Loading...
HomeMy WebLinkAboutNCD095458527_19990301_FCX Inc. (Statesville)_FRBCERCLA RA_Bidding Documents for OU-2 Soil Remediation Rev. 4-OCRI I I Document Control No. 4400-57-AIDI RECEIVED I Revision 4 MAR 301999 I SUPERFUND SECTION I BIDDING DOCUMENTS FOR I FCX OPERABLE UNIT 2 SOIL REMEDIATION I FCX OPERABLE UNIT 2 STATESVILLE, NORTH CAROLINA I I Work Assignment No. 57-4N8M I MARCH1999 I I REGION IV I U.S. EPA CONTRACT NO. 68-W7-0026 I I Roy F. Weston, Inc. Suite 200 ·1 5405 Metric Place Norcross, Georgia 30092 I WESTON W.0. No. 04400-057-094-0003-00 I I I I i I I 1· I I I I I I I I I I I I Section A B C D E F G 8 TABLE OF CONTENTS lNSTRUCTIONS TO OFFERORS GENERAL CONDITIONS OF THE CONTRACT STATEMENT OF WORK COMPENSATION, INVOICING, AND PAYMENT RELEASE OF LIENS AND ALL CLA™S SUPPLEMENTAL PROVISIONS REPRESENTATIONS AND CERTIFICATIONS WESTON'S TERMS AND CONDITIONS tl0R/K\WP\04400\057\8I0RPM01 .DOC I I I I I I I I I I I I I I I I I I I SECTION A INSTRUCTIONS TO OFFERORS NOR/K. IW P\044001057\8I DR PM0 1 . DOC 3199 I I I I I ,I 'I I t I I I I I I I I I I 1. 1.2 1.3 14 1.5 1.6 2. 2.1 3. 3. I INSTRUCTIONS TO OFFERORS GENERAL INFORMATION This project is being conducted by Roy F. Weston, Inc. (WESTON.,) under the Response Action Contract (RAC) V prime contract 68-W7-0026 with the U.S. Environmental Protection Agency (EPA). Work at the site will be supervised by WESTON. The work covered under this solicitation is a portion of the total site remediation and is directed toward remediating contaminated soil (Operable Unit 2) at the FCX Site (FCXS), Statesville, North Carolina. This is to be accomplished by the use of a thermal desorption process. Groundwater is being remediated under a separate project (Operable Unit I). 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. WESTON requests bids for providing all work as defined in this solicitation in accordance with the requirements stated herein. Four 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. Partial or incomplete Bids may not be considered. Bids shall be in strict conformity with the Solicitation Documents and any amendments thereto. 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. RESPONSIBILITIES OF THE OFFEROR It is the responsibility of the respondent to read and become completely familiar with all information in this solicitation. BID AND OTHER COSTS This request does not commit WESTON or EPA 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. rlORIK IWP\04400\057\BIDRPM01 .DOC A-I 3199 I I I I I I I I I I I I I I. I 4. 4.1 4.2 5. 5.1 SCHEDULE It is anticipated that an award will be made for this work 60 days from the offer deadline. 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. MINIMUM QUALIFICATIONS OF OFFERORS 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 ifit is qualified to perform the Work. To assist in this investigation, the following items must be submitted with your bid. These minimum qualifications must be met by the Contractor, including any second-tier subcontractors. a. b. C. d. e. f 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, documentation of an individual's North Carolina Professional Engineering registration, or the firm's license to provide engineering services). Conflict of Interest 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. 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 successfully used thermal desorption for the treatment of contaminated soil. Listing of any major second-tier subcontractors needed to complete the work herein. The listing shall, at a minimum, include name and address of the proposed subcontractor, description of the work to be subcontracted, type of subcontract anticipated, and an estimated value of the subcontract. An insurance certificate indicating your ability to meet the insurance requirements. Written confinnation 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. NORIK. \WP\04400\057181DRPM01. DOC A-2 3199 ,I I I I I ·1 I I I I I I I I 6. 6.1 6.2 6.3 g. h. I. J. Evidence that your finn can comply with the Health and Safety requirements of this solicitation. This information shall include, at a minimum, your !inn'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. Evidence that your finn 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. Provide a copy of your !inn's QA plan that provides QA/QC requirements and procedures for the types of work required herein. 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 soil remediation systems. k. Provide the corporate experience of the organization per.fanning the completion of the detailed design of the treatment system. This finn must have at least five (5) years experience in the design and operation of thermal desorption. Provide the name and resume of the Design Manager, who shall have at least three (3) years experience in the design and operation of thermal desorption systems. SOLICITATION DOCUMENTS 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. WESTON, in making copies of Solicitation 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. The following additional documents will be provided at the Pre-Bid Conference for use as backgrm:nd information. These will become part of the Solicitation Document. • FCXS-Statesville Feasibility Study, Operable Unit 2. • Laboratory results from soil sampling performed at the FCXS-Statesville site in April 1995; • Laboratory results from vrification soil sampling conducted during excavation activities (March -April 1999). NOR/K. IWP\04400105 7\BIDRPM0 1. DOC A-3 3199 I I I I I/ I I 1 I I I I I 7. 7.1 7.2 7.3 7.4 8. 8.1 EXAMINATION OF SOLICITATION DOCUMENTS 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 perforniance 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. 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. Before submitting its bid, each offeror may, at its own expense, make such additional investigations as the offeror 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. The submission of a bid will constitute an indisputable representation by the offeror that it has read and understood every requirement of this so1icitation, 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. INTERPRET A TIO NS Written questions concerning this solicitation shall be received by Friday,_ April 23, 1999, 4 00 p.m. local time at: Roy F. Weston, Inc. Suite 200 5405 Metric Place Norcross, Georgia 30092 Attn: Ralph P. McKeen Fax: (770) 263-5450 Phone: (770) 263-5438 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 solicitation 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 uninformed offerors. If an offeror desires to submit questions for comment at the scheduled pre-bid conference, the NORIK'\WP\04400\05 7\BIOR PMO 1. DOC A-4 3199 I I I I I I I I I I I I I I .I I I I I 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, April 14, 1999, at I :00 p.m. local time at the FCX Site in Statesville, North Carolina. The conference and site visit will be limited to four ( 4) people from each firm intending on submitting a bid. This number shall include potential second-tier subcontractors. 9.2 Directions to the pre-bid conference are provided as a separate document to this bid document. 9.3 At least two (2) working days prior to the pre-bid conference, all firms 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 TECHNICALSUBMITTAL I 0.1 The offeror shall provide with their bid a technical overview of his approach for remediation of the soils. 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 remedial system which is the basis for the offeror's costs, process flow diagram, process and instrumentation diagram, a heat mass balance, and a material flow sheet. I 0.3 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 ( I 0%) 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 be submitted on either the surety's own standard Bid Bond or an American Institute of Architects (AIA) form. NOR/K · IWP\04400\057\BIDR PM01 . DOC A-5 3199 I I I I I I I I I I I I I I I I I I I 11.3 In case an offeror to whom a Subcontract is awarded shall fail or neglect to execute the Subcontract Agreement and furnish the satisfactory bonds within the time specified, WESTON may determine that the offeror has abandoned the Subcontract. Thereupon, the Bid Forn1s and acceptance shall be null and void, and the Bid Security accompanying the Bid Form shall be foifeited 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 foifeited 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. I 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. 12.4 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. 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 the Bid Forms 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 I 3. I 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 Monday, May 3, 1999, at: NQRIK: \WP\04400105 7\BIDR PMO 1. DOC A-6 3199 I I I I I I I I I 1 I I I I I I I I I Roy F. Weston, Inc. Suite 200 5405 Metric Place Norcross, Georgia 30092 Attn: Ralph P. 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 (025-RARA-048M) 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. I 3 .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 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 WES TO N'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: NOR/K:\WP\044001057\BIORPMOl . DOC A-7 3199 I I I I I I I I I I I I I I I I I I I a. b. C. registered or certified mail not later than the fifth (5th) calendar day before the date specified for receipt of responses; U. S. 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; 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 ofa 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 sent by U.S. mail at the WESTON office is the time/date stamp of WESTON on the bid wrapper or other documentary evidence of receipt maintained by WESTON. 14.5 The only acceptable evidence to establish 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 may 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. MORIK.\WP\04400\0571BIDRPM01 DOC A-8 3199 I I I I I I I I I I I I I I I I I I I 14.8 Bids may be withdrawn prior to the scheduled time (or authorized postponement thereof) for the opening of bids. 15. BASIS FOR AWARD I 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 from the Bid Forms) to WESTON for all the Work called for herein. WESTON, with consent from the EPA, will make this determination and their decision shall be final. 15.2 WESTON intends to make two awards for this solicitation. [n accordance with the EPA Record of Decision that specified the use of base-catalyzed decomposition (BCD) with thermal desorption, the first award will be made to the qualified offeror as described in 15.1 who has the capabilities to utilize BCD. The second award will be made to the qualified offeror as described in 15.1, that will utilize thermal desorption without the BCD process. 15.3 WESTON may (1) 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. 15.4 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. 15.5 If necessary to assure complete understanding of all offers, WESTON may conduct discussions with any or all of the offerors. 15.6 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 offer whether or not a written notice of withdrawal is received before award. Discussions or negotiation conducted after receipt of an offer do not constitute a rejection or counteroffer by WESTON. 15.7 WESTON may determine that an offer is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. 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. 15.8 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. ~IOR/K \WP104400\057\BIDRPM01.DOC A-9 I I I I I I I I I I I I I I I I I I I 16. AWARD OF THE CONTRACT 16.1 For any resultant contract, WESTON expects to give the successfi.1! 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 fifty ( I 50) 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. 16.2 The initial award will be given to the successful offeror that can provide thennal desorption with the BCD process. WESTON will then have the option to issue a second award if the initial offeror cannot demonstrate compliance with stack testing emission standards and/or soil remediation goals. 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 (I) 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 confonn 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 perfonnance of work under this solicitation. 18. FAILURE TO SUBMIT OFFER 18. I 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 19.1 Bids submitted in response to the solicitation will not be returned, but will be retained by WESTON to document the procurement. N0R/K:\WP\04400\057\BIORPM01.00C A-10 3199 I I I I I I I, I I I I I I I I I I I I 20. NOTICE OF REQUIRE!\1ENT FOR AFFIRMATIVE ACTION 20.1 The offeror's attention is called to the Equal Opportunity and Affirmative Action Requirements for Construction Clauses of the Contract Forms. 20.2 The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 4 I CFR 60-4 shall be based on (I) its implementation of the "Equal Opportunity" Clause, and (2) specific affirmative action obligations required by the clause entitled, "Affirmative Action Compliance Requirements for Construction." 20.3 The Contractor shall provide written notification to the Director, Office of Federal Contract Compliance Programs, within ten ( I 0) 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: 20.4 21. a. b. C. Name, address, and telephone number of the Subcontractor; Employer's identification number of the Subcontractor; 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. As used in this Notice, and in any Subcontract resulting from this solicitation, the "covered area" is Iredell County, North Carolina. 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. 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 basis. 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 ($10,000) dollars, which are not exempt from the provisions of the Equal Opportunity clause. NORIK:\WP\04400\05 7\BIDR PMO 1. DOC A-11 I I I I I I I I I I I I I I I I I I I 22. EXCEPTIONS 22. I 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 tenns and conditions essentially different from the enclosed WESTON terms and conditions may render the bid unacceptable. 23. DAVIS-BACON ACTS 23.1 The wage determination (General Decision No. NC 990009, Dated 3/12/99) 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. Neither WESTON nor the 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 such 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 second-tier subcontract to ensure that WESTON and the Contractor have the right to inspect wage and fiinge benefit payment data and to verify the accuracy of this data by interviewing . employees. The payment of the proper Davis-Bacon specified wages and fiinge 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. 24. FALSE STATEMENTS IN OFFERS 24.1 Offerors must provide full, accurate, and complete information as required by this solicitation and its attachments. The penalty for making false statements in bids is prescribed in 18 U.S. C. · 1001. 25. PERFORMANCE AND PAYMENT BONDS 25.1 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. ~JOR/K \WP\044001057\BIDRPM01.00C A-12 3199 I I I I I I I I I I I I I I I I I I I 26. SUBCONTRACTING PLAN 26. I 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. 26.2 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. 27. CERTIFIED COST OR PRICING DATA 27.1 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. 27.2 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 IWPl0440010571810RPM01.DOC A-13 3/99 I I I I I I I I I I I I I I I I I I I 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 on , hereby submits this bid to perfonn soil remediation at the FCX-Statesville 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 150 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 Corporate Seal NO RIK:IW P\04400\057\BIOR PM01. DOC A-14 3/99 I I I I I I I I I I I I I I I I I I FCX STATESVILLE BlD SCHEDULE FORM (TO BE COMPLETED AND SUBMITTED AS PART OF THE BID PACKAGE) Item Units Quantity {I> Unit Price Total Cost Dcscri11tion of Work Item I Lump NIA Install indirectly heated thennal Sum desorption system with the BCD process. la Lump NIA Install indirectly heated thermal Sum desorption system. 2 Cubic 5,742 ICY Utilize indirectly heated thennal Yards desorption system with BCD to remediatc soil. 2a Cubic 5,742 ICY Utilize indirectly heated thermal Yards desorption system to remediatc soil. 3 Cubic 5,742 ICY Stage remediated soil in the lower Yards warehouse area. 4 Lump NIA Removal of thermal desorption system. Sum ( I) Quantities shown for unit priced items arc estimated only and the respective unit price will prevail in the event of an ovcrrnn or underrnn. See applicable specification for description of measurement and payment for each unit price item. (2) OfTeror should complete items I and 2 !,!I la and 2a as appropriate. ~JOR/K:\WP\04400\057\BIDRPM01 .DOC A-15 "'" I I I I I I I I I I I I I I I I I I I NORIK: IWP\04400\05 7'8IDRPMO 1. DOC DA VIS-BACON SPECIFIED WAGES A-I 3199 MAR-24-SS 13:20 wt Document Rttriev:,J FROM,EPA CQNTRACT 1O:-¼IJ<¼ 562 8370 hnp:i.-ncp;,ur.c.fedworld.gov,cg1.n1 ... .:'.1 f"'! 1..:, ...,.,J-1, ,_, • I I I I I I I I I I I I I I I I I ·,:';~N=.::<..~.:... DECISIOt-".: NC99J-':;'.::·3 (<j/ 12/99 NC9 G,:neral :Je,::i.sio:: Nur:~e:c NC99JOC ~ State: North Carolin.a C:0:1.str:J.ctio:-, :y;;e: J-IEAV;! Cci.:.r:ty{ies;; S,~.TEW:::,: SE~•:EF ;:._l\~ wr.T2? ::ONSTi~.r.:c.rrot~ ?~OJECTS ;..ND E:E.AVY CONS'IR;:cr:C!'-! ??.-:)JECiS (e~{c:1.:dir.g D;:r. cvnstr:uct.ior-. proje-ccs). ~-~od.:.!ica-::.o!"! L\cr.i~er C ?·..:lJl.:..::ation Cat..s 03/12/1999 CC:,uNT:" (~-es): S"T P~'!E~·J"! DE BOI~EN...,lAK:::'.F.S: Storage Ta;-;.k ::rect.ion/Re:;:c..:.r All J-c:-'.er ~-10::-¼: 3RiC: .. :w~:!ERS c.::..J<p:::::,iTSRS CEl'.lE~'l' MASONS /F:KISH::'.R5 E:..:::c::-IG.CI~NS FENCE EREC':',:•RS : RC,~;•JOR..l<E~.S LAB:l?.EP.S: Vr.skil:..~= ;._:.r D~ill Operate!:' .i:..sphalt Rai<ers ?i.;:,~la:/ers Mh.N~OLE SVIL~ERS ~-'.:IL:.t·:~IGHTS ?A:t-:n:RS ?LUMBERS & PI?E:E'I'I'!ERS POWER EQUIPM:CJ.lT (;?ERAT0"-5: Asp~al: ~~s~ributo= Asphal: ~~~,~r~~ Asphalt L?ave:r: rts?t.a.lt Screed 3ac:.:..'1oe 2.-.:.::-ing Mcl:d:.:..ne- 31.:lldozer C::-ane C:::-ac:li:;.e J~ii.:. :.oac!.er: Mecta:-:i:; Mcco::-Grader ?..ol l~=- 2c:::aper, Pc.:1 -=-=a:::::.or T:::-enching Ne2.l JriU .. crs ??,UC:< DRI'-/ZRS TV & GROV;;'n.;G TE:Ci-H•J! C: Ah'S i2.96 16.20 7.23 6.63 15.11 2.36 5 .15 C.20 5.15 5.'.,2 -1 -:,,_:, 5.17 5.81 5 .. 27 1.:2 7.42 :, . 77 5. 6:} 5.69 5.69 6.40 5.65 5.96 I. 60 6.3; 7. 23 5 . 7 S- -; . 16 6.24 5.15 5.42 5 . .; 9 o.sa 6. 58 S.~5 9. 22. 4.:cs 4.1C5 PAGE l / 3 03/19/99 15:12:21 MAR-24-gg 13,21 \Vt Document Retri,:vJ.I FROM,EPA CONTRACT ID: '-104. 56:2 8370 bttp:'/ne;.,Lune;:.leCwcni:.~\)\•t;g1•G1. .. .:,1•1.:. '"1""', .,, . .,,. ..... _ I I I I I I I I I I I I I I I I I WSLD;Rs -~11:::ei•:e ::-a::e p::::-~scr:.bed f0r ::raft pe:rf◊r:t1.i!'.~ c .. ?e:--a:.ion to whi~h ~eldi~g is incid~~tal. ;Jnliste classifications needed for ~·-:,r~ no:. inc.:..:..:de.:! withi:"1 the scope o the cJ.assi :'.icatio:15 :..isi:ed rta'.!'· b-e aC.deci 2.fte.: awa:::d only as pres.-dad :..r. t.1".e labo:r stE..::d:irds co:'l.tr2.ct clauses {29 en. 3.5(a)(1)1:v)J. 'tiA~:; D:STER.'1INATION itP?EALS ?F-OCESS 1.) :ia~ t.b.e!'"e ~een an i:1.itial decisio:.; i~ the (t'.atter? This can ~e: .;.::: €Xisti.r.g p--,:::;-l.:.!hed wag-2 dete:::-:ni:iat.:..on .. a s-:.;.·-.:ey u:1d<::rl.:r•i~g a wage C.e:.e::-mi~atior. .,,. 2. Wage and Hou:: oi~.rision letter setting fo!'th a posi:ion ~~ a ~age determi~atio~ ~at~2r .~ :::o:;f.:,ITna!'.C:~ (add:..tion2.l c::..ass:fica~io~ and rate) ::-:.1li:-i~ O!"l si:..:-7ey =2lated ma:tte.:s, initial ccntG!ct, i.ncl1:.C:..ng req-.;e::its for sum.'llar:8s of s·.1rveys, sr.o,.ilO be with the v:age an.::. :i6u~ ?..egior~al Office £::;-i:: the area in whi::t-. the su;:-vey was cond1:.cted bec~use ::::os~ ~eqional C.f::'ices ha"Ve =es:;::o~.sib~lit.'{ :'.:c= tf.e D,3.·;is-Bac.on s·..1~t.·~y ;>rograr.,. ::'..:f the -:-espo:1se ::':err: ':.~is :.nit.ia2. cc,n-::acc is :i.ot satis!:Qctory-, t:\er. the precess described. ir. 2.) a'1.d ] . ; sho~ld :Oe =ollowed. WiL~ ·::;-,;gar.;:i to a.::.y o-:t.er rr.a:ter no"':. y~t ri:;;-e fc!' :.he fc1r~al pro-=ess desc;-i.bed here, ir.i ~ic.i CO:"!taCt should be wi.,:.!'. tr.e Brar.c:t cf ·::::cnst:n . .:ct.:.•Jn 1·:a;a Dat.Sr.!l.ina.-::io:-,s. t-;;::-ite co: B.r~:1ch of Const.r:..:._ct.:..0:1 '.lai;.e D~te::T.1!:'l-=.tions t:age a::1.C E::mr Civis.ior. U. S. Der,artrrier. t of 1a:-:-o:.- 2C0 Cc~sti:-:.Jt:.o:-: h,e:u.?, t~. t:. Y]ss:-:i:-.g:.c.:1, D. C. 20210 2.~ If t~e a~S\,er tc the ~~escio~ in 1.} is yes, tten an ir.terested party :thos= a!fected by c~e actio~} ca~ req~es: re•,tiew a=:d :reccr.si::ie:-a::.on :f~on tte W~ge a::-:d P..ou~ Ad...i,ir.is"':::'.'9.:.·.::::- (See 29 CFR ?art 1.8 and ·29 CFR P~=t 7}. ~rite to: Wage a:iC: Eou=-A:::irr.i::1.:.st::a~or- U.S. Depa=t:r.~:1t: ~£ Labc-r 20C Ccr.sti ti..:.:.ion A\·enue, 1~. ~,J. ~·as:)::.r.:;tor., D. c. 2C210 ..:.nterested pa::::ty's posit.ior: a!1d by a:1.y ::.r..fo=:r:atior. (wage ?a~i.-:er,:: data, p::ojec:; d~scri?tic:-1, a~•ea ;;·=act.ice m.a':.eria:., etc.) t:tat -:.b.e ~~~~es~or co~side=s ~eleva~t tc the issue. 3.) If t;".s d-ecisi::.•r: · of the Ad.'":'li::iis:~ato.!" is r.o~ .:avora:J.:.e, a:1 .::.:-1':'='rested part~.: ::,ay ap;:,e&l di:::ec':ly to t:-1e Adir,.:..r-.istrati•:fl Rev:.e,.v Boarci (:::o:--:r.erly t:",e t·J.;;.ge ~~peals Boa!'•:::ij. W:::-ite :.o: _.:.._d.roi:.istrative Revi-2w 3o.a~d C'. S. Je?c=t:n~:1.t. of Labo.r 20C Co:1s.::itu-:-:ion l-nent..:.e, ?-:. !.ii. Wa5:1..i~9:on, ~-c. 2021·J PAGE 2/3 03/19/99 [5:12:21 MA~-z~-~~ i3,~1 ~ROM•EPA CDNTRAC'f \\luS·Documen: .Retrieval lO,q04 562 8370 PAGE http::/ncpwn.:.:.reJ,,i.·orll.1.g0v:cgI-nt. .. .::; r., t.;:,; -fl/'' ·, • '.•, v~, ,., ............. ,., .. 0 n D I D I I I I I I I I 4., All d~cisi:;.:--~s by tr'.e ;.drr.i:1i5t:-.2.ti•:e Re·,;iew :2c::!rC. a:-e fi:1a:.. END o:: GENERAL C:ECISIOK 3/3 I I I 03/19!99 15:12:21 I 0 0 D I I m I I I I I I I I I I I I SECTIONB GENERAL CONDITIONS OF THE CONTRACT MQR/K. IWP\04400105 T\BIOR PMO 1. DOC 3199 I I I u u I I I I • m m I I I I I I • CONTRACT between CONTRACTOR and ROY F. 'WESTON, INC . Contract No. ____________ _ Date: ______________ _ Prime Contract: ___________ _ DPAS Rating: __ _:_ ________ _ n 0 I 0 I I I I I I I I I I I I I I I CONTRACT TABLE OF CONTEi'iTS CONTRACT CLAUSES ......................................................................................... I Article I Article 2 Article 3 Article 4 Article 5 Article 6 Article 7 Article 8 Article 9 Article IO 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 Applicable Documents ................................................................ I Application of Federal Acquisition Regulation (FAR) .......................... 2 Type of Contract. ...................................................................... 2 Effective Date .......................................................................... 2 Order of Precedence .................................................................. 2 Period of Perfonnance ................................................................ 2 Statement of Work .................................................................... 3 Compensation .......................................................................... 3 Governing Law ........................................................................ 3 Authorized Representatives .......................................................... 3 Insurance ................................................................................ 5 Waiver .................................................................................. 7 Perfonnance and Payment Bonds ................................................... 7 Liens ..................................................................................... 8. Warranty of Perfom1ance ............................................................ 9 Standard of Care ....................................................................... 9 Inspection of Services ................................................................. 9 Indemnification ...................................................................... IO Warranty of Supplies and Workmanship ........................................ 11 Independent Contractor ............................................................. 11 Health and Safety .................................................................... 12 Confidentiality ....................................................................... 12 Tennination .......................................................................... 13 Disputes ............................................................................... 14 Changes ............................................................................... 14 Liquidated Damages ................................................................ 14 Pennits ................................................................................ 15 Scheduling and Delay ............................................................... l 6 Notice of L1bor Disputes ........................................................... I 6 Non-Discrimination in Employment ............................................. 17 Social Security and Wage Tax Liability ......................................... 17 Fair Labor Standards Act and Service Contract Act ........................... 18 Severability ........................................................................... 18 Data Rights ........................................................................... 18 Release of Liens and All Claims .................................................. I 8 Assignment ........................................................................... 19 Set-Off ................................................................................ 19 Sales and Use Tax ................................................................. 19 Entire Agreement. ................................................................... I 9 IIOR/l< l'/IP\044001057\CTRP.',!001.00C OJ/98 0 0 D I u I I I I I I I I I I I I I CONTRACT CLAUSES THIS CONTRACT, made this_ day of ______ 1999 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 Ill support of ______________ _ AND, WHEREu,S, WESTON desires and CONTRACTOR agrees to provide services as a CONTRACTOR to WESTON in perfonnance of the aforementioned _________ Contract; NOW TREREFORE, in and for consideration of the mutual promises contained herein, WESTON and CONTRACTOR do hereby agree as foUows. ARTICLE 1 -APPLICABLE DOCUMENTS Section A -Instrnctions to Offerers 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 B-1 01/99 0 0 D I I I I I I I I I 1· I I I I ARTICLE 2 -APPLICATION OF FEDERAL ACQUISITION 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, constmction 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 elate of this contract shall be the elate that it is bi-laterally executed, which is the elate the second party has signed the agreement. ARTICLE 5 -ORDER OF PRECEDENCE In the event of an inconsistency or ambiguity between the documents comprising th.is 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. WESTON Instmctions to Offerors ARTICLE 6 -PERIOD OF PERFORMANCE 1l1e period of perfonnance of this Contract shall be frorn the effective elate of the Contract through B-2 01/99 D u I I I I I I g I I I I I I I I g I the completion of all required Items or through the end of period perfonnance or tennination of WESTON's Response Action Contract (RAC) Contract with U.S. EPA, whichever comes first, unless otherwise modified or tenninated 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 Section C, "Statement of Work." ARTICLE 8 -COMPENSATION Compensation, shall be in accordance with Section D attached hereto and forming 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. TI1e 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 TI1e 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: B-3 01/99 u I m CONTRACTOR I I m I WESTON I I I and I I I I I I D I I '<',>!• ·' ~~• ~• ,.1Q1 ,H'\r;7,~w~e,1. :.,,,: B-4 01/99 u D I I I m I m I I I I I I • I I I m ARTICLE 11 -INSURANCE A. CONTRACTOR shall, at its own cost and expense, purchase and maintain, tl1roughout the perfonnance of this contract, the minimum types and limits of insurance set 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 perfonnance of the 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 Tennination under Article 24 of this contract. I. Commercial General Liability (occurrence basis): ISO Policy Fonn 1988 or equivalent. LIMITS: SI ,000,000 per occurrence; S2,000,000 general aggregate; and S2,000,000 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 perfonnance of the Work. LTivIITS: SI ,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 ,,.~,1-.•?\J•••J01~\1,,;r,.~,-:::.:;,·,: 8-5 01/99 I m m m • I I • I I I I D I I I I I I Occupational Disease. LIMITS: Statutory Worker's Compensation and $1,000,000 Employers' Liability, including Stop Gap Coverage (for work perfonned in Monopolistic Fune! States). 4. Excess (Umbrella Fonn) 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. 5. Professional Liability (claims-made basis): provide coverage for CONTRACTOR' s negligent acts, errors and omissions arising out of the performance 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, 111 favor of WESTON, all rights of subrogation or rights of recovery that may otherwise be available to each of them. CONTRACTOR shall provide WESTON, pnor to the commencement of the Work B-6 01/99 u I m I I I I I I I I I I I I I I I I hereunder, a Certificate(s) of Insurance evidencing coverage as required by this Article 12. The Certificates (s) of Insurance 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 of 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., I Weston Way, West Chester, PA 19380, Attn: Contracts Department. 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 perfonnance by CONTRACTOR of any of the tem1s, conditions or provisions of this Contract shall not be deemed a waiver by \VESTON of any such tenns, conditions or provisions or the observance or perfom1ance 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 tenns hereof. ARTICLE 13 -PERFORMA.i~CE AND PAYMENT BONDS CONTRACTOR shall furnish Perfonnance and Payment bonds each in an amount equal to the ·;-,,,.,,,.~,oHr,01~\,,,:7,,_-~-.:.:,-,..; 8-7 01/99 m m m m m m m I I I I I I I I I I I I Contract price, without options, as security for the faithful perfonnance 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 L1w or regulation. The CONTRACTOR is not authorized to proceed with any work until the applicable bonds have been received. ARTICLE 14 -LIENS If any lower tier Contractor, laborer, or materials supplier 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. B-8 01/99 I I I ,I 0 0 I I I I' i I' i 1· I I I I I ARTICLE 15 -WARRANTY OF PERFORlVIA.t~CE CONTRACTOR warrants to WESTON that it possesses the expertise, capability, equipment and personnel to properly and professionally perfonn 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 performance of such services comply with all applicable laws, ordinances and regulations and shall perfom1 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. ARTICLE 16 -ST AND ARD OF CARE In providing services of any kind or nan1re 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 performance of services. (b) T11e 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 shaU be maintained and made available to WESTON during contract perfonnance 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 ·•~•,,:.~,,o,.,Jr.\:\,-_.::n~~~:-~•~: B-9 01 / 99 I I I I I I a I I I I I I 1· I I I I I inspection and tests in a manner that wi!l not unduly delay the work. (d) If any of the services do not confonn with Contract requirements, WESTON may require the CONTRACTOR to perfonn the services again in confonnity with Contract requirements, at no increase in Contract amount. When the defects in services cannot be corrected by reperfonnance, WESTON may (1) require the CONTRACTOR to take necessary action to ensure that future perfom1ance confom1s 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 confonnity with Contract requirements, WESTON may (l) by contract or otherwise, perfom1 the services and charge to the CONTRACTOR any cost incurred by WESTON that is directly related to the perfom1ance of such service or (2) tenninate the Contract for default in accordance with Provisions of this Contract. ARTICLE 18 -INDEMNJFICATION CONTRACTOR sha!l indemnify, defend and save hannless 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 clain1s, 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 perfonnance hereunder. 8-10 0 l/99 I D I I I .I B ,1 D 'I I ,, I I\ ', I I I I 1· ARTICLE 19 -W ARRA.t'ITY OF SUPPLIES AND WORKlvlAJ~SHIP The CONTRACTOR warrants that for the duration of the project, all supplies furnished and work perfonned under this Contract will be free from defects in material and worh.,nanship and will confonn 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 t_o 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. CONTRACTOR further agrees that the standard commercial equipment furnished under this Contract 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 :.,,,u,, ~>·. :., :~\•J~ '1-:~n--~:::. :..-r. B-I I O 1 / 9 9 I I I .I, I .I I :I 1, 'I I a I I' I I I I, I 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 perfom1ance of this Contract. The CONTRACTOR shaU, 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 weU as property for the duration of the services performed hereunder. CONTRACTOR shall comply with all applicable federal, state, 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. CONTRACTOR shall develop and maintain for the duration of this Contract, a health and safety program that will effectively incorporate and implement all required safety provisions including, but not limited to, provisions of the Site Health & Safety Plan. UNFAMII.lARITY WITII TI!E AFOREMENTIONED SAFETY PROVISIONS SHALL NOT RELIEVE TI!E CONTRACTOR FROM COivIPLIANCE WITH TI!E OBLIGATIONS At'\/D PENALTIES SET FORTH THEREii~. ARTICLE 22 -CONFIDENTIALITY Confidential or proprietary infonnation 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 infonnation 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. ,a,) .. .,,, •?1-1••~?• ~\, ,·:~,,-~::. :-~: 8-I 2 01/99 I I 11 1, ·1 I I ,, I m I D i I I I I I I ARTICLE 23 -TERJ\1JNATION A. TERNilNATION FOR COi'iVEt'\'IENCE -WESTON may, at any time, tenninate 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 tem1s of this contract for all services rendered and accepted by WESTON through the date of tennination, including reasonable and supportable tem1ination costs. WESTON shall not be obligated to pay CONTRACTOR any other costs related to losses, damages or expenses, including prospective profits for services not performed, arising out of or related to such tennination. B. TERivilNATION FOR DEFAULT -If CONTRACTOR defaults in the perfonnance 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 tem1s of this Contract. In any such event WESTON may terminate 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 tennination. C. NOTICE OF TER.tvilNATION -WESTON shall provide a written Notice of Temunation and CONTRACTOR shall proceed with the direction contained therein, and shall transmit to WESTON all records related to the CONTRACTOR's perfom1ance thereunder, including but not limited to, samples, field data, laboratory data, analysis, tests, calculations, notes and results. B-13 01/99 I I ·1 I I .I, I ·I I n I I I I I :I I I, I ARTICLE 24 -DISPUTES Any dispute arising under this Contract, including disputes under tennination, not settled by 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. TI1e rights of WESTON and the obligations of CONTRACTOR shall survive completion of perfonnance in accordance with the provisions of this Contract and final payment hereunder. 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 shaU be made in writing within ten (10) days of issuance of a change notice from WESTON. Failure to provide such written claim shaU constitute a waiver of such claim for adjustment. Failure to reach mun1al agreement regarding such adjustments hereunder shaU constitute a dispute to be resolved under Article 25 of these General Provisions. However, nothing in this clause shaU excuse the CONTRACTOR from proceeding with the Contract as changed. If the CONTRACTOR wishes to make a claim for an increase in the contract sum or extension of time due to a changed condition, he shall give WESTON written notice within 10 clays after he has discovered or believes a changed condition exists. ARTICLE 26 -LIQUIDATED DAMAGES Should the work under this Contract to be perfonned by the CONTRACTOR not ,.,,,,,,·.-.-p,1,,::,;~1\c~••~~: .:.,·,: B-14 be fully 01/99 I I ·a I I ,I ·1 ,,. I I I, I u I u I I I I 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 contractor(s) or 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 ljquidated 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 27 -PERMITS CONTRACTOR is responsible to investigate any and all local, state, and federal pennits or regulatory requirements associated with the Contractor's perfonnance of this work. The Contractor shall also obtain all pennits and licenses and pay all fees and charges necessary for the perfonnance of CONTRACTOR' s services under this Contract. 8-15 03/99 I I I I I .I I ,, I 1· I, I I ,. I I I I I ARTICLE 28 -SCHEDULING AND DELAY It is agreed that time is of the essence in the perfonnance of this Contract. CONTRACTOR shall cooperate with WESTON in scheduling and perfonning the CONTRACTOR's work to 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, in whole or in part, the comn,1encernent or execution of CONTRACTOR's work, or to vary the sequence thereof. 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. If there is an impact in cost due to any of the aforementioned delays for which CONTRACTOR is not responsible, such cost shall be subject to renegotiation among WESTON, WESTON's client, and CONTRACTOR ARTICLE 29 -NOTICE OF LABOR DISPUTES In the event that the timely perfom1ance 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. CON1R<\CTOR shall insert the substance of this provision in all purchase orders and lower tier contracts issued hereunder. B-16 01/99 I I I I I ft, I I I I I I I I I I I I I ARTICLE 30 -NON-DISCR.Th1INATION IN EMPLOY!VIENT 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 national origin. CONTRACTOR shall abide by provisions of all applicable governmental laws ancl 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 ancl 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; ancl regulations regarding Women-owned Business Concerns. ARTICLE 31 -SOCIAL SECURITY AND WAGE TAX LIABILITY With respect to all persons at any time employed by, or on the payroll of the CONTRACTOR in performing 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 any state or political subdivision thereof, however the same be measured. CONTRACTOR shall furnish WESTON such payroll and employment infonnation as WESTON may require to show compliance with the above obligation. lf WESTON shall be required by law to pay any contribution, tax or penalty because of CONTRACTOR'S failure to furnish the aforesaid infonnation, CONTRACTOR shall forthwith reimburse WESTON for the entire amount so paid. 8-17 01/99 I • I I I I I I I I I I I I I m II I I ARTICLE 32 -FAIR LABOR STANDARDS AND DA VIS-BACON ACT CONTRACTOR warrants, in connection with the services provided hereunder, its compliance with all appljcable requirements of the Fair Labor Standards Act and/or the Davis-Bacon Act, as amended, and of regulations and orders of the United States Department of Labor issued thereunder. ARTICLE 33 -SEVERABILITY Any provision or part thereof of this Contract held 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 refonn or replace such stricken provision or part thereof with a vaJjd and enforceable provision which expresses the intent of the stricken provision. ARTICLE 34 -DATA RIGHTS CONTRACTOR agrees that aU discoveries, inventions, and data related thereto that are conceived of, either jointly with others or independently, in connection with the services perfom1ed hereunder is the property of WESTON and shaU be provided to WESTON without restrictions. ARTICLE 35 -RELEASE OF LIENS AND ALL CLA.ThtIS WESTON shall require CONTRACTOR to provide a Release of Liens and All Claims along with the Application for Final Payment of services perfonned hereunder (Section E) prior to release of the final payment by WESTON. Contractor shall also provide a Release of Liens and Claims prior to any transfer of title to the U.S. Government for the remediation and monitoring systems. B-1 S 01/99 I I ' I 9 I I I I I I 1 • I I I a D I ARTICLE 36 -ASSIGNMENT This Contract may not be assigned by CONTRACTOR, either in whole or in part, without the prior written consent of WESTON. ARTICLE 37 -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 38 -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 appl.icable to services provided hereunder. CONTRACTOR will provide a certification (Section E) 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. ARTICLE 39 -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 an1ended, _by a written instrnment executed by both parties, except as may be otherwise provided herein. B-19 01/99 I I I I I I I I I I I I I I I I I I I 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) B-20 01/99 I I I • I I 11 m I I I I I a I I D I I SECTIONC STATEMENT OF WORK NQRf.<;: IWP\044001057\BIORPMO 1. DOC 3199 I I I I I I I I I I I I I I I I I I REVISION 4 REMEDIAL ACTION STATEMENT OF WORK FCX-STATESVILLE SUPERFUND SITE -OU2 STATESVILLE, IREDELL COUNTY, NORTH CAROLINA MARCH 1999 Prepared for: U.S. Environmental Protection Agency Superfund Agency Region V 77 West Jackson Boulevard Chicago, Illinois 60604 This document was prepared by WESTON in accordance with the terms of the U.S. EPA Region V Contract No. 68-W7-0026, and contains Confidential Business Information. Work Assignment No. 025-RARA-048M Document Control No. 4400-57-AIDJ This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be released or disclosed in whole or in part without the express written permission of EPA. I I • I I I I I I I I I 8 I I I I Prepared and Approved by: REVISION 4 REMEDIAL ACTION STATEMENT OF WORK FCX-STATESVILLE SUPERFUND SITE-OU2 STATESVILLE, IREDELL COUNTY, NORTH CAROLINA U.S. EPA Contract No. 68-W7-0026 Work Assignment No. 025-RARA-048M Document Control No. 4400-57-AIDJ Ralph P. McKecn, P.E. Site Manager Date: --'""'3,:.J..£Lb:......LL-L..L,/7-L-'Z- Approvedby ~ $-z:._ /4-~oii,e; Young 7 Technical Reviewer ./1 Approved by: -f<+/;f--"~¥--.L.<c~--L.nf-. G:_· ee_,__.~"-'-p-r-'?i,--"~=-:__-- ofl-Program Manager Date: -"3-l-/);"'-v.L..,1,_b.:.....f /,__ __ I I Ill This document was prepared by Roy F. Weston, Inc., expressly for EPA. It shall not be released or disclosed in whole or in part without the express written permission of EPA. NOR/K:\WP\04400\057\SOWRPMOl . DOC I I I I I I I I I I I I I I I I I 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 1 2 3 TABLE OF CONTENTS Title Remedial Action Statement of Work FCX Statesville Superfund site Section: Table or Contents Revision: 4 Date: March 1999 Page GENERAL INFORMATION ........................................................ 1-1 I. I 1.2 1.3 1.4 Definitions. .. ........................ 1-1 Project Objectives ...... . ........ 1-2 Overview of Contractor Services to be Provided .......... ............ 1-2 Responsibilities of Project Representative ........ . ....... 1-3 SITE DESCRIPTION ................................................................. 2-1 2.1 2.2 2.3 2.4 2.5 2.6 2.7 Site History ................................................................................ . Summary of Pre-RI Investigations Summary of Phase I and II RI and July 1993 Investigations ....... 2.3.1 2.3.2 Findings of the Phase I RI Relating to Soil Contamination Phase II RI Soil Results .............. . July 1993 Supplemental Soil Sampling Results ......... TCLP Soil Sampling Results ............................ . Description of the Selected Remedy ............ .. . ... 2-1 .......... 2-3 .......... 2-3 .. 2-6 . ....... 2-6 .. .... 2-9 . ...... 2-10 . .... 2-10 EPA Excavation and Removal Activities .. .. ................. 2-13 Remedial Action for Operable Unit 1 ...... .. . .. 2-13 REQUIRED ACTMTIES ........................................................... 3-1 3.1 ' 7 J.- General Overview ....... Work Plan Preparation 3.2.1 3.2.2 ' ? ' J.-. ..> 3.2.4 Regulatory Compliance and Permitting System Design and Layout.. ... Remedial Action Schedule. Supplementary Plans ... 3.2.4.1 3.2.4.2 3.2.4.3 Health and Safety Plan ...... Quality Assurance Project Plan Data Management Plan ............. 3-1 ' ' ..... .)-.) ' ' ······j-j ... 3-4 ····················3-4 ·········· 3-5 ....... 3-5 ..... 3-6 ...... 3-7 NOR/K:IWP\04400\057\SONRPM0l . DOC I I I I I H I I I I I I I I I B I I This document was prepared by Roy F. Weston, Inc., expressly for EPA. Jt shall not be disclosed, in whole or in part, without the express written permission of EPA. Section 4 3.3 3.4 Remedial Action Statement of Work FCX Statesville Superfund site Section: Table of Contents Revision: 4 Date: March 1999 TABLE OF CONTENTS (Continued) 3.2.4.4 3.2.4.5 Title Pollution Control and MitigationPlan .... . Waste Management Plan ..................................... . Soil Remediation System ....... . 3.3.1 General Requirements .. 3.3.2 Performance Criteria and Remediation Goals ..... . 3 .3 .3 Installation and Cleanup .......................................... . . ...... 3-7 ········3-7 . .... 3-7 . ........ 3-7 . .. 3-8 ·······3-9 Startup and Performance Demonstration ............................................ 3-10 3.4.1 As-Built Drawings ................................................ . . ......... 3-1 1 3.5 Operation and Maintenance .............. . . ... 3-11 3.6 3.7 3.8 3.5.1 Operation and Maintenance 3.5.2 Morntormg .................... . 3.5.3 Verification Sampling ................ . System Removal and Soil Staging .. Pre-Final/Final Inspection .............. . Remedial Action Report ................. . .... 3-12 . ... 3-12 . .... 3-13 ..... 3-14 ......... 3-14 .................................................. 3-14 SCHEDULE ............................................................................ .4-1 NOR/K. \WP\044001057\SQ\/'✓R PM01. DOC 11 I I I I I • I I I I I a I I a I 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 2-1 2-2 2-4 2-5 2-1 2-2 4-1 Remedial Action Statement of Work FCX Statesville Superfund site Section: Table of Contents Revision: 4 Date: March 1999 LIST OF FIGURES Title Site Location Map ............... . Soil Sample Locations Exceeding Remediation Levels. Phase I RI DDT Concentrations in Soils .. Approximate Excavation Areas Based on Remediation Levels LIST OF TABLES Title Summary of Investigations Prior to RI at FCS Statesville ...... . Summary of Soil Volumes Based on Cleanup Goals. Remedial Action Schedule ... Page ..2-2 . ................. 2-5 ..................... 2-7 .................. 2-11 . .... 2-4 . .... 2-12 . . .4-2 NOR/K: \WP\04400\057\SOWR PM01. DOC Ill I I I g I I R I I I I I I I I I 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 I GENERAL INFORMATION I. I DEFINITIONS Remedial Action Statement of Work FCX Statesville Superfund site Section: 1 Revision: 4 Date: March 1999 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 Performance Criteria -All local, state, and Federal performance level or standards that must be met to satisfy the requirements of this contract. Project Representative -Firm contracted by EPA to subcontract and oversee the remedial action. Remediation Goals -Maximum soil concentrations allowed at the conclusion of the remedial action. Site -Area of soil contamination attributed to the FCX property. NOR/K\WP\04400\057\SOWRPM01.DOC 1-1 I I I I I I I I I B I I I I I I I I This document was prepared by Roy F. Weston, Inc., expressly for EPA. II shall not be disclosed, in whole or in part, without the express written permission of EPA. Remedial Action Statement of Work FCX Statesville Superfund site Section: 1 Revision: 4 Date: March 1999 1.2 PROJECT OBJECTIVES Under this contract, the selected contractor shall design, install, and operate a soil remediation system at the FCX-Statesville Superfund Site, located in Statesville, North Carolina, to meet all applicable Federal, state, and local standards as well as the performance criteria as described herein, and to achieve the remediation goals at the completion of the project. The objective of the OU2 soil remediation project is to restore soil quality in the vicinity of the site to the remedial goals provided herein. The Contractor shall configure and operate an indirectly heated thermal desorption treatment system with off-gas condensation, collection, and treatment. The system will be used to treat contaminated soil to meet the performance criteria. 1,3 OVERVTEW OF CONTRACTOR SERVICES TO BE PROVIDED The contractor shall provide all services, equipment, and supplies necessary to perform soil remediation as specified in the contract, including but not limited to: L Prepare Work Plan for soil remedial action which shall include the system design and layout, process flow diagram, P&ID, heat mass diagram, and material flow sheet. The Work Plan shall include a remedial action schedule which meets the requirements of this Statement of Work (SOW). 2. Revise Work Plan to address the Project Representative's comments. 3. 4. 5. Obtain state and local approvals, licenses, and consents required for soil remedial action. Setup and operation of a thermal desorption system. Sampling of treated soil and stack emissions to verify that treatment standards have been met. Sizing, handling, decontamination, and disposal of any oversize debris encountered that the Contractor cannot process through the treatment system. NOR/K. \WP\044001057\SOWRPM01. DOC 1-2 I I I I I I I I I I a I I 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. Remedial Action Statement of Work FCX Statesville Superfund site Section: 1 Revision: 4 Date: March 1999 6. Submit as-built drawings and update as needed. 7. Collection, characterization, and disposal of any and all process residual material including, but not limited to, carbon, condensate, water treatment media, and particulate media. 8. Stage treated soil inside lower warehouse. 9. 10. Remove equipment at the completion of remediation. Site restoration including any treatment and/or disposal of any contamination of surrounding areas resulting from the Contractor's treatment process and/or remediation efforts. 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. 2 Conduct performance test program during startup of the treatment system. Conduct soil verification sampling of treated soil prior to staging to confirm that soil remediation goals have been achieved. Approve achievement of performance criteria and remediation goals. NOR/K: \WP\04400\057'SONRPM01. DOC 1-3 I I I I I I I I I I D This document was prepared by Roy F. Weston, Inc., expressly for EPA. II sha!I not be disclosed, in whole or in part, without the express written permission of EPA. SECTION 2 SITE DESCRIPTION Remedial Action Statement of Work FCX Statesville Superfund site Section: 2 Revision: 4 Date: March 1999 Note: For a detailed site history and characterization, refer to the appropriate sections of the Record of Decision and Feasibility Study Report. These reports have been appended as part of this solicitation package. The FCX-Statesville (FCXS) Site 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 site, covering approximately 5.5 acres, 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 prefabricated utility shed retailer lot east of Phoenix Street. 2.1 SITE HISTORY In 1966, approximately I 0,000 pounds of DDT, DOD, and possibly liquid chlordane were allegedly buried in 2 adjacent trenches, approximately IO 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 backfilled 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. NQR/K:IWP\04400\057\SOWRPMO 1. DOC 2-1 I I I I I I I I I I I I I I m m I I 5srTE LOCATION J\IIAP FCX-STATESVILLE CAROLINA STATESVILLE!. NORTH SCA E 124 000 } 0 l ""'~~ ~===~==================================== CO~llOUR l~lTERVAL 10 FEET FJGURE 2-1 I I I I I m I a I m I I I D 0 I I 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. Remedial Action Statement of Work FCX Statesville Superfund site Section: 2 Revision: 4 Date: March 1999 During the site reconnaissance on February 12, I 99 I, conducted by U.S. 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. 2.2 SUMMARY OF PRE-RI INVESTIGATIONS Various investigations were conducted prior to the RI by the North Carolina Department of Human Resources (NCDHR), U.S EPA, and Fred C. Hart Associates for Southern States Cooperative, one- time potential purchasers of the site. A summary of these investigations is presented in Table 2-1. 2.3 SUMMARY OF PHASE I AND II RI AND JULY 1993 INVESTIGATIONS Subsequent investigations included the Phase I RI, Phase lI RI and the July 1993 supplemental Soil Sampling, all of which were conducted by U.S. EPA Region IV hazardous waste section personnel The results of these investigations are summarized in this section. The soil sample locations that exceeded remediation levels are shown on Figure 2-2. NQRIK: \WP\044001057\SOWR PM01 . DOC 2-3 I I I I I I I I u I 0 0 I 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 2-1 Remedial Action Statement of Work FCX Statesville Superfund site Section: Section 2 Revision: 4 Date: March 1999 Summary of Investigations Prior to Rl at FCX Statesville Investigations Findings Fred C. Hart Assoc. Cltlordane. DDT, and olhcr pesticides in soil. Ganuna-BHC and olhcr Febrnary 1986 pesticides in grow1dwa1er. Trichloronuoromelhane (TFM), 1richloroetl1ylene (TCE). and other volalile organic compounds (YOCs) also found in ground\l,'aler. Groundwater data suspect due to lack of QA/QC. NCDHR Site Inspeclion VOC plume more extensive, witl1 chlorinated solvents in wells cast and May 1986 west of U1c warehouse and in a deep well on Carnation property. Lindane in MW-3. Fluorocarbons in upgradicnt well. Caprolacttun in all on-site wells. Chlordane. DDT. and dieldrin in soil around warehouse and in residential yard across street. EPA Hazard Ranking System FCX scored 37.93 based solely on groundwater. Placed on NPL in June I 988 February 1990. EPA (WESTON-SPER) No evidence of pesticide burial observed in approximately 30 borings. Emergency Response Janwuy 1989 EPA (WESTON-SPER) All eight wells showed halocarbon contamination. ";tl, PCE Emergency Response predominating. Highest halocarbon concentrations in deep well tvf\V-5D August 1989 and slmllow well MW-I. TFM high in MW-~. Pesticides. pri1mrily BHC isomers. in all wells except MW-o and MW-oD. EPA (O.H. Materials) Halocarbon groW1dwater contamination in all eight wells. with PCE Emergency Response predontinating. TFM ltigh in MW--1. Pesticides found in MW-I and MW- Jammy 1990 3. NUS Screening Sile Study included sampling of FCX Statesville wells MW-6 and MW-GD. Inspection at Burlington Industries Toluene in MW-GD. Low levels ()-values) of other volatile componnds in August 1990 each well. t1QR/K.IWP\04400\057\SONRPM01.00C 2-4 - 0 --liliil f!!!!!I - - -- --liiiiil == !!!!!I --BURLINGTON INDUSTRIES Aln'"'1.'f-1~1.'f+f-1'+H-1++t-H-H-H+I I : I I I I I 1-H-FFf;ft-H-l-l+t-H-i+H TT'~I I I : I trrrnrm mn I 11 l~~t-1-1 111 11 1111 H-1 (110.-,a.,, l-,~.-,o.,) HAU ~t1•1 ~~\'l •►• mH-t i I I , 1 J I t,i 1 I I I I I \ o a a•►" a a !!t!:ll a a """' .,.,.,.,,,, GRAPHIC SCALE - 80' 1" = 80 FEET a a a a LOADING ARLA 224 0"010 (;PC)g CPOa 7 2.50 ,-,-,-,-,-,-,-• (1110.-10,1) (1!~-10,J) X (-7,-110) d~2~, • ,~30.,oi v •GPO& ,,., (-100,~J) CCIMCR£T£ PAD a a O 310 (11!5,ISO) a a 0 "" (135,130) "' a a a •a a • (115,tl0,J) "' • CPOO 311 • J12 • (10,IIJ,J) (l,l,5,,IS0,1) (!I0,80.J) "' (10,110,2) • 0 a a a 0 "" • (1.35,130,15) • J07 (i1,1J0,1!) '" 0 l .. _/ ( 2,208,1) WEST FRONT STREET • 0 0 0 0 """" ·- (J W'lf-:50 0 m (-100,1~)>----~ 0 0 jARf:A 11 = 1. AREAL EXTENT Of CONTAMINATION WAS ESTIMATED AS 1/2 THE DISTANCE TO THE NEXT CLEAN SAMPLE LOCATION. 2. (J0,90,10) niESE DESIGNATIONS DENOTE THE X.Y,Z COORDINATES Of THE LOCA TlON EXCEEDING CLEAN-UP GO,l.LS. X ANO Y ARE MEASURED FROM THE NORTI-tEAST CORNER Of THE UPPER WARDiOUSE. THE Z COOROINA TE IS THE DEPTH Of EXCAVATION REQUIRED. FCX - STATESVILLE, STATESVILLE NORTH CAROLINA \ NOTES: MW-1 CJ MONITOR 'HELLS. GP01 -$ ANGLED BORING LOCATIONS. HA13 $-HAND AUGER LOCATIONS. 204 • 310 0 (110,7) 111111 0 EPA REMEDIAL INVESTIGATION TEST LOCATION EXCEEDING a...EAN-UP COAL EPA REMEDIAL INVESTIGATION TEST LOCATION BELOW CLEAN-UP COAL RAILROAD TRACKS. EXISTING BUILDING COLUMN LOCATION. 160' SOIL SAMPLING LOCATIONS EXCEEDING REMEDIATION LEVELS FIGURE 2-2 DRAWN: M.B.S. W.O. NO.: 04400-057-094-0004 CAO NAME: SOILSAMP.DWG I I I I I I I I I I I I I I I I I I I 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. Remedial Action Statement of Work FCX Statesville Superfund site Section: 2 Revision: 4 Date: March 1999 2.3.1 Findings of the Phase I RI Relating to Soil 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 soil contamination are summarized in this section. Contamination from DDT and its degradation products, ODD and ODE, was detected at FCXS. The highest concentrations of contaminants were detected beneath the floor of the upper section of the warehouse, in the general area where an in-ground pesticide mixing pit was located. Concentrations of DDT as high as 830,000 micrograms per kilogram (µg/kg) were reported for this area. Figure 2-3 shows the DDT concentrations in the soil. ODD and DOE concentrations were lower than those observed for DDT, and their respective distribution patterns were somewhat more restricted. The highest concentrations were generally restricted to the upper two feet of soil, with only the highest contaminated area containing contaminant concentrations as deep as four feet or greater. Chlordane (and its constituents) and dieldrin were also detected in the soils but were not detected at the levels observed for the DDT compounds, nor do they appear to be widespread. Only minor, isolated occurrences of DDT compounds and chlordane were observed in samples collected from off-site areas; therefore, off-site DDT contamination was not considered significant. 2.3.2 Phase II RI Soil Results In June 1992, the U.S. EPA conducted Phase II RI sampling aimed primarily at locating the alleged buried pesticide trench locations. During the investigation, 20 to 25 borings were drilled through the warehouse floor. The following paragraphs summarize the results of this study. NORIK: \WP\04400\057\SOWRPMO 1. DOC 2-6 ~ 0 I 0 0 ,.-,.- 0 0 z w _J c;:: II c.5 (/) e-: _J Q_ - X - X I X I RESIDENTIAL AREA - [ tMj COT CCt-lC:OHRATIOO (PPB} 0 150 300 SCALE FEET FCX-STATESv1LLE STA TESv1LLE, NORTH CAROLINA PHASE 1 RI DDT CONCENTRATIONS FIGURE ,1.-3 --- IN SOILS -- BURLINGTON !NDUSTR!ES DRA\JN D.O. CHECKED -- X I X I ,!",;::::C,,,-Jx - APPROVED ---- BASE MAP SOORCE: EPA SITE M>P IJ-IIE1J.4J ATE ',/, O. NO. 04400-01 -02 DI.JG. NO, • 04400006 I I I I I I I I I I I I I I I I I I 0 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. Remedial Action Statement of Work FCX Statesville Superfund site Section: 2 Revision: 4 Date: March 1999 Prior to Phase II sampling, soil pesticide contamination was primarily detected in on-site soils less than 3 feet deep; however, DDT was detected below the FCXS building at a concentration of 3, I 00 µg/kg at a depth of6 to 6.5 feet (FS-318), and at 62 µg/kg at the 12 to 13 feet below ground surface (bgs) interval (FS-307) During the Phase II RI, five samples, including one duplicate, were analyzed for dioxin/furan compounds. The samples from locations FS-307-SLA and FS-318-SLA, both located beneath the building, contained the highest concentrations and greatest numbers of these compounds. At location FS-307, where sampling was conducted at depths of Oto 12 inches and 60 to 72 inches, it appears that dioxin/furan concentrations are greatly reduced with depth. The toxicity equivalent quotient (TEQ) was reduced from an estimated 400 nanograms per kilogram (ng/kg) for surface sample FS-307-SLA to 0.16 ng/kg from sample FS-307-SLB, collected from a depth of six feet. A variety of semivolatile organic compounds (SVOCs) and volatile organics have also been detected in soil, groundwater, surface water, and sediment in and around FCXS. The highest concentrations of SVOCs have generally been detected in on-site soil samples from the surface to 3 feet deep. Pentachlorophenol (PCP) was detected at a concentration of 11,000,000 µg/kg (1.1%) in sample FS-318, collected 3 feet below the building during the Phase II RI. Low-level SVOC contamination has been found in other media. VO Cs 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 perchloroethylene (PCE). NORIK'\WP\04400\057\SOWRPM01 DOC 2-8 I I I I I I I I I I I I I I I I I I I 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. 2.3.3 .July 1993 Supplemental Soil Sampling Results Remedial Action Statement of Work FCX Statesville Superfund site Section: 2 Revision: 4 Date: March 1999 In July 1993, additional soil samples were collected by the U.S. EPA Region IV hazardous waste section personnel from the FCXS site. The purpose of these samples was to "fi.trther delineate the horizontal and vertical contaminant patterns of selected pesticides and pentachlorophenol, and to provide additional characterization of dioxin/fi.tran concentrations and distributions across the site." Sixteen locations were sampled and analyzed for extractable organic compounds and pesticides/PCBs. Nineteen locations were sampled and analyzed for dioxins/fi.trans. Pentachlorophenol, the primary extractable organic of concern in this study, was confirmed in only one location, FS-307, beneath the building at a depth of 24 ft. bgs. Other extractable organics were detected in the deep sample collected from location FS-226; however, these data were rejected based on quality control problems. Pesticides were detected in both deep and shallow samples collected at locations FS-226, FS-302, FS-307, FS-317, and FS-324. The presence and concentrations of these pesticides conforms with the historical layout of the buildings at the property. Dioxin and/or fi.tran compounds were detected in all soil samples except the deep samples collected from locations FS-262 and FS-315. The most common dioxin/fi.tran compound detected, and at the highest concentrations, was octachlorodibenzodioxin. No sample analyzed for dioxin was found to have a toxicity equivalent quotient (TEQ) greater than 1,000 nanogram per kilogram (ng/kg or I µgikg). Approximately 85 percent of the samples showed TEQ values less than IO ng/kg (0.0 I µg/kg). NOR/K.\WP\04400\057\S<:J.IVRPM01 DOC 2-9 I I I I I I I I 0 D 0 g I I I I I 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. 2.4 TCLP SOIL SAMPLING RES UL TS Remedial Action Statement of Work FCX Statesville Superfund site Section: 2 Revision: 4 Date: March 1999 Soil samples were collected and analyzed in April 1995 for both total and TCLP analyses of pesticide/PCB, purgeable organics, extractable organics, and metals. The purpose of this sampling event was to determine the status of the material as a RCRA characteristic waste. The samples were collected from existing boreholes through the warehouse foundation. The boreholes selected were those exhibiting the highest contaminant levels observed during the Phase I and 11 Remedial Investigations. The results of these tests concluded that no toxicity characteristic constituents leached concentrations above regulatory levels. 2.5 DESCRIPTION OF THE SELECTED REMEDY The surface and subsurface soil at the FCXS site is contaminated with pesticide residuals including DOD, DDT, ODE, gamma-BHC (Lindane), endrin, dieldrin, and chlordane and pentachlorophenol (PCP). Soil remediation goals for total pesticides was selected a I milligram per kilogram (mg/kg) which is typical background levels found at similar sites in North Carolina. This level was provided by the State of North Carolina Superfund Section. The PCP remediation goal is 3.2 mg/kg which represents the 10-6 risk level for the site as determined by the EPA risk assessment. The selected remedy as specified in the Record of Decision for soil contamination consists of: • Demolition of the existing buildings and removal of demolition rubble to an appropriate disposal facility; • The excavation of an estimated 5,742 yds3 of contaminated soil with total pesticides concentrations above I part per million (ppm) and PCP above 3.2 ppm and stockpiled on- site in a manner which minimizes dust emissions and runoff. Figure 2-4 presents the estimated areal extent of contamination based upon remediation levels; Table 2-2 indicates the assumed depth of contamination and the associated volume estimate; • Excavation of trenches in areas suspected to contain buried pesticides; NORIK \WP\04400\057\SOvVRP M01. DOC 2-10 - \ 0 - - 0 0 GRAPHIC SCALE 80' 1" = 80 FEET -- - 0 0 0 0 l!!!tI:ll 0 0 0 """" ·"""""' LO...o.,iC AA£,I, j.W:A I j 160' - ----- - lliii BURLINGTON INDUSTRIES "' (-100.~,J) CONCRETE PAD • "'°' ..... 0 Q 1,1-12 0 (-2l1.105) 0 0 J2J (-100,105),'----o 0 ·-:;---,1=~--'-----~~-~------<o ~--2 "'=-~ll:ct> O ~-, cm,._,, 0 D ,,£) g Q l,IW-J WW-~ Cl WEST FRONT STREET = 1. AREAL EXTENT Of CONTAMINATION WAS ESTIMATED AS 1/2 niE DISTANCE TO THE NEXT a..(AN SAMPLE LOCATION. 2. (30,90,10) THESE DESIGNATIONS DENOTE THE X,Y,Z COORDINATES Of TI-iE LOCATION EXCEEDING CLEAN-UP GOALS. X AND Y ARE f.lEASURED FROM THE NORlHEAST CORNER Of lHE UPPER WAREHOUSE. lHE Z COORDINATE 1S ll-lE DEPTH OF EXCAVATION REQUIRED. FCX STATESVILLE, ST A TESVI LLE NORTH CAROLINA APPROXIMATE EXCAVATION AREAS BASED ON REMEDIATION LEVELS DRAWN: M.B.S. FIGURE 2-4 iiii liiiiil == NOTES: t.lW-1 (l ,-,-•-•7 I I E51ll,IA TED AREAL txIDH Of REOVIRED Ro.tIDIA TICK • stE NOTE I. MONll~ 'wU..LS. GPOl • ,vm.lD B~IHC LOCATIONS. HA1J ♦ HANO ,'JJCER LOCATIONS. 204 e 310 0 (110,7) +++t- RW\ • 0 • EPA REMEDIJJ.. IH\IESTIGATION TEST LOCATION EXCODING Cl.£AN-UP GOAL EPA REMEDIAL IH\o£STIGA TION TEST LOCATION BEl.0'11' Cl.£AN-UP 00"1... RAILROAD TRAO:S. GROUHOWATER RECO'vi:RY Ml.LS. EXISTING 8UII.DINC CCUJMH LOCATION. TROICH COHtRUNE. f>floPOS(D -.OUOCA TlON SAI.IPUHG LOCA TICN. W.O. NO.: 04400-057-094-0004 CAD NAME: EXCAVAT.DWG I ESTIMATED SOIL VOLUMES FCX -STATESVILLE (OPERABLE UNIT 2) I Estimated soil volumes based on cleanup goals as follows: I) Total Pesticides > 1 mg/kg 2) Pentachlorophcnol (PCP) > 3.2 mg/kg in top one foot D Sample Depth of Ct1111ami11am t\ssu1neiJ Assu111ed Volume (Cubic Yards} l.1lC:tti1111 S;ul\pk (fl} (co11centn1tion -mg/kg) Dt.:pth (fc.) arc:d c.xtem I FS-104 ()" -(," Pesticides (8.77) PCP CU) !.O 50' X 50' 92.(1 FS-205 ()" -()" Pesticidi.:s ((i.2S) I 14''-3()" Pesricilks { l{)..42) 3.0 50' X 50' 277.8 FS-210 0"-12" Pi;:sticides (3Ji3) 1.0 50'X 50' 92.(i I FS-224 0"-12" Pcs1icides (3.7(1) 1.0 50' X 50' 92.(i FS-2:!5 ()" -(1" PesticiLles ( W.42) 1.0 50' X 50' 92.(1 I FS-22(1 ()".]2" Pi;:sticitks (3(!.>0) 24"-3(>" Pestit:ilks ( U5J10) 3.0 50' X 50' 277.8 FS-22S ()" -()" Pesticides (9.18) 1.0 50' X 50' 92.(, I FS-302 -1-2"-4.S" Pesticides ( I 72.0) 72"-78" Pcstii.:idcs (2.()\)) 7.0 50' X 50' (>-tS. I I FS-JO(i 0"-42" Pcscii.:idcs (7.2) (i.(} 50' X 50' 555.(i FS-307 0"'-72" Pcscii.:idcs (2-4.SI) PCP (270.0l (,.o 50' X 50' 555.(1 I FS-311 ()" -(1" Pc~tii.:iJcs (3.3) 1.0 50' X 50' 1)2.(, FS-312 (i" -12" Pc.~tii.: ides ( I ! (1. Sl PCP 112.0) I 2-t"-3(1" Pcscii.:iLb (2.17) PCP (7.(i} J.O 50' X 50' 277.S FS-J I 7 ()"' -(1" Pcstii.:iJcs ( I %.0) PCP (17.0l IOS"-114" Pcs1ii.:iJcs (2.3) 1().() so· x 50' l)2(,.() I FS-Jl:-: ()" -(1'" !'csrii.:idcs (-41).0) 12"-18" Pcstii.:idcs (57.0) PCP (12.0) 2.0 50· x so· IRS. I I FS-J\I) ()" -(1 ., Pc.~cii.:ir.b (18-U)) PCl'(\5.0l 12··-1 (i" Pcscii.:idcs (SJO.Ol PCP (-+20.0) J.O 50' X :iO' 277.S I FS-.'2-t (ff-72" Pcscii.:itb ( 11.SSl (i.() 50' X 50' ))5.(i FS-.'.25 (l"'-11" l'cstii.:idcs (J. l) I 12'"-J.'(' Pi.:s1ii.:idi.:s (lJ.02) 2-i'' -Jf1" l'i.:s1ii.:idi.:., (5.5) :to 50' X 50' 277.X FS-.l2f, 24" -JO"' Pc~tii.:idi.:s (J.:•q J.O so· x .~o' 277.X I ESTI;\l,\TEI> TOT,\L :-. 7➔2 I TABLE 2-2 I I II II II I I I I I I I I I I I I 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. Remedial Action Statement of Work FCX Statesville Superfund site Section: 2 Revision: 4 Date: March 1999 • Treatment of contaminated soil on-site using indirectly heated thermal desorption with base catalyzed decomposition; • Backfilling of areas of excavation with treated soils; • Placement of vegetative cover or cover with crushed stone as appropriate over the disturbed areas 2.6 EPA EXCAVATION AND REMOVAL ACTIVITIES The U.S. EPA Region 4 is currently conducting excavation activities to remove and stockpile contaminated soil inside the lower warehouse. The soil is being removed while leaving the warehouse buildings in place. The soil is being stockpiled inside the lower warehouse where it will remain until the selected thermal treatment contractor is awarded a contract for treatment. The contaminated soil has been processed using a power screen with 2 inch openings. 2.7 REMEDIAL ACTION FOR OPERABLE UNIT I Operable Unit I (OU!) is the groundwater remediation portion of the FCX site which consists ofan extraction and treatment system. This remedial action is currently in progress and will be installed and operational by September 1998. The system when installed will consist of nine extraction wells and a treatment system followed by discharge to the local POTW. Figure 2-5 shows the locations of recovery wells, collection piping, and treatment building. NOR/K. IWP\044001057\SOWRPMOl . DOC 2-13 I I I I I I I I I I I I I I I I I I t-lQILSc 1. AREAL EXTENT OF CONTAMINATION WAS ESTIMATED AS 1/2 TI-iE DISTANCE TO Til[ NEXT CLEAN SAMPLE LOCATION. 2. (J0.90,10) THESE OESIGNATIONS OENOTE THE X,Y,Z COOROINATES OF THE LOCATION EXCEEDING CLEAN-UP GOALS. X ANO Y ARE MEASURED FROM THE NORTHEAST CORNER OF THE UPPER WAREHOUSE. THE Z COORDINATE IS THE DEPTH OF EXCAVATION REQUIRED. ' BURLINGTON NOTES: ·I H+H·H-RAILROAO TRACKS. INDUSTRIES RWl,. GROUNDWATER RECOVERY 'M:LLS. TRENCH CENTERLINE. . _,_,_,_,_,_,_,_,_,_,_,_,_ NORFOLK-SOUTHERN RAILROAD ~~;~i~~~~~I ~l~,~~~l~~-1 ~~l~~:~(i-\·l·l+H+l·H·H-1·H+l+l+l-l+H+l·l·l+H+H+f-1:i:I-H:I-H+H+I-H+H+H+l+I-H-1+H·H+H+H+I-H+I-HH-l+l-1-1-1+1-H+l+I-J+l+l-1-I-H-1-J+l+l - 1 - 1 - H + l ~ i - 1 i ® ~ \ \ ! t H - J - 1 - 1 + 1 - t - f - f - t - H - J + I - H l - f - H - 1 - 1 - 1 + 1 + H .t+H-++H\+1·\+1-\+\+ . -1+1+1+\·\·\·\·\·H-\+1·\+-\+1 H+I-H·H-1+1·H-1-1-1·1+H+l+t-l·H·H-l·H·\+l-\·H+t-l+I-Hl-1-1·1+1-l+HH++l-1-H·\+1 \ LOADING AREA ~ UPPER WAREHOUSE RW2 RWJ 0 D WEST FRONT STREET ,----------------~ !AREA \ I ' RAMP LOWER WAREHOUSE 0 RW4 RW10 CONCRETE PAD RW9 RWB I AREA 21 0 RW5 \ \ \ \ \ I \ \ \ \ I ! l_,_, ___ ,_, _____ , ___ ,_,_,_,_,_,_,_,_,_,_,_,_, ___ , ___ ,_,~ ~ ENTRANCE w u E" oz o':i fi:S OJOJ 0 50 100 1 INCH 50 FEET "' "' 2 w I- U) >-U) z ~o f-I-z <( :::::io w W::z _Jw m n::: <( Q:'. 0::: Ww o_ f- 0 <( 3: 0 z :::::l 0 Q:'. C) •( i3 O'. 0 w Cl "' I N ~, O'. :J Cl ..: (/) (/) 0 O'. 0 0'. 0 z I I I I I I I I I I I I I I I I I I I 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 REQUlRED ACTIVITIES Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 The Contractor shall design, install and operate an indirectly heated thermal desorption system to treat pesticide and PCP-contaminated soil stockpiled on site. The Contractor shall demonstrate the effectiveness of the system relative to the performance criteria and perform a start-up test including stack emission tests. Samples of the remediated soil shall be collected and analyzed by the Contractor to verify that the remediation goals have been achieved. The Project Representative will obtain split samples for independent laboratory analysis. After treatment, the Contractor shall stage the treated soil inside the lower warehouse. The initial contract will be awarded to a contractor that can provide the base-catalyzed decomposition process (BCD) as part of the thermal desorption system. A second award will be issued to the lowest responsive bidder that can provide thermal desorption with technically feasible alternative for treating the off-gas. A contract will not be issued to this firm unless the initial contractor fails to meet the performance criteria. This Statement of Work (SOW) provides the performance criteria for installation, operation, performance, and evaluation of the remedial system. The Contractor shall be solely responsible for performing the detailed design of the system in order 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 NOR/K \WP\04400\057\SO'v\lRPM01.00C 3-1 I I I I I I I I I I I I I I I I I I I 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 Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date; March 1999 document. All work performed under this contract shall be under the supervision of a professional engineer registered in the State of North Carolina. 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 (RCRA) • Occupational Safety and Health Administration Requirements (OSHA) • State Hazardous Waste Regulations • State Air Emission Regulations • Clean Water Act (CW A) • Other Federal, state, and local ordinances The Contractor shall be liable for all penalties assessed due to permit violations or other inadequacies of the remediation system. The Contractor shall complete the work efficiently and within 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 • AC! American Concrete Institute • AIEE American Institute of Electrical Engineers • ANSI American National Standards Institute • AP! 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 NOR/K: \WP\04400\057\SOWR PM01. DOC 3-2 I I I I I I I I I I I I I I I I I I 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. • NBS • NEC National Bureau of Standards National Electrical Code Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 • NEMA • OSHA National Electrical Manufacturing Association Occupational Safety and Health Administration 3.2 WORK PLAN PREPARATION The Contractor shall prepare and submit to the Project Representative four copies of a Remedial Action Work Plan (RAWP). The objectives of the RAWP are to: • 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. The RA WP must be approved by the Project Representative prior to mobilization. The RA WP shall contain at a minimum the components discussed in the following subsections. 3.2.1 Regulatory Compliance and Permitting The Contractor shall describe the approach for ensuring regulatory compliance and for acquiring 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, including, but not limited to, all requirements set forth by the Division of Air Quality of the North Carolina Department of Environment and Natural Resources, water discharge, and land disposal requirements MOR/K. IWP\04400\057\SOWRPM01. DOC 3-3 I I I I I I I I I I I I I I I I I I I 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. 3.2.2 System Design and Layout Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 The Contractor shall describe the proposed design and layout of the indirectly heated thermal desorption system. Full-size design drawings are not necessary in the Work Plan; however diagrams of the system layout shall be provided. The Contractor shail describe system installation. startup and performance demonstration, O&M responsibilities, and site cleanup. The system must be designed to comply with any air emission levels promulgated by the State of North Carolina. The Mooresville, North Carolina regional office is currently evaluating any permit requirements and emission standards. The collection of on-site samples and performance of a treatability study is not required by the Contractor. It has been assumed that prospective bidders have performed thermal desorption on similarly contaminated soils. However, the Contractor may perform this work at its own expense. Regardless, the Contractor may not claim at any time after the bids are submitted misrepresentation regarding the nature of the materials or the Contractors ability to successfully treat the material. 3.2.3 Remedial Action Schedule The Contractor shall provide a schedule for the remedial action. The schedule shall include, at a minimum: Design Permitting Mobilization System Installation Startup and Testing Monitoring Reporting System Removal NORJK.1WP\04400\057\SQWRPM01 . DOC 3-4 I I I I I I I I I I I I I I I I I I 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. Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 The schedule must comply with the project schedule provided in the SOW (Section 4). 3.2.4 Supplementarv Plans As part of the RA WP, the Contractor shall prepare the following supplementary plans: Health and Safety Plan/Contingency Plan (HASP/CP) Quality Assurance Project Plan (QAPP) Data Management Plan Pollution Control & Mitigation Plan Waste Management Plan These documents shall be submitted together and on the same schedule as the rest of the RA WP. Four copies of all deliverables shall be submitted to the Project Representative. 3.2.4.1 Health and Safety Plan The HASP shall comply with the requirements of OSHA Standard 29 CFR 1910.120(6)(1) through (6)(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. 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 Countermeasure Plan (SPCC), which shall include the following: I. Contingency measures for potential discharges of contaminated soil or other material. NOR/K: IWP\044001057\SOWR PM01. DOC 3-5 I I I I I I I I I I I I I I I I I I 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. 4. Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 A description of the methods and facilities to be implemented to prevent contamination of soil, water, atmosphere, uncontaminated structures, equipment, or other material discharges. A description of the equipment and personnel necessary to perform 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. A description of the equipment and personnel to perform decontamination measures that may be required for previously uncontaminated structures, equipment, or material. 3.2.4.2 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. The Contractor shall describe the procedures for the collection of soil samples. The procedures shall be in conformance with EPA Region 4, Environmental Investigations Standard Operating Procedures and Quality Assurance Manual, (EISOP QAM), May I 996. Duplicate, blank and spike samples shall each number IO percent oft he 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 Soil for Organics Analysis," October 1992. The laboratory quantification limits must be lower than the remediation goals and the treatment performance criteria established in Subsection 3.4.2 of this SOW, unless not achievable by any EPA-approved analytical method. NOR/K.IWP\04400\057\SONR PM01. DOC 3-6 I I I I I I I I I I I I I I I I I I I This document was prepared by Roy F. Weston, Inc., expressly for EPA. !t shall not be disclosed, in whole or in part, without the express written permission of EPA. 3.2.4.3 Data Management Plan Remedial Action Statement of Work FCX Statesvil!e Superfund site Section: 3 Revision: 4 Date: March 1999 The Contractor shall prepare a Data Management Plan that outlines the procedure for storing, handling, accessing, and securing data collected during the thermal treatment operations. 3.2.4.4 Pollution Control and MitigationPlan The Contractor shall prepare a Pollution Control and Mitigation Plan that outlines the process, procedures, and safeguards that will be used to ensure that contaminants or pollutants are not released off site during the implementation of the thermal treatment operation. This plan should address, at a minimum, erosion and sediment control and air monitoring. 3.2.4.5 Waste Management Plan The Contractor shall prepare a Waste Management Plan that details the strategy for transporting and disposing of any waste derived as part of the thermal treatment operations. 3.3 SOfL REMEDIATION SYSTEM 3.3.1 General Requirements The Contractor shall provide all necessary supplies, services and utilities to install and operate an indirectly heated thermal desorption soil treatment system using the base catalyzed decomposition (BCD) process. Alternatively, the Contractor may bid a treatment system using a substitute vapor recovery system. NOR/K. \WP\04400\057\SQINR PM01 . DOC 3-7 lfiJ JI-C... I '"" "-.._,tt..;. w~ 1 r-+ /4v.l~a-v ~ b7 -7-q '10 I I I I I, I •• I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 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. Remedial Action Statement of Work FCX Statesville Superfund site Section; 3 Revision: 4 Date: March 1999 The vapor recovery system shall include a condensing unit as the primary method of treatment. Thermal oxidation treatment may be included only as a secondary treatment stage and shall not be a direct flame system. The performance of all components of the thermal desorption system shall be guaranteed for the duration of the contract. Any co~ponent that fails during the contract period shall be replaced by the Contractor at no additional charge to the project representative. I 3.3.2 Performance Criteria' and Remediation Goals 1. During operation the thermal desorption system shall at all times condense, collect, treat, characterize, and dispose of off-gases from the contaminated soil during remediation. 2. I The thermal desorption system shall accomplish the following minimum remedial levels in the excavated soil: Soil Remediation Level Remedial Goals (mg/kg) Total Pesticides a 1.0 Pentachloroplicnol 3.2 Defined as gamrna-BHC (Lindane), endrin, dicldrin, chlordane. DDT, and DDD. One-half of the laboratory detection level will be used in the total pesticide calculation for all non-detect results. Following attainment of the remediation goals, the treated soil will be used as backfill in the excavated areas. The thermal desorption system shall be removed and soil samples collected in areas around the process, decon pad, and support facilities to ensure no cross-contamination. Any contamination resulting from the Contractor's activities will be the responsibility of the Contractor. NOR/K. IWP\044001057\SOWRPM0l . DOC 3-8 --- I I I I I I I I I I I I I I I I I I I 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. Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 As described in Section 2.6, the U.S. EPA is conducting the excavation activities and will stockpile the contaminated soil inside the lower warehouse. The Contractor 1s responsible for the handling, s1zmg, decontamination, characterization, and disposal of oversize debris that cannot be processed. As stated earlier, the stockpile of soil has been processed through a 2-inch power screen. Pay quantities will be determined from the actual volume of material that is stockpiled inside the warehouse. As described in Section 2. 7, the Contractor will be required to work around the groundwater recovery system which is a part of OU I. This inconvenience will occur in a limited area but must be planned since the groundwater pump and treat system is operational. The Contractor shall be aware of the well vaults and PVC piping buried in 2.5' deep trenches. Precaution should be made to ramp over any of the well vaults with heavy gauge steel to prevent damage. The Contractor will be responsible for repair or replacement of components damaged during soil treatment operations. The Contractor is fully responsible for developing the design and for meeting all criteria for the remediation system in accordance with the following: • EPA Region IV Standard Operating Procedures (SOPs) • Other applicable Federal, state and local laws 3.3.3 Installation and Cleanup The Contractor shall install an indirectly heated thermal desorption system. The Contractor shall be responsible for all utility hookups required for operation of the remediation system. The Contractor shall replace and match any existing asphalt pavement, concrete, railroad tracks, grass, landscaping, or other improvements outside the FCXS property boundaries that are displaced, disturbed, or NORIK. IWP\044001057\SOWRP M01. DOC 3-9 I I I I I • I I I I I I I I I I I a I 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. Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 destroyed during activities. The Contractor shall install the remediation system and shall cleanup and dispose of all debris generated pursuant to this SOW in accordance with applicable local, state and Federal regulations. The Contractor shall maintain safe and sanitary conditions both during remediation and contract completion. Cleanup of debris and/or cross contamination will be at the Contractor's expense. 3.4 STARTUP AND PERFORMANCE DEMONSTRATION The Contractor, in order to demonstrate performance, shall collect and analyze samples of remediated soil daily, as well as samples from the gas stream exiting the system. The performance demonstration period shall be considered complete at such time that soil samples are at or below the remedial goals contained in Subsection 3.3.2 and air monitoring is in compliance with state and federal air quality standards. In addition, ambient air monitoring and stack emissions will be collected, analyzed, and evaluated by the Project Representative in accordance wi_!h_a_p_etforniance t~w=ogram. In general, the Project Representative will perform three stack tests for volatiles, semi- volatiles, particulates, and dioxin/furan Samples will be collected both before and after any thermal oxidizer that is designed into the system. In addition, _continuous emission monitoring will be conducted for one day. The contractor will be required to shut down until the results of the stack test sampling are received and evaluated. If the results of the stack tests and soil samples are favorable, the Contractor will be permitted to proceed with treatment of the soil stockpile. If the results indicated exceedances in stack emissions above the state requirements, the Contract will be terminated and no compensation will be paid. Subsequently, WESTON will then contract with the selected firm that bid the project using thermal desorption without the BCD process. This Contractor must also demonstrate performance in accordance with the same performance test program. NOR/K:IWPI04400\057\SOWRPM01. DOC 3-10 I I I B I I I I I I I I I I I I I I I 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. Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 The Contractor shall provide to the Project Representative written records of monitoring results to document the system's performance and provide split samples when requested for quality assurance analysis. All testing results shall be forwarded to the Project Representative within seven days of sampling. Analytical methods from the approved QAPP shall be employed. Disposal of soil that does not meet the remedial levels outlined in Subsection 3.3.2 of this SOW shall be the responsibility of the Contractor. 3.4.1 As-Built Drawings Within 15 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 all components of the thermal desorption system. The drawings shall also indicate the locations of all existing site features including underground utilities. The Contractor shall revise and resubmit the drawing to address comments from the Project Representative within 15 days of receiving comments. 3.5 OPERATION AND MAINTENANCE The Contractor shall operate and maintain the remediation system until the soil remediation goals are achieved for all stockpiled contaminated soil. Operating conditions will be set based on conditions during the performance test. The Contractor shall also monitor the performance and progress of the remediation system, as well as compliance with permits, if any. Continuous emission monitoring will be performed as required by local, state, and federal regulations. NORIK:\WP\04400\057\SOWR PM01, DOC 3-1 I I I I I I I I I I I I I I I I I I I I 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. 3.5.1 Operation and Maintenance Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 The Contractor shall provide all necessary services, supplies, equipment, utilities, and labor for the operation and maintenance of the remediation system for the duration of the project. This responsibility includes: • Repair and replacement of damaged or worn system components • Preventive maintenance • Maintaining utility hookup and paying cost of utilities 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 during the Contractor's absence from the site. The Contractor shall take action within one hour of notification to remedy any emergency situation, and within 24 hours for a non-emergency shutdown or malfunction. The Contractor shall be responsible for all damage or claims as a result of the system malfunction. 3.5.2 Monitoring The Contractor shall provide all necessary services, supplies, equipment, utilities, and labor to conduct system monitoring throughout the entire remediation operation as described in the contract documents. Monitoring activities shall include remediation system monitoring and soil cleanup level monitoring, as outlined in Section 3.5 and Subsection 3.5.3, respectively, as well as monitoring for air emissions to satisfy state air quality requirements. An automatic system shut-down device shall be incorporated with a stack gas analyzer to trip the system if an air emission exceedance occurs. NOR/K IWP\04400\0571.SONRPMOl . DOC 3-12 I I I I I I I I I I 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. 3.5.3 Verification Sampling Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 The Project Representative shall collect and analyze soil samples for every 500 yds3 of soil that is processed through the thermal desorption system. Remediated soil will not be in the clean stockpile until the Contractor provides documentation to the Project Representative that remediation goals have been achieved. Duplicates, spikes, and blanks of all samples will also be submitted for analysis. The samples will be analyzed according to the specifications of the current EPA Superfund Contract Laboratory Program Statement of Work for Multi-Media, Multi-Concentration Organics. This method must be capable of achieving reporting limits lower than the soil remediation goals for each contaminant of concern. The Project Representative will notify the Contractor of the results of the verification sampling within 30 calendar days of the s~mpling. The Contractor shall continue to operate the system during I this period. I If the concentration of the samples exceeds the remediation goals for any of the contaminants of concern, the Contractor shall be considered in non-compliance and must evaluate the system I performance. At such time that the Contractor believes that the remediation goals are achieved, the Contractor shall resample and provide results to the Project Representative before full-scale I operation can resume. I The Contractor is responsible for providing split samples and documentation of all analytical results to the Project Representative. I I I I NQR/K. IWP\04400\057\SOWR PM01. DOC 3-13 I I I D I I I I I I I I I I I I I I I 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 SYSTEM REMOVAL AND SOIL STAGING Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: March 1999 After the remediation goals have been achieved, the Contractor shall remove and decontaminate the remediation system. The Contractor shall stage the remediated soil inside the lower warehouse in the same area that the contaminated stockpile was located. The Contractor shall clean up and dispose of all debris generated in accordance with applicable local, state and Federal regulations, and shall leave the site in a safe and sanitary condition. 3.7 PRE-FINAL/FINAL INSPECTION Upon preliminary completion of the project, the Contractor shall conduct a pre-final inspection with the EPA, Project Representative, and the State. The purpose of this inspection is to evaluate the current site conditions and determine if the project has been completed in accordance with the SOW. If any items have not been completed, the Contractor will develop a punch list which details the outstanding items still requiring completion or correction before the work is accepted. A final inspection will be conducted when all the items on the punch list have been completed. The Project Representative, EPA, and State of North Carolina will confirm that all punch list items have been resolved. If any items are still unresolved, the inspection shall be considered a pre-final inspection requiring another final inspection. 3.8 REMEDIAL ACTION REPORT At the completion of the remedial action and satisfactory completion of the final inspection, the Contractor shall prepare a Remedial Action Report (RAR) which certifies that the remedial action NOR/K IWP\04400\057\SOWRPM01 DOC 3-14 I I I I I I I I I I I I I I I I I I I 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. Remedial Action Statement of Work FCX Statesville Superfund site Section: 3 Revision: 4 Date: ·March 1999 has been performed in accordance with the approved work plan and has achieved the performance standards contained in this SOW. The RAR will include, at a minimum, the following elements: • Introduction -Brief description of the site and the components of the remedial action. • Chronology of Events -Provide a chronology of major events starting with the Project Representative's approval of the RA Work Plan and concluding with the final inspection. • Performance Standards -Include summary of performance standards required in the SOW. Provide results of field sampling and the determination that the performance standards were met. • Construction Activities -Description of remedial actions performed including quantities treated, performance standards achieved, and equipment used. Provide list of major subcontractors. Include explanation of any modifications to work in the SOW and why they were necessary for the project. • Certification -Certification by a Professional Engineer registered in the State of North Carolina that the project has achieved the performance standards. NOR/K: IWP\044001057\SONRPMOl . DOC 3-15 I I I I I I I I I I I I I I I I I I 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 Remedial Action Statement of Work FCX Statesville Superfund Site Section: Section 4 Revision: 4 Date: March 1999 The Contractor shall comply with the remedial action schedules presented in the following tables. Table 4-1 presents the schedules for deliverables, installation, monitoring, and other project-related tasks. NQR/K: IWP\044001057\SOWR PM01. DOC 4-1 I I I I I I I I I I I I I I I I I I I 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. Table 4-1 Remedial Action Statement of Work FCX Statesville Superfund Site Section: Section 4 Revision: 4 Date: March 1999 Remedial Action Schedule Milestone Schedule Submit Draft Remedial Action Work Plan 30 days after contract award Submit Final Remedial Action Work Plan 14 days after receipt of comments Initiate Perfonnance Demonstration 45 days after work plan approval Submit Perfonnance Demonstration Monitoring Results * 7 days after successful pcrfonnance demonstration and Draft As-Built Drawings Submit Final As-Built Drawings 15 days after Project Representative conunents are received Report operation and monitoring results to project Continuously representative System Removal 60 days after notification by the Project Representative that remediation goals have been achieved Pre-Fin,11 Inspection 15 days after system removal Final Inspection 30 clays after Pre-Final Inspection Submit Remedial Action Report 30 clays after Final Inspection * Note: The Contractor will comply with any d0\\11 time required by the State and EPA for review of pcrfonnancc data. For bid purposes, assume that the shut dom1 time will be 30 days. NOR/K:\WP\04400\057\SONRPMOl . DOC 4-2 I I I I I I I I I I I I I I I I I I 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 001 002 PRICE SCHEDULE Soil Remedial Action Su11plics or Seniccs and Price Supplies/Services Unit Soil Remediation System. All necessary supplies, labor per and equipment to achieve pcrfommnce as described in the cubic Statement of Work (SOW). n,e price includes, but is not yard limited to, obtaining required pennits, approvals, licenses (yd') and consents; remediation system design: work plans; setup and operation of the thennal treatment system; sampling and analysis of the treated soil; soil excavation and backfill; treaunent process residuals disposal and decontamination of oversize debris; remediation system n10bilization; utility hookuns and usaec: and submittal of as-built drawings, System removal. All necessary supplies. eqttipmcnt. and I lot labor to remove and dccontantinate the remediation system. NOR/K. \WP\04400\057\SOWR PM01. DOC Remedial Action Statement of Work FCX Statesville Superfund Site Section: Price Schedule Revision: 4 Date: March 1999 Unit Est Qty. Total Price Cost 5,742 "6. c,/)\J I I I I I I I I I I I I I I I I I I I 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 Remedial Action Statement of Work FCX Statesville Superfund Site Section: Evaluation of Offers Revision: 4 Date: March 1999 For purposes of award, offers will be evaluated by adding the extended prices set forth as follows: Item No. 001 002 Actual or Best Estimated Quantity 5,742 cubic yards I Lot Offers will be evaluated by multiplying the offered unit prices by these quantities. The initial award will be made to the low-priced offeror that can provide thermal desorption with the BCD process for the total of all of these items, assuming the offeror meets the minimum qualifications of offerors presented in the Instructions to Bidders. A second award will be made to the low-priced offeror that can provide thermal desorption with alternative off-gas treatment. This firm will be contracted to perform the work if the initial firm does not meet the performance standards for air emissions and soil remediation goals. This firm must also meet the performance standards before proceeding with continued soil treatment. 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. IWP\04400I091 \SONCF001.WP I I I I I I I I I I I I I I I I I I I SECTIOND COMPENSATION, INVOICING, AND PAYMENT NOR/K:IWP\04400\057\BIORPMO 1. DOC 3199 I I I I I I I I I I I I I I I I I I I SECTION D A. The Contractor shall be paid as approved by the Project Representative. Progress payments shall be made during the perfonnance of the soil remediation action after the Contractor achieves the following milestones: Milestone Demonstration of Achievement of Perfom1ance Criteria Successful Treatment of Contaminated Soil Below Remedial Goals Site Restoration Remedial Action Report Submitted and Approved Payment 20% 40% 5% 10% The final 25 % of the contract amount will be paid at the satisfactory completion of the entire project as described below. B. 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 payment to the Contractor under this Contract after completion and acceptance of all work and presentation of a properly executed final voucher. C. A performance and payment matrix is shown on page D-2 that outlines the specific measurements for evaluating the Contractor's performance and corresponding compensation. NORIK · \WP\04400\05 71810R PMO 1. DOC D-1 I a I I I I I I I I I I I I I I I I I Performance Standard Achievement of performance demonstration Successful treatment of contaminated soil below remedial goals up to a total of 5,742 cubic yards Treatment system removal and site restoration Remedial Action Report Final Payment NOR/K. IWP\04400\057\BIDR PMO 1, DOC Performance and Payment Matrix Payment Sampling !\1lcasurcmcnt Analysis and Qualit)' Assurance Check 20% of total contract Three (3) consecutive days Contractor must sample amount of successful operation. treated soil daily for total Soil must be treated to 1.0 pesticides and PCP ppm total pesticides and analyses. Samples will be 3.2 ppm PCP and air split by Project emissions in compliance Representative for QA with state and federal submittal of as-built regulations. drawings due within 15 days to PR. 40% of total contract Soil must be treated below Contractor to sample amount. Unit rates apply 1.0 ppm total pesticides treated soil every 500 to volume over base bid and 3.2 ppm PCP and all cubic yards that exit the amount. air requirements met. treatment system for total pesticide and PCP analyses. 5% of total base bid Upon complete Approval from PR, EPA, contract amount demobilization of the soil and State following final treatment system and site inspection of completed restoration including final work. grading of the site to promote positive drainage. seeding to establish vegetation, and re- establish continuous chain link fence. I 0% of total base bid PR and EPA will confinn Approval of RAR by EPA, contract amount project completion during State, and Project final inspection. RAR Representative. submitted following successful final inspection as detennined by the PR. Final 25% of total base bid Furnish release of claims Acceptance of final contract amount against Project voucher by Project Representative. Representative. D-2 I g I I I I I I I I I I I D I I I I I SECTIONE RELEASE OF LIENS AND ALL CLAIMS NQR/K. IW P\044001057\BIDRPM01 . DOC 3199 I I I I I I I I I I I I I I I I I I I EXAMPLE CONTRACTOR'S RELEASE OF LIENS AND ALL CLAIMS AND SALES AND USE TAX CERTIFICATION (CONTRACTOR) (THE CLIENT) Contract# $. ______ _ ----------- Contract Value Less Payments Final Payment $. ______ _ WESTON W.O. # ______ _ $, ______ _ 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 liens and all claims, sales and use tax certification, and final discharge on this _____ day of ----' 19_. Witness or Attest: MORIK: IWP\04400\057\BIORPMO t . DOC (CONTRACTOR) By:--------------- Name and Title (Typed or Printed): _________ _ E-1 3199 I I I I I I I I I I I I I I I I I I I SECTIONF SUPPLEMENTAL PROVISIONS NORIK:\WP\04400\057\BI DRPM01 . DOC I I I I I I I I I I I I I I I I I I I 2. 3. SUPPLEMENTAL PROVISIONS TO PR[ME CONTRACT NO. 68-W7-0026 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. Organizational Conflicts oflnterest a. b. C. d. 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. 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 to take, after consultation with WESTON, to avoid, mitigate or neutralize the actual or potential conflict. 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. 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.). Screening Business Information for Claims of Confidentiality a. Whenever collecting information under this Contract, the CONTRACTOR agrees to comply with the following requirements: (I) 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 NQRIK.IWP\044001057\APP·0.doc; 03126199 F-1 I I I I I I I I I I I I I I I I I -I I (2) (3) NOR/K.IWP\04400\057\APP.Q,doc list of these sources to WESTON at the time the infonnation is initially submitted to WESTON. The CONTRACTOR shall identify the infonnation according to source. If the CONTRACTOR collects infonnation 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 infonnation is initially submitted to WESTON. The CONTRACTOR shall identify the infom1ation according to source. If the CONTRACTOR is required to collect infonnation directly from a business or from a source that represents a business or businesses, such as a trade association: I. II. Ill. Before asking for the infonnation, the CONTRACTOR shall identify itself, explain that it is performing contractual work for the Environmental Protection Agency, identify the infonnation that it is seeking to collect, explain what will be done with the infonnation, and give the following notice: A You may, if you desire, assert a business confidentiality claim covering part or all of the infonnation. If you do assert a claim, the infonnation will be disclosed by EPA only to the extent, and by means of the procedures, set forth in 40 CFR Part 2, Subpart B. B. If no such claim is made at the time this infonnation 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 infonnation and forward a copy of the agreement to WESTON. Upon receiving the infonnation, the CONTRACTOR shall make a written notation that the notice set out above was given to the source, by whom, in what fonn and on what date. 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. 03126/99 F-2 I I I I I I I I I I I I I I I I I I I 4. b. The CONTRACTOR shall keep all infonnation collected from non-public sources confidential in accordance with the clause in this Contract entitled "Treatment of Confidential Business lnfonnation" as if it had been fi.1rnished 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 infonnation. Treatment of Confidential Business lnfonnation a. WESTON and any other source may disclose confidential business infonnation to the CONTRACTOR necessary to carry out the work required under this Contract. The CONTRACTOR agrees to use the confidential infonnation only under the following conditions: (1) The CONTRACTOR and CONTRACTOR's employees shall: (2) (3) L UL use the confidential infonnation only for the purposes of carrying out the work required by the Contract; not disclose the infonnation to anyone other than WESTON employees without the prior written approval; and return to WESTON all copies of the infonnation, and any abstracts or excerpts therefrom, upon request by WESTON, whenever the infonnation is no longer required by the CONTRACTOR for the perfonnance of the work required by the Contract, or upon completion of the Contract. 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 infonnation before the employee is allowed access. The CONTRACTOR agrees that these contract conditions concerning the use and disclosure of confidential infonnation are included for the benefit of, and shall be enforceable by, both WESTON and any affected business having a proprietary interest in the infonnation. NOR/K.1'//P\04400\057\APP·D.doc 03/26199 F-3 I I I I I I I I I I I I I I I I I I I 5. 6. 7. b. (4) The CONTRACTOR shall not use any confidential information supplied by WESTON or obtained during perfom1ance hereunder to compete with any business to which the confidential information relates. 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 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. Publicity The CONTRACTOR agrees not to release any information to the news media regarding the removal or remedial activities being conducted under this Contract. Rights of Way/Land Easements WESTON (through U.S. EPA) shall obtain necessary rights of way, land easements and any other land agreement necessary to fulfill the requirements of this Contract. 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 observe 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. C. 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. 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. NORIK IWP\04400\057\APP·D.doc 03/26199 F-4 I I I I I I I I I I I I I I I I I 8. 9. 10. d. e. 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 (d.) 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. 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. 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. 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 Training The CONTRACTOR shall certify to WESTON in wntmg that each of its employees, subcontractors or consultants has completed an EPA approved training program (IA W 29 CFR I 9 IO 120), in relation to this project prior to assignment of any such employee, subcontractor or consultant to field duty. 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 fJQRIK.\WP\04400\057\APP-D doc 03/26199 F-5 I I I I I I I I I I I I I I I I I I I 11. 12. 13. specific act1V1t1es 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. Therefore, 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. ln 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. Notification of Conflict oflnterest 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 corftict 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 perforn1ance of the assigned work which created the conflict of interest situation. 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 part any data or technical data provided by WESTON or the Government or generated by the CONTRACTOR, any site specific cost information, 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. Retention and Availability of CONTRACTOR Files NOR/K:IWP\044001057\APP-D doc 03126/99 F-6 I I I I I I I I I I I I I I I I I I I a. b. C. d. e. 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. 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. 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 often (10) 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.) 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 The CONTRACTOR shall not destroy original financial records relating to the Contract until; ( l) 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 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 perforn1ance 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. NORIK:\WP\04400\057\APP.Q,doc 03/26199 F-7 I I I I I I I I I I I I I I I I I I I 15. 16. 17. 18. 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. 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. (I.) 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. Procurement Integrity 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 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." 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 ( I 0) days of its use. NOR/K.IWP'.04400\057\APP·D doc 03126/99 F-8 I I I I I I I I I I I I I I I I I I I 19. Clauses Incorporated by Reference This Contract incorporates the following clauses by reference with the same force and effect as if they were given in foll 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 WESTON, and the term "Seller" shall mean "Contractor." NORIK:\WP\04400\057\APP-O doc 03126199 F-9 I I I I I I I I I I I I I I I I I I I Clause No. 52.202-01 52.203-0 I 52.203-03 52.203-05 52.203-06 52.203-07 52.215-0 I 52.215-02 52.2 I 5-22 52.215-23 52.2 I 5-24 52.215-25 52.215-26 52.219-08 52.219-09 52.219-13 52.219-16 52.222-01 52.222-03 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 tJOR/K:IWP\04400\057\APP·D doc FEDERAL ACOmSITION REGULATION CLAUSES Date SEP 1991 APR 1984 APR 1984 APR 1984 JUL 1995 FEB 1995 FEB 1993 FEB 1993 JAN 1991 OCT 1995 (I) DEC 1994 OCT 1995 (I) SEP 1989 C2I FEB 1990 FEB 1995 <3I AUG 1986 <4l AUG 1989 APR 1984 AUG 1996 FEB 1995 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 1984 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. Price Reduction for Defective Cost or Pricing Data. Subcontractor 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 ofWoman Owned Small Business. Liquidated Damages -Small Business Subcontracting Plan. Notice to the Government of Labor Disputes. Convict Labor. 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. 03126/99 F-10 I I 52.222-41 MAY 1989 Service Contract Act of 1965, as Amended. I I I I I I I I I I I I I I I I NOR/K \WP\04400\057\APP-D doc 03126199 I F-11 I I I I I I I I I I I I I I I I I I I FEDERAL ACQUISITION REGULATION CLAUSES (cont.) Clause No. Date 52.222-44 MAY 1989 52.223-02 MAY 1989''> 52.223-03 AUG 1987 52.225-05 MAY 1992 52.223-06 JUL 1990 52.223-14 OCT 1996 52.224-02 AUG 1988 52.225-13 APR 1988 52.225-11 MAY 1992 52.227-0 I APR 1984 C4> 52.227-02 AUG 1996 52.227-16 JUN 1987 52.227-17 JUN 1987 52.230-2 AUG 1992 52.230-6 APR 1996 52.233-01 APR 1984 52.236-25 APR 1984 52.237-02 JUL 1985 52.243-01 AUG 1987 52.244-0 I JUL 1985 52.245-04 JAN 1986 52.248-2 MAR 1990 52.249-02 SEP 1996 Title Fair Labor Standards Act and Service Contract -Price Adjustment. Clean Air and Water. Hazardous Material Identification and Material Safety Data. Buy American Act Construction Materials. Drug-free Workplace. Toxic Chemical Release Reporting. Privacy Act. Restrictions on Contracting with Sanctioned Persons. Restrictions on Certain Foreign Purchases. Authorization and Consent. Notice and Assistance Regarding Patent and Copyright Infiingement. Additional Data Requirements. Rights in Data-Special Works. Cost Accounting Standards. Administration of Cost Accounting Standards. Disputes Alternate L Requirements for Registration of Designers. Protection of Government Buildings, Equipment and Vegetation. Changes-Fixed Price. Subcontracts (Fixed Price Contracts). Government Property (Short Form). Value Engineering. 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 '' 1 Applicable for Subcontracts over$ 100,000. 1" Applicable for Unit Price Subcontracts. 131 Applicable for Subcontracts over $500,000. ,.,, Applicable for Subcontracts over $25,000. NOR/K.\WP\044001057\APP-D doc Organizational Conflict of Interest. Screening Business, Information Confidentiality. Treatment of Confidential Business Information. Publicity. F-12 03/26199 I I I I I I I I I I I I I I I I I I NOR/K.\WP\04400\057\APP•D,doc 03/26199 I F-13 I I I I I I I I I I I I I I I I I I I SECTIONG REPRESENTATIONS AND CERTIFICATIONS NORIK:IWP\044001057\BIORPM01.00C 3199 I I I I I I I I I I I I I I I I I I I REPRESENTATIONS AND CERTIFICATIONS (FOR AWARDS?. $50,000) { 1-hc·Prime Contract or solicitation under which the request is issued contains provisions requiring WESTON 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 WESTON at the following address in order to be considered responsive to the solicitation. PLEASE RETURN TO: ROY F. WESTON, INC. 5405 l\'letric Place, Suite 200 Norcross, GA 30092 Attention: Jan Blanton I. SMALL BUSINESS PROGRAM REPRESENT ATJON. a. Representations. (I) The offeror represents and certifies as part of its offer that it ___ is, __ is not a small business concern. (2) The,offeror represents that it __ is, __ is not a small disadvantaged business concern. (3) The offeror 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 Government contracts, and qualifies as a small business under the criteria and size scandards established by the Small Business Administration. Small disadvantaged business concern, as used in this provision, means a small business concern that (I) 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. /1.-lKO I IA.IEE0•2.DOC Women-owned small business concern, as used in this provision, means a small business concern - (I) Which is at least 51 percent owned by one or more women or, in the case of a publicly owned business, at least 5 I percent of the stock of which is owned by one or more women; and (2) '"'hose ·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 finn's status as a small 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 (I) be punished by imposition ofa 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 RESPONSIBILITY MATTERS. (a)( I) The offerer certifies, to the best of its knowledge and belief, that-- (i) The Offeror 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; (l3) Have ( ) have not ( ), within a three year period preceding this offer, been convicted of or had a civil judgement rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or perfonning a public (Federal, state, or local) contract or subcontract violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, the fl forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (C) Are () are not () presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (a)( I )(i)(B) of this provision. (ii) The Offeror has (),has not () within a three year period preceding this offer, had one or more contracts tenninated for default by any federal agency. 10/5/98 I I I I I I I I I I I I I I I I I I I (2) "Principals," 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 positions). This certification concerns a matter within the jurisdiction ofan agency of the United States and the making ofa false, fictitious, or fraudulent certification may render the maker subject to prosecution under section I 00 I, title I B, United States Code. (b) The Offerer shall provide immediate written notice to WESTON if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become ef'!oneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision t!xists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection ,vith a determination of the Offeror's respon.sibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by WESTON may render the Offeror non~responsible. (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 certification required by paragraph (a) of this provision. The knowledge and information of an Offeror 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, WESTON may terminate the contract resulting from this solicitation for default. 3. CERTIFICATION OF NONSEGREGATED FACILITIES. (a) "Segregated facilities," 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, 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) By the submission of this offer, the offeror 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. MK0ljA:\EEO-2.DOC 2 (c) The offeror further ·agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will - (I) Obtain identical certifications from proposed subcontractors before the award of subcontracts under which the subcontractor mill 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 REQUIREMENT FOR CERTIFICATIONS OF NON- SEGREGATED FACILITIES A Certification of Non-segregated 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 contract 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 ofExecutiveOrderNo.11114; (b) It has, has not filed all required compliance reports and; (c) Representations indicati'ng submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. 5. AFFIRMATIVE ACTION COMPLIANCE. The offeror represents that (a) it __ has developed and has on file, ___ has not developed and docs not have on file, at each establishment, affirmative relative action programs required by the rules and regulations of the Secretary of Labor ( 41 CFR60-I and 60-2), or (b) it has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. 6. TYPE OF BUSINESS ORGANIZATION. I 0/5/98 I I I I I I I I I I I I I I I I I I I The offeror.or quoter, by checking the applicable box, represents that-- (a) It operates as __ a corporation incorporated under the la\~S of the State of _____ ~ __ an individual, a partnership,_ a nonprofit organization, or ___ ,ajoint venture, or (b) It the offeror or quoter is a foreign entity, it operates as _ an individual. ___partnership, __ a nonprofit organization, a · oint venture, or ___ a corporation, registered for business in (country). 7. PLACE OF PERFORMANCE. (a) The offeror or quoter, in the performance of any contract resulting from this solicitation, ____ intends, ___ does not intend ( check applicable block) to use 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 offeror or quoter checks "intends" in paragraph (a) above, it shall furnish in the spaces provided below the required information: Place of Performance Address, City, County, State, Zip Code) (Name and Address of Owner and Operator of the Plant Facility if Other than Offeror or Quoter 8. CERTIFICATE OF INDEPENDENT PRICE DETERMINATION. (a) The offerer certifies that- (I) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement \Vith any other offeror or competitor relating to (i) those prices, (ii) the intention to submit 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 offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in case of a negotiated solicitation) unless otherv.:ise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. MK0ljA:IEEO•2.DOC 3 (b) Each signature on the offer is considered to be a certification by the signatory that th~ signatory•• (I) Is the person in the offeror'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)(I) through (a)(3) above; or (2) (i) f-ias been authorized, in writing, 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)( I) through (a)(3) above _______ _ Insert full name ofperson(s) in the offeror'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)(i) above have not participated, and will not participate, in any action contrary to subparagraphs (a)(l) through (a)(3) above; and (iii) As an agent, has not personally participated, and will not participate, in any a~tion contrary to sub paragraphs (a)( I) through or (a)(3) above. (c) If the offerer deletes or modifies subparagraph (a)(2) above, the offeror 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. () has not delivered. or () is obligated, () 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 offeror shall identify below one such contract or subcontract under which technical data were delivered or will be delivered and the place of such delivery. Contract/Subcontract No.: _______ _ Place of Delivery: (Name of Govt. Agency/Contractor) (Street Address) (City) (State) (ZipCode) (Delivered to: Name of Party) l0/Sl<l8 I I I I I I I I I I I I I I I I I I I 10. BUY AMERICAN CERTIFICATE (Supply Orders). (a) The offeror Certifies that each end product except those listed below, is a domestic end product (as defined in the clause entitled "Buy American Act-Supplies"), and that components of unknown origin are considered to have been mined, produced, or manufactured outside the United States. Excluded End Products Country of Origin (List as necessary). Offerors may obtain from WESTON lists of articles, materials, and supplies excepted from the Buy American Act. 11 MATERIAL SAFETY DATA SHEETS. The offeror agrees to identify any hazardous material as defined in the latest version of Federal Standard 313 to be delivered hereunder, and to submit prior to award an acceptable Material Safety Data Sheet for each hazardous material item. 12. AUTHORIZED SIGNATURE. By signing below, the offerer hereby certifies all the foregoing representations & certifications are correct: COMPANY NAME (Please Print) CITY STATE ZIP (Please Print) TAX IDENTIFICATION ~UMBER PRINTED NAMEfTITLE SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE IN ADDITION TO THE ABOVE, THE REPRESENTATIONS AND CERTIFICATIONS LISTED BELOW SHALL BE COMPLETED FOR SOLICITATIONS IN EXCESS OF $100,000. 13. CLEAN AIR AND WATER CERTIFICATION. The Offerer certifies that-- MK0IIA:IEEO-2,00C 4 (a) Any facility to be used in the perfonnance of this proposed contract is __ , is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; (b) The Offeror will immediately notify WESTON, before award. of the receipt of any communication from the Administrator, or a designce, of the EPA, indicating that any facility that the Offeror proposes to use for the perfonnance of the contract is under consideration to be listed on the EPA List of Violating Facilities; and (c) The Offeror will include a certification substantially the same as this certification, including this paragraph (c), in every nonexempt subcontract. 14. CERTIFICATION AND DISCLOSURE REGARD! NG 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 (b) of this certification. (b) The offeror, by signing its offer, hereby certifies to the best of his or her knowledge and belief as of December 23, 1989 that (I) 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 offerer shall complete and submit, with its offer, 0MB standard fonn 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) Submission 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 \vho makes IO/S/98 I I I I I I I I I I I I I I I I a g I an expenditure prohibited under this provision or who fails to fi!e or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $) 0,000, and not more than $ I 00, 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 "bona fide employee," see Subpart 3.4 of the Federal Acquisition Regulation. (I)_._ 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 commission, percentage, brokerage, or any other fee contingent upon or resulting from the award of this contract. (b) Agreement. The offeror agrees to provide information relating to the above Representation as requested by ROY F. WESTON, Inc. 16. AUTHORIZED SIGNATURE. By signing below, the offeror hereby certifies all the foregoing representations & certifications are correct: COMPANY NAME (Please Print) PRINTED NAMEfflTLE SIGNATURE of AUTHORIZED REPRESENTATIVE DATE (End of form) ,\(KOi lA:\EE0-2.00C 5 10/S/98 I I I I I I I I I I I I I I I I I I I SECTIONH WESTON'S TERMS AND CONDITIONS NOR/K. IWP\04400105 7\B!ORPM01 , DOC 3199 I I I I I I I I I I I I I I I I I I I APPENDIX S, GENERAL PROVISIONS SUBCONTRACT AGREEMENT 1. Order of Precedence -In the event of an inconsistency or ambiguity between the documents comprising this Subcontract, the following order of precedence shall govern: a. Supplemental Provisions b. Subcontract including General Provisions c. Scope of Work including all changes or modifications thereto. d. Specifications and Drawings. 2. Invoicing and Payment -SUBCONTRACTOR shall submit invoices in a form acceptable to WESTON for completed services on a monthly basis. Invoices shall include, but not be limited to the following: a. The Subcontract number, work order number, dates of services, name of authorized WESTON representative. b. Names and titles of SUBCONTRACTOR personnel, net unit prices and/or hourly rates for services rendered, extended totals, expenses by category and total amounts due. C. Invoices shall be submitted in duplicate to WESTON Accounts Payable and one copy shall be forwarded to the authorized WESTON representative under separate cover. Payment shall be issued to SUBCONTRACTOR net 45 days after approval of SUBCONTRACTOR invoice by the authorized WESTON representative. 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 is longer, as follows: Type of Insurance Workmen's Compensation and Employer's Liability Comprehensive General Automobile Liability Combined Bodily Injury & Property Damage Excess Liability (Umbrella Form) Professional Liability (Errors & Omissions) Limits of Liability Statutory Workmen's Compensation $1,000,000 Employe~s Liability $1,000,000 each Liability occurrence $1,000,000 each accident or loss All vehicles covered- Hired and Non-owned vehicles $1,000,000 $1,000,000 Rev 1-01/11/99 I I I I I I I I I I I I D I I I I I I The Comprehensive General Liability insurance required herein shall include Contractual Liability coverage, including coverage for SUBCONTRACTOR's indemnification obligations as defi6ed in Article 7 of this Subcontract. WESTON shall be named as an Additional Insured under such policies and the policies shall not be altered or canceled without SUBCONTRACTOR first providing thirty (30) days advance written notice to WESTON of its intent to alter 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 12 of this Subcontract. Certificate(s) of Insurance shall be forwarded to: Roy F. Weston, Inc., 1400 Weston Way, West Chester, PA 19380,' Attn.: Subcontracts Dept., and shall reference the Agreement number assigned by WESTON to this Subcontract. 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 services of any kind or nature hereunder, 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 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 performance of such services comply with all applicable laws, ordinances and regulations and shall perform all services in a good, workmanlike, professional, efficient and non-negligent manner. 6. Year 2000 Compliance Warranty -In addition to all other representations and warranties made hereunder, SUBCONTRACTOR represents and warrants to WESTON that all services (including materials, equipment, supplies and services), (hereafter the "Services"), provided hereunder, including any deliverables required to be submitted to WESTON, whether in electronic media or otherwise, are fully compliant in all respects with the Year 2000, and the Services will operate and perform without errors, malfunctions or defects (including specifically errors, malfunctions or defects relating to date data representing or referencing different centuries or more than one century) at all times prior to, during or after the calendar year 2000 AD. In the event that any such errors, malfunctions or defects are detected in the Services, SUBCONTRACTOR shall, at its sole cost and expense, promptly repair or replace the defective Services with services of like quality, form, fit and function in all respects as they relate to Year 2000 compliance. The warranties of SUBCONTRACTOR shall survive the expiration or earlier termination of this Subcontract, and shall extend to WESTON and all users of the Services. 7. Indemnification -SUBCONTRACTOR 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 the 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 SUBCONTRACTOR's performance hereunder. 8. Independent Contractor -SUBCONTRACTOR declares 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 SUBCONT-RACTOR's employees and lower-tier subcontractors and material suppliers, except as may be provided elsewhere herein. Page 2 of 5 I I I I I I I I I I I I I I I I I I I 9. Health & Safety -Safe practices are considered a priority requirement in the performance of this Subcontract. SUBCONTRACTOR 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 subcontractors, as well as property for thJ duration of the services performed hereunder. SUBCONTRACTOR 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 Health Act of ' 1970, as amended, and the standards and regulations issued thereunder. SUBCONTRACTOR 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 including, but not limited io, provisions of the Site Safety Plan. UNFAMILIARITY WITH THE AFOREMENTIONED SAFETY PROVISIONS SHALL NOT RELIEVE SUBCONTRACTOR FROM COMPLIANCE WITH THE OBLIGATIONS AND PENAL TIES SET FORTH THEREIN. I I 10. Confidentiality -Confidential or proprietary information of WEST(/N or WESTON's Client, as labeled or stamped "Confidential", may be disclosed to SUBCONTRACTOR during the term of this Subcontract. SUBCONTRACTOR agrees not to disclose, either in whole or in part, ~ny 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 subcontractors to this same obligatio~. ' I 11. Data Rights -SUBCONTRACTOR agrees that all discoveries, inventions, and data related thereto that are conceived of, either jointly with others or independently, in conhection with the services performed hereunder is the property of WESTON and shall be provided to WESTON without restrictions. 12. Termination i a. Termination for Convenience -WESTON may, at any time, terminate\this Subcontract for its convenience, in whole or in part, upon written notice to SUBCONTRACTOR. SUBCONTRACTOR shall be paid in accordance with the terms of this Subcontract for all services renderedi and accepted by WESTON through the date of termination, including reasonable and supportable termination costs. WESTON shall not be obligated to pay SUBCONTRACTOR any other costs related to losses, damages or expenses including prospective profits for services not performed, arising out of or related to 'such termination. b. Termination for Default -If SUBCONTRACTOR defaults in the perforlance hereof or breaches any of its obligations hereunder and fails to remedy such default or breach, 6r if SUBCONTRACTOR becomes insolvent, or a Trustee or receiver of SUBCONTRACTOR's business or ~ssets is appointed, or any petition in bankruptcy is filed by or against SUBCONTRACTOR, this shall constit~te a default under the terms of this Subcontract. In any such event WESTON may terminate this Subcontract, in whole or in part, by written notice to SUBCONTRACTOR, and WESTON shall have no liability or obligation whatsoever to SUBCONTRACTOR by reason of, or resulting from such termination. I c. Notice of Termination -WESTON shall provide a written Notice of TJrmination and SUBCONTRACTOR shall proceed with the direction contained therein, and shall transmit to WESTON all records related to SUBCONTRACTOR's performance thereunder, including, but not limited to, samples, field data, laboratory data, analysis, tests, calculations, notes and results. I 13. Disputes -Any dispute arising under this Subcontract. including disbutes under termination, not settled by 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, SUBCONTRACTOR shall proceed diligently with the performance of the work under this Subcontract. The rights of WESTON and the obligations of SUBCONTRACTOR shall survive completion of performance in acco/dance with the provisions of this Subcontract and final payment hereunder. \ 14. Changes -WESTON may, at any time by written notice to SUBCONTRACTOR, make changes to any of the Subcontract documents. Any claim for additional compensation br extension of time (adjustments) R<cv. 1 -01/11/89 I I I I I I I I I I I I I I I I I I I 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 1claim for adjustment. Failure to reach mutual agreement regarding such adjustments hereunder shall condtitute a dispute to be resolved under Article 13 of this Subcontract I 15 Permits -SUBCONTRACTOR shall obtain all permits and licenses and pay all fees and charges therefor necessary for the performance of SUBCONTRACTOR's servites under this Subcontract. 16. Records Retention -SUBCONTRACTOR shall retain in 1edible form all records related to this Subcontract including, but not limited to, logs, field data, laboratory. qata, samples, analyses, calculations, notes, financial and other records related to the Project and SUBCONrRACTOR's services here~nder for a penod of three (3) years from final payment under this Subcontract, or as specified in WESTON s contract with its Client, whichever period is greater. I 17. Release of Liens and all Claims -WESTON shall require SUBCONTRACTOR to provide a Release of Liens and All Claims along with the Application for Final Payment for ~ervices performed hereunder (forms attached) prior to release of the final payment by WESTON. I 18. Performance and Payment Bonds -If specifically required and funded by WESTON through the compensation provisions of this Agreement, SUBCONTRACTOR shall !furnish Performance and/or Payment bonds (forms attached), each in an amount equal to at least the Subcohtract price, as security for the faithful performance and payment of all SUBCONTRACTOR's obligations wider this Subcontract. These bonds shall remain in effect until at least one (1) year after the date when fin1al payment becomes due, except as provided by Law or regulation or as may be otherwise provided herein. I 19. Notice of Labor Disputes -In the event that the timely performance of work under this Subcontract is delayed or threatened to be delayed by any actual or potential laboi dispute, SUBCONTRACTOR shall immediately notify WESTON of all relevant information with respect 16 such dispute. SUBCONTRACTOR shall insert the substance of this Article in all purchase orders and lowerjtier subcontracts issued hereunder. 20. Non-Discrimination In Employment -SUBCONTRACTOR agrees and hereby certifies that in providing the services hereunder, it shall not discriminate against any en\ployee or applicant because of race, color, religion, age, sex, or national origin. SUBCONTRACTOR shall 1abide by provisions of all applicable I governmental laws and regulations pertaining to non-discrimination, including, but not limited to, Executive Orders 11246 and 11141 (Equal Employment Opportunity); 41 c'FR 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 SmallJ Disadvantaged Business Concerns; regulations regarding Utilization of Labor Surplus Area concerns; and regulations regarding Women-Owned Small Business Concerns. I 21. Social Security and Wage Tax Liability -With respect to all persons at any time employed by, or on the payroll of SUBCONTRACTOR in performing any services directly br indirectly under this Subcontract, I SUBCONTRACTOR accepts full and exclusive liability for the 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 qther benefits, pensions or annuities, and wage or income taxes, now or hereafter imposed by the Uniteq States, and any state or political subdivision thereof, however the same be measured. SUBCONTRA8TOR shall furnish WESTON such payroll and employment information as WESTON may require to dem9nstrate compliance with the above obligation. If WESTON shall be required by law to pay any contribution, tax or penalty because of SUBCONTRACTOR's failure to furnish the aforesaid information, SUBCONTRACTOR shall forthwith reimburse WESTON for the entire amount so paid. I 22. Fair Labor Standards Act And Service Contract Act -SUBCONTRACTOR warrants, in connection with the services provided hereunder, its compliance with all applicable requirements of the Fair Labor " I I I I I I I I I I I I I I I I I I I I Standards Act, as amended, and/or the Service Contract Act, as amended, and of regulations and orders of t_he United States Department of Labor issued thereunder. I . I 23. Assignment -This subcontract may not be assigned by SUBCONTRACTOR, either in whole or in part, without the prior written consent of WESTON. i 24. Set-Off -WESTON shall be entitled to set-off any amount owed tb WESTON by SUBCONTRACTOR or any of its affiliates, against any amount payable to SUBCONTRACTOR by WESTON, or any of it affiliates. 25. Sales And Use Tax -WESTON believes that services providld by SUBCONTRACTOR under this SubcontracJ are not subject to Sales and Use Tax. Pending a final ruling by appropriate Tax authorities with respect to the imposition of Sales and Use Tax on Subcontractor's ~ervices, Subcontractor acknowledges that the obligation to pay any Sales and Use Tax ruled applicable to services provided hereunder is SUBCONTRACTOR's obligation, and SUBCONTRACTOR further agtees to pay any such Sales and Use Tax, and holds WESTON harmless from any and all claims related to the Sales and Use Tax as it applies to services provided under this Subcontract. : 26. Severability -Any provision or part thereof of this Subcontract hlld to be void or unenforceable under any law or by any court shall be deemed stricken, and all remaining pr?visions 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 provision. 27. Governing Law -Interpretation of this Subcontract is to. be gove!ned 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 are provided. 28. Entire Agreement -This Subcontract contains the entire understa~ding 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 Subcontract. This Subcontract may only bb modified or amended by a written instrument executed by both parties, except as may be otherwise provided herein. I