Loading...
HomeMy WebLinkAboutNCD981475932_19950101_FCX Inc. (Washington Plant)_FRBCERCLA RMVL_Removal Action Award Contract - McLaren Hart-OCRI I I I I I I page 1 68-S4-4003 } rRece,veo I JAN 301995 --,,-;;-=~~SU~P~E~R;::F~U~N;s'D::::SpE;;;C~n~o~fV'j./ __ 1. CERTIFIED FOR N/..'rIONAl, DEF'ENSE UNDER BOSA REG-.2. AND/OR OMS REG.l 2. CONTRACT NO. 68-S4-4003 3. EFF'ECTIVE 11ATE 9/16/94 1. RATING 4. REQUISITION/PROJECT NO. 38763 5 • I S SUED BY Cod-=e-=-:----------6-. -A;;,D;.sMuI:;;N"I:;-S~T"'E;;,R;;;E;;;D'-""'B"'Y;;---,C;.o::-d:re::-:-: -------(If other than Item 5) us EPA, Region IV ATTN: Cont~acts, 4th Floor Tower 345 Courtland Street Atlanta, GA 30365 7. NAME AND ADDRESS OF CONTRACTOR 8. DELIVERY McLar"" Hart Environmental Engineering Corporation Attn: [ ] FOB ORIGIN [X] OTHER (See below) Great Woods Part 800 South Main Street Code: ManGfiel:I MA 02048 OTGJl Facility: 9. DISCOUNT F9R PROMPT PAYMENT N/A copies unless otherwise specified) TO THE ADDRESS 10.SUB~IT INVOICES (4 SHOWN IN ITEM: 12 I ·11. SHIP TO/MARK FOR I ~nvlt~~~~utal ~rol~ction Aguncy If applicable,~ Research Triangle Park Financial see section o Management Center (Mail Code MD-3iJ of the Schedule Research Triangle Park, NC 27711 I 13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION [ ] 10 u.s.c. 2304(c)( ) [ I 41 u.s.c. 253 (c) ( ) I 14. ACCOUNTING AND APPROPRIATION DATA 68-20X8145 020124 4TFA4ADE9H 25.05 $ 1,247,818.00 I l5A. ITEM NO. 15B.SUPPLIES/ SERVICES l5C.QUANTITY lSD.UNIT !SE.UNIT lSF.Al'IOUNT PRICE I I .Remediation, by Thermal Desorption, of Pesticide Contaminated Soil at the FCX Site in-Washing~ Beaufort County, North Carollna TOTAL CONTRACT AMOUNT: $1,247,818.00 I APPROVED BY OIRM 3/84, FAR (48 CFR 53.2l4(c)J EXCEPTION TO STANDARD FORM 26 I I ) I I I I I I I I I I I I I I I I I I Page 2 () 68-S4-4003 AWARD/CONTRACT 16. TABLE OF CONTENTS PART/SECTION DESCRIPTION PART I -THF SCHEDULE A SOLICITATION/CONTRACT FORM B SUPPLIES OR SERVICES AND PRICES/COSTS . C DESCRIPTION/SPECIFICATIONS/WORK STATEMENT D PACY.AGING AND MARKING E INSPECTION AND ACCEPTANCE F DELIVERIES OR PERFORMANCE G CONTRACT ADMINISTRATION DATA H SPECIAL CONTRACT REQUIREMENTS PART II -CONTRACT CLAUSES I CONTRACT CLAUSES PART III -LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS J LIST OF ATTACHMENTS PART IV -REPRESENTATIONS AND INSTRUCTIONS l REPRESENTATIONS, CERTIE'ICATIONS AND OTHER STATEMENTS OF orrtRORS CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE 17. [XI CONTRACTOR'S NEGOTIATED AGREEMENT (Contractor is required to 1!9n this docuNent and return 2 copies to issuing office.) Contractor agrees to turniah and deliver all items or perform all the services set forth or otherviae identified above and on any continuation sheets for the consideration 1t1ted herein; The rights and obligations of the parties to this contract 1h1ll be subject to and governed by the following documents: (a) this a.ward/contract, (b the solicitation, if any, and (c) such provisions, representations, certifications, and specifications as are attached or incorporated by reference herein. (Attachments are listed herein.) 18. () AWARD (Contractor is not required to sign this document.) Your orrer on Solicitation Number.------' including the additions or changes made by you which additions or changes are set forth in full above, is hereby accepted•• t the Items listed above and on any continuation sheets. This award con1uaa1te1 the contract which consists of the following documents: (a) the Governaent'a solicitation and your offer, and (b) this award/contract. No further contractua document is necessary. 19A. NAME AND TITLE OF SIGNER fType or print) 9B, %ME OF CONTRACTOR f!dLaren/Hart b'llir by (Si 19 DATE SIGNED Vice President ental Eng. Corp. to sign) l/ 20A, NAME OF CONTRACTING :n: "!II Jeffrey L. Napier 20B. September 16, 1994 September 16, 1994 APPROVED BY OIRM 3/84, FAR (48 CFR 53.214(c)) EXCEPTION TO STANDARD r·p• I I I -I I I I I I I I I I I I I I I Page 3 68-S4-4003 TABLE OF CONTENTS AWARD/CONTRACT .. TABLE OF CONTENTS. PART I -THE SCHEDULE. SECTION B -SUPPLIES OR SERVICES AND PRICE/COSTS . B.l CONSIDERATION AND PAYMENT--TOTAL FIXED PRICE. (EP52.216-160) (APR 1984) B.2 SCHEDULE ..•... , • , .. SECTION C -DESCRIPTION/SPECIFICATION. /WORK STATEMENT C.0 NOTICE REGARDING PROHIBITED CONTRACTOR ACTIVITIES ON. ENVIRONMENTAL PROTECTION AGENCY (EPA) CONTRACTS C.1 COMPLIANCE WITH EPA POLICIES FOR INFORMATION RESOURCES. MANAGEMENT (EPAAR 1552.210-79) (JUN 1994) C. 2 STATEMENT OF WORK/SPECIFICATIONS. • • . . . • . • . . . (EP52.210-100) (APR 1984) SECTIOH D -PACKAGING ,o.ND MARKING. . . . . . . . . . . . [For this Contract, there are NO clauses in this Section) SECTION .E .1 '. 2 SECTION F.1 F.2 F.3 F.4 F.5 SECTION G.1 G.2 G.3 G.4 G.5 SECTION H.l E -INSPECTION AND ACCEPTANCE .. NOTICE LISTING CONTRACT CLAUSES INSPECTION AND ACCEPTANCE .• (EP52.246~100) (APR 1984) ' . . . . . . . . INCORPORATED BY REFERENCE . . . . . . . . . . . . . F -DELIVERIES OR PERFORMANCE. . . . . . . . • . , . , . . NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE REPORTS OF WORK (EP52.210-70) (APR 1984), ......• USE OF RECOVERED MATERIALS IN PAPER AND PAPER PRODUCTS. (EP52.210-150) (JUN 1991) USE OF DOUBLE-SIDED COPYING IN THE SUBMISSION OF REPORTS (EP52.210-160) (JUL 1990) PERIOD OF PERFORMANCE ... , .. , ..... (EP52.212-140) (APR 1984) G -CONTRACT ADMINISTRATION DATA ••. , . , SUBCONTRACTING REPORTS--SMALL BUSINESS AND, SMALL DISADVANTAGED BUSINESS CONCERNS (EP52.219-120) (OCT 1991) SUBMISSION OF INVOICES (EPAAR 1552.232-70) (SEP 1990) CONTRACT ADMINISTRATION REPRESENTATIVES (EP52.242-100) (AUG 1984) DESIGNATION OF PROPERTY ADMINISTRATOR (EP52.245-140) (AUG 1994) PAYMENTS , , ......... , , H -SPECIAL CONTRACT REQUIREMENTS, PRINTING (EPAAR 1552.208-70) (DEC 1993) (DEVIATION) PAGE 1 3 6 6 6 6 8 8 9 11 12 12 13 13 13 14 14 14 14 15 16 17 17 17 18 19 19 21 21 I I H.2 I H.3 H.4 I H.5 H.6 I H.7 I H.8 H.9 I H.10 I H.11 H.12 I PART II I I I I 'ION .. 1 I. 2 I. 3 I. 4 I. 5 I. 6 I. 7 I. 8 68-S4-4003 Page 4 TABLE OF CONTENTS ORGANIZATIONAL CONFLICTS OF INTEREST ..... . (EPAAR 1552.209-71) (MAY 1994) NOTIFICATION OF CONFLICTS OF INTEREST REGARDING PERSONNEL (EPAAR 1552.209-73) (MAY 1994) LIMITATION OF FUTURE CONTRACTING (EPAAR 1552.209-74). (MAY 1994) ALTERNATE VI (SITE SPECIFIC) (MAY 1994) ANNUAL CERTIFICATION (EPAAR 1552.210-80) ...... . (MAY 1994) REQUIREMENT FOR CERTIFICATION OF RECOVERED MATERIALS. ACTUALLY UTILIZED IN THE PERFORMANCE OF THE CONTRACT (EP52.210-195) (JUN 1991) UTILIZATION OF RURAL AREA SMALL BUSINESS CONCERNS (EP52.219-110) (APR 1990) UTILIZATION OF HISTORICALLY BLACK COLLEGES AND. UNIVERSITIES (EP52.219-115) (JUL 1991) PROJECT EMPLOYEE CONFIDENTIALITY AGREEMENT •.. (EPAAR 1552.227-76) (MAY 1994) TREATMENT OF CONFIDENTIAL BUSINESS INFORMATION. (EPAAR 1552.235-71) (APR 1984) RELEASE OF CONTRACTOR-CONFIDENTIAL BUSINESS INFORMATION (EP52.235-110) (FEB 1993) PAPERWORK REDUCTION ACT . . . . . . . . . . . • . • . . (EPAAR 1552.237-75) (APR 1984) -CONTRACT CLAUSES. . . . . . . . . . . . . . . . . . I CONTRACT CLAUSES . . . . . . . . . . . . . . . . . . NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY--.. MODIFICATION (FAR 52.203-9) (NOV 1990) PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY. (FAR 52.203-10) (SEP 1990) LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (FAR 52.203-12) (JAN 1990) (DEVIATION) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (FAR 52.222-42) (MAY 1989) PROMPT PAYMENT (FAR 52.232-25) (MAR 1994) SUBCONTRACTS (FIXED-PRICE CONTRACTS). (FAR 52.244-1) (APR 1991) CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (JUN 1988) I PART III -LIST OF DOCUMENTS, EXHIBITS . . . . . . . . . . . . . . . AND OTHER ATTACHMENTS I SECTION J -LIST OF ATTACHMENTS. . . . . . . . . • . • J.1 LIST OF ATTACHMENTS. (EP52.252-100) (APR 1984) I PART IV -REPRESENTATIONS AND INSTRUCTIONS. I SECTION K -REPRESENTATIONS, CERTIFICATIONS. AND OTHER STATEMENTS OF OFFERORS I I PAGE 22 23 24 26 26 27 27 28 29 29 31 32 32 32 34 36 37 43 44 48 50 51 51 51 52 52 68-S4-4003 Page 5 TABLE OF CONTENTS -CONTINUED (This page left intentionally blank.) I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Page 6 68-S4-4003 Section B PART I -THE SCHEDULE SECTION B -SUPPLIES OR SERVICES AND PRICE/COSTS B.l CONSIDERATION AND PAYMENT--TOTAL FIXED PRICE (EP52.216-160) (APR 1984) B.2 The fixed price of this contract is 1,247,818. Payment will be made upon delivery and acceptance of services specified in B.2. SCHEDULE ITEM SUPPLIES/SERVICES The contractor shall provide one lump sum price for the services described below: The contractor shall furnish and deliver to the Government all services and supplies as necessary to perform remediation by thermal desorption of the pesticide contaminated soil at the Farmers' Cooperative Exchange (FCX) Washington site, in Washington, Beaufort County, North Carolina. This shall be in accordance with the Statement of Work and all the terms and conditions included therein. Necessary services include, but are not limited to: estimation and treatment of all contaminated materials; site preparation; identification and connection of all necessary utilities; submission of required plans and reports; mobilization and demobilization of the unit and site personnel; removal and handling of stockpiled contaminated soil; unit design; all materials handling required for the proper operation of the treatment system; feeding and screening of the contaminated soil; handling, segregating, and tracking processed soil pending analysis; and re-treating material as necessary to meet standards as defined in Statement of .Work Section 3.2; perform sampling and UNIT/QTY TOTAL PRICE 68-S4-4003 Page 7 provide analysis to ensure that soil meets the cleanup staridards in Statement of Work Section 3.2; depositing the processed soil on the site in an area designated by EPA;. and performing site restoration as required by Statement of Work Section 1.3(15). Section B JOB 1 $1,247,818 I I I I I I I I I: I I., I I I· I I I I ,_ - I I I I I I I I I I I I I I I I I I I I c.o 68-S4-4003 Page 8 SECTION C -DESCRIPTION/SPECIFICATION /WORK STATEMENT NOTICE REGARDING PROHIBITED CONTRACTOR ACTIVITIES ON ENVIRONMENTAL PROTECTION AGENCY (EPA) CONTRACTS Section C The Contractor shall not perform any of the following activities on behalf of EPA in connection with this contract: 1. The .actual preparation of Congressional testimony. 2. The interviewing or hiring of individuals for employment at EPA. 3. Developing and/or writing of Position Descriptions and Performance Standards. 4. The actual determination of Agency policy. 5. Participating as a voting member on a Performance Evaluation Board; participating in and/or attending Award Fee meetings. 6. Preparing Award Fee Letters, even under typing services contracts. 7. The actual preparation of Award Fee Plans. 8. The preparation of documents on EPA Letterhead other than routine administrative correspondence. 9. Reviewing vouchers and invoices for the purposes of determining whether costs, hours, and work performed are reasonable. 10. The preparation of Statements of Work, work Assignments, Technical Direction Documents, Delivery Orders, or any other work issuance document under a contract that the contractor is performing or may perform. Such a work issuance document, prepared by an EPA prime contractor under an EPA prime contract for its subcontractor, is exempt from this prohibition. 11. The actual preparation of responses to audit reports from the Inspector General, General Accounting Office, or other auditing entities. 12. Preparing responses to Congressional correspondence. 13. The actual preparation of responses to Freedom of Information Act requests, other than routine, non-judgmental correspondence. 14. Any contract which authorizes a contractor to represent itself . Page 9 68-S4-4003 as EPA to outside parties. 15. Conducting administrative hearings. Section C I I I 16. Reviewing findings concerning the eligibility of EPA employees 1 for security clearances. 17. The actual preparation of an office's official budget r quest. C.l COMPLIANCE WITH EPA POLICIES FOR INFORMATION RESOURCES MANAGEMENT (EPAAR 1552.210-79) (JUN 1994) (a) Definition: Information Resources Management (IRM) is defined as any planning, budgeting, organizing, directing, training, promoting, controlling, and managing activities associated w th the burden, collection, creation, use and dissemination of infor ation. IRM includes both information itself, and the management of information and related resources such as personnel, equipme t, funds, and technology. Examples of these services include b tare not limited to the following: (1) The acquisition, creation, or modification of a co puter, program or automated data base for delivery to EPA or use by EPA or contractors operating EPA programs. (2) The analysis of requirements for, study of the fea of, evaluation of alternatives for, or design and developmen computer program or automated data base for use by EPA or contractors'operating EPA programs. . (3) Services that provide EPA personnel access to or u computer or word processing equipment, software, or related services. (4) Services that provide EPA personnel access to or u Data communications; electronic messaging services or capabi electronic bulletin boards, o'r other forms of electronic inf dissemination; electronic record-keeping; or any other autom information services. (5) Services that are subject to the Brooks Act of 196 amended (Pub. L. 89-306). ibility. of a e of e of: ities; rmation ted , as (b) General. The contractor shall perform any IRM related work under this contract in accordance with the IRM policies set orth in this clause. (c) IRM Policies, Data Standards, and Procedu.res: EPA IRM policies, standards, and procedures are set forth in the Dir ctives noted below. (1) Agency Directives. 2100 Information Resources Management Policy Manu 1 2140 Uniform Rulemaking Docket Manual 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 68-S4-4003 Page 10 Section C 2160 Records Management Manual 2181 Operations and Maintenance Manual 2182 EPA System Design and Development Guidance 2190 Privacy Act Manual 2195 EPA Information Security Manual 2180.1 EPA Order--Chemical Abstract Services Registry Number Data Standard - 2180.2 EPA Order--Data Standards for the Electronic Transmission of Laboratory Measurement Results 2180.3 EPA Order -Facility Identification Standard 7500.lA EPA Order_ -Minimum Set of Data Elements for Groundwater (2) National Data Processing Division (NDPD) Directives NDPD Operational Directives Manual. This document contains procedural information about the operation of the Agency's computing and telecommunications services. EPA Hardware and Software Standards. These standards have been established to ensure that the Agency's information technology components integrate properly into its technological infrastructure. (d) Distribution. Documents listed in Section 1 above may be obtained from: U.S. Environmental Protection Agency Printing Services and Mail Management Branch Mail Code: 3204 401 M Street SW. Washington, DC 20460 Phone: (202) 260-5797 The documents issued by NDPD noted in Section (2) above are included on the EPADOC CD-ROM. Other useful EPA documents are also available on this CD-ROM. Copies are available from: Government Printing Office Superintendent of Documents Washington, D.C. 20402-9325 Phone: ,( 202) 783-3238 (When ordering, please specify stock number 005-000-00470-6. credit cards are accepted.) (e) Additional IRM Directives. Attachment(s) to this contract may include revised directives and directives otherwise not referenced in paragraph (c) of this clause. Compliance with these directives is as required under paragraph (b) of this clause. (f) Change orders. In accordance with the Changes clause, the Contracting Officer may revise, delete, or add IRM directives. Any adjustment to this contract arising from such a change shall be in accordance with the procedures for an equitable adjustment under the C.2 Page 11 68-S4-4003 Changes clauses. STATEMENT OF WORK/SPECIFICATIONS ( EP52. 210-100) (APR 1984) Sect on C I I I I The Contractor shall furnish the necessary personnel, mate ial, equipment, services and facilities (except as otherwise spec fied), 1 to perform the Statement of Work/Specifications included in Attachment A. I I I I I I I I I: I I I I I I I I 68-S4-4003 Page 12 Section D I SECTION D -PACKAGING AND MARKING I I I [For this Contract, there are NO clauses in this Section] I I I I I I I I I I I I I . __ ...,,. I Page 13 68-S4-4003 Secti n E SECTION E -INSPECTION AND ACCEPTANCE E.l NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE NOTICE: The following solicitation provisions and/or cont act clauses pertinent to this section are hereby incorporated by reference: E.2 FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) DATE TITLE NUMBER 52.246-4 FEB 1992 INSPECTION OF SERVICES--FIXED-RICE INSPECTION AND ACCEPTANCE (EP52.246-100) (APR 1984) (a) The Contracting Officer or the duly authorized represe tative will perform inspection and acceptance of materials and serv ces to be provided~ (b) For the purposes of this clause, the Project Officer i the authorized representative of the Contracting Officer. (c) Inspection and acceptance will be performed at: FCX-Washington Pesticide Site Washington, Beaufort County North Carolina I I •• I I I I I 1· I I I I I I I I I I I I I I I I I I I I I I I I I I I I F.l 68-S4-4003 Page 14 Section F SECTION F -DELIVERIES OR PERFORMANCE NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE NOTICE: The following solicitation provisions and/or contract clauses pertinent to this section are hereby incorporated by reference: FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER l) NUMBER DATE TITLE 52.212-13 AUG 1989 STOP-WORK ORDER 52.212-15 APR 1984 GOVERNMENT DELAY OF WORK F.2 REPORTS OF WORK (EP52.210-70) (APR 1984) The Contractor shall prepare and deliver reports in accordance with Attachment B. F.3 USE OF RECOVERED MATERIALS IN PAPER AND PAPER PRODUCTS (EP52.210-150) (JUN 1991) (a) If the Contractor is required under this contract to deliver any of the paper and paper products listed below, all such items delivered shall meet the minimum content standards for recovered materials, postconsumer recovered materials, or waste paper set forth below in paragraph (b). (1) Recovered materials are defined as waste material and by- products that have been recovered or diverted from solid waste, not including those materials and by-products generated from, and commonly reused within, an original manufacturing process. (2) Postconsumer recovered materials are defined as waste materials recovered from retail stores, office buildings, homes, and so forth after they passed through their end usage as a consumer item. · (3) Waste paper is defined as all items from the first two categories above in addition to forest residues, and manufacturing and other wastes. (b) Unless otherwise directed by the Contracting Officer, the Contractor shall use "High Grade Bleached Printing and Writing Page 15 68-S4-4003 Sect on F Papers" as defined in this clause to p~oduce all progress re orts, draft reports, final reports, any other products required to be delivered to the Government under this contract. EPA MINIMUM CONTENT STANDARDS FOR SELECTED PAPER AND PAPER PRODUCTS Minimum% Recovered Materials Minimum% Postconsumer Recovered Materials NEWSPRINT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 0 HIGH GRADE BLEACHED PRINTING AND WRITING PAPERS: Min mum% was e Pap r Offset printing .....................................•. 50 Mimeo and duplicator paper ........•..•..•.••....•..•.. 50 Writing (stationery) ........................•.••....•. 50 Office paper (e.g., note pads) .•.. , ......•.•..•.......• 50 Paper for high speed copiers .•••..•.•...•.•.....•.••.• 50 Envelopes .........•............................•...... 50 Form bond including computer ....•.......•.••....•..••. 50 paper and carbonless Book papers ..•••..................•................... 50 Bond papers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . SO Ledger ......••.....•....••...•......•..•....... • .....• 50 Cover stock ........................................... 50 Cotton Fibe~ papers .......... 2 5 ........•.......•....• TISSUE PRODUCTS: Toilet tissue ............................ 20 Paper towels ............................. 40 Paper napkins ....•....................... 30 Facial tissue . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Doilies ~ ................................. 40 Industrial wipes . . . . . . . • . . . . . . . . . . . . . . . . . 0 UNBLEACHED PACKAGING: Corrugated boxes ......................... 35 Fiber boxes .........•.................... 35 · Brown papers (e.g. bags).................. 5 RECYCLED PAPERBOARD: Recycled paperboard products ............• 80 Pad backing ...••......•.........•...•..•. 90 F.4 USE OF DOUBLE-SIDED COPYING IN THE SUBMISSION OF REPORTS (EP52.210-160) (JUL 1990) 50 (a) For the purpose of this clause, "double sided copying" means copying two one-sided originals on to the front and back sid of one sheet of paper. 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 Page 16 68-S4-4003 Section F {b) Unless otherwise directed by the Contracting Officer, the Contractor shall use double-sided copying to reproduce any progress report, draft report or final report in response to this contract. F.5 PERIOD OF PERFORMANCE {EP52.212-140) {APR 1984) The period of performance of this contract shall be from the contract's effective date through 510 days after date of contract award, inclusive of all required reports. Delivery dates for all required reports are in Attachment B-2. Listed below are major milestones: Mobilization of Equipment Start of Demonstration Completion of Demonstration Submission of Recommended Operating Parameters Start of Full Scale Treatment Update Summaries Completion of on-Site Treatment Demobilization and Closure Submission of Final Report All days are calendar days. DELIVERY DATE ASAP after award, at the Contractor's discretion. Within 45 days of EPA approval of demo plan·{Attachment A 1.3(5)} Within 28 days of start of demonstration {Attachment A 1.3(5)} Within 7 days of completion of demonstration {Attachment B-1, 1. 2 • 2 } Within 10 days of receipt of Notice to Proceed weekly, after full scale treatment is underway {Attachment B-1, 1.5) Within 480 days after award of contract {Attachment A 1.3(15) As per approved work plan schedule, but not to exceed 480 days after award date of contract Within 3n fays of cornnletion nf full Scale Treatment, not to exceed 510 days after award of contract NOTE: Cross-references to the Statement of ~ark, which is Attac~rnent A, and Attachment B-1 are in parentheses. G.1 68-S4-4003 Page 17 SECTION G -CONTRACT ADMINISTRATION DATA SUBCONTRACTING REPORTS--SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS CONCERNS (EP52.219-120) (OCT 1991) Sectio G The Contractor shall submit Standard Form (SF) 294, Subcontr cting Report for Individual Contracts, and/or SF 295, Summary Contract Report, in accordance with the instructions on the forms. Submit copies of these reports to: Distribution original 1 copy Addressee Contracting Officer · Senior Program Manager, Office of Small & Disadvantaged Business Utilization 401 M Street, s.w. (1230C) Washington, D.C. 20460 G.2 SUBMISSI~N OF INVOICES (EPAAR 1552.232-70) (SEP 1990) In orde~ to be considered properly submitted, an invoice or request for contract financing payment ·must meet the followin requirements in addition to the.requirements of FAR 32.905: (a) Unless otherwise specified in the contract, an invoice request for contract financing payment shall be submitted as original and four copies. The contractor shall submit the in to the following offices/individuals in the contract: or1g1n one copy to the accounting operations office; two copies tot project officer (the project officer may direct one of ·these to a separate address); and one copy to the Contracting Offic (b)(l) If this is a cost-reimbursement contract, the contra shall prepare the invoice or request for contract financing p in accordance with EPA Form 1900-34, "Guide for the Preparati Contractor's Claims for Reimbursement of Costs and Fees Under Reimbursement Type Contracts" or EPA Form 1900-34A, "Guide fo Preparation of Contractor's Claims for Reimbursement of Costs Fees Under ·cost-Plus-Award-Fee (CPAF) Type Contracts." If th contract is a cost-reimbursement term-form contract under whi contract work is authorized by individual work assignments, t e invoice or request for contract financing payment shall inclu summary of amounts claimed against each work assignment. or ment of ost the nd (b)(2) The invoice for a cost-reimbursement contract shall 'nclude I I I I I I I I I 1· I I I I I I I I I I I I I I I I I I I I I I I I I I I I Page 18 68-S4-4003 Section G current and cumulative charges by major cost element such as direct labor, overhead, travel, equipment, and other direct costs. The charges for subcontracts shall.be further detailed in a supporting schedule showing the major cost elements for each subcontract. (c)(l) If this is an indefinite delivery/indefinite quantity contract, the invoice or request for contract financing payment shall include a summary of amounts claimed against each delivery order, unless otherwise specified. (c)(2) The invoice for an indefinite delivery/indefinite quantity contract shall indicate charges by major categories such as labor, travel, equipment, subcontracts, and consultants. The charges for subcontracts shall be further detailed in a supporting schedule showing the major cost elements for each·subcontract. (d) Invoices must clearly indicate the period of performance for which payment is requested and include EPA accounting information necessary to process payments. Separate invoices are required for charges applicable to the basic contract and for each option period. If contract work is ordered through individual work assignments or delivery orders, invoices must show current and cumulative charges by work assignment or delivery order number and EPA accounting information (separate invoices shall be submitted for each delivery order). When contracts, work assignments or delivery orders contain multiple lines of accounting data, charges that cannot be assigned to a single line of accounting information should be allocated based on the percentage of total dollars, unless otherwise specified. Required accounting information includes the Document Control Number (DCN) and tne account number shown in block 14 of the SF 26, block 21 of the SF 33, block 12 of the SF 30, or on the individual work assignment or delivery order. G,3 (e) When the contractor invoices on a monthly basis, the period covered by requests for contract financing payments must be the same as the period for monthly progress reports required under this contract. If, in accordance with FAR 52.216-7, the contractor submits requests for contract financing payments more frequently than monthly; one payment request each month must have the same ending period of .performance as the monthly progress report. Where cumulative amounts on the monthly progress report differ from the aggregate amounts contained in the request(s) for contract financing payments covering the same period, the contractor must provide a reconciliation of the difference as part of the payment request. CONTRACT ADMINISTRATION REPRESENTATIVES (EP52.242-100) (AUG 1984) Project Officer(s) for this contract: Paul Peronard U.S. EPA Region IV Waste Division, 1st Floor Courtland Bldg 345 Courtland street N.E. Atlanta, GA 30365 Page 19 68-S4-4003 Secti n G TELEPHONE (404-347-3931), voice mail extension 6121 Contract Specialist(s) responsible for administering this contract: Christina B. Maddux EPA Region IV Attn: contracts, 4th Floor Tower 345 Courtland Street N.E. Atlanta, GA 30365 TELEPHONE (404-347-2374), extension 6828 G:4 DESIGNATION OF PROPERTY ADMINISTRATOR (EP52.245-140) (AUG 1994) The contract property administrator Not applicable is the Contracting Officer's designated representative.on pro erty matters. The Contractor shall furnish all required informatio on property to the property administrator. G.5 PAYMENTS 1. The Government shall pay the contractor the contract pr'ce as provided in this contract. 2. Progress Payments (a) The Government shall make monthly progress payments bas estimates--approved by the Contracting Officer (CO)--of work accomplished. The contractor shall furnish, as part of Proje Schedule (see Attachment B, Section 1.6), a breakdown of the contract price, showing the estimated amounts included for ea principal category of the work. A schedule showing the estim percentage of actual soil treatment completed at monthly inte vals shall also be furnished. These estimates shall be furnished ·n such detail as requested by the CO. Once approved by the CO, the estimates shall provide _the basis for determining progress pa ments. (b) Progress payments shall not be made, however, until af er the contractor successfully completes demonstration testing and t e Government issues a Notice to Proceed. Once the Notice to Pr ceed is issued, a progress payment will be made for the estimated mount of the total price for mobilization and demonstration testing. (c) Thereafter, monthly progress payments may be made on t e estimated amount of the price for the percentage of soil trea ment actually completed and for other major items of work. Comple ed I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Page 20 68-S4-4003 Section G soil treatment is defined as that volume of soil which has been treated, tested, and accepted by the Government as having met all applicable standards in the Statement of Work. 3. Satisfactory Progress If the CO finds that satisfactory progress was achieved during any period for which a progress payment is to be made, the CO shall authorize payment in full. However, if satisfactory progress has not been made, the CO may retain a maximum of 10% of the amount of the payment until satisfactory progress is achieved. When the work is substantially complete, the CO may retain from previously withheld funds and future progress payments that amount the co considers adequate for protection of the Government and shall release to the Contractor all the remaining withheld funds. 4. Undefinitized Actions Notwithstanding any provision of this contract, progress payments shall not exceed 80 percent on work accomplished on undefinitized contract actions. A "contract action" is any action resulting in a contract, as defined in FAR Subpart 2.1, including contract modifications foi additional supplies or services, but not including contract modifications that are within the scope and under the terms of the contract, such as contract modifications issued pursuant to the Changes clause, or funding and other administrative changes. 5. Final Payment ' After completion of all work, and prior to final payment, the contractor shall furnish to the CO a release of claims against the United States relating to this contract, other than claims specifically stated and excepted from the operation of the release. Upon receipt of such release, the Government shall make final payment to the contractor under this contract after completion and acceptance of all work and presentation of a properly executed final voicher. H.l Page 21 68-S4-4003 SECTION H -SPECIAL CONTRACT REQUIREMENTS PRINTING (EPAAR 1552.208-70) (DEC 1993) (DEVIATION) (a) Definitions. Secti n H I I I I I "Printing" is the process of composition, platemaking, presswork, I binding, and microform; or the end items produced by such processes and equipment. "Composition" applies to the setting of type by hot-metal casting, phototypesetting, or electronic character generating devices for the purpose of producing camera copy, negatives, a plate or image to be used in the production _of printing or microform. "Camera copy" (or "camera-ready copy") is a final document suitable for printing/duplication. "Desktop Publishing•· is a method of composition using computers with the final output or generation of camera copy done by a laser printer. This is not considered "printing." However, if the output from desktop publishing is being sent to a typesetting device (i.e., Linotronic) with camera copy being produced in either paper or negative format, these services are considered "printing". "Microform" is any product produced in a miniaturized image format, for mass or general distribution and as a substitute f.or conventionally printed material. Microform services are classified as printing services and includes microfiche and microfilm. The contractor may make up to two sets of microform files for archival purposes at the end of the contract period of performance. "Duplication" means the making of one-color (black) copies on photocopy machines employing electrostatic, thermal, or other processes without using an intermediary such as a negative or plate. "Requirement" means an individual photocopying task. (There may be multiple requirements under a work Assignment or Delivery Order. Each requirement would be subject to the photocopying limitation of 5,000 _copies of one page or 25,000 copies of multiple pages in the aggregate per requirement.) (b) Prohibition. The Contractor shall not engage in, nor subcontract for, any printing or multi-color duplication in connection with the performance of work under this contract. Duplicat-ion of more than 5,000 copies of one page or more than 25,000 copies of multiple pages in the aggregate per requirement constitutes printing. 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 Page 22 68-S4-4003 Section H (c) Affirmative Requirements. (1) Unless otherwise directed by the Contracting Officer, the Contractor shall use double-sided copying to produce any progress report, draft report or final report. (2) Unless otherwise directed by the Contracting Officer, the Contractor shall use recycled paper for reports delivered to the Agency which meet the minimum content standards for paper and paper products as set forth in EPA Procurement Guidelines (40 CFR 250, June 22, 1988). (d) Permitted Contractor Activities. (1) .The prohibitions contained in paragraph (b) do not preclude writing, editing, or preparing manuscript copy, or preparing related illustrative material to a final document (camera-ready copy) using desktop publishing. (2) The Contractor may perform a requirement involving the duplication of less than 5,000 copies of only one page, or less than 25,000 copies of multiple pages in the aggregate using one color (black), such pages not exceeding the maximum image size of 10 3/4 by 14 1/4 inches. Duplication services below these thresholds are not considered printing. If performance of the contract will require duplication in excess of these limits, contractors must immediately notify the Contracting Officer in writing. EPA may then seek a waiv~r from the Joint Committee on Printing, U.S. Congress. H.2 (e) Violations. The Contractor may not engage in, nor subcontract for, any printing in connection with the performance of work under the contract. The cost of any printing services in violation of this clause will be disallowed, or not accepted by the Government. (f) Flowdown Provision. The contractor shall include in each subcontract which may involve a requirement for any printing/duplicating/copying a provision substantially the same as this clause. ORGANIZATIONAL CONFLICTS OF INTEREST (EPAAR 1552.209-71) (MAY 1994) (a) The Contractor warrants that, to the best of the Contractor's knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, or that the contractor has disclosed all such relevant information. (b) Prior to commencement of any work, the Contractor agrees to notify the Contracting Officer immediately that, to the best of its H.3 68-S4-4003 Page 23 Section H knowledge and belief, no actual or potential conflict of interest exists or to identify to the Contracting Officer any actual or potential conflict of interest the firm may have. In emergency situations, however, work may begin but notification shall be made within five (5) working days. (c) The Contractor agrees that if an actual or potential organizational conflict of interest is identified during performance, the Contractor will immediately make a full disclosure in writing to the Contracting Officer. This disclosure shall include a description of actions which the Contractor has taken or proposes to take, after consultation with·the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict of interest. The Contractor shall continue performance until notified by the Contracting Officer of any contrary action to be taken. (d) Remedies -The EPA may 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 an? did not disclose it or misrepresented relevant information to the Contracting Officer, the Government may terminate the contract for default, debar the Contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (e) The Contractor agrees to insert in each subcontract or consultant agreement placed hereunder, except for subcontracts or consultant agreements for 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 (e), unless otherwise authorized by the Contracting Officer. NOTIFICATION OF CONFLICTS OF INTEREST REGARDING PERSONNEL (EPAAR 1552.209-73) (MAY 1994) (a) In addition to the requirements of the contract clause entitled "Organizational Conflicts of Interest," th.e following provisions with regard to employee personnel performing under this contract shall apply until the earlier of the following two dates: the termination date of the affected employee(s) or the expiration date of the contract. (b) The Contractor agrees to notify immediately the EPA Project Officer and the Contracting Officer of (1) any actual or potential personal conflict of interest with regard to any of its employees working on or having access to information regarding this contract, or (2) any such conflicts concerning subcontractor employees or consultants working on or having access to information regarding this contract, when such conflicts have been reported to the Contractor. A personal conflict of interest is defined as a I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 68-S4-4003 Page 24 Section H relationship of an employee, subcontractor employee, or consultant with an entity that may impair the objectivity of the employee, subcontractor employee, or consultant in performing the contract work. · (c) The Contractor agrees to notify each Project Officer and Contracting Officer prior to incurring costs for that employee's work when an employee may have a personal conflict of interest. In the event that the personal conflict of interest does not become known until after performance on the contract begins, the Contractor shall immediately notify the Contracting Officer of the personal conflict of interest. The Contractor shall continue performance of this contract until notified by the Contracting Officer of the appropriate action to be taken. (d) The Contractor agrees to insert in any subcontract or consult~nt agreement placed hereund~r, except for subcontracts or consultant agreements for 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 Contracting Officer. H.4 LIMITATION OF FUTURE CONTRACTING (EPAAR 1552.209-74) (MAY 1994) ALTERNATE VI (SITE SPECIFIC) (MAY 1994) (a) The parties to this contract agree that the Contractor will be restricted in its future contracting in the manner described below. Except as specifically provided in this clause, the Contractor shall be free to compete for contracts on an equal basis with other companies. (b) If the Contractor, under the terms of this contract, or through the performance of work pursuant to this contract, is required to develop specifications or statements of work and such specifications or statements of work are incorporated into an EPA solicitation, the Contractor shall be ineligible to perform the work described in that solicitation as a prime Contractor or subcontractor under an ensuing EPA contract. (c) Unless prior written approval is obtained from the cognizant EPA Contracting Officer, the Contractor, during the life of the contract and for a period of five (5) years after the expiration of the contract agrees not to enter into a contra~t with or to represent any party, other than EPA, with respect to: (1) any work relating to CERCLA activities which p~rtain to the site where the Contractor previously performed work for EPA under this contract; or (2) any work that may jeopardize CERCLA enforcement actions which pertain to the site where the Contractor previously performed work for the EPA under this contract. · (d) During the life of this contract, including any options, the Contractor agrees that unless otherwise authorized by the Contracting Officer: Page 25 68-S4-4003 Section H (1) It will.not provide any Technical Assistance Team (TAT) type activities (e.g., TAT contracts) to EPA on the site either as a prime contractor, subcontractor, or consultant. (2) It will be ineligible for award of contracts pertaining to this site which result from a CERCLA administr~tive order, a CERCLA or RCRA consent decree or a court order. (e) The contractor agrees in advance that if any bids/proposals are submitted for any work that would require written approval of the Contracting Officer 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 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. (f) 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 ~nd disclosure. (g) Contractors who are performing nondiscretionary technical or engineering services, including construction work, may request a waiver from or modification to this clause by submitting a written request to the Contracting Officer. The Contracting Officer shall make the determination regarding whether to waive or modify the clause on a'case-by-case basis. · (h) 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 (h) unless otherwise authorized by the Contracting Officer. The Contractor may request in writing that the Contracting Officer exempt from this clause a particular subcontract or consultant agreement for nondiscretionary technical or engineering services not specifically listed above, including laboratory analysis. The Contracting Officer will review and evaluate each request on a case-by-case basis before approving or disapprovirig the request. (i) If the Contractor seeks an expedited decision regarding its initial future contracting request, the contractor may submit its request to both the Contracting Officer and the next administrative level within the Contracting Officer's organization. (j) A review process available to the Contractor when an adverse determination is received shall consist of a request for reconsideration to the Contracting Officer or a request for review submitted to the next administrative level within the Contracting I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I H.5 Page 26 68-S4-4003 Section H Officer's organization. An adverse determination resulting_ from a request for reconsideration by the Contracting Officer will not preclude the Contractor from requestjng a review by the next administrative level. 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. ANNUAL CERTIFICATION (EPAAR 1552.210-80) (MAY 1994) The Contractor shall submit an annual conflict of interest certification to the Contracting Officer. In this certification, the Contractor shall certify annually that, to the best of the Contractor's knowledge and belief, all actual or potential organizational conflicts of interest have been reported to EPA. In addition, in this annual certification, the Contractor shall certify that it has informed its personnel who perform work under EPA contracts or relating to EPA contracts of their obligation to report personal and organizational conflicts of interest to the Contractor. Such certification must be signed by a senior executive of the company and submitted in accordance with instructions provided by the Contracting Officer. The initial certification shall cover the one-year period from the date of contract award, and all subsequent certifications shall cover successive annual periods thereafter, until expiration or termination of the contract. The certification must be received by the Contracting Officer no later than 45 days after the close of the certification period covered. H.6 REQUIREMENT FOR CERTIFICATION OF RECOVERED MATERIALS ACTUALLY UTILIZED IN THE PERFORMANCE OF THE CONTRACT (EP52.210-195) (JUN 1991) (a) Certification. As required under Section 6002 of the Resource Conservation and Recovery Act, an officer or employee of the Contractor shall execute the following certification as required in (b) below: CERTIFICATE OF PERCENTAGE OF RECOVERED MATERIAL ACTUALLY USED IN PERFORMANCE OF THE CONTRACT (JUNE 1991) (1) I,_~-------r,..---,,-,--(Name of certifier) am an officer or employee responsible for the performance of this contract and hereby certify the following minimum recovered material content was actually utilized in the performance of this contract: PRODUCT PERCENT OF MINIMUM RECOVERED MATERIAL ACTUALLY UTILIZED (b) The Contractor shall submit this certification by January in each year during the period of performance of this contract. period of the certification shall cover the proceeding calendar 31 The H.7 Page 27 68-S4-4003 year. Signature of the Officer or Employee Typed name of the Officer or Employee Title Name of Company, Firm, or Organization Date UTILIZATION OF RURAL AREA SMALL BUSINESS CONCERNS (EP52.219-110) (APR 1990) Section H (a) (1) "Rural area small business concern," as used in this clause, means a small business concern that is located and conducts its principal operations iri a rural geographic area (county or parish) listed in the Small Business Administration's Listing of Non-Metropolitan Rural Counties by State. (2) "Small busin•ss concern," as used in this clause, means a· concern, including its affiliates, that is independently owned and operated, ndt dominant in the field of operation in which it is bidding on government contracts, and qualified as a small business under the criteria and size standard in 13 CFR 121. (b) It is the policy of the Environmental Protection Agency (EPA) that rural area small business concerns shall have the maximum practicable opportunity to participate in performing contracts awarded by EPA. (c) The contractor shall use its best efforts to give rural area small business concerns the opportunity to participate-in the subcontracts it awards to the fullest extent consistent with efficient performance of this contract. (d) The contractor shall incorporate the substance of this clause in any subcontract that may provide for additional subcontracting opportunities. H.8 UTILIZATION OF HISTORICALLY BLACK COLLEGES AND UNIVERSITIES (EP52.219-115) (JUL 1991) (a) It is the Policy of the Environmental Protection Agency that historically black colleges and universities shall have the maximum practicable opportunity to participate in performing contracts awarded by the Agency. I I I I I I I I I I I I I I I I I I I I I I 11 I I I I I I I I I I Page 28 68-S4-4003 Section H (b) The Contractor shall use its best efforts to give historically black colleges ~nd universities the.opportunity to participate in any subcontracts awarded to the fullest extent consistent with efficient performance of this contract. (c) The contractor shall incorporate the substance of this clause in any subcontract which may provide for additional subcontracting opportunities. H.9 PROJECT EMPLOYEE CONFIDENTIALITY AGREEMENT (EPAAR 1552.227-76) (MAY 1994) (a) The Contractor recognizes that Contractor employees in performing this contract may have access to data, either provided by the Government or first generated during contract performance, of a sensitive nature which should not be released to the public without Environmental Protection Agency (EPA) approval. Therefore, the Contractor agrees to obtain confidentiality agreements from all of its employees working on requirements under this contract. (b) Such agreements shall contain provisions which stipulate that each employee agrees that the employee will not disclose, either in whole or in part, to any entity external to EPA, the Department of Justice, or the Contractor, any information or data (as defined in FAR Section 27.401) provided by the Government or first generated by the Contractor under this contract, any site-specific cost information, or any enforcement strategy without first obtaining the written permission of the EPA Contracting Officer. If a contractor, through an employee or otherwise, is subpoenaed to testify or produce documents, which could result in such disclosure, the Contractor must provide immediate advance notification to the EPA so that the EPA can authorize such disclosure or have the opportunity to take action to prevent such disclosure. Such agreements shall be effective for the life of the contract and for a period of five (5) years after completion of the contract. (c) The EPA may terminate this contract for convenience, in whole or in part, if it deems such termination necessary to prevent the .unauthorized disclosure of information to outside -entities. If such a disclosure occurs without the written permission of the EPA Contracting Officer, the Government may terminate the contract, for default or convenience, or pursue other remedies as may be permitt~d by law or this contract. (d) The Contractor further agrees to insert in any subcontract or consultant agreement placed hereunder, except for subcontracts or consultant agreements for 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, unless otherwise authorized by the Contracting Officer. Page 29 68-S4-4003 d.10 TREATMENT OF CONFIDENTIAL BUSINESS INFORMATION (EPAAR 1552.235-71) (APR 1984) Section H (a) The Contracting Officer, after a written determination by the appropriate program office, may disclose confidential business information (CBI) to the Contractor necessary to carry out the work required under this contract. The Contractor agrees tu use the CBI only under the following conditions: (l) The Contractor and Contractor's employees shall: (i) use the CBI only for the purposes of carrying out the work required by the contract; (ii) not disclose the information to anyone other than . properly cleared EPA. employees without the prior written approval of the Assistant General Counsel for Contracts and Information Law; and (iii) return· the CBI to the PO or his/her designee, whenever the information is no longer required by the Contractor for performance of the work required by the contract, or upon completion of the contract. I I I I I I I (2) The Contractor shall obtain a written agreement to honor I the above limitations from each of the Contractor's employees who will have access to the information before the employee is allowed access. (3) The Contractor agrees that these contract conditions concerning the use and disclosure of CBI are included for the benefit of, and shall be enforceable by, both EPA and any affected businesses having a proprietary interest in the information. (4) The Contractor shall not use any CBI supplied by EPA or obtained during performance hereunder to compete with any business to which the CBI relates. • (b) The contractor agrees to obtain the written consent of th~ co, after a written determination by the appropriate program office, prior to entering into any subcontract that will involve the disclosure of CBI by the Contractor to the subcontractor. The Contractor agrees to include this clause, including this paragraph (b), in all subcontracts awarded pursuant to this contract that require the furnishing of CBI to the subcontractor. H.11 RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (EP52.235-110) (FEB 1993) (a) The Environmental Protection Agency (EPA) may find it necessary to release information submitted by the Contractor, either in response to this solicitation or pursuant to the provisions of this contract, to individuals not employed by the EPA. Business information that is ordinarily entitled to confidential treatment under existing Agency regulations (40 C.F.R. Part 2) may be included in the information released to these individuals. Accordingly, by submission of this proposal or signature on this contract or other contracts, the Contractor hereby consents to a limited release of its confidential business information (CBI). II 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 Page 30 68-S4-4003 Section H (b) Possible circumstances where the Agency may release the contractor's CBI,,include, but are not limited to, the following: (1) To other Agency contractors tasked with assisting the Agency in the recovery of Federal funds expended pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act, 42 u.s.c. Sec. 9607, as amended, (CERCLA or superfund); (2) To the U.S. Department of Justice (DOJ) and contractors employed by DOJ tor uae in advising the Agency and representing the Agency in proceedings for the recovery of Superfund expenditures; (3) To parties liable, or potentially liable, for costs under CERCLA Sec. 107 (42 u.s.c. Sec. 9607), et al, and their insurers (Potentially Responsible Parties) for purposes of facilitating settlement of claims against such parties; (4) To other Agency contractors requiring access to information the Agency obtained under the Clean Air Act (42 U.S.C. 7401 et seq.); the Federal Water Pollution Control Act (33 ·u.s.c. 1251 et seq.); the Safe Drinking Water Act (42 u.s.c. 300f et seq.); the Federal Insecticide, Fungicide and Rodenticide Act (7 u.s.c. 136 et seq.); the Resource Conservation and Recovery Act (42 u.s.c. 6901 et seq.); or the Toxic Substances Control Act (15 u.s.c. 2601 et seq. ) ; (5) To other Agency contractors tasked with assisting the Agency in handling and processing information and documents in the administratron of Agency contracts, such as providing both preaward and post award audit support and specialized technical support to the Agency's technical evaluation panels; (6) To employees of grantees working at EPA under the Senior Environmental Enrollee (SEE) Program; (7) The Speaker of the House, President of the Senate, or Chairman of a Committee or Subcommittees; (8) To entities such as the General Accounting Office, boards of contract appeals, and the courts in the resolution of solicitation or contract protests and disputes; (9) To Agency contractor employees engaged in information systems analysis, development, operation, and maintenance, including performing data processing and management functions for the Agency; and (10) Pursuant to a court order or court-supervised agreement. (c) The Agency recognizes an obligation to protect the contractor from competitive harm that may result from the release of such information to a competitor. (See also the clauses in this document entitled "Screening Business Information for Claims of Confidentiality" and "Treatment of Confidential Business Page 31 68-S4-4003 Section H Information.") The Agency will permit the release of CBI only pursuant to a confidentiality agreement executed by the individuals that will handle CBI. Known exceptions include parties receiving CBI under subparagraphs (6), (7), (8), and (10) above. (d) With respect to contractors, the confidentiality agreements will preclude further disclosure of the information. With respect to Potentially Responsible Parties, such confidentiality agreements may permit further disclosure to accounting firms and technical experts able to analyze the information, provided they also agree to be bound by an appropriate confidentiality agreement. (e) This clause does not authorize the Agency to release the contractor's CBI to the public pursuant to a request filed under the Freedom of Information Act. (f) The Contractor agrees to include this clause, including this paragraph (f), in all subcontracts at all levels awarded pursuant to this contract that require the furnishing of confidential business information by the subcontractor. H.12 PAPERWORK REDUCTION ACT (EPAAR 1552.237-75) (APR 1984) If it is established at award or subsequently becomes a contractual requirement to collect identical information from ten (10) or more public respondents, the Paperwork Reduction Act of 1980, 44 u.~.c. 3501 et seq. applies. In that event, the Contractor shall not take any action to solicit information from any of the public respondents until notified in writing by the Contracting Officer that the required Office of Management and Budget (0MB) final clearance was received. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I. l Page 32 68-S4-4003 Section I PART II -CONTRACT CLAUSES SECTION I CONTRACT CLAUSES NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE NOTICE: The following solicitation provisions and/or contract clauses pertinent to th!a section are hereby incorporated by reference: FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) NUMBER 52.202-1 52.203-1_ 52.203-3 52.203-5 52.203-6 52.203-7 52.209-6 52.215-1 52.215-2 52.215-23 52.215-25 52.215-27 52.215-31 52.215-33 52.215-39 52.219-8 52.219-9 52.219-13 DATE SEP 1991 APR 1984 APR 1984 APR 1984 JUL 1985 OCT 1988 NOV 1992 FEB 1993 FEB 1993 DEC 1991 DEC 1991 SEP 1989 SEP 1987 JAN 1986 JUL 1991 FEB 1990 JAN 1991 AUG 1986 TITLE DEFINITIONS OFFICIALS NOT TO BENEFIT GRATUITIES COVENANT AGAINST CONTINGENT FEES RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT ANTI-KICKBACK PROCEDURES PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT EXAMINATION OF RECORDS BY COMPTROLLER GENERAL AUDIT--NEGOTIATION PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA--MODIFICATIONS SUBCONTRACTOR COST OR PRICING DATA--MODIFICATIONS TERMINATION OF DEFINED BENEFIT PENSION PLANS WAIVER OF FACILITIES CAPITAL COST OF MONEY ORDER OF PRECEDENCE REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS OTHER THAN PENSIONS (PRB) UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTING PLAN UTILIZATION OF WOMEN-OWNED SMALL BUSINESSES I I I I I I I I I I I I I I I I I I I 68-S4-4003 Page 33 Section I 52.219-16 AUG 1989 LIQUIDATED DAMAGES--SMALL BUSINESS SUBCONTRACTING PLAN 52.220-3 APR 1984 UTILIZATION OF LABOR SURPLUS AREA CONCERNS 52.220-4 APR 1984 LABOR SURPLUS AREA SUBCONTRACTING PROGRAM APR 1984 CONVICT LABOR 52.222-3 52.222-4 MAR 1986 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT -- OVERTIME COMPENSATION 52.222-26 APR 1984 EQUAL OPPORTUNITY 52.222-28 APR 1984 EQUAL OPPORTUNITY PREAWARD CLEARANCE OF SUBCONTRACTS 52.222-35 APR 1984 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS 52.222-36 APR 1984 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS 52.222-37 JAN 1988 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA 52.222-41 MAY 1989 SERVICE CONTRACT ACT OF 1965, 52. 223-2- 52. 223-6 52.225-11 52.227-1 52.227-2 52 .'227-14 52.227-14 APR JUL APR 1984 1990 1991 AS AMENDED CLEAN AIR AND WATER DRUG-FREE WORKPLACE RESTRICTIONS ON CERTAIN FOREIGN PURCHASES APR 1984 AUTHORIZATION AND CONSENT APR 1984 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT JUN 1987 RIGHTS IN DATA--GENERAL JUN 1987 RIGHTS IN DATA--GENERAL As part following ALTERNATE II (JUN 1987) of the "Limited Rights Notice" in Alternate II, the purposes are included at the end of paragraph (a): (1) Use (except for manufacture) by support service contractors. (2) Evaluation by nongovernment evaluators. (3) Use (except for manufacture) by other contractors participating in the Government's program of which the specific contract is part, for information and use in connection with the work performed under each contract. ( 4 ) ( 5 ) thereof, require, overhaul Emergency repair or overhaul work. Release to a foreign government, or instrumentality as the interests of the United States Government may for information or evaluation or for emergency repair or work by such government. 52.227-14 JUN 1987 RIGHTS IN DATA--GENERAL ALTERNATE III (JUN 1987) 52.227-14 JUN 1987 RIGHTS IN DATA--GENERAL I I / 68-S4-4003 52.227-16 52.229-3 52.229-5 52.232-1 52.232-8 52.232-11 52.232-17 52.232-23 52.232-28 52.233-1 52.233-3 52.242-13 .52. 243-1 52.245-4 ·52.246-25 52.249-2 52.249-8 52.253-1 JUN 1987 JAN 1991 APR 1984 APR 1984 APR 1989 APR 1984 JAN 1991 JAN 1986 APR 1989 MAR 1994 AUG 1989 APR 1991 AUG 1987 APR 1984 APR 1984 APR 1984 APR 1984 JAN 1991 Page 34 Section I ALTERNATE V (JUN 1987) ADDITIONAL DATA REQUIREMENTS FEDERAL, STATE, AND LOCAL TAXES TAXES--CONTRACTS PERFORMED IN U.S. POSSESSIONS OR PUERTO RICO PAYMENTS DISCOUNTS FOR PROMPT PAYMENT EXTRAS INTEREST ASSIGNMENT OF CLAIMS ELECTRONIC FUNDS TRANSFER PAYMENT METHODS DISPUTES ALTERNATE I (DEC 1991) PROTEST AFTER AWARD BANKRUPTCY CHANGES--FIXED-PRICE ALTERNATE I (APR 1984) GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) LIMITATION OF LIABILITY--SERVICES TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) COMPUTER GENERATED FORMS I.2 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY-- MODIFICATION (FAR 52.203-9) (NOV 1990) (a) Definitions. The definitions set forth in FAR 3.104-4 are hereby incorporated in this clause. (b) The Contractor agrees that it will execute the certification set forth in paragraph (c) of this clause when requested by the Contracting Officer in connection with the execution of any modification of this contract. (c) Certification. As required in paragraph (b) of this clause, the officer or employee responsible for the modification proposal shall execute the following certification: CERTIFICATE OF PROCUREMENT INTEGRITY--MODIFICATIO N (NOV 1990) (1) I, -------~~-~-~--[Name of certifier) am the officer or employee responsible for the preparation of this modification proposal and hereby certify that, to the best of my knowledge and belief, with the exception of any information described in this certification, I have no information concerning a violation or possible violation of subsection 27(a), (b), (d), or (f) of the Office of Federal Procurement Policy Act, as amended* (41 u.s.c. 423), (hereinafter referred to as "the Act"), as implemented in the FAR, occurring during the conduct of this procurement I I I I I I I I I I Ii 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 Page 35 68-S4-4003 Section I (contract and modification number). ~ ), (2) As required by subsection 27(e)(l)(B) of the Act, I further certify that to the best of my knowledge and belief, each officer, employee, agent, representative, and consultant of [Name of Offerer] who has participated _p_e_r_s_o_n_a7 l~l'y_a_n~d-,,--s~uLb~s7t~a~n~t~i~a~l7 l~y-:-,in the preparation or submission of this proposal has certified that he or she ·is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will report immediately to me any information concerning a violation or possible violation of subsections 27(a), (b), (d), or (f) of the Act, as implemented in the FAR, pertaining to this procurement. (3) Violations or possible violations: (Continue on plain bond paper if necessary and label Certificate of Procurement Integrity--Modification (Continuation Sheet), ENTER NONE IF NONE EXISTS) Signature of the Officer or Employee Responsible for the Modification Proposal and Date Typed Name of the Officer or Employee Responsible for the Modification Proposal * subsections 27(a), (b), and (d) are effective on December 1, 1990. Subsection 27(f) is effective on June 1, 1991. THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001. (End of certification) (d) In making the certification in paragraph (2) of the certificate, the officer or employee of the competing Contractor responsible for the offer or bid, may -rely upon a one-time c~rtification from each individual required to submit a certification to the competing Contractor, supplemented by periodic training. These certifications shall be obtained at the earliest possible date after an individual required to certify begins employment or association with the contractor. If a contractor decides to rely on a certification executed prior to the suspension of section 27 (i.e., prior to December 1, 1989), the Contractor shall ensure that an individual who has so certified is notified that section 27 has been reinstated. These certifications shall be Page 36 68-S4-4003 Section I maintained by the Contractor for a period of 6 years from the date a certifying employee's employment with the company ends or, for an agency, representative, or consultant, 6 years from the date such individual ceases to aet on behalf of the contractor. (e) The certification required by paragraph (c) of this clause is a material representation of fact upon whi~h reliance will be placed in executing this modification. I.3 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (FAR 52.203-10) (SEP 1990) (a) The Government, at its election, may reduce the price of a fixed-price type contract or contract modification and the total cost and fee under a cost-type contract or contract modification by the amount of profit or fee determined as set forth in paragraph (b) of this clause if the head of the contracting activity or his or her designee determines that there was a violation of subsection 27(a) of. the Office of Federal Procurement Policy Act, as amended (41 u.s.c. 423), as implemented in the FAR. In the case of a contract modification, the fee subject to reduction is the fee specified in the particular contract modification at the time of execution, except as provided in subparagraph (b)(S) of this clause. (b) The price or fee reduction referred to in paragraph (a) of this clause shall be-- (1) For cost-plus-fixed-fee contracts, the amount of the fee specified irl the contract at the time of award; (2) For cost-plus-incentive-fee contracts, the target fee specified in the contract at the time of award, notwithstanding any minimum fee or "fee floor" specified in the contract. (3) For cost-plus-award-fee contracts-- (i) The base fee established in the contract at the time of contract award; (ii) If no base fee is specified in the contract, 30 percent of the amount of each award fee otherwise payable to the Contractor for each award fee evaluation period or at each award fee determination point. (4) For fixed-~rice-incentive contracts, the Government may-- I I I I I I I I I I I I I I I (i) Reduce the contract target price and contract target 1 profit both by an amount equal to the initial target profit specified in the contract at the time of contract award; or (ii) If an immediate adjustment to the contract target price and contract target profit would have a significant adverse impact on the incentive price revision relationship under the contract, or adversely affect the contract financing provisions, the I I I I I I I I I I I I I I I I I I I I I I 68-S4-4003 • ' Page 37 Section I contracting Officer may defer such adjustment until establishment of the total final price of the contract. The total final price established in accordance with the incentive price revision provisions of the contract shall be reduced by an amount equal to the initial target profit specified in the contract at the time of contract award and such reduced price shall be the total final contract price. I.4 (5) For firm-fixed-price contracts or contract modifications, by 10 percent of the initial contract price; 10 percent of the contract modification price; or a profit amount determined by the Contracting Officer from records or documents in existence prior to the date of the contract award or modification. (c) The Government may, at its election, reduce a prime contractor's price or fee in accordance with the procedures of paragraph (b) of this clause for viol•tions of the Act by its subcontractors by an amount not to exceed the amount of profit or fee reflected in the subcontract at the time the subcontract was first definitively priced. (d) In addition to the remedies in paragraphs (a) and (c) of this clause, the Government may terminate this contract for default. The rights and remedies of the Government specified herein are not exclusive, and are in addition to any other rights and remedies provided by law or under this contract. LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (FAR 52.203-12) (JAN 1990) (DEVIATION) (a) Definitions. "Agency", as used in this clause, means executive agency as defined in 2.101. "Covered Federal action," as used in this clause, means any of the following Federal actions: (a) The awarding of any Federal contract. (b) The making of any Federal grant. (c) The making of any Federal loan. (d) The entering into of any cooperative agreement. (e) The extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. "Indian tribe" and "tribal organization," as used in this clause, have the meaning provided in section 4 of the Indian Self-Determination and Education Assistance Act (25 u.s.c. 450B) and include Alaskan Natives. "Influencing or attempting io influence," as used in this clause, means making, with the intent to influence, any communication to or appearance before an officer or employee of ·any agency, a Member of Page 38 68-S4-4003 Section I Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any covered Federal action. "Local government," as used in this clause, means a unit of government in a State and, if chartered, established, or otherwise recognized by a State for the performance of a governmental duty, including a local public authority, a special district, an intrastate district, a council of governments, a sponsor group representative organization, and any other instrumentality of a local government. "Officer or employee of an agency," as used in this clause, includes the following individuals who are employed by an agency: (a) An individual who is appointed to a position in the Government under title 5, United States Code, including a position· under a temporary appointment. (b) A m•mber of the uniformed services, as defined in subsection 101(3), title 37, United states Code. (c) A special Government employee, as defined in section 202, title 18, United States Code. (d) An individual who is a member of a Federal advisory committee, as defined by the Federal Advisory Committee Act, title 5, United States Code, appendix 2. "Person," as used in this clause, means an individual, corporation; company, ~ssociation, authority, firm, partnership, society, State, and local government, regardless of whether such entity is operated for profit, or not for profit. This term excludes an Indian tribe, tribal organization, or any other Indian organization with respect to expenditures specifically permitted by other Federal law. "Reasonable compensation," as used in this clause, means, with respect to a regularly employed officer or employee of any person, compensation that is consistent with the normal compensation for such officer or employee for work that is not furnished to, not funded by, ~r not furnished in cooperation with the Federal Government. "Reasonable payment," as used in this clause, means, with respect to professional and other technical services, a payment in an amount that is consistent with the amount normally paid for such services in the private sector. "Recipient," as used in this clause, includes the contr~ctor and all subcontractors. This term excludes an Indian tribe, tribal. organization, or any other Indian organization with respect to expenditures specifically permitted by other Federal law. "Regularly employed," as used in this clause, means, with respect to an officer or employee of a person requesting or receiving a I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I. I I Page 39 68-S4-4003 Section I Federal contract, an officer or employee who is employed by such person for at least 130 working days within 1 year immediately preceding the date of the submission that initiates agency consideration of such perJon for receipt of such contract. An officer or employee who is employed by such person for less than 130 working days within 1 year immediately preceding the date of the submission that agency consideration of such person shall be considered to be regularly employed as soon as he or she is employed by such person for 130 working days. "State," as used iri this clause, means a State of the United States, the District of Columbia, the Commonwealth of Puerto Rico, a territory or possession of the United States, an agency or instrumentality of a State, and multi-State, regional, or interstate entity having governmental duties and powers. (b) Prohibitions. (1) Section 1352 of title 31, United States Code, among other things, prohibits a recipient of a Federal contract, grant, loan, or cooperative agreement from using appropriated funds to pay ·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 in connection with any of the following covered Federal actions: 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; or the modification of any Federal contract, grant, loan, or cooperative !greement. (2) The Act also requires Contractors to furnish a disclosure 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 in connection with a Federal contract, grant, loan, or cooperative agreement. (3) The prohibitions of the Act do not apply under the following conditions: (i) Agency and legislative liaison by own employees. {A) The prohibition on the use of appropriated funds, in subparagraph {b){l) of this clause,. does not apply in the case of a payment of reasonable compensation made to an officer or employee of a person requesting or receiving a covered Federal action if the payment is for agency and legislative liaison activities not directly related to a covered Federal action. (Bl For purposes of subdivision (b)(3)(i)(A) of this clause, providing any information specifically requested by an agency or Congress is permitted at any time. Page 40 68-S4-4003 section I (C) The following agency and legislative liaison activities are permitted at any time where they are not related to a specific solicitation for any covered Federal action: (1) Discussing with an agency the qualities and characteristics (including individual demonstrations) of the person's products or services, conditions or terms of sale, and service _capabilities. (2) Technical discussions and other activities regarding the application or adaptation of the person's products or services for an agency's use. (D) The following agency and legislative liaison activities are permitted wher~ they are prior to formal solicitation of any covered Federal action-- (1) Providing any information not specifically requested but necessary for an agency to make an informed decision about initiation of a covered Federal action; (2) Technical discussions regarding the preparation of arr unsolicited proposal prior to its official submission; and (3) Capability presentations by persons seeking awards from an agency pursuant to the provisions of the Small Business Act, as amended by Pub. L. 95-507, and subsequent amendments. , (E) Only those services expressly authorized by subdivision (b)(3)(i)(A) of this clause are permitted under this clause. (ii) Professional and technical services. (A) The prohibition on the use of appropriated funds, in subparagraph (b)(l) of this clause, does not apply in the case of-- (1) A payment of reasonable compensation made to an officer or employee of a person requesting or receiving a covered Federal action or an extension, continuation, renewal, amendment, or modification of a covered Federal action, if payment is for professional or technical services rendered directly in the preparation, submission, or negotiation of any bid, proposal, or application for that Federal action or for meeting requirements imposed by or pursuant to law as a condition for. receiving that Federal action. (2) Any reasonable payment to a person, other than an officer or employee of a person requesting or receiving a covered Federal action or an extension, continuation, renewal, amendment, or modification of a covered Federal action if the payment is for professional or technical services rendered directly I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Page 41 68-S4-4003 Section I in the preparation, submission, or negotiation of any bid, proposal, or application for that Federal action or for meeting requirements imposed by or pursuant to,law as a cond~tion for receiving that Federal action. Persons other than officers or employees of a person requesting or receiving a covered Federal action include consultants and trade associations. (B) For purposes of subdivision (b)(3)(ii)(A) of this clause, "professional and technical services" shall be limited to advice and analysis directly applying any professional or technical discipline. The following examples are not intended to be all inclusive, to limit the application of the professional to technical exemption provided in the law, or to limit the exemption to licensed professionals. For example, drafting of a legal document accompanying a bid or proposal by a lawyer is allowable. Similarly, technical advice provided by an engineer on the performance or operational capability of a piece of equipment rendered directly in the negotiation of a contract is allowable. However, communications with the intent to influence made by a professional (such as a licensed lawyer) or a technical person (such as a licensed accountant) are not allowable under this section unless they provide advice and analysis directly applying their professional or technical expertise and unless the advice or analysis is rendered directly and solely in the preparation, submission or negotiation of a covered Federal action. Thus, for example, communications with the intent to influence made by a lawyer that do not provide legal advice or analysis directly and solely related to the legal aspects of his or her client's proposal, but generally advocate one proposal over another are not allowable under this section because the lawyer is not providing professional legal services. Similarly, communications with the intent to influence made by an engineer providing an engineering analysis prior to the preparation or submission of a bid or proposal are not allowable under this section since the engineer is providing technical services but not directly in the preparation, submission or negotiation of a covered Federal action. (C) Requirements imposed by or pursuant to law as a condition for receiving a covered Federal award include those required by law or regulation and any other requirements in the actual award documents. (D) Only those services expressly authorized by subdivisions (b)(3)(ii)(A)(l) and (2) of this clauses are permitted under this clause. (E) The reporting requirements of FAR 3.803(a) shall not apply with respect to payments of reasonable compensation made to regularly employed officers or employees of a person. (iii) Selling activities by independent sales representatives. The prohibition on the use of appropriated funds, in subparagraph (b)(l) of this clause, does not apply to the following Page 42 68-S4-4003 Section I selling activities before an agency by independent sales representatives, provided such activities are prior to formal solicitation by an agency and are specifically limited to the merits of the matter: (A) Discussing with an agency (including individual demonstrations) the qualities and characteristics of the person's products or services, conditions or terms of sale, and service capabilities; and (B) Technical discussions and other activities regarding the application or adaptation of the person's products or services for an agency's use. (c) Disclosure. (1) The Contractor who requests or receives from an agency a Federal contract shall file with,that agency a disclosure form, 0MB standard form LLL, Disclosure of Lobbying Activities, if such person has made or has agreed to make any payment using nonappropriated funds (to include profits from any covered Federal action), which would be prohibited under subparagraph (b)(l) of this clause, if paid for with appropriated funds. (2) The Contractor shall file a disclosure form at the end of each calendar quarter in which there occurs any event that materially affects the accuracy of the information contained in any r disclosure form previously filed by such person under subparagraph (c)(l) of this clause. An event that materially affects the accuracy of 'the information reported includes-- ( i) A cumulative increase of $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or (ii) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or (iii) A change in the officer(s), employee(s), or Member(s) contacted to influence or attempt to influence a covered Federal action. (3) The Contractor shall require the submittal of a certification, and if required, a disclosure form by any person who requests or receives any subcontract exceeding $100,000 under a Federal contract. (4) All subcontractor disclosure forms (but not certifications) shall be forwarded from tier to tier until received by the prime Contractor. The prime Contractor shall submit all disclosures to the Contracting Officer at the end of the calendar quarter in which the disclosure form is submitted by the subcontractor. Each subcontractor certification shall be retained in the subcontract file of the awarding Contractor. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Page 43 68-S4-'4003 Section I (d) Agreement. The Contractor agrees not to make any payment prohibited by this clause. (e) Penalties. (1) Any person who makes an expenditure prohibited under paragraph (a) of this clause or who fails to file or amend the disclosure form to be filed or amended by paragraph (b) of this clause shall be subject to civil penalties as provided for by 31 u.s.c. 1352. An imposition of a civil penalty does not prevent the Government from seeking any other remedy that may be applicable. (2) Contractors may rely without liability on the representation made by their subcontractors in the certification and disclosure form. (f) Cost allowability. Nothing in this clause makes allowable or reasonable any costs which would otherwise be unallowable or unreasonable. Conversely, costs made specifically unallowable by the requirements in this clause will not be made allowable under Bny other provision. I.5 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (FAR 52.222-42) (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe.benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 u.s.c. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. EMPLOYEE CLASSIFICATION Technician Laborer Equipment Operator Truck Driver Lab Technician Security Guard Electrician Mechanic Typist/Clerk MONETARY WAGE--FRINGE $9.06 $8.42 $14.39 $12.39 $10.10 $9.06 $13.69 $13.69 $10.10 BENEFITS 68-S4-4003 Page 44 Section I Secretary $10.10 I. 6 PROMPT PAYMENT (FAR 52.232-25) (MAR 1994) Notwithstanding any other payment clause in this contract, the Government will make invoice payments and contract financing payments under the terms and conditions specified in this clause. Payment shall be considered as being made on the day a check is dated or an electronic funds transfer is made. Definitions of pertinent terms are set forth in 32.902. All days referred to in this clauie are calendar days, unless otherwise specified. (a) Invoice Payments. (1) For purposes of this clause, "invoice payment" means a Government disbursement of monies to a Contractor under a contract or other authorization for supplies or services accepted by the Government. This includes payments for partial deliveries that have been accepted by the Government and final cost or fee payments where amounts owed have been settled between the Government and the Contractor. (2) Except as indicated in subparagraph (a)(3) and paragraph (c) of this clause, the due date for making invoice payments by the designated payment office shall be the later of the following two events: (i) The 30th day after the designated billing office has ieceived a proper invoice from the Contractor. (ii) The 30th day after Government acceptance of supplies delivered or services performed by the Contractor. On a final invoice where the payment amount is subject to contract settlement actions, acceptance shall be deemed to have occurred on the effective date of the contract settlement. However, if the designated billing office fails to annotate the invoice with the actual date of receipt, the invoice payment due date shall be deemed to be the 30th day after the date the Contractor's invoice is dated, provided a proper invoice is received and there is no disagreement over quantity, quality, or Contractor compliance with contract requirements. ( 3) The due date on contracts for .meat and meat food products, contracts or fish; contracts for perishable agricultural commodities, contracts for dairy products, edible fats or oils, and food products prepared from edible fats or oils, and contracts not requiring the submission of an invoice shall be as follows: (i) The due date for meat and meat food products, as defined in section 2(a)(3) of the Packers and Stockyard Act of 1921 (7 u.s.c. 182(3)) and further defined in Pub. L. 98-181 to include any edible fresh or frozen poultry meat, any perishable poultry meat· food product, fresh eggs, and any perishable egg product, will be as I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 68-S4-4003 Page 45 Section I close as possible to, but not later than, the 7th day after product delivery. (ii) The due date for fresh or frozen fish, as defined in section 204(3) of the Fish and Seafood Promotion Act of 1986 (16 u.s.c. 4003(3)), will be as close as possible to, but not later than, the seventh day after product delivery. (iii) The due date for perishable agricultural commodities, as defined in section 1(4.) of the Perishable Agricultural Commodities Act of 1930 (7 U.S.C. 499a(44)), will be as close as possible to, but not later than, the 10th day after product delivery, unless another data i ■ ■pacified in the contract, (iv) The due date for dairy products, as defined in Section lll(e) of the Dairy Production Stabilization Act of 1983 (7 U.S.C 4502(e)), edible fats or oils, will be as close as possible to, but not later than, the 10th day after the date on which a proper invoice has been received. (v) If the contract does not require submission of an invoice for payment (e.g., periodic lease payments), the due date will be as specified in the contract. (4) An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. An invoice shall be prepared and submitted to the designated billing office specified in the contract. A proper invoice must include the items listed in subdivisions (a)(4)(i) through (a)(~)(viii) of the clause. If the invoice does not comply with these requirements, then the Contractor will be notified of the defect within 7 days after receipt of the invoice at the designated billing office (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, edible fats or oils, and food products prepared from edible fats or oils). Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor in the manner described in subparagraph (a)(6) of this clause. (i) Name and address of the Contractor. (ii) Invoice date. (iii) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (iv) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (v) Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. Page 46 68-S4-4003 Section I I I (vi) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a I proper notice of assignment). (vii) Name (where practicable), title, phone number and mailing address of person to be notified in event of a defective invoice. (viii) Any other information or documentation required by other requirements of the contract (such as evidence of shipment). (5) An interest penalty shall be paid automatically by the Government, without request from the Contractor, if payment is not made by the due date and the conditions listed in subdivisions (a)(5J(i) through (a)(5)(iii) of this clause are met, if applicable. (i) A proper invoice was received by the designated billing office. (ii) A receiving report or other Government documen~ation auth6rizing payment was. processed and there was no disagreement over quantity, quality, or contractor compliance with any contract term or condition. (iii) In the case of a final invoice for any balance of funds due the Contractor for supplies delivered or services performed, the amount was not subject to further contract settlement actions between the Government and the Contractor. (6) The'interest penalty shall be at the rate established by the Secretary of the Treasury under Section 12 of the Contract Disputes Act of 1978 (41 U.S.C. 611) that is in effect on the day after the due date, except where the interest penalty is prescribed by other governmental authority. This rate is referred to as the "Renegotiation Board Interest Rate," and it is published in the Federal Register semiannually on or about January 1 and July 1. The interest penalty shall accrue daily on the invoice payment amount approved by the Government and be compounded in 30-day increments inclusive from the first day after the due date through the payment · date. That is, interest accrued at the end of any 30-day period will be added to the approved invoice payment amount and be subject to interest penalties if not paid in the succeeding 30-day period. If the designated billing office failed to notify the contractor of a defective invoice within the periods prescribed in subparagraph (a){4) of this clause, then the due date on the corrected invoice will be adjusted by subtracting the number of days taken beyond the prescribed notification of defects period. Any interest penalty owed the Contractor will be based on this adjusted due date; Adjustments will be made by the designated payment office for errors in calculating interest penalties, if requested by the Contractor. (i) For the sole purpose of computing an interest penalty that might be due the Contractor, Government acceptance shall be deemed to h~ve occurred constructively on the 7th day (unless otherwise specified in this contractr after the Contractor delivered 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 Page 47 68-S4-4003 Section I the supplies or performed the services in accordance with the terms and conditions of the contract, unless there is a disagreement over quantity, quality, or contractor compliance with a contract provision. In the event that actual acceptance occurs within the constructive acceptance period, the determination of an interest penalty shall be based on the actual date of acceptance. The constructive acceptance requirement does not, however, compel Government officials to accept supplies or services, perform contract administration functions, or make payment prior to fulfilling their responsibilities. (ii) The following periods of time will not be included in the determination of an interest penalty: (A) The period taken to notify the contractor of defects in invoices submitted to the Government, but this may not exceed 7 days (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils, and food products prepared from edible fats or oils). (B) The period between the defects notice and resubmission of the corrected invoice by the Contractor. (iii) Interest penalties will not continue to accrue after the filing of a claim for such penalties under the clause at 52.233-1, Disputes, or for more than 1 year. Interest penalties of less than $1.00 need not be paid. (iv) Interest penalties are not required on payment delays due to disagreement between the Government and Contractor over the payment amount or other issues involving contract compliance or on amounts temporarily withheld or retained in accordance with the terms of the contract. Claims involving disputes, and any interest that may be payable, will be resolved in accordance with the clause at 52.233-1, Disputes. (7) An interest penalty shall also be paid automatically by the designated payment office, without request from the Contractor, if a discount for prompt payment is taken improperly. The interest penalty will be calculated as described in subparagraph (a)(6) of this clause on the amount of discount taken for the period beginning with the first day after the end of the discount period through the date when the Contractor is paid. (8) If this contract was awarded on or after October 1, 1989, a penalty amount, calculated in accordance with regulations issued by the Office of Management and Budget, shall be paid in addition to the interest penalty amount if the Contractor: (i) Is owed an interest penalty; (ii) Is not paid the interest penalty within 10 days after the date the invoice amount is paid; and (iii) Makes a written demand, not later than 40 days after Page 48 68-S4-4003 Section I the date the invoice amount is paid, that the agency pay such a penalty. (b) Contract Financing Payments. (1) For purposes of this clause, "contract financing payment" means a Government disbursement of monies to a Contractor under a contract clause or other authorization prior to acceptance of supplies or services by the Government. Contract financing payments include advance payments, progress payments based on cost under the clause at 52.232-16, Progress Payments, progress payments based on a percentage or stage of completion (32.102(e)(l)) other than those made under the clause at 52.232-5, Payments Under Fixed-Price · construction Contracts, or the clause at 52.232-10, Payments Under Fixed-Price Architect-Engineer Contracts, and interim payments on cost type contracts. (2) For contracts that provide for contract financing, requests for payment shall be submitted to the designated billing office as specified in this contract·or as directed by the Contracting Officer. Contract financing payments shall be made on the 30th day after receipt of a proper contract financing request by the designated billing office. In the event that an audit or other review of a specific financing request is required to ensure compliance with the terms and conditions of the contract, the designated payment office. is not compelled to make payment by the due date specified. (3) For advance payments, loans, or other arrangements that do not involve 'recurrent submissions of contract financing requests, payment shall be made in accordance with the corresponding contract terms or as directed by the Contracting Officer. (4) Contract financing payments shall not be assessed an interest penalty for payment delays. (c) If this contract contains the clause at 52.213-1, Fast Payment Procedure, payments will be made within 15 days after the date of receipt of the invoice. I.7 SUBCONTRACTS (FIXED-PRICE CONTRACTS) (FAR 52.244-1) (APR 1991) (a) This clause does not apply to firm-fixed-price contracts and fixed~price contracts with economic price adjustment. However, it does apply to subcontracts resulting from unpriced modifications to such contracts. (b) "Subcontract," as used in this clause, includes but is not limited to purchase orders, and changes and modifications to purchase orders. The Contractor shall notify the Contracting Officer reasonably in advance of entering into any subcontract if the Contractor does not have an approved purchasing system and if the subcontract-- 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 68-S4-4003 Page 49 Section I (1) Is proposed to exceed $100,000; or (2) Is one of a number of subcontracts with a single subcontractor, under this contract, for the same or related supplies or services, that in the aggregate are expected to exceed $100,000. (c) The advance notification required.by paragraph (b) above shall include-- (1) A description of the supplies or services to be subcontracted; (2) Identification of the type of subcontract to be used; (3) Identification of the proposed subcontractor and an explanation of why and how the proposed subcontractor was selected, including the competition obtained; (4) The proposed subcontract price and the Contractor's cost or price analysis; (5) The subcontractor's current, complete, and accurate cost or pricing data and Certificate of Current Cost or Pricing Data, if required by other contract provisions; (6) The subcontractor's Disclosure Statement or Certificate relating to Cost Accounting Standards when such data are required by other provi~ions of this contract; and (7) A negotiation memorandum reflecting-- (i) The principal elements of the subcontract price negotiations; (ii) The most si~nificant considerations controlling establishment of initial or revised prices; required; (iii) The reason cost or pricing data were or were not (iv) The extent, if any, to which the Contractor did not rely on the subcontractor's cost or pricing data in determining the price objective and in negotiating the final price; (v) The extent, if any, to which it was recognized in the negotiation that the subcontractor's cost or pricing data were not accurate, complete, or current; the action taken by the Contractor and subcontractor; and the effect of any such defective data on the total price negotiated; (vi) The reasons for any significant difference between the Contractor's price objective and the price negotiated; and (vii) A complete explanation of the incentive fee or Page 50 68-s4-4003 Section I profit plan when incentives are used. The explanation shall identify each critical performance element, management decisions used to quantify each incentive element, reasons for the incentives, and a summary of all trade-off possibilities considered. (d) The Contractor shall obtain the Contracting Officer's written consent before placing any subcontract for which advance notification is required under paragraph (b) above. However, the Contracting Officer may ratify in writing any such subcontract. Ratification shall constitute the consent of the Contracting Officer. · (e) Everi if the Contractor's purchasing system has been approved, the Contractor shall obtain the Contracting Officer's written consent before placing subcontracts that have been selected for special surveillance and so identified in the Schedule of this contract. (f) Unless the consent or approval specifically provides otherwise, neither consent by the contracting Officer to any subcontract nor app.roval of the Contractor's purchasing system shall constitute a determination (1) of the acceptability of any subcontract terms·or conditions, (2) of the acceptability of any subcontract price or of any amount paid under any subcontract, or (3) to relieve the Contractor of any responsibility for performing this contract. (g) No subcontract placed under this contract shall provide for payment on a. cost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement subcontracts shall not exceed the fee limitations in subsection 15.903(d) of the Federal Acquisition Regulation (FAR). I I I I I I I I I I I (h) The Government reserves the right to review the Contractor's I purchasing system as set forth in FAR Subpart 44.3. I.8 CLAUSES INCORPORATED BY REFERENCE I (FAR 52.252-2) (JUN 1988) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 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 Page 52 68-S4-4003 PART IV -REPRESENTATIONS AND INSTRUCTIONS SECTION K -REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS Section K The Representations, Certifications, and Other Statements of Offerers completed by the contractor as part of the response to the RFP/IFB W384010F4 are incorporated into this contract by reference. J.1 Page 51 68-S4-4003 PART III -LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS SECTION J -LIST OF ATTACHMENTS LIST OF ATTACHMENTS (EP52.252-100) (APR 1984) Section J Attachment A: Statement of Work, Revision 1, 16 pages dated May 6, 1994, with excavation, bagging, and backfill summary Exhibit A to Statement of work: ------------------------------- Exhibit Al: Final.Results--Analytical Data 2 pages Exhibit A2: Site Report 56 pages Exhibit A3: Sampling Data, EPA Sample #C0l 10 pages Exhibit A4: ?ampling Data, EPA Sample #01 11 pages Exhibit A5: Sampling Data, EPA Sample #01 11 pages Attachment B: Attachment B-1: Reporting Requirements 8 pages Revision 1, dated May 6, 1994 Attachment B-2: Submission Schedule for Reports 2 pages Revision 1, dated May 6, 1994 Attachment C: wage Determination 6 pages Attachment D: Small and Small Disadvantaged 3 pages Business Subcontracting. Plan I I I I I I I ·1 I I I I I I I I I I I I I I I I -I I I I I I I I I I I I I ~ i\U:1,r\-c:;. I r:;-., \,,, I h 1-+ S I I I I I I I I I I I I I I I I I I ATTACHMENT A FARMERS' COOPERATIVE EXCHANGE (FCX) STATEMENT OF WORK, REVISION 1 May 6, 1994 1.0 GENERAL INFORMATION 1.1 DEFINITIONS ( 1) EPA -United States Environmental Protection Agency, Reg{on IV. (2) Contractor -The party with which the EPA contracts for the services described in this solicitation. (3) Contract -The legally binding agreement between the EPA and the Contractor. (4) Site: FCX site located in Washington, North Carolina as described in Section 3.0 of this Statement of Work (SOW). (5) Thermal Desorption/Distillation is a treatment process that uses thermal energy to volatilize organic contaminates and water from soil and debris. The process must be conducted in an inert and/or non-oxidizing atmosphere. Heating for this process may be directly, radiantly or indirectly supplied to the contaminated mec{ia to be treated. However, under no circumstances shall any fuel be combusted in the presence of the contaminated media. Use of either high or low temperature systems to accomplish these objectives is acceptable. The Thermal Desorption/Distillation system must have a recovery or nondestructive air pollution control system; an afterburner, fume incinerator, or thermal oxidation system will be unacceptable. (6) Inert and/or non-oxidative atmosphere -For the purpose of this contract "inert and/or non-oxidizing" atmosphere shall mean an atmosphere inside the treatment system with an oxygen concentration of less than 5.0% by volume. (7) Radiantly heated shall mean the use of any non-conductive, non-convective heating source. ( 8) Directly heated shall mean the use of hot gases to convectively heat the contaminated media. However, this must be distinguished from directly fired technologies. Any technology which allows for the presence of a flame and/or combustion in the presence of the contaminated media shall be considered to be directly fired. Directly fired treatment technologies will not be considered for use for this project. • 2 (9) Independent Laboratory - A laboratory that is not owned, operated, organizationally or otherwise financially connected to the contractor. (10) A Low Gas Flow System shall·mean any thermal desorption technology that uses minimal amounts of carrier gases such that the total flow of non-condensable gases exiting the desorption chamber is less than 500 DSCFM. This will be tested by a measure of the gas flow rate exiting the system condenser at 0 celsius. 1.2 INTRODUCTION I I I I I I EPA Region IV is currently undertaking Removal Actions to abate an I immediate threat to human health and the environment at the FCX-Washington Site, located in Washington, North Carolina. The Site is listed on the Agency's National Priorities List (NPL), ·and is I currently undergoing a Remedial Investigation/Feasibility Study (RI/FS). As part of the on-going removal activities, EPA Region IV plans to initiate the on-site treatment of approximately 14,700 cubic yards of waste pesticides, and pesticide contaminated soil I and debris. EPA is requiring the contractor to use on-site thermal desorption or thermal distillation technology to treat the contaminated material (soil, waste pesticides) to the standards specified in Section 3.2~ Waste Profile and Clean-up Objectives. For purposes of this statement of work, thermal desorption is not: incineration (a.k.a.-thermal oxidation), directly .fired desorption, and/or technologies with direct high volume air-stack discharge, (either the system must be a low gas flow system or 90% of all carrier gases must be recycled to the system). Alternative technologies, including but not limited to offsite Transportation and Disposal, will not be considered for award. Site conditions are the result of an abandoned pesticide formulator. The operations covered approximately five (5) acres of· land located in a lightly populated residential area. Approximately 14,700 cubic yards of material have been excavated and are stockpiled on-site . 1.3 CONTRACTOR SERVICES TO BE PROVIDED The Contractor shall provide the following remediation services at the site: · ( 1) Mobilize and operate the thermal desorption/thermal distillation unit at the site. (2) Sample, composite, and analyze the waste to develop a treatment profile. The contractor shall be responsible for all sampling and laboratory analyses to confirm that the clean-up 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 3 objectives have been met. All sampling and analysis shall be done in accordance with OSWER Directive 9360.4-01, Guidance for Removal Activities, Sampling QA/QC Plan and Data Validation Procedures (April 1990), EPA/540/G-90/004, and The Environmental Compliance Branch Standard Operating Procedures and Quality Assurance Manual, February 1, 1991, US EPA Region IV, Environmental Services Division. Both documents can be made available upon request of the Project Officer. An independent laboratory shall be used to analyze all samples. All · contractor sampling and subsequent analysis under this contract shall be subject to EPA review. .EPA reserves the right, at any time, to take split samples or provide blank or spike samples for contractor analysis at no additional cost to the Government. The Contractor. should be prepared to receive and analyze up to two each blank · and/or spiked samples received from the Government at any time during the contract period of performance. The EPA also reserves the right, at any time, to audit the contractor's selected laboratory at no additional post to the Government. If any of the above actions indicate that the contractor and/or its selected laboratory are not following: a) the contractor's approved Sampling and Analysis Plan (reference Attachment B-1, Section 1.3); b) c) EPA method 8080; Sampling and Analysis protocol stated above in this section; The contractor shall take immediate steps to rectify any discrepancies identified by the EPA or the contractor at no additional cost to the Government. In rectifying _such discrepancies, the contractor may be required to analyze additional samples at no additional cost to the Government. (3) Contractor shall compile and analyze all necessary data to meet Government reporting requirements. Contractor shall provide reports as described in Attachment B. ( 4) Contractor shall size the material based on their selected treatment system. Contractor shall perform all services necessary for the operation of the treatment system including, but not limited to: estimation and treatment of all contaminated materials, site preparation; identification and connection of all necessary utilities; submission of required plans and reports; mobilization and demobilization of the unit and site personnel; removal and handling of stockpiled contaminated soil; unit design; all materials handling required for the proper operation of the treatment system; feeding and screening of the contaminated soil; handling, 4 segregating, and tracking processed soil pending analysis; and, retreating material as necessary to meet standards as defined in Section 3.2. After contractor sampling demonstrates that soil meets the cleanup standards in Section 3.2, the contractor shall deposit the processed soil on the site in an area designated by EPA. The contractor shall perform site restoration as required by 1.3(15). (5) Perform a demonstration of the actual treatment system that will be used to process all contaminated materials at the site, in accordance with a plan approved by the EPA. The Contractor must start the demonstration no later than 45 calendar days after EPA's approval of the demonstration plan. The Contractor shall use the same treatment system which successfully completes the demonstration for the actual treatment of the remaining soil. De-mob or substitution of the successful demonstration system is prohibited. In the demonstration, the Contractor shall process waste that is representative of the contaminant mass on-site, and achieve soil clean-up objectives as defined in Section 3. 2. The Contractor's selection of waste that is "representative of the contaminant mass" shall be presented to and approved by the Government in the demonstration plan prior to.the commencement of the demonstration. The demonstration should handle at least 100 cubic yards of the waste material, but shall not exceed 1500 cubic yards. It shall prove the treatment system can achieve all of the appropriate treatment criteria and/or standards for any by-product streams. The demonstration shall prove that any air pollution control devices function properly, and can be monitored appropriately; Once contaminated media has been introduced for treatment during the demonstration, the demonstration must be completed within 28 calendar days. The contractor shall monitor and test for a minimum of the following parameters during the on-site demonstration: Stack Sampling-HCL; Particulates; VOCs; Semi-VOCs: Total pesticides (EPA method 8080); Dioxins; Furans; Moisture; and Gas volume. Continuous Emission Monitoring-Total Hydrocarbons; and Oxygen. Soil Sampling-Total pesticides, Dioxins; Furans; Semi-VOCs; Total RCRA metals; TCLP metals. The establishment of proper operating conditions through the site demonstration, and the establishment of proper control monitoring is essential for all aspects of the treatment unit. For example, if a gas-phase carbon adsorption system is to be I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 5 used in the air pollution control system, ·the Agency will require the contractor to suggest proper operating parameters and limits (such as gas temperature and moisture content in the carbon) for the system. To allow the contractor flexibility in designing and operating the treatment system these parameters will not be dictated by the Agency in this Statement of Work. However, the contractor must demonstrate at all times that all aspects of the system can be properly monitored, and that proper operating conditions can be maintained in the treatment system. Any variation, deviation, or excursion outside of proper operating conditions (as established in the demonstration) shall result in the use of the automatic waste feed shutoff (AWFSO). After successful completion of the demonstration, the range of operating_ limitations and AWFSO, operating limits for the treatment unit and air pollution control system (i.e. oxygen levels, minimum temperatures, residence times, mass feed rates, gas flow rate in treatment unit, gas flow rate in air pollution control system, etc.) will be recommended in writing by the Contractor as described in Attachment B-1, Section 1.2 .2. ( 6) After successful completion of the demonstration, and after the EPA Project Officer (PO) receives and approves confirmatory laboratory analyses that show the contractor has met the soil clean-up standards defined in Section 3.2, the PO will issue a written Notice To Proceed. This notice will: a. b. authorize the contractor to begin full-scale treatment of the on-site waste; set the operating parameters that will be used by the· contractor at all times during the full-scale treatment. (7) During the full-scale treatment of the contaminated media the contractor shall continuously monitor, at a minimum, the following: Continuous Emission Monitoring-Total Hydrocarbons and Oxygen. (8) During the full-scale treatment of the contaminated media the contractor shall provide weekly summaries on the progress of the remediation, and the previous sampling and analysis (See Attachment B-1, Section 1.5). ( 9) The Contractor shall minimize the discharge to the atmosphere of any gas and/or vapor stream that has been in contact with the contaminated media. At least 90% of all carrier gases must be recycled to the treatment system and collected after treatment is completed, unless a Low Gas Flow 6 System is used. A low gas flow system must continuously have a non-condensable gas flow rate of less than 500 DSCFM. All volatilized water and contaminants shall be either: treated further in the vapor phase and condensed; condensed and then treated; or simply condensed directly for shipment to an off-site treatment facility. Water may be separated and discharged from the treatment system, but only if it has been properly treated in accordance with section 2.1.3, CWA compliance. It is suggested by EPA, but not required, that any collected water be mixed with the treated soil· so ,as to provide dust suppression. If this is the route chosen by the contractor the water must be added to the treated soil prior to confirmational soil sampling to ensure that the addition of the water does not re-contaminate the treated soil. If it is necessary to bleed off gas from the carrier gas stream the following conditions must be met: a. The gas must be condensed to a temperature less than 0 degrees Celsius, with any liquid condensate being either returned to the treatment system or collected separately. b. The gas flow rate of the vented gas cannot exceed 10.0% of the flow rate of _the carrier gas stream at any given time. If the carrier gas is to be vented at times when the treatment system is not operating, then the mass of gas discharged shall not exceed 10.0% of the mass of gas in the carrier system. As an alternative to this limit for low gas flow systems, the total discharge of nc:m-condensible gases exiting the desorption chamber must continuously be less than 500 DSCFM. c. All carrier gas vented from the system must meet the criteria specified in section 2.1.4, CM compliance. ( 10) Using thermal desorption or thermal distillation as defined in 1.1(5), the Contractor shall successfully remove from the soil and debris all contaminants to meet the clean-up objectives in section 3. 2. Once soil has been processed through the treatment system it shall be stockpiled in an area on site near the treatment unit as designated by the Government's PO. The contractor shall collect and segregate the tr.eated soil in either 500 ton or daily lots (whichever the contractor finds·more convenient) for sampling to insure compliance with the treatment standards found in Section 3.2. If the soil fails to meet the required treatment standards, it shall be processed until it meets said standards at no additional cost to the EPA. ( 11) The Contractor ahall dispose of all process residuals I I I I I I I I I I •• I I I I I I I I I I I I I I I I I I I I I I I I I I I 7 (e.g., decontaminated water, contaminated work-clothes, the soil bags, etc.) and all non-treated material in a manner consistent with RCRA regulations (as applicable). Offsite shipments of hazardous substances_ must comply with 42 U.S.C. Section 962l(d)(3) and the following rule: Amendment to the National Oil and Hazardous Substances Pollution Contingency Plan: Procedures for planning· and Implementing Off-Site Response Action: Final Rule 59 FR 49200 September 22, 1993, codified at 40 CFR Section 300.440. If practical, various debris, such as the soil bags or pesticide containers may be processed through the treatment system and disposed of as non-hazardous material. This is assuming that sampling indicates that the material has been treated and meets the standards specified in Section 3.2.2. (12) The Contractor shall establish and maintain continuous site safety and security while engaged in treatment operations in accordance with the OSHA standards found at 29 CFR 1910.120. (13) It is the contractor's sole·and exclusive responsibility to provide utilities to the site and to properly dispose of all effluent streams from the site. The contractor shall obtain approval to access power sources, bury lines, and repair any ancillary damage to site property. These approvals and repairs will be the sole responsibility of the Contractor. Contractor· shall be solely responsible for securing all requisite local construction and operating permits, if necessary, approvals, licenses, and consents pertaining to the movement, set-up, operation, and removal of the treatment system and ancillary equipment. (14) The contractor shall comply with all applicable federal, state, and local laws and regulations with respect to all aspects of the treatment operations. Also, the contractor shall meet the technical standards contained in Federal and State Environmental and Safety regulations. (15) The contractor shall perform closure of the treatment processing site (including the removal of all utility connections, foundations, and site modifications which are/were attributable to the contractor) in accordance with the work plans approved by the-EPA. After site work is complete, the contractor shall restore the site to its original condition prior to mobilization. All site activity shall be completed no later than 480 days calendar after date of contract award. Site work shall not be considered complete until the site has been restored to its pre-mobilization condition. ( 16) The Contractor shall prepare a final report on the treatment of the contaminated soil. 8 (17) The contractor will be responsible for treatment of all soiled areas affected by its e.g., spills, mishandling, negligence. removal and operations, (i} The contractor's verification of non-contamination in all handling areas will be demonstrated by composite sampling ( for soil} or wipe samples (for concrete} of 300 square foot areas or grids. Copies of sample results will be given to the EPA PO. The contractor will be responsible for analyzing samples for Total Pesticides ( EPA Method 8080} in accordance with paragraph ii below. (ii} Handling areas will be returned to contaminate levels less than or equal to removal action level of Total Pesticides (EPA Method 8080) or their current condition, whichever is greater. (18) During start up and shutdown of the thermal treatment unit, hazardous waste must not be fed into the unit unless the Treatment System operating monitors are fully functional and the unit is operating within the conditions as set forth in Attachment A, Section 1.3(20). (19) Fugitive emissions from the unit must be controlled by: (i} keeping the operational zone(s) sealed; or (ii) Maintaining a negative pressure lower than atmospheric pressure. Monitoring the negative pressur.e is required as part of the AWFSO. (20) The Contractor's thermal treatment unit shall operate at all times with a system that automatically shuts off the waste feeder when operating conditions exceed the limits set by the PO. The PO will derive these limits from data submitted within the work plan. The contractor shall include recommendations for the operating conditio.n which will activate the AWFSO in the work plan. The Contractor shall be responsible· for all services . outlined above. The "soil" to be treated consists of all stockpiled soil and material contained in the one cubic yard bags in the warehouse area. 1.4 EPA'S RESPONSIBILITIES (1) EPA will be responsible for obtaining access to the site within 15 calendar days after contract award. ( 2) EPA has bagged and stockpiled the contaminated soil, but I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I 2.0 9 sizing has not been conducted by EPA. As stated in paragraph 1.3 above, the contractor is solely responsible for estimating and treating all contaminated soil. Additional soil size reduction or other pre-processing shall be the sole responsibility of the Contractor and shall be performed within the scope of this contract at no additional cost to EPA. (3) EPA will make the final determination regarding operating conditions for the treatment system, considering recommendations from the contractor. These conditions will be based on the demonstration discussed in Section 1.3, paragraph 5. (4.) EPA will be responsible for the final disposition of all treated soil that meets the applicable treatment standards as defined in section 3.2. (5) EPA will respond to the contractor's proposed operating parameters (see Section 1.3 (6) above) within seven days upon reciept. APPLICABLE LAWS AND REGULATIONS 2.1 FEDERAL Although no permits are required for any on-site operations, the Contractor 'shall be required to meet all of the technical performance requirements of all applicable Federal regulations, including, but not limited to the following regulations: 2.1.1 Resource Conservation and Recovery Act (RCRA) Reference 40 CFR 264 Standards for owners and Operators of Hazardous Waste Treatment, Storage, and Disposal Facilities: 40 40 40 40 Subpart A -General Subpart B -General Facility Standards · Subpart C -Preparedness and Prevention Subpart D -Contingency Plan and Emergency Procedures Subpart E -Manifest System, Record keeping, and Reporting Subpart F -Closure Subpart H -Use and Management of Containers Subpart I -Tank Systems CFR 264.50-56 CFR 264.110-120 CFR 268 CFR 270.16 Contingency Plan Closure Plan Land Disposal Restrictions Information Re'quirements for Tank Systems 10 2.1.2 Occupational Safety and Health Administration (OSHA) All work conducted on site shall be in accordance with 29 CFR section 1910, part 120. Prior to initial entry on-site, all treatment personnel, subcontractors, and ancillary personnel shall provide the Government project officer a certificate for a minimum of 40 hours of Hazardous Waste Safety and Health Training. In addition, all treatment personnel, subcontractors, and ancillary personnel must complete at least eight hours of refresher education each year for Hazardous Waste Safety and Heal th Training. The contractor shall maintain records for the Health and Safety training for each individual on-site. These records will show full compliance with these training requirements and will be available for review by the EPA at any time. 2.1.3 Clean Water Act (CWA) If any process water results from the treatment of the contaminated soil, any treatment and/or discharge of said water shall be done in compliance with ~11 provisions of the CWA. Discharge limits for the water treatment system will be consistent with the Federal Ambient Water Quality Standards. 2.1.4 Clean Air Act (CAA) Any carrier gas vented from the treatment system will not require a CAA permit. However, the following standards developed with the help of the EPA Region IV Air Compliance Section will have to be met prior to the release of the vented gas: Compound Aldrin chlordane DDT Dieldrin Heptachlor Lindane Methoxychlor Maximum Concentration mg/dscm 0.25 0.5 1.0 0.25 0.5 0.5 30.0 In addition to the above maximum concentration limits, any air pollution control system must meet ( as defined by the CAA) the Maximum Achievable Control Technology ( MACT) standards. This portion of the contractor's Work Plan will be reviewed by the EPA Region IV Air Compliance Section. The contractor shall develop and implement a testing plan which will insure compliance with these standards. I I I I I I I I I I I I I I I I I 11 I I I I I I I I I I I I I I I I I I I I 11 2.2 STATE The contractor shall be required to meet all of the performance requirements of all applicable State regulations that are more stringent, but consistent with the Federal Regulations referenced in Section 2.1. 2.3 Public Meetings The contractor must attend one EPA scheduled public meeting to be held in Washington, North Carolina prior to mobilization, and be prepared to pass out literature describing the treatment technology. The contractor must also be available to aid the EPA in answering questions about the technology. All contractor personnel shall prominently qisplay a badge identifying themselves as contractor personnel. All li ter·ature shall be reviewed and approved by EPA prior to the meeting. This literature shall indicate input by the contractor. 3.0 SITE-SPECIF~C INFORMATION 3.1 DESCRIPTION OF THE SITE The Site is located on Grimes Road, Washington, Beaufort County, North Carolina just immediately inside the city limits of ·washington. The area is lightly populated, with roughly 600 residents living within a one-mile radius of the Site. Washington is located on the North Carolina coastal plain and lies along side the Pamlico River. The Site is presently owned by Fred Webb Grain Company, and is operated as a trucking distribution and storage facility. The Tar River, a tributary of the Pamlico, borders one side of the Site. The wetlands of the Tar River are within the influence of the FCX site. The FCX facility operated from 1945 until the early 1980's as a pesticide storage and blending facility for distribution to local farmers. The pesticides most prevalent at the Site consisted of the chlorinated organic pesticides chlordane, methoxychlor, DDT, and DOE and various other chlorinated and non-chlorinated organic chemicals used to mix and blend pesticides. The Site was permanently closed and the buildings and warehouses were cleaned out. The majority of the property was sold to Fred Webb Grain for use as a grain storage facility. During operations as FCX, the facility routinely buried expired and waste pesticides in on-site disposal trenches. Prior to the closing of the facility, residual waste, including pesticides and contaminated debris were also buried in a trench on-site. The trenches were located between the warehouse (currently leased by Fred Webb Grain to a trucking company) and the Tar River. The site is generally open and readily accessible to the public. 12 The trenches were located approximately 100 feet east of the grain warehouse. The trenches and storage area are bordered on the three other sides by farmland which is not owned or controlled by Fred Webb Grain. Immediately behind the narrow section of farmland is a woodland swamp and the Tar River. FCX-Washington has been ranked as an NPL Site based upon the potential for possible groundwater and surface water migration. The NPL score is 40.39 which resulted in the ranking of the site as number 449 on the list. See 40 Code of Federal Regulations Part 300, Appendix B, Group 9. 3.2 Waste Profile & Clean-up Objectives 3.2.1 Waste Profile In 1986, the North Carolina Department of Human Resources (NCDHR) sampled the Site. The Site trip report provided with the NPL ranking package indicated the sampling consisted of only surface sampling, from O _to 2 inche.s in depth. The data provided indicated the presence of: Pesticide Range (PPM) Sample Type Location Aldrin 27.0 -1585.0 Soil Above Trench Chlordane 1.0 -so.a Soil Above Trench DDT, DDE 1.0 -37.7 Soil Above Trench Mercury o.o -28.0 Soil Above Trench Removal data indicated that the chlorinated pesticides are the most prevalent and widespread in the trenches, although solvents have been detected in a few samples. Additional soil samples have not demonstrated the presence of mercury which was present in one of the State surface samples. In addition to the above compounds other materials detected on-site within the trenches include: Pesticide Trench Cone. Range Matrix mg/kg Chlordane Soil/debris 1.0 -6629.0 DDD Soil/debris 1.0 -500.0 DDT Soil/debris 1.0 -19435.0 DDE Soil/debris 1.0 -47.0 Dieldrin Soil/debris 1.0 -47.0 Pesticide Trench Cone. Range Matrix mg/kg Heptachlor Soil/debris 1.0 -79.0 Heptachlor Epoxide Soil/debris 1.0 -79.0 Methoxychlor Soil/debris 1.0 <130.0 Total BHC's Soil/debris 1.0 -189.0 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 13 Other organic chemicals detected in the samples include; benzene, chlorobenzene, toluene, xylene and phenol. The chemicals were apparently used as mixing, blending or solvents in pesticide formulations. Organic analysis indicates there are nineteen (19) total compounds in the scan. The families of compounds consists of chlorinated, phosphorylated, carbamated sulfur based and various unknown or unidentified compounds at concentrations ranging from 1. 0. ppm to 19. 0 ppm. Al though the above contractions may not appear to be extremely high, the samples were obtained from a small specific · portion of the trench. Since the trenches were not homogeneous, the analysis should be used to indicate the types of materials present and not necessarily the highest levels which may be encountered. A more complete set of sampling data generated during the soil excavation can be found in Exhibit A to this Statement of Work. Some of the pesticides or compounds listed above are also·listed hazardous waste under 40 CFR 261, Subpart D, and all are listed hazardous substa~ces under CERCLA Section 101(14). 3.2.2 Clean-up Objectives The contractor shall ensure that the treated .soil has a total pesticide concentration (per EPA method 8080-organo chloride pesticides and PCBs) of equal to or less than 1. 0 mg/kg. The contractor shall confirm this in the following manner: from either the daily or 500 ton lots (see section 1.3(10)), three independent grab composite samples shall be taken over the entirety of the lot. Each of these three samples must be below 1.0 mg/kg total pesticides (see above) for the lot to be considered successfully treated. I L-1 MEMORANDUM Subject: FCX Excavation, Bagging and Backfill Summary Excavation Summary Stockpile Volume (Thru Jan. 92)* Excavation Volume (9/12/92-9/16/92) Excavation Volume (ll/17/92-11/23/92) Excavation Volume (ll/30/92-12/9/92**) TOTAL Bagging Summary Bagging Volume (1,744 each@ 1.75 yd3/bag) Estimated Volume * Barrow Survey ** Completed Excavation Backfill Summary Backfill Volume (12/9/92-12/10/92) Estimated Volume 1,350 yd' 3,075 yd' 4,570 yd' 5,700 yd' 14,700 yd' (3,110 yd') 11,600 yd3 3,250 yd' 3,250 yd3 I I I I I I I I I I I I I I <Ew r----- ' ~, 't Q-iD•-----~ ·' / ,,.. bl,. r.,. :, ~ ~ \,\ol ~ l;..C r""',\-\ .... ~ ... ""\;) ~ '. J,-/."'""' ':) .,. J J -i;:,,. -~~ '" (9 '>·1-1.• I I I I I I ,_;;,-._,:I ~· .. "t ,, ,., ... ,~ cl I ,----_Jf' I f I r . . .., I I I ... ,·· . • ~,\zr.E:::;,:L ::£10~. >;d,;;;d!f lib~~~i;_;; 2 ,;;;S --~'~:,,·.,,,.,,,. _s! :'.! ... . ._ I .... "' . . ' A= 51.3417 B = 12.7673 C = 28.6258 D = 37.5839 E = 17.8357 F = 27.2204 G = 32.8780 H = 18.8184 I = 10.6860 J = 14.7513 K = 73.4907 L = 60.1397 M = 7.3627 N = 13.9268 0 = 14.8231 p = 13.4252 Q = 89.4784 R = 190.6303 s = 610.9052 T = 22.0793 TOTAL YARDS 1346.7699 i \o 36,400 FT' I I I I I I I I I I I I I I, I I I I I I I I ,,,,;: it~: ,)lil! ···•::>: I I I ii!l!'f&'. ,~~WI I I ~ . I 1::;::!1::1 I I I I I I -, TECIINIC.-\L ,\SSIST/\NCE TEAM FUR EMERGENCY RESl'ONSE RE~IO\/AL ;\;-s;D l'REVE:\TION EP,\ CONTR,\CT 68-WC-0036 MEMORANDUM TO: FROM: THRU: File r--.&~ Donnissa L. Duvic ~•- ATATL, Region IV wi'11iam R. Doyle...tl. TATL, Region IV~ SUBJECT: FCX Washington Analytical Data TDD# 04-9110-L003-0429 DATE: 15 January 1992 Final analytical results were received 13 January. The data has been reviewed and changes made to the preliminary data summary are highlighted in underlined text. Compounds which were tentatively identified in the preliminary data, but were not confirmed in the final data have been omitted. · These are designated with an "O". The revised data summary is found on the following pa.ge.., cc: Chuck McPherson Jon Maybriar !Zoy" F. Weston, Inc. MAJOR l'ROGRAMS DIVISION In Association \Vilh foster Wheeler En vi response, Inc., Resource Applic.iliuns, Inc., C.C. Johnson & i\blhotra, l'.C ----,,,.. --'··- 4;4'.-DDD · 4,4'-DDT Chlordane> -. Aldrin 4,4'-DDD 4,4'-DDT Chl_ordane . Aldrin En_drin • 4,4'-DDT Chlcirdane··· Aldrin Endrin_ Lindane All unil FINAL RESULTS FCX WASHINGTON ANALYTICAL DAT A . 8-26 C-23 C-21t• • C-22 C-27 8-18 C-17 A-04 8-14 8-02 2500 25 800 46,000 16 1900 -·•··.·•· 1·-·· •. -·· .•.. >> \63_oo> ?.t800/ : •3soo•?Lii3 -~ · · ·t>36oo.yy_ •.. .• . .•. _._ ............... -IT 8-12 A-01 Samples Analyzed No Compounds Detected 8-25 8-31 C-26 8-19 8-30 8-20 C-24 8-08 C-20 8-07 8-10 8-06 C-19 8-11 8-13 . 'kg unless otherwise noted. 0-03· 2336 8-24 ./1.4;000.;.,,: 20,000 •·••<•_33_0_0_ x·•· 8-28 I '. 8-22 8-27 86,000 19,000 8-23 8-03 8-01 A-03 t tk25;ooo < 11000 · 13goo< Underline type indicat()s a change in the data from the preliminary results. "0" indicates the data was.not confirmed from the preliminary data and was omitted in the final data package. 8-09 ------------------- TAllLE OF CONTENTS (REMOVED) ......................................... Table Of Contents List Of Figures .................................. ..................................... i iii iv V List Of Tables ....................................... I. Introduction .................................... 1 II. Site Description . . • . . . . . . . . . . . . . . . . . . • • . . . . . . . • • . 3 Geology/Hydrogeology ............................ 7 III. site History ...................................... 41 a· Removal Ac_ti vi ty • • • • • • . • • . . . • . • • • • • • • • • • • • • • • • • • 10 Remedial Investigation . . . . . . . • . . . . • . • • • . . . • • . . . . 11 IV. summary Of Operations ..••.•.•••••••••••••..••••• 13 v. VI. sampling Methodology . . . . . . . . . • • . . . . . • • • • . . . . • • • • 14 source Area One • • • • . . • • . • . . . • • • • • . • • • • • • • • • • • • • • 15 source Area Two • • • • • • • • • • • . • • • • • • • • • • • • • • • • • • • • • 16 source -Area Three • • • • • . . • • . . • . • • . . . • . • • • . • • . • • . • 23 Source Area Four ... · •................. · ......••.. ·. 2 8 Source Area Five ..••................... "~ .............. ~3- Soil Baggirf, and Stockpiling .••.•..•••.••..••..• 45 Monitoring Well Closure •.....•.••.•.••.•.•.•.••. 51 Site Restoration ..••...........•.........•....•. 51 Conclusion . . . . . . . • . . . . . . . . . . . . . . . . . . . . . . . . . . • . . . 53 57 (removed) . VII. References • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 5 9 iii. 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 FIGURE 1 FIGURE 2 FIGURE 3 FIGURE 4 FIGURE 5 FIGURE 6 FIGURE 7 FIGURE 8 FIGURE 9 FIGURE 10 LIST OF FIGURES Regional Location Map ..................... Area Location Map ......................... Site Sketch Source Area 2 source Area 3 source Area 4 ................................ ............................. ............................. ............................. Source Area 5 (Pre-excavation) Source Area 5 (Post-excavation) ............ ........... Wipe Sample Locations Air .Sampling Locations J iv ....................• .................... 4 5 6 22 27 32 43 44 48 50 TABLE I TABLE II TABLE III TABLE IV TABLE V TABLE VI TABLE VII TABLE VIII TABLE IX TABLE X TABLE XI TABLE XII TABLE XIII TABLE XIV TABLE XV TABLE XVI LIST OP TABLES Remedial Cleanup Levels .............. -...... . Source Area Two Characterization Results .... Source Area Two confirmation Results Source Area Two Verification Results ........ ........ Source Area Three Characterization Results Source Area Three Confirmation Results Source Area Three Verification Results Source Area Four Characterization Results ___, Source Area Four Confirmation Results .. ~ ....• Source Area Four Verification Results Source Area Five Characterization Results .... Source Area Five Confirmation Results Source Area Five Verification Results Wipe Sample Results Air sample Results ......................... .......................... Borrow Pit sample Results ................... ) V 2 18 19 21 24 25 26 29 JO 31 34 41 42 47 49 52 I I ; "•·•'•/• I I I I I I I. l I I I I I I I . ' . '· ...... ~ I! I I I i I·•;•·· •> I I I I I I I I I I 1-- I I I I I ."--./. I I. INTRODUCTION This removal action was initiated by the U.S. Environmental Protection Agency (EPA) Region IV Emergency Response and Removal Branch (ERRB) in an effort to effect the criteria necessary to remove the Farmers Cooperative Exchange, Incorporated (FCX) site located in Washington, Beaufort County, North Carolina from the National Priori ties List (NPL). Specifically, pesticide contaminated soil and debris above the remedial action levels were removed and staged for treatment. To ensure that c-l-e"cfntip goals . ~ . would adequately protect human health and the environment, the EPA Region IV North superfund Remedial Branch (NSRB) established two sets of criteria as the basis for the action levels. First, an overall target of 1. o part per million (ppm) total .. chlorinated pesticides'was set as the maximum cumulative surface concentration to protect against a direct contact route of exposure (ingestion or inhalation} and was applied at the surface to.twelve inches. This standard was later expanded into individual goals for several constituents based on the severity of the health threat posed by each one. A sejnd standard was set for depths greater than twelve inches based on maximum contaminant levels for groundwater (MCL) by applying the summers Model to site specific criteria obtained from a previous remedial investigation (RI). These cleanup goals are listed in Table I. The levels were deemed -adequate to protect against any direct exposure pathway and to preclude the contamination of nearby residential wells and area groundwater.1 1 1. 2. 3. 4. 5. 6. 7, Table I -Remedial Cleanup Goals (ug/kg} Health Based Groondwater Based Method Constituent Cleanup Goal Cleanup Goal Detection !Surface Soils}' !Subsurface Soils}' Limit' ALDRIN 100 67 ALPHA-BHC -3.6 45 BETA-BHC -12.1 45 DELTA-BHC -.7.6 45 GAMMA-BHC 1300 26.9 a-CHLORDANE · 13004 5216 y-CHLORDANE --5216 DDT 5000• 23322 --! . . DOD -10180 DOE -14102 D!ELDR!N 100 31.3 45 ENDR!N 23000' 1411 ENDR!N KETONE -24.7 45 ENDR!N ALDEHYDE -- ENDOSULFAN I -- ENDOSULFAN II -- ENDOSULFAN -1616 SULFATE· HEPTACHLOR 400' 4044 .. ----HEPTACHLOR -18439 EPOX!DE } TOXAPHENE 1500 11.9 1000 Health baatd clear...., goal to protect 1;1inst direct contact 1xpo1ur1 (Ingestion or IM1l1tton), 11 determined by EPA, scrtenin; v1lue1 for rHldentlal 1rea1. Levela apply to those 1oil1 within 12• of 1urfac1. Grouidwater based cle~ goal to protect against release to gr<U'dwater. es determined fre11 application of SU1111tr1 Model, usin; 1ltt specific criteria fr0111 RI field Investigation (March 1992). Levels apply to 10H1 frm 12• depth to the water table. Method detection limits, as determined fr011 ERT/REAC field lab results (Nove,m,er 1992), Health based cle""'-1) goal Is the ,.,. of •·chlordane and 1·chlordane. Health based cleal'l4) goal Is the SUI of DOT, 000 and DD£. Health based cleol'l4) goal Is the s111 of endrln, endrln ketone and endrln aldehyde. Health based clear...., goal is the I\.ID of heptachlor, and heptachlor epoxide. 2 I I I I I I I I 1· I I I I I I I '"'<:' 1 I I I I. I I I I I I I I i I I I I I I I I I '-..__/ I II. SITE DESCRIPTION The FCX site is located on Grimes Road, on the western edge of the town of Washington, in Beaufort County, North Carolina (Figures 1 and 2 -Site Location Maps). The site lies within the North Carolina Coastal Plain. Surface water from the site drains toward the Kennedy Creek, which lies approximately 800 feet southwest. Kennedy Creek is a tributary of the Tar River which flows 'to the Pamlico River, splitting Beaufort county nearly in half trave~iing 33 miles to Pamlico Sound.2 Wetlands and marsh lie wit~ 300 feet of the areas of contamination. The site covers approximately twelve acres and includes five potentially affected or "source" areas, as defined by the RI (Figure 3 '-Site Sketch). currently, there are both residential units and commercial businesses located on the site. Approximately 11,000 residents, many on private water wells, reside within three miles of the site.3 One single family dwelling is located adjacent to the site, but is connected to the municipal water system. ·--·~ - ) The site is bound on the northeast by Grimes Road. Agricultural land. surrounds the west side and Mt. Pleasant canal, a drainage ditch leading to Kennedy Creek, lies to the southeast. 3 I ,,--,--------------------------------- I YISSISSIPPI • Greensboro Chorlotte • Figure 1 E.P .A. Region IV Regional Location Map KENTUCKY TENNESSEE ALASAAIA Raleigh • Wilmington· TDD #04-9210-0038-4425 FCX Washington Pesticide Site Site locctiori NORTH CAROLINA SOUl'H CAROLINA . -GEORGIA FLORIOA Washington, Beaufort County, North Carolina 4 ."'I I I I I I I. I : ' I I I I I I I · .. c.{j1 I •' --~ I (> .· ,:.: I I I I I I I I I I I I I I I I I ' ,- z ,_ ::> 0 u SITE Figure 2 E.P.A. Region IV Site Location Map TDD #04-9210-0038-4425 FCX Washington Pesticide Site Washington, Beaufort County, North Carolina 5 _,,.. _,,.,.,.-_,,,... _ _,,.. _,,.. ., ,. " s w • f r FARI.IWlO .. .. -.. . - Figure 3 -•--... \ .. -.. -\ -.. -.-' ' . -~\ ... - E.P.A. Region IV Site Sketch lDl LEGEND .. --... ,......,,.,_......,,-, 111111111111 -CD 0 200 SCALEIIFW ____,,.., . . .. ◊ -·-·. SURFACE'IIAru C!WIND. l£TUNDS T1!EEIJNE IIERM ma: SOURCE AREA TDD #04-9210-0038-4425 FCX Washington Pesticide Site Washington, Beaufort County, North Carolina IP i I ·1 )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, /:, 2...) I I Geology/Hydrogeology Beaufort County, North Carolina is located in the Outer Coastal Plain Physiographic Province and is underlain by sedimentary rocks that range in geologic age from Cretaceous to recent. The sediments, consisting chiefly of sand, clay, marl, shells and shell limestone, form a wedge-shaped bay above crystalline bedrock. Only the upper few hundred feet of sediments are significant as sources of water supply in much of the coastal area. The Peedee Formation of late Cretaceous age is the oldest formation generally penetrated by water wells in Beaufort county. The format:rofi'!' consists . ~ . primarily of sand and clay and is a productive aquifer in the western part of the county to about 700 feet. The groundwater at the site generally occurs in two zones: the uppermost zone consists of unconsolidated sands, shells and clays; the lower zone consists mostly of bedrock, where groundwater moves through intergranular pore spaces and secondary openings. The soil in the area of the site and in which the pesticides were buried is nearly level, somewhat. poorly drained, sandy loam soil lying on broad, smooth interstream areas and shallow depressions of low marine surfaces ·---~ . and river terra,es. Typically,: the surface layer is dark-grayish fine sandy loam approximately seven inches thick .. The subsoil is brownish-yellow sandy clay in the upper part and'gray sandy clay loam mottled with yellow and brown in the lower part. The sub- stratum is gray loamy sand to a depth of 65 inches; gray sandy clay loam is present at depths of 85 to •132 inches. The seasonal water table at the site ranges from two to twelve foot depths.• 7 III. SITE HISTORY FCX operated from 1945 to 1985 as a farm supply center which repackaged and sold pesticides and herbicides as well as other I 'I >1 I agricultural chemicals. During the 40 years of operation, the Raleigh, North Carolina-based company buried out-dated and I improperly mixed products in trenches located at its Washington, North Carolina facility. FCX petitioned for reorganization under chapter 11 of the U.S. Bankruptcy Code in 1985, at· approximately the same time that state environmental regulato:i;.e--!began an ... investigation of improper disposal practices. A majority of the property was purchased in 1986 by the Fred Webb Grain company who operated an animal feed business and storage facility for government subsidized grain. A portion of the land is .. owned by W.B Gerrard and Sons, Incorporated, on which is located a restaurant and an apartment building. on 12 June 1986, a CERCLA 103C Notification of Hazardous Waste Site was filed by FCX for its Washington facility, described as a ·---~ warehouse cont,ining bags and bottles of pesticides and heavy metals as well as an onsite landfill used for the disposal of an .unknown amount of waste. A. site inspection by the North Carolina Department for Human Resources, . Solid and Hazardous Waste Management Branch (NCDHR) revealed the presence of aldrin, dieldrin, chlordane, DDT, DDE, 8 I I I I I I I I I I I . I .. ·:-: .. ', 1 I I I I I:-,:-. ·::·:···. I I I I I I I I I I I I I I· I I I . ODD, hexachlorobenzene, carbon disulfide, naphthalene,. phenanthrene, acenaphthylene, fluorene, dibenzofuran, 2- methylnaphthalene and mercury at elevated concentrations. Remedial actions conducted for FCX by the engineering firm of Rose and Purcell, Incorporated and CSX, Incorporated in 1987 included a study of onsite contamination and removal of contaminants from the warehouse. Analysis of one soil sample collected during this action revealed toxaphene at 2,400 parts per million (ppm) and copper at 480 ppm. --""1 . ~ The site was formally proposed for inclusion on the National Priorities List (NPL) in April 1987. Using the Mitre system of ranking potential sites, a score of 40.39 was calculated, whereas a score of 28.50 is sufficient to place a site on the NPL. In August 1988, the ERRB and its Technical Assistance Team (TAT) contractor, Roy F. Weston, Incorporated conducted a geophysical survey of suspected trench areas using.a non-contacting terrain conductivity meter to identify the boundaries of the waste trench. ---~. Soil sampling Jonducted during the investigation confirmed the presence of 4;4-DDD, 4,4-DDE, 4,4-DDT, alpha-chlordane, gamma- chlordane, dieldrin, phenol, heptachlor and methoxychlor. The site was unsecured and the trench area was exposed and easily accessed. An Administrative Order was issued to FCX on 22 September 1988. Due to bankruptcy proceedings, the company was unable to expend 9 monies necessary for the remediation of the site. The site met the criteria for immediate removal under NCP Section 300.65, and the funds were approved for the removal of approximately 3,000 cubic yards of contaminated soil from the known disposal area. Removal Activity . A removal action was initiated in January 1989 with a cleanup goal of 50 ppm, established by the Agency for Toxic substances and Disease Registry (ATSDR) and the NCDHR to eliminate the immediate threat. Approximately 2,500 cubic yards of contamin~ soil and . ~ debris.were excavated and stockpiled from trenches in source Area Five. The stockpile was covered with an impermeable liner and· enclosed within a security fence. During the removal action, · samples were collected adjacent to the old FCX blending building, located in. Source Area Two, then operating as Charlie Tom's·· Restaurant. Total pesticide levels in excess of 50 ppm were discovered in several samples. Subsequently, an additional 50 cubic yards of soil were removed and placed in the stockpile. In December of that year, 1,900 cubic yards of stockpiled soil were disposed at the Chemical Waste Management, waste landfill {n Emelle, Alabama. ·---..;.,;;I. -Incorporated hazardous Based on further sampling activity during construction of a containment berm around the stockpile in July 1990, pesticides were identified adjacent to the stockpile, located in source Area Five. Test pits excavated in Source Area Five indicated the presence of 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 multiple waste trenches and disposal areas. A groundwater sampling investigation was conducted by Westinghouse Environmental and Geotechnical Services, Incorporated for the Fred Webb Grain Company in August. Four monitoring wells were installed; three along the southwest property line in Source Area Five and one on the southwest side of the old FCX warehouse in Source Area Four. Many non-target compounds were detected as well as endrin and 4,4-DDD. In September 1991, the ERRB and the TAT returned to the site to perform additional geophysical surveys utilizing a n~ontacting . ,. . terrain conductivity meter, a portable. photon magnetometer and a ! ground penetrating radar to determine the existence of additional trenches and disposal areas. In November, exploratory trenching and sampling was conducted revealing further contamination. Based on information from this investigation, an additional 750 cubic yards of material was excavated in Source Area Five. Remedial Investigation In the spring of 1992, the NSRB initiated a RI to determine the extent of stringent --·~. contamination at the FCX site and to set cleanup goals enoug6 to remove the site from the NPL. A.level of 1.0 ppm total pesticides in soil was determined to adequately reduce the contamination at the site to a level that would eliminate the long-term health threat and prevent contamination of the surrounding environment. 11 The NSRB contra·ctor, camp Dresser & McGee Federal Programs Corporation (FPC), collected a total of 499 surface and subsurface soil samples and installed eighteen moni taring wells-in source I I areas one through five. Analysis of the soil samples indicated I pesticide contamination in excess of 1.0 ppm at the surface and at depths of up to ten feet in several locations within source areas two through five. The monitoring wells were designed and installed to evaluate. the quality of both the seasonal water table and the Yorktown aquifer. The network was utilized to identify the vertical extent of contaminant migration, as well a~ evaluate . . . .. the potential for contaminants to migrate through permeable, semi-permeable and confining layers of the Yorktown aquifer. Chemical• analysis of samples from the monitoring wells indicated elevated levels of seventeen pesticides in the groundwater in source areas two, four and five. Significant levels of contamination appeared to be confined to the upper 25 feet of the water table; only two instances of elevated concentrations of endosulfan sulfate (0.21 parts per billion (ppb)) and aldrin ( O .14 ppb) were revealed in the Yorktown aquifer. One of the private wells (PWOl} sampled as part of the investigation endosulfan sulfate. ·-. ·--...;d . indicated elevated concentrations Elevated concentrations of volatile of and semivolatile organics, as well as metals were found in individual source areas.' 12 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 IV. SUMMARY OF OPERATIONS In a plan to effectively remove the i=ediate threat to the area and reduce the long ter111 effects of contamination from the site, a joint effort between the NSRB and the ERRB was proposed. The ERRB would initiate a removal action that would completely characterize the extent of soil contamination at the site and excavate all contaminated soil above the action levels set by the NSRB or until groundwater was encountered. __-y . ~ In September 1992, on-Scene Coordinator (OSC) Arthur smith mobilized the TAT and the Emergency Response Cleanup services contractor (ERCS), Four Seasons Industrial Services, Incorporated (FSIS) to the FCX site to resume the removal action which included additional characterization of·the extent of contamination at the ' site and the removal and stabilization of contaminated material above the remedial criteria for site closure (Attachment A -Polrep #2 and Attachment B -Chronological Log). The project was divided into.three primary objectives; (l) completely characterize the site ·---~ -to identify all existing contamination above the action levels, (2) excavate conta~iinated soils identified by characterization sampling, and (J) conduct confirmation and verification sampling employing quality assurance methodologies capable of producing accurate analytical results, verifying achievement of set goals (Attachment C -Site Sampling Plan). lJ Characterization sampling Characterization sampling was conducted by the TAT to further identify the extent of contamination and to direct excavation activities at the site. Initially, an approved laboratory was utilized to analyze the samples (Attachment D -Analytical Results). The Webb Technical Group, Incorporated was contracted to perform the analyses on a 24 hour (verbal) basis. To expedite the characterization process, a Resource Engineering and Analytical Contract (REAC) mobile laboratorz_:;...fas later mobilized to the site (Attachment B -Polrep 14) • By early December 1992, initial characterization of the site was complete I ✓t ·' I I I I I I I and efforts were concentrated on excavation of· identified contamination and confirming that attainment of cleanup levels had I been reached. confirmation sampling The REAC onsite laboratory was also utilized to perform confirmation analyses. Based on data from the RI, additional characterization sampling and visible contaminatIOl'I';'""' soil was removed. from djsignated areas to a particular length, width and depth (or until groundwater was encountered). Composite samples were then collected from the excavated areas and analyzed by the onsite laboratory. Areas with contaminants remaining above the cleanup criteria were subjected to additional excavation and re- sampled. 14 I I I I I I I I I I I I I I I I I 1 ·· I I I I .. ' . ' I ~- 'I Verification Sampling Verification samples were submitted to a Contract Laboratory Program (CLP) approved laboratory from each area of excavation except in those areas where groundwater prevented removal of soil to the established cleanup goals. This was done to verify that cleanup goals had been attained and to qualify onsite laboratory results. Areas where groundwater was encountered are shown on the enclosed maps. Source Areas . . ___, ,. The RI" divided the site into five areas of concern, or "source areas" (Figure J). · Although the removal activities under this tasking assignment occurred in more than one area simultaneously, each area will be addressed separately to show how c:leanup goals were attained in each source area. Source Area one As seen in Figure J, Source Area One is a strip of land located between Grimes Road and the abandoned railroad track in the •.. -..... northwest secttn of the site. According to Mr. B. Gerrard, the property owner, this parcel of land was never a part of the FCX facility. Mr. Gerrard referenced a deed book as proof and sampling by the remedial contractor confirmed that no pesticide contamination was present. Source Area One was not addressed in this removal action. 15 Source Area Two Source Area Two consisted of a strip of land also located between Grimes Road and the abandoned railroad track, bordered by Source Area one and Source Area Three. A former. shipping and receiving building is located in Source Area Two which now houses the Charlie Tom's Restaurant. As an active eating establishment with a robust business, this posed a significant problem with conducting removal activities in the area. Analytical results from the RI indicated that contamination was present in soil surrounding the building as well as below the restaurant parking lot. Further cha~erization • • sampling (Table II) identified additional areas with concentrations . exceeding the removal criteria (note the cleanup goals listed in each of the tables are expressed in terms of soil levels below which no adverse effects on groundwater are expe~ted due to partitioning of constituents from soil to water in subsurface soils). Working with the restaurant owner, the osc initiated an accelerated removal on the one day the restaurant was closed. Beginning on a Saturday evening and continuing through Sunday, excavation was conducted in the areas identified as containing . --·:iJ:I . pesticide concentrations above the cleanup level. Excavation was continued unt/i cleanup levels were ~ffirmed by confirmation sampling (Table III) or until groundwater was encountered. Results of verification sampling conducted in source Area Two are listed in . Table IV. Areas of excavation in Source Area Two, as well as sampling locations can be seen in Figure 4. Sample numbers are color coded in ·all figures to distinguish the three types. 16 I I I I I I .1., ,,1, ~· I I I I I I I I I: I I I I I I I I I I ••• I I I I I 11 There is evidence of contamination remaining in Source Area Two, below Charlie Tom's Restaurant. In particular, sample number FCX- C-017 was taken along the eastern edge of the building, immediately below the floor slab at a depth of three to four feet below land surface (BLS). Analytical results showed total chlorinated pesticide concentrations of up to 475 ppm at this location. In addition, excavation along the south perimeter of the building was affected by the presence of an overhanging wooden structure. Analytical results from sample nwnber FCX-C-031 indicated attainment of cleanup levels in the eastern portion a£-this area. • • However, certain areas underneath the overhang remain unexcavated, mostly around the bases of wooden poles acting as columns for the building and below a section of railroad track which could not be removed (Attachment E -Photographs). Results for s_ample number FCX-C-038 showed evidence of toxaphene at 1,700 ppb, which exceeds the health based screening criteria of 1,500 ppb for this constituent in the unexcavated areas. ) 17 Table II Source Area Two Characterization Sample Results (ug/kg) SAMPLE ID CLEANUP FCX-C-FCX-C-FCX-C-FCX-C-GOAL 004 005 016 017 ALPHA-BHC 3.6 ND ND ND 74.2 BETA-BHC 12 15.7 ND ND 190 DELTA-BHC 7.6 ND ND 32.6 ND GAMMA-BHC 27 ND ND 3.98 93.9 HEPTACHLOR 4044 ND ND ND 1400 ALDRIN 67 9.31 ND 57.2 1900 HEPTACHLOR 18439 ND ND 230 6900 EPOXJDE . g-CHLORDANE 5215 NA NA NA ....NA? a-CHLORDANE 5215 NA NA NA NA. A ENDOSULFAN I -33.1 ND 110 3400 N DIELDRIN 31.3 98.3 48.8 440 3000 A 4,4'-DDE 14102 200 73.2 1200 7200 L ENDRIN 1411 200 36.1 460 12000 Y, ENDOSULFAN II -55 23.8 430 960 T 4,4'-0DD 10180 500 110 7600 18000 E ENDOSULFAN 1616 52.4 ND 1100 1200 SULFATE 4,4'-DDT 23322 530 400 35000 29000E ENDRIN ALDEHYDE -27.7 ND 640 2.60 -METHOXYCHLOR ND ND ND ND . ---____ ::--4 TECH., CHLORDANE -3300 330 ND TO HENE 11.9 ND ND ND ENDRIN KETONE 24.7 NA NA NA PCBs -ND ND ND NA·C wee not anuyz :u or \NIIU 1.nav11 ,...,,e ND·llot oetectea J· Estfmted value E-Concentratfon in saq,le extract exceeds highest l fneer point on calibration range and results are considered approxfmete 18 390000 ND NA ND I I I I I I I: I I I -I I I I .... ··~ ·--~, I -------------------/ Table Ill -Source Area Two Confirmation Sample Results (ug/kg) SAMPLE ID CLEANUP FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C-FCX-C-FCX-C-FCX-C-GOAL -028R -032 -032R -032 -032 -033 033R 033R1 033R1 033R1 R1 R2, W12 W18 E15 ALPHA-BHC 3.6 ND ND ND ND NO ND ND ND ND ND BETA-BHC 12 ND ND ND ND ND ND ND ND ND ND DELTA-BHC 7.6 ND ND ND ND ND ND. ND ND ND ND GAMMA-BHC ..27 ND ND ND ND ,ND ND NO ND ND NO HEPTACHLOR 4044 ND 13J ND ND ND ND NO ND ND ND ALDRIN 67 ND ND ND ND ND ND ND ND NO NO HEPTACHLOR 16439 ND 66 · ND ND ND ND NO ND ND ND EPOXJDE g-CHLORDANE 5215 ND ND 1.4J 1.2J ND ND 4.6 J ND NO ND a-CHLORDANE 5215 ND ND 1.2J 1.3J ND ND 3.7 J ND ND ND A ENDOSULFAN I -ND ND ND ND ND ND ND ND ND ND N DIELORIN 31.3 1 J 480 2.9J ND ND ND 3J ND 4.7 J ND A 4,4'• ODE 14102 1.3 J ND ND NO NO ND ND ND ND NO L ENORIN 1411 2.3 J 130 ND ND ND ND 6.1 J ND ND NO y ENDOSULFAN II -ND NO ND ND ND ND NO ND .ND NO T 4,4'-000 10180 5.1 J NO ND ND NO ND ND ND NO ND E ENDOSULFAN SULFATE . 1616 2.7 J NO ND ND NO ND ND ND ND NO 4,4'-0DT 23322 6.4J NO ND ND ND ND ND ND ND ND ENDRIN ALDEHYDE -' ND ND ND NO ND ND ND ND ND ND METHOXYCHLOR -ND ND ND ND . ND ND NO ND ND NO TECH.CHLORDANE -1 ND ND 2.6J 2.5J ND ND 8.3 J ND ND ND TOXAPHENE 11.9 ! 82 J 190 124J' 38J ND '1!20J 112 J ND 81 J ND ENDRIN KETONE 24.7 ti 1.7 J 2800 ND ND ND ii ~D ND NO ND ND PCBs -NA NA NA NA NA NA NA NA NA NA 19 Table Ill Continued (ug/kg) SAMPLE ID CLEANUP FCX-C FCX-C FCX-C FCX-C-FCX-C FCX-C FCX-C FCX-C FCX-C GOAL --038 -039 -043 -?it3 -?if -044 -044R -m4 -044 R2 ALPHA-BHC 3.6 ND ND ND ND ND ND ND ND ND BETA-BHC 12 ND ND ND ND ND ND ND ND ND DELTA-BHC 7.6 ND ND ND ND ND ND ND ND ND GAMMA-BHC 27 ND ND ND ND ND ND ND ND ND HEPTACHLOR 4044 ND ND ND ND ND ND 12J 94 ND ALDRIN 67 ND ND ND ND ND ND ND ND ND HEPTACHLOR EPOXIDE 18439 ND ND ND ND ND 3.1J 7.5.J ND ND g-CHLORDANE 5215 ND ND 20J 25.J ND 110 140 820 12J a-CHLORDANE 5215 ND ND 15.J 17J ND 81 110 620 6.9J A ENDOSULFAN I -ND ND ND ND ND. ND ND ND ND N DIELDRIN 31.3 ND ND 25 75 ND 35 43 ND 4.7J A 4,4'· DOE 14102 53 ND 26 99 ND 46 45 100 ND I L ENDRIN 1411 ND ND 19J ND · ND 69 92 ND ND y ENDOSULFAN II -ND ND ND ND ND ND ND ND ND T 4,4'-000 10180 120 ND 63 ND ND 43 120 74 ND E ENDOSULFAN 1616 ND ND ND ND ND ND ND ND ND SULFATE 4,4'-0DT 23322 59 ND 190 310 ND 140 320 140 ND ENDRIN ALDEHYDE -, ND ND ND ND ND ND ND 18J ND METHOXYCHLOR --ND· ND ND ND ND ND ND ND ND TECH.CHLORDANE ·-r ND ND 35J 42J ND 191 250 1440 18.9J TOXAPHENE 1119 1730 ND 423J 1277 NQ '627 1400 1183 ND ENDRIN KETONE 2(7 ND ND ND ND wo.1: 7.9J ND ND ND -PCBs --NA NA NA NA NA· NA NA NA NA NA-C . ·-not analyzea or aat11 1.r1ava1lap\e ND-Not c etectea J-Est1mat~ vatue 20 --- - - -·---· - - --·--·-- - ---- - - - - - --- -- - Table IV • Source Area Two Verification Sample Results (ug/kg) SAMPLE ID CLEANUP FCX-V FCX-V FCX-V FCX-V FCX-V FCX-V GOAL -008 -009 -013 -014 -031 --045 ALPHA-BHC 3.6 ND ND -ND . ND ND ND BETA-BHC 12 ND ND ND ND ND ND DELTA-BHC 7,6 ND ND ND ND ND ND GAMMA-BHC 27 ND ND ND ND ND ND HEPTACHLOft---4044 1.7J 1.SJ ND" ND ND ND ALDRIN 67 ND ND ND ND ND ND HEPTACHLOR EPOXIDE 18439 ND ND ND ND ND ND g-CHLORDANE 5215 130 120 6.7 2.7N ND 0.64J a-CHLORDANE 5215 120 120 5.6 2.4N ND ND A ENDOSULFAN I -ND ND ND ND ND ND N DIELDRIN 31.3 29 30 ND ND ND ND A 4,4'-ODE 14102 80 120 ND 4.2N 0.66J 0.37J L ENORIN 1411 ND ND 5.3 1.9J ND 0.91J y ENDOSULFAN II --ND ND ND ND ND ND T 4,4'-000 10180 ND ND · 19N 6.1 ND ND E ENDOSULFAN 1616 ND ND 3.9 ND ND ND SULFATE 4,4'-DDT 23322 150 220 46 7.9 3.8 2.1JN ENDRIN ALDEHYDE -ND ND ND ND ND ND METHOXYCHLOR ' ND ND ND ND ND ND -- TECH. CHLORDANE --250 240 12.3 5.1N NA NA TOXAPHENE ! 11.9 ND ND ND ND, ND ND ENDAIN KETONE ; 24.7 8.7 ND 2.2J NA~• 1. 1J ND PCBs 1,1 -ND ND ND t,Jb' . ND ND NA·C not aly.zed or data uneva1 teblf N·Pr~ve evf~e of presence of material HD-Not detected J·E1t1mated va ue 21 - - FCX-V -046 ND ND ND ND ND ND ND 0.74J ND ND 0.72J 0.44J ND ND_ ND. ND 2.1JN ND ND NA ND ND ND - - ) FCX-C-028 FCX-C-028R FCX-C-038 ®IU[ ..... IESTAIJIWIT FCX-C-027 FCX-C-039 FCX-V-031 LEGEND FCX-V-01-4--'----"~ FCX-C-032 •fCX-C-032R FCX-C-OJ2R 1 FCX-C-032R2 FCX-V-013 FCX-C-033 . . FCX-C-OJJR FCX-C-OJJR1-W12 FCX-c413.JR1 -w1e FCX-C--oJJR 1-E 15 ------- EXCAVAl10H MFA ' C,_,NDWATEI fNCOUl!lUIED FCX-C-016 CHAAl,C!U\IV.TION SAMPL£ FCX-C-OJJ CONARw.TION SAWPU: FCX-V-006 VElllflCIJ10N 5,IMPI.£ Figure 4 E.P.A. REGION IV Source Area 2 TDD #04-9210-0038-4425 FCX Washington Pesticide Site FCX-C-005 FCX-C-0-43 FCX-C-0-43R1 FCX-C-04JR2 FCX-V-0~ FCX-V-006 Washington, Beaufort County, North Carolina 22 I /~ ! ' f <I I • ,. ., I I I I I 1. I I FCX-V-009 I I I I I \ __:___1 I I 1, k, ,, I I I I I I I I \ I I I I I I I I I Source Area Three Source Area Three lies between Grimes Road and the abandoned railroad track and is bordered on the northwest by Source Area Two and on the southeast by the Mount Pleasant canal. A portion of the southwest side of this section is bordered by Source Area Four. Source Area Three is a mostly open grassy area which contains two residences. one, a former FCX warehouse, has been converted into apartments; the other is a single family dwelling not affected by the facility except at the extreme southwest border, along the railroad bed. Most of the contamination in sourc~tea Three . ,. occurred along the railroad bed and around the warehouse (Figure 5). Extensive characterization sampling was conducted in this area to delineate excavation limits (Table V). Again, identified areas were excavated until analyses confirmed ·that cleanu~ levels had been attained .(Table VI} or until groundwater was encountered. A septic tank was discovered to the east of the former FCX warehouse and excavated based on the presence of pesticide contaminated sludges and wastewater. While cleaning up this area, ····-~ . a reddish gran1lar material was discovered at the surface and extending into the crawl space below the building. Samples of this material revealed a total chlorinated pesticide concentration of up to 20 ppm. It is unknown as to the exact nature and extent of this surface contamination below the former FCX warehouse, but it appears this material extends underneath the building. 23 Table V -Source Area Three Characterization Sample Results (ug/kg) SAMPLE ID CLEANUP FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C GOAL -002 -006 . -008 -012 -021 -022 -023 -041 ALPHA-BHC 3.6 ND ND ND NA NA NA NA ND BETA-BHC 12 ND ND ND NA NA NA NA ND DELTA-BHC 7.6 17.2 22.7 ND NA 9.73 10.2 12.1 ND GAMMA-BHC 27 ND ND ND NA ND ND ND ND HEPTACHLOR ~ 4044 NO ND ND .NA .ND ND 9.37 ND --ALDRIN 67 3.13 ND 6.78 NA 4.n ND NA ND HEPTACHLOR 18439 ND ND ND NA NA NA NA 74J EPOXIDE g-CHLORDANE 5215 NA NA NA NA NA NA NA 460 a-CHLORDANE 5215 NA NA NA NA NA NA 10.9 470 A ENDOSULFAN I -ND 15.2 ND NA ND ND 50 ND N DIELDRIN · 31.3 38.0 25.8. 81.6 NA 195 81.3 324 3000 A 4,4'-ODE 14102 160 93.7 82.9 NA 193 216 49.3 1400 L ENDRIN 1411 180 53 33.9 NA 92.3 20.7 113 560 y ENDOSULFAN II -ND 16.1 15.6 NA 27.2 12.7 118 .99J T 4,4'-DOD 10180 130 200 34.5 NA 150 81.7 138 4100J E ENDOSULFAN 1616 ND ND· ND NA ND ND 234 ND SULFATE 4,4'-DDT ; 23322 230 19 90.4 NA 295 113 55.7 8500E ENDRIN ALDEHYDE -ND ND 57.2 NA ND ND NA 310 METHOXYCHLOR I --ND ND ND NA NA NA 1000 ND TECH.CHLORDANE .) -2200 990' 250 NA . \ ,918 326 NA ·NA TOXAPHENE r. 11.9 ND ND ND NA ~ .J,NA NA NA ND ENDRIN KETONE 24.7 NA NA NA NA NA NA NA 1300 PCBs ----ND ND NO NA NA NA NA NA NA·COl'fl)OUld not analyzed or data unavailable ND-Not detected J-Est1mated value E·Concentratlon 1n safl1)le extract exceeds highest linear point on the calibration range and results are considered approximate 24 -1111111 - - - - - - - - - - - - - - ---1111111 - ------------------- Table VI -Source Area Three Conflnnatlon Sample Results (ug/kg) SAMPLE 10 CLEANUP FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C FCX-C GOAL -001 -003 -007 -015 -018 -024 -029 -030 -031 -034 -040 -045 ALPHA-BHC 3.6 NO NO NO NO NO NO NO NO NO NO NO NO BETA-BHC 12 NO NO NO NO NO NO NO NO NO NO NO NO OELTA-BHC 7.6 NO NO 22.7 NO NO NO NO NO NO NO NO NO GAMMA-BHC 27 NO NO NO NO 19.7 NO · NO NO NO NO NO NO HEPTACHLOR 4044--.... NO NO NO NO NO NO ·NO NO NO NO NO NO ALDRIN 67 NO NO NO 0.54 7.12 NO NO NO NO NO NO NO HEPTACHLOR 18439 NO NO NO NO NO NA NO NO NO NO ND ND EPOXIOE g-CHLORDANE 5215 NA NA NA NA NA NA ND 3.7 ND ND ND ND a-CHLORDANE 5215 NA NA NA NA NA NA ND ND ND ND ND-NO A ENDOSULFAN I -NO NO ND ND ND ND ND ND ND NO NO .. ND N DIELDRIN 31.3 14.2 19.3 ND 0.08 19.1 12.6 ND ND NO ND 8.3J. ND A 4,4'-ODE 14102 10 NO NO ND 183 298 NO 48 NO NO 6.4J-NO L ENORIN 1411 6.93 NO NO ND 16. 1 13.7 ND ND ND ND ND NO . y ENDOSULFAN II -ND 45.1 ND ND ND ND ND ND ND ND ND ND T 4,4'-0DD 10180 ND ND NO ND 225 58 NO 120 ND NO ND NO E ENOOSULFAN 1616 NO NO ND NO ND NO ND ND NO NO ND NO SULFATE 4,4'-DDT 23322 14.7 ND ND ·ND ND 38 ND 12J ND ND ND ND . ENORIN ALDEHYDE --ND NO ND NO NO ND NO NO NO ND NO NO METHOXYCHLOR -1)1D ND ND ND ND ND ND NO ND ND ND ND TECH.CHLORDANE --rlio 190 NO ND 250 161 . I NA . NA NA NA NA NA TOXAPHENE 11.9 fiio ND NO ND ND NA• JNO NO ND ND ND ND ENDRIN KETONE 24.7 lllA NA NA NA NA NA "ND ND ND ND ND ND PCBs -ND NA ND ND ND NA NA NA NA NA NA NA --. NA C~ not analyzed or date not available NO Not detected J Estimated value 25 Table VII -Source Area Three Verification Sample Reaulla (ug/kg) SAMPLE ID CLEANUP FCX-V FCX-V FCX-V FCX-V FCX-V FCX-V FCX-V FCX-V FCX-V FCX-V GOAL -001 -002 -003 -004 -010 -025 -026 -027 -028 . -032 ALPHA-BHC 3.6 ND ND ND ND ND ND ND ND ND ND BETA-BHC 12 ND ND ND ND ND ND ND ND ND ND DELTA-BHC 7.6 ND ND NO ND ND ND ND ND ND ND GAMMA-BHC 27 ND ND ND ND ND ND ND ND ND ND HEPTACHLOR ~ ND ND ND ND ,ND ND ND ND ND ND ALDRIN 67 ND ND ND ND ND ND ND ND ND ND HEPTACHLOR 18439 ND ND ND ND ND ND ND ND ND ND EPOXIDE g-CHLORDANE 5215 24 3 40 7.3 39 ND NA ND ND ND a-CHLORDANE 5215 23 3.2 43 8.7 45 ND NA ND ND ND A ENDOSULFAN I -ND ND ND ND ND ND ND ND ND ND N DIELDRIN 31.3 12 2.9J 30 12 ND ND 3.2J SSOR ND 1J A 4,4'-ODE 14102 56 11 120N 51 150 ND ND ND ND ND L ENDRIN 1411 ND ND ND 11N ND ND ND ND ND ND y ENDOSULFAN II -ND ND ND ND ND ND ND ND ND ND T 4,4'-DDD 10180 ND ND ND 16 ND ND ND ND ND ND E ENDOSULFAN .1616 ND ND ND ND ND ND ND ND ND ND SULFATE 4,4'-DDT 23322 99 7.4N 120 17 120 ND ND ND ND ND ENDRIN ALDEHYDE -. ND ND ND ND ND ND ND ND ND ND METHOXYCHLOR -, ND ND ND ND ND ND ND ND ND ND TECH. CHLORDANE --l 47 6.2 83 16 240 'NA NA NA . NA NA . TOXAPHENE 11.9 ~ ND ND ND ND ND _, '-ND ND ND ND ND ENDRIN KETONE 24.7 8.4 1.SJ 16 ND ' ND ND ND ND ND ND PCBs -ND ND ND ND ND ND ND ND ND ND NA·Conpc:>U"d not analyzed or data U'\avai table of material R•QC indicates data U'W.Jflable ND-Not detected J·Estfmated value N-PresUTpt1ve evidence of presence 26 ,.-··· ------ - -- - - --- I I I I I I I I 1 ••. I I I I ··•·•· ,'•. I FCX-C-002 FCX-C·-022 FCX-C-02J FCX-C-024 FCX-C-029 FCX-C-OJO FCX-C-OJT FCX-,V-028 FCX-V-004 FCX-C-008 FCX-C-021 FCX-C-OJ4 -cx-v-02s FCX-V-003 LEGEND EXCAVAl10N AA£A CROUNQIIATER ENCOUll!ERfD FCX-C-006 ~llON 5-U FCX-C-001 COWWll'-c»I ~ FCX-V-001 IOH:AJlDN SMIP\.E Figure 5 E.P.A. Region IV Source Area 3 FCX-C-006 TDD #04-9210-0038-4425 FCX Washington Pesticide Site \ i -N - c::;; ~ ,. • ,. 100 SCAU II F!IT FCX-C-007 (Sol stodcplle) FCX-C-01 2 (Septic Tank Uquld) FCX-C-015 (5-ptic Tonk Uqul<f) FCX-C-018 (Nptic Tank Slud;e) FCX-C-040(5<,p!c , ..... Pft) FCX-C-041~ Qrvnular llawtal) FCX-C-045 (Pl\ ,rote,) FCX-C-001 . Washington, Beaufort County; North Carolina 27 Source Area Four Source Area Four lies to the southwest of the abandoned railroad track and is bordered on the northeast by open farmland, on the southwest by the Mount Pleasant canal and on the southwest by source Area Five. Source Area Four contains a large former warehouse and contamination in the area was confined to the loading and unloading docks on the northeast, northwest and southwest sides of the building (Figure 6 and Table VIII). The area at the southwest dock was ex·cavated until cleanup goals were reached (Table IX) , however, groundwater was encountered in thl!ri n·ortheast . ,. and northwest sections. Verification of cleanup goals in Source Area Four is documented in Table x. ) 28 I ,.·'"' ,; >I I I I I I I I I I I I I I I ,> I j:' ,;'.:> I I Table VIII I Source Area Four Characterization Sample Results (ug/kg) SAMPLE ID CLEANUP FCX-C FCX-C FCX-C F-4-12 I GOAL · --013 --025 --026 ALPHA-BHC 3.6 NO ND ND ND BETA-BHC 12 ND ND NO ND I DELTA-BHC 7.6 ND ND ND ND GAMMA-BHC 27 ND ND ND ND· I HEPTACHLOR 4044 5.8 ND ND 6.6.J ALDRIN 67 7.42 NO NO 9J I HEPTACHLOR 18439 ND ND ND ND EPOXJDE I · g-CHLORDANE 5215 NA ND ND 18J . . a-CHLORDANE 5215 NA ND NO -r5J, . ' I A ENDOSULFAN I -16.3 ND ND ND N DIELDRIN 31.3 53.9 ND NO 40J I A 4,4'-DOE 14102 220 ND ND 150 L ENDRIN 1411 60.4 ND ND 530 y ENDOSULFAN II -160 ND NO 24J I T, 4,4'-000 10180 350 NO 300 1100 E ENDOSULFAN. 1616 190 ND ND ND I SULFATE 4,4'-DDT 23322 1500 ND 670 13J I ENDRIN ALDEHYDE -120 ND ND NA METHOXYCHLOR -ND ND . ND NA I . TECH. CHLORDANE -ND NA NA. .,, . ·-TOXAfHENE 11.9 ND 1000J 4300 NA I ENDPIIN KETONE 24.7 NA ND ND ND PCBs -ND NA NA NA IIA· ·-was not anaLyz ., or uatl u,av11 LGl,ILe ND-Not. uctect1N J-Estunateu I val,_ I I 29 I '"-~- I I Table IX -Source Area Four Confirmation Sample Results (ug/kg) SAMPLE ID CLEANUP FCX-C FCX-C E-4-12 E-4-30 E-5-12 E-5-30 F-4-30 F-5-12 F-5-30 E-2,3-12 E-2,3-30 GOAL -019 -042 ALPHA-BHC 3.6 NA ND ND ND ND ND ND ND ND ND ND BETA-BHC 27 NA ND ND ND ND ND ND. ND ND ND ND DELTA-BHC 12.1 ND ND ND ND ND ND ND ND ND ND ND GAMMA-BHC 7.6 ND ND ND 'ND ND ND ND ND ND ND ND HEPTACHLOR 4044 ND ND ND ND ND ND ND ND ND ND ND ALDRIN 67 --ND ND ND ND ND ND ND ND ND ND ND HEPTACHLOR 18439 NA ND ND ND ND ND ND ND ND ND ND EPOXIDE y-CHLORDANE 5215 NA ND ND ND 17J 4.8.J ND 3.6J 3.2J ND ND «-CHLORDANE 5215 NA ND ND ND 20J B.1J ND 4.4J 3.6J ND ND A ENDOSULFAN I -· ND ND ND ND ND ND ND ND ND ND ND N DIELDAIN 31.3 9.57 ND ND ND 4.6J 3.2J ND 11J ND ND ND A 4,4'-ODE 14102 16.7 ND ND ND 12J B.3J ND 180 11J ND ND L ENDRIN 1411 8.63 ND ND ND 16J 11J ND 13J ND ND ND y ENDOSULFAN II --15.9 ND ND ND ND ND ND ND ND ND ND T 4,4'-DDD . 10180 55.3 ND ND ND 45 52 ND. 120 16J ND ND ·E ENDOSULFAN 1616 ND ND ND ND ND ND ND ND ND ND NO SULFATE 4,4'-DDT 23322 58 ND ND ND 53 450 ND 600 42J ND ND ENDRIN ALDEHYDE --ND ND ND ND ND ND . ND ND ND ND NO METHOXYCHLOR --NA ND ND ND ND ND ND ND ND ND ND TECH.CHLORDANE -75 NA NA NA NA NA NA NA NA NA NA TOXAPHENE 11.9 NA ND NA NA NA NA NA NA NA NA NA ENDRIN KETONE 24.7 N ND ND Nci NO ND \ . ND ND ND ND NO PCBs -N, NA NA NA NA NA"• · NA NA NA NA NA MA-C was not analyzea or oata t.navalleble NO-Not octecteo J-EstHnat ~ value 30 ---- - - - - - - - ··-- - ! ---- - - ------------------- A N A L y T E Table X -Source Area Four Verification Sample ReauHa (ug/kg) SAMPLE ID CLEANUP FCX-V FCX-V FCX-V FCX-V FCX-V GOAL -015 -016 -017 -029 -041 ALPHA-BHC 3.6 1.7J 1.0J ND ND ND BETA-BHC 12 ND ND No· ND ND OELTA-BHC 7.6 ND ' ND ND ND ND GAMMA-BHC 27 4.4N 2.SJN ND ND ND HEPTACHLOQ. 4044 ND ND ND ND ND ALDRIN 67 ND ND ND ND ND HEPTACHLOR 18439 29 36 ND ND ND EPOXIDE g-CHLORDANE 5215 ND 29 ND ND ND a-CHLORDANE 5215 ND ND ND ND ND ENDOSULFAN I -ND ND ND ND ND DIELDRIN 31.3 ND 96 ND• ND ND 4,4'-ODE 14102 140N 150 ND 0.65J ND ENDRIN 1411 ND ND 1.SJ ND ND ENDOSULFAN II -ND ND ND ND ND 4,4'-000 10180 230C 170N ND ND ND ENDOSULFAN 1616 ND ND ND ND ND SULFATE 4,4'-DDT 23322 400C 280C ND ND ND ENDRIN ALDEHYDE -ND ND ND ND ND METHOXYCHLOR -ND ND ND ND ND TECH.CHLORDANI: --ND 29 28.5 NA NA TOXAPHENE J 11.9 ND ND ND . I . ND ND ENDRIN KETONE f. 24.7 . 27 ND ND " ". ND ND PCBs -ND ND ND ND ND MA-C~ not analyzcu or data Ul211va1 q1b e ND-Not detected J·Eattmated va ue N-Presurptfve evidence of presence of rneter1al R-QC indicates data u,usable C-Conffrmed by GCMS 31 FCX-V -042 ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND NA ND ND ND FCX-C-019 FCX-V-038 FCX-V-041 LEGEND -1 EXCAVAT[CN AREA • GROUNDWATER · ENCOUtmRED ~noo SAMPl£ n:x-c-0.2 COtlf"ltl4ITION SAMPl£ FCX-V-029 Figure 6 E. P.A. Region IV Source Area 4 rcx WAREHOUSE TOD #04-9210-0038-4425 FCX Washington Pesticide Site. j_ I lODJOlato =•- \ FCX-C-013 FCX-C-025 FCX-C-026 FCX-C-0'42 FCX-~~g: --. ... Washington, Beaufort County, North Carolina 32 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 Source Area Five Source Area Five is an open area at the rear of the FCX property, bordered on the northwest and southwest by farmland, on the northeast by Source Area Four and on the southeast by the Mount Pleasant canal. The disposal trenches had been located in this area, and consequently it contained the largest volume of contaminated soils. A local surveyor was contracted to establish a grid system based on known reference points for more accurate verification of sample locations (Figure 7). As in other source areas, excavation was conducted based on visible cont~ation and . ~ characterization analyses (Table XI). The excavated areas were then resampled,and further excavation was conducted if necessary, according to confirmation analyses conducted at the onsite mobile laboratory (Table XII) • Excavation in each · grid ceased upon reaching cleanup levels or when groundwater was encountered (Figure ' 8). Again, attainment levels were verified through CLP laboratory analyses (Table XIII). I 33 Table XI -Source Area Five Characterization Sample Results (ug/kg) SAMPLE ID CLEANUP FCX-S-FCX-S-FCX-S-D-1-12 D-1-30 D-2-12 D-2-30 D-3-12 D-3-30 D-4-12 D-4-30 GOAL 003 004 005 ALPHA-BHC 3.6 17.0 3.26 760000E ND NO 27.1 -87 110 24J 29J 21J BETA-BHC 12 40.6 ND 80000E ND ND 24.3 ND ND ND 12J 7J DELTA-BHC 7.6 32.9 NO 8500E ' NO NO 800 ND ND ND ND NO GAMMA-BHC 27 28.4 NO 130000E NO NO 760 950 260 210 77 230 HEPTACHLOR 4044 '4Ql1 16.8 820000E NO a.BJ. 22.5 39J 93 19J 8.9J 18J ALDRIN 67 NO 21.7 39000E NO 29J 11100 3000E 800 1100E 110 80 HEPTACHLOR 18439 57.8 ND 60000E NA NO NA NO ND ND ND ND EPOXIDE . g-CHLOAOANE 5215 NA NA NA NA 7.4J NA 340 400 110 120 90 a-CHLORDANE 5215 NA NA NA NA 7.BJ NA 280 540 93 100 69 A ENDOSULFAN I -240 ND 22000E ND ND 128 NO ND ND ND ND N DIELDAIN 31.3 260 910 68000E ' 12.4 62 1800 1200E 2200E 680 520 430 A 4,4'-ODE 14102 170 75 44000E 3.97 210 1200 990 3600E 600 300 520 L ENDAIN 1411 140 53 30000E 8.10 310 7600 5300E 7000E 2400E 1200E 3900E y ENDOSULFAN II -26.2 110 8500E NO ND 713 ND ND ND ND ND T 4,4'-0DD 10180 140 230 340000E 17.6 2500E 14400 18000E 35000E 14000E 10000E 7700E E ENDOSULFAN 1616 NO 98.5 ND ND ND 258 630 ND ND ND ND -SULFATE 4,4'-DDT 23322 350 ; 750 1100000E ND 4200E 13400 27000E 64000E 19000E 11000E 16000E ENDAIN ALDEHYDE -ND 51.4 NO NO 150 617 ND ND ND ND 300 METHOXYCHLOR -ND I ND NO ND ND 287 ND ND 460 120 210 TECH.CHLORDANE -8500 280 ND ND NA 410(\, NA NA NA NA NA TOXAPHENE 11.9 ND i ND ND NA NA r-:lA-. NA NA NA NA NA ENDAIN KETONE 24.7 NA NA NA NA ND NA ND 4100E 1500E 1400E 1500E PCBs ---ND ND ND NA ND NA NA NA NA NA NA 34 \ --- - -iiii iiiii ;;;a --l!!!!!!!!I ··_:/.. j -----✓-- --11111~,IL.__... ----------- --··--.. --. l. I Table XI Continued (ug/kg) SAMPLE ID CLEANUP 0-5-12 0-5-30 0-8-12 0-6-30 0-7-12 0-7-30 0-8-12 D-8-30 D-9-12 0-9-30 C-1-12 GOAL ALPHA-BHC 3.6 150 170 11J NO NO ND ND 2J ND ND 154000E BETA-BHC 12 140 150 22J ND NO NO NO ND ND NO 24300E . DELTA:-BHC 7.6 ND ND ND ND NO NO ND 5.1J ND NO 19600E GAMMA-BHC 27 1800E 2000E 170 2.8J ND ND ND ND ND ND 30200E HEPTACHLOR 4044 ' "'-'12 ND 9.7J ND NO ND ND ND NO NO 231 ALDRIN 67 6200E 6600E 23J 9.1J ND NO NO ND ND NO 2070 HEPTACHLOR 18439 ND ND 35J ND ND ND ND ND ND ND NA · EPOXIDE g-CHLORDANE 5215 910 970 110 15J ND ND NO ND ND ND NA a-CHLORDANE 5215 750 800 99 12J ND ND ND 2.SJ ND ND NA A ENDOSULFAN I -ND ND ND ND ND ND ND ND ND ND 331 N DIELDRIN 31.3 4100E 4300E 500 61 11J ND ND 15J ND ND 38500E A 4,4'-ODE 14102 3000E 3200E 690 37J 4J ND ND 6.6J ND ND 12600 L ENDRIN 1411 22000E 24000E 2300E 1200E 18J ND ND 28J ND NO 252000E y ENDOSULFAN II -ND ND ND ND ND ND ND ND NO ND 4030 ~ T 4,4'-DOD 10180 45000E 48000E 9600E 930 190 ND 13J 170 ND ND 301000E E ENDOSULFAN 1616 ND 2000E 99 ND ND ND ND ND ND ND 647 -· SULFATE 4,4'-DDT 23322 62000E; 67000E 26000E 890 40J ND. 12J 91 ND 20J 454000E ENDRIN ALDEHYDE -ND NO ND 51 ND ND ND NO ND ND 8900 METHOXYCHLOR -160008 18000E 180 150 ND ND ND ND ND ND 3700 TECH.CHLORDANE -NA J NA NA NA NA •N, ~. NA NA NA NA 22900E TOXAPHENE 11.9 NA i NA NA NA NA 'T-IJ r . NA NA NA NA NA ENDRIN KETONE 24.7 11000E• 11000E · 1400E 210 13J NO ND 15J ND ND NA PCBs -NA NA NA NA ND NA ND NO NA NA NA 35 Tabla XI Continued (ug/kg) SAMPLE ID CLEANUP C-1-30 C-2-12 C-2-30 C-3-12 C-3-30 C-4-12 C-4-30 C-5-12 C-5-30 ~12 U-30 GOAL ALPHA-BHC 3.6 ND ND 27J 6J ND .ND ND 4.7J 3,9J ND ND BETA-BHC 12 ND ND 22J ND ND ND ND 11J 13J ND ND DELTA-BHC ' 7.6 ND 28.3 ND 'ND ND ND ND ND ND ND ND GAMMA-BHC 27 ND ND 41J 2.2J 17J 4.6J ND 12J 90 ND ND HEPTACHLOR 4044 8,aJ ND 170 ND ND 4.9J ND 7.6J 8.3J ND ND ALDRIN 67 320 33.1 990 79 9.4J 71 ND 60 52 2.BJ ND HEPTACHLOR 18439 ND NA 60 ND ND ND ND 18J 28J ND ND EPOXIDE g-CHLORDANE 5215 66 NA 560 150 24J 100 ND 110 130 ND ND a-CHLORDANE 5215 54 NA 440 130 19J 79 ND 69 110 2.2J ND A ENDOSULFAN I -ND ND ND ND ND ND ND ND ND ND ND N DIELORIN 31.3 250 71.3 1900E 140 140 340 ND 410 710 13J ND A 4,4'· ODE 14102 520 69.7 790 140 53 360 ND 280 540 ND ND L ENDRIN 141-1 100· 157 1400E 490 400 2300E ND 2900E 7200E 23J ND y ENDOSULFAN II -ND 56.3 ND ND ND ND ND ND ND 23J ND T 4,4'-000 10180 2400E 1300E 4800E 3600E 1600E 5500E 27J 5000E 8500E 100 ND E ENDOSULFAN 1616 ND ND 99 19J ND 52 ND ND ND ND ND -SULFATE . 4,4'-DDT 23322 2000E ' 1800 17000E 1800E 1100E 6500E 44J 7200E 13000E ND ND ENDRIN ALDEHYDE -ND ND 220 ND ND 160 ND 200 420 ND ND METHOXYCHLOR -ND ND ND ND ND 160, ND 150 ND NA ND TECH. CHLORDANE -NA 315 NA NA NA NA~ NA NA NA NA NA TOXAPHENE 11.9 NA l NA NA NA NA NA NA NA NA 12J NA ENDRIN KETONE 24.7 ND NA ND 220 320 980 ND 1100 3000E NA ND PCBs ---NA NA NA ,NA NA NA NA NA NA NA NA ,36 -/::-·· iiiil iiiii iiiil iiiiii -== I!!!!!! !!!!!!I!! !!!!!!I!! .::·"' ·--"-- - - - - --· - --- -- - ---- -- Table XI Continued (ug/kg) SAMPLE ID CLEANUP C-7-12 C-7-30 C-8-12 C-8-30 C-9-12 C-9-30 B-1-12 B-1-30 B-2-12 B-2-30 B-3-12 GOAL ALPHA-BHC 3.6 830 ND ND ND ND ND . ND ND ND 17000E ND BETA-BHC 12 2200 ND ND ND ND ND ND ND ND 4300E ND DELTA-BHC 7.6 ND ND ND ' ND ND ND ND ND ND ND ND GAMMA-BHC 27 5000 ND ND ND ND ND ND ND 2.9J 41J ND HEPTACHLOR 4044 ~OJ ND ND ND ND ND ND ND 13J 170 ND ALDRIN 67 750 ND ND ND ND ND ND ND 39J .380 ND HEPTACHLOR 18439 ND ND ND ND ND ND ND ND ND ND ND EPOXIDE . g-CHLORDANE 5215 3400 ND ND ND ND ND ND ND 56 380 ND a-CHLORDANE 5215 2600 ND ND ND ND ND ND ND 38J ND ND . A ENDOSULFAN I -ND ND ND ND ND ND ND ND ND ND ND N DIELDRIN 31.3 7500E ND ND 9.4J ND ND ND ND 490 .J10 ND A 4,4'· ODE 14102 5300E ND ND 4.4J ND ND NO NO 330 880 ND L ENDRIN 1411 26000E ND NO 21J ND ND ND ND 400 320 ND y ENDOSULFAN II -ND ND ND ND ND ND NO ND ND ND ND < T 4,4'-000 10160 NO ND ND 160 ND NO NO NO 1200E 11000E ND E ENDOSULFAN 1616 2100 ND ND ND ND NO NO ND NO ND ND -SULFATE 4,4'-0DT 23322 67000E; ND ND 82 ND ND ND ND 2600E 36000E ND ENDRIN ALDEHYDE -NO ND ND ND ND ND ND ND ND ND ND METHOXYCHLOR -4800 i ND ND ND -ND ND ND ND ND ND ND TECH.CHLORDANE -NA 1 ' NA NA NA NA NAl, NA NA NA NA NA TOXAPHENE 11.9 NA k NA NA NA NA IIIA ... NA NA NA NA NA ENDRIN KETONE 24.7 190006 ND ND 12J ND ND ND ND ND ND ND PCBs -NA NA NA NA NA NA NA NA NA NA NA 37 Tabla XI Continued (ug/kg) SAMPLE ID CLEANUP B-3-30 B-4-12 B-4-30 B-5-12 B-5-30 B-{)-12 B-6-30 B-9-12 B-9-30 A-4-12 A-4-30 GOAL ALPHA-BHC 3.6 ND ND ND 8.1J ND 5:4 ND ND ND ND ND BETA-BHC 12 ND ND ND 13J ND 44J ND Nb ND ND ND DELTA-BHC 7.6 ND ND ND 'ND ND ND ND ND ND ND ND GAMMA-BHC 27 ND ND ND a.BJ ND 680 ND ND ND ND ND HEPTACHLOR 4044 -f.lQ. ND ND ND ND 100 ND ND ND 12J ND ALDRIN 67 ND ND ND 22J 2.5J 380 ND ND ND ND ND HEPTACHLOR 16439 ND ND ND ND ND ND ND ND ND ND ND EPOXIDE g-CHLORDANE 5215 ND 13J 13J 140 5.3J 400 3.6J ND ND 11J ND a-CHLORDANE 5215 ND 11J 11J 95 4.3J 270 2.3J ND ND 6.4J ND A ENDOSULFAN I --ND ND ND ND ND ND 13J ND ND ND ND N DIELDRIN 31.3 15J 39J NO 250 24J 1200E 17J ND ND 11J ND A 4,4'· ODE 14102 21J 160 12J 150 13J 340 28J ND ND 32J ND L ENDRIN 1411 ND 120 17J 620 50 1700E ND NO ND 23J ND y ENDOSULFAN II -ND ND ND ND ND ND 230 ND ND ND ND -~ T 4,4'-DDD 10180 27J 400 49 220E 220E 6500E ND ND ND 65 11J E ENDOSULFAN 1616 ND ND ND 26J ND 85 ND ND ND 6.BJ ND -SULFATE 4,4'-DDT 23322 ND ' 1000 57 780 220 4900E 91 ND ND 270 13J ENDRIN ALDEHYDE -ND ND ND ND ND ND ND ND ND ND ND METHOXYCHLOR -ND I ND ND ND ND 600 ND ND ND ND ND· TECH.CHLORDANE ----NA NA NA NA NA NA' ~. NA NA NA NA NA TOXAPHENE 11.9 NA i NA NA NA NA NA. '"'· NA NA NA NA NA ENDRIN KETONE 24.7 ND 30J ND 520 20J 940 11J ND N_D ND ND PCBs. -NA NA NA NA NA NA NA NA NA NA NA 38 i -~------------~---- ------------------.. / Tabla XI Continued (ug/kg) SAMPLE ID CLEANUP A-5-12 A-5-30 A-6-12 A-6-30 A-9-12 A-9-30 A,B-7-12 A,B-7-30 B-2R-3 B-2R-12 B-4R-3 GOAL . ALPHA-BHC 3.6 ND ND ND NO NO NO 1000 ND NO ND. ND BETA-BHC 12 ND ND ND ND ND ND 1700 ND ND ND ND DELTA-BHC 7.6 NO ND NO ND NO ND NO ND ND ND ND GAMMA-BHC 27 _ND ND NO ND NO ND 6500 ND ND NO ND HEPTACHLOR 4044 ND ND 11J ND ND ND 440J ND ND ND ND ALDRIN 67 ND ND 12J ND ND ND 420J ND ND ND ND HEPTACHLOR 18439 ND 'ND NO ND ND ND ND ND ND ND ND EPOXIDE g-CHLORDANE 5215 NO ND . 29J ND ND NO 3800 NO ND ND ND a-CHLORDANE 5215 ND ND 20J ND ND ND 2900 ND ND ND ND A ENDOSULFAN I -ND ND ND ND ND ND ND ND ND ND ND N DIELDRIN 31.3 15J ND 120 ND ND ND 15000E ND ND ND 16.J A 4,4'-DOE 14102 21J ND 64 ND ND ND 9000 . ND ND ND 11J L ENDRIN 1411 ND ND 310 ND ND ND 60000E ND ND ND ND y ENDOSULFAN II -ND ND NO ND ND ND ND ND ND ND ND T 4,4'-DDO 10180 ND 130 910 NO NO NO ND ND ND ND ND -£ ENDOSULFAN 1616 ND ND ND ND ND ND 2600 ND ND ND 9.3J SULFATE 4,4'-DDT 23322 ND 11J 850 ND ND ND 97000E ND ND ND ND ENDRIN ALDEHYDE -ND ' ND ND ND ND ND ND ND ND ND 13J ' METHOXYCHLOR -ND ! ND 42J ND: ND ND. 7900 ND ND · ND ND TECH. CHLORDANE -NA ~ NA NA NA NA · NA• t NA NA NA NA NA TOXAPHENE 11.9 NA NA NA NA NA NA NA NA ND ND ND ENDRIN KETONE 24.7 ND ND 89 ND ND ND 38000E ND ND ND ND PCBs -NA NA NA NA NA NA NA NA NA NA NA 39 Table XI Continued (ug/kg) SAMPLE ID CLEANUP. B-4R-12 C-1R-W3 C-1R-W12 C-1 R-E3 GOAL ALPHA-BHC 3.6 ND ND ND 20J BETA-BHC 12 ND ND ND ND DELTA-BHC 7.6 ND ND ND ND GAMMA-BHC 27 ND ND ND 36J HEPTACHLOR 4044 ND ND ND ND . ALDRIN 67 ND ND ND 10000E HEPTACHLOR 18439 ND NO ND 230 EPOXIDE g-CHLORDANE _5215 ND ND NO 10000E a-CHLORDANE 5215 6.3J NO ND 3900E A ENDOSULFAN I -ND ND NO N~•j N OIELDRIN 31.3 4.2J ND ND 2700E ~ A 4,4'-DOE 14102 7.6J ND NO 610 L ENORIN 1411 ND ND NO 3000E y ENDOSULFAN II · -ND NO NO ND T 4,4'-000 10180 58 12J NO 5300_E E ENDO~ULFAN 1616 2.4J ND ND 290 SULFATE 4,4'-DDT 23322 710 ND NO 17000E ENDRIN ALDEHYDE -ND ND NO ND METHOXYCHLOR -ND ND ND 490 TECH.CHLORDANE -NA NA NA NA TOXAPRENE 11.9 ND NO ND 9800 ·'-. --ENDRIN KETO~E 24.7 ND ND ND 500 PCBs I -NA NA NA NA NA·C wu not anelyz~ or '-Mita l.6llv1!11lable NO-Not detected J·Est!matea value E·COnc:entration in SIITJ)le extract exceeds highest linear point on calibration range and results are considered approxf111ate 40 C-1R- E12 ND ND NO ND ND NO ND ND NO . ND . NO NO ND NO ND NO ND ND NO NA NO - ND NA I I -. cl I I I I I I· ·• l- 1: I I I I I I I ---------------( A N A L y T E Table XII -Source Area Five Confirmation Sample Results (ug/kg) SAMPLE ID CLEANUP FCX FCX FCX FCX FCX FCX FCX GOAL -B-6 -C-2 -C-3 -C-4 -C-5 -0-2 -0-3 ALPHA-BHC 3.6 ND ND ND ND ND ND ND BETA-BHC 27 ND ND ND ND ND NO ND OELTA-BHC 12.1 ND ND' ND ND ND NO NO GAMMA-BHC 7.6 ND NO 3.9J ND NO ND ND HEPTACHLOR ' 4044 ND ND ND NO ND ND 54 ALDRIN 67 ND ND ND ND ND NO 58 HEPTACHLOR 18439 ND ND NO ND ND NO ND EPOXIDE y-CHLORDANE 5215 ND ND NO ND ND ND 40J 11-CHLORDANE 5215 ND ND ND NO ND ND 12J ENDOSULFAN I -NO ND NO ND ND ND ND DIELDRIN 31.3 NO ND . NO ND ND ND 100 4,4'· DOE 14102 NO ND NO ND ND NO 45 ENDRIN . 1411 NO 30J 20J 12J ND ND 31J ENDOSULFAN II -ND ND ND NO ND ND ND 4,4'-000 10180 ND 28.J 53 33J ND NO 260 ENDOSULFAN 1616 ND ND NO ND ND NO NO SULFATE 4,4'-DDT 23322 ND 41J 28.J 19J ND ND 1300E ENDRIN ALDEHYDE -ND ND ND NO NO ND ND METHOXYCHLOR -r ND ND ND ND ND NO NO TECH. CHLORDANE -~ NO ND ,.NO ND NDl. ND. 52J TOXAPHENE 1 ,.9 ND ND ND ND rib". ND ND ENDRIN KETONE ~4.7 NO ND 16J 8.4J ND . NO 9.4J PCBs -· NA NA NA NA NA NA . NA NA·Coq>OUnd was not anelrzed or data Lnaveflable ND·Not detected J·Eatfmated value E·ConcMtratfon in •~le extract exceeds h ehest linear pofnt on calibration range ard results are considered approximate 41 --- - FCX FCX -0-4 . -0-6 ND NA NO NA NO NA ND NA ND NA ND NA NO NA NO NA NO NA ND NA ND NA ND NA 9.7J NA ND NA 35J NA NO NA ND NA ND NA ND NA NO NA ND NA NO NA NA NA A N A L y T E -- Table XIII -Source Area Five Verification Sample Reauha (ug/kg) SAMPLE ID CLEANUP FCX-V FCX-V FCX-V FCX-V GOAL -030 -033 -034 , -039 (Grld D-1) (Grid C-1) (Grid B-4) (Grid C-5) ALPHA-BHC 3.6 ND ND ND, ND BETA-BHC 12 ND ND ND ND DELTA-BHC 7.6 ND ND ND ND GAMMA-BHC 27 ND ND ND ND HEPTACHLO~ 4044 ND ND 'ND ND ALDRIN 67 ND 0.83J ND ND HEPTACHLOR 18439 ND ND NO NO EPOXIDE g-CHLOROANE 5215 ND ND 1.4JN ND a-CHLORDANE 5215 ND 15 NA NO ENOOSULFAN I -ND ND ND NO DIELDAIN 31.3 ND 4.9 1.3.JN 0.52J 4,4'-ODE 14102 ND ND 3J ND ENORIN 1411 ND 6.4 36.1 6.2 ENDOSULFAN II -ND ND 23.8 ND 4,4'-000 10180 ND 8.4 12 3.8 ENDOSULFAN 1616 ND 0.68JN ND ND SULFATE 4,4'-0DT 23322 ND 2.2JN 13 3.3.JN ENDRIN ALDEHYDE --ND ND ND ND METHOXYCHLOR -ND ND ND Nb TECH.CHLORDANE -NA . NA NA \ NA TOXAPHENE I 11.9 ND ND ND ,fND . ' ENDAIN KETONE 24.7 ND ND '0.93J ·3.1J PCBs -ND ND ND ND ND-Not detKted J·Est1matea value NA-C<XTJ)OLnC:1 not analyzed or data Ul8Yoilable N·Pres~tfve evidence of presence of material R-QC indicates data u,usable C-Conffrmed by GCHS 42 - - ------ - FCX-V -040 (Grld D-5) ND ND ND 0.54JN ND ND ND ND ND ND 0.45JN ND 2JN ND 1.6J ND ND ND ND NA ND 1.4J "ND - FCX-V -043 (Grld D-4) ND ND ND ND ND 1.4J NO 1.5J ND ND 4 1.8J 18 ND 42 ND 19 ND ND NA ND 7.4 ND --- 1'1 I I I I I I I I I I I I I I I I I I ' . '- '\(__,, fCX-5-00J FCX-5-00◄ rcx..:c-oos C-lR-E-12 C-lR-E-J C-lR-W-12 {) C-!R-W-J LEGEND - - --BURIAL TRENCH fCX-5-00J CHAAAQtEIIIZATION SAi.iPL.£ Figure 7 E.P.A. Region IV Source Area 5 Q TDD #04-9210-0038-4425 FCX Washington Pesticide Site 40 0 40 SCIUt<FtU CRAIN BINS Washington, Beaufort County, North Carolina 43 I • LEGEND ···1 ■ f"CX-B-8 FCX-V-JO . ESTIW.m> EXCAVATION AREA CROUNOIIAT!R EHCOUPll!Rm IIIJl!IM. TR!NO< C0Hf'"ltWJIDN 5-U 'IERIFlCATION -.i Figure 8 E.P.A. Region IV Source Area 5 Q TDD #04-9210-0038-4425 FCX Washington Pesticide Site ! ~- I 0 .., sc.u .. Fm CRAIN BINS Washington, Beaufort County, North Carolina 44 \, ao I "I I I I I I I I I 1- 1 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 , __ / soil Bagging and Stockpiling Estimates of the volume of soil to be removed were initially se.t at 5,000 cubic yards, CAD projections notwithstanding. Excavation was initiated in the southwest corner of the site in source Area Five where the disposal trenches had been located. transfer.red to the existing stockpile by truck. The soil was To reduce the volume of soil that would have to be stockpiled until treatment options were determined, soil was placed in one-ton, nylon woven, polypropylene lined bags which could be stored inside the old FCX warehouse. Prior to moving the bags into the building, a temporary wall was constructed to separate the storage area from,tsection of . ,. . the warehouse in use as a distribution center by the Campbell Trucking Company. Wipe samples were collected to determine the prestorage concentration of pesticides inside the storage area. The locations of the wipe samples are indicated _in Figure 9. Results of the wipe samples are listed in Table XIV. These values can be compared with wipe samples to be collected following the removal of the bags to determine if the temporary storage adversely impacted the building. The bags were filled to approximately 1.7 cubic yards and sealed with duct tape, tied and placed on pallets ---~ outside. Eventilly the bagging operation was suspended due to the limited space available to store the bags pending completion of construction of the wall and preparation of the warehouse storage area. A total of 1,774 bags were placed in storage, representing approximately 3,100 cubic yards of soil. EPA Environmental Services Division (ESD) personnel conducted air sampling in the storage area and in the adjacent Campbell Trucking company facility to ensure that indoor air quality was not jeopardized. Results of 45 I the air sampling are listed in Table XV and sample locations are indicated in Figure 10. Verification of safe levels was made by the Agency for Toxic substances and Disease Registry personnel who determined the air sampling results were within acceptable concentrations. I! J 46 I -1 ' ,.\'"I .::::_:: I I I I I I 1~ ,~ I I I I I I ··•··········1''· ._;.....- 11 I I I I.>. I I I I I I I I I I I I I I I I I A .N A L y T E Table XIV -Wipe Sample Results (ugfWI) SAMPLE ID 001 002 003 004 006 AI.PHA-BHC ND ND ND ND ND BETA-BHC ND ND ND ND NO DELTA-BHC ND ND ND ND ND GAMMA-BHC ND ND ND 1.1 0.24 HEPTACHLOR ND ND ND ND NO ALDRIN ND ND ND ND ND HEPTACHLOR ND ND ND NO ND EPOXJDE y-CHLOROANE ND 0.59 0.24J 2.3J 2.3 «-CHLORDANE ND 0.27 0.98.JN 1.7J 2.1 ENOOSUL.FAN I ND ND ND ND ND OIELORIN ND ND ND 4N 0.33N 4,4'-DOE ND 15 . 12 46 15 -ENORIN NO ND ND 0.47 NO ENOOSUL.FAN II ND ND ND ND NO 4,4'-000 ND 3.1J 3 78 5.3 ENOOSUL.FAN ND ND ND ND ND SUL.FATE 4,4'-0OT ND 11 37 32 32 CHLORDENE NA NO NO ND NO METHOXYCHLOR ND ND ND 8.2 3.3 TECH.CHLORDANE NO NA NA NA NA TOXAPHENE NO NO ND ND NO ENDRIN KETONE ND NO NO ND NO 11-CHLOROENE NA NO NO ND NO 11-CHLORDENE NA NO ND NO ND y-CHLORDENE NA NO ND NO ND TRANS-NA NO 1.3N 2.1N 2.21'1 -NONACHUj)R CIS-NONACHLOR NA NO NO 0.79N 0.72N OXYCHLOROANE NA ND ND NO NO OP-ODE NA 2.2 0.86 3.5 2N OP-DOD NA 1.3 2 37 3.7 OP-DDT NA 36 90 33 32 PCBs ND ND ND NO ND NA-Not ana\ytea or c: ta li'WIV■I aole NO Mot aetect, J ·Est tmatea value N·Pres~t fve evfdenc:e of preaenc:t of aaterial 47 I 007 ND ND ND 0.11J ND ND ND 0.23 0.16 ND ND -.1.3 ~NO ND 0.95 ND 0.8 ND ND NA ND ND 0.37 NO NO 'm4N NO NO 0.14J 0.31 . 0.61 ND I FCX WAREHOUSE LEGEND ---k--. FO-W-00-4 CIWI....-U: t -:x:-►orn C0lrFCSffE SHP..£ Figure 9 E.P .A. Region IV Wipe Sample Locations TDD #04-9210-00JB-4425 FCX Washington Pesticide Site Washington, Beaufort County, North LI g 0 50 100 SC.II.£ IN f"£ET • ---~'-? FCX-W-001 , -. . • Carolina I I Vit'T"i I I I I I I· 1: 11 I I I I I I :,, •• I I I TABLE XV -AIR SAMPLING RESULTS (ng/M3) I I, SAMPLE ID SITE A SITE B SITE C SITED \ I ALDRIN NA 6.5 46.8 NA HEPTACHLOR .6.9 7.1 58.6 5.3 I ALPHA-BHC 4.5 3.4 152.7 0.3 BETA-BHC 6.1 5.5 NA 1.8 I GAMA-BHC 4.5 3.9 107 0.3 I DIELDRIN NA 0.5 15 NA A 4,4 -DDT 16.8 15.9 9 0.9 I N 4,4 -DOE 14 14.1 11.2 ·_,;1.4 ·-·,. A 4,4 -DOD 2.3 2.2 2.3 #NA I L ENDRJN 1 0.5 8.3 0.6 y ENDOSULFAN SULFATE NA 3.5 NA NA I :r CHLORDENE 5.5 5.2 121 1 I E BET A-CLHORDENE 0.2 NA 4.5 NA GAMMA-CHLORDENE ND NA 5.1 NA I GAMMA-CHLORDANE 8.4 7.1 22.5 1.7 TRANS-NONACHLOR 3.2 2.6 4.2 0.2 I ALPHA-CHLORDANE 4.7 4.0 8.2 NA I CIS-NONACHLOR 0.2 NA .NA. --_JA. OP-DOD 2.1 1.3 4.4 NA I OP -DDT 8.2 9.2 7.3 0.6 MO·Not U11tectea NA~Data t.nava1 l1 ,.. I I I .::_ .. ··:< . .;__,-;:,· I 49 I r------------------······· -----------~ \j L-~--:::-60 ~~, 0 0 0 50 0 50 100 0 0 0 ·e;z"liil'5SCAL£;;;;;;;;.,o,IN~FEET~~ --..----.-----. I I I I I I - srrr ,,. • I CAMBELL TRUCKING I COMPANY StrE •p • 1 I ~ '------'------ LEGEND - --TO.IPORAAY WAU i Figure 1 0 E.P.A. Region IV Air Sample Locations StrE 't' BAG STORAGE AREA TDD #04-9210-0038-4425 FCX Washington Pesticide Site Washington, Beaufort County, North • SITE 'O' Carolina I /"1 ' >1 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 Monitoring Well Closure During the removal process, several monitoring wells were found to be damaged or ·impacted by the extent of contamination at the site ( Attachment B -Polrep #5) • Five wells were either removed or permanently closed to prevent further migration of ·contaminated groundwater (Attachment E -Photographs). Site Restoration Native soil from borrow pits located in the area was used to backfill heavily excavated areas of the site. Sample_$..:~ the soil , ~ were submitted to the REAC laboratory and screened 'for the contaminants of concern. As indicated in Table XVI, results were nondetectable for all fill dirt samples. The site was graded to its original contour to blend with existing land features. Emphasis was placed on prevention of surface water pooling and intrusion, and facilitating drainage from the site. All disturbed sections of the site were seeded with perennial rye to promote the return of natural growth .and prevent erosion. Ori veways and parking areas disturbed during the removal were replaced with ----~ . characteristic aggregate material. The site was not completely backfilled so tlat the original soil could be returned· to the site after it had been cleaned. 51 Table XVI -Borrow Pit Results SAMPLE ID FCX FCX FCX BP-1 BP-2 BP-3 ALPHA-BHC ND ND ND BETA-BHC ND ND ND DELTA-BHC ND ND ND GAMMA·BHC ND ND ND HEPTACHLOR ND ND ND . ALDRIN ND ND ND HEPTACHLOR ND ND ND EPOXIDE y-CHLORDANE ND ND ND a-CHLORDANE ND ND ND A ENDOSULFAN I ND ND ND N DIELDRIN -ND ND ND A 4,4'-ODE ND ND ND L ENDRIN ND ND ND y ENDOSULFAN II ND ND ND T 4,4'-DDD ND ND ND E ENDOSULFAN ND ND ND SULFATE 4,4'-DDT ND ND ND METHOXYCHLOR ND ND ND TECH.CHLORDANE NA NA NA TOXAPHENE ND ND N9 ENIJRIN KETONE ND ND ND PCBs NA NA NA NO·Not detected HA-Not anal Zed or data Lr\lVlllable y 52 FCX BP-4 ND ND ND ND ND ND ND ND "Ni:>' -.. ND ND ND ND ND ND ND ND ND NA --~O.. ND NA I < I I I I I I I I I I I I I, I I • -• 1 I I I I I I I I I I I I I I I I I I I I ',,:_,:___,·· Conclusion In an effort to eliminate the immediate threat to the public and to facilitate one of the primary objectives in delisting the site from the NPL, an accelerated removal action was implement~d at the FCX site. The ERRS removed all soil and debris from the ground that exceeded the action levels of either 1. 0 ppm total chlorinated pesticides or the individual action levels of each constituent, whichever was less. The site was divided into source areas and/or grids and➔ampled to , ~ characterize the vertical and horizontal extent of contamination. Areas identified with contamination above the action levels were excavated to either groundwater or until safe levels were reached, as determined by laboratory analyses. Additional excavation was conducted ~n nonattainment areas until cleanup goals were achieved. Accuracy of the analytical data was ensured through strict QA/QC requirements. Laboratory spike and blank analyses conducted by the onsite laboratory were all within QA/QC limits. Duplicate analysis conducted by CLP laboratories confirmed the data produced by the REAC onsite attained. ljoratory and verified that ---..;J . cleanup goals were Approximately 13 ,·ooo cubic yards of material was excavated during the period of September through December 1992. This was combined with stockpiled soil from previous removal actions to produce a total of 14,700 cubic yards of excavated soil and debris. over 53 3,000 cubic yards of soil was bagged into 1,774 one-ton·bags, each holding approximately 1,75 cubic yards and placed inside the old FCX warehouse building. The volume of the stockpile remaining on site ha·s been estimated at 11,600 cubic yards. The stockpile was covered with an impermeable liner and secured with a chain-linked security fence. By removing the native soil and other material to the action levels identi-fied in this report, the ERRB was able to meet the criteria established by the NSRB to accomplish the delistinq_~ the site . ~ based on the risks from direct exposure to contaminated soils and from further gro.undwater contamination. The groundwater in several areas of the site continues to contain concentrations of pesticides above the action levels and will have to be addressed. Also, characterization sampling revealed the presence of soil with ' concentrations of pesticides above the action levels remaining below Charlie Tom's Restaurant, below the Webb apartment building and below the existing stockpile. The ERRB suggests any future sampling activity include the Mt. Pleasant Canal, as no previous ----~ sampling has been conducted in the canal and elevated levels of pesticides werj identified in the drainage ditch leading to the canal. Future plans for the stockpiled contaminated soil involves _ treatment by thermal desorption and returning the soil to the site. Action has been initiated by the ERRB to solicit a site specific 54 I -~ r , ':'I I I I I I I I I I I I 1'1 I I :LI I I I I I I I I I I I I I I I I I I I I I contract to perform the onsite remediation. A contract is expected to be awarded in fiscal year 1994. I 55 VII. REFERENCES 1. E. Akin, FCX-Wash Clean .Up McPherson, D. Lair, M. Henders, Agency, August 19, 1992, p.l. Numbers; Memorandum to c. U.S. Envirorunental Protection 2. J. 4. 5. c. J. Puetz, North Carolina county Maps, Thomas Publications, Ltd., Lindon station, WI, p. 10. William Klutz, Action Memorandum; Request for Removal Action Approval at the FCX Incorporated site, Washington, Beaufort County, North Carolina, U.S. Environmental Protection Agency, September 29, 1988, p. J. Jon Maybriar, TDD #04-9108-0037 Project Report, Roy F. Weston, Incorporated/Major Programs Division, Technical Assistance Team, EPA Contract No. 68-W0-0036, Atlanta, Georgia, April 24,1992, p. ii. __ :-? ... Tim J. Eggert, Work Assignment No. 08-4L9H Project Report, COM Federal Programs corporation, EPA Contract No. 68-W9-0056, Atlanta, G~orgia, May 5, 1992, p. 6-14. J 59 I I I I I I I I I I I I I I I I I t:1-'A ciAMPLE NO. PESTICIDE ORGANICS ANALYSIS DATA SHEET Lab Name: TRILAB ~ Code: TRI LAB Case No.: 16307 .. -..trix: (soil/water) SOIL Sample wt/vol: 1. (g/mL) G Leve 1 : ( 1 ow/med) MED % Moisture: not dee. 11 . dee. C01 Contract: 68-01-7407 SAS No.: SDG No.: Lab Sample ID: Lab File ID: C9120 0. I Extraction: (SepF/Cont/Sonc) SONC Date Received: 8/14/90 Date Extracted: 8/16/90 Date Analyzed: 9/ 2/90 I I I I I I I I I I I I I I GPC Cleanup: (Y/N) N pH: 6.0 Dilution Factor: CAS NO·. COMPOUND CONCENTRATION UNITS: (ug/L or ug/Kg) UG/KG 319-84-6-----alpha-BHC 319-85-7-----beta-BHC 319-86-8-----delta-BHC 58-89-9----~gamma-BHC(Lindane) 76-44-8-----Heptachlor 309-00-2-----Aldrin 1024-57-3-----Heptachlor epoxide 959-98-8-----Endosulfan I 60-57-1-----Dieldrin 72-55-9-----4,4'-DDE 72-20-8-----Endrin 33213-65-9-----Endosulfan II 72~54-8-----4,4'-DDD 1031-07-8-----Endosulfan Sulfate 50-29~3-----4,4'-DDT 72-43-5-----Methoxychlor 53494-7~-5-----Endrin Ketone 5103~7i!-:"""'3~----Alpha Chlordane 5103-74-2----7Gamma Chlordane 8001-35-2-----Toxaphene 12674-11-2----~roclor-1016 11104-28~2-----Aroclor-1221 11141-16~5-----Aroclor-1232 53469-21-9-----Aroclor-1242 12672-29-6-----Aroclor-1248 11097-69-1-----Aroclor-1254 ·11096-82-5-----Aroclor-1260. FORM I PEST 130. U 130. U 130. U 130. U 2400. 2600. 130. , U 130. U 3100. 2100. 21000. 260. U 24000. 260. U ' 1300. U 260. U 2300. 3400. 2600. U 1 300. U 1300. U 1300. U 1300. U 1 300. U 2600. U 2600. U 1 • 00 Q 1/87 Rev. v " .... -, -.... ., .. ... .. ~ -,-+ ro i,,"l ~i ol .... 0 0 ... l,1 0 ~.,) 0 0 : l ' ' I,--i .., I I .-. \ '-' ! . ---r--· --· 1,,aannei. t11,,u l-lcqaired: 02-S!P'SO 23:01 : Kethod: C:\~II\01Tll\CISJ6l88 Coneats: J.5!0V-17/l .95!0V-210 JuL 0 J) __, 0 Filenue: C!i10 Oper,tor: eve. __ 10.08 €AIPR. I ,J ................................................ ·->-±c"_:--_ ]0.54 \ ! I ···········~ --11.18 4,4'-000 ~ ! ____ , ___________ _j ',, .I -25.0Z K!THOIYCHLOR t hitlrin \(c.½,te (Ol!.J..,J,o,L .' I I I I I I I I I I I I I I i1 I I I I I I I I I I I I I I I I I I I I .111!.IA lc)l,81 Dyoa,ic Solutions, Divisicn of lillipore MAXIMA 820 CUSTOM Printed: I-S!P-1990 15:Jo:52 SAMPLE: COi 114 in Method: CAS16301 D&TiCTOR: ECO C PU 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 TOTAL !Of 12 II 20 Acquired: 2-SiP-1990 23:04 Rite: 1.5 points/sec Duratioo: 28.003 ■inutes Operator: RVG Peak St11t Peak Bod (ainute,} (ainutes} .. -·--..... -·····-··-,,,,_ H5~ 1.9!0 l.990 2.295 1.295 2.567 2.561 2.860 2.860 3.589 3.589 3.991 l.S9! 4 .502 4.502 4.992 U92 5,753 5. H3 U!4 6.384 i. 145 1. 115 i.906 1.906 i.613 8.613 !,429 !.m 10.JZO 10.lZO 11.006 11.006 12.702 11.324 22.174 ., Z'l.174 13.631 ...-.zr:m 26.568 I Retention Tiae Peat Area (ainutes} ··---·-·-·-·-· ---······· I . 892 80695 2. 05 5 519365 2.469 306140 2.719 i685i47 3 .219 4580098 3.806 4263!9! 4.122 1842189 4.687 561638 5,525 2139755 6. IO I 53!8086 6. 569 3!12759 1.645 2256618 8 .298 s3mo8 i.950 6212428 10,081 18296642 10.538 1766970 11.484 2121m5 19 .127 3934655 U.859 252222 15.023 2818402 ----------!06466821 I REPORT Type: UNKU lnotru,ent: &CD C Filena■ e : C9120 lnde1: 14 Ori(inal Cone I NG } ~ ~ r 1 • J , .. • -· l .. ~ C01poneot Nue H~PTACHLOR ALDRIN ~rxe1.oa mr ,.JC/ vA,M/11 ~ .c:Jl/..01! M Ne ALPHA-CH LORDANi <4-,tf.'-bl! .;_ DIELDRIN (;_fl/Dil.t,J 4,4'-DDD l>Bc. M!THOIYCHLOR t 'tr-Jr,'" ~.:k-"-e.. er,-.. Vl-4..Mt-'Lt:. N(J. I PESTICIDE ORGANIC~ ANALYSIS DATA SHEET Lab Name: TRILAB Lab Code: TRILAB Case No. : 16307 Matrix: (soil/water) SOIL Sample wt/vol : 1 • ( g/ml) G Level: (low/med) MED % Moisture: not dee. 11. dee. O. (SepF/Cont/Sonc) SONC co1-1ox Contract: 68-01-7407 SAS No.: SDG No.: Lab Sample ID: Lab File ID: C9127 Date Received: 8/14/90 Date Extracted: 8/16/90 Date Analyzed: 9/ 4/90 . . Extraction: . GPC Cleanup: (YIN) N pH: 6.0 Dilution Factor: 10.00 CAS NO. COMPOUND CONCENTRATION UNITS: (ug/L or ug/Kg) UG/KG . ~--· 319-84-6-----alpha-BHC 319-85-7-----beta-BHC 319-86-8-----delta-BHC 58-89-9-----gamma-BHC( Li ndane) · 76-44-8-----Heptachlor 309-00-2-----Aldrin 1024-57-3-----Heptachlor epoxide 959-98-8-----Endosulfan I 60-57-1-----Dieldrin 72-55-9~----4,4'-DDE 72-20-8-----Endrin 33213-65-9-----Endosulfan II 72-54-8-----4,4'-DDO 1031-07-8-----Endosulfan Sulfate 50-29-3-----4,4'-DDT 72-43-5-----Methoxychlor 53494-7@-5-----Endrin Ketone 5103-7't'c"9:.----A 1 pha Chlordane 5103-74-2----~Gamma Chlordane 8001-35-2-----Toxaphene 12674-11-2----✓Aroclor-1016 11104-28-2-----Aroclor-1221 11141-16-5-----Aroclor-1232 53469-21-9-----Aroclor-1242 12672-29-6-----Aroclor-1248 11097-69-1-----Aroclor-1254 11096-82-5-----Aroclor-1260 FORM I PEST ' .. ' ' ' ' . ' ' ' I I I 1300 . 1300. 1300. 1300. 570. 1600. 1300. 1300. 1900. 1200. 12000. 2600. 18000. 2600. 75000. 13000. 2600. 2200. 3100. 26000. 13000. 13000. 13000. 13000. 13000. 26000. 26000. Q ' I :u :u :u :u ' J I I I :u :u ' J ' ' J I ' ' . I :u I I :u ' ' :u :u I J I I J ' :u :u 'U u u u u u 1/87 I I I I I I I I I I I I I I (~·:1' Rev. I ' ., ~ ... 0 .. :! ;., :l ~ .. ➔ ,., .. ;,f 1. I~/ I .iuyu:. l,llj !.iV uanriel: :en C Acquired: 0(-SRP-90 12:il !etbod: C:\MA!\f.ATII\C:Sl635i ::, 0 u '""' ._, Co11eots: I .5:0V-11/1 .9!101-1:0 1,L ;#-.· -2. 16 ➔~; -1.87 LIO ':i ~7 Q -Ji :! -1 ➔;;;;,-:-ei,_-= l:ll S!.MM', B..!!L'fk.pl=hlor .-►-~ -3.78 ALO,fN ·n1 4-1.&1 • . . • I 37 0 -.-,--· ;➔~-: ..... ;;:=· -6.08 Go.m(r(l.·c:1'\o<-&lne. . ~-::.. i.54 l.l.?HA-CELORDANE i ' ' I ... '""' ._, 0 ,...,_ +f.-1.60 4.4:-opE ',➔?·.:. 8.2) 01ELDR!N -k===~ -8.9[ •, .. ~:-::-:==~::::::-.:;_-"'--ID.DI iHDifK : .:::::~ -10.45 ·_:0, ~ .i...--: -_, ~ '.······ ···➔4:----=--=-·, ---=== -11.38 4,4'-000 :-+----12.0~ E!IECE~L~.'.!i :: ~ IJ1 0 ~J 0 0 rJ '.Jl Q 7 •if: -•· !"..!.-il".11 /l..--· --¥-16.33 _., -•' .4-... , 7-'lt.T1 + J : I _ 11.&o i { •' :f ;... I • l-12.E!O!C ->j+-:f :•1 : 11 _ 21. H :, I i / ~ ! i I ' ~ ·...,;1 ~ I ) filenaae: C9!27 Oper,tor: RVG = -ll.53 4,4'-0CT \_}J~ '\ /,01,0 SAHPL!: COi 1:10 MAXIMA 820 CUSTOM REPORT Prir.ted: 10-SEP-19SO 17:09:!l 121 in Method: CASl6307 Type: UNKN Instrument: ECD C DETECTOR: !CD C Acquired: 4-SEP-1990 12:37 hte: 1.5 points/sec Duration: 28.003 1inutes Operator: RVG fileoaae: C9127 lnder: Disk I PU IOI . P!&k Start Peak ind (1inutes) (1inutes) Retention Tiae Peak Area Original Cone Co1ponent Na1e I I I I I I I I I 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 IT 18 19 20 21 zz 23 24 25 26 27 28 29 TOTAL II IZ 13 14 15 16 I 9 ~ .. ..,,.-:. I. 7 5 I 1.979 2. 088 2. 306 2.556 2.860 3.056 l. 26j 3 . 57 8 l.969 4 ,'209 4.491 U!2 5. 720 i.352 7.101 7 .830 " '8.531 ks.l:385 I 0. 201 !o.919 ) 12.017 12.626 14.461 !5.818 11.367 !8.705 21.837 ll.436 (,inutos) -----------------------I. 979 l . 8 i l 2.088 2.0!5 Z.262 2. I 3 2 2.556 2.458 !. 8 I 9 !.708 3.056 2.958 3.263 J. I 97 3. 5 67 3. 360 3. 969 3 .115 L 209 L 100 4.470 4.263 4. 948 UH 5.no U72 6.362 6. 07 9 7. 069 6. 5 36 7.830 7.602 8.537 8. 25 4 9.353 8. 907 10.201 10.005 J0.919 I 0. 451 !Z.017 11.375 12.561 IZ.093 14.464 13.529 15 .878 14.711 17. 128 16.334 18.705 18.074 21.01 I 19.597 !l.436 · 22.685 26. 187 24.162 -------~--,mi 2:000 21974 22434 128762 27908 109064 16787! ,56940 82H~ 41181 23441 19925! 465111 263455 125483 332661 !27956 1063091 1)10997 I 15 I 511 81522 645701! 27ZJ 41 46C52 55124 187919 42237 258307 ---------- 14390874 ( NG I. --e. ss; -Htt fi,.aLd ti ... lid-- -Hit- 1lrmi't -6.CGS HiPTACHLOR ALDR!U Gilhl#l1 -ctf(..DIZ~A ,Ii; ALPHA-CHLORDANE I 4,4'-DDE DIELDRIN ENDRIN 4,4'-DDD EliD9SULfUI I I 1,4'-DDT DBC I I I I I " ,., ... ·--,-~---~, ,.,v ~01noe1: !CU i Acqoirod: OS-SEP-SO 19:ll Kethod: C:\KA!\0ATJl\COil6J07 Co11eot,: 08-508 • i< ,_ n -.1 ~-, o , -t-s 0 ~ ~ ·-·-:, 0 ;..., __J_._, -'---~--'----'---6 1 ~-F-' 1· -j I i i .~~' I -._, I : w7 ;:;a ,-; .I ~ -.--; 1 . • I !-+~c..-6. H '-W--5,5 ~ -7.80 1--H:: 7jg .,.:: -8 5! .~-1...-1...11:,,--t~ -· 9.JH:bH-elK -•~• ;~--.... •·\! -9.60 ALDEiN ;'".,,i _, 0 ~--~----'----~ Fi len11e: 101£; Operitor: R,G ~ .-. '--' 0 ---~ _, -... 0 1F -..:._~= !O.!~ ~10.55 :i w, .., ~ ,.. ,.,. !~ :,n ~O -11 -I I. I 9 GAKKA-CHLORDANK ... ;;:::.--I 1.57 ALPBA-CBLO!DANE ~ 11.90 .(~'-1>0£ ~--1!.42 D!KLDRIN ' ~¥ ·--_ il.80 1 "' "-"p,_,,i f;b--4,___-========----ll.SZ tl.o,,lr -13 96 I 4-'0DD _.. +"= · · ' <j-<1'-DDI ........ ~.l<.!5 -15.IZ 1:◄-•~n ~+..t:n ~~ 7 . ··o•·•• ~ ~Li! }5.(9-if.j'l~ ,11wtUIDL -*· 16.05 ili9G5ciJAN S64 . ., -! _iilN "-1!.ZI --4 -we---:_ I I.!! .~-18.ll fi$:-l8.6! J 18.88 ~ /:!,.--19.90 il'PB!H UION~~"e.. 1-11;-r a l i' I '· I ,' \ . ; I j I ) -'Jl~ \~O "I ,o ~ ~ - 0 ~ ~ 0 ~ ~ ~ -~ ·-~ ~ = :::: -~--= -~ c..J • .,: ~ = --~ .. ,~, <....:I ---~ •• 0 0 -0 ~ ~ ~ ~ ,c ~ s _no - -'! no ~ :_:i iJ~} - -·--- - -------i ' \ _:; ' '1 <> . -< .,,_, ~ ..... ~ = = °' u ·= ' ~~ -. l I:: f = °' °' -~ cl ;i C: . J: -,s ,-. --s i5 1 ,l) -.Q ...... C) :::! d ' ',;. I ,,.~ = . ~ ., ~ T-·r--.-·-··T-1-· 1 .80 2. 00 ){ -:I"'-. :.,. \., . I , ilIIMI lc)1987 Drnaaic Sclutioos, Divisioo of !ii Ii pore -,:. I MAXIMA 820 CUSTOM REPORT / ... Prin~ed: 9-SEP·l9SO 2 I : l O: I I \: I SAKPLi: CO! I : I 0 I 1pe: UNKN 17 in Method: CON!6307 [nstru1ent: ECD K I Aciu ired: S.SiP-1990 19: 3 I Fiienaae: 10265 iate: 1.5 points/sec lnder: 7 Duration: 22.995 ■inutes I Operator: RVC D!liCTOR: £CO I I Pll Peak Start Petk ind Retention Ti,e Peak Area Solution Cone Co1ponent Nue (1inutes) (1inutes) ( ■inutes) -----------------------------------------------------------------------I I 6,r.f - - 6 .87! 6.13! 2li46 2 6 .874 7. 03 I 6.953 SI 15 l 7.0jJ 7.144 i.013 268◄ I 4 7. 210 7.170 i.380 j5S1 5 7. 706 _7 .976 7.796 !2539 6 8 .138 8. 59 5 8.516 I 7432 7 8. 715 8 .989 8.865 5!!15 ll...O-l1T:' H8PIACHLOR I 8 8. 989 9. 416 9.!35 110073 ~ Mi~ &TIC 9 9. 4 I 6 9. 776 !.596 189081 ~ I.LORIN I 0 9. 71! 9.915 U55 l664! I II 9. 915 IO. I 3 6 10.069 11319 I 2 IO. I 3 6 IO. 3 95 IO. I 9 l l 656 I i 3 10.110 10.609 10.553 I 0516 I I 4 10.609 I 0. 7 I 0 10.665 77 09 I 5 10. !JO JO. 834 10.766 15651 I 6 10.831 10.969 10.890 8361 11 10.980 II. 115 I 1.010 13289 I I 8 I I. Ill 11.llO I I. I 91 2!3467 ~ CIMKl·CHLORDANi 19 I !.:MO • 11.475 11.408 38148 20 11.m-:-· II.Ill I 1.565 1!3041 e. 02 C ! : ALPHA·CHLORDA~R I !I 11.m • l!.015 !!.!03 !0017 22 !Z.038 ,fi· 1!8 IZ.091 1176 23 !!. 1!8 .308 12.!!8 106351 ~ 4,4·'DD£· I !I l!.308 l!.566 IZ.m 151000 ~ D!HDRIN !5 l!.566 !!. Ill l!.668 1!164 !6 J!.124 l!.859 I !.803 17505. 21 l!.859 13.365 ll.960 215366 ~ t-,'I C)e I ,.I I 28 13.365 13.118 13.5!3 135!40 ~ 29 13.181 11. 153 13.961 113!!15 ~ 1,4-'DDD 30 11.153 14.378 !l.251 37165 I 31 11.100 11.516 I 4.458 l I !l H !UH 14.104 11.636 am 33 14.704 !UIS 14.1!4 23 ll! ~ <1'-01>1 I 34 . 14.951 15. l 68 15. I 20 2205857 ...23.f-:: ! '! 'gp~ I '--" <Si't,. ,,o •-·-I '\\ lo I ~ ' J5 Ii.hi Ii . 7 28 I 5. 491 7 O! 9 i. 36 I 5. 12 8 I 5. 919 I 5. 806 1mo 37 I 5. 919 16. J 13 16.054 )0681 38 I 6. 3 2 I I 6. 616 16.m I £150 39 16. 6 I 6 I 6 , 8 3 0 I 6. 7 I 8 5!!5 10 !6.8j0 17.014 I 6 . 9 J 1 sm II 17.078 17, 5 I 6 I 7.213 16911 12 I 7. 5 J 9 17. 85 4 I 7. 7 JO 28049 43 17. 85 4 18 .124 17. 989 39088 14 18. 116 18,529 18 .270 33118 4 5 I 8. 5 51 18,799 18.686 16!Cl 46 18.799 19.013 18.878 5938 47 19. 219 19,766 19.676 31892 4 8 I 9. 7 66 20.194 19.901 81513 ---·-····-TOTAL 6!!4879 .,...., -·- " ' 1 • I I 1 · b ' ' ' b l iS I 'd f l' I h' €;:G esr, 11a ow a 10:iasec ott gen ,espouse ■ore ~ an oa:.sr e e ca r...t~tcc rase,. ) 9. Bt l DBC I I I I I I I I I I I 'V EPA SAMPLE NO. PESTICIDE ORGANICS ANALYSIS DATA SHEET I 01 1 '\b Name: TRILAB Contract: 68-01-7407 1 r" Code: TRILAB Case No.: 16307 ·,;,,,'trix: (soil/water) SOIL I Sample wt/vol: 1 • (g/mL) G I Level: ( 1 ow/med) MED % Moisture: not dee. 13. dee. I Extraction: (SepF/Cont/Sonc) SONC ( Y /N) N pH: SAS No. : 0. 6.0 SDG No.: Lab Sample ID: Lab File ID: C9121 Date Received: Date Extracted: Date Analyzed: Dilution Factor: 8/14/90 8/16/90 9/ 2/90 1.00 1 GPC Cleanup: COMPOUND CONCENTRATION UNITS: (ug/L or ug/Kg) UG/KG Q I I I I I I I I I I I I I ~ 319-84-6-----alpha-BHC 319-85-7-----beta-BHC 319-86-8-----delta-BHC 58-89-9-----gamma-BHC(Lindane) 76-44-8-----Heptachlor 309-00-2-----Aldrin 1024-57-3-----Heptachlor epoxide 959-98-8-----Endosulfan I 60-57-1-----Dieldrin 72-55-9~----4,4'-DDE 72-20-8-----Endrin 33213-65-9-----Endosulfan II 72-54-8--~--4,4'-DDD 1031-07-8-----Endosulfan Sulfate 50-29-3-----4,4'-DDT 72-43-5-----Methoxychlor 53494-7e-5-----Endrin Ketone 5103-7~9~----Alpha Chlordane 5103-74-2-----Gamma Chlordane 8001-35-2----~Toxaphene 12674-11-2----JAroclor-1016 11104-28-2-----Aroclor-1221 11141-16-5-----Aroclor-1232 53469-21-9-----Aroclor-1242 12672-29-6-----Aroclor-1248 _11097-69-1-----Aroclor-1254 11096-82-5-----Aroclor-1260 FORM I PEST 3800. 130. 130. 6300. 130. 130. 1 30. 130. 4500. 3100. 30000. 270. 270. 54000. 1300. 270. 3200. 2200. 2700. 1300. 1300. 1300. 1300. 1300. 2700. 2700. Ex Ji,otf trl/ u u u u u ,u ' ' ' ' ' I :u I I. 'U u u u u u u u u u u 1/87 Rev. V ~ .... -..., .... .l ... ~ ::: r+ f:j • ~, 17 Sup!,: 01 Cba,,e!: 1CO C Acquired: 02:S!P-90 23:ll . !etbod: C:\!AliDArA!\CA:16388 Co ■■eots: 1.l!OV-17/J.!5!01-110 luL /J 0 0 ."< , 10-• .::. ._, 0 • . .,10 ~ ts ~ .~ '-' g cc '-' ,.., ..., Filena■e: CSl2l ·Operator: ilG I / -• g11~::::'.=:=:=::~~ I I I I .o !.Jj 0 ~--2..~ ~ ':+.-: ~ \--H==~~~~~~~~=~-=--f.¼-,-~ ~ ·· .. :-~ 4.32 _ l ~OJ72,;!M!A-BBC ~-l,7! .. ~€f'U e,/f'v -:.ZZ ALPBA-BHC . --==-=--5. JI I ~ .. --=: ___ -6.16 _.::.;; cc .. ➔:!a -6. 60 ALPHA-CHLO&OANE . -----...::::.-. " DO' ------7.65 4,, -• ·····➔-t.::... _____ S.li Dl€-L.0(1/J I .... :-:-i ;:; I -j ... ! ;~ '-:ii -'-' :J i a-i Cl i'J ·~ "' ~ · .. ···············➔"-=-===============~ -8.56 . J ~---~======:==========--==:::=-_ iO. Oi !r.uiii' £;./J DR.I -~-~~=---·'·· ··············· '_f"'_-14. 75 -----. _ .. --..:,,,... _-\-16.52 )~~--! ,__ ~ J 0'1 _ 19.98 :· i' / + ;, _ 22,91 DBC ,, ~ ~-·-......_·,-25.27 .~ETH€EYG3L82 l;iNr:>t-lN ~--· ... ----l ' 4-'/--bDt> · ' ::i-ll.58 4,4'-DDT KE: iO tJ e i-m cth bi 'I ch I rr (oo. 1u. n ',," \})~ qO 11 [1 I ~ I I I I I I I I ···.·.··• -~"■ I I '!!IHA (c)1911 Dyn11ic 3olutions, Division of Killi.icre . ------. SAMPLE: 01 MAXIMA 820 CUSTOM REPORT Pric:ed: 1-SEP-1950 15:H:!; 115 in Method: CASl6J01 Type: UN!N lnstruaent: ECO C Fileoaoe: C9l21 [odet: 15 DKTKCTOR: BCD C PII I 5 6 7 8 9 ! 0 11 i2 13 14 15 16 17 18 TOTAL ID I I 2 9 11 I 3· 16 19 zo . l.cquired: 2-SEP-1990 23:33 Rate: 1.5 points/sec Duration: 28.003 1inut,! Operator: RVG Pni Start Peai hd (1ioutesj {aioutesl ~--:....·-~ •. -------·-J. l 90 UH 2. 319 3. ! i I i.154 3.liO 3.liO 1.m 4.459 5.021 5.0!4 5. 862 5.862 6. 3i I US! 7. I!! 7. I 88 1. &81 7. 8 ! ! !.559 !.559 9.472 !.412 IO. 7i8 12.778 !UZ9 14.529 15.rn 15. 921 11. 444 !8.i92 21 . i01 21.717 23.621 ,. _13.621 21.m £, ..... -· ) Retention Ti1e Peai lrea (1ioutes) ------------------------2. 219 1652619 2.119 IOO!ll!i 3. 401 10661303 1.311 876195 l.720 11092!9 5.340 452!162 6. I 5 5 lll 7030 6.601 4314156 1.645 3180663 8.276 7364523 8.961 11516124 10.049 2U4208S 13.681 44561314 ILH1 1062330 16.519 2347!28 l!.977 1357471 22.935 448080 25. 274 11487739 ----------1589415!3 Orilinal Cone I NG I ·-------· ~ ~ ~ ~'"'°'" ~d ~ ~ :l.etl _l.µ.Hd --------------;..#+-Co1pooeot Nue ALPHA-BHC GAMMA-BBC ~t)t/(. G 11mm11.-ch/~l!..M.. 1.LPHA-CHLOiDAWi 4,4'-DDE ., J)!t:WIC./ ,v ENDi[N 4,4'-DDT DBC ch,' .!!UiQ!!GHLeq Gr, ¼,tD~ ;-~d. & 'f~ o..\" <._/ } ~tSTICIDE.ORGANICS ANALYSIS DATA SHEET NU. I 01-1ox Lab Name: TRILAB Lab Code: TRILAB Contract: 68-01-7407 Case No.: 16307 Matrix: (soil/water) SOIL Sample wt/vol: 1 • (g/mL) G Level : ( low/med) MED % Moisture: not dee. 13. dee. o. Extraction: (SepF/Cont/Sonc) SONC GPC Cleanup: ( Y /N) N pH: 6.0 SAS No.: ------- SDG No.: Lab Sample ID: Lab File ID: C9128 Date Received: 8/14/90 Date Extracted: 8/16/90 Date Analyzed: 9/ 4/90 Dilution Factor: 10.00 CAS NO. COMPOUND CONCENTRATION UNITS: (ug/L or ug/Kg) UG/KG Q 319-84-6-----alpha-BHC 319-85-7-----beta-BHC 319-86-8-----delta-BHC 58-89-9----~gamma-BHC(Lindane) 76-44-8-----Heptachlor 309-00-2-----Aldrin 1024-57-3-----Heptachlor epoxide 959-98-8-----Endosulfan I 60-57-1-----Dieldrin 72-55-9-----4,4'-DDE 72-20-8-----Endrin 33213-65-9-----Endosulfan II 72-54-8-----4,4'-DDD 1031-07-8-----Endosulfan Sulfate 50-29-3-----4,4'-DDT 72-43-5-----Methoxychlor 53494-l075-----Endrin Ketone 51 03-U=-9-----A 1 pha Ch 1 ordane 5103-7¢-2-----Gamma Chlordane 8001-35-2---~-Toxaphene 12674-11-2----7Aroclor-1016 11104-28-2-----Aroclor-1221 11141-16-5-----Aroclor-1232 53469-21-9-----Aroclor-1242 1~s~~=~s=~=====~~gg1g~=i~t~. 11096-82-5-----Aroclor-1260 I I I I I . 1200. 1300. 1300. 3400. 1300. 1300. 1300. 13_00. 2700. 1200. 22000. 2700. 74000. 2700. 32000. 13000. 2700. 1500. 1500. 27000. 13000. 13000. 13000. 13000. 13000. 27000. 27000. I I : J :u 'U I I u u u u u :u I I :u I I J : u :u : J : J :u :u :u :u :u 'U 'u !u ' ,:1 :1 I I I I I I I I I I I FORM I PEST 1/87 Re\ 1 I I I I I I I I I I " " ,.. I \ •. ... ... ., • .... I ::i ,. ~ ,.... :'!I I ~: I I I I I I '-......--· I ..., 0 .... ,:) □ ..,, !~ Y' :J I)': 0 1 i .ln~1e:u11:1u Chacnel:~CDC Acquired: 01-SEP-90 IJ:07 Hetbod: C:\H!l\D!f!l\C!Sl6l88 Co11ent,: l.5:0V-ll/l.l5:0V-110 luL X ..... -l.ZO ALPHA-BBC -Z. 70 GAHHA-BHC -l. JE Dtfu?'l ---------13.47 4,4'-0DT :·-~+---------~ - ' j-!Ul _J. . j t _ 16, 28 I _:, -!4.89 f.lTF.OIYCSLOB ,-£,VIJ~,.,._ \tv-.,o'\.e. (oe\u.1-tc" Fileoue: CSi18 Operator: HVG I --11.31 it,'1-DD!) ---- ~ -• 0 ~ ~ ~ ~ -~ --~ ~ 0 ---= -- / ~ -~ -3 ~ ('~ _, ....., I .... -~ ~ 0 0 -0 ~ ~ ~ -~ J ~~ ' -' ·-' ~ , o· 0 ~ X ~ ~:· a: :_; _ nn --~ ~ 3 .no - 2.00 --- - ---- - -., 0 ~ ~ <>: --= - I I I .. r1 --, I L ------,-···---·-· ,---r-·--··--,·--~- o. 50 1 .oo ,.so x .t01 l'1 inui:.Ps I HA!IHA lc)l981 Dynaoic Solutions, Division of Nillipore SAMPLE: 01 1:10 MAXIMA 820 CUSTOM REPORT Printed: I-SE'-199D 16:20:il 122 in Method: CASl6301 Type: UHIH Instru,eet: 8CD C Fi lenue: ·c9123 Indei: 22 DETECTOR: BCD C Acquired: I-SEP-1990 13:01 Rate: 1.5 points/sec Duration: 28.003 1inutes Operator: BVG PU !DI Pe&i Start Pe&i Bod Retention Tioe Peai Are& (1inutes) (,inutes) Ori1inal Cone Coaponent Na,e I z 3 I 5 6 7 8 9 ! D II 12 13 11 I 5 16 17 I 8 19 20 Zl 22 13 21 25 26 TOTAL 2 3 9 10 13 16 19 20 ----------.,,_, i.805 I.S68 2.0S9 2.316 2.534 2 .925 l.121 3.621 3.937 UDI l.959 5.192 5.186 6.286 UIS 1.188 7 .132 8.406 ... , .J,331 --10.636 12.m 11.290 I 15.758 18.455 21.565 !3.262 (1inutes) -----------------------1.968 1.8!2 2. 099 Z.D15 z.m 2. IS 7 2.531 2.147 2.m 2.m 3. I 21 2.980 3.621 3.360 3. 915 3.637 LIO! l.152 l. 9 31 1.622 5.192 5.261 5.186 5. 590 6.286 6.0!8 6. 615 6. 5 I l 1. I 6 7 6.ilO 1.132 1. 526 8. l 06 8. li5 9. 309 8.820 10.636 9. 196 12.561 I 1.310 I l.290 1).474 15.595 14.627 17. 183 16.280 21.081 l 9. 71 I 23.262 22.609 26.391 21.893 ----------I 5 Ill 37980 119685 3 3585 533411 50078 798100 61950 79314 89811 251517 89011 223389 19 9353 l515!a 125067 195085 1351982 1797247 7011607 263!554 418469 85111 l0!705 30305 780342 . ----------11803481 I ), ( NG ) ~ tT .• ~:~ --; '' •.• .! ~ ~ ~ .:.......:.;, ·-~= ~ Htt-+r:,-rn-d-~ ALPHA-BHC GAMMA-BHC 'ffrt ue-. .I)' In rt of flt:, g ,)J \ 10,0 "1''\ Uf'!,\C1!6o.i-E~2!-i;ttll!./1-1-cf, (ow. a,,..,-ALPHA-CHLC•iulN8 -8tVQquu 11K -:-'f-/f-ore !NORJN q..,1(-DDD (,4'-0DT DSC MBTBOITCHLOR t 't. ...i,.-i (\ \le.~ " ~ o)l\ / '1 () o.../1 X .. .-, -.. J ,.,. :i C: ~ ;!J ~~ --. Suple: 01 1:10 Channel: ECD K Acquired: 09-!iP-90 19:Si Kitbod: C:IKAl\DAfll\COH!630i Couent&: DB-608 >( --'l • 1() -\J1:, i i:s 0 ,.. fJ --=' -=' =· 0 -· 0 :) ,,., .::i ' o I I .. j~ I 0 'j' ui-, -' ;,..,' I ~--~ ...:.+-6.H ~-•·11 ... --0 ~ IJ1 0 ~J 0 0 ~ 7 .,I\ 4E -1 , "" ~Lt-111 ,·,c -.,. .38 .• ,.-.. :,,~ -7.79 . L 8.51 -8.!l lJ"fll,,,o.·b~ ., :; 1 DI'" !.14 ~.b:. ··' -t,:,t-' ~9.59 ~-\O.QS (r~\11\G.o #-10.5.4 ~JO.~! ~ _ 11.19 -.!.m. rn. ,, '" ~ ~ - I 1.57 .IL'B' C'LO. BOLL E},'f<l1"1Q.-c.h /o,-o<t"' ~-1191. •·" DA~B . •~ ~ -!Z.11 or-~f-/~ i: !r .••. t.11-Gl~ q!111'10 ➔~----ll.24 12.95 -il.51 EUD8IH .. ,\\$<fr1Jil -15.!Z '1-,ll',oo..--~====:==---~fr iS.l! / ➔rt-16.0l -Ht--16.43 '$ 16.10 --11:.. 17.12 ::Z:., 11.i! DSC -,;ib.Jl.!! ~!8.!7 ~ 16.,8 \ir/ -,!""" 18.90 c).: ~_19.~!9 oo ;uoau ETOH ➔<l= -·--...... ~ .. ,o I' ~ ... -...:.: :) -"' ) Filenue: KOHi Operator: RYG .:, ::-, 0 13.95 4,4-'DDD IS)~ '\\lc\'\O I --},. I I I I I I I· ... 1:· I 11 I 1: I I I :, I I I I I I I I I I I I I I I I I ( • •"'•••·. ::.::\·:·:: . I~., I V " ,-,. ,=, ... ~ Suple: 01 I: 10 Cb,ooel: ECO ! Acquired: 09-SEP-90 19:56 Method: C:\!AI\D!T!l\C0Nl6l07 ~ x 10-.c..:. volts 8.30 ... t·..'i 0 Filena.e: rnz~t Operator: RIG _ 12.95 -~AI!~). (:)!~H DpHic S~lutions, Oivi~ion of Millipore MAXIMA 820 CUSTOM REPORT Printed: 9-SEP-1990 21:!2:!l SAMPLE: 01 1:10 18 in Method: COM.16307 Acquired: 9-SEP-1990 19:56 Rate: 1.5 points/sec Duration: 22.995 ■inutes Operator: RVG DETECTOR: ECO K PU I 2 3 I 5 6 1 E 9 10 II 12 13 11 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 JI 32 33 34 Peai Start l•ioutesj 6. JI I 6.626 6.685 1 . 099 7 .324 7.673 8 .044 8.224 8. 438 9 . Oll 9.428 9.675 9.176 9. 9 I I JO.Oil . IO. I 14 10.418 !0!'620" 10~-- !0.815 IO. 96 9 11. I 01 I 1.318 11.m 11.734 l!.001 12.ll! l!.308 IZ.566 IZ.713 12.836 13. HO 13 . J 6 5 13.759 Pui End i1inutesj i.518 6.885 7. 088 . I .30 I 1.159 7 .909 8.ZZI 8. IOI 8.581 l.259 9. 67 5 l.776 9. 911 !0.013 10, I II 10.350 10,620 10.710 10.815 10.!69 • ,41.101 /il.318 11.175 II. 723 !Z.004 IZ.128 !Z.308 IZ,566 !Z, Ill IZ.836 13.140 13,365 Jl.759 JI. 130 Reteotioo Ti■e l■inutesJ 6. IO I 6. 7 3 9 6.953 7.200 7.380 7.785 8. Ill 8. 3 03 8.505 9. 1!5 9.585 9.731 9 .844 9.990 10.058 IO. J 9J 10.541 10.rn 10.718 10.901 JJ.O<i I J.191 I I. I 08 I J.565 11.914 l!.083 I Z.211 l!.409 l!.615 IZ.180 12.94! I 3. 211 13.51 I I J . 9 5 0 Peai Area I Ill I 3 9910 4585 114399 !901 Zl 195 281806 58269 !5011 moll 21019 5!88 11885 22216 31150 91511 6!316 15358 Zl!58 um !3070 198606 58915 132504 lO!lll 33565 119158 ZZ?l!5 ?l?ZI !ZIil 860360 21003! 1091330 2793923 I Type: UMEH Iostru,ent: !CD K Filenue: K0266 Ind er: 8 Solution Cone i.::::: e. :: : : : ... O.U~l.. Q..0'9! ! • ,OCII b. • .. ., .. 9. C::: : C01pone1t Nu, I I I I I I I I I 6 /\""M'<l . o,. l c,,,Ja..M. GXl.l,l·••COtO.~! , ALPEA-CUOiDAN! il-4' -l>OG I fitLBR1I ENDi!M 1,1-'DDD I \=a I I I I I I I I I I I I I I I I I I ....... , TOTAL I c/ I ;5 36 31 38 39 40 II IZ 43 44 45 46 II 48 19 50 51 51 53 54 55 I 1.130 !Lill IL II I IU58 JU58 14.693 14.693 IU\O 14.940 15.435 15. 435 15.61 5 15.615 15. 9 41 15.!41 16. 200 16.!34 16.605 16.605 16. 8 41 11.0ll 11.ZZI 17.258 17.516 l 7. 516 11.865 11. 865 18. 1 J 5 18. I 35 18.405 18.563 18.188 1.,w_ .. l9.013 19. l 81 l 9.418 19.418 19.166 19.166 20.081 !0.081 !0. 281 ) 1Li09 i!.501 IUl4 l I . El 5 15. 120 1,.rn Ii. 6 6 0 I 6. 05 4 16.425 16. 6 95 11. 123 11. 49( 11.685 11.9!9 18.!10 18.615 l!.900 !U39 19. 616 11.901 20 .14 9 9231 I 10632 001 I 5 26 4 1263995 0144 33969 2013 3 13JZ7 5010 3337 6821 IIZ16 11658 5659 4805 2167 5520 15609 312317 5!51 ---------- 9369836 +.ttI- 3. : G;: : l.992! ! DBC ~ffiox~clt/v 6NDRIN U!ONR t:.1-'A ::iAMPLE NO. PESTICIDE ORGANICS ANALYSIS DATA SHEET Lab Name: TRILAB Lab Code: TRILAB Case No.: 16307 Matrix: (soil/water) SOIL Samp 1 e wt/vo 1: 1 . ( g/mL) G 02 Contract: 68-01-7407 SAS No.: SDG No.: Lab Sample ID: Lab File ID: C9122 Leve 1: ( low/med) MED · ~ Moisture: not dee. 15. dee. Extraction: (SepF/Cont/Sonc) SONC 0. Date Received: 8/14/90 Date Extracted: 8/16/90 Date· Analyzed: 9/ 3/90 GPC Cleanup: (Y/N) N pH: 6.0 Dilution Factor: 1.00 ' ' ' ' ' ' ' ' ' ' ' ' CAS NO: COMPOUND CONCENTRATION UNITS: (ug/L or ug/Kg) UG/KG 319-84-6-----alpha-BHC 319-85-7-----beta-BHC · 319-86-8-----delta-BHC 58-89-9-----·gamma-BHC (Li ndane) 76-44-8-----Heptachlor 309-00-2-----Aldrin 1024-57-3-----Heptachlor epoxide 959-98-8-----Endosulfan I 60-57-1-----Dieldrin 72-55-9-----4,4'-DDE 72-20-8-----Endrin 33213-65-9-----Endosulfan II 72-54-8-----4,4'-DDD 1031-07-8-----Endosulfan Sulfate 50-29-3-----4,4'-DDT 72-43-5-----Methoxychlor 53494-70-5-----Endrin Ketone 5103-71-9~----Alpha Chlordane 5103-74-2-----Gamma Chlordane 8001-35-2----~Joxaphene 12674-11-2-----16,roclor-1016 11104-28-2-----Aroclor-1221 11141-16-5-----Aioclor-1232 53469-21-9-----Aroclor-1242 12672-29-6-----Aroclor-1248 11097-69-1-----Aroclor-1254 11096-82.-5-----Aroclor-1260 . . -·---! 1 30 ·" 130. 130. 130. 48. 20. 130. 1~0. 160. 270. 270. 270. 2100. 270. 6500. 1300. 270. 100. . -·3'\ o;,;,,I 2700. 1300. 1300. 1300. 1300. 1300. 2700. 2700. Q ' ' :u :u 'U u J J u u J J u u u u u J . J u u u u u ,u :u :u ' '. ' ' I I I I I I I I I I I I I I I I I FORM I PEST ::_;I 1/87 Rev; I I I I I I I I I I I I I I I I I I I X .... a ... ::! .... ,. ,.,. /'O ~1 ,oopie. v, CO,onel: [CD C Acquired: OJ-SiP-90 O:OJ Method: C:\MII\DITII\CISl6!S8 Couents: I .S!OV-lill.95:0V-210 ·,uL ._: ...... 0 Fileoue: C!l22 Operator: R~G c~,'-.c_+--~-'-~---~..,__'--'-~-'-~~__.._.-:_'-~~-~---'--'---'--'- a I i !J'l 7 :_: 1 .... I ' _, ~1 I 7 ... !Jj 7 ""' - 0 a ----.-~= Z.47 ~z.10 st,¥.!!.'. me ":.;_=!,;-c 3.24 H!PT!.CHLOR ~ -3.8! ALDRIN _fa--L II --~-Lil ' :•. ....+ )-16.52 -+i+- ! -18. I 2 :j :11- • ·1 _ 19.64 / " :,t !:' ' -+{+- ~ -:l· ··-.:, _ !Z.96 DEC __ ,..,.,..-·· I· -25. Ii . ' " ,fq'-DDD , --13.67 4,4'-UOT I XA!!KA [c)l,81 Dynuic Solutions. Divisioo of Millipore MAXIMA 820 CUSTOM REPORT Printed: 4-S!P-1990 15:46:52 SAKPL!: 02 116 in Method: CAS16307 DEfECTOR: ECO C PU I 2 3 4 5 6 1 8 9 I 0 II 12 13 14 15 16 17 18 19 20 !1 22 23 24 TOTAL ID/ 2 13 16 19 Acquired: J-SBP-1990 D:03 R&te: 1.5 points/sec Duration: 28.003 1inutes Operator: RVG Pe&k Start Pe&k Ind (■inutes) (1inates) -------------------Z.316 2.545 2.567 2.8D6 Z. 849 3. 056 3.056 3,306 3.306 3. 57 8 3.621 3. 969 3. 99 I 4.230 l.230 4.470 L502 4.894 5. Ol 5 5.720 5~720 6. 416 6.416 6. 97 I 1. 15 6 I. 961 7. 96 I 8.591 8.591 9.450 9 .505 10. 20 I 10.201 IO. 9 84. 10.984 12 .124 IZ.124 16.052 16. 106 17, I 61 17.389 I 18. 79 2 18.792 21.337 !J.446 !4.4!5 !4.425 26.568 Retention Tiae Peak Area (■inate,) ------------------------!.!69 !683 Z.697 1608 !. 98D 11139 3.241 ,mo 3. j 60 80139 3 .806 30926 Lill 17457 4.307 6411 L 709 22049 5.519 495!8 6 .090 4!C899 6.558 143325 I. 6 45 271558 8,298 . . 264614 8.96[ 385637 1O,103 444090 10.560 1104962 1 J.484 1918063 lJ.610 5364141 16.519 9649 18. 118 64 506 19.640 193199 !Z.951 9!8463 25.176 139501 ----------12086053 I Type: UNKN [nstruoeot: !CO C Fileoue: C91!2 [nder: 16 Ori(inal Cone ( NG ) [~ ~ ~ . -· --,..;.,.;,,:JI C01ponent Nue €!.!!!!t B !! ; !;-I ti \J M:Ill-e 11 G...t-i EiPTACHLOR ALOR[N fflm I I I I I I I I -Suple: , Acquired: 1 -~ :i : I j' -, . . :~:. ,.-' ~------, 1· ........ ~ X i .... 7 , I ~-1 o I i I 7 ' ~.~-·~ ,.., -7 ' ~ .... i ~ 7 ~~-~ ! . .:.~ ., ~ ., : -14; ·.• .. O i ~ ! i 1 \ ~ ~ ! ' ~-.j o I j ~ i co~ a ~ ~ i !'-. ~ ; I ' Q-j 0 \ ;r---\_ ::·---~ ,_--· . : .. :;;===• -> -c· JO. .. £-1 ~-·--=-· =---= -~ .... _-~~=~ ,;. :·-;;_-~--==-: .. ~ ---.-:,_--' ~j 7 . ·.:;;;-:~ L:; ~ Ii ..... :.:...._ __ ~ ..••.•.••••. -... i :---.. ---. ~-::_--=,. I -✓ I ; .. -·-· ' p-18.81 l ,-_; -19.ll : '-----,------· X ,... 0 .... 3 ~-., -... !'O -~ ) Suple: 02 Channel: ECO l Acquired: 09-,EP-90 20:22 Method: C:\KAI\DA!Al\CCMl6307 Co,,ent,: ,e-608 )-~ i O -i ,_,•-~· 1 -";-::-s a 0 .-,... :"J -. ui ·'"• ; ··-.-, ,._, ,._, -" 0 0 a 0 0 0 a 0 C ,.,, a ... ,.., -0 ,... 0, 0 ~J 0 '..' I .· .,. •. '· .• I f I I ' ' r' ' I I ( :: ~-l.!5 BEPTACHLOR !f: 9.6~ ALDRIN -,-,,-:. I O. L -+'!--10.ll ~ I' 05 ;t=_" -1 I. 18 GAKKA·CBLORDANE ~--I 1.15 ALPHA-CHLORDANE -.+--_ l?.!l l,l·'DD! ~ 12.11 Dl!LDR[N ~=-~-[2.18 --:tt=ll.23 ----= ... ..;,t_·======----1u1 mm ~c. ➔.,,.. -IJ.91 4,1-'DD =ii':-~lUI . _,-1_1.78 -· -~ -J£_ II 4• ·1····1· "·r···• ,sc. , ~•.ICL~; Atd~ •. d& 16.01 SWICSULFkl; ~r NC-::tt_~ 16. 23 #.;: 16,10 ., -11.21 ~-~ ◄ ---II. I! DBC -t:r-i8.!6 . -±-18.81 1,-19.ll fo'.t.#.o'!=!<hl~,& ,'; _ 19.89 ihmk ill6Ni r Endril\~\<><1e. i<-' 1' I NC< ""' u,tJ y t1<<f.Jl ) MAI!~! (c/il87 Dyna■ic Solutioos, Division of Hillinore MAXIMA 820 CUSTOM REPORT .Printed: 9-SEP-1990 21:56:15 SANPL8: 02 #9 in Netbod: CON!6301 Acquired: 9-SEP~I!90 20:22 Rate: 1.5 points/sec Duration: 22.995 ,ioutes Operator: RVG DETECTOR: ECO K PU I 2 3 8 9 I 0 II 12 13 ll 15 16 17 I 8 I 9 20 1; 22 23 24 25 26 27 28 29 30 31 32 3i l! Peat Start (■ioutesl ---------- 8.m 8.955 9.0S8 9. 481 9.716 9.945 IO. I 3 6 10. 429 10.699 10.980 I 1.093 11.329 I I. 464 11.715 12.004 12.319 12.589 12,113 l!.848 I 3. 129 13.365 13.736 14.153 !l.389 14.535 14.611 14.929 15.356 15.510 15.116 I 5. 9 I 9 16.099 l6.i46 16.594 Peat ind Retention Ti■e (■ioutesi (1inutesl -----------------------8.!55 8.!51 9.068 I.Oil 9. 248 9. I 35 9.116 9. 59 6 -9. 94 5 9.844 10.136 10.05! 10.313 10.249 10.699 10.530 10.980 10.166 11.0!l I 1.048 11 .329 I I. I 83 I I. 461 11.m 11.123 11.554 12.004 II. 89 ! 12.319 12.206 12.5!4 12.409 12.713 12.656 12.!48 : 2.180 I 3, I 29 12 .949 13.320 13. 230 13.!36 !J.51: /4.153 13 . 950 14.389 14.251 11.535 14.456 11.681 11.625 14.929 14.783 15.356 I 5. 109 15.570 15.446 15.716 15.626 15 .885 15.773 16.099 I 6 .051 16.JH IE.Ill I 6. 59 I !E.45! 16. !II 16.6!5 Peat Area ---------- 25245 I 14 2 0 48606 29 zzs I 2581 I 0102 6!31 9626 I 4195 1533 246061 3 I 8 3 I 14133 14 !5 I 191116 1115 I! 2190 9128 2000!8 5309 ?51954 1052001 46361 829 3 12196 23582 -I 755333 33643 11960 1101 !Sil! 35 EI 3 23373 1016£ I Type: UNKN [nstru,ent: ECO! Filen<ae: !0261 lnder: 9 Solution Cone '--0 . ~ ?~ ---i , 'J Q. e :: ! ! +:-ttt o.n::: 0 0!1!! ii!99! ! C, I 00 ! ! ----'-J C,2ef~! -0 9 6f !+. l.iElT! o.n: · ~ I ,,~-, Co■poneot Nue ---------------HEPT.ICHLO! i:t!A-ine ILOelN Gl~~A-CHLOiO. ALPHA-CHLORDANE 4,4-'DDE DIILDilN ~ 1,1-'DDO 4,4-'DDr Ell9Uili .lbttilltE' 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 JS 16.80 11.044 16.509 6 I 1 3 J6 17.044 I?. 5 I 6 11.lll I 9 6 l 5 J 7 I 7 .516 11.876 I 1. 7 I 9 · l68S06 JS 17.81€ 18. I I J 11.Sii 39039 39 I 8. 113 18.731 18. 25 9 llHI lO 18. 7 31 19.035 18.366 3685 41 19.238 19,463 19.328 38o5 l2 19,463 19.721 19.676 I 0099 43 19.721 20.183 19.890 67541 ----------TOTAL 4928425 ~ ec .. u1 '" e.LuhLiou based on peak response uor~ ~h..a IO: outside of ca!Jra~ic, cu~. Et.. J I --e-:-e-tt- 0.036! ! ----;...;..::I. oec OU PESTICIDE EVALUAT~ON STANDARDS SUMMARY Lab Name: TRILAB Lab Code: TRILAB Instrument ID: C Dates of Analyses: PESTICIDE Case No. : 16307 9/ 2/90 to Contract: 68-01-7407 SAS No. : SDG No.: GC Column ID: OV170V21 9/ 4/90 Evaluation Check for Linearity CALIBRATION CALIBRATION CALIBRATION FACTOR FACTOR FACTOR %RSD I I (</= I ' EVAL MIX A EVAL MIX B EVAL MIX C 10. 0%): ----------------------------------------------------==========-·== --------------------------------------Aldri.n __ _ 7750. 6900. 6800. 7.3 Endrin ---4062. 3825. 3800. 3.7 4,4'-DDT __ 2563. 2675. 2912-I 6.6 ' DBC ____ _ 5500. 4860. 4880-.~ 7.2 . ~ (1) If> 10.0% R~D, plot a standard curve and determine the ng for each sample in that set from the curve. Evaluation Check for 4,4'-DDT/Endrin Breakdown (percent breakdown expressed as total degradation) : DATE TIME ENDRIN :4,4'-DDT:coMBINED: : , ANALYZED , ANALYZED : : (2) : :============!==========!========== ========:========:========: : INITIAL : : : : 1• EVAL MIX B 9/ 2/90 : 15:43 ··.oo 1s.00 : 6.01 • 2 EVAL MIX B 9/ 4/90 12:00 .00 16.96 : 7.51 3 ---------------- ________ : ___ _ 4 ' 5 -----------------------.---. 4. =a --------------------____ , ___ _ ~ --------,-----------------:------------------------____ , ___ _ 8 : ___ _ 9 : ___ _ 10 : ___ _ 11 : ___ _ 12 : ___ _ 13 14 (2) See Form instructions~ I ,,, ( 1 ) I :, I I I I I I I I I I I I \ ,i FORM VIII PEST-1 1/87 Rev. I I I I I I I I I I I I I ( L ' . ' . 'b Name: TRILAB ':> Code: TRILAB • ,istrument ID: c 9 PESTICIDE/PCB STANDARDS SUMMARY Contract: 68-01-7407 Case No.: 16307 SAS No.: SDG No.: GC Column ID: OV170V21 DATE(S) OF ANALYSIS TIME(S) OF ANALYSIS FROM: TO: FROM: 9/ 2/90 9/ 2/90 17:23 22:05 DATE OF ANALYSIS 9/ 4/90 TIME OF ANALYSIS 14:10 EPA SAMPLE NO. TO: RT : COMPOUND· RT WINDOW :cALIBRATION FROM : TO : FACTOR ============= ====== ======:======'=========== (STANDARD) INDA ' ' o I RT :cALIBRATioN:QNT : FACTOR 'Y/N ======'=========== ---a 1 pha-BHC _ 2. 20 2. 1-6 : 2. 23 1 3600. Y beta-BHC ___ 3.00 2.96' 3.04 7600. Y delta-BHC _ 3.46 3.42 3.50 11800. Y gamma-BHC(Lin 2.11 2.66 2.76 17800.' 2.67 1a090. Y Heptachlor_ 3.22 3.18 3.26 20300. 3.19 21'9ll0. Y Aldrin __ ~_ 3.78 3.72 3.85 17550. 3.76 2oo'tlo. Y, ,Hept. Epoxide 5.55 , 5.44 5.65 37600. 5.47 40200. Y :Endosulfan I_ 6.88 :_6.77 7.00 22300. 6.80 23300. Y :oieldrin ___ 8.30 : 8.18 8.41 18300. 8.19 10000. Y :4,4'-DDE. ___ 7.59 : 7.54 7.64 11600. Y :Endrin ____ 9.93 : 9.86 9.99 9200. Y :Endosulfan II 11.96 :11.81 12.11 • 19200.,11.83 21100. Y ,4'-DDD ___ :11.44 '11.34 :·11.55 10600. Y 1do. sulfate:18.89 18.75 :19.03 14250. Y ,4'-DDT ___ :13'.60 13.45 :13.76 9200. 13.47 10400., Y Methoxychlor_:25.11 24.85 :25.37 8540. 24.88 9240. Y Endrin Ketone'25.24 25.17 25.31 15850. Y a. Chlordane 6.54 6.47 6.60 15400. Y g. Chlordane 6.01 5.96 6.07 16800. Y Toxaphene·_ 8.18 8.10 8.25 361.' _________ Y Aroclor-1016_ 3.15 3.13 3.17 562. Y Aroclor-1221_ 2.05 2.03 2.06 202. Y ---------- ---'---• 5.6 7.9 14.6 6.9 4.5 2.7 9.9 13.0 8.2 I Aroclor-1232 •3.14 3.13 3.16 225. Y ·:Aroclor-1242= 3.14 3.07 3.21 575. -·-:..:iii·: Y :Aroclor-1248 5.58 ,-,, 53 : 5.63 812. : Y I I I :Aroclor-1254-9.54: /g:29 : 9.79 190. : Y :Aroclor-1260-13.36 : 13.35 : 13.38 754. : Y I -I I I , __________ , ___ , ___ ------, __ ---Under QNT Y/N: enter Y if quantitat1on was performed, N if not performed. %0 must be less than or equal to 15.0% for quantitation, and less than or equal to 20.0% for confirmation. Note: Determining that no compounds were found above the CRQL is a form of quantitation, and therefore at least one column must meet the 15.0% criteria. For multicomponent analytes, the largest single peak that is characteristic I nf the component shou 1 d be used to establish retention ti me and %0. •. .entification of such analytes is based primarily on pattern recognition. C:Je 1 of 2 I I FORM IX PEST . 1/87 Rev. ~ 'PESTICIDE/PCB STANDARDS SUMMARY Lab Name: TRILAB Lab Code: TRILAB Instrument ID: C COMPOUND Case No.: 16307 DATE(S) OF ANALYSIS TIME(S) OF ANALYSIS FROM: TO: FROM: TO: Contract: 68-01-7407 SAS No.: SDGNo.: GC Column ID: OV170V21 9/ 2/90 9/ 2/90 17:23 22:05 DATE OF ANALYSIS TIME OF ANALYSIS EPA SAMPLE NO. (STANDARD) INDS ! RT : : 9/ 4/90 14:46 I I RT : WINDOW :cALIBRATION RT :cALIBRATION : FROM TO : FACTOR FACTOR ============= ======'====== ======:===========,======:=========== QNT Y/N ===== I I alpha-BHC __ 2.20 2.16 2.23: 13600.: 2.19 14200. Y beta-BHC ___ 3.00 2.96 3.04 7600.: 2.99 8100. Y delta7 BHC 3.49 3.42 3.50 11800.: 3.44 11800. Y gamma-BHC(Lin 2.71 2.66 2.76 17800. Y Heptachlor __ , 3.22 3.18 3.26 20300. --J Y ,Aldrin ____ : 3. 78 3. 72 3.85 17550. 3. 76 159bo. :· Y :Hept. Epoxide1 5.55 5.44 5.65 37600. Y :Endosulfan r_: 6.88 6.77 7.00 22300. Y :oieldrin ___ : 8.30 8.18 8.41 18300. Y :4,4'-DDE ___ : 7.59 7.54 , 7.64 11600. 7.56 11600. Y :Endrin ____ : 9.93 9.86: 9.99 9200. 9.88 9400. Y :Endosulfan II:11.96 11.81 :12.11 19200. Y :4,4'-000 ____ '11.44 11.34 :11.55' 10600. 11.35 1.1450. v :Endo. sulfate 18.89 18.75 :19.03 14250. 18.77 14300. Y 4.4 6.6 .9 8.9 .o 2.2 8.r I :4,4'-DDT ___ 13.60 ,13.45 13.76 9200. Y . 'Methoxychlor_ 25.11 :24.85 25.37 8540. Y : Endrin Ketone 25.24 :25.17 25.31 15850. 25.21 16050.' Y 1.3: a. Chlordane 6.54: 6.47 6.60 15400.: 6.50 15600. Y 1.3: g. Chlordane 6.01 : 5.96 6.07 16800.: 5.99 17200. Y 2.4: Toxaphene __ 8.18 : 8.10 8.25 361.: _________ Y : I I Aroclor-1016 3.15 : 3.13 3.17 562.: _________ Y :· I I I Aroclor-1221_: 2.05 : 2.03 2.06 202.: _________ Y : Aroclor-1232_: 3.14: 3.13 3.16 225.: _______ ~_ Y : -·!Aroclor-1242_: 3.J4 : 3.07 3.21 575. : _____ -_._-_:.a_· __ Y : :Aroclor-1248_: 5 •. 58 :· .6.53 , 5.63 812. : _________ Y : :Aroclor-1254_: 9 .. 54 :19.29 : 9.79 190.: _________ Y : :Aroclor-1260_:13.36 !13.35 :13.38 754.: _________ Y : ___ : I I I I I I , _______ , ___ , ___ , ___ ------ __ t I Under QNT Y/N: enter Y if quantitat,on was performed, N if not performed. %0 must be less than or equal to 15.0% for quantitation, and less than or equal to 20.0% for confirmation. Note: Determining that no compounds were found above the CRQL is a form of quantitation, and therefore at least one column must meet the 15.0% criteria. For multicomponent analytes, the largest single peak that is characteristic of the component should be used to establish retention time and %0. Identification of s~ch analytes is based pri~arily on pattern recognition. page 2 of 2 FORM IX PEST I I I I I I I I I I I I I I I I I I I Lab Name: TRILAB ' 'lb Code: TR I LAB ··:,strument ID: ·K COMPOUND ~c~,1~10E/PCB STANDARDS SUMMARY Case No.: 16307 DATE(S) OF ANALYSIS TIME(S)"OF ANALYSIS FROM: TO: FROM: TO: RT RT WINDOW FROM ' TO Contract: 68-01-7407 SAS No.: SDG No.: GC Column ID: DB-608 DATE OF ANALYSIS TIME OF ANALYSIS EPA SAMPLE NO. 9/ 9/90 21 : 1 3 9/ 9/90 9/ 9/90 15:02 17:57 (STANDARD) INDA I I I I :CALIBRATION RT CALIBRATION QNT: %0 I FACTOR FACTOR YIN: ' I ' ' ' ' I --------------------------------------------======'=========== -----------------===·-----• ----------------------------, alpha-BHC --7.21 beta-BHC ___ 8.32 delta-BHC 9.16 :gamma-BHC(Lin 8.13 !Heptachlor __ 8.86 'Aldrin ____ 9.60 Hept. Epoxid~!l0.85 Endosulfan I_:11.62 Dieldrin ___ !12.42. 4,4'-DDE ___ 12.22 Endrin ____ 13.52 Endosulfan II 14.15 4,4'-DDD ___ 13.96 · :ndo. sulfate 16.07 ,4'-DDT __ 15.13 ,Methoxychlor_ 1~.69 :Endrin Ketone 19.91 :a. Chlordane 11.56 :g. Chlordane 11.19 7. 17 8.28 9. 12 ' 8.09 8.82 9.56 10.81 11.58 12 .38 12. 18 13.48 14. 11 13.92 , 16. 02 :15.09 : 19. 64 : 19. 87 : 11 . 52 :11.15 7.25 8.36 9.20 8. 1 7 8.90 9.64 ' 10. 89 11 . 66 12.46 12.26 13.56 14. 19 14.00 16. 11 1 5. 17 19.74 19.95 11 . 60 11 . 23 2200. 1500. 1700. 2400. 8. 13 2600. 2800. 8.85 . 34;)0. ' 2350. 9.60 ,21'()0. 2600. 10.83 2800. 2100. 11 . 62 2300. 1200. 12.41 1200. 1800. ' 2200. 1900. 14. 15 2100. 1100. 1800. 2300. 1 5 . 11 2700. 520. 19.68 570. ' 1900. 3400., 3500. :Toxaphene ___ : _____________________ _ :Aroclor-1016_: ___ : _____________________ _ :Aroclor-1221_! ___ : _____ _ !Aro::lor-1232_: ___ : ______________________ , -·-:Aroclor-1242_! ___ : ---..;..a ·: :Aroclor-1248_; ___ :· / ! :Aroclor-1254_: ___ ;/ : :Aroclor-1260_: ___ : : I I I I , I N N N N N N N N N N N N N N N N N N N ·-------•---·------· ·-- 8.3 10.7 14.9 7.7 9.5 .O' 10.5 1 7. 4. 9. 6, Under QNT Y/N: enter Y if quantitation was performed, N if not performed. XD must be less than or equal to 15.0% for quantitation, and less than or equal to 20.0% for confirmation. Note: Determining that no compounds were found above the CRQL is a form of quantitation, and therefore at least one column must meet the 15.0% criteria. For multicomponent analytes, the largest single peak that is characteristic of the component should be used to establish retention time and %0. Identification of such analytes is based primarily on pattern recognition. 1 of 2 FORM IX PEST 1/87 Rev. I Lab Name: TRILAB Lab Code: TRILAB Instrument ID: K PESTICIDE/PCB STANDARDS SUMMARY Case No.: 16307 DATE(S) OF ANALYSIS TIME(S) OF ANALYSIS FROM: TO: .FROM: TO: Contract: 68-01-7407 SAS No.: SDG No.: GC Column ID: 08-608 9/ 9/90 9/ 9/90 15:02 17:57 DATE OF ANALYSIS TIME OF ANALYSIS EPA SAMPLE NO. (STANDARD) INDB 9/ 9/90 21:39 I I I I COMPOUND I I RT : RT WINDOW CALIBRATION FACTOR I I I I I I I RT :cALIBRATION:QNT: %D --------------------------alpha-BHC I I FROM TO ======·====== 7.21 8.32 9. 16 8. 1 3 8.86 9.60 7. 1 7 8.28 9. 1 2 8.09 8.82 9.56 ------------ 7.25 8.36 9.20 8. 1 7 8.90 9.64 ----------------------2200. 1500. 1700. 2400. 2800. : FACTOR !YIN: ======:===========:===:=====, I 7.20 ! _2600. N 18.2 beta-BHC __ _ delta-BHC gamma-BHC(Lin Heptachlor Aldrin--=== Hept. Epoxidej10.85 ,Endosulfan I '11.62 :Dieldrin ___ 12.42 :4,4'-DDE ___ 12.22 :Endrin ____ 13.52 :Endosulfan II 14.15 :4,4'-DDD ___ 13.96 :Endo. sulfate 16.07 1 4,4"-DDT ___ 15,.13 10.89 11 • 66 12.46 12.26 13.56 14. 1 9 14.00 16. 11 8.32 : 1700. N 13.3 9.15 1900. N 11.8 2350. 9.59 2600.: ___ ------ 2100. : ___ ------1200. : __ _ 1800. : 1 2. 22 2 200. ! 1 3. 51 2100. 2400. 1900. : ___ ------1100. :13,95 1 800. ! 1 6. 05 1300. .. 2050. 2300. : ___ ------ N N N N N I N 10.6 --- 16. 1: 9. 1 ! I ___ , 18.?' 1 3 ~ '. I I •• Methoxychlor_ 19.69 Endrin Ketone 19.91 a. Chlordane 11.56 g. Chlordane 11 . 1 9 Toxaphene __ Aroclor-1016_ Aroclor-1221 10.81 11 . 58 1"2. 38 1 2. 1 8 13.48 14. 11 13.92 16.02 15.09 19.64 19.87 11 • 52 11. 15 ,15.17 :19.74 : 19. 95 : 11 • 60 I ! 11 • 23 520. : ___ ------ 1 900. : 19. 90 3400. '. 11 .55 3500. : 11 . 18 2150. 3800. 4000. N N N N N N N N N N 13.2 1 1i 11 • 8 !-1 14.3 I Aroclor-1232_ .•: Aroc l or-1 242 :Aroclor-1248-___ :·, ·: :Aroclor-1254-___ !~/'----______________________ : !Aroclor-1260-' ' : , I ----:------: ',_1_•,--- 1 __________ , ______ , ______________ _ Under QNT Y/N: enter Y if quantitation was performed, N if not performed. %D must be less than or equal to 15.0% for quantitation, and less than or equal to 20.0% for-confirmation. I Note: Determining that no compounds were found above the CRQL is a form of I quantitation, and therefore at least one column must meet the 15.o, criteria; For multicomponent analytes, the largest single peak that is characteristic I of the component should be used to establish retention time and %D. Identification of such analytes is based primarily on pattern recognition. ., page 2 of 2 FORM, IX PEST 1/87 Rev. I I I I I I I I I I I I I I I I I I I I ATTACHMENT B.l Revision 1, dated May 6, 1994 REPORTING REQUIREMENTS 1.0 Reports and Plans The Contractor shall compile and analyze all necessary data to meet Government reporting requirements. All reports are described in this section, and due dates for the reports are in Attachment B.2. 1.1 SITE SPECIFIC WORK PLAN The Contractor shall submit the site specific work plan to EPA no later than 45 calendar days after the date of contract award. The site specific work plan consists of the four areas outlined below, and it shall be approved by EPA prior to the contractor's beginning full-scale treatment operations on site. The site specific work plan is a detailed description of the operational procedures for the site activities. It includes, at a minimum: 1) Procedures and Plans for Mobilization and Demobilization 2) Site Operating Procedures 3) Treatment System Monitoring 4) Site Layout 1.1.1 Proc~dures and plans for Mobilization and Demobilization The contractor will provide a narrative description of the procedures and plans for mobilization and demobilization. These plans shall include, at a minimum, sketch{s) that show: (1) the approximate locations of the treatment system; (2) the fuel storage area, waste storage and stockpiling area; (3) waste preparation area in relation to the treatment system waste feed; (4) treated soil handling area(s) including stockpiles and decontamination facilities (5) location of office trailers, restricted areas, parking facilities, rest rooms, water and waste water holding tanks, and any additional equipment needed (6) location of site utilities (telephone, water, electricity) 2 As part of the mobilization plan, the Contractor will state its plan for site security and access. In addition, the Contractor shall outline the procedures for establishing and maintaining exclusion buffer zones, the activities conducted within each zone, and the approximate locations at each zone. The demobilization plan shall include procedures for: (1) decontamination of and dismantling of equipment and any safety concerns; (2) site closure and site restoration in accordance with 1.3(15). 1.1.2 Site Operating Procedures The Contractor shall describe and clearly identify the following: (1) A flow chart identifying each step in the Site Operating Procedures (SOP) •. (2) An including sequence. overview of each step of the site the equipment and personnel used Steps shall include but shall not be activities, during each limited to: (a) Method of reclaiming waste from the stockpile prepared by others. Contractor's description shall ihclude but not be limited to the following: (i) Necessity and type of protective covering for the stockpile(s). Note: EPA has already covered and/or stored the waste in existing stockpiles and/or buildings on-site. It will be the contractor's responsibility to maintain existing and/or stored waste and to minimize the moisture content of the feedstock. (ii) Segregation procedures for incompatible wastes. (iii) Avoidance of fire and toxic hazards. ( iv) Avoidance and contingency for spill possibilities. (v) Dealing with heavy winds at the waste storage area. (b) Method of handling waste feed materials including but not limited to: (i) Layout of the storage and/or equipment pad(s) (if required by contractor's treatment system). I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 3 (ii) Size reduction and screening (if required by contractor's treatment system). (iii) Blending or mixing procedures (if required by contractor's treatment system). (iv) Type of equipment to be used. (v) Potential fugitive emissions and their elimination and control. (c) Procedures used to cool the processed soil to near ambient temperatures after treatment. (d) Procedures to collect a representative composite sample for analysis, and to verify that the contamination has been removed from the soil. (e) Procedure used to suppress and control fugitive emissions from the treatment system. ( f) Procedure used to control fugitive emissions of stockpiled processed soil. (g) Procedures used to control, collect, and/or treat ary contaminated runoff from the stockpile treatment area. (h) Procedures for segregating and stockpiling processed soil awaiting decontamination verification and procedures for handling processed soil in cases where contamination has not been adequately removed. (i) Procedures for closing the site after completion of cleanup. Contractor will be responsible for closure of all site areas affected by his operations. 1.1.3 Treatment System Monitoring The contractor shall provide a detailed process instrumentation and control diagram (PID) of all process system monitoring sufficient to demonstrate the following: (1) In the PID the contractor shall indicate the: (a) Parameter being metered and minimum and maximum range of the parameters being metered. (b) Range of error (+-, %, psi, gpm etc.) and signal span sent to the controller. ( 2) The monitored (AWFSO) . monitored (a) 4 PID will clearly indicate the parameters being as part of the automatic waste feed shutoff system At a minimum the _AWFSO operating parameters to be are: Operating temperature in all chambers. (b) Gas flow rate in desorp~ion chamber and air pollution control system. (c) Oxygen concentration. ( 3) AWFSO operating parameters shall be monitored and_ recorded on a continuous basis and demonstrated to be fully functional on a routine basis and/or upon request by EPA. The PID will demonstrate:_ · (i) Monitoring shall be on line, continuous monitoring of each operating and/or AWFSO parameter without a delay exceeding five seconds. (ii) The monitoring of the operating parameters shall be continuously recorded. The records shall be placed in an operating log which will be maintained on site by the contractor and shall be made available for EPA review at any time. ' (4) Malfunctions (i) All malfunctions of the AWFSO shall be corrected by the Contractor immediately upon discovery. The unit shall not operate without any one of the AWFSO parameters in operation. (ii) All malfunctions of the unit shall be recorded on the operating log. (iii) All corrective actions shall be fully described within the operating log. Each log entry will include the date, time, malfunction, person involved in the corrective action, description of the corrective action and retesting of any affected equipment or monitor.· (5) Calibration and Testing ( i) The AWFSO system and associated alarms must be tested at least weekly and recorded in the operating log. (ii) All tests, calibration, monitoring.and inspection data must be recorded in the operating log. I I I I I I I I 1: ' II ; ·•· 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 5 1.1.4 Site Layout The Contractor shall provide a detailed site layout drawing showing the location of each element of the treatment system and ancillary equipment and facilities, including access roads, that clearly defines all 'exclusion zones', buffer zones' and 'clean zones'. 1.2 Demonstration Plan and Operating Parameters A . site specific demonstration plan shall be submitted by the Contractor no later than 30 calendar days after date of contract award. This plan will be submitted in two parts, as defined below in Sections 1.2.1 and 1.2.2. 1.2.1 Demonstration Plan Before the demonstration, the contractor will submit a plan showing how the contractor will fulfill the requirements of statement of work paragraph 1.3. This plan will include: the contractor's plan to select waste that is "representative of the contaminant mass"; and the contractor's recommended operating parameters. EPA will either approve or amend this plan wit~in thirty calendar (30) days after receipt. Note: EPA's approval of this plan means EPA is approving how the contractor intends to conduct the demonstration. EPA' s approval of the demonstration plan does not constitute approval of,the system's capability to meet treatment standards or assignment of the operating limits of the treatment unit, i.e., AWFSO, minimum temperatures, residence times, mass: feed rates, etc. Operating parameters will be set by the Government after successful demonstration as described below. 1.2.2 Operating Parameters The contractor will submit its recommended operating parameters to the Government in writing no later than seven calendar days after the demonstration. The Government will make the final determination regarding operating parameters for full-scale treatment. The Government's operating parameters shall be used at all times during full-scale treatment. The contractor shall not begin full-scale treatment until the Government has provided the contractor with approved operating parameters in writing in the Notice to Proceed. 1.3 SAMPLING AND ANALYSIS PLAN The sampling and analysis plan shall include a description of the specific sampling and analysis procedures to be employed during routine operations of the treatment system. This plan shall be submitted by the contractor no later than 30 calendar days after contract award. This plan shall include sampling methods, analytical methods, QA/QC samples, calibration protocols, and shall conform to the requirements found in the Statement of Work 6 (Attachment A) paragraph 1.3(2). (1) Sampling of the waste feed shall be in accordance with the Contractor's approved demonstration plan. ( 2) Analytical results demonstrating compliance with the treatment standards of Attachment A, Section 3.2 are required. A copy of these results will be provided to the EPA PO. (3) Analysis must be ·done by an independent laboratory. 1.4 SITE HEALTH AND SAFETY PLAN The site health and safety plan shall include a description of the safety procedures that will be employed at the site during treatment system operations. This plan must comply with the OSHA 1910.120 standards, and be submitted by the Contractor and approved by the EPA prior-to processing any contaminated soil at the site. This plan shall be submitted to EPA no later than 60 calendar days after contract award and shall include: 1) Safety administration 2) Medical surveillance 3) Personnel training 4) Hazards analysis and designation of action levels 5) Proper safety equipment 6) Respiratory protection program 7) Decontamination procedures 8) Safety zone delineation 9) Site access 10) Emergency response procedures and contacts 1.5 STANDARD OPERATING PROCEDURES MANUAL The standard operating procedures manual shall include a description of step-by-step procedures for operation and maintenance of the treatment system and ancillary equipment. This manual shall be submitted to EPA no later than 60 calendar days after date of contract award. This plan shall include a contingency plan for upset conditions, and must address emergency evacuation, emergency shut-off or bypass system( s). This plan must include notification procedures that the contractor will follow in the event any of these conditions happen. The Contractor must have procedures to notify its off-site management, the EPA PO, and EPA contracting personnel should any of the above situations occur. The standard operating for an operating log. performance of the unit procedures manual will include In this log contractor will on an hourly basis when it is in provisions track the operation. \~ I I I I I I I I· -I· - I I I I I I I I I I I I I I I I I I I I I_ I I I I I I I I 7 This log will record amount of waste processed per day, feed rates by hour, and operating condition of the unit (temperature) by hour. The contractor shall provide brief, written weekly update summaries on · the progress of the remediation along with any sampling and analysis not previously reported. 1.6 PROJECT SCHEDULE The Contractor shall provide a site specific schedule to the PO for the items set forth below within thirty (30) calendar days after award of the contract. EPA will provide approval/disapproval of the site specific schedule within thirty calendar days after receipt'. (1) Submission of the work plan. (45 calendar days after contract award.) (2) Site preparation including but not limited to: (a) Construction of pads for treatment system and ancillary equipment if necessary. (b) Construction of water and waste water storage facilities (if appropriate). (c) Implementation of security system (fences, gates, etc.) (d) Construction or. designation of parking area if necessary. (3) Delivery of the treatment system to the site. (4) Completion of installation and setup of the treatment system. (5) Completion of treatment system start-up and shakedown. (6) Submission of the demonstration plan and the initiation of any demonstration testing. (7) Completion of any demonstration testing. (8) Submission of any demonstration results. (9) Initiation of post-test operations. (10) Completion of treatment system operations. (11) Dismantlement and demobilization of the treatment system. (12) Site closure. 8 1.7 Final Report The contractor shall submit a Final Report no later than thirty (30) calendar days after final volume of waste is treated. The final report shall summarize: the amount of the waste treated; the overall performance of the treatment unit, including, at a minimum: average feed rates per day; amount of waste processed per day; any difficulties with operation and the resolution · of these difficulties; and the operating log for the duration of the project. I I I I I I I I I I I I I I I I I I I ~ I I I I I I I I I I I I I I I I I I I ATTACHMENT B-2 Revision 1, dated May 6, 1994 SUBMISSION SCHEDULE: Addressee A: Paul R. Peronard Emergency Response and Removal Branch (4WD-ERRB) US EPA Region IV 345 Courtland St. NE Atlanta, Ga. 30365 Addressee B: Christina B. Maddux Contracts, 4th Floor, Tower Bld. US EPA Region IV 345 Courtland St. NE Atlanta, Ga. 30365 Addressee #Copies Demonstration Plan A 3 Sampling and Analysis Plan A 3 Project Schedule A 3 B 1 Site Specific Work Plan A 3 B 1 Recommend Operating Parameters for Unit A 7 Site Health and Safety Plan A 1 SOP Manual A 3 B 1 Final Report A 3 B 1 30 days ADA* 30 days ADA* 30 days ADA* 45 .days ADA* 45 days ADA* Within 7 days completion demonstration 60 days ADA* 60 days ADA* 60 days ADA* 30 days after completion of site treatment, to exceed 510 ADA* of of on- not days 2 *All days are calendar days. *ADA is after date of contract award. EPA will review all required reports and plans and provide approval, conditional approval (subject to· making required revisions), or disapproval within 30 days of receipt. EPA will make the final determination regarding the acceptability of all reports and plans. If any report or plan requires revision by the contractor, the contractor shall resubmit the report or plan to EPA within 15 calendar days after receiving EPA's comments. EPA will review revised. report/plan and prov~ 8 approval/disapproval to the contractor within 15 calendar c /S after receipt of th,~ revised report/plan. In the event the Government exceeds the designated review times specified above, the period of performance will be extended by the amount of time in excess of the required review time. The contract performance period will not be extended to allow for resubmission of any report/plan unless the Government exceeds the designated review time, or unless otherwise authorized by the Contracting Officer. ' I I I I I I I I 1· I I I I I I I Ii I I I I I -GISTER OP WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT By direc,;f~m of. f4ieejs~rJ;!tary of Labor ' ~ ' ',·1. ,· .1 f ,. (f,iC._,,.,-r __ ,.,, •• ,/':"!. ,. ~i<:... ... Pagel of 11 U, 5. DEPARTMENT OP LABOR EMPLO'iMENT STANDARDS ADMINISTRATION WAGE AND HOUR DIVISION WASHINGTON, D,C. 20210 Alan L. Moss I Director Division of Wage Determinations Wage Determination No.: 94-2399 oate of Last Revision: 05/19/1994 I I I State(s): North Carolina, South Carolina Area: NORTH CAROLINA COUNTIES OF BEAUFORT, BRUNSWICX, CARTERET, COLUMBUS, CRAVEN, .DA!U:, DUPLIN, G.REENE, HYDE, JONES, LENOIR, MARTI}!, NEW HANOVER, ONSI.OW, PAMLICO, PENDER, PITT, TYRRELL, WASHINGTON. SOOTH CAROLINA COUNTIES OF HORRY. ** Fringe Benefits Re911ired For All Occupations Included In This Wage Determination Follow The occupational Listing** OCCUPATION MIHIMUM HOlraLY WAGB IAdminiatrativ• Support and Clerical Oooupatio11• 1 · · I Accounting Clerk I $ 5,31 Accounting Clerk II $ 5 ,81 Accounting Clerk III $ 6,87 Accounting Clerk IV ~ 8.64 I Dispatcher, Motor Vehicle 5.38 Driver Messenger ~ 8,19 File Clerk I 4.33 File Clerk II i 5,11 I File Clerk III 5,59 Audiovisual services Clerk $ 6.85 (Film{Tape Librarian) $ I Inven ory Clerk 15,08 Mail Clerk $ 4.33 Messenger $ 4.83 Order Clerk I $ 5.45 I Order Clerk II $ 7.43 Payroll Clerk $ 6,57 Production control Clerk. $ 7.63 Receptionist $ 5,38 I Scheduler, Maintenance $ 6,85 secretary I $ 6,85 Secretary II $ 7,63 I secretary III $ 8,36 · secretary IV · · $ 8;87 secretary V i 9,66 Service Order Dispatcher 5.38 I stenographer I $ 8,48 stenograiher II $ a.so sup~ly c erk/Storeworkerk $ 7 .46 She f Stocker/Store Cler I\:.,, su1ply Technician $ 8.36 sw tchboard Operator $ 5,22 Switchboard Operator-$ 5. 38 Receptionist I Transcribing-Machine Typist '.$ 6.08 Typist I $ 5.08 Typist II $ 6.08 Attachment C Word Processor I $ 5.08 I VV' Vi' V4 iV. J.V u.:,uuL rtAlJt. nuuK "\GE DETERMINATION N0,:94-2399 ISSUE DATE:05/19/1994 Page 2 of 11 I Word Processor II $ 6.08 I Travel Clerk $ 5,11 Auto11&tic Data Processing ooaupatioha, Information and I Arts occupations, Library and Arohiv• ocoupationa,· and Technical Occupationsr · COlllputer Data Librarian i 6,71 I COlllputer Operator I 6,96 COlllputer Operator II 8,40 computer operator III $ 10,17 I COlllputer Operator IV $ 10,41 COlllputer Prograllllller I l/ $ 9,42 co:mputer Progral1llller II 1/ $ 11,77 computer Programmer III 1/ $ 14,07 I computer Programmer IV 1/ $ 15,41 computer systems Analyst I 1/ $ 1:! , 2 6 Computer systems Analyst II 1/ i 14,56 computer systems Analyst III 1/ 16.82 I computer Systems Analyst IV 1/ i 18,46 Key Entry Operator I 7,01 Key Entry Operator II 8.25 I Perigheral E~irment Operator ~ 6,93 Exhi its Specia ist I 9.26 Exhibits Specialist II i 11,38 .Exhibits Specialist III 13.99 I Illustrator I $ 9,26 Illustrator II $ 11.38 Illustrator III $ 13,99 ., Photographer,! $ 9.26 I Photographer II $ ll,38 Photographer III i 13,99 Audiovisual Librarian 10,37 I Librarian $ 10,37 Library ~echnician $ 8,18 Technical Information $ 9,26 Specialist I I Technical Information $ 11,38 Specialist II Technical Information $ 13,99 Specialist III I · Laboratory Tester $ 10;90. Technical Writer $ 10,37 Drafter I I 6,08 Drafter II 0.02 I Drafter III 9,26 Drafter IV $ 11,38 Drafter V $ 13,99 I Technician I 2/ $ 8 ,29 · Technician II 2/ i 11,83 Technician III 2/ 12,89 11 Laboratory Technician $ 8,18 Instructor $ 10,37 Automotive services, Automotive Glass Installer $ I 10.81 Automotive Worker $ 10.81 Electrician, Automotive '.$ 12.00 I Mobile Equipment Servicer $ 8.97 Motor Equipment Metal Mechanic $ 12.00 Motor Equipment Metal Worker $ 10. 81 I I I I vvr VJ.' V~ J.V, .LV ULV~ LJ.O 01 i J. 'GE DETERMINATION N0.:94-2399 Motor Vehicle Mechanic Motor Vehicle Mechanic, Helper Motor Vehicle Upholstery Worker Motor Vehicle Wrecker Painter, Automotive Radiator Repair Specialist Tire Repairer · IJ.'.:)LJUL YIAVt. nuurt . ISSUE DATE:05/19/1994 Page 3 Of ll $ 12. 00 $ 8.97 $ 10.81 $ 10,81 i 11, 41 10,81 8,97 12, 00 Transmission Repair Specialist I nrniture Maintenance and Repair, Machine Tool operation and R~air Occupations, Material Handling and Paclting occupation■, Hechanic■ and Maintenance 1U1C I Repair Occupations, Transportation and No~ile !quipment operation ocoupation■, and Plant and syatem■ Operation occupations: I I I I I I I I I I I I I Material Coordinator order Filler Tool & Parts Attendant Warehouseman Electrostatic Spray Painter Furniture Ha11dler · Furniture Refinisher · Furniture Refinisher, Helper Upholsterer Laborer Tool and Die Maker Fuel Distribution System Operator , Material Handling Laborer Power Truck Operator (other than Forklift) Forklift Operator Shipper and Receiver Ship7?er Receiver Shipping Packer Aircraft Mechanic Aircraft Meehanic Helper Aircraft servicer Aircraft·worker Appliance Mechanic Audiovisual Equipment Mechanic Bicycle Repairer Carpenter, Maintenance Carpet Layer · Electrician;· Maintenance Electronics Mechanic Electronics Worker Fabric Worker Fire Alanu s1stem Mechanic Fire Extingu sher Repairman Fuel Distl:ibution system Mechanic General Maintenance Worker Heating/Refrigeration/Air Conditioning Mechanic Heavy Equipment Mechanic Instrument Mechanic Locksmith $ 8,97 $. 7 ,48 $ 8,97 $ 7,28 $ 11,41 $ 8.97 $ ll.41 $ 8 ,97 $ 10.81 $ 7, 73 $ 13 ,84 $ 10.81 $ 7 ,28 $ 8 .45 : 8 .45 8.45 8.45 8.45 7,89. 12.00 8,97 10, 20 1o;s1 10,81 !$ lt~~ ll, 41 11.41 . · . · 12. 00 12.00 $ 10. Bl $ 8. 97. $ 12.00 $ 10,20 $ 12.00 $ $ 10,81 12,00 . $ 12,00 $ 12. 00 $ 10.20 -.:..v.:.. 4..1.V VI t .I. VVUVL llt\\.JC. nvur;. "'AGE DETER11INATION NO. :94-2399 ISSUE DATE:05/19/1994 Page 4 of 11 I Mechanic, Maintenance $ 12.00 I (Machinery) Machinist, Maintenance $ 12.00 Maintenance Trades Helper $ 8.97 I Mason, Maintenance $ 12.00 Millwright $ 12.00 Office Appliance Repairer $ 10.20 I Aircraft Painter $ 11.41 Painter, Maintenance $ ll.41 Pipefitter, Maintenance $ 12.00 Plwnber, Maintenance $ 11.41 I Rigger . . $ 11,41 sheet-Metal Worker, $ 12.00 Maintenance small Engine Mechanic $ 10.20 I Sound Technician $ 12,00 Welder, Combination, $ 12, 00 Maintenance I Woodcraft Worker $ 11,41 Woodworker $ 10.81 Boiler Tender $ 11.41 Sewa1e Plant operator $ 11,41 I Stat onary·Engineer t 12. 00 Water Treatment Plant 11,41 Operator $ I Bus Driver 11.03 Heavy Ervipment Operator ·i 12.00 Truckdr ver, light !I. 63 Truckdriver, medium $ 10.33 I Truckdriver'; heavy $ 11.03 'l'ruckdri ver, Tractor-Trailer $ 11.61 Telephone Mechanic $ 12,00 Telephone Lineman $ 12.00 I Cable Splicer $ 12.00 central Office rnstaller/ $ 12.00 Tester/Repairer Cable Installer/Duct Layer/ $ 12.00 I Tester station Installer $ 12.63 Inspector $ 10.20 I aene·ral · Services 11U1d' support Odoupiltions, Transportation, and Miscellaneous: Baker $ 9,88 I Cook I $ 8 .19 cook II $ g;ss · Meat · cutter $ 9. 88' .. 11 Mess Attendant $ 6 .45 Cleaner, Vehicles $ 6.45 Gardener $ 7.84 I Housekeeping Aide I $ 6.45 Housekeeping Aide II $ 7.08 Janitor, Porter, Cleaner $ 6.45 Laborer, Grounds maintenance $ 6.45 I Pest Controller $ 6.53 Refuse Collector $ 6.45 Window Washer/Cleaner $ 6,45 Embalmer $ 10,71 I Mortician $ 10,71 Truckdri ver, Refuse Collection $ 8,19 Taxi Driver $ 8.19 vv• ,,, ,., ..,-, vv. vv Y£..VL.. £...,1.;:, 011.l U.)UVL NAlit. nuuK lf1I UUIJ/\l l 4 I I I I ·-•~GE DETERMINATION NO.: 94-2399 ISSUE· DATE:05/19/1994 Page 5 of ll I Tractor Operator Carpet Cleaner Ambulance Driver Animal caretaker Emergency Medical Technician Recreation Specialist Re~istered Industrial Nurse swimming Pool Operator Vending Machine Attendant Vending Machine Repairer Vending Machine Repairer Helper $ 8.19 $ 6,45 $ 8,19 $ 6,45 $ 8, 19 $ 9,88 $ 10,71 $ 7.84 $ 5,30 $ 6, 82 $ 5. 68 I Laundry, Dry Cleaning, Presainq, and Ralat:ed 00cupations1 · I Cashier $ 4,43 Assembler i 4,43 Dry Cleaner 4,71 Finisher, Flatwork, Machine ~ 4,71 I Presser, Machine, D'P.{ Cleaning 4,71 ·Presser, Machine, Shirts $ 4,71 ·Presser, Machine,· Wearing $ 4,71 Apparel, Laundry I sewing Machine Operator i 5,93 Tailor 6,32 washer, Machine i 4.71 I Truckdriver, light 3/ 5,55 Truckdriver, medium 3/ 5,93 Truckdriver,· heavy 3/ i 6.32 Truckdriver, Tractor-Trailer 6,68 I Protective services: I I I I I I I I court Security Officer Detention Officer/Correction Officer Firefighter Guard I Guard II Police Officer $ s.22 $ 8.22 $ 8.22 $ 5.67 $ 8.22 $ 8,22 ** Fringe Benefits Required For All Oooupations Included In This Wage Determination•• HEALTH & WELFARE: $0,qo per hour or $35,60 per week or $154,26 per month, VACATION: l week paid vacation after l year of service with contractor or successor; 2 weeks after 3 years. Length of service .includes the whole span of continuous service witJ:i the present contractor or successor, wherever employed, and with predecessor contractors in the performance of similar ·work at the same Federal facility. (Reg. 4.173) HOLIDAYS: A minimum of eight paid holidays per year: New Year's Day, WAGE DETERMINATION NO.94-2399 ISSUE DATE: 05/19/1994 Page 6 of 11 Washington's Birthday, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541. (See 29 CFR 4.156) The Technician classification includes all of the f9llowing: Electronics, Electromechanical, Environmental, Instrumentation, Mathematical, Mechanical, and Photo-Optics. 3. This wage rate can only be used for Laundry and Dry Cleaning contracts. ***UNIFORM ALLOWANCE*** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, of the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms in an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: ·· The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to the wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate· of $4.25 per week (or $.85 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. **NOTES APPLYING TO THIS WAGE DETERMINATION** NOTE; The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations," WAGE DETERMINATION NO.94-2399 ISSUE DATE: 05/19/1994 Page 7 of 11 I I I I I I I I I I I I I I I I I, I I I I I I I I I I I I I I I I I I I WAGE DETERMINATION NO.94-2399 ISSUE DATE: 05/19/1994 Page 7 of 11 Second Edition, July 1985, unless otherwise indicated. See also 29 CFR Part 4 Section 4.152. Conformance process: The Contracting Officer shall require that any class of service employee which is not listed herein in which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and or fringe benefits shall be retroactive to the commencement date of the contract.(See Section 4.6 (c)(vi) When multiple wage determinations are included in the contract, a sepa~ate SF144 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: l) When preparing a bid, the contractor identifies the need for a conformed occupation(s) ~nd computes a proposed rate(s). ' 2) After contract award, the contractor prepares a written report listing.in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees perform any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendation and pertinent information including the position of the contractor and the employees, to the Wage Hour Division, ·Employment Standards Administration, U~S. Department Of Labor for review.(See Section 4.6(b) (2) of Regulation 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency's contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. WAGE DETERMINATION NO.94-2399 ISSUE DATE: 05/19/1994 Page 8 of 11 Information.required by the Regulations must be submitted on SF 144 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare. job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformance may not be used to artificially split, combine or subdivide classification listed in the wage determination. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS** TELEPHONE LINEMAN This occupation includes jobs that involve installing, maintaining, and repairing and underground communications lines and auxiliary equipment such as conduits, insulators, poles. ·The work does not require completi~g line connections. TELEPHONE MECHANIC Responsible for telephone installation,_ removal, relocation, problem resolution, cable maintenance and repair. Specifically, the telephone mechanic handles circuit testing, analyzes results, repairs and modifies circuits and ·equipment in a step by step, XY, and all relai, and or electronic switch system. Locates electrical, electronic, and mechanical failures in telephone switching and carrier equipment by observing and listening to equipment, using test equipment, schematic drawings, computer printouts, and troubletickets. Repairs equipment by replacing defective parts and by such procedures as setting clearances, adjusting spring tensions, wipers, relay contacts, and other interrelated mechanisms. Installs or rearranges equipment frames and shelves, in such equipment as line finders, switch banks, selectors, connectors, peg counters, restricting postcams, and various interrelated trunk circuits. Performs traffic study analysis and office trading. Installs approved modifications and makes suggestions for improvement. Resolves complex problems between exchanges, both government and commercial, may assist and direct lower level employees with their assignments. Performs other duties as assigned. CARPET CLEANER I I I I I I I I I I I I I I I I Prepares carpet for cleaning by pre-spotting for stain removal. Uses 1 either shampoo, hot water soil extraction, or dry cleaning method to I I I I I I I I I I I I I I I I I I I I WAGE DETERMINATION N0.94-2399 ISSUE DATE: 05/19/1994 Page 9 of 11 clean carpeting, Requires working kno~ledge Requires some moving and replacing of office protection of furniture from wet carpeting. of cleaning agents. furniture items and May require transport of portable cleaning equipment and supplies up one or more flights of stairs. May require application of soil retardants or other chemical treatments. LABORATORY TECHNICIAN Collects, processes, analyzes blood, urine and other body fluids by established scientific laboratory techniques, to aid and diagnosis, treatment, and prevention of diseases in the area of hematology, urinalysis, chemistry, blood bank, microbiology, serology, anatomic tomicpathology, and general medical lab test. CABLE SPLICER Installs, maintains, repairs, and modifies cable systems. Uses engineered drawings, statements of work, and technical manuals to determine·requirements for maintaining underground, buried, and aerial cable systems. prepares and installs distribution equipment. Terminates tips on main distribution frames. installs, maintains, and repairs dry air compressors and continuous flow and static pressurization systems. Ensures techniques, materials, and accomplishments are according to technical standards, and specifications and engineered directives. Locates, repairs, and/or replaces splice cases. Performs pneumatic troubleshooting to locate faulty split cases and pressure component assemblies using resistance measurements and pressure gradient. Repairs pressure component assemblies and adjust pressure contractors. Determine course of signal deterioration in voice and data circuits over cable by using test equipment. Interprets compressor meter readings and adjusts controls. Troubleshoots pneumatic and electrical malfunctions in cable air-dryer compressors. · CENTRAL OFFICE INSTALLER/ TESTER/REPAIRER Installs, repairs, and maintains telephone central office automatic exchange equipment. Specifically, electronic switching systems. Assigns hardware and software resources on digital telephone switching systems utilizing database management. Runs cross connections on main distributing frame to interconnect the switching equipment and miscellaneous circuitry to outside plant cabling. Localizes equipment malfunctions by utilizing appropriate man-machine interface. performs diagnostics on hardware components and verifies translations tables are correct and provide proper routing. Replaces defective hardware by such procedures as inserting spare printed circuit boards, performing diagnostics and returning components to service from the WAGE DETERMINATION NO.94-2399 ISSUE DATE: 05/19/1994 Page 10 of 11 man-machine i·nterface. Maintains equipment by performing routine performance checks and by lubricating, cleaning, and removing accumulated moisture as required. CABLE INSTALLER/DUCT LAYER/TESTER Installs maintains and repairs cable systems. Installs and maintains aerial cables, including pole lines, guys, anchors, cross-connect terminals, and suspension strands. Loads and-unloads cable reels and seals cable ends. Installs and maintains underground and buried cable systems, including securing digging permits, installing new duct systems, rodding and cleaning existing cable ducts, preparing pulling apparatus, and pulling and temporarily bending cable. Installs buried cable, using open trench and cable plow methods, and marks buried cable path. Entrust that installation and maintenance techniques are according to technical directives and specifications and engineered directives. Ensures safety while working aloft and in enclosed subterranean work areas, including inspection of safety equipment, traffic warning devices, and tests for toxic and explosive gases and maintenance of cable systems·. Inspects cable at prescribed intervals to locate defects and obstacles which could hamper efficient operations. STATION INSTALLER Installs modifies, repairs, and maintains dial or automatic telephone systems including special subscriber sets and private branch automatic exchanges which include such features as intercommunications, visual and audio signaling, hold or other options to telephone users. Survey installation area to determine work methods, tools, materials, etc. required to install or modify the telephone system. Selects equipment and circuit required for the features indicated in workorders and layout sheets. Install such system components as backboards, key telephone units, terminals, connector blocks, wiring, and telephone sets and rewires the equipment for the features requested. Hooks to power source and conducts operational test of the installed system. Advises users on how to operate the equipment. Performs onsite troubleshooting and repairs by locating the causes and determining the nature of trouble and replacing and adjusting system components, performs periodic maintenance. Visually ·checks equipment and corrects such sources of trouble as bare wires and loose connections. Lubricates and cleans mechanical components as necessary. TRAVEL CLERK Motor Vehicle Dispatcher -Schedules and assigns motor vehicles used for the transportation of material or people. ANIMAL CARETAKER The purpose of this position is to clean animal cages, feed and water animals, and perform animal handling and other duties associated with I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I WAGE DETERMINATION NO.94~2399 ISSUE DATE: 05/19/1994 Page 11 of 11 ' maintaining laboratory animals used in the biomedical research or training programs. 1. Cleans laboratory animal cages, enclosures and adjacent areas. Sanitizes cages using mechanical washers. Sanitizes runs, cage racks, shipping crates, carts, and other bulky equipment manually using hose spray, brushes, and cleaning agents. Empties, washes and refills feed and water containers. Inspects cages to insure doors, latches, and fittings are operational. Makes minor adjustments and repairs to caging, or notifies the supervisor. 2. Handles animals in conjunction with relocating, examining, grooming or administering medications. Ensures accurate identification on animals moved, requested, or treated. 3. Unloads, lifts, carries, and stacks large bags or boxes of animal feed, bedding material, fresh fruits, and other supplies and equipment. Observes stock levels of these items and advises supervisor as quantities are exhausted. 4. Prepares and feeds regular and special diets. Observes feeding habits of individual. animals and reports any irregularities in appetite, consumption rate, or rejection of food. Reports any troublesome or poor quality detected in feeds. 5. operat~ cage washing machines, autoclaves, portable steam generators, incinerators, and other related equipment. Reports defective operation of units to the section. 6. Observes animals continuously for indications of poor health or injury. Reports any abnormal stool or urine conditions, evidence of parasites, appearance of blood or mucous, and any suspicious skin or coat conditions. Collects biological samples as requested. Assists in administering medical treatments' as directed by the veterinarian. 7. Performs other duties as assigned. I I I -I I I I I I I I I I I This plan is submitted in accordance with Public Law 95-507 and FAR 52.219-9 in response to U.S. Environmental Protection Agency's RFP No. W3-8401 0-F4. I. II. PURPOSE Al This Small Business and Small Disadvantaged Business Subcontracting Plan (hereinafter callad the "Plan") is submitted in compliance with the policy of the United States Government, that Small Businesses and Small Disadvantaged Businesses be given the maximum practicable opportunity to particii:,ate 35 subcontractors in the performance of contracts awarded to Mclaren/Hart by any Federal Agency. Bl Mclaren/Hart agrees to carry out this policy in the awarding of subcontracts to the fullest extent consistent with efficient contract performance. Cl This Plan covers all the products and services to be purchased by McLaren/Hart in the performance of any contract resulting from the ·above referenced RFP. DEFINITIONS Al Bl Small Business Concern The term •small Business Concern" shall mean a small business as defined pursuant to Section 3 of the Small Business Act and relevant rEJgulations promulgated pursuant thereto. Small Disadvantaged Business Concern The terms "Small Business Concern owned and controlled by socially disadvantaged individuals" or "Small Disadvantaged Business" shall mean a Small Busines·s Concern 1 I which is at least 51 percent owned and controlled by one or more socially and economically disadvantaged individuals; or in the case 01 any publicly owned business, at least 51 percent of. the stock of wh,cn is owned by one or more socially and economically disadvantage,1 individuals; and 2) whose management and daily business operations are controlled by c•·~ or more of such individuals. CONTRACTIFORMS\SMAl.l.BUS.OOJ _ _{ ... ··--·--------·-·-'•·· .... _____ ■] ·--····-·--··------.. -- MCLAREN/HART SUBCONTRACTING PLAN Page 2 Ill. Cl McLaren/Hart shall presume that socially and economically disadvantaged individuals include Black Americans, Hispanic Americans, Native Amer:cans, Asian-Pacific Americans, Subcontinent Asian Americans, Indian Tribes, Native Hawaiian Organizations and othar minorities, or any other individual found to be disadvantaged by the Small Business Administration pursuant to Section 8 (a) of tha Small Business Act. Subcontract The term "subcontract" shall mean any agreement (other than one involving an employer-employee relationship) entered im0 by McLaren/Hart with a ncn- affiliated company or individual calling for the direct and indirect purchase of raw materials, components, supplies, and s,:,rvicfls needad to iiui:ip0rt ovr operations. GOALS McLaren/Hart shall constantly seeks new sources of supply for materials, components. supplies and services from Small Business Car.cams and Small Disadvantaged Busi,,ess Concerns able to provide quality products and services at competitive prices, with on-time delivery. In assessing the requirements of the prospective contract, project managers determine those items and services w_hich are needed to perform the work in the most effective manner. Competitive quotes from potential suppliers are solicited, and responses from those companies offering the best value are used to develop the offered price as well as the small business goals. Solicitation mailing lists. developed using the methods listed below, are provid .. : co project managers to assist them in identifying potential sources for required matorials and services. 1 ) 2) 3) 4) Networking with federal, state, and local government agencies. public utilities, other large companies in the private sector and with local and national associations and organizations associated with minoritv business outreach programs. Use of the Small Business Administration's Procurement Automatec Source System (PASS). Advertisements in national and local industry publications. Subscriptions to national, state and local SB/SOB business directar,P,\ Performance results from prior years, projected business needs for the upcoming , e.,,, and the company's business objectives are also taken into consideration ,n ··~ establishment of goals. CONTRACT\PORMS\SMALL0US cm 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 MCLAREN/HART SUBCONTRACTING PLAN Page 3 IV. These goals are expressed in terms of percentage of the total planned procurement dollars for the subject contract. McLaren/Hart has included all direct procurements of raw materials, components, supplies and services to be subcontracted in the United States. No indirect costs have been used to establish the goals . A) B) C) D) Total Estimated Cost of Prime Contract Total Estimated Cost of Subcontracts Goals 1) Small Business 2) Small Disadvantaged Business Dollars Percent See Cost Proposal Note: Small Business goals are inclusive of Small Disadvantaged Business goals, Products and Services I Type of Business Concern The principal products, supplies, and services that McLaren/Hart anticipates 10 purchase or lease from Small and Small Disadvantaged Businesses include. ti..,1 are not limited to the foll owing: Principal Products and Services Definition: SB = SDB = Small Business Small Disadvantaged Business SUBCONTRACTING PLAN ADMINISTRATION A) This Plan will be administered by: McLaren/Hart Environmental Engineering Corporation 300 Stevens Drive, Suite 200 Lester, PA 19113 (610) 521-8585 CONTRACT\PORMS\SMALLBUS.003 ·- .. >·-· r'o r·, -. ~-~ . -v• (') L "'· ,..,, '-'' 1'.,. r--.. 2::. ~. _.,,_ _,, MCLAREN/HART SUBCONTRACTING PLAN Page 4 V. 8) The Duties' ot' the Administrator are, among others: 1 ) To develop policies and procedures to assure success of the Plan. ·2) To keep a current Plan acceptable to the federal government. 3) 4) 5l 6) 7) 8) To conduct Small Business and Small Disadvantaged Business Concerns certification reviews in a~cordance with company program guidelir,es. To establish and maintain a database of qualified Small Business anrl Small Disadvantaged Business Concerns and to promulgate the supplies list to McLaren/Hart Project Mariagers. -,~ · To search for qualified Small Business Concerns and Smali Disadvantaged Business Concerns through: a) Networking with national, state, and local associations, counci1s and the entities identified in Section Ill. bl Participating in supplier business opportunity fairs, sem,nar1. workshops and industry meetings. c) Placing advertisements in national, state, and local indusi,, publications. To maintain liaison and cooperation with SBA and other agencies a• ,~., federal government to find and utilize qualified Small Business Cone~•--, and Small Disadvantaged Business Concerns. To conduct training sessions and support activities for assisting bu,~·, in finding and qualifying the Small Business Concerns and S,•· .,, Disadvantaged Business Concerns. To provide required records and reports, and cooperate in all reaso,,M ,. surveys conducted by the Small Business Administration or the F~.,., • Procuring Agency. PLAN TO ASSURE SUBCONTRACTING OPPORTUNITIES Al In addition to those functions listed in Section IV Bl above, the fo:lowing ~" are taken to ensure that Small Businesses and Small Disadvantaged Bus,,,..,,.· have an equitable opportunity to participate in McLaren/Hart procurerTw· ·, 1) Arranging solicitations, time for the preparation of bids, qua•'" · .. · specifications, and delivery schedules so as to facilitate partic,pa• such concerns. CONTR.ACT\FORMS\SMALLBUS.003 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1: II MCLAREN/HART SUBCONTRACTll~G PLAN Page 5 VI. VII. 2) 3) 4) ~----···· , Considering the availability and potentiality of Small and Small Disadvantaged Businesses in all "make-or-buy" decisions. Offering managerial and technic.11 assistai ,,,e to potential Small Businesses when appropriate. -·· Developing Master Subcontract Agreements with qualifi,'.i Small and Small Disadvantaged Businesses for major subcontract effort;;. FLOW DOWN OF SUBCONTRACTING CLAUSES AND SUBCONTRACTING PLAN REQUIREMENTS A) Mclaren/Hart will require all subcontractors (except Small Business Conc6<ns1 that receive Government subcontracts in excess of $500,000 per yp~• ($1,000,000 for construction) to have in effect a subcontracting plan approved by the federal government or will adopt a plan similar to the plan required ov the clause FAR 52.219-9, Small Business and Small Disadvantaged Business Subcontracting Plan. Implementation by McLaren/Hart will primarily consist of a reference to the clause FAR 52.219-9 in the terms and condition. of contracts and purchase orders as these purchasing documents are revised bv each division. Bl For subcontracts over $10,000, McLaren/Hart will reference the clause FA~ 52.219-8, Utilization of Small Business Concerns and Small Disadvantage,, Business Concerns, in the terms and conditions of contracts and purer-"~ orders as these purchasing documents are revised by each division. COMPLIANCE REPORTS Al B) Mclaren/Hart will submit periodic reports in order to allow the Governme,,, · . determine the extent of its compliance with this Plan, including SF:,., Subcontracting Report for Individual Contracts, and SF 295, Su1TH"d'. Subcontract Report, in accordance with the instructions on the to,~, Mclaren/Hart will ensure that its subcontractors also submit SF 294 a"<l -; • 295 when applicable. Mclaren/Hart will cooperate fully with all reasonable and appropriate su, ... , , or studies tequired by the contracting agency or the. Small Bu.,.,,.,, Administration in determining program compliance. McLaren/Hart ex0<•"·, reserves the right to designate as· confidential, appropriate portions o• ,. information submitted in or pursuant to all such reports, surveys _or stu<l••, CONTRACT\FORMS\SMALLBUS.003 . ' , MCLAREN/HART SUBCONTii1'.C"fil~G r;_t_, I I l Page:6 VIII. RECORD.KEEPING I M~L~ren/H;;,:-r will maintain mailing lists of qualified Small Business Concerns a1~d Small · Disadvant:>.yed Business Concerns. Records to support outreach efforts wnl include meetinr;,; of Minority Regional Purchasing Council activities, education activities atte:r.cied or conducted, Supplier Business Opportunity Fairs attended, approved s•;,iplier lists received from cooperating corporations and Purchasing Councils, and records of buyer efforts to qualify _above-mentioned types of business concerns. Records in support of this Plan will include subcontractor aw.ard data for use ,n preparing the aforementioned compliance reports and records on each subcontract solicitation resulting in an award of more than $100,000 indicating 1) whether Small Business Concerns and Small Disadvantaged 8usiness Conc';,ms were solicited and ,t not, why not, and ~) if applicable, the reason awArd was not riiade to a Small Bus,ness or Small Disadvantaged Business. Submitted By: Ni:me and Ti!l'l of Pers,,i: Authorlzed to Sign: . Mclaren/Hart Environmento:e, F.n\Jinesring Cr Contmcts M,m;,ger COl'ITRACTIFORMS1SMALL0US.roJ I I I I I I I [1 RI 'i),. :1 ;__ '\ i_:-1 i'.; ~ ~ ~ '-.., -31 •.1