OF CONTENTS (Continued) LIST OF FIGURES Site Location Map ..... . Monitoring Well Locations Pesticide Concentrations in Groundwater, Phase I RI 1991 . . 2-2 . 2-4 . 2-8 2-4 VOC Compound Concentrations in Groundwater, Phase I RI 1991-1992 . 2-9 2-5 Overall Distribution of Pesticides in Groundwater, Phase II RI 1992 . . 2-12 2-6 Tetrachloroethene Distribution in Groundwater Overburden Wells, Phase 2-7 3-1 II RI 1992 ....................................... 2-14 Monitoring Well Locations, 1995 Proposed Extraction Well Locations 2-16 3-14 3-2 Schematic Diagram of the Proposed Groundwater Remediation Table No. 2-1 2-2 2-3 4-1 System ......................................... 3-18 LIST OF TABLES Summary of Investigations Prior to RI at FCX Groundwater Sampling Results -December 1995 Groundwater Remediation Goals Remedial Action Schedule .. . ~. 2-7 . 2-F7 . 2-20 .. 4-2 NOA/K: \ WP\ 04400\ 078 \ SOWRPM0 1 , WP IV • This document was prepared by Roy F. Weston, Inc., expressly for EPA. . It shall not be disclosed, in whole or in part, without the express written permission of EPA. 1.1 DEFINITIONS SECTION 1 GENERAL INFORMATION Groundwater Remedial Action Statement of Work FCX Site • OU1 Section: 1 Revision: 1 Date: February 1997 Contract -The Contract between the Project Representative and the Contractor with respect to the services described in this Statement of Work. Contractor -The party with which the Project Representative contracts for the services described in this Statement of Work. Day -Calendar day EPA -United States Environmental Protection Agency, Region IV Optional Services -Services that are not part of the base contract but which the Project Representative may require the Contractor to perform depending on site conditions or project perfomiance. Performance Criteria -Performance level that . must be met at all times to satisfy the requirements of this contract. POTW -The City of Statesville publicly owned_ treatment works (POTW). Treated water discharged to the sanitary sewer will travel to the POTW. NQA/K; \ WP\ 04400\ 078\ SOWRPMO 1. WP 1-1 • This document was prepared by Roy F. Weston, Inc .. expressly for EPA. It shall not be.disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU 1 Section: 1 Revision: 1 Date: February 1997 Project Representative -Firm contracted by EPA to subcontract and oversee the remedial action. Groundwater Goals -Ultimate objectives of the remedial action which may or may not be achieved during this contract period. Site -Area of groundwat~r contamination attributed to FCX. 1.2 PROJECT OBJECTIVES Under this contract, the selected Contractor shall design, install, and operate a groundwater remediation system at the FCX site, located in Statesville, North Carolina, to meet all applicable Federal, state, and local standards as well as the performance criteria as described herein. The objective of the OU! groundwater remediation project is to restore and then maintain groundwater quality in the vicinity of the site to the groundwater goals established in the Record of Decision (ROD). The hydro logic objective is to prevent off-site migration of the groundwater pesticide contaminant plume in the overburden while minimizing the extraction of noncontaminated groundwater. Operable Unit 2 (soil remediation) will be performed after the OUI groundwater system· is installed. In addition, Operable Unit 3 (VOC groundwater remediation) adjacent to the FCX property has plans to include some vapor extraction and/or air sparging points on the Fc·x property. The selected contractor must be aware of these upcoming activities and design the OU! system accordingly. NOA/K:\ WP\ 04400\ 07 8 \ SOWAPMO 1. WP 1-2 • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part. without the express written permission of EPA Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 1 Revision: 1 Date: February 1997 1.3 OVERVIEW OF CONTRACTOR SERVICES TO BE PROVIDED The Contractor shall provide all services and supplies necessary to perfonn groundwater remediation for the period specified in the contract, including but not limited to: I. Prepare a Work Plan for installation of a test ·well for a step-drawdown test and a 72- hour aquifer pumping test. Conduct these tests to detem1ine aquifer characteristics to support pumping system design. ' 2. Prepare a Work Plan for groundwater remedial action which will include the results of the pumping tests, a map of the projected groundwater capture zone, a permitting and licensing strategy, and a system design and layout. The Work Plan must confirm· the remedial action schedule requirements of this Statement of Work (SOW). 3. Revise the Work Plan to address the Project Representative's comments. 4. Obtain state and/or local authorizations to construct, pem1its, approvals, licenses, and consents required for groundwater remedial action. Notify Project Representative of need for off-site access, if any. 5. Install the groundwater remediation system_ 6. Conduct remediation system start-up. 7. Demonstrate attainment of performance criteria. NOR/K:\ WP\ 04400\ 078\ SOWRPMO 1 .WP 1-3 • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site. Out Section: 1 Revision: 1 Date: February 1997 8. Submit as-built drawings and operation and maintenance (O&M) manuals, and update as needed. 9. Operate and maintain the groundwater remediation system after the demonstration period, meeting all performance criteria. Handle and dispose of all residual wastes, conduct system monitoring, and prepare monitoring reports. 10. If exercised, provide optional services as described herein. Section 3 provides technical requirements and performance criteria for performing these services. 1.4 RESPONSIBILITIES OF PROJECT REPRESENTATIVE The Project Representative will provide the following services as part of this project: I. Apply for and obtain permit for treated water discharge from the City of Statesville. 2. Approve performance criteria achievement. 3. Approve groundwater goals achievement, if attained. 4. Obtain site access agreements. 5. Notify Contractor when options are to be exercised. NOR/ K:\ WP\ 04400\ 078 \ SOWRPMO 1 • WP 1-4 • This document was prepared by Roy F. Weston. Inc., expressly for EPA. lt shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 2 Revision: 1 Date: February 1997 SECTION 2 BACKGROUND INFORMATION 2.1 SITE LOCATION AND DESCRIPTION FCX is located on Highway 90 approximately 1.5 miles west of downtown Statesville, North Carolina, at the intersection of Phoenix Street and West Front Street (Figure 2-1). The area is characterized by the presence of light and heavy industry, small businesses, residential neighborhoods, and a school in the immediate vicinity. The coordinates of the site are latitude 35° 47' 11" north, longitude 80° 54' 58" west. The site covers approximately 5.5 acres and is bounded by the Norfolk-Southern Railroad and Burlington Industries (formerly Beaunit Mills) to the north, the Carnation Milk Company to the west, a small business/residential area immediately south of West Front Street, and a pre- fabricated utility shed retailer lot east of Phoenix Street. The site is currently abandoned. The dominant on-site structure is a warehouse located on the western half of the property. The warehouse consists of two attached structures: an upper 'building, constructed in 1968 or 1970, and a smaller, lower building constructed in 1982. The area south of the warehouse is paved except for a narrow grass strip along the sidewalk. The eastern half of the site is dominated by a large concrete pad, 6 inches to 7 inches thick, 62 feet wide, and 190 feet long, extending from the eastern end of the warehouse along the north property line. The area south of the pad is covered almost entirely with approximately 6 to 12 inches of crushed, compacted gravel. Several smaller areas within this area, mostly tractor trailer pads and parking area, are paved with either concrete or asphalt. NOR/K;\ WP\ 04400\ 078\ SOWRPMO 1. WP 2-1 N m ' N N 0: w 0 -. ,0-_~ ,..... ,-&i-.,'---' ' Cl\ ~ ' l ,. ✓ , ' - ':=,,;~,,"~'~ ~ ·,;:~~~;;,, .. :,)\:,::~}i:;.~'.: . ', ' ~ ">-'9~,.. ~ \0/\ , -. , If ~~ l • NORTH CAROLINA FIGURE 2-1 SITE LOCATION NIAP FCX-STATESVILLE CAROLINA STATESVILLS§CE l~QORTH ½ 0 I MIL[ EeeeSSI==="=C====:::Eee========aaa ~ L::".'.SO:U::R::CE:'::'.S:TA:T:::ES:V::!L:LE=W=ES:T:, :":·::C.:(:1:::96:9:::) ====C=O=N=T=O=U=R=I N:T::E::R:V:A::L =l=O=F=E=ET================-1 • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. · Groundwater Remedial Action Statement of Work FCX Site· OU1 Section: 2 Revision: l Date: February 1997 The area, except for the paved area between the warehouse and West Front Street, is completely fenced, mostly with chain-link fencing. The fence is in good condition and access is gained via Phoenix Street through a 36-foot wide gate along the eastern end of the site. The gate is locked with a heavy chain and padlock. A small, vacant two-story brick building is located at the southeastern comer of the site just beyond the eastern fence. This building housed offices while FCX was in operation. Most of the area between the eastern fence and Phoenix Street is covered with grass except for the area occupied by the building. There are two known underground tanks present at the site; a 7,500-gallon gasoline storage tank and a I 0,000-gallon diesel fuel storage tank. These tanks are located in the front parking area near the fuel pumps, where the upper and lower sections of the warehousesjoin. These tanks were checked during the RI and were determined to be essentially empty. The east tank contained 0.67 feet of water; the west tank contained 0.05 feet of petroleum product floating above 0.22 feet of water. There has been no reported leakage from the tanks nor does groundwater data from nearby monitoring wells indicate that any significant leakage has occurred (EPA RI Report, 1992). A total of 12 permanent groundwater monitoring wells are on the FCX property, as well as one well further downgradient (Figure 2-2). Four wells were installed in I 986 as part of a pre- purchase environmental evaluation conducted for Southern States Cooperative, four were installed in 1989 in conjunction with the removal action conducted by US EPA, and five were installed in June 1991 for the RI. NOR/K;\ WP\ 04400\ 078\ SOWAPMO 1 .WP 2-3 NORTH ARNATIO MILK CO. T-12 . 1N0-10M suRuNG I -9 MW • MW-8 MW-1 T-9 QT-100T-11 • e 0 esW-3 ' MW-2 Fr£sr • • ,,, I ,oo _..._s,., .. ;,,, .. , EPA SITE SOURCE: X QR,t,WN B'!'. J.C. c' 0 T-7 WP (OH1[1J47) 0 T-5 , 0 T-4 0 T-6 0 T-3 MW-11. 0 T-1 FIGURE 2-2LOCATIONS G WELL MONITORIN STATESVILLE INA FCX -NORTH CAROL STATESVILLE, LEGEND • MONITO NJlQRINC W '"OOR•INNCC• •WELL ELL Q TEl.1PORARY MO • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part. without the express written permission of EPA. · 2.2 SITE HISTORY Groundwater Remedial Action Statement of Work FCX Site • OU1 Section: 2 Revision: 1 Date: February 1997 In I 966, approximately 10,000 pounds of DDT, DDD, and possibly liquid chlordane were allegedly buried in 2 adjacent trenches, approximately 10 feet deep. The material was supposedly a mixture of powders and liquids in a variety of packaging, including paper bags, glass jars, ·and other types of typical consumer'packaging. After burial was completed, the trenches were back.filled with 6 feet of on-site soils, and a reinforced, 8-inch thick concrete slab was placed over the area. The upper portion of the current warehouse was constructed on the ' poured slab. According to a previous FCX employee, the possibility exists that the trenches were obliterated soon after burial during extensive construction-related grading. During this time, other packages were taken to the old Statesville landfill. During the site reconnaissance on February 12, 1991, conducted by EPA-Environmental Services Division (EPA-ESD), a previous employee of the construction company responsible for much of the historical site demolition and construction was interviewed. He indicated that he and other employees were instructed to place various bagged and bottled pesticides in a hole located in the current vicinity of the northeast corner of the lower portion of the warehouse. The hole was apparently located within approximately 35 feet of the railroad tracks. Possible locations could range from the inside corner of the lower section of the warehouse to a location beneath the large concrete slab east of the building. An additional reconnaissance was conducted in April 1991. At that time, interviews with FCX employees indicated that an additional pit, possibly a product mixing pit, was originally located within the horseshoe-shaped building. The approximate location beneath the current warehouse floor coincides with an elevator-like structure visible in historical photographs. NOR/K:\ WP\ 04400\ 078 \ SOWAPM0 1 • WP 2-5 • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. 2.3 SUMMARY OF PRE-RI INVESTIGATIONS Groundwater Remedial Action Statement of Work FCX Site • OUl Section: 2 Revision: 1 Date: February 1997 The site has no previous enforcement history; however, there have been several sampling investigations, of varying scope, at FCX. These investigations were conducted by the North Carolina Department of Human Resources (NCDHR), US EPA, and Fred C. Hart for Southern States Cooperative, one-time potential purchasers of the site. A summary of these investigations conducted prior to the RI is presented in Table 2-1. 2.4 FINDINGS OF THE PHASE I RI RELATING TO GROUNDWATER CONTAMINATION During the summer and early fall of 1991, U.S. EPA Region IV, conducted an in-house Phase I RI at FCXS. The investigation involved extensive sampling (237 samples) of on-and off-site soil, groundwater, surface water, and sediment. Significant findings relating to groundwater contamination are summarized in this section. Samples from on-site monitoring wells indicated that both the surficial (saprolite) and bedrock portions of the groundwater system beneath the site are contaminated with pesticides, primarily lindane, BHC compounds, endrin ketone, and chlordane. Figure 2-3 shows the distribution and concentrations of pesticides detected in groundwater samples from on-site monitoring wells. A variety of chlorinated solvents was detected in groundwater samples from on-site monitoring wells, as well as the process well located on the Carnation property west of the site. The most significant contaminant observed was tetrachloroethylene (PCE), with concentrations in excess of 100 micrograms per liter (µ.g/L) being detected. Figure 2-4 shows the concentrations of the identified compounds. NOR /K; \ WP\ 04400\ 07 8 \ SOWAPM0 1, WP 2-6 • This document was prepared by Roy F. Weston, Inc., expressly for EPA. 1t shall not t>e disclosea, in whole or in part, without the express written permission of EPA. Investigations Fred C. Hart Assoc. February I 986 NCDHR Site Inspection May 1986 EPA Haz.ard Ranking System June 1988 EPA (WESTON•SPER) Emergency Response January l 989 EPA (WESTON•SPER) Emergency Response August 1989 EPA (0.H. Materials) Emergency Response January l 990 NUS Screening Site Inspection at Burlington Industries, August 1990 NOR/K; \ WP\ 04400\ 078\ SOWRPMO 1 .WP Table 2-1 Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 2 Revision; 1 Date: February 1997 Summary or Investigations Prior to RI at FCX Findings Chlordane, DDT, and other pesticides in soil. Gamma-BHC and other pesticides in groundwater. Trichlorofluoromethane (TFM), trichloroethylene (TCE), and other volatile organic compounds (VOCs) also found in groundwater. Groundwater data suspect due to lack or QA/QC. VOC plume more extensive. with chlorinated solvents in wells east and west of the warehouse and in a deep well on Carnation property. Lindane in MW-3. Fluorocarbons in upgradient well. Caprolactum in all on-site wells. Chlordane, DDT, and dieldrin in soil around warehouse and in residential yard across street. FCX scored 37.93 based solely on groundwater. Placed on NPL in February 1990. No evidence of pesticide burial observed in approximately 30 borings. All eight wells showed halocarbon contamination, with PCE predominating. Highest halocarbon concentrations in deep well MW-SD and shallow well MW-!. TFM high in MW-4. Pesticides, primarily BHC isomers, in all wells except MW-o and MW-oD. Halocarbon groundwater contamination in all eight wells, with PCE predominating. TFM high in MW-4. Pesticides found in MW-I and MW-3. Study included sampling or FCX wells MW-6 and MW-oD. Toluene in MW- 6D. Low levels (J•values) of other volatile compounds in each well. 2-7 01/97 6 Q-4400-1-93 NORTH Alpho-8HC Beto -BHC -0.J3 Oelto-BHC -0.13 Endr· -0.01 5 End,:~ K -0.022 G etone _ 0_39 ommo-BHC (lindone)-O. I J Alpno-8H(-5 4 Beto-9HC _ ~ 8 Chlordane _ 1 · Oelto -BHC - 1 Dieh:l_rin _ Q 1 j·g End1on ..:eto,,"e -Gommo-BHC . 3.1 (hndone)-16 Alpho-BHC Beto-BHC -0.85 Oelto-BHC -0.82 Oieldrin -O.J3 Endrin K;t0~-~J8 Commo-BHC (I:-0.32 1ndone)-1.S 1 ECEND • t..cONITORINC WELL CONCENTRATIONS IN ug/L 0 " ,oo Alpho-BHC - 1 7 8eto-8HC · Oelto-BHC -0.19 Endrin Ket -O. l 6 Gommo-B~~• ( :-0.093 , hndone)-2_2 SOURCE: [PA Silt "A · p {OHl[\J-47) ' PHA.SE JI RI REPORT PESTICIDE CONCEN FIGURE 2-3 TRATIONS IN PHASE I RI 19GROUNDWATER FCX S 91 ST ATES VILLE TATESVILLE ' NORTH CAROLINA OR,1,WN SY. J.C. Beto-BHC _ Oieldri O.D93 n -0.037 Endrin -0.06l t, 1.1-Tricl'lo•oethcne -1 ~J : :-r,,cr:lor<Je!hone -1.14J 1 : ·-D,cnlo•oetnone -1 JJ .'~11Jrolo,m -4.2AJ ;etrocn!o•oe\hy1ene -20A ;,;:>,lc,roelhyene -0.8AJ8 t I -Dichlor::>•~thont> - 1 · 1 -o;cnloroetherie - C~1oroform --4 1 J IJJ 9.4.: Chlorom'!thone -2 9 42 -.:rs-:,2-0icnioroetnene - Tet•<Jcnlo,oeth~'!ne -l ?O Tr.chloroeth_,erie -5.JJ Tr,chlorotrilluoroe:hone -€OJN .\'ORTH Chlo,oforrTI -1. 7J Corban Te\rachloriae -4.2J r,;cn1oror1,~o•omethcne -99 ,_._,...,' ,_l± ' ~H! I~ 1 CARNAT1m' I MILK CO. ', / ' ' 3romidlcnloromethone Chlorotorm - I 0.0 -: 4J / / (m-0 ,,0;0, o-1 ,1tene -8.2J 1, 1 -Dicnloroetnone -l9J LEGEND \ 1 Dicl'lloroethyene -2lJ ,;s-:.2-D,criloroethone -20J Tetrachloroethyene -230 • MONITORING WELL CONCENTRATIONS IN ug/l 0Ft11.,,1i Br, J.C. (nloroform -,l9J 6 .1\'/-I ,. -\IW-ro 1 --~." .. '--: ~ . "----tTl '~"'--f \\ 1 1 t-Trichlorc~\M<:Jn~ -J.9J 1: 1 "-0ict1!')rQ~!han~ -! 5J 1, 1-0ictlloroet~ene -_g ci-s-1.:-0;:,,10,octncnc -13.J Tetrocnlcroctny~f'lc --11 0 Jrichlorc-et>i)'C"~ -4.0J 1,1,1-Tricnloroetnone -7.4J 1, 1-Dicnioroetnone -1 Jj ' 1 1-Dicnl,;,roe!hcne -7-- cls-1.:?-[.,cl'lloroetnene -20 Tetrochloroethyene -52 1 I : -iricnloro~\"C"C -7.•J 1 · 1--□:cnlorol!thone -1 JJ 1 '1 □,chloroethycne -7.JJ c;s-l,:?-□;criloroelhene -20 Tetrochloroethy-ene -11 0 l • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site· OU1 Section: 2 Revision: 1 Date: February 1997 FINDINGS OF THE PHASE II RI RELATING TO GROUNDWATER CONTAMINATION Phase II of the FCXS RI was primaril~ an expanded investigation of groundwater quality and alleged trench location. Existing, on-site permanent monitoring wells and a network of 12 temporary monitoring wells, located both on-site and off-site, were sampled to provide further ' groundwater characterization. Because EPA is currently pursuing delineation of the chlorinated solvent plume with Burlington Industries (Operable Unit Three), the Phase II groundwater sampling program was designed primarily to evaluate the extent of pesticide contamination. Samples for purgeable organic compound analyses were also collected to obtain additional information on the extent of the chlorinated solvents. The pattern of contamination and groundwater flow patterns developed during Phase I of the investigation formed the basis for selection of the temporary monitoring well and permanent bedrock monitoring well locations chosen by EPA for Phase II. Most of the temporary monitoring wells were installed to provide additional data to be used to evaluate the lateral extent of contaminants in the overburden portion of the aquifer. One of the temporary wells, however, was installed to evaluate contamination previously identified in permanent well MW-3 that was significantly higher than detected in any of the other permanent wells. NOR/K: \ WP\ 04400\ 078\ SOWRPM0 1. WP 2-10 • • This document was prepared by Roy F. Weston, Inc., expressly fort EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. 2.5.1 Pesticides Groundwater Remedial Action Statement of Work FCX Site • OU1 Section: 2 Revision: 1 Date: February 1997 In the saprolite, pesticides in groundwater are restricted to the FCXS property, with the exception of one detection of lindane. Lindane is one of the most mobile pesticides, and would therefore be expected to migrate farther than the other pesticides; however, the presence of lindane in the off-site well is difficult to explain. If the estimated movement of lindane in the saprolite is projected to be equal to the groundwater velocity, it would take over I 00 years for lindane to move through the saprolite from the closest area of lindane groundwater contamination on the site to the off-site well. Also, the well is not directly downgradient of areas of pesticide contamination at the site. Figure 2-5 depicts the approximate extent of pesticides in groundwater. The modeled potential extent of pesticide contaminant plumes in the saprolite based on the observed lindane migration ranged from only a few feet from the source area for DDT and DDD to over 100 feet from the source area for the most mobile pesticides. Contaminant migration rates in the bedrock are projected to be faster than contaminant migration rates in the saprolite. Only the more mobile pesticides (BHCs and endrin ketone) have been found in samples from any bedrock wells, indicating that the vertical movement of the other, less mobile pesticides through the saprolite has not yet been detected in the bedrock groundwater. 2.5.2 Volatile Organic Compounds The results of soil transport modeling show that, potentially, the TCE, PCE, and related contaminants detected in groundwater beneath the site may have been leached from soils along the northern side of the site at some time in the past. It is therefore possible that some of the voe contamination now detected in groundwater beneath the site is the result of past leaching NOR/ K:\ WP\ 04400\ 078\ SOWRPMO 1 . WP 2-11 .., NORTH 'ARNATIO MILK CO. -12 'iON suRUN'--' • MW-9 . . \ \ , 0 T-6 0 T-J MW-11. 0 T-1 ,,,.-,,.., I / / / I I /--; ,,. I I LECEND ', /' GWELL LL / • MONITORIN MONITORING WE / / Q TEMPORARY -AF>:f I D DETECTION BOUND 1 I ESTIMATE , 1-OF' HIGHEST • • • • ~;:cENTRATtONS ---~ •-PHASE " o, REPO (OH•E•J'7)' 2 5 SOURCE, EPA'"' -FIGURE - F PESTICIDES OVERALL DISTRl~~T~o:,.,si II RI, 1992 IN GROUNDWA~ STATESVILLiOLINA FCX NORTH CA STATESVILLE, • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. ' Groundwater Remedial Action Statement of Work FCX Site· OU! Section: 2 Revision: 1 Date: February 1997 of voe contaminated soils. The location of TCE and PCE contaminated soils beneath mostly impervious areas suggests that present soil leaching of these contaminants from FCXS is likely to be insignificant. VOCs have generally been found in soils in concentrations of less than 10 µg/kg and are mostly present in soil samples from less than 3 feet deep. Soil VOCs are primarily trichloroethene (TCE) and PCE. Groundwater samples indicated contamination by VOCs in excess of the Federal Maximum Contaminant Levels (MCLs) and the North Carolina Drinking Water Standards, both beneath the site and in a plume extending downgradient of the site. Figure 2-6 depicts the approximate extent of PCE in the groundwater. The distribution of the chlorinated VOCs in soils, groundwater, sediment, and surface water samples indicates that some of the VOC contamination may have originated from an off-site source to the north of the FCXS property. 2.5.3 Metals Some groundwater samples also contain metals in excess of Federal or state groundwater or drinking water quality standards. According to the Phase II RI (EPA, 1992) these metals concentrations do not appear to be directly site-related. 2.6 GROUNDWATER SAMPLING-DECEMBER 1995 As part of OU3, additional monitor wells were installed in the vicinity of FCX, and select wells were sampled in December 1995. Monitor wells MW-5s, MW-5d, MW-11, W-22, W-23, W-24, W-25, W-27, and W-29 were sampled for VOCs, SVOCs, metals, pesticides, and PCBs. NOR/K: \ WP\ 04400\ 078 \ SOWAPM0 1 . WP 2-13 NORTH '"""""O" ,,o I 0 T-5 '1:l I I o , 0 T-6 \ \ 0 I T-2 . ~ ''" \ T-3 I \ I '--..... IAW-11 •o LEGEND • MONITORING WELL 0 T[SPORARY ~ MONITORING WELL ~ AREA OF HIGHEST CONCENTRATIONS ;;: -->10 /L I SOURCE: ---ug TETRACHWROETHENE O~ "_, r--"'"E~P•~s:m,:~WAP ::.:(oH:•El ~:><~7~ ~~=:~~~:;~;::::-----•-~O~ET~EC:1~8:0:UN:O:AR:Y __ ~J : ) ' PHAS[ 11 RO REPORT TETRACHLORbrTURE 2-6 IN GROUNDWATER HJNE DISTRIBUTION F~~ASE 11 _vE1Rg89UlDEN WELLS STATESVILLE irt TESVILLE . RTH CAROLINA • This document was prepared by Roy F. Weston, lnc., expressly for EPA. It shall not be disclosed, in. whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Sito -OU1 Section: 2 Revision: 1 Date: February 1997 Monitor well locations are shown on Figure 2-7; VOC and pesticide/PCB results are summarized in Table 2-2. 2.6.1 Pesticides It appears that in the saprolite, pesticides in the groundwater are restricted to the FCX property. Lindane and alpha-BHC were detected in one off-site bedrnck well (MW-11). Lindane and the BHC compounds are some of the more mobile pesticides and would therefore be expected to migrate farther than other pesticides. Also, contaminant migration rates in the bedrock are projected to be faster than contaminant migration rates in the saprolite. ROD cleanup goals were exceeded for alpha and beta BHC and lindane in three wells. Alpha- BHC and lindane concentrations exceeded cleanup gqals in MW-5s and MW-5d (on-site saprolite and bedrock wells, respectively) and MW-11 (an off-site bedrock well). Beta-BHC exceeded cleanup goals in MW-5s and MW-5d. 2.6.2 Volatile Organic Compounds Groundwater samples indicated that contamination by VOCs in excess of the MCLs and North Carolina Drinking Water Standards, both beneath the site and downgradient of the site, exists. VOCs exceeding MCLs were detected in both saprolite and bedrock wells with the highest concentrations in bedrock wells. ' NOA /K:. \ WP\ 04400\ 078\ SOWRPM0 1. WP 2-15 1 0 .. ~ TON \NO, suRUNG • W-2411 eMW-11 s. Source: EPA Site Mop (DH1E1J<f7), Pho:Je II RI Report -;::-Approximate Scale: 1 • "" 150' C FIGURE 2-7 MONITORING WELL LOCATIONS -1995 FCX -STATESVILLE STATESVILLE, NORTH CAROLINA LEGEND: e MONITORING -WELL 11 OU3 MONITORING WELL Table 2-2 Groundwater Sampling Results December 1995 ROD Monitor Well Identification/Sam le Date Cleanup MW-Ss MW-Sd MW-11 W-22 W-23 W-24 W-25 Parameter u /I Goal 12/11/95 12/13/95 12/13/95 12/14/95 12/12/95 12/13/95 12/12/95 Pesticides/PCBs Alpha-BHC 0.01 i ~6./ Beta-BHC 0.01 ·:.:•039.· 0.11N Delta-BHC Gamma-BHC (lindane) 0.02110.2· Endrin 2· 0.11 Endrin Ketone 0.35 1.5 Volatile Orang/cs Acetone 100· 6U 12U 6U SU 7U 7U Benzene 1· 0.SJ Bromomethane 0.4J Carbon Disulfide 0.2J 0.2J Carbon Tetrachloride 0.3• 0.3J Chlorobenzene so· 0.7J Chloroform 0.19 ·1••.o•eJt·· 1,2-Dichlorobenzene 1,4-Dichlorobenzene 1, 1-Dichloroethane 11100· 1,2-Dichloroethane 0.38· 1, 1-Dichloroethene 7 cis-1, 2-Dichloroethene 0.5J Ethylbenzene 29• Methylene Chloride 5• Tetrachloroethene 0.7 0.5J Toluene 1000· 1, 1, 1-Trichloroethane 200· 0.3J 2J 1, 1,2-Trichloroethane 0.4J Trichloroethene 2.8 2J 2 Vin I Chloride 0.015• Abbreviations: N=Presumptive evidence of presence of material U=Method detection limit elevated based on concentrations of contaminants in the laboratory and/or field blanks J=Estimated value below reporting limit Notes: Highlight indicates concentrations exceeding ROD cleanup goals and or North Carolina MCLs. •NCDEHNR MCL as of November 25, 1994. NORIX~TBJEJ001JU.S -4115196 W-27 W-29 12/12/95 12/13/95 • 7U SU 0.1J • 1U < 23_•.:· •. 0.1J 0.8J 2 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA 2.7 LITHOLOGY AND HYDROGEOLOGY Groundwater Remedial Action Statement of Work FCX Site • OUl Section: 2 Revision: 1 Date: February 1997 The soils at the site are primarily silts or clays. These soils textures promote runoff rather than infiltration of precipitation and are capable of being transported substantial distances by wind or surface water. Presently, the most highly contaminated soils are covered by paved areas and are therefore unavailable for surface-water or wind transport. It is likely t_hat further contaminant transport via soils erosion will be insignificant. The soil permeability, or hydraulic conductivity, controls the amount of groundwater recharge, surface-water runoff and percolation, and rate of contaminant migration through the saturated zone. At FCX, the calculated hydraulic conductivity in the saprolite is approximately 1.62 x J0·6 ft/sec, which is indicative of a relatively low permeability unit. The depth to the water table ranges from about 25 to 28 feet. This thickness of the unsaturated zone should allow for substantial soil immobilization of many of the site-related contaminants. FCX is located in a hilltop topographic setting. Such hilltop topographic locations are characteristically groundwater recharge zones. In groundwater recharge zones, groundwater flow usually has a downward component and the migration of contaminants into deeper parts of an aquifer may be enhanced in such areas. Water quality data suggest that this is the case at FCX. Measurements made at the site indicate that the hydraulic conductivity of the saprolite (weathered bedrock) is relatively low. The bedrock hydraulic conductivity is probably highly variable, with limited zones of high or moderate permeability along rock fractures, separated by substantial interfracture areas of extremely low or no permeability. The hydraulic conductivity NOR/K: \ WP\ 04400\ 078 \ SOWRPMO 1. WP 2-18 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission at EPA. Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 2 Revision: 1 Date: February 1997 contrast between the bedrock and saprolite may also cause groundwater to flow downward from the saprolite into the bedrock. The hydraulic gradient appears to steepen toward the south and east. The variations in the hydraulic gradient suggest that the site is near a groundwater divide. The high soil clay content reduces the mobility of both organic compounds and inorganic substances. In bedrock, fracture flow predominates, favoring increased contaminant mobility in the bedrock (EPA Phase II RI, 1992). 2.8 DESCRIPTION OF THE SELECTED REMEDY On September 27, 1993, the Acting Regional Administrator of the Region IV office of the U.S. EPA signed the Record of Decision (ROD) selecting Alternative Three, pump-and-treat using chemical precipitation/filtration and carbon adsorption, for the treatment of contaminated groundwater identified on and south of the FCX property. The NCDEHNR and the community concurred with the selection. The selected method is intended to prevent off-site migration of contaminated groundwater to private wells in the area, and to reduce the groundwater contaminant levels to meet the groundwater ARARs or discharge criteria to be detern1ined during the RD identified in the FS. Groundwater will be extracted from the aquifer using an estimated 10 extraction wells and transported to an on-site treatment facility for treatment by chemical precipitation/filtration and carbon adsorption. Treated water meeting discharge requirements will be discharged to the local publicly-owned treatment works (POTW). Table 2-3 summarizes the contaminants of concern, remediation goals and discharge requirements. NOR/K:\ WP\ 04400\ 078\ SOW RP MO 1. WP 2-19 • This document was prepared by Roy F. Weston, lnc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Table 2-3 Groundwater Remediation Goals Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 2 Revision: 1 Date: February 1997 Potential GW Cleanup Goals (µg/L) Remediation Exposure Point Cone (a) NCGW Goal (b) Chemical (µg/L) IE-4 IE-6 HQ=! MCL Standard (µg/L) Barium 326 987.9 2,000 1,000 988 Beryllium 2 1.26 0.0126 4 (d) 0.013 Chromium 58 100 50 50 Manganese 2,400 1,412 200(c) 50 50 Vanadium 52 98.11 -- --98 Alpha-Chlordane 0.14 0.824 2 0.027 0.027 Gamma-Chlordane 0.11 0.846 . 2 0.027 0.027 Dieldrin 0.081 0.338 0.0034 0.675 -- --0.0034 Heptachlor Epoxide 0.028 0.596 0.0060 0. 187 0.2 0.038 0.006 Alpha-BHC 0.37 0.860 0.0086 ----0.0086 Beta-BHC 0. 15 3 0.03 -- --0.03 Lindane 0.37 4. 16 0.0416 0.2 0.0265 0.027 Bromodichlorornethane I 41.5 0.415 100 --0.41 Chloroform 7 67.3 0.673 100 0.19 0. 19 Chloromethane 3 286 2.86 ----2.9 1, 1-Dichloroethane 9 70.9 0.709 -- --0. 71 1.1-Dichloroethene 7 7.02 0.0702 7 7 0.07 PCE l03 IOI 1.01 141.1 5 0.7 0.7 Trichloroethene 5 316 3.16 5 2.8 2.8 Bis(2-ethylhexyl)phthalate 8 386 3.86 6 --3.9 Notes: (a) = As calculated in Risk Assessment. (b) = If remediation goal is below detection limit, the detection limit will be used as remediation goal. (c) = No MCL established. Value provided is MCL Goal. (d) = No standard promulgated. "-·" means no standard has been established. "< DL" means less than detection limit. NOA/ K; \ WP\ 04400\ 055\ SOWRPM0 1 . WP 2-20 - Discharge Limit (µg/L) -- -- -- -- -- I I I I I I I <DL 0.19 <DL <DL 7 0.7 2.8 <DL 01/97 • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. 3.1 GENERAL OVERVIEW SECTION 3 REQUIRED ACTIVITIES Groundwater Remedial Action Statement of Work FCX Site -OU 1 Section: 3 Revision: 1 Date: February 1997 The groundwater remediation system shall be designed, installed, operated and maintained by the Contractor. The Contractor shall install a test well and conduct a step-drawdown test and a 72-hour aquifer pumping test to estimate expected pumping rates and zone of influence. Following installation of the groundwater remediation system, the Contractor shall withdraw contaminated grou!]dwater from extraction wells, treat the contaminated groundwater, ·discharge the groundwater to the sanitary sewer, and demonstrate the effectiveness of the system relative to the perfomiance criteria. The Contractor shall track the progress of the remediation by collecting and analyzing effluent samples, determining the hydrologic capture zone, and collecting and analyzing monitor well samples. The Contractor shall also monitor water quality in the lower aquifer. The Contractor .shall operate, maintain, and monitor the groundwater remediation system for a demonstration period following installation and for two years thereafter. The Contractor_ shall evaluate the effectiveness of the groundwater remediation system as new data become available, and shall implement any changes to the remediation system that are necessary to maintain effective groundwater cleanup. All work performed under this contract shall be under the supervision of a Professional Engineer registered in the State of North Carolina. This Statement of Work (SOW) provides the performance criteria for installation, operation, and evaluation of the remedial system, as well as for the pre-remediation pumping test. The Contractor shall be solely responsible for performing the detailed design of the system in order NOA/K:\ WP\ 04400\ 078\ SOWAPM0 1. WP 3-1 • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU 1 Section: 3 Revision: 1 oclte: February 1997 to install and operate the system to meet the objectives and requirements stated herein. At a minimum, the Contractor shall perform all engineering, process, hydraulic, electrical, mechanical, civil, structural, and other calculations necessary to ensure proper sizing of equipment, piping, valves, wiring, and all required ancillary equipment. It is the Contractor's responsibility to meet all performance criteria contained in this document. The hydrologic and chemical data presented in the RI and PRI reports are representative of the , locations and conditions where the work was conducted and of the time that work was conducted. The Contractor is responsible for achieving the Perfom1ance Criteria regardless of whether conditions vary at locations away from the tested wells or chemical concentrations change over time. The Contractor shall comply with all Federal, state, and local rules, regulations, and permitting requirements that could affect the performance of this work. Applicable regulations include, but are not limited to the following: • Resource Conservation and Recovery Act • Occupational Safety and Health Administration Requirements • State Hazardous Waste Regulations • Other Federal, state and local ordinances • Clean Water Act The Contractor shall be liable for all penalties assessed due to permit violations or other inadequacies of the remediation system. NOR/K: \ WP\ 04400\ 078 \ SOWAPMO 1. WP 3-2 • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 3 Revision: 1 Date: February 1997 The Contractor shall complete the work efficiently and in accordance with accepted industry standards. The Contractor shall ensure that the final design meets applicable and relevant codes and guidelines, including the pertinent requirements of the following organizations: AASHTO -American Association of State Highway and Transportation Officials ACI -American Concrete Institute AIEE -American Institute of Electrical Engineers ANSI -American National Standards Institute API -American Petroleum Institute ASCE -American Society of Civil Engineers ASME -American Society of Mechanical Engineers ASTM -American Society of Testing Materials AWS -American Welding Society AWWA -American Water Works Association NBS -National Bureau of Standards NEC -National Electrical Code NEMA -National Electrical Manufacturing Association OSHA -Occupational Safety and Health Administration Material and equipment shall conform to the Contractor's final design specifications and standards. For manufactured and fabricated products: • Design, fabricate, and assemble in a workmanship-like manner. • Manufacture like parts or duplicate units to standard sizes and gauges to be interchangeable. • When two or more of the same item are required, the items shall be identical and provided by the same manufacturer. • Products shall be suitable for service conditions. NOA /K;\ WP\ 04400\ 078 \ SOWRPMO 1. WP 3-3 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permissioii of EPA. Groundwater Remedial Action Statement of Work FCX Site • OU1 Section: 3 Revision: 1 Date: February 1997 The Contractor shall perform the work in accordance with the manufacturer's instrnctions. Five copies of all deliverables shall be submitted to the Project Representative. 3.2 PRE-REMEDIAL PLANS. PERMITS, AND PUMPING TESTS Prior to any field activities, the Contractor shall prepare the following supplementary plans: • Pump Test Work Plan • Health and Safety Plan/Contingency Plan (HASP/CP) • Quality Assurance Project Plan (QAPP) These documents shall be submitted together. After the Pump Test Work Plan and QAPP have been approved by the Project Representative, the Contractor shall install the test well and perform the pumping tests and groundwater sampling. 3.2.1 Health and Safety Plan/Contingency Plan Prior to mobilizing for the test well installation and pumping tests, the Contractor shall prepare a Health and Safety Plan/Contingency Plan (HASP/CP) covering all aspects of site work. The HASP shall comply with the requirements of OSHA Standard 29 CFR 1910.120(b)(l) through (b)(4), and shall include a health and safety risk analysis, a description of monitoring and personal protective equipment, medical monitoring, and site control. The Contractor shall also comply with all other applicable OSHA requirements. NOA/K:\ WP\ 04400\ 078\ SOWAPMO I .WP 3-4 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site • OU1 Section: 3 Revision: 1 Date: February 1997 The Contingency Plan shall be written for the on-site workers and the local potentially-affected population. The plan shall include a Spill Prevention Control and Countermeasures (SPCC) Plan, which shall include the following: 1. Contingency measures for potential spills and discharges of contaminated groundwater or other material. 2. A description of the methods and facilities to be implemented to prevent contamination of soil, water, atmosphere, uncontaminated structures, equipment, or other material by spills or discharges. 3. A description of the equipment and personnel necessary to perfonn emergency measures to contain any spillage and to remove spilled materials-and soils or liquids that become contaminated due to spillage. Disposal methods for collected spill material must be identified. 4. A description of the equipment and personnel to perform decontamination measures that may be required for previously uncontaminated structures, equipment, or material. 3.2.2 Quality Assurance Project Plan ' The Contractor shall establish and implement a comprehensive quality assurance program in order to define the reliability of the samples collected and analyses performed under this SOW. This program shall be documented in the QAPP. NQR/K:\ WP\ 04400\ 078\ SOWRPM01 .WP 3-5 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. lt shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU 1 Section: 3 Revision: 1 Date: February 1997 The Contractor shall describe the procedures for the collection of groundwater and effluent samples. The procedures shall be in conformance with EPA Region IV Environmental Investigations Standard Operating Procedures and Quality Assurance (EISOP QAM), May 1996. Duplicate, blank, and spike samples shall each number 10 percent of the total number of samples. The Contractor laboratory performing the organic analyses under this SOW shall follow the analytical protocols and quality control requirements as specified in "Superfund Analytical Methods for Low Concentration Water for Organics Analysis," October 1992. The laboratory perfom1ing the inorganic analyses under this SOW shall follow the analytical protocols and quality control requirements as specified in USEPA Contract Laboratory Program Statement of Work for Inorganic Analysis, Multi-Media, Multi-Concentration, Document Number ILM02.0, Including Revision ILM02. l, September 1991. The laboratory quantification limits must be lower than the remediation goals established in Subsection 3.4.2 of this SOW and the treatment performance criteria (i.e., the limits in the discharge permit), unless not achievable by any EPA- approved analytical method. 3.2.3 Regulatory Compliance and Permitting The Contractor shall describe the approach for ensuring regulatory compliance and for acquiring and renewing the necessary permits to perform all of the services required as part of this Statement of Work. The Contractor shall document compliance with all Federal, state, and local rules, regulations, and permitting requirements. NOA /K:\ WP\ 04400\ 078 \ SOWRPMO 1. WP 3-6 • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA 3.2.4 Groundwater Pumping Test Groundwater Remedial Action Statement of Work FCX Site -OUl Section: 3 Revision: 1 Date: February 1997 In order to define the hydraulic properties of the shallow aquifer underlying the FCX site, a step-drawdown and a 72-hour aquifer test shall be conducted. The purpose of these tests is to estimate the flow rate that the shallow aquifer will sustain and the zone of influence that will be created during pumping of groundwater from one well. The test well is to be completed as an extraction well and installed in accordance with Section 3.4.2. A test well, screened in the overburden, will be installed to conduct the tests. Monitor wells MW-I, MW-2, MW-3, MW-4, MW-5S, MW-5D, MW-6S, MW-6D, MW-7, MW-8, MW-9, MW-IO, MW-II, W-22, W-23, W-24, W-25, W-27, and W-29 shall be used as observation wells. Monitor well locations are shown in Figure 2-7. Pressure transducers, connected to automatic data loggers, shall be used to monitor water levels in each observation well. Prior to placement within the well, equipment shall be decontaminated. At the pumping well, the pump shall first be set near the bottom of the well, and then the transducer shall be installed within I foot of the top of the pump. Transducers installed within the observation wells closer to the pumping well shall be set deeper than those installed within observation points located farther away. All data recorded by the data logger shall be stored electronically for subsequent review and analysis. Prior to conducting the step-drawdown and 72-hour aquifer test, water levels in all monitor wells listed above shall be monitored for approximately 24 hours in order to assess natural or manmade fluctuations in the aquifers. This background data shall be recorded at five-minu.te intervals. Depth-to-water measurements will be collected from all wells involved in the testing NOR /K; \ WP\ 04400\ 07 8 \ SOWRPMO 1 .WP 3-7 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX s;te • OU1 Section: 3 Revision: 1 Date: February 1997 at the beginning of the 24-hour period. The measurements will be collected once again from the wells at the end of the testing. At the end of the 24-hour background data collection period, a 4-hour step-drawdown test shall begin at a low flow rate (e.g., 0.25 gallon per minute) and, after a I-hour period of pumping, the flow rate shall be increased sequentially per one-hour period for three hours. If, during the test, the aquifer does not appear to be able to sustain the pumping rate, the rate shall be decreased until the flow rate from the aquifer is stable. Monitoring of the water levels through the transducers should provide the information necessary to select the optimum flow rate. The step-drawdown test shall be monitored and recorded by the transducer and data logger system. Before starting the 72-hour test, water table levels within the monitor wells must recover to within 90% of the pre-step-drawdown test levels. Prior to the start of the 72-hour aquifer test, the transducers will be checked at each well location for stability of the position within the well and to ensure that each transducer is functioning correctly. The flow rate for this test shall be the maximum stable flow rate detennined during the step-drawdown test. The flow rate shall be maintained during the entire length of the test. During this test, the data logger shall be programmed to record data logarithmically. At the end of the 72-hour period, the pump shall be turned off, marking the end of the pumping phase of the test. The pump and all transducers shall be left in place for a 24-hour recovery period. It is imperative at this point in the test that none of the water remaining in the tubing or pipe leading from the pump be allowed to re-enter the well via the pump. A gate valve within the line at the well head or a check valve within the pump shall be used to prevent backflow. NOA/K:\ WP\04400\ 078\ SOWRPMO 1. WP 3-8 • This document was prepared by Roy F, Weston, lnc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 3 Revision: 1 Date: February 1997 After the 24-hour recovery period, the data logger may be turned off and all equipment removed from the wells. 3.2.S Groundwater Sampling To verify the need for the treatment of water to remove various contaminants, the Contractor shall sample groundwater from test well RW-1 after continuously pumping the well for at least one hour. The turbidity must be less than I NTU so that the sample will be essentially free of suspended particles in which metals or organic contaminants may be incorporated. The samples shall be collected from the pump discharge at the end of a continuous pumping period. The samples shall be analyzed for total suspended solids, total dissolved solids, and all metals and organic compounds listed in Table 2-3 or in the discharge pem1it. In addition, a sample from each of these wells shall be field filtered (0.45 µm filter) and analyzed for lead and manganese Analytical methods from an approved QAPP shall be employed . . 3.3 WORK PLAN PREPARATION The Contractor shall prepare and submit to the Project Representative five copies of a Remedial Action Work Plan (RAWP). The objectives of the RAWP are to: • Present the results of the pumping test • Provide the basis and details of the final design • Present the remedial action approach Following receipt of comments from the Project Representative, the Contractor shall revise the draft RA WP and resubmit it to the Project Representative. The Project Representative's NOR/K: \ WP\ 04400\ 07 8 \ SOWAPM0 I. WP 3-9 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU1 Section; 3 Revision: l Date: February 1997 approval of the RA WP must be obtained prior to mobilization. The RA WP shall contain, at a minimum, the components discussed in the following subsections. 3.3.1 Pump/Aquifer Test Results The Contractor shall present the results of the pumping tests, including, but not limited to: • All water level data recorded in each observation well during the background data collection period, the step-drawdown test, the recharge period, and the aquifer test. • Pumping rates during the step-drawdown test and the aquifer test. • Justification for the selection of the pumping rate used during the aquifer test. • Maps indicating the zone of influence observed at the end of each step of the step-drawdown test and during the last hour of the aquifer test. The maps shall indicate using iso-elevation contour lines the water elevations during pumping and the lateral extent over which a measurable drop in elevation occurred. • 72-hour aquifer test data analysis for transmissivity and storativity values of the shallow aquifer, and the clay confining unit, if applicable. All calculations and methods used to determine the transmissivity and storativity shall be presented. NOA/K:\ WP\ 04400\ 078 \ SOWAPMO 1 . WP 3-10 • • This document was prepared by Roy F. Weston, Inc., expresslY for EPA. It shalt not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site· OU1 Section: 3 Revision: 1 Date: February 1997 The Contractor shall use the results of the pumping tests to develop an appropriate extraction system design which meets the objective by preventing the pesticide contamination plume from migrating off-site while determining the minimum sustainable flow rate that is required for the entire groundwater extraction system. The Project Representative will independently evaluate the flow required. If the flow rate exceeds 25 gpm for the entire groundwater extraction system, the option to increase the required flow range will be exercised by the Project Representative. 3.3.2 System Design and Layout The Contractor shall describe the proposed design and layout of the groundwater extraction/treatment/discharge system. Full-size design drawings are not necessary in the Work Plan; however, diagrams of the system layout and major processing steps shall be provided. The layout shall provide, at a minimum, proposed extraction and monitor well locations, piping alignment, pump placement, location of treatment processes, and discharge point. The schematic diagram of major processing steps shall show all major equipment and major material flows and processing conditions. Major equipment sizing shall also be provided. The Contractor shall describe system installation, startup and performance demonstration, monitoring and O&M responsibilities, site cleanup, and the implementation of optional services described in the ~tatement of Work, which may be exercised. The Contractor shall also indicate the wells to be used as part of the performance monitoring network (see Subsection 3.2.2). 3.3.3 Remedial Action Schedule The Contractor shall provide a schedule for the remedial action. The schedule shall include, at a minimum: NOR/K: \ WP\ 04400\ 07 8 \ SOWRPM0 1. WP 3-11 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. • Design • Pennitting • Mobilization • System installation • Startup and perfonnance demonstration • Monitoring • O&M activities • Reporting Groundwater Remedial Action Statement of Work FCX Site • OU1 Section: 3 Revision: 1 Date: February 1997 The schedule must comply with the project schedule provided in the SOW (Section 4). 3.4 GROUNDWATER REMEDIATION SYSTEM 3.4.1 General Requirements The Contractor shall provide all necessary supplies, services, and utilities to install and operate the groundwater remediation system. The performance of all components of the remediation system shall be guaranteed for the duration of this contract. Any component that fails during the contract period will be replaced by the Contractor at no additional charge -to the Project Representative. The Contractor is responsible for performing a utility survey to ensure that no utility lines impact or are impacted by the remediation system. NOA/K: \ WP\ 04400\ 07 8 \ SOWAPM0 1 .WP 3-12 • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. 3.4.2 Extraction System Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 3 Revision: 1 Date: February 1997 The groundwater remediation system shall extract groundwater from.the portions of the surficial aquifer that exceeds the groundwater goals listed in Table 2-3. A minimum of ten extraction wells (including the test well) are to be installed at the approximate locations shown in Figure 3-1. The approximate extent of contamination can be detennined from · the sampling results presented in the RI and PRI reports and on Figures 2-5 and 2-6. The Contractor is required to maintain hydraulic capture of all site groundwater with chemical concentrations in excess of the groundwater goals using wells along the southern and eastern boundaries of the site (see Figure 3-1). The extraction system shall achieve the following minimum criteria: 1. All contaminated groundwater within the overburden, migrating from the site, shall at all times be within the capture zone of the extraction system. 2. The extraction system in the surficial aquifer shall be constructed along the southern and eastern boundaries of the site and shall include a minimum of IO vertical extraction wells or 2 horizontal extraction wells. 3. The screened portion of each well shall fully penetrate the surficial aquifer (to a maximum depth of 65 feet). 4. Groundwater shall be extracted at a rate which will maintain hydraulic capture of contaminated groundwater from the site up to 25 gpm. NOR/K;\ WP\ 04400\ 076\ SOWRPM01. WP 3-13 • C2 • auRUNG10N \NO, eMW-11 /&l ~ ' I , r-~J/r--...... -----::. -::......-......._ I ...., ...., ', I ', ,.,..,.-I __ .,....._.,.l I // I / / ,, / / LEGEND: ,, ---------- / / e MONITORING WELL I I ® PROPOSED RECOVERY. WELL I I --ESTIMATED DETECTION BOUNDARY -;:-Source: EPA Site Mop (DH1E1347), Phase II Rt Report ---AREA OF HIGHEST Approlrimote Scolo: 1· -1so· CONCENTRATIONS ~ 1--":;:;.;,.;=~=;;;..;.-..;.;;.;; __________________ ......;;;.;;.;.:;:;.;;;;.;.;.;.a.;.;.:.:;;.;,;;. ___ __, FIGURE 3-1 PROPOSED EXTRACTION WELL LOCATIONS FCX -STATESVILLE STATESVILLE, NORTH CAROLINA • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site . OU 1 Section: 3 Revision: 1 Date: February 1997 5. Groundwater extraction shall not adversely impact other groundwater users, if any, in the vicinity of the site. The Contractor 1s fully responsible for finalizing the design and for meeting all criteria, regardless of the extraction rate and number of wells actually required to meet these criteria. The extraction system shall include vertical and/or horizontal extraction wells, pumps, valves, meters, and piping to convey the groundwater to the treatment system. The Contractor shall install the extraction wells as needed in accordance with the following: • Well installation standards of the State of North Carolina • EPA Region IV EISOP QAM) Drilling logs shall be recorded in accordance with EPA Region IV EISOP QAM and submitted to the Project Representative within 30 days of the completion of all extraction wells, and shall include, at a minimum, the following information: • USCS soil classifications and estimated percent of each soil type • Blow counts per foot • Depth to groundwater The wells shall be installed without glues or ot_her compounds that may release VOCs. NOA/K: \ WP\ 04400\ 078\ SOWRPM01. WP 3-15 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shalt not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 3 Revision: 1 Date: February 1997 After well installation, the Contractor shall survey the well locations to an accuracy of I ft or less horizontally, and 0.01 ft or less vertically. The survey must be performed by a surveyor licensed in the State of North Carolina. The extraction wells shall be developed until the discharge groundwater is clear and free of turbidity, sand, silt, and drill cuttings, as indicated by a measurement of 15 NTUs or less in well samples. Storage and disposal of development water shall be the responsibility of the Contractor. The wells shall be securely locked and protected from damage from vehicles. The well pumps shall be removable in less than 30 minutes for service or replacement. The Contractor shall provide and install the equipment required to verify and document achievement of the performance criteria. A totalizing flow meter and sampling port shall be installed at each extraction well. A sounding tube shall be installed outside the extraction well screen but inside the filter pack to allow water level measurement. Monitoring the performance of the extraction system shall be achieved as described in Subsection 3.6, Operation, Maintenance, and Related Activities. The Contractor shall perform a hydrostatic test of all piping in accordance with the latest version of A WW A Standard C-600 to confirm that no leaks exist prior to backfilling over the transmission line, and shall repeat the hydrostatic test after backfilling. The Contractor shall provide the necessary valves to remove an extraction well from the system without shutting down the transmission line to the treatment system. The Contractor shall provide a valve and NOR/ K:\ WP\ 04400\ 078\ SOWRPM0 1. WP 3-16 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site · OUl Section: 3 Revision: 1 Date: February 1997 flanged end cap at the end of the transmission line to allow for possible future connection of an additional transmission line. The transmission line shall be protected from damage from freezing and other damaging weather conditions. 3.4.3 Treatment System The treatment system shall remove the contaminants as required to allow discharge of the water to the sanitary sewer in accordance with the discharge permit from the City of Statesville. The Contractor shall be required to meet the permit limits as performance criteria. The treatment system shall be located on the former FCX property and shall include, at a minimum (see Figure 3-2): • Chemical reaction tank • Chemical feed system • Clarifier • Activated carbon adsorption vessels (at least two in series) • Sludge Thickening Process • Associated pumping, piping, valves, and meters Other unit processes (e.g., pH adjustment) may be necessary to achieve the discharge criteria. The treatment system shall possess the following features: NOR/K:\ WP\04400\ 078\ SOWRPMO 1. WP 3-17 J. I CHEMICAL FEED SYSTEM STORAGE TANK 'v --- " I CLARIFIER /j 'C7 L ~ r C f:J c~ C <I I CHEMICAL REACTION ~ " ~ I TANK i---.. -I---I SLUDGE I I SLUDGE THICKENING PROCESS ~ L _________________ J RECOVERED \JATER GRDUND\JATER EXTRACTION ELLS (NOT ACTUAL NUMBER) LO 1,1 I ~ 5 LEGEND \JATER L_00 '='---=--z d ---RECOVERED \JATER z ---SLUDGE SAMPLE PORT ~ c;: DRA\JING NOT TO SCALE l><l FCX SUPERF\JND Sil£ ST A lESVILl.£, IREDEU. COUNTY I SOUTH CAROUNA - - " - - ACTIVATED CARBON ADSORPTION LJ::i I) DE\JATERED SLUDGE DISP (RCRA LANDFILL> ~ • DISCHARGE TO SANITARY SE\JER □SAL • cJ SCHEMATIC DIAGRAM OF PROPOSED · C/l GROUNDWATER REMEDIATION SYSTEM DRAW v. a. 111. WRS 04-400--055 ~ Cl£Cl<ED APPROVED DVG. Ill. a.. FIGURE 3--2 ARCS-5 L-----------------------------'--------'-----~-------'------'---'--"-'=~--' _j_ J I I CHEMICAL FEED SYSTEM -STORAGE TANK -'v --- 'v I CLARIFIER u C7 I ~ r [ ~ C (I [ ~ I CHEMICAL REACTION ITT ITT ITT I TANK SLUDGE -I I I SLUDGE THICKENING PROCESS ~ L _________________ J 0 0 RECOVERED \I ATER GROUND'w'ATER EXTRACTl□N IO \I I ELLS <NOT ACTUAL NUMBER) ~ ~ LEGEND ----- , '-...._..,, ~ u '-.__..., ACTIVATED CARBON ADSORPTl□N Lb Jr DE'w'ATERED SLUDGE DISP (RCRA LANDFILL) • DISCHARGE TD SANITARY SE'w'ER □SAL • 'w'ATER L.::~ -®-~ z - -~ RECOVERED 'w'ATER d Z ---SLUDGE ~ IXl SAMPLE PORT Ci: DRA'w'ING NOT TD SCALE FCX SUPERFUND SITE ~ATESVILI..E, IREDEU. COUNlY SOUlH CAROLINA SCHEMATIC DIAGRAM OF PROPOSED &j GROUNDWATER REMEDIATION SYSTEM DRA\IN TE v. o. Ill WRS 96 04-400-055 ~ C1£C1<E1J APPR11VED TE lTw'G. Ill a.. L_ ___________ FI_GU_R_E_3-_2 ___________ ,__ _____ J_ __ __,_ _____ _,_ ___ __,___,A-"R..:..:C,,.,S"-----'5"----' • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site· OUl Section: 3 Revision: 1 Date: February 1997 • Automatic shut down of the entire remediation system within 10 seconds in the event of a malfunction that could cause the discharge or release of inadequately treated water. • Structural support and shelter (including walls) to completely enclose the treatment system. • Sampling ports on th_e influent and effluent lines. 3.4.4 Discharge System Treated groundwater shall be conveyed by pipe to the sanitary sewer. The discharge shall meet all requirements of the discharge permit, including effluent characteristics, discharge limitations, and monitoring requirements (see Attachment A). A meter shall be installed at the discharge to measure and continuously record flow rate and total flow. Meter failure will result in the assumption that no water was discharged, unless the flow rate can be justified to the Project Representative by other means. 3.4.5 Installation and Cleanup The Contractor shall be responsible for locating and avoiding damage to underground utilities in areas of well or piping installation, or any other activities involving subsurface disturbance, and shall replace to existing conditions any utilities damaged during installation of the remediation system. The Contractor shall replace and match any exis.ting asphalt pavement, concrete, grass, fencing, landscaping, or other improvements that are displaced, disturbed, or destroyed during installation or remedial activities. The Contractor shall install the remediation system and shall cleanup and dispose of all debris generated pursuant to this SOW, including NOR/ K:\ WP\ 04400\ 076\ SOWAPMO 1 . WP 3-19 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site. au, Section: 3 Revision: 1 Date; February 1997 but not limited to drill cuttings and well development water, in accordance with applicable local, state, and Federal regulations. The Contractor shall maintain safe and sanitary conditions both during remediation and at contract completion. 3.5 STARTUP. PERFORMANCE DEMONSTRATION. AND AS-BUILT DRAWINGS The Contractor, to demonstrate performance, shall operate the remediation system at full flow rates while achieving all performance criteria for a minimum of 96 consecutive hours, and shall continue operation in compliance with performance criteria to the end of the 30-day performance demonstration period. The Contractor shall provide to the Project Representative written records of flow meter/totalizer readings and chemical analysis for each parameter in the discharge permit to document perfomiance. Four samples collected at intervals of approximately 24 hours must indicate pennit compliance to demonstrate performance. All testing results shall be forwarded to the Project Representative within seven days of sampling. Analytical methods from the approved QAPP shall be employed. After successful performance demonstration and approval from the Project Representative, the Contractor shall receive final payment for supplies and services provided as part of Task 001 of the Price Schedule. Title shall pass to the U.S. Government for the complete remediation system at the time of acceptance of the performance demonstration results. The Project Representative may terminate the Contractor for default if the performance criteria are not achieved during the initial 30 days of the performance demonstration, and the Contractor NOR/ K:\ WP\ 04400\ 078\ SOWRPMO 1 .WP 3-20 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 3 Revision: 1 Date: February 1997 shall return progress payments to the Project Representative if perforniance is not successfully demonstrated. Alternatively, with the Project Representative's approval, the performan_ce demonstration period may be extended beyond 30 days (at no additional expense) until the flow rates and analytical samples from at least four consecutive days indicate compliance with the perfonnance criteria. Disposal of water that does not meet the requirements of the discharge pern1it shall be the responsibility of the Contractor. 3.5.1 As-Built Drawings Within 21 days after successful performance demonstration, the Contractor shall provide to the Project Representative as-built drawings (sealed by a North Carolina Professional Engineer) of the layout and piping and instrumentation diagrams showing all components of the remediation system. The Contractor shall revise the drawings if necessary within 15 days after receiving comments from the Project Representative. With regard to utilities, the as-built drawings shall include: • Horizontal and vertical locations of underground utilities and appurtenances within 50 feet of any portion of the remediation system. • Locations of internal utilities and appurtenances concealed m construction, referenced to visible and accessible features of the work. NOR/ K:\ WP\ 04400\ 078\ SOWRPMO 1. WP 3-21 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site. out Section: 3 Revision: 1 Date: February 1997 3.6 OPERATION, MAINTENANCE. AND RELATED ACTMTIES Services to be provided by the Contractor following successful performance demonstration include the following: • Operation and maintenance (O&M) of remediation system • Monitoring • Providing an O&M Manual, monitoring reports, and other documentation • Contract closeout 3.6.1 Operation and Maintenance The Contractor shall perform O&M services for the remediation system for at least 47 weeks of successful operation completed during the first 52 weeks after the acceptance of the demonstration report. "Weeks of successful operation" are defined as seven consecutive calendar days during which groundwater pumped at the rate necessary to maintain hydraulic capture of the plume is treated to levels below the discharge criteria and is discharged to the sanitary sewer. The Contractor is responsible for providing all utilities necessary to operate and maintain the system. Downtime due to power outages, utility failures, or acts of God beyond the control of the Contractor shall be considered as part of the maximum 5 weeks of downtime permitted during the first 52 weeks of operation. The Contractor shall perform preventive maintenance to prolong the life and improve the efficiency of the components of the remediation system with the goal that the system lasts for NOR/K:\ WP\ 04400\ 078 \ SOWRPM01. WP 3-22 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 3 Revision: 1 Date: February 1997 30 years. Repair or replacement of all components of the remediation system for the duration of the contract shall be the responsibility of the Contractor. System components expected to function after the contract period, including but not limited to monitor wells, structures and support pads, piping, valves, and treatment units, shall be repaired or replaced by the Contractor at the Contractor's expense until the groundwater goals are achieved or for 30 years, whichever comes first. The Contractor shall be responsible for the disposal of all wastes generated pursuant to implementation of this Statement of Work. The Contractor shall perform a hydrostatic test of all piping in accordance with the latest version of A WW A Standard C-600 to confirm that no leaks have occurred at the end of each 12 months of operation and at the end of the contract period. The Contractor shall trace and repair any leaks. The Contractor shall provide an alarm system that automatically and immediately notifies the Contractor in the event that the remediation system shuts down or otherwise requires attention (such as chemical feed shutdown, excessive back pressure tank overflow, or pipe leak) during the Contractor's absence from the site. The Contractor shall take action within one hour of notification to correct any operational malfunctions. The Contractor shall be responsible for all damage or claims as a result of a spill from the system. The Contractor shall, within 24 hours of a system shutdown or spill, notify the Project Representative of the spill or other malfunction. NOR/ K:\ WP\ 04400\ 078\ SOWRPMO 1. WP 3-23 • • This document was prepared by Aoy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. 3.6.2 Monitoring Groundwater Remedial Action Statement of Work FCX Site • OU I Section: 3 Revision: 1 Date: February 1997 The Contractor shall provide all necessary services, supplies, equipment, utilities, and labor to conduct system monitoring throughout the base operations and maintenance period as described in the Contract Documents. Monitoring activities shall include remediation system monitoring and groundwater monitoring. 3.6.2.1 Remediation System Monitoring The Contractor shall perform sampling and analysis of extraction system influent and effluent to verify compliance with the performance criteria. Effluent sampling and analysis shall be performed twice monthly for the first 12 months of operation for the parameters required by the discharge pem1it. If the sampling results indicate noncompliance, the Contractor shall be considered out of compliance with the discharge criteria until subsequent sampling results indicate compliance. Influent samples shall be collected and analyzed quarterly for the same analytical parameters as the effluent samples. Documentation that the required groundwater extraction rates are maintained is required to verify that the performance criteria have been achieved and O&M is being conducted as required. Flow shall be recorded continuously. NOR/K.: \ WP\ 04400\ 078\ SOWAPMO 1. WP 3-24 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA It shall not be disclosed, in whole or in part, without the express written permission of EPA. 3.6.2.2 Groundwater Monitoring Groundwater Remedial Action Statemen.t of Work FCX Site -OU 1 Section: 3 Revision: 1 Date: February 1997 Quarterly groundwater sampling and water level measurements shall be performed at all wells in the performance monitoring network in order to evaluate plume migration and the capture zone. Samples for different quarters shall not be collected within 28 days of one another. Samples will be analyzed for the following parameters: • Barium • Lindane • Beryllium • Bromodichloromethane • Chromium • Chloroform • Manganese • Chloromethane • Vanadium • 1, 1-Dichloroethane • Chlordanes (Alpha & Gamma) • 1, 1-Dichloroethene • Dieldrin • Perchloroethylene • Heptachlor Epoxide • Trichloroethene • BHC (Alpha & Beta) • Bis(2-ethylhexyl)phthalate The performance monitoring network shall consist of the following monitoring wells: • MW-1* • MW-9 • MW-2* • MW-10 • MW-3* • MW-11 • MW-4* • W-22 • MW-Ss • W-23 • MW-Sd • W-24 • MW-6s • W-25 • MW-6d • W-27 • MW-7 • W-29 • MW-8 * To be sampled for pesticides only. NOR/K:\ WP\ 04400\ 078\ SOWRPM0 1. WP 3-25 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA Groundwater Remedial Action Statement of Work FCX Site -OUl Section: 3 Revision: 1 Date: February 1997 These well locations are shown in Figure 2-7. 3.6.2.3 General Monitoring Requirements Sampling and analysis of water samples will be conducted as described in the accepted Quality Assurance Project Plan, which incorporates the EPA Region IV EISOP QAM. The laboratory quantification limits must be as low as or lower than groundwater goals and the discharge criteria, unless not achievable by any EPA-approved analytical method. The Contractor shall prepare and analyze duplicate, blank, and spike samples each numbering IO% of the total number of monitoring samples. Measurements of pH may be made using a field pH meter. The Contractor shall conduct weekly inspections of the extraction and treatment system operation' and record in ink in bound logbooks the following information: • • • • • Water levels in all extraction wells Volume of water pumped from each extraction well during the week Week! y discharge rate Other system operating parameter readings for each well and the treatment system as defined in the O&M Manual Time of inspection and/or readings NOA/K: \ WP\ 04400\ 078 \ SOWAPMO t .WP 3-26 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 3 Revision: 1 Date: February 1997 Activities shall be conducted in accordance with the procedures included in the O&M Manual to be prepared as part of this Contract (See Section 3.6.3.1). System operators shall be trained in the procedures specified in the O&M Manual. 3.6.3 Documentation 3.6.3.1 O&M Manual Within 30 days after successful performance demonstration, the Contractor shall prepare and submit to the Project Representative an O&M Manual that describes in detail startup and normal operating procedures, and routine and preventive maintenance procedures and maintenance schedules for the entire remediation system. The manual shall be considered a dynamic document and the Contractor shall update the manual pursuant to equipment change-out, procedure alteration, and modifications in other applicable system conditions. The document shall address the operations and maintenance procedures for the project equipment, including instructions for operation, routine maintenance and cleaning activities and schedule, and troubleshooting procedures. A list of spare parts to be maintained and equipment suppliers and subcontractors with contact names, addresses, and telephone numbers shall also be included in the O&M Manual. Photocopies of warranties shall be included. The manual shall be of sufficient detail to allow operation and maintenance of the remediation system by those unfamiliar with the system. The Contractor shall be responsible for updating the manual at the end of the contract period to incorporate revised O&M procedures and other relevant information to perform subsequent O&M, and for submitting the updated O&M Manual to the Project Representative within 15 days after completion of the base or final optional period NOR/K:\ WP\ 04400\ 078\ SOWAPM01. WP 3-27 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 3 Revision: 1 Date: February 1997 of O&M. The Contractor shall revise the O&M Manual, if necessary, based on comments from the Project Representative. 3.6.3.2 Monitoring Reports The Contractor shall provide reports of all monitoring results to the Project Representative no later than 40 days following sampling, and to the City of Statesville as required for discharge pennit compliance. The quarterly groundwater monitoring reports shall include the analytical results in tabular format, a groundwater elevation contour map and a concentration contour map for all contaminants that exceed groundwater goals in at least two samples. 3.6.4 End-of-Contract Activities If additional groundwater treatment is required at the end of the project contract period, the equipment shall remain at the site at the end of the contract _performance period. If the system removal option is exercised by the Project Representative, the Contractor shall demobilize and deliver the system to the government freight-on-board origin point nearest to the site. The Contractor shall revise as-built drawings that represent the layout of the remediation system at the time of contract closeout. The Contractor shall ensure that all monitoring reports are up- to-date and that all sampling results have been reported. The Contractor shall leave at the site one copy of as-built drawings, the final version of the O&M Manual, the Remedial Action Work Plan, and each monitoring report. All manuals and reports shall be bound in 8-1/2 x 11 inch text pages, three-ring binders with durable plastic covers, and shall contain a table of contents. NOR/K:\ WP\ 04400\ 078\ SOWRPMO l. WP 3-28 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU 1 Section: 3 Revision: 1 Date; February 1997 The Contractor shall submit a closeout report indicating the status of each line item (e.g., completed, to be completed by specific date, on-going, option not exercised). Final site cleaning shall include the following: • Remove waste and surplus materials, rubbish, and construction facilities from the site. • • • • • Sweep paved areas and rake clean landscaped surfaces . Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains, and foreign substances; polish transparent and glossy surfaces; vacuum carpeted and soft surfaces. Clean equipment and fixtures to a sanitary condition . Replace filters on all operating equipment. Clean debris (rom roofs, gutters, downspouts, and drainage systems . The Contractor shall submit final application for payment identifying total Contract sum, previous payments, and sum remaining due. 3.7 OPTIONAL SERVICES The Contractor shall price the services listed in this subsection that may or may not be exercised by the Project Representative. NOA/K:\ WP\ 04400 \078 \ SOWAPMO 1 . WP 3-29 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA 3.7.1 Optional O&M Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 3 Revision: 1 Date: February 1997 After one year of O&M has been completed, the Contractor may be contracted to provide O&M services on the remediation system for an additional period of time. The services to be provided shall be the same as those described in Subsections 3.6.1 to 3.6.3 and shall be contracted on a quarter-year basis. Only quarters of successful operation shall be paid for. A quarter of successful operation shall be defined as 12 weeks during which groundwater is pumped at a rate necessary to maintain hydraulic capture of the plume is treated ·to levels below the discharge criteria and is discharged to the sanitary sewer. The Contractor may be tem1inated if more than one week of down time is incurred during a quarter-year. The groundwater remediation, including O&M, shall be considered complete when the remediation goals have been attained in all wells in the groundwater monitoring system for four or more consecutive quarters. After the remedial system has been shutdown, the Contractor may be required to restart the system one or more times if future groundwater concentration(s) exceed the groundwater remediation goals. If restartup is implemented, the Contractor shall be responsible for restartup, operation, and maintenance of the remediation system. Restartup may occur anytime within two years after initial shutdown of the system and may occur more than once. 3. 7 .2 Increase of Minimum Extraction Rate Based on the results of the pumping tests, the Project Representative may choose to exercise this option, in which the required flow range for the extraction system shall be increased 25 to 50 NOR/ K:\ WP\ 04400\ 0 78\ SOWRPM0 1 . WP 3-30 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA It shall not be disclosed, in whole or in part, without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site • OU1 Section: 3 Revision: 1 Date: February 1997 gpm to ensure capture of the plume. If exercised, the Contractor shall purchase and install all additional equipment necessary to achieve hydraulic capture by pumping groundwater at a rate within this higher flow range. The Contractor shall also pump at this flow rate and maintain hydraulic capture throughout operation and shall ensure that treatment and discharge systems are capable of handling this flow. Other aspects of O&M under this option shall meet the requirements presented in Subsection 3.6.1 during the base O&M period and 3. 7. I during the optional O&M period (if exercised). 3. 7.3 Optional Extraction Well Installation and Hookup The Contractor is required to achieve the perfonnance criteria and will not be reimbursed if additional extraction wells are required in the effort to achieve the groundwater remediation goals or performance criteria. However, this option for additional extraction wells may be exercised, totally at the Project Representative's discretion, if a modification to the groundwater remediation goals or performance criteria warrant it, or if the contaminant plume has, at the time of installation of the remediation system, migrated into an area that requires crossgradient extraction wells. Under this option, additional extraction wells may be required in addition to those installed as described in Subsection 3.4.2. The Contractor shall install the wells to the same standards as the wells installed in accordance with Subsection 3.4.2. The wells shall fully penetrate the surficial aquifer to a maximum depth of 65 feet. The Contractor shall provide all necessary supplies and services for the installation of the extraction wells, valves, meters, pumps, and connections to the treatment system. The Contractor shall be paid for the actual pipe lengths necessary to provide the connection in the NOR/K:\ WP\ 04400\ 07 8 \ SOWAPM0 1 ,WP 3-31 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA It shall not be disclosed, in whole or in part. without the express written permission of EPA. Groundwater Remedial Action Statement of Work FCX Site -OU 1 Section: 3 Revision: 1 Date: February 1997 shortest economical distance (in a straight line, unless redirection necessary to bypass objects or properties). 3. 7.4 Optional Monitor Well Installation This option for additional monitor wells may be exercised, totally at the Project Representative's discretion, if a modification to the remediation goals or perfom1ance criteria warrant it. Under this option, additional monitor wells may be required in addition to those already installed. The Contractor shall install the wells to meet the requirements of the State of North Carolina and the EPA Region IV EISOP QAM. The wells shall fully penetrate the surficial aquifer to a maximum depth of 65 feet. The Contractor shall install all necessary supplies and services for the installation of the monitor wells. 3.7.5 Transition to New System Operator If groundwater remediation is not completed during this Contract and this option is exercised by the Project Representative, the Contractor shall provide services associated with transferring operation and maintenance of the remediation system, including optional components, to a subsequent operator. During the Contractor's last month of O&M, the Contractor shall provide a minimum of one eight-hour work day of classroom and field operator training in O&M, monitoring, and reporting requirements prior to the end of the Contract at a time to be specified by the Project Representative. NOR/K:\ WP\ 04400\ 078\ S0WAPM01 . WP 3-32 • • This document was preparE!d by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. 3. 7 .6 Post-Remediation Quarterly Monitoring Groundwater Remedial Action Statement of Work FCX Site -OU 1 Section: 3 Revision: 1 Date: February 1997 The groundwater remediation shall be considered complete when the remediation goals have been attained in all wells in the monitoring system for four or more consecutive quarters. The Contractor shall provide all supplies and services necessary to perform quarterly groundwater monitoring and report the results after the remediation system has been shut down following attainment of remediation goals (if attained). If this option is exercised by the Project Representative, the Contractor shall sample from a post- remediation monitoring network consisting of a minimum of four monitor wells. The Contractor shall measure water levels and analyze groundwater samples in these wells quarterly. Sampling . dates in different quarters shall be separated by a minimum of 28 days. Sampling and analysis requirements shall be consistent with those outlined in th_e approved QAPP, and Subsection 3.6.2.2. 3.7.7 System Removal If groundwater remediation is completed and this option is exercised, the Contractor shall demobilize, decontaminate, and deliver the remediation system equipment to the government freight-on-board (FOB) origin point nearest to the site. Residuals and debris shall be removed and the site restored in accordance with Subsection 3.4.5. NOA/K; \ WP\ 04400\ 078\ SOWRPM0 1 .WP 3-33 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shalt not be disclosed, in whole or in part, without the express written permission of EPA. 3.7.8 Well Abandonment Groundwater Remedial Action Statement of Work FCX Site . OUl Section: 3 Revision: 1 Date: February 1997 If groundwater remediation is completed and this option is exercised, the Contractor shall provide the supplies and services necessary to abandon extraction and monitor wells in accordance with State of North Carolina requirements and standard industry practices. The wells to be abandoned will be identified by the Project Representative after the remediation is complete. The Contractor will be paid only for actual cubic yards of well void space abandoned, measured from the bottom of the well to the top of the well. 3.8 SUMMARY OF PERFORMANCE CRITERIA A summary of the key performance criteria that must be met at all times to satisfy the requirements of this contract is provided below: Extraction System 1. All contaminated groundwater currently migrating from the site in the overburden shall be shown to flow toward the extraction well system. 2. Concentrations of constituents already detected off-site steadily decrease. 3. The extraction system shall include a minimum of LO vertical extraction wells or 2 horizontal extraction wells. NOA/K:\ WP\ 04400\ 078\ SOWRPM0 1 .WP 3-34 • • This document was prepared by Roy F. Weston, tnc., expressly for EPA It shall not be disclosed, in whole or in part, without the express written permission of EPA Groundwater Remedial Action Statement of Work FCX Site • OU 1 Section: 3 Revision: 1 Date: February 1997 4. Groundwater shall at all times be extracted at a flow rate sufficient to prevent off- site migration of the contaminant plume in the surficial aquifer. 5. Groundwater extraction shall not adversely impact other groundwater users, if any, in the vicinity of the site. Treatment/Discharge System 6. The treated discharge water shall comply with all requirements of the discharge permit (Attachment A). Performance Demonstration 7. To demonstrate performance of the treatment system, the Contractor shall operate the system at full flow rates while achieving all performance criteria for a minimum of 96 hours, and shall continue operation in compliance with performance criteria to the end of the 30-day performance demonstration period. NOR/K: \ WP\ 04400\ 078\ SOWRPM0 1. WP 3-35 • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. SECTION 4 SCHEDULE Groundwater Remedial Action Statement of Work FCX Site · 0U1 Section: 4 Revision: 1 Date: February 1997 The Contractor shall comply with the remedial action schedule presented in the following table. Table 4-1 lists the maximum allowable duration for deliverables, installation, monitoring, and other project-related tasks. NOA/K: \ WP\ 04400\ 078 \ SOWAPM0 1. WP 4-1 This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Milestone Submit Draft HASP/QAPP/Pump Test Work Plan Submit Final HASP/QAPP/Pump Test Work Plan Install test well and complete pumping tests Submit Draft Remedial Action Work Plan Submit Final Remedial Action Work Plan Initiate performance demonstration {I) Submit performance demonstration monitoring results Begin base O&M period Submit as-built drawings Submit revised as-built drawings Install and place on-line optional items Effluent monitoring Report effluent monitoring results to Project Representative Groundwater monitoring (after performance demonstration) Report groundwater monitoring results (during operation) Training of subsequent operator Post-remediation monitoring System removal Well abandonment m Includes Optional treatment equipment, if required. Table 4-1 Remedial Action Schedule Schedule 28 days after contract award 14 days after receipt of comments 28 days after approval of QAPP 75 days after completion of pumping test 21 days after receipt of comments 150 days after approval of Work Plan 7 days after sampling Upon approval of performance demonstration Groundwater Remedial Action Statement of Work FCX Site · OU 1 Section: 4 Revision: 1 Date: February 1997 21 days after successful performance demonstration 15 days after receipt of comments 45 days after exercise of option As required by discharge permit (at least monthly) 21 days after sampling {ll Quarterly 40 days after sampling Last month of Contractor O&M Quarterly from exercise of option until end of contract 60 days after option exercised 60 days after option exercised <2J Effluent monitoring results must also be reported to the City of Statesville in compliance with the schedule indicated in the discharge pennit. NOR/K:\ WP\ 04400\078 \ SOWRPM0t. WP 4-2 • • • • This document was prepared by Roy F. Weston, lnc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Item 001 PRICE SCHEDULE Remedial Action Supplies or Services and Price Supplies/Services Unit Groundwater Pumping Test and Groundwater Per Lot Remediation System, including extraction system, treatment system, and discharge system. All necessary services include supplies, labor, and equipment to achieve performance criteria as defined in the Statement of Work (SOW). The system price includes, but is not limited to, health and safety plan, quality assurance project plan, obtaining required pennits, groundwater pumping tests, remediation system design, work plans, remediation system purchase and. installation, utility hookups, start-up, performance demonstration, laboratory/analytical services, submittal of as-built drawings, and site cleanup. This item includes all activities up to the point of taking title to the system by the government. NOA/ K;\ WP\ 04400\ 078\ SOWRPMO 1 .WP 4-3 Groundwater Remedial Action Statement of Work FCX Site · OU1 Section: 4 Revision: 1 Date: February 1997 Unit Est. Price Quantity I Total Cost • • This document was prepared by Roy F. Weston, Inc., expressly for EPA It shall not be disclosed, in whole or in part, without ,the express written permission of EPA. Item 002 PRICE SCHEDULE (Continued) Remedial Action Supplies or Services and Price Supplies/Services Unit Base Period Operation and Maintenance, Per Lot consisting of 47 weeks of successful operation completed within the first 52 weeks after the acceptance of the demonstration report. All necessary services, supplies, equipment, utilities, and labor to complete the base period requirements; O&M Manual preparation and updating; repair and/or replacement of all equipment required for successful operation in accordance with the accepted work plan, required pennits, and the SOW; groundwater and system monitoring, chemical analysis, and reporting; and residuals disposal and contract closeout activities (excluding system removal). O&M base period begins upon written approval by the Project Representative of the performance demonstration results. Prices associated with O&M activities for optional items are not to be included in this line item. NOA/K; \ WP\ 04400\ 078\ SOWAPMO 1 , WP 4-4 Groundwater Remedial Action Statement of Work FCX Site • OU 1 Section: 4 Revision: 1 Date: February 1997 Unit Est. Price Quantity I ' Total Cost • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. lt shall not be disclosed, in whole or in part, without the express written permission of EPA. Item 003 004 PRICE SCHEDULE (Continued) Remedial Action Supplies or Services and Price Supplies/Services Unit OPTIONAL SERVICES Optional O&M -I to IO quarters of O&M services Per after the Base Period of Operation and Maintenance Quarter (Item 002). All necessary services, supplies, Year equipment, utiliti,es, and labor to complete the optional period O&M requirements; repair and/or replacement of all equipment required for successful operation in accordance with the accepted work plan, required permits, and the SOW; groundwater and system monitoring, chemical analysis, toxicity testing, and reporting; and residuals disposal. Only quarters of successful operation, as defined in the Statement of Work, shall be paid for. Prices associated with O&M for Optional Items 004 and 005 are not to be included in this line item. Increased Extraction Rate Option -All necessary Per Lot services, supplies, equipment, utilities, and labor to increase the minimum extraction rate to greater than 25 gpm but not to exceed 50 gpm; upgrading of pumps, piping meters, valves, treatment equipment, and supplies and other remediation system components to handle the increased flow, and additional residuals disposal. This item includes activities up to the point of acceptance of the demonstration report and taking title to the system by the government. Prices shall reflect increase above price for Item 00 I. NOR /K:\ WP\ 04400\ 078\ SOWRPMO 1. WP 4-5 Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 4 Revision: 1 Date: February 1997 Unit Est. Price Quantity 2 I Total Cost - • • This document was prepared by Roy F. Weston, Inc,, expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Item 005 006 007 PRICE SCHEDULE (Continued) Remedial Action Supplies or Services and Price Supplies/Services Unit Increased Extraction Rate O&M Option - l to 18 Per quarters of O&M services for Optional Item 004 Quarter after system demonstration. All necessary services. Year supplies, equipment, utilities, and labor to complete the optional O&M requirements; repair and/or replacement of all equipment required for successful operation in accordance with the accepted Work Plan, required permits, and the SOW; system monitoring and reporting; and residuals disposal. Only quarters of successful operation, as defined in the SOW, shall be paid for. Optional Extraction Well Installation -l to 5 Per Extraction Wells, fully penetrating the surficial Well aquifer (not to exceed depth of 65 feet). All necessary supplies and services for the installation of extraction wells including required pumps and connections, in addition to the extraction wells specified in Item 001. Extraction wells shall be installed in accordance with the SOW, State of North Carolina requirements, and stand~rd industry practices. Optional Extraction Well Piping -l to 1,000 ft. Per Foot All supplies and services necessary for the installation of piping to connect additional extraction wells to the treatment system in accordance with the specification. The Contractor shall only be paid for the actual amount necessary to perform the connection in the shortest economical distance (in a straight line, unless necessary to bypass objects and properties). NOA/K;\ WP\ 04400\ 078\ SOWAPMO 1. WP 4-6 Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 4 Revision: l Date: February 1997 Unit Est. Price Quantity 4 I 500 Total Cost - • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. Item 008 009 010 011 012 PRICE SCHEDULE (Continued) Remedial Action Supplies or Services and Price Supplies/Services Unit Optional Monitoring Well Installation - I to 5 Per surficial aquifer wells. All necessary supplies and Well services for the installation and development of monitoring wells fully penetrating the surficial aquifer (not to exceed depth of 65 feet). Monitoring wells shall be installed in accordance with the SOW, State of North Carolina requirements, and standard industry practices. Optional Transition to New System Operator -Per Lot Services associated with transferring operation of the remediation system, including optional components, to a subsequent operator. The services shall include providing operator training. Post-Remediation Quarterly Monitoring Option -Per I to 8 events .. All necessary supplies and services to· Event perform quarterly groundwater monitoring and report results after the remediation system has been shut down following cleanup goal attainment, as specified in the SOW. Optional System Removal -Services associated Per Lot with demobilization and delivery of the remediation system to the government freight-on-board origin point nearest to the site. Optional Well Abandonment - I to 100 cubic Per yards of well void space. All necessary services Cubic and supplies to abandon extraction and monitoring Yard wells in accordance with State of North Carolina requirements and standard industry practices. NOR/K:\ WP\ 04400\ 07 8 \ SOWRPMO 1 . WP 4-7 Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 4 Revision: 1 Date: February 1997 Unit Est. Price Quantity I I I I 35 Total Cost ! - • • This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be disclosed, in whole or in part, without the express written permission of EPA. EVALUATION OF OFFERS Groundwater Remedial Action Statement of Work FCX Site -OU1 Section: 4 Revision: 1 Date: February 1997 For purposes of award, offers will be evaluated by adding the extended prices for base award and option quantities set forth as follows: Item No. Quantity 001 I Lot 002 I Lot 003 2 Quarters 004 I Lot 005 4 Quarters 006 I Well 007 500 Feet 008 I Well 009 I Lot 010 I Event 011 I Lot 012 35 Cubic Feet Offers will be evaluated by multiplying the offered unit price by these quantities. Award will be made to the low-priced responsible offeror for the total of all of these items. Only offerors complying with the solicitation in all respects will be considered for award. WESTON reserves the right to reject any or all bids and to waive technicalities and informalities. NOA/K: \ WP\ 04400\ 078\ SOWRPM0 1 .WP 4-8 • • This document was prepared by Roy F. Weston, Inc,, expressly for EPA It shall not be disclosed, in whole or in part, without the express written permission of EPA. NQR/K:\ WP\ 04400\ 078\ SOWAPMO 1. WP ATTACHMENT A DISCHARGE PERMIT Groundwater Remedial Action Statement of Work FCX Site • OU 1 Section: Attachment A Revision: 1 Date: February 1997 • Roy F. Weston, Inc. 1 SSO-H Seaver Ridge Circle Norcross, Georgia 30071-3833 :,, TT0-253-5400 • Fax TT0-263-5450 REGISTERED MAIL RETUR.IV RECEIPT REQUESTED Ms. Carol Rogers Pretreatment Coordinator City of Statesville P.O. Box 1111 Statesville, North Carolina 28687 RE: Groundwater Remediation Permit No. T-43 FCX Superfund Site Work Assignment No. 55-4NSM Contract No. 68-W9-0057 Document Control No. 4400-55-AFQV Dear Ms. Rogers: April 12, 1996 • Enclosed are revised pages to Permit No. T-43. As we discussed, the permit has been revised to reflect a discharge limit of 100 gallons per minute as a special condition, and concentrations of volatiles to be discharged to the sanitary sewer are not to exceed North Carolina Drinking ; Water Standards or detection limits if a drinking. water standard bas not been promulgated for · a parameter. If you have any questions please call Ralph McKeen or me at (J70) 263-5400. JEJ/smo Attachment cc: Ken Mallary, EPA Ralph McKeen William R. Doyle NOR/Y~\ W?\ 04c.CO\ ~ \ L T.JS.,00 ! . If/? Sincerely, ROY F. WESTON, INC. ~c:;;,/d,-r-- Jo Ellen Jo~n Project Engineer • • Part I Permit No. T-43 PARAMETER PESTICIDES VOLATILE A. EFFLUENT LIMITS AND MONITORING REQUIREMENTS NON-COMPATIBLE POLLUTANTS PERMIT LIMIT SAMPLE TYPE < 7.0 ugil Grab ,t_rY/C-1-o.r ·f < Detection Lim~ , "1 Grab ('{\e,i_*t,.,,., nof /,e,e,r1 from l,j izy:,-itJ -tor 0. P"-rv-v,,.<.,+tr -'i' f()GL -Nor/-1.. (,-,,a/;,_,_, C le.<.-s 6-A-(:,--,'O,,,_.J .... J-v Vw.i.J/S~,_µ}.s Collection of sample and analysis is the s_ole responsibility of the Permittee. Results should be submitted to the Director of WaterM/astewater within 30 days of the sampling event. ~ &..,,o I Ror5 t(-/12/'1~ • SPECIAL CONDITIONS • Part I Permrt No. T -43 / 6o u r.,e.t,,,o t &,,If'> 1. Permittee shall discharge at a rate not to excee~PM. -I> 1 / 1-z,,j")C, 2. The Permrttee shall operate and maintain an efficient pretreatment system. 3. The Pennrttee shall submit analyses on the discharge sample quarterly. The samples are to be analyzed for volatile hydrocarbons. The results are to be submitted to this office within thirty days of the sampling event. Failure to do so will effect future requests of this nature. 4. A sample will be submitted quarterly to the 4th Creek Lab for analyses of pH, BOD, COD, NH3-N, and TSS. • . - ,-~ -'. Q!itu nf :~~~ ~tatenuille fJ. @. illux Ill! • §tatesuille. !Nurti) Qiarulina c:!8687 Ms. Jo Ellen Johnson Roy F. Weston, Inc. 1880-H Beaver Ridge Circle Norcross, Georgia 30071 Dear Ms. Johnson: March 27, 1996 • In accordance with your letter requesting a discharge permit, we are forwarding herewith the subject City discharge permit. This permit is issued pursuant to the requirements of the City of Statesville Sewer Use Code. If any parts, measurements, frequencies or sampling requirements contained in this permit are unacceptable to you, you may request a modification by witten request to the Director identifying the specific issues to be contended. Unless such a request is made within 10 days following receipt of this permit, this permit shall be final and binding. This permit is not transferable. This permit does not effect or satisfy any requirements of the City of Statesville other than the above referenced. Please sign and return a copy of the receipt page of this permit to our office. If you have any questions, please contact Carol Rogers at (704) 878-3438. Sincerely, /4 fl euuJ. f2o y,w L. F. "Joe" Hudson, Jr., Director Water/Wastewater Treatment • • CITY OF STATESVILLE, NORTH CAROLINA PERMIT NO. T -43 PERMIT TO DISCHARGE WASTEWATER UNDER THE SEWER USE ORDINANCE OF THE CITY OF STATESVILLE Pursuant to the City of Statesville Sewer Use Ordinance ( here-after referred to as "The Ordinance"), other lawful standards and regylations promulgated and adopted by the City of Statesville, as amended, and pursuant to the Permit Application ( here-after referred to as "The Application" ) heretofore filed with the City of Statesville, FCX-Statesville Superfund Site, ( here-after referred to as "Permittee") is hereby authorized to discharge groundwater from their facility located at the northwest comer of Front Street and Phoenix Street, into the sanitary sewers of the City of Statesville ( here-after referred to as 'The City" ) in accordance with effluent limitations, monitoring requirements, and special conditions contained herein. All such discharges shall be made at discharge locations approved in advance by the City. This permit shall become effective on April 1, 1996. This permit and the authorization to discharge shall expire at midnight April 1, 2000. Signed this the ;? q f-1.. day of {Y) Q -V' ,b..-, CITY OF STATESVILLE, NC 1/ •// ,B~Az/4;)7 1/ Lenwood F. Hudson, Jr., Director Water/Wastewater Treatment • • Receipt of the foregoing Permit is acknowledged. This the ____ day of ---------· 1996. Name of Permittee By:. __________ _ Address: PARAMETER BOD, 5 DAY COD TSS NH3 ·N pH FLOW* • • Part I Permit No. T-42 A. EFFLUENT LIMITS AND MONITORING REQUIREMENTS COMPATIBLE POLLUTANTS PERMIT LIMIT SAMPLE TYPE 300 mgn Grab 700 mgn Grab 300 mgn Grab 15 mgn Grab 6 · 11 Std. Units Grab 100 GPM Monitor * Flow must be monitored by a City approved meter, which is accessible to the meter reader. A billing account must be established with Collections at City Hall prior to discharge. • • Part I Pennit No. T -43 A. EFFLUENT LIMITS AND MONITORING REQUIREMENTS Description of Discharges Description 01 Treated groundwater The sampling point for Pipe 01 is the sampling port off pretreatment system. • SPECIAL CONDITIONS • Part I Permit No. T-43 /C() U CA,.._,,\ /?_,o~'-> 1. Permittee shall discharge at a rate not to exceed)B'GPM.-\' 1 / 1-z,,)"IG 2. The Permittee shall operate and maintain an efficient pretreatment system. 3. The Permittee shall submit analyses on the discharge sample quarterly. The samples are to be analyzed for volatile hydrocarbons. The results are to be submitted to this office within thirty days of the sampling event. Failure to do so will effect future requests of this nature. 4. A sample will be submitted quarterly to the 4th Creek Lab for analyses of pH, BOD, COD, NH3-N, and TSS. PARAMETER PESTICIDES • • Part I Permit No. T-43 A. EFFLUENT LIMITS AND MONITORING REQUIREMENTS NON-COMPATIBLE POLLUTANTS PERMIT LIMIT SAMPLE TYPE < 1.0 ug/1 Grab L.rYIC..1--o.r -r VOLATILE < Detection Limit • r "1 Grab r1/\01-" /,i&s 110-t 6u"' pro,-,, l-1 lc}«-f,J -tor o. pc-rv-...-.<.,h.r -'I-fill,L. -/Vo,f-k (,:...,o /:..,_, Cl,.,s G-i4-Gr,oiA..,J....-,J"' QtN.l.fyS~,,,,.Js Collection of sample and analysis is the sole responsibility of the Permittee: -fk-r {!.,:;.,,o I Results should be submitted to the Director of Water/Wastewater within 30 days of the Ro~ sampling event. cf/, z/"J, • • SECTION D A. The Contractor shall be paid as approved by the Project Representative. Progress payments shall be made during the perfom1ance of Item 001 after the Contractor achieves the following milestones: Milestone Approval of Quality Assurance Project Plan, Pumping Test, and Remedial Action Work Plan by Project Representative Extraction System Installed Treatment System Installed Discharge System Installed Site Restoration Demonstration of Achievement of Performance Criteria As-Built Drawings Submitted and Approved Payment 10% 5% 10% 5% 5% 30% 10% The final 25 % of the Item 001 contract amount will be paid at the satisfactory completion of the entirety of Item 001. B. Progress payments shall be made during the perfom1ance ofltem 002 after the Contractor attains the following milestones: Milestone Successful Operation and Maintenance of the Remediation System for 47 Weeks During a 52-Week Period (i.e. , Year) Contract Closeout Payment 45% Per Year C. For all other Work Items, payment shall be made to the Contractor after satisfactory completion of each Item, except for items in units of time periods (e.g., per quarter year)-which will be paid after satisfactory completion of each period. D. Final payment -After completion of all work, and prior to final payment, the Contractor shall furnish to the Project Representative a release of claims against the Project Representative relating to this Contract. Upon receipt of such release, the Contractor shall receive final NOR/K.:\ WP\04400\078\CONRPM01 .WP D-1 01/97 • • payment to the Contractor under this Contract after completion and acceptance of all work and presentation of a properly executed final voucher. NOA/K:\ WP\ 04400\ 076 \ CONAPMO 1. WP D-2 01/97 • • • SECTION E RELEASE OF ALL LIENS AND ALL CLAIMS NOA/K: \ WP\ 04400\ 078 \ BIDRPM0 1 . WP EXAMPLE • CONTR.OR'S RELEASE OF LIENS AND L CLAIMS AND SALES AND USE TAX CERTIFICATION (CONTRACTOR) (THE CLIENT) Contract # _________ _ WESTON W.O. # ______ _ Contract Value Less Payments $ ____ _ $, ____ _ Final Payment $ ____ _ Upon receipt by CONTRACTOR of a final payment in the above stated amount, or if paid by check when said check has been paid by the bank upon which it is drawn, CONTRACTOR does remise, release and forever discharge WESTON, its sureties and the Client from any and all actions, causes of action, liens, bond rights, stop notices, debts, dues, accounts, covenants, agreements, judgements, claims and demands of whatsoever nature or character which said CONTRACTOR now has or ever has had against WESTON or its Sureties or the Client, their successors and assigns, which shall have arisen or may arise out of or be incidental to work undertaken or done under or in connection with the Contract Agreement and related extra work or change orders thereto. CONTRACTOR certifies and warrants that all charges for labor, materials, supplies, equipment, lands, licenses and other expenses for which WESTON or the Client might be sued or for which a lien, stop notice, or bond claim might be filed, have been fully satisfied and paid and the CONTRACTOR agrees to defend and save harmless WESTON and the Client from and against all suits, actions, claims, liens or demands of laborers, mechanics, materialmen or others, filed against WESTON or the Client or the buildings, structures, additions or improvements constructed under WESTON's contract with the Client and arising out of the performance of the CONTRACTOR'S Services. CONTRACTOR certifies and warrants that all sales and use taxes due have been or shall be remitted to the appropriate taxing authorities. IN WITNESS WHEREOF, CONTRACTOR has executed this release of lie_ns and all claims, sales and use tax certification, and final discharge on this ____ day of 19_. (CONTRACTOR) Witness or Attest: By:, ______________ _ Name and Title (Typed or Printed}: _________ _ NOR/K: \ WP\ 04400\ 07 8 \ CONAPM0 1 . WP E-1 01/97 • • SECTION F SUPPLEMENTAL PROVISIONS NOA/K;\ WP\04400\078\8IDRPM01.WP • SUPPLEMENTAL PROVISIONS TO • PRIME CONTRACT NO. 68-W9-0057 1. Decontamination of Government Property In addition to the requirements of the "Government Property" clause, the Contractor shall certify in writing that any Government-furnished property or Contractor-acquired property is returned to the Government free from contamination by any hazardous or toxic substances, with the exception for wells and remediation systems that contain contaminated groundwater. 2. Organizational Conflicts of Interest a. The Contractor warrants that, to the best of the Contractor's knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, or that the Contractor has disclosed all such relevant information. b. The Contractor agrees that if an actual or potential organizational conflict of interest is discovered after award, the Contractor will make a full disclosure in writing to WESTON. This disclosure shall include a description of actions.which the Contractor has taken or proposes ;o take, after consultation with WESTON, to avoid, mitigate or neutralize the actual or potential conflict. c. Remedies -WESTON may in effect, terminate this Contract for convenience, in whole or in part, if it deems such termination necessary to avoid an organizational conflict of interest. If the Contractor was aware of a potential organizational conflict of interest prior to award or discovered an actual or potential conflict after award and did not disclose or misrepresented relevant information to WESTON, WESTON may in effect terminate the Contract for default, or pursue such other remedies as may be permitted by law or this Contract. d. The Contractor further agrees to insert in any subcontract or consultant agreement hereunder, provisions which shall conform substantially to the language of this clause, including this paragraph (d.). 3. Screening Business Information for Claims of Confidentiality a. Whenever collecting information under this Contract, the Contractor agrees to comply with the following requirements: (1) If the Contractor collects information from public sources, such as books, reports, journals, periodicals, public records or other sources that are available to the public without restriction, the Contractor shall submit a list of these sources to WESTON at the time the information is initially NOR/K: \ WP\ 04400\ 078 \ CONRPM0 1. WP F-1 01/97 • • submitted to WESTON. The Contractor shall identify the information according to source. (2) If the Contractor collects information from a state or local Government or from a Federal agency, the Contractor shall submit a list of these sources to WESTON at the time the information is initially submitted to W~TON. The Contractor shall identify the infom1ation according to source. (3) If the Contractor is required to collect information directly from a business or from a source that represents a business or businesses, such as a trade association: i. Before asking for the infonnation, the Contractor shall identify itself, explain that it is performing contractual work for the Environmental Protection Agency, identify the information that it is seeking to collect, explain what will be done with the information, and give the following notice: A. You may, if you desire, assert a business confidentiality claim covering part or all of the information. If you do assert a claim, the information will be disclosed by EPA only to the extent, and by means of the procedures, set forth in 40 CPR Part 2, Subpart B. B. If no such claim is made at the time this information is received by the Contractor, it may be made available to the public by the Environmental Protection Agency without further notice to you. C. The Contractor shall, in accordance with FAR Part 9, execute a written agreement regarding the limitations of the use of this information and forward a copy of the agreement to WESTON. ii. Upon receiving the information, the Contractor shall make a written notation that the notice set out above was given to the source, by whom, in what form and on what date. iii. At the time the Contractor initially submits the information to WESTON, the Contractor shall submit a list of these sources, and indicate whether the source made any confidentiality claim and the nature and extent of the claim. b. The Contractor shall keep all information collected from non-public sources confidential in accordance with the clause in this Contract entitled "Treatment of NOR/ K:\ WP\ 04400\ 07 8 \ CON RPM0 1. WP F-2 01 /97 • • Confidential Business Information" as if it had been furnished to the Contractor by WESTON. c. The Contractor agrees to obtain the written consent of WESTON prior to entering into any subcontract that will require the Contractor to collect infonnation. The Contractor agrees to include this clause, including this paragraph (c.), and the clause entitled "Treatment of Confidential Business Information" in all subcontracts awarded pursuant to this contract that require the Contractor to collect information. 4. Treatment of Confidential Business Information a. WESTON and any other source may disclose confidential business inforniation to the Contractor necessary to carry out the work required under this Contract. The Contractor agrees to use the confidential information only under the following conditions: (1) The Contractor and Contractor's Employees shall: 1. use the confidential information only for the purposes of carrying out the work required by the Contract; ii. not disclose the information to anyone other than WESTON employees without _the prior written approval; and iii. return to WESTON all copies of the inforniation, and any abstracts or excerpts therefrom, upon request by WESTON, whenever the information is no longer required by the Contractor for the performance of the work required by the Contract, or upon completion of the Contract. (2) The Contractor shall obtain a written agreement to honor the above limitations from each of the Contractor's employees who will have access to the information before the employee is allowed access. (3) The Contractor agrees that these contract conditions concerning the use and disclosure of confidential information are included for the benefit of, and shall be enforceable by, both WESTON and any affected business having a proprietary interest in the information. (4) The Contractor shall not use any confidential information supplied by WESTON or obtained during performance hereunder to compete with any business to which the confidential information relates. b. The Contractor agrees to obtain the written consent of WESTON prior to entering into any subcontract that will involve the disclosure of confidential business information by the Contractor to the subcontractor. The Contractor agrees to NOR/ K:\ WP\ 04400\ 078\ CON RP MO I .WP F-3 01/97 • • include this clause, including this paragraph (b.), in all subcontracts awarded, pursuant to the Contract, that require the furnishing of confidential business information to the Contractor. 5. Publicity The Contractor agrees not to release any information to the news media regarding the removal or remedial activities being conducted under this Contract. 6. Rights of Way/Land Easements WESTON shall obtain necessary rights of way, land easements and any other land agreement necessary to fulfill the requirements of this Contract. 7. Limitation on Future Contracting (applicable to any Remedial Planning and Implementation, Subcontract or Consultant Agreement) Due to the scope and nature of this Contract, Contractor shall obseive the following restrictions on future hazardous waste site contracting for the duration of the Contract or as otherwise specified: a. The Contractor will be ineligible to enter into a contract for remedial action projects for which the Contractor has developed the statement of work or the solicitation package. b. The following applies when ARCS work is performed under this Contract and when both ARCS work and Field Investigative Team (FIT) work are performed on the same site under this Contract: Unless prior written approval is obtained from WESTON, the Contractor, during the life of the Contract and for a period of five (5) years after the completion of the Contract, agrees not to enter into a contract with or to represent any party, other than EPA, with respect to: (1) any work relating to CERCLA activities which pertain to a site where the Contractor previously performed work for EPA under this contract; or (2) any work that may jeopardize CERCLA enforcement actions which pertain to a site where the Contractor previously performed work for the EPA under this contract. c. The following applies to FIT work at sites under this Contract where only FIT work is performed except for those sites where EPA has made a determination of "no further remedial action planned" (NFRAP): Unless prior written approval is obtained from WESTON, the Contractor, during the life of the work assignment and for a period of three (3) years after the completion of the-work assignment, agrees not to enter into a contract with or to represent any party, other than EPA, with respect to (1) any work relating to CERCLA activities which pertain to a site where the Contractor previously performed work for EPA under this contract; or (2) any work that may jeopardize CERCLA enforcement actions which pertain to a site where the Contractor previously performed work for the EPA under this Contract. NOA/ K:\ WP\ 04400 \ 078 \ CONAPM01. WP F-4 01/97 • • d. The Contractor agrees in advance that if any bids/proposals are submitted for any work that would require written approval of WESTON prior to entering into a contract subject to the restrictions of this clause, then the bids/proposals are submitted at the Contractor's own risk. Therefore, no claim shall be made against WESTON or the Government to recover bid/proposal costs as a direct cost whether the request for authorization to enter into the contract is denied or approved. e. To the extent that the work under this contract requires access to proprietary or confidential business or financial data of other companies, and as long as such data remains proprietary or confidential, the Contractor shall protect such data from unauthorized use and disclosure. · f. The Contractor agrees to insert in each subcontract or consultant agreement placed hereunder, except for subcontracts or consultant agreements for nondiscretionary technical or engineering services, including treatability studies, well drilling, fence erecting, plumbing, utility hookups, security guard services, or electrical services, provisions which shall conform substantially to the language of this clause, including this paragraph (f.) unless otherwise authorized by the WESTON. The Contractor may request in writing that WESTON exempt from this clause a particular subcontract" or consultant agreement for nondiscretionary technical or engineering services not specifically listed above, including laboratory analysis. WESTON will review and evaluate each request on a case- by-case basis before approving or disapproving the request. g. If the Contractor seeks an expedited decision regarding its initial future contracting request, the Contractor may submit its request to WESTON, and WESTON will submit the request to the EPA Contracting Officer for approval. h. A review process available to the Contractor when an adverse determination is received shall consist of a request for reconsideration to WESTON. An adverse determination resulting from a request for reconsideration by WESTON will not preclude the Contractor from requesting a review by the EPA Contracting Officer. Either a request for review or a request for reconsideration must be submitted to the appropriate level within 30 calendar days after receipt of the initial adverse determination. 8. Health and Safety The nature of the work to be performed under this Contract is inherently hazardous. In performance of work under this Contract, the Contractor shall, as a minimum, satisfy all Federal, state and local statutes, regulations, ordinances, etc., regarding health and safety. Beyond this minimum requirement, the Contractor shall develop and review all health and safety ·plans peculiar to a particular site proposed for investigation. NOA/K:\ WP\ 04400\ 078 \ CONAPM01 .WP F-5 01/97 • • 9. Training The Contractor shall certify to WESTON in writing that each of its employees, subcontractors or consultants has completed an EPA approved training program (J.A W 29 CFR 1910.120), in relation to this project prior to assignment of any such employee, subcontractor or consultant to field duty. I 0. Future Expert Consulting Services It is recognized that, during and/or subsequent to the performance period of this Contract, the need may arise to provide testimony during hearings and/or court proceedings involving site specific activities and other matters, with regard to which personnel provided by the Contractor under this Contract (including lower-tier subcontractor personnel) would have gained special knowledge and/or expertise as a result of tasks performed under this Contract. Therefor~, the Contractor agrees to make available the services of any witnesses requested by the Government in support of such future proceedings, and to enter into agreements as necessary with subcontractors to ensure the availability of Contractor personnel, provided under this Contract, to provide witness services. Agreement to provide such services in the future serves as a notice of intent only. Witness services are not considered within the scope of the Contract. In the event the services are required during or after the performance of the Contract, a separate negotiated procurement will be instituted with the Contractor or subcontractor. 11. Notification of Conflict of Interest Regarding Personnel In addition to the requirements of the Contract article entitled "Organizational Conflicts of Interest," the following provisions with regard to individual personnel performing under this Contract shall apply for the duration of the Contract. The Contractor agrees to notify WESTON of any actual, apparent or potential conflict of interest with regard to any individual working under this Contract or having access to information regarding this Contract. Notification of any conflict of interest shall include both organizational conflicts of interest (as defined in the above-referenced Contract clause) and personnel conflicts of interest (which are defined as the same types of relationships as an organizational conflict of interest, but applicable to an individual). In the event that a personal conflict of interest appears to exist, the individual who is affected shall be disqualified from taking part in any way in the performance of the assigned work which created the conflict of interest situation. 12. Project Employee Confidentiality Agreement The Contractor agrees to obtain confidentiality agreements from all personnel working on requirements under this Contract. Such agreements shall contain provisions which stipulate that each individual agrees not to disclose to any entity external to EPA, DOJ or the Contractor either in whole or in NOR/K; \ WP\ 04400\ 078 \ CON RP MO 1 . WP F-6 01/97 • • part any data or technical data provided by WESTON or the Government or generated by the Contractor, any site specific cost informatiori, or any enforcement strategy without first obtaining the written permission from WESTON. Such agreements shall be · effective for a period of ten (I 0) years commencing with the effective date of the Contract. 13. Retention and Availability of Contractor Files a. This Contract contains the Federal Acquisition Regulation Clause 52.215.2, "Audit-Negotiation" (Apr. 1984) wherein the Contractor is required to maintain and make available to WESTON in accordance with FAR Subpart 4.7, "Contractor Records Retention" at its office at all reasonable times, the books, records, documents and other evidence relating to this Contract including personnel utilization records, site records and accounting procedures and practices sufficient to reflect properly all costs claimed to have been incurred under this Contract. Such files shall be made available for examination, audit or reproduction. b. The Contractor is advised that the Government may file suit against potential responsible parties for costs incurred relative to site related clean up activities. In such proceedings, the Contractor's cost and performance may become an integral part of the Government's case. c. Accordingly, due to the extended nature of court proceedings and EPA audit requirements, the Contractor shall make available all audit and financial information relative to the work conducted under this Contract as well as the information required to the Audit Clause for a total of ten (l 0) years after final payment under the Contract in lieu of the 3 year period stated in the clause "Audit Negotiation" (Apr. 1984). (See FAR 4.703(b)(l).) (The records may be maintained as microfiche.) d. In addition, the Contractor shall make available the records relating to any appeals, litigation or the settlement of claims with third parties and which relate to this Contract (i.e., cost recovery) until such appeals, litigation or claims are disposed of. e. The Contractor shall not destroy original financial records relating to the Contract until; (1) all litigation involving the records has been finally settled and approval is obtained from WESTON, or (2) ten (l 0) years have passed from the date of final payment, and no litigation involving the records has been instituted, and approval of WESTON is obtained. Such records may be maintained on microfiche in lieu of original records. In no event should individual financial records, however maintained, be destroyed if litigation is in process or is pending related to such records. f. From time to time, the Government may, in support of litigation cases, have the need for the Contractor to research and make available such records in a form NQR/K:\ WP\04400\ 078\ CON RP MO 1. WP F-7 01/97 • • and manner not normally maintained by the Contractor. Such effort shall be deemed to be within the scope of work under this Contract. If this effort is required after performance of this Contract, a separate negotiated procurement action may be instituted with the Contractor. g. The final invoice (completion voucher) submitted hereunder, after physical completion of the Contract within the stated period of performance, will represent the final claim under this Contract. 15. Competition in Subcontracting The Contractor shall select subcontractors (including suppliers) on a competitive basis to the maximum extent consistent with the objective and requirements of the Contract. 16. Subcontracts (Labor Standards) a. Contractor shall insert in Subcontracts involving trade labor/construction services at any tier the clauses entitled "Davis-Bacon Act," "Contract Work House and Safety Standards Act --Overtime Compensation," "Apprentices and Trainees," "Payrolls and Basic Records," "Compliance with Copeland Act Requirements," "Withholding of Funds," "Subcontracts (Labor Standards)," "Contract Termination Debarment," "Disputes Concerning Labor Standards," "Compliance with Davis-Bacon and Related Act Regulations," and "Certification of Eligibility," and such other clauses as WESTON may, by appropriate instructions require, and also a clause requiring the Contractors to include these clauses in any lower-tier subcontracts. b. (1.) Within 14 days after award of this Contract, the Contractor shall deliver to WESTON a completed Statement and Acknowledgement Form (SF 1413) for the Contractor and each subcontract, including Contractor's signed and dated acknowledgement that the clauses set forth in paragraph (a.) of this clause have been included in each subcontract. (2.) Within 14 days after award of any subsequently awarded lower-tier subcontracts, Contractor shall deliver to WESTON an updated, completed SF 1413 for such additional Subcontract. 17. Clauses Incorporated by Reference This Contract incorporates the following clauses by reference with the same force and effect as if they were given in full text. The clauses in effect on the date of this Contract are applicable hereto. Where necessary to make the context of the clauses incorporated by this Article applicable to this Contract, the term "Purchaser" shall mean WES'.fON, and the term "Seller" shall mean "Contractor." 18. Procurement Integrity Contractor shall indemnify, defend and save harmless WESTON, its affiliates and subsidiaries, their officers, directors and employees and their successors, heirs and NOR/K: \WP\ 04400\ 078 \ CON RP MO 1 . WP F-8 01/97 • • representatives from any responsibility of liability in any way for claims, losses, damages or expenses arising out of Contractor's failure to comply with or violation of the provisions of the "Federal Procurement Policy Act as amended." Contractor's compliance shall be through implementation of Federal Acquisition Regulation Part 3.104, "Procurement Integrity." I 9. Special Patent Reporting Requirements In order to avoid, mitigate or neutralize an actual or potential conflict of interest, if the Contractor anticipates the use of corporate patents or other proprietary technologies unique to the Contractor for use in remedial design and/or remedial action, the Contractor shall notify WESTON in writing of the intent to use such patents or proprietary technologies within ten (10) days of its use. NOA/K:\ WP\ 04400\ 078\ CONRPMO 1. WP F-9 01/97 Clause No. 52.202-01 52.203-01 52.203-03 52.203-05 52.203-06 52.203-07 52.215-01 52.215-02 52.215-23 52.215-25 52.215-26 52.219-08 52.219-09 52.219-13 52.220-03 52.220-04 52.222-01 52.222-03 52.222-04 52.222-06 52.222-07 52.222-08 52.222-09 52.222-10 52.222-11 52.222-12 52.222-13 52.222-14 52.222-15 52.222-16 52.222-26 52.222-27 52.222-35 52.222-36 52.222-37 52.223-02 52.223-03 • • FEDERAL ACQUISITION REGULATION CLAUSES Date APR 1985 APR 1984 APR 1984 APR 1984 JUL 1985 FEB 1987 APR 1984 APR 1988 APR 1985<1> APR 1987<1> SEP 1939<2> JUN 1989 AUG 1989°> AUG 1986 <4> APR 1984<4> APR 1984°> APR 1984 APR 1984 MAR 1986 NOV 1992 FEB 1988 FEB 1988 FEB 1988 FEB 1988 FEB 1988 FEB 1988 FEB 1988 FEB 1988 FEB 1988 FEB 1988 APR 1984 APR 1984 SEP 1986 APR 19,84 JAN 1988 Definitions. Officials Not to Benefit. Gratuities. Covenant Against Contingent Fees. Restrictions On Contractor Sales to the Government. Anti-Kickback Procedures. Examination of Records by Comptroller General. Audit-Negotiation. · Price Reduction for Defective Cost or Pricing Data. Contractor Cost or Pricing Data. Integrity of Unit Prices. Utilization of Small Business Concerns and Small Disadvantaged Business Concerns. Small Business and Small Disadvantaged Business Subcontracting Plan. Utilization of Woman Owned Small Business. Utilization of Labor Surplus Area. Labor Surplus Area Subcontracting Program. Notice to the Government of Labor Disputes. Convict Labor. Contract Work Hours and Safety Standards Act -Overtime Compensation. Davis-Bacon Act. Withholding of Funds. Payrolls and Basic Records. Apprentices and Trainees. Compliance with Copeland Act Requirements. Subcontracts (Labor Standards) Contract Termination -Debarment. Compliance with Davis-Bacon and Related Act Regulations. Disputes Concerning Labor Standards. Certification of Eligibility. Approval of Wage Rates. Equal Opportunity. Affirmative Action Compliance Requirements for Construction. Affirmative Action for Special Disabled Vietnam ERA Veterans. Affirmative Action for Handicapped Workers. Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. MAY 1989 <1> Clean Air and Water. AUG 1987 Hazardous Material Identification and Material Safety Data. NOA/K:\ WP\ 04400\ 078\ CONAPM01. WP F-10 01/97 Clause No. 52.223-05 52.224-02 52.225-13 52.227-01 • • FEDERAL ACQUISITION REGULATION CLAUSES Date JUL 1990 AUG 1988 APR 1988 APR 1984<4> Title Certification Regarding a Drug-free Workplace. Privacy Act. Restrictions on Contracting with Sanctioned Persons. Authorization and Consent. 52.227-02 APR 1984 Notice and Assistance Regarding Patent and Copyright Infringement. 52.227-16 JUN 1987 52.227-17 JUN 1987 52.233-01 APR 1984 52.233-03 AUG 1989 52.236-25 APR 1984 Additional Data Requirements. Rights in Data-Special Works. Disputes Alternate I. Protest After Award. Requirements for Registration of Designers. 52.237-02 52.243-01 JUL 1985 AUG 1987 Protection of Government Buildings, Equipment and Vegetation. Changes-Fixed Price. 52.244-01 52.245-04 52.249-02 JUL 1985 JAN 1986 APR 1984 Subcontracts (Fixed Price Contracts). Government Property (Short Form). Termination -Fixed Price. EPAAR Clause No. Date Clause/Provision Title 1552.209-72 1552.235-70 1552.235-71 1552.237-74 APR 1984 APR 1984 APR 1984 APR 1984 Organizational Conflict of Interest. Screening Business, Information Confidentiality. Treatment of Confidential Business Information. Publicity. "' Applicable for Subcontracts over $100,000. "' Applicable for Unit Price Subcontracts. "' Applicable for Subcontracts over $500,000. '" Applicable for Subcontracts over $25,000. •~ Applicable for service contracts. NOR/K:\ WP\ 04400\ 078\ CON RP MO 1. WP F-11 01/97 • • SECTION G REPRESENTATIONS AND CERTIFICATIONS NOR/K:\ WP\ 04400\ 078 \BIORPMO 1 .WP pp 2.2 EXHIBIT II • • Solicitation No. _______ _ REPRESENTATIONS AND CERTIFICATIONS (FOR AW ARDS :': $50,000) The Prime Contract or solicitation under which the request is issued contains provisions requiring UESTON to ascertain information relative to your compliance with certain requirements. The offerer must provide full accurate and complete information as required by this solicitation and its attachments. Accordingly, you are required to complete the applicable sections of this Representations & Certifications Form and return the original to UESTON at the following address in order to be considered responsive to the solicitation. Please return to : ROY F. UESTON, INC. Attention: 1. Small Business Program Representation. a. Representations. (1) The offeror represents and certifies as part of its offer that it __ is, is not a small business concern. (2) The offerer represents that it __ is, is not a small disadvantaged business concern. (3) The offerer represents that it __ is, is not a women·owned small business concern. b. Definitions. Small business concern, as used in this provision, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on GoverMJent contracts, and qualifies as a small business under the criteria and size standards established by the Small Business Administration. Small disadvantaged business concern, as used in this provision, means a small business concern that (1) is at least 51 percent unconditionally owned by one or more individuals who are both socially and economically disadvantaged, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more socially and economically disadvantaged individuals, and (2) has its management and daily business controlled by one or more such individuals. This term also means a small business concern that is at least 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian Organization, or a publicly owned business having at least 51 percent of its stock. unconditionally owned by one or more of these entities, which has it management and daily business controlled by members of an economically disadvantaged Indian tribe or Native Hawaiian Organization, and which meet the requirements of 13 CFR Part 124. Uomen-owned small business concern, as used in this provision, means a small business concern··· (1) \.lhich is at least 51 percent owned by one or more women or, in the case of a publicly owned business, at least 51 percent of the stock. of which is owned by one or more women; and C 2) whose management and daily business operations are controlled by one or more women. c. Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as'·a sinall or small disadvantaged business concern in order to obtain a contract to· be awarded under the preference programs established pursuant to sections 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of the Federal law that specifically references section 8(d) for a definition of program eligibility, shall (1) be punished by imposition of a fine, imprisonment, or both; (2) be subject to administrative remedies; including suspension and debarment; and (3) be ineligible for participation in programs conducted under the authority of the Act. 2. Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Respons ibi ti ty Matters. (a)(1) The offerer certifies, to ti,~ best of its knowledge and belief, that·- (i) The Offerer and/or any of its Principals· (A) Are ( ) are not ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; CB) Have ( have not ( ), within a three year period preceding this offer, been convicted of or had a civil judgement rendered against them for: conmission of fraud or a criminal offenSe in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the sub"nission Form EE0-2 (03/26/96) 1 of 5 • of offers; or collYllission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and CC) Are ) are not ( presently indicted tor, or otherwise criminally or civilly charged by a goverrvnental entity with, conmission of any of the offenses enumerated in subdivision (a)(1)(,i)(B) of this provision. <ii> The Offerer has ( ), has not ( } within a three year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) 11Principals,11 for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positi6ns). This certification concerns a matter within the jurisdiction of an agency of the United States and. the making of a false, fictitious, or fraudulent certification may· render the maker subject to prosecution under section 1001, title 18, United States Code. Cb) The Offeror shall provide irrmediate written notice to UESTON if, at any time prior to contract award, the Offerc!· learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offerer to furnish a certification or provide such additional information as requested by UESTON may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records ·in order to render, in good faith, the certifi.:;,ition required by paragraph (a) of this provision. The knowledge and information of an Offerer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to the other remedies available, UESTON may terminate the contract resulting from this solicitation for default. 3. Certification of Nonsegregated Facilities . Ca) "Segregated facilities,11 as used in this provision, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, 2 of • transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of. race, color, religion, or national origin because of habit, local custom, or otherwise. (b) Sy the subnission of this offer, the offerer certifies that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The offerer agrees that a breach of this certification is a violation of the Equal Opportunity clause in the contract. (c) The offerer further agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will- ( 1) Obtain identical certifications from proposed subcontractors before the award of subcontracts under which the subcontractor will be subject to the Equal Opportunity clause; · (2) Retain the certifications in the files; and (3) Forward the following notice to the proposed subcontractors (except if the proposed subcontractors have submitted identical certifications for specific time periods): NOTICE TO PROSPECTIVE SUBCONTRACTORS OF RECUIREHENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES. A Certification of Nonsegregated Facilities must be submitted before the award of a subcontract under which the subcontractor will be subject to the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually). NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. 4. Previous Contracts and Compliance Reports. The offerer represents that·· (a) It has, has not participated in a previous coii'tract or subcontract subject either to the Equal Opportunity clause of this solicitation, the clause originally contained in Section 310 of Executive Order No. 10925, or the clause contained in Section 201 of .Executive Order No. 11114; Cb) It has, has not filed alt required complianc'ereports;and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. 5. Affirmative Action Compliance. The offerer represents that Ca) it __ has developed and has on file, __ has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or Cb) it has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. 5 • 6. Type of Business Organization. The offerer or quoter, by checking the applicable box, represents that-· (a) It operates as_ a corporation incorporated under the laws of the State of _______ _ an individual, a partnership, a noriprofit organization:--Or _ a joint venture:-or (b) If the offerer or quoter is a foreign entity, it operates as _ an individual, _ a partnership, a nonprofit organization, a joint venture,0r a corporation, registered/or business in ___________ (country). 7. Place of Performance. (a) The offerer or-quoter, in the performance of any contract resulting from this solicitation, intends, does not intend (check applicable block) to---.:i'se one or more plants or facilities located at a different address from the address of the offerer or quoter as indicated in this proposal or quotation. (b) If the offerer or quoter checks 11intends11 in paragraph (a) above, it shall furnish in the spaces provided bel,ow the required information: Pl ace of Performance Address, City, County, State, Zip Code) (Name and Address of Owner and Operator of the Plant or Facility if Other than Offerer or Ouoter 8. Certificate Of Independent Price Determination. (a) The offerer certifies that-- (1) The prices in this offer have been arrived at independently, without, for the purpose of, restricting competition, any consultation, conmunication, or agreement with any other offerer or competitor relating to (i) those prices, (ii) the intention to sut:xnit an offer, or (iii> the methods or factors used to calculate the prices offered; (2) The prices in this offer have not been and will not be knowingly disclosed by the offerer, directly or indirectly, to any other offerer or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offerer to induce any other concern to sut:xnit or not to sul::wni t an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory-· • (1) ls the person in the offerer's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) above; or (2) (i) Has been authorized, in wr1t1ng, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(l) through (a)(3) above Insert full name of person(s) in the offerer's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offerer's organization; (ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)Ci) above have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above. (c) If the offerer deletes or modifies subparagraph (a){2) above, the offerer must furnish with its offer a signed statement·setting forth in detail the circumstances of the disclosure. 9. Requirement For Technical Data Certification. The offeror hereby certifies that it ( ) has, C has not delivered, or C ) is obligated, C is not obligated to deliver to the Government under any contract or subcontract, the same or substantially the same technical data as are required to be delivered hereunder. If the offeror's representation is affirmative, the offerer shall identify below one such contract or subcontract under which technical data were delivered or will be delivered and the place of such de l i very. Contract/Subcontract No.: __________ .o.. Place of Delivery: _____________ _ (Name of Govt. Agency/Contractor) (Street Address) (City) (State} (Zip C~) (Delivered to: Name of Party) 10. Buy American Certificate {Supply Orders>...:. (a) The offerer certifies that each end product, except those listed below, is a domestic end product (as defined in the clause entitled "Buy American Act-Suppl ies11 ), and that components of unknown origin are considered to have been mined, 3 of 5 • produced, States. or manufactured outside the Excluded End Products Country of Origin (List as necessary). United Offerers may obtain from UESTON lists of articles, materials, and ·supplies excepted from the Buy American Act. 11. Material Safety Data Sheets. The offerer agrees to identify any hazardous material as defined in the latest version of Federal Standard 313 to be delivered hereunder, and to sul::rnit prior to award an acceptable Material Safety Data Sheet for each hazardous material item. 12. Authorized Signature. Sy signing below, the offerer hereby certifies all the foregoing representations & certifications are correct: COMPANY NAME (Please Print) CITY STATE ZIP (Please Print) TAX IDENTIFICATION NUMBER PRINTED NAME/TITLE SIGNATURE OF AUTHORIZED REPRESENTATIVE CATE IN ADDITION TO THE ABOVE. THE REPRESENTATIONS ANO CERTIFICATIONS LISTED BELOW SHALL BE COMPLETED FOR SOLICITATIONS IN EXCESS OF 1100,000. 13. Clean Air and Uater Certification. The Offerer certifies that-- (a) Any facility to be used in the performance of this proposed contract is __ , is not __ listed on the Envirorvnental Protection Agency (EPA) List of Violating Facilities; (b) The Offerer will imnediately notify UESTON, before award, of the receipt of any cormtunication from the Admi n is t ra'tor, or a des i gnee, of the EPA, indicating that any facility that the Offerer proposes to use for the performance of the contract is under consideration to be listed on the EPA List of Violating Facilities; and (c) The Offerer will include a certification substantially including this subcontract. • the same as this certification, paragraph Cc), in eVery nonexempt 14. CERTIF!CATION AND DISCLOSURE REGARDING PAYMENTS· TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (a) The definitions and prohibitions contained in the clause, at FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions, included in this solicitation, are hereby incorporated by reference in paragraph Cb) of this certification. (b) The offerer, by signing its offer, hereby certifies to the best of his or her knowledge and belief as of December 23, 1989 that (1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer.or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement; (2) If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress, on his or her behalf in connection with this solicitation, the offeror shall complete and sul::rnit, with its offer, OMS standard form LLL, Disclosure of Lobbying Activities, to the Contracting Officer; and (3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly. (c) Sul::rnission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000 for each such failure. 15. Contingent Fee Representation and Agreement. (a) Representation. The offeror represents that, except for full·time bona fide employees WOrking solely for the offeror, the offeror·· Note: The offerer must check the appropriate boxes. For interpretation of the representation, including the term 11bona fide employee," see Subpart 3.4 of 4 of 5 • the Federal Acquisition Regulation. ( 1) _ has, _ has not employed or retained any person or company to solicit or obtain this contract: and (2) __ has, __ has not paid or agreed to pay to any person or company employed or retained to solicit or obtain this contract any conmission, percentage, brokerage, or any other fee contingent upon or resulting from the award of this contract. Cb) Agreement. The offerer agrees to provide information relating to the above Representation as requested by ROY F. UESTON, Inc. 16. Authorized Signature. By signing below, the offerer hereby certifies all the foregoing representations & certifications are correct: COMPANY NAME (Please Print) PRINTED NAME/TITLE SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE (End of Form) 5 of 5 • • • SECTION H WESTON'S TERMS AND CONDITIONS NOR/K:\ WP\ 04400\ 078 \BIDRPM0t .WP • • SUBCONTRACT AGREEMENT Client Subcontract No. Client Contract No. Work Order No. Requisition No. Period of Performance This Subcontract is a rated Rating Date of Subcontract order under DPAS (15 CFR 350) -- This Subcontract is by and between: Address Correspondence to WESTON Authorized Representative: Mail invoices in duplicate to: (hereinafter referred to as SUBCONTRACTOR) ROY F. WESTON, INC. and Weston Way West Chester, PA 19380 Roy F. Weston, Inc. Attn: Accounts P';(;able · Weston Way (One {JJ ad itional copy shall also be forwarded West Chesler, PA 19380 to the eston Authorized Representative) (hereinafter referred to as WESTON) SUBCONTRACTOR's Employer I.D. # or Social Security No. Check cate1ories that are applicable to SUBCONTRACTOR's business as defined by the Federal Acquisition Regulation, and applica le Agency Supplements thereto: D Large Business D Non-Profit Entity D Historically Black College/University D Small Business D Labor Surplus Area Business D Handicapped Business Concern D Small Disadvantaged Business D Women Owned Small Business WHEREAS, WESTON hereby engages SUBCONTRACTOR to provide the services set forth in Part I, and WHEREAS, SUBCONTRACTOR agrees to provide such services to WESTON for the compensation set forth in Part II and to be bound by the provisions of Part Ill, · . NOW, THEREFORE, the parties agree as noted herein: . Part I· Scope of Work (attach "Exhibit I" tt more space is required) Part II· Compensation (attach "Exhibit II" if more space is required). Part Ill • This Subcontract shall be 9overned by the General Provisions contained herein and the Supplemental Provisions included · as Exhibit 111, tt applicable, as note below. . . . , . Supplemental Provisions applicable (check one) yes __ no __ Payment Bond Requirnd (check one) yes_·_ no __ (See qeneral Provisions Article 17) . ·---- Performance Bond Required (check one) yes no (See General Provisions Article 17) SUBCONTRACTOR WESTON - Signature Signature Name (Print or type) Name (Print or type) litle Title Date Date 266-1885 RFW 04-06-004JA-11/90 PART III GENERAL PROVISIONS 1. Order of Precedence • In the event of an inconsistency or ambiguity between Lhe docwnents comprising this Subcontract. the following order of precedence shall govern: a. Supplemental Provisions b. Subconlract including General Provisions c. Scope of Work including all changes or modifications thereto. d. Spe.cifications and Drawings. 2. Invoicing and Payment -SUBCONTRACTOR shall submit invoices in a form acceptable to WESTON for coinpleted seI"Vices on a monthly basis. Invoices shall include, but not be limited to lhe following: a. The Subcontract number, work order number, dates of services, n~e of authorized WESTON representative. b. Names and titles of SUBCONTRACTOR personnel, net unit prices and/or hourly rates for services rendered. extended lOlals, expenses by category and total amounts due. c. Invoices shall be submitted in duplicate to WESTON Accounts Payable and one additional copy shall be forwarded to the authorized WESTON representa• tive under separa.te cover. Payment shall be issued to SUBCONTRACTOR net 45 days after approval of SUBCONTRACTOR invoice by the authorized WESTON representative. 3. Insurance -SUBCONTRACTOR shall maintain at its own expense, Workmen's Compensation, Comprehensive General Liability, Automobile Liability, Excess Liability and Professional Liability insurance, for the duration of time WESTON is required to maintain insurance by its Client, or for two (2) years following final payment under this Subcontract, whichever period is longer, as follows: TYPE OF INSURiNcE······ ·.·.·•.·, LIMITS<:>i-'r.,~~ii::t-ri'•'·'•· :.·. . . · .. Workmen's .Compensation and Employer's Liability Comprehensive General Liability 295-2245 . . . ~~~lBit*::J~ j~lt.? $1,00o;ooo Empi&y;h .•. Liabiliiy • s1,ooo,ooo·~.~b> occui-:renCe····'· The Comprehensive General Liability insurance required herein shall include Contractual Liability coverage, including coverage for SUBCONTRACTOR's obligations as defined in Article 6 of these General Provisions. WESTON shall be named as an Additional Insured under such policies and lhe policies shall not be altered or cancelled without SUBCONTRACTOR first providing thirty (30) days advance written notice to WESTON of its intent to alcer or cancel. ·Failure to maintain insurance in compliance with this article shall' be considered a breach of SUBCONTRACTOR's obligations hereunder and shall be cause for Termination under Article 11 of these General Provisions. Certificate(s) of Insurance shall be forwarded to: Roy F. Weston, Inc., Weston Way, West Chester, PA 19380, Aun: Subcontracts Dept. SUBCONTRACTOR IS NOT AUTHORIZED TO PROCEED WITH ANY WORK UNTIL THE APPLICABLE INSURANCE CERTIFICATE(s) HAS BEEN RECEIVED AND ACCEPTED BY WESTON. 4. Standard of Care -In providing setvices of any kind or nature hereundi:r, including advice and consultation, whether technical or professional, SUBCONTRACTOR shall exercise the highest degree of care, and provide such services with the highest and best quality. 5. Warranty -SUBCONTRACTOR warrants to WESTON that it possesses the expertise, capability, equipment. and personne_l to properly and professionally perfonn its services hereunder, that it is properly and legally licensed (if applicable) to perfonn such services: and lhat it shall at all times in the pcrfonnancc of such services comply with all appl_ic3.ble laws, ordinances and regula- tions and shall perform all services in a good, workmanlike, professional, efficient and non."negligent manner. 6. IndemnlOcatlon -SUBCONTRACTOR shall inaernnify, defend and save hannless WESTON, its affiliates and subsidiar- ies, lhcir officers, directors, and employees and their successors, heirs and reprcse_ntatives from any responsibility or liability in any way for claims, losses, damages, or expenses arising out of I.he death of, injuries to, or damages to any person or damage or destruction of any property, including lo~s of use, arising out· of, incident to, or in connection with SUBCONTRACTOR 's performance hereunder. 7. Independent Contractor -SUBCOLCTOR deelares that it is an independent business, that similar services are provided for other Clients, and WESTON is not SUBCONTRACTOR's sole and only Client SUBCONTRACTOR shall provide all equipment, materials and services covered by this Subcontract as an independent contractor, maintaining full and complete control over its employees and all of its lower-tier subcontractors and material suppliers. WESTON has no control or right to control such SUBCONTRACTOR's employees and lower-tier subcon- tractors and material suppliers, except as may be provided elsewhere herein. · 8. Health & Safety -Safe practices are considered a priority · requirement in the performance of this Subcontract: SUBCON- TRACTOR shall, to the maximum extent practicable, be respon- sible for the conditions of the work site. This responsibility will encompass the safety l:)f all persons, including emplo}'CCs, agCnts and lower-tier subcontractors, as WCII as property for the· duration of the services performed hereunder. SUBCONTRACTOR shall comply with the all applicable Federal, Stale, and Local Health and Safety requirements and standards including, but not limited to, the Occupational Safety and Health Act of 1970, as amended, and the standards and regulations issued thereunder. SUBCON- TRACTOR shall develop and maintain for the duration of this Subcontract, a health and safety program that will effectively incorporate and implement all required safety provisions includ-. ing, but not limited to, proyisions of the Site Safety Plan. UNFAMILIARITY WITH THE AFOREMENTIONED SAFETY PROVISIONS SHALL NOT RELIEVE SUBCONTRACTOR FROM COMPLIANCE WITH THE OBLIGATIONS AND PENALTIES SET FORTH THEREIN. 9. Confidentiality -Confidential or proprietary information of WESTON or WESTON's Client, as labeled or stamped "Confi- dential", may be disclosed to SUBCONTRACTOR during the term of this Subcontract. SUBCONTRACTOR agrees not to disclose, either in whole or in part, any such information 10 any person for any purpose whatsoever, unless re.quested to do so in writing by WESTON, and to bind its employees, officers, agents, and all lower-tier subcontractors to this same obligation. IO. Data Rights -SUBCONTRACTOR agrees that all discover- ies, inventions, and data related thereto that are conceived of, either jointly with others or independently, in connection with the services performed hereunder is the property of WESTON and shall be provided to WESTON without restrictions. 11. Termination a. Termi11atio11forC011venience -WESTON may, at any time, terminate this Subcontract for its convenience, in whole or in part, upon wrillen notice to SUBCONTRACTOR. SUBCONTRACTOR shall be paid in accordance with the terms of this Subcontract for all services rendered and accepted by WESTON through the date of termina- tion, including reasonable and supportable termination costs. WESTON shall not be obligated to pay SUB- CONTRACTOR any other costs related to losses, damages or expenses, including prospective profits for services not performed arising out of or related to such 1ermination. b. Termination/or De/GJJ/t -If SUBCONTRACTOR defaul15 in the performance hereof or breaches any of its obliga• lions hereunder and fails to remedy such default or 295-2245 breacl! if SUBCONTRACTOR be<:0111es insolvent, or a Trustee or receiver of SUBCONTRACTOR 's business or assets is appointed, or any petition in bankruptcy is filed by or against SUBCONTRACTOR, this shall constitute a default under the terms of this Subcontract In any such even, WESTON may terminate this Sulx:ontract, in whole or in part, by wriuen notice to SUBCONTRACTOR, and WESTON shall have no liability or obligation whatsoever to SUBCONTRACTOR by reason of, or resulting from · such termination. . . . . c. Notice o[TerminaJion -WESTON shall provide a ·wriuen · · · · Notice of Termination and SUBCONTRACTOR shall proceed with the direction contained therein, and shall .. transmit to WESTON all records related to.·.,,....... ., . SUBCONTRACTOR's pe,forman~ thereunder," . ,.· -. including, but not limited to, samples, field data, laboratory dat~, analysis", tests, calculations, notes and results. 12. Disputes -Any ·dispute arising under this Subcontrac, including disputes under termination, not settled by agreement of the parties shall be deeided by litigation in a coun of competent jurisdiction. Pending any decision, appeal, suit, or claim pursuant to this Article, SUBCONTRACTOR shall proceed diligently with · . the performance of the work Wider this Subcontract The rights of WESTON and the obligations of SUBCONTRACTOR shall survive completion of performance in accordance with the provisions of this Subcontract and final payment hereunder. 13. Changes -WESTON may, at any time by written notice to SUBCONTRACTOR, make changes to any of the Subcontract documents. Any claim for additional compensation or extension of time (adjustments) under this Article shall be made in writing within ten (10) days of issuance of a change notice from WESTON. Failure to provide such written claim shall constitute a waiver of such claim for adjustmenL Failure to reach mutual agreement regarding such adjustments hereunder shall constitute a dispute 10 be resolved under Article 12 of these General Provisions. 14. Permits -SUBCONTRACTOR shall obtain all permits and licenses and pay all fees and charges necessary for the perfor- mance of SUBCONTRACTOR's services under this Subcontract. 15. Records Retention -SUBCONTRACTOR shall retain in legible form all records related lo this Subcontract including, but not limited to, logs, field data, laboratory data, samples, analyses, calculations, notes, financial and other records related to the Project and SUBCONTRACTOR's services hereunder for a period of three (3) years from final payment under this Subcon- tract, or as specified in WESTON's contract with its Client, whichever period is greater. 16. Release of Liens and all Clalm.s -WESTON shall require SUBCONTRACTOR to provide a Release of Liens and All Claims along with the Application for Final Payment for services performed hereunder (fomu attached) prior to release of the final payment by WESTON. 17. Performance and Payment Bonds -SUBCONTRACTOR shall furnish Performance and/or Payment bonds (forms ·a1- 1ached), each in an amount equal to at least the Subcontract price, t as,J:curi1y for the faithful performance andlmen, of all SU&CONTRACTOR's obliga1ions wider this Subcon1rac1. These ~1nd~sf)all remain in effe.ct m1til at least one (l) year after the date when final payment becomes due, except as provided by Law or regulation or as may be otherwise provided herein. 18. Notice of Labor Disputes -In the evenl thal the 1imely performance of work under this Subcontract is delayed or threalened 10 be delayed by any ac1ual or polen1ial labor dispule, SUBCONTRACTOR shall immedia1ely no1ify WESTON of all relevanl informa1ion with respecl to such dispute. SUBCON- TRACTOR shall insen the substance of this Anicle in all purchase orders and lower-tier subcontracts issued hereunder. 19. Non-Discrimination In Employment -SUBCONTRACTOR agrees and hereby certifies that in providing the services hereun- der, it shall not discriminate against any employee or applicant because of race, color, religion, age, sex, or national origin. · SUBCONTRACTOR shall abide by provisions of all applicable governmental laws and regulations pertaining to non-discrimina- tion, including, but not limited to, Executive Orders 11246 and 11141 (Equal Employment Opponunity); 41 CFR 60-741.4 (Employment of the Handicapped); 41 CFR 60-250.4 (Employ- ment of Disabled Veterans and Veterans of the Vietnam Era); regulations regarding Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; regulations regarding . Utilization of Labor Surplus Area Concerns; and regulations regarding Women•Owned Small Business Concerns. 20. Social Security and Wage Tax Liability -With respect to all persons at any time employed by, or on the payroll of SUBCON- TRACTOR in performing any services directly or indirectly under this Subcon1ract, SUBCONTRACTOR accepts full and exclusive liability for the p_ayment of all contributions or taxes for unemployment insurance and old age retirement and other benefits, pensions or annuities, and wage or income taxes for unemployment insurance and old age retirement and other benefits, pensions or annuities, and wage or income taxes, now or hereafter imposed by the United States, and any state or political subdivision thereof, however the same be measured. SUBCQN. TRACTOR shall furnish WESTON such payroll and cmploymen1 information as WESTON may require to demonstrate compliance wi1h the above obligation. If WESTON shall be required by law to pay any contribution. tax or penalty because of SlJB. CONTRACTOR's failure to furnish the aforesaid information, SUBCONTRACTOR shall fonhwith reimburse WESTON for the entire amount so paid. 21. F~r Labor St .. rds Act And Service Contract Act• SUBCONTRACTOR warrants, in connection with the services provided hereunder, its compliance with all applicable require• ments of the Fair Labor Standards Ac1, as amended, and/or the Service Contract Act, as amended, and of regulations and orders of the Unite<! States Depanment of Labor issue<! thereunder. 22. Assignment -Tilis subcon1ract may not be assigned by SUBCONTRACTOR, either in whole or in pan, without the prior wriuen consent of WESTON. 23. Set-O!T -WESTON shall be entitled to set-off any amowit owe<! to WESTON by SUBCONTRACTOR or any of its affiliates, against any amowil payable to SUBCONTRACTOR by WESTON, or any of its affiliates. 24. Sales and Use Tax -SUBCONTRACTOR is required to pay all Sales and Use Taxes_to the extent such taxes are applicable to purchases made herewider, and funher agrees to hold WESTON harmless from any and all claims relate<! to Sales and Use Tax as applicable to services provide<! hereunder.,SUBCONTRACTOR will provide a certification, as part of the application for final payment, that all Sales and Use Taxes due have been or will be remitted to the appropriate taxing authority. 25. Severablllty -Any provision or pan thereof of this Subcon- tract held to be void or unenforceable under any law or by any coun shall be deemed stricken, and all remaining provisions shall continue to be valic! and binding upon the parties. The panics may reform or replace such stricken provision or part thereof with a valid and enforceable provision which expresses the intent of the stricken provision. 26. Governing Law . Interpretation of this Subcontract is lo be governed by and construed in accordance with the law of the Commonwealth of Pennsylvania. The application of the provisions of this Subcontract to services provided at local sites will be governed by the law of the local sites where services arc provided. 27. Entire Agreement • This Subcontract contains the entire understanding of the panics with respect to the subject matter hereof and there are ·no verbal understandings. statements, or stipulations bearing upon the meaning or effect of this Subcon• 1ract. Tilis Subcon1ract may only be modified or amended by a written instrument executed by both parties, except as may be otherwise provided herein. · ·