HomeMy WebLinkAboutNCD980602163_19970521_Warren County PCB Landfill_SERB C_Environmental Investigations, 1994 - 1997-OCR6t!
,1;,I(<-
~ i State of North Carolina ,_
I "--_ Department of Environment,
p~f,.,,,,. Health and Natural Resources
fo._,1/1/4-/ f General SeNices Division
{./A_ James B. Hunt, Jr., Governor
Jonathan B. Howes, Secretary
Laird Davison, Director
~-~·:-.-:~ :·-. "~
,/". .... " .:· .j\ £{) ''t ...
/ ; :,lid Westo ·\.
1 rHAY 28 1997 !
AMENDMENT NO. 1
~v/ AMENDMENT TO CONTRACT NUMBER N7020
~ ,. --~---:-~f-BETWEEN
ENVIRONMENTAL INVESTIGATIONS
AND THE
NORTH CAROLINA DEPARTMENT OF ENVIRONMENT,
HEAL TH AND NATURAL RESOURCES
Pursuant to paragraph eleven of Contract Number N7020, the Department wishes
to amend the contract to add $4,744.00 to cover the cost of additional wells. The
total amount of the contract will not exceed SEVENTY-FOUR THOUSAND THREE
HUNDRED FIFTY-NINE DOLLARS ($74,359 .00).
Please indicate acceptance by your signature below.
Approved:
::::::t,,~AJ 0-0 ~~
Laird A . Davison, DEHNR Environmental Investigations
Return one (1) duplicate original to: Doris E. Strickland, Chief, Purchase and
Contract Section, DEHNR Divi[\,r1_of General Services, PO Box 27687, Raleigh, NC
27611-7687.
cc: Mike Kelly, Division of Waste Management
DEHNR Office of the Controller
DUPLICATE ORIGINAL
P.O. Box 27687 , Raleigh, North Carolina 27611-7687 N{JC
Voice 919-733-9746
An Equal Opportunity Affirmative Action Employer
50"/o recycled/10"/o post-consumer paper
State of North Carolina
Department of Environment,
Health and Natural Resources
Division of Solid Waste Management
James B. Hunt, Jr., Governor
Jonathan B. Howes, Secretary
William L. Meyer, Director
AVA
DEHNR
April 22, 1997
MEMORANDUM
TO:
FROM:
Dee Strickland
t
Mike Kelly, Deputy Director ., \~(
v~ld'o
SUBJECT: CHANGE IN SCOPE/ ADDIT ON TO CQNT-RA
We have completed work with Environmental Investigations, Contract #69615 for the
digging and installation of monitoring wells at and around the PCB Landfill in Warren County.
Environmental Investigations did an excellent job working with us, often in adverse conditions,
and remained flexible throughout this project.
During this type of project, you often encounter a variety of problems due to unknown
and unpredicted situations, such as rock formations, etc. We had several such situations during
this project. However, Environmental Investigations worked with us to find the best and
quickest solutions.
It was necessary for us to add three additional wells to the scope of work: One was
another 4 inch off site well, and then two additional 2 inch on site wells. These wells could not
have been easily pre-planned as they became necessary after substantial information about the
site topography was gained during the course of the work.
I have worked with Environmental Investigations and gone over those additional charges
that I feel are indeed appropriate for the extra wells, and have agreed to an change order of
$4,743.49, which brings the total of this contract to $74,358.49.
This work has been completed and is satisfactory to the division and the Warren County
Working Group. I would appreciate you support in the change order.
Thank you!
P.O. Box 27687,
Raleigh, North Carolina 27611-7687
Voice 919-733-4996
FAX 919-715-3605
An Equal Opportunity Affirmative Action Employer
50% recycled/10% post-consumer paper
ENV . INVE STIG ATIONS .. TEL:1-91 9-544-7500
April 22, 1997
Mr. Michael Kelly, Deputy Director
Division of Waste Management
Department of Environment,
Health and Natural Resources
P.O. Box 27687
Raleigh, North Carolina
Re: Invoice for Services
Warren County Groundwater Monitoring Well Installation
Change in Services Order
EI Project No. 15-702-182
Mr. Kelly:
This letter has been written to request a change order for the above referenced project. The
completed project resulted in the installation and development of three (3) additional
groundwater wells not requested in the initial bid documents. A total 18 wells were in$talied (l 4
2" and four 4") during the duration of the project. Please note this project required a significant
number of additional hours over the initial bid document due to 1) the installation of additional
wells; 2) adverse site conditions; 3) additional oversight and de.velopmcnt time for the addit ional
wells.
The bid price for this project was initially at$ 69,615 .00. The final invoice for work performed
was$ 74,358.49. The resulting difference between the initial bid and the final project total is
therefore S 4,743.49. This diffe.rence between the initial bid and the final project expense is du e
to the addicional field oversight time required to complete the this project. EI respectfully
request:; a change order for$ 4,743.49 to include the additional effort required to complete this
project.
Please note that Invoice No. 006988 (total $ 73,518.48) was generated prior to final internal
hilling and accounting was complete. Please excuse any inconvenience caused by the generation
of a interim project invoice. A revised invoice will be generated for your records.
EI appreciates the opportunity to pro~idc environmental consulting services to lhe Division. lf
there arc any questions concerning this letter, please do not hesitate to contact me at (919) 544-
7500.
Sincerely,
X)~/'/ f I~
Gregory P. Lathan, President
Environmental Investigations
ENV . I~V ESTIGATION S TEL:1-919-544-7500
APR-22-1997
Mr. Michael A. Kelly
NC DEHNR Division of Solid Waste
Management
401 Oberlin Road, suite 105
Raleigh, NC 27605
Apt~ 22 97 14 : 47 t·.Jo. 015 F·. (i"::
"' .,_....,.,.111',A,'~1.: ... ....,__,lt.U').M
In reference to: Monitoring well installation
INVOICE NO.: 006988R
Dear Mr. Kelly:
Our Project No.: 0015-702-18 2
Environmental Investigations, P.A. is submitting this invoice
for the above referenced project. The amount due as detailed
on the following pages is:
$74,358.49
Environmental Investigations, P.A. appreciates the opportunity
to provide environmental services for your company. If you
have any quest.ions concerning this invoice, plec.se do not
hesitate to call (919) 544-7500.
Sincerely,
Gr ego ~y P. ~atha~
Pres idem::
---------.------------~---------------------------~--------------
PLEASE NOTE: Ou~ records indicate other unpaid invoices to~aling:
.00
ENV . IMVE S1IGRTION S TEL:1-919-544-7500
Envirormental lnvestliet!ons, !l"IC.
Project Oetell Charges Report
From 01/01/97 Thru 05/31/97
!~S-702· 182 \.larren Co. ?C8·L.irct ill fee i~ CP
lent 20392 HC DEHNR Division of Solid \.la~
,vel4 0015 Air & Engineering Progr;!lms
Fee Avs i lable 69615.00
Start Date 02/03/97
E m ~ l o y e e /
V e n d o r-
) 7 EnvlrONnental Scientist 11
)00046 Scott H. Eden
)00046 Scott H. Eden
)00046 Scott H. Eden
000046 Scott H. Eden
000046 Scott M. Eden
000046 Scott H, Eden
D00046 Scott H. Eden
000046 Scott M. Eden
000046 Scott H, Eden
000046 Scott M. Eden
000046 Scott H. Eden
000046 Scott H. Eden
000046 Scott H. Eden
000092 Manda f. Si.imierson
000092 Am.tir.d8 f. SliTmerson
Cls Actv Period
Item End Ot
OOCl.l'llent
Date )h.nber
107 241503/07/97 02/14/97 DAGOOl
107 214503/07/97 02/14/97 DAG001
107 230003/07/97 02/21/97 DAG001
107 214503/07/97 02/21/97 DAG001
107 241503/07/97 02/21/97 DAGOOl
107 214503/07/97 02/28/97 OAG001
107 241503/07/97 02/28/97 OAGOOl
107 214503/07/97 03/07/97 DAG001
107 241503/07/97 03/07/97 DAG001
107 214503/14/97 03/14/97 DAG001
107 241503/14/97 03/14/97 DAGOOl
107 214503/28/97 03/28/97 OAG001
107 241503/28/97 03/28/97 DAG001
•• Total
107 214503/07/97 02/21/97 DAG001
107 241503/07/97 02/21/97 OAG001
** Total
•• Total 107
16 Project Envirorrnental G~ologis
000007 David C, Brewster 116 237503/07/97 02/07/97 OAG001
000007 David c. Brewster 116 241503/07/97 02/14/97 DAGOOl
000007 David C. Brewster
000007 David C. 9rewster
116 237303/07/97 02/14/97 DAG001
116 230003/07/97 02/14/97 DAG001
16 Project Envirc~nt~l Geolo9is CCon'tl
000007 David C. Brewster 116 214503/07/97 02/21/97 DAG001
000007 David C. Brewster
000007 Dsvid C. Brewster
000007 David C. Srews,et
OOOCO? David C. Br~ws t er
000007 David C. Brcws,er
116 23C003/07/97 02/21/97 DAG001
116 230003/07/97 02/26/97 DAG001
116 214503/07/97 02/28/97 OAG001
116 23CC03/07/97 03/07/97 DAGOOi
116 21~5C4/i8/97 04/18/97 DAG00)
... Total
-· i0[,!1\ 116
*-lotal Labor
Hours Type
Qty Uni ts
7.50 Reg
24.00 Rltg
1.00 Reg
38.00 Reg
8.00 Reg
42.00 Reg
12.50 Reg
50.00 Reg
12.50 Reg
1.00 Reg
2.50 Reg
30.00 Reg
7.50 Reg
236.50
4.50 Reg
3,00 Reg
7.50
244.00
2.00 RP51
12.00 Reg
2.00 Reg
2.00 Reg
24.00 Reg
3,00 Reg
3,00 Reg
12.00 Re~
3.00 ~e-;;
12.CO Reg
75 .co
i5 .00
351.00
RGLM 3.5CCO
Fr ln~e
Ci & A
14 :48 No .015 P .04
ih.n Oatc Oi.;22/97
ol/o4 3 .5000
Bill Rate Sc~: ;5
0/T 6ill6ble s
C:is:
DI~ e;::.
P/"I ::.a
Si;: __
Rate Rate
50.0000
50.0000
50.0000
;0.0000
50.0000
50.0000
50.0000
50.0000
50.0000
So.0000
50.0000
50.0000
50.0000
50.0000
50.0000
i 0.0000
70 .0000
70.0000
70.0000
7J.OOOO
70.DOOO
7J.OOOO
7'.). 0000
D .0000
7).0COO
375. co
1200.QQ
50 . 00
1900.CO
400.0C
2100.00
6Z5 .CO
2500 .CG
625.00
SO.GO
125.CO
1500.GO
373 .00
11825.00
22S.DO
150.CO
375,00
iZZOO.CO
1t.O.CC
el-0. ,:,:
11.0 . o::;
14G.CC
'J I ,, -.., ... -v ..... .,
-;-.-.. .... r-~. u . '-'•
5250.C.r:
17450.CC
ENVIRONMENTAL INVESTIGATIONS • 2)27 Englert Drive, Suite l , 0urh.:im, NC 27713, lll (919) 544-7500 , l'AX (9 19) 54•1-2 199
EN V. I NVES 1IGATIONS TEL:1-919-544-7500
Envlrormental Investigations, Inc.
Project Oeteil Charges Report
From 01/01/97 Thru 05/31/97
)15·702·182 varren Co, PCB-Lardfill (Con•t) Fee Type CP
.lffit 20392 NC DEMHR Division of Solid ~as Fee Avnilable 69615,00
tve{4 0015 Air & En-.!neerinr;i Progr.vns Start Date 02/03/97
=. m p t o y I!' e / Cls Ac;tv Period Oocunent ~ours Type
V e n d o r I tern En:l Ot O~te Nl.llbet Oty Units
)00 PROJECT DETAIL CHAAGES
/l 4010·00 Contract labor
20442 SAEDACCO
20442 SAEDACCO
/L 4030·00 Travel E~nses Dir&et
000046 Seott M. Eden
000046 Scott N. Eden
000046 Scott N. Eden
000046 Scott M. Eden
000046 Scott M, Eden
000046 Scott M. Edf:n
000046 Scott M. Eden
000046 Scott H. Eden
000046 Scott M, Eden
000046 Scott N. Eden
(Con'tl
03/07/97 02/28/97 013630
03/31/97 03/31/97 013694
** TotDl
G/L
02/21/97 02/21/97 013351
02/21/97 02/21/97 013351
02/21/97 02/21/97 013351
02/21/97 02/21/97 013351
02/21/97 02/21/97 013351
02/28/97 02/28/97 013403
03/07/97 03/07/97 0136-43
03/07/97 03/07/97 013484
03/07/97 03/07/97 013484
03/28/97 03/28/97 013578
"* Total
.,. ioc11l G/L
i/L 4035·00 Personal Mil1!8gl! Reilltlurse:ment
000007 David C. Brewstl!r
000007 David C. Brtwster
000007 David c. Brewster
000007 David C. Brew~ter
000007 David C. Brew,ster
000007 D.ivid C. Brei.s:er
000007 D.ivid c. Brewster
000047 Asa 8. Roger~on
G/L 4040·00 Field E~pen:.es Dire-et
10\2.3 Touchberry Gr~, Inc:-·
02/07/97 02/07/97 013337
02/14/97 02/14/97 013332
02/21 /97 02/21/97 013342
02/21/97 02/21/97 013342
02/21/97 02/21/97 0133'2
02/25/97 02/28/97 01332 7
02/2B/97 02/28/97 0133Ze
"* Tot11l
02/07/97 02/07/97 013375
r• Tctal G/l
03/31/97 03/31/97 013627
Apr-22 97 14 :49 t'-lo.015 F.05
xun Oete C4 /22/97
RCU~ :L~QOO SU-t 3.5000 DI?. DB
Ft i nge Bill il11te Sc.'!: 95 P/"', DB
G & A C/T S i l lable ~ s · 0 SE
Cos~
Rate
Cost ::Hor,
Rate
Amour.:
54247.73
1627.50
55875 .23
55875 .23
17. 77
6.99
18.C.6
56.41
?.co
15. T2
24.00
10.9D
49.r;6
12.EY
21 9. 7~
21 Y. 70
79. 7Y
1 !.O. ,:
77 .3£
7 '-. ; :
E,!, .~::
c:~.:
62 .,:,-:-
tN\/IRONMfNT/\1. INVESTICATIONS • 2127 fngk-rt Drive, Suil(: 1, Dlirh,1111, NC 2771.1 · Tri ('Jl'l) t,,1,1-7500. rAX (919) S44-1!99
EH'-). I n 1-./E S 1 I 13 A T I I] HS TEL:1-919-54 4-7500
Environmentol Investigations, Inc,
Project Detail Charges Report
From oi1oi197 Thru 05/31/97
15-702·182 Warren Co. PCB-Larcfill (COl"l' t) FN! Type
lent 20392 NC OEHNR Div ision of Sol id ~es
vel4 0015 Air & Er19ineering Progrems
E m p l o y e e /
V e n d o r
Cls Ac,v Period
I t~ End Dt
Fee Available
Start Date
DocUMnt
Date NI.fiber
00 PROJECT DETAIL CHARGES
~341 C8ble & uireless 03/07/97 03/06/97 013581
..., Total G/l
'l 4045·00 Non·Reirrb.Jrs~ble Proj~t Expenses
100046 Scott I'., Eden 02/14/97 02/14/97 013307
100046 Scott M. Eden 02/14/97 02/14/97 013307
u Totol
'L 4098-00 unit Pricing -Dire-ct Ch8rges
CP
69615 .00
02/03/97
Hours Ty~
Cty Uni a
,QUIP El I -EQUtl'HENT 200102/21/97 02/17/97 TEJ169 174.00 MILE
,.... Total G/L 174. 00
,... Total Exp 174.00
.... Total 1000 525 .00
... T iot&l PrJ Labor ""' 351.00
.,,. Total Pr j Exp ... 174,00
,.,. To~al Project ** 525,00
..:::....:::.. 97 14 : 4 ·~1 Ho . 015 F· . 0 f:,
Run Dste Dl./22/97
~GLM 3.SOCO 6LH 3 .5000 D 1;;: DB
fr ir,ge
G & A
3 l l l Rate Sc~: ;5
0/T a illable : )I
P/~ CB
ST, SE
Cost Ef fort
R8te
.4500
.Amoun,
10.S7
31 .62
78.30
78.30
56908.49
~7450.0C
56908.1,9
74 358.1.9
[NVIRONMl:NT/\l lN\/1:STICAIIONS • 23271::nglert Drive~, Suit<' 1, Durh;i m, NC 27?11 · T[I (~i1'J) !;·1'1-7:,00 · f/\X (91 9 ) '>44-2199
I
APR-14-1997
Mr. Michael A. Kelly
NC DEHNR Division of Solid Waste
Management
401 Oberlin Road, Suite 105
Raleigh, NC 27605
In reference to: Monitoring well installation
INVOICE NO.: 006988 Our Project No.: 0015-702-182
Dear Mr. Kelly:
Environmental Investigations, P.A. is submitting this invoice
for the above referenced project. The amount due as detai led
on the following pages is:
73,518.48
Environmental Investigations, P.A. appreciates the opportunity
to provide environmental services for your company. If you
have any questions concerning this invoice, please do not
hesitate to call (919) 544-7500.
Sincerely,
~~)£ f7 ,;/4 ~
Gregory P. Lathan
President
---------------------------------------(-------~---------------
PLEASE NOTE: Our records indicate other unpaid invoices totaling:
.00
~~ ~u0 ,(__~
~j~'H>B-Lft
~70-0
I
J
' ' C:r~~--\--~ 0 0~ .. \ -~:
~.,.._. "-.) ~ . ~L,u
-~ ~
I
~ ~ ~v ~ ~~ \ ~~
~~ D'---~&_ N6 '-->--~ o ,-J~
~ .\A,_._ ~ ~L~ ux_~ '(('1
-
APR-14-1997
Mr. Michael A. Kelly
NC DEHNR Division of Solid Waste
Management
401 Oberlin Road, Suite 105
Raleigh, NC 27605
L A B O R & E X P E N S E
LABOR DETAIL
HOURS
Groundwater Assessment
David C. Brewster 03/07/97 24.00
David C. Brewster 03/07/97 12.00
*** 36.00
Scott M. Eden 03/07/97 24.00
Scott M. Eden 03/07/97 38.00
Scott M. Eden 03/07/97 42.00
Scott M. Eden 03/07/97 50.00
Scott M. Eden 03/14/97 1.00
Scott M. Eden 03/28/97 30.00
*** 185.00
Amanda F. Summerson 03/07/97 4.50
*** 4.50
Project Management
David C. Brewster 03/07/97 2.00
David C. Brewster 03/07/97 3.00
David c. Brewster 03/07/97 3.00
Da v id C. Brewster 03/07/97 3.00
*** 11. 00
Scott M. Eden 03/07/97 1.00
*** 1.00
Site Plan Preparation
David c. Brewster 03/07/97 2.00
David C. Brewster 03/07/97 2.00
*** 4.00
Travel
D E T A I L
RATE AMOUNT
70.00 2,520.00
50.00 9,250.00
50.00 225.00
70.00 770.00
50.00 50.00
70.00 280.00
ENVIRONMENTAL INVESTIGATIONS • 2327 E glert Dri\e, Suite 1, DurhJm, NC 277n · TEL (919) 544-7500. FAX (919) 544-2199
APR-14-1997
Mr. Michael A. Kelly
NC DEHNR Division of Solid Waste
Management
401 Oberlin Road, Suite 105
Raleigh, NC 27605
L A B O R & E X P E N S E
LABOR DETAIL
Travel
David C. Brewster 03/07/97
***
Scott M. Eden 03/07/97
Scott M. Eden 03/07/97
Scott M. Eden 03/07/97
Scott M. Eden 03/07 /97
Scott M. Eden 03/14/97
Scott M. Eden 03/28/97
***
Amanda F. Summerson 03/07/97
EXPENSE DETAIL
Contract Labor
SAEDACCO
***
013630 02/28/97
013694 03/31/97
***
Travel Expenses Direct
Scott M. Eden
013351 02/21/97
HOURS
12.00
12.00
7.50
8.00
12.50
12.50
2.50
7.50
50.50
3.00
3.00
--------
307.00
QTY
D E T A I L
RATE
70.00
50.00
50.00
RATE
AMOUNT
840.00
2,525.00
150.00
16,610.00
AMOUNT
55,875.23
ENVIRONMENTAL INVESTIGATIONS • 2327 Englert Drive, Suite 1, Durk1m, NC 27713 · TEL (919) 544-7500. FAX (919) 544-2199
APR-14-1997
Mr. Michael A. Kelly
NC DEHNR Division of Solid Waste
Management
401 Oberlin Road, Suite 105
Raleigh, NC 27605
L A B O R
Travel Expenses Direct
Scott M. Eden
013351
013351
013351
013351
013403
013643
013484
013484
013578
&
02/21/97
02/21/97
02/21/97
02/21/97
02/28/97
03/07/97
03/07/97
03/07/97
03/28/97
***
Personal Mileage Reimbursement
David C. Brewster
013337
013332
013342
013342
013342
013327
013328
Asa B. Rogerson
02/07/97
02/14/97
02/21/97
02/21/97
02/21/97
02/28/97
02/28/97
***
013375 02/07/97
***
Field Expenses Direct
E X P E N S E
QTY
D E T A I L
RATE AMOUNT
219.70
582.73
120.90
ENVIRONMENTAL INVESTIGATIONS • 2327 Englert Drive, Suite 1, DurhJm, NC 27713 • T[L (919) 544-7500 • F,'\X (9 19) 544-2 199
APR-14-1997
Mr. Michael A. Kelly
NC DEHNR Division of Solid Waste
Management
401 Oberlin Road, Suite 105
Raleigh, NC 27605
L A B O R & E X P E N S
QTY
Field Expenses Direct
Touchberry Group, Inc.
013627 03/31/97
***
Cable & Wireless
013581 03/06/97
***
Unit Pricing -Direct Charges
EII -EQUIPMENT
Company Vehicle Mileage 174.00
TEJ169 02/17/97 --------
*** 174.00
E D E T A I L
RATE
MILE
.4500
** Total Project 0015-702-182
AMOUNT
21. 05
10.57
78.30
56,908 .48
73,518 .48
ENVIRONMENTAL INVESTIGATIONS • 2327 Englert Drive, Suite 1, Durham, NC 27713 • TEL (919} 544-7 500 • FAX {919} 544-2199
• ! ..
t al!..,bUiilDCDt, ~ and Naan1 lwaa
DtriaoD olo.-.1 .....
AGREEMENT INFORMATION b
l. PAR.TIES 10 nns AOR.EEM£NT:
A.~:-:-:---------------, 8. f"""'!::---------------Cuaaw
ement
Mike Kelly
2. nn.EOFAGREEMENT:
733-4996 1x 201
. ... .
Environmental
ON
0 awanyowned tJ W'ClffllftCJIW'Md
CaNad
• Dave Brewster
Monitoring Well Installation
1
O~owned ODOrW abow
3. l'URPOSEOFAGREEMENT: Install 12 monitoring wells around landfill, 3 off-site
◄. TIME PERIOD OF AGREEMENT: Bqinnins Date __.1_/ --1]_/-21-
Mcndi Day Ym
5. AGREEMENTSTATIJS: [jXNew O Continuin& 0 R.eviaed Y=r of Initial ,¼reement ___ _
6. FISCAL INFORMATION: Doe, this qreement involve dilbunement cf funda? 0 from Dept. 0 to Dept. D No
1::~,615.00
SUBHEAD: Fund 21 o 3
Bud get Code: 24300
OBJ536989 PR.OQ ____ _
GENERAL SERVICES USE ONLY .
PAYMENT SCHEDULE:
7 Provide installation of 15 groundwater monitoring wells at and near . NEED STATEMENT:
the PCB Landfill for sampling and analytical testing
8. JUSTIFlCA TION: Wells are needed to accurately look at the groundwater around the
landfill to determine if contamination is nresent
DEHNR 2SOO (Jlcviaed 11/89)
~~(Jt.-v.7/91\
STATE OF NORTH CAROLINA
COUNTY OF WAKE
CONTRACT NO. N7020
CONTRACTOR'S FEDERAL 1.D.
OR SOCIAL SECURITY NO.
56-1646239
THIS AGREEMENT, made and entered into this 27th day of January,
1997, by and between Environmental Investigations, hereinafter referred to as
"CONTRACTOR", and North Carolina Department of Environment, Health, and Natural
Resources, hereinafter referred to as "DEPARTMENT";
W I T N E S S E T H:
THAT WHEREAS, the CONTRACTOR has submitted to the
DEPARTMENT a proposal for the performance of certain technical or professional
services; and
WHEREAS, the DEPARTMENT desires to enter into a contract with the
CONTRACTOR to perform the services set out in the proposal;
NOW, THEREFORE, for and in consideration of the mutual promises to
each other, as hereinafter set forth, the parties hereto do mutually agree as follows:
1. The CONTRACTOR hereby agrees to perform in a manner
satisfactory to the DEPARTMENT, construct monitoring wells at the PCB Landfill as
described in Proposal No. PCB LF2 and the amendment to proposal dated
November 18, 1996. Work will be conducted in accordance with the Contractor's
response to the proposal dated November 27, 1996.
2. The DEPARTMENT hereby agrees to pay the CONTRACTOR a
sum of money not to exceed SIXTY NINE THOUSAND SIX HUNDRED FIFTEEN
DOLLARS ($69,615.00), said sum to be full and complete compensation for services to
be rendered under this agreement.
(a) Payment for services will be made upon receipt of an invoice
from the CONTRACTOR documenting the costs incurred in the performance of work
under this contract.
(b) Invoices are to be submitted to the Contract Administrator at
least quarterly. Final invoices must be received by the DEPARTMENT within 45 days
after the end of the contract period.
(c) Amended or corrected invoices must be received by the
Office of the Controller within six months after the end of the contract period. Any
invoices received after six months will be returned without action.
1 of 5
CONTRACT NO. N7020
3. The parties to this contract agree and understand that the payment
of the sums specified in this contract is dependent and contingent upon and subject to
the appropriation, allocation, and availability of funds for this purpose to the
DEPARTMEN"f.
4. The CONTRACTOR agrees that the State may have the right to
audit the records of the CONTRACTOR pertaining to this contract both during
performance and for 36 months after completion or termination. The CONTRACTOR
must retain all records relating to this contract and allow employees or agents of the
DEPARTMENT to inspect such records during the period of time set out herein.
5. The CONTRACTOR represents that he has, or will secure at his
own expense, all personnel required in performing the· services under this agreement.
Such personnel shall not be employees of the DEPARTMENT.
6. The CONTRACTOR shall not substitute key personnel assigned to
the performance of this contract without prior approval by the Contract Administrator.
The following individual is designated key personnel for purposes of this contract:
C. R. Newman.
7. None of the work to be performed under this contract which
involves the specialized skill or expertise of the CONTRACTOR or his employees shall
be subcontracted without prior approval of the Contract Administrator. In the event the
CONTRACTOR subcontracts for any or all of the services or activities covered by this
contract: (a) The CONTRACTOR is not relieved of any of the duties and
responsibilities provided in this contract; (b) The subcontractor agrees to abide by the
standards contained herein or to provide such information as to allow the
CONTRACTOR to comply with these standards, and; (c) The subcontractor agrees to
allow state and federal authorized representatives access to any records pertinent to its
role as a subcontractor.
8. The services of the CONTRACTOR are to commence on the 3rd
day of February, 1997, and shall be undertaken and completed in such sequence as
to assure their expeditious completion in the light of the purposes of this agreement, but
in any event, all of the services required hereunder shall be completed by the 30th day
of March, 1997.
9. If, through any cause, the CONTRACTOR shall fail to fulfill in a
timely and proper manner the obligations under this agreement, the DEPARTMENT
shall thereupon have the right to terminate this contract by giving written notice to the
CONTRACTOR of such termination and specifying the reason thereof and the effective
date thereof. In that event, all finished or unfinished documents, data, studies, surveys,
drawings, maps, models, photographs, and reports prepared by the CONTRACTOR
shall, at the option of the DEPARTMENT, become its property, and the CONTRACTOR
2 of 5
CONTRACT NO. N7020
shall be entitled to receive just and equitable compensation for any satisfactory work
completed on such documents and other materials. The CONTRACTOR shall not be
relieved of liability to the DEPARTMENT for damages sustained by the DEPARTMENT
by virtue of any_ breach of this agreement, and the DEPARTMENT may withhold
payment to the CONTRACTOR for the purpose of set off until such time as the exact
amount of damages due the DEPARTMENT from such breach can be determined.
10. This contract may be terminated by either party upon thirty (30)
days notice given in writing by one party to the other. If the contract is terminated, all
finished or unfinished documents and other materials shall, at the option of the
DEPARTMENT, become its property. Termination of the contract by the
CONTRACTOR shall not prohibit the DEPARTMENT from seeking remedy for
additional costs consequential to the termination, which are incurred by the
DEPARTMENT. If the contract is terminated by the DEPARTMENT as provided herein,
the CONTRACTOR will be paid in an amount which bears the same ratio to the total
compensation as the services actually performed bear to the total services of the
CONTRACTOR covered by this agreement; for costs of work performed by
subcontractors for the CONTRACTOR provided that such subcontracts have been
approved as provided herein; or for each full day of services performed where
compensation is based on each full day of services performed, less payment of
compensation previously made. The CONTRACTOR shall repay to the DEPARTMENT
any compensation he has received which is in excess of the payment to which he is
entitled herein.
11. The DEPARTMENT may, from time to time, request changes in the
scope of the services of the CONTRACTOR to be performed under this agreement.
Such changes, including any increase or decrease in the amount of the
CONTRACTOR'S compensation, which are mutually agreed upon by and between the
CONTRACTOR and the DEPARTMENT, shall be incorporated in written amendments
to this contract.
12. Any information, data, instruments, documents studies or reports
given to or prepared or assembled by the CONTRACTOR under this agreement shall
be kept as confidential and not divulged or made available to any individual or
organization without the prior written approval of the DEPARTMENT.
13. The filing of a petition in bankruptcy or insolvency by or against the
CONTRACTOR shall terminate this agreement.
14. The CONTRACTOR shall not assign or transfer any interest in this
agreement.
3 of 5
CONTRACT NO. N7020
15. No reports, maps or other documents produced in whole or in part
under this agreement shall be the subject of an application for copyright by or on behalf
of the CONTRACTOR.
16. It is agreed between the parties hereto that the place of this
contract, its situs and forum, shall be Wake County, North Carolina, and in said County
and State shall all matters, whether sounding in contract or tort relating to the validity,
construction, interpretation and enforcement of this agreement, be determined.
17. The CONTRACTOR agrees that he shall be responsible for the
proper custody and care of any State owned property furnished for use in connection
with the performance of this contract and will reimburse the State for its loss or damage.
18. This contract represents the entirety of the agreements and
covenants between the DEPARTMENT and the CONTRACTOR with respect to the
subject matter hereof and accordingly cannot be amended or modified except by written
instrument executed by the parties hereto.
19. The CONTRACTOR agrees to indemnify, defend, save and hold
harmless the DEPARTMENT from all claims, demands, liabilities and suits of any
nature whatsoever to the extent they arise out of, because of, or due to the negligent or
wrongful act of omission by the CONTRACTOR, its agents or employees.
20. The DEPARTMENT does not waive its sovereign immunity by
entering into this contract and fully retains all immunities and defenses provided by law
with respect to any action based on this contract.
21. The parties certify and warrant that no gratuities, kickbacks or
contingency fee(s) were paid in connection with this contract, nor were any fees,
commissions, gifi:s or other considerations made contingent upon the award of this
contract.
22. The CONTRACTOR certifies that it (a) has neither used nor will
use any appropriated funds for payments to lobbyist; (b) will disclose the name,
address, payment details, and purpose of any agreement with lobbyists whom
CONTRACTOR or its subtier contractor(s) or subgrantee(s) will pay with profits or non-
appropriated funds on or after December 22, 1989; and (c) will file quarterly updates
about the use of lobbyists if material changes occur in their use.
23. The CONTRACTOR certifies that he is in compliance with
"Attachment I" Assurances-Non Construction Programs.
24. The Americans with Disabilities Act (ADA) makes it unlawful to
discriminate in employment against a qualified individual with a disability and outlaws
4 of 5
CONTRACT NO. N7020
discrimination against individuals with disabilities in State and local government
services and public accommodations. The CONTRACTOR certifies that it and its
principals and subcontractors will comply with regulations in A.D.A. Title I
(Employment), Title II (Public Services), and Title Ill (Public Accommodations) in
fulfilling the obligations under this agreement.
25. Mike Kelly is designated as the Contract Administrator (project
coordinator) for the State. However, any changes in the scope of the contract which
will increase or decrease the CONTRACTOR'S compensation shall not be effective until
they have been approved by the DEPARTMENT Head or Authorized Agent.
IN WITNESS WHEREOF, the CONTRACTOR and the DEPARTMENT
have executed this agreement in duplicate originals, one of which is retained by each of
the parties, the day and year first above written.
CONTRACTOR NORTH CAROLINA DEPARTMENT OF
ENVIRONMENT, HEAL TH, AND
NATURAL RESOURCES
Byb~ ~,6,~ -JJonathan B. Howes, Secretary
Contractor's Signature' /
Gregory P. Lathan
Typed Name
WITNESS:
Signature
Approved as to Form:
Attorney General of North Carolina
,... __ . ·--' ·r
c · .. •. ~; : .. ~::.;-.:--j s~~:11i~:~
------------' ·,.B_,2)>£1.,1,: A 0 , , (] ~vvV.:1-<~
5 of 5
Department Head's Signature
or Authorized Agent
WITNESS:
'--Signature
Scope of Work -Part II Monitoring Wells
2.0 Background on Warren County PCB Landfill
2.0.1 Toe State ofNorth Carolina (State) owns and maintains a closed (July 1983)
polychlorinated biphenyl (PCB) chemical waste landfill permitted in
accordance with the Toxic Substance Control Act (TSCA) and 40 CFR Part
761.
2.0.2 Toe PCB landfill is located on the East side of SR 1604 approximately 1.5
to 2.0 miles from the intersection of SR 1604 and US 401 South, 2-3 miles
from Warrenton, North Carolina.
2.0.3 Toe State is committed to detoxification of the PCB landfill utilizing
appropriate and feasible technology.
2.0.4 Toe State has established a Joint Warren County/State PCB Landfill
Working Group (Working Group) to evaluate technologies and tasks
associated with the detoxification of the landfill.
2.0.5 Toe Warren County PCB Landfill has four (4) existing monitoring wells
designated as MW-I, MW-2, MW-3, and MW-4 located approximately
east, north, west and south respectively from the fenced in area of the
landfill. These are shown on Figure 1 of this RFP.
2.0 .6 Toe purpose of the RFP is to construct additional groundwater monitoring
wells in order to determine any extent or degree of contamination external
to the landfill. Any contaminated soil material and/or groundwater may
require detoxification in addition to the landfill contents which may effect
technology and scale of detoxification effotts.
2.0.7 Organic contamination will be determined by the least available analytical
methods for trace orgnaics. Decontamination of all equipment and devices
utilized in the construction of the wells is essential.
2.1 Conceptual design considerations for the monitoring wells.
2.1.1 Toe location and identification of the new monitoring wells required per this
RFP are as described below and are shown in Figure 1.
Well ID # Ikruh Location
MW-IA Shallow East of the landfill ~25' from the fenceline
MW-lB Deep East of the landfill ~25' from the fenceline
MW-3A Deep West of the landfill ~25' from the fenceline
MW-4A Deep South of the landfill ~25' from the fenceline
MW-5 Shallow Northeast comer of the landfill ~25' from the
fenceline
MW-SA Deep Northeast comer of the landfill ~25' from the
fenceline
MW-6 Deep In the southeast draw as shown in Figure· 1
MW-7 Shallow Southwest comer of the landfill ~25' from the
fenceline
MW-7A Deep Southwest comer of the landfill ~25' from the
fenceline
MW-8 Deep In the northeast draw as shown in Figure 1
MW-9 Deep In the northern draw as shown in Figure 1
MW-10 Deep In the western ·draw as shown in Figure 1
2 .1.2 The shallow wells are to be screened in the upper 10 feet of the aquifer.
2.1.3 All deep wells are to be drilled to auger refusal ( 100 blows per foot). The
deep wells are to be screened from auger refusal elevation to 10 feet above
auger refusal. NOTE: Wells MW-8, MW-9, and MW-10 are to be handled
slightly differently as described in Section 2.1.4
2.1.4 Wells MW-8, MW-9, MW-10 are to be drilled to auger refusal (greater than
100 blows per foot). If there is a greater than 30 foot saturated zone above
auger refusal then 2 nested wells will be installed at that location. All
nested wells will be screened as follows:
The deeper wells will be screened from auger refusal elevation to an
elevation 10 feet above the auger refusal.
The shallow wells will be screened in the upper 10 feet of the
aquifer.
2.1.5 The monitoring wells are to be constructed in accordance with the following
requirements.
The relevant sections pertaining to monitoring wells as contained in
Title 15A North Carolina Administrative Code Subchapter 2C -
"Well Construction Standards".
The US Environmental Protection Agency -Region 4,
"Environmental Investigations Standard Operating Procedures and
Quality Assurance Manual" (May 1996) or equivalent.
Applicable ASTM standards.
2.1 .6 Design of appropriate slug and/or pumping tests on selected wells.
2.1. 7 All wells are to be constructed with stainless steel casing and stainless steel
screen.
2.1.8 All drill cuttings are to be containerized in 55 gallon drums.
2.2 Deliverables
2.2.1 Bid proposals are to be submitted for:
-Mobilization
-Decontamination
-Materials
-Drilling
-Slug and/or pumping tests
-Cost per foot and total cost based on adherence to the EPA Standard
Operating Procedures and Quality Assurance Manual noted in 2.2.5 of this
RFP.
-Cost per foot and total cost with alternatives to the EPA Standard
Operating Procedures and Quality Assurance Manual that are equivalent.
2.2.2 The division requests itemized pricing with a summed total.
2.3 Criteria for selection of respondent
2.3.0 Appropriate design and technology proposed
2.3.1 Demonstrated experience and qualifications for landfill project with
emphasis on North Carolina projects.
2.3.2 Cost of bid submittals. Evaluation on cost per foot following EPA
procedures will receive priority. Any proposed alternative that is
technically equivalent may be considered.
2.3 .3 Financial capacity for assurance of performance and environmental
impairment protection.
2.3.4 Past performance with respect to working relationships with clients and
compliance with project cost, schedules and management of change orders
'resulting from unanticipated activities.
2.3.5 Capability and commitment to work with the Department and citizens
working group.
2.4 Process for selection of respondent
2.4.1 RFP sent to approximately 20 companies that have experience in working
on landfill projects in North Carolina. .
2.4.2 PRE-BID CONFERENCE TO BE HELD AT:
401 OBERLIN ROAD,
RALEIGH, NORTH CAROLINA, 27605
IN CONFERENCE ROOMS #1 & #2 On Monday, November 18, 1996
AT 9:30 AM. Technical presentation by DWM staff, respond to questions
and provide specific data needed for project. Members of the joint
State/Warren County Working Group will be encouraged to participate in
the pre-bid conference. (Attending pre-bid conference will be a
prerequisite for consideration of bid proposals). A site visit to the landfill
will follow the pre-bid conference.
2.4.3 A bid response date has been set for 12:00 noon, Monday, December 2,
1996.
2.6.4 All re.:.pondents submittals will be reviewed and a selection of at least 3
proposals will be submitted for review to the Working Group. The Working
Group may request a presentation from the 3 selected proposals.
2.4.5 The Working Group will make a recommendation .to the Department for
final selection of a contractor.
2.5 File information is available for review. Respondents should contact Pat Williamson, at
(919) 733-4996, ext. 337 for a schedule of file reviews, or call Michael A. Kelly at
extension 201 for other questions.
2.6 Attachments
2.6.1 Monitoring well location map -Figure 1
2.6.2 Location/vicinity maps -Figures 2 and 3
2.6.3 Two 3.5" diskettes of the US EPA Region IV "Environmental
Investigations Standard Ope:-ating Procedures and Quality Assurance
Manual (May 1996)
Final RFP Rmsion November 5, 1996
State of North Carolina
Department of Environment,
Health and Natural Resources
General Services Division
James B. Hunt, Jr., Governor
Jonathan B. Howes, Secretary
Laird Davison, Director
Mr. Dave Brewster
Environmental Investigations
2327 Englert Drive, Suite 1
Durham, North Carolina 27713
Dear Mr. Brewster:
January 31, 1997
Enclosed please find two (2) signed duplicate originals of Contract No. N7020 between
Environmental Investigations and the Department of Environment, Health and Natural
Resources. I would appreciate your executing these documents and returning one (1)
duplicate original to my office within 30 days. Until such time that this contract is signed
by al I parties and returned, the process for payment cannot be completed.
Invoices and matters regarding work to be performed should be directed to the Contract
Administrator, Mike Kelly, Division of Waste Management, PO Box 29603, Raleigh, NC
27626-0603, phone (919) 733-4996, Ext. 201 .
Should you have questions regarding the contract, you may contact me at (919) 715-3893.
Please return one original signed contract to: Doris E. Strickland, Chief, Purchase &
Contract Section, Division of General Services, DEHNR, PO Box 27687, Raleigh, NC
27611-7687.
Sincerelf, ,
/)_
1 ,I) ') ,. -)-Yi . ~-t u 1?_0 <2 < lJ r✓ u .:: z tti-,~ "'' 1
Doris E. Strickland, Chief
Purchase & Contract Section
DES:kn
cc: Mike Kelly
P.O. Box 27687, Raleigh, North Carolina 27611-7687
Voice 919-733-9746 IWllff&!OSl&S&Zi¼f.i
An Equal Opportunity Affirmative Action Employer
50°1o recycled/lO°lo post-consumer paper
cc-:JJ,1/
~-
:o/E..tlaCWDCIIC.ffa!m.andNausllwal
Dlrilk:a olo...J s.--
AGRE£MENT INFORMAnON
l. PARTIES TO nns AOllEEMENT:
A....-.:::--:-:---------------,
ement
Mike Kelly 733-4996 1x 201
. ... .
ON
C INn0rity owned Cwananaowllld
c:an..c:t
• Dave Brewster
2. 1lTl.E OF AGREEMENT: Monitoring Well Installation
1
C~owned 0111:W UIOft
919-544-7500
3. PURPOSE OF AGREEMENT: Install 12 monitoring wells around landfill, 3 off-site
4. 11M.E PERIOD OF AGREEMEm': Bqinn1ns Date _.1_/-11.../-2.L
Mondi Day Yar Endins Date _JW_l__/j]_ Mandi Day Yam
5. AGREEMENT STATUS: ~~ 0 Continuina O Reviled Year o( lnJtiaJ A,reement ___ _
6. FISCAL INFORMATION: Doc, thla qreement Involve disbursement of funda? 0 Erom Dept. 0 to Dept. 0 Ne,
1::~, 615. 00
SUBHEAD: Fund 2103
B d Cd 24300 u get o e:
OBJ536989 RCC PROO ____ _
GENERAL SERVJCES USE ONLY
PAYMENT SCHEDULE:
?. NEEDSTAnMENT: Provide installation of 15 groundwater monitoring wells at and near
the PCB Landfill for sampling and analytical testing
8. JUSllFlCA TION: Wells are needed to accurately look at the groundwater around the
landfill to determine if contamination is present
DEHNJt 2500 (Rmaed 11/89)
0enua1 Sc:rv&a. rim-7/91,
Pqc_or_
N.C. Depanmmt ofEn,·ironment. Heallh, and NaninJ Resources
Division of General Services
C01'1TRACT BUDGET
2/1/97 ------Waste Management Contract No. _____ _
£ffcctivc Date Division/Section/Program
Contract System No. _______ _
6/ 1//97 --------For Fiscal Year 199 7 Purchase Order No. ____ _
1 mnination Date
Revision No. 0 0
Contractor: Environmental Investigations Pwpose: Monitoring Wells
Project Director: __ D_av_e_B_r_e_w_s_t_e_r __________ Total Bud&et: $6~9~6:..;:;l...:.5.:. • .la:.o~o ________ _
ITEM DESCRIPTIO~
Dig/install 15 groundwater monitoring wells at/near
the PCB Landfill in Warren County
Budget Code 24300
2103 536989 ----FUND OBJ RCC
Contractor Authorized Official
DEK'.'R 202 (Rrvisrd 1194)
Grncral Stf\•ius Oi,·ision (Rc,·icw 1196)
PROG
ITEM CONTRACTOR
NO. AMOUNT
I
1 69,615Joo
I
I
I
DEHSR
CONTRACT
AMOUNT
I
69,615 bo
fa-,µAC.~
DEHNR fiscal Management
N.C.0..-• -I !nYlraamcll!, Halm. and Namnl lwca
DITillaD ol o...l s.--
AGREEMENT INFORMATION l
l. PARTIES 10 nns AGREEMENT:
A......,~---------------i
BILL MEYER (919)733 14996
PCB LANDFILL
2. nnE OF AGREEMENT:
R DEHNJl USE ONLY
B. -----------------CuuaiCM
PAULINE EWALD
. ... .
3. PURPOSE OF AGREEMENT: RECOMMENDATION OF EVALUATION PROCEDURES, METHODOLOGY FOR WATER
REMOVAL, DETOXIFICATION TECHNOLOGY, AND LONG-TERM CONTROLS FOR PCB LANDFILL IN WARREN COUNTY.
◄. TIME PERIOD OF AGREEMENT: Bqinnlnc Date ~_!E_/3.!:__ Endina Date .!E.._/.!:.!-I__E_ Mondi Day Yar Mondi Day Ym
5. AGREEMENT ST A l\JS: E) New O Continulna O Reviled Y car of lnidal Asreement 9J -'1 'l-
6. FISCAL INFORMATION: Does this qreement Involve disbursement of fund,? [:t&om Dept. 0 to Dept. 0 Ne,
SUBHEAD: Fund _l 7_6_o __ _ OBJ 1990 RCX: 7621 PROO 0094
GENERAL SERVJC~ USE ONLY
•·
PAYMENT SCHEDULE: PAYMENT UPON RECEIPT OF INVOICES (PAYMENT AT RATE OF (f/5 EER HOUR;
CONTRACT AMOUNT NOT TO EXCEED,$82,950)
·-
7. NEEOSTAlEMENI': SERVICES ARE NEEDED TO PROVIDE TECHNICAL EXPERTISE, GUIDANCE AND
LEADERSHIP IN THE IDENTIFICATION, DEVELOPMENT, AND IMPLEMENTATION OF TASKS IDENTIFIED
BY THE WARREN _COUNTY/STATE PCB WORK GROUP TO ADDR~.s THE PCB LANDFILL PROJECT.
8. JUSTIFlCA TION:
DEHNR 2500 (llmted 11/89)
OcnaaJ Scrvica (Lmr '7/91)
CONTRACT NEEDED AS STAFF IS NOT AVAILABLE TO PERFORM THESE TASKS.
. %
N.C. Depenment of Environment, Health, and Natura5/tR urj-,. lv
Oiviaion of General Services . '/ 0 'f f Page __L of ..L.. y
CONTRACT BUDGET Contract No. e -0@@:J m@
05/01 1 94
Effccdv~ -Da-te--
SOLID WASTE MANAGEMENT
Division/Section/Program
Contract System No. (z] ~ rn ~ [2] [(JW .
05 / 0 l 95
Termination Date
Purchase Order No. llJ [) E) [z] @
For Fiscal Year __ _ Revision No. DD
Contractor: ------------------Purpose: ------~~'i------......; ____ _ PAULINE EWALD PCB LAN.DF~ILL
PAULINE EWALD o,. gi::: 11,,.. ()/.\ Q Project Director: ---------------Total Budget: $ _-o_.c_, __ J_-_ru..;;.._u _______ _ $40,00 budgeted in Revision 12-0365 for first half of this contract. Portion of the $40,000 not used in FY93-94 to be carried forward; additional funds to be budgeted in FY94-95 • .
ITEM DESCRIPTION
PCB LANDFILL
GENERAL CONTRACTED SERVICES
F /).,~d; t2 e -ry 7 Cf
l70D-lffl{)-7'7t/-OO?t/
Conttactor Authorited Official
OEHNR 2ffl2 (Reviled 11189)
ITEM
CLASS NO.
SVC;CNTR blOO
' /.
~
Divlsion/SectiHcad
DEHNR
CONTRACTOR CONTRACT
AMOUNT AMOUNT
I ,f'O 10/J t), t)'T:>
I .82,9591! I
I
I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
t I
I I
I I
I I
I I
I I
I I
I I ., I I
I I
I I
I I
I I
I I
I I
I I
I I
STATE OF NORTH CAROLINA
COUNTY OF WAKE
CONTRACT NO. V _ ~ 0 J .Q
CONTRACTOR'S FEDERAL I.D.
OR SOCIAL SECURITY NO.
099-52-2339
THIS AGREEMENT, made and entered into this 3rd day of May, 1994, by
and between Pauline M. Ewald, hereinafter referred to as "CONTRACTOR", and
North Carolina Department of Environment, Health, and Natural Resources,
hereinafter referred to .as "DEPARTMENT';
W I T N E S S E T H:
THAT WHEREAS, the CONTRACTOR has submitted to the
DEPARTMENT a proposal for the performance of certain technical or
professional services; and
WHEREAS, the DEPARTMENT desires to enter into a contract with the
CONTRACTOR to perform the services set out in the proposal;
NOW, THEREFORE, for and in consideration of the mutual promises to
each other, as hereinafter set forth, the parties hereto do mutually agree as
follows:
1. The CONTRACTOR hereby agrees to perform in a manner
satisfactory to the DEPARTMENT, the work described in "ATTACHMENT A"
(Scope of Work -PCB Landfill) which is incorporated as a part of this contract.
2. The DEPARTMENT hereby agrees to pay the CONTRACTOR a
sum of money not to exceed EIGHTY-TWO THOUSAND NINE HUNDRED
FIFTY DOLLARS ($82,950.00). This amount is based on the hourly rate and
time estimates shown in "ATTACHMENT B" (Preliminary Time/Cost Estimate)
which is incorporated as a part of this contract. This payment will be full and
complete compensation for services to be rendered under this agreement.
(a) Payment for services will be made upon receipt of
expenditure reports (DEHNR 2481) or invoices from the CONTRACTOR
documenting the costs incurred in the performance of work under this contract.
(b) Expenditure reports/invoices are to be submitted to the
Contract Administrator at least quarterly. Final expenditure reports must be
received by the DEPARTMENT within 45 days after the end of the contract
period.
( c) Amended or corrected expenditure reports must be received
by the office of Fiscal Management within six months after the end of the
1 of 4
CONTRACT NO. V _ i Q ~ Q
contract period. Any reports received after six months will be returned without
action.
3. The CONTRACTOR represents that he has, or will secure at his
own expense, all personnel required in performing the services under this
agreement. Such personnel shall not be employees of the DEPARTMENT.
4. None of the work to be performed under this contract which involves
the specialized skill or expertise of the CONTRACTOR or his employees shall be
subcontracted without prior approval of the Contract Administrator. The Contract
Administrator must approve all subcontracts.
5. The CONTRACTOR is an independent contractor and assumes all
responsibility for self and does, therefore, hold harmless the Contract
Administrator for the DEPARTMENT, the DEPARTMENT or any other state
government persons for payment of federal and state taxes and any other
required payments. This Agreement will in no way be construed to constitute an
employer/employee relationship.
6. The services of the CONTRACTOR are to commence on the 6th
day of May, 1994, and shall be undertaken and completed in such sequence as
to assure their expeditious completion in light of the purposes of this agreement,
but in any event, all of the services required hereunder shall be completed by the
5th day of May, 1995.
7. If, through any cause, the CONTRACTOR shall fail to fulfill in timely
and proper manner the obligations under this agreement, the DEPARTMENT
shall there upon have the right to termina_te this contract by giving written notice
to the CONTRACTOR of such termination and specifying the reason thereof and
the effective date thereof. In that event, all finished or unfinished documents,
data, studies, surveys, drawings, maps, models, photographs, and reports
prepared by the CONTRACTOR shall, at the option of the DEPARTMENT,
become its property, and the CONTRACTOR shall be entitled to receive just and
equitable compensation for any satisfactory work completed on such documents
and other materials. The CONTRACTOR shall not be relieved of liability to the
DEPARTMENT for damages sustained by the DEPARTMENT by virtue of any
breach of this agreement, and the DEPARTMENT may withhold payment to the
CONTRACTOR for the purpose of set off until such time as the exact amount of
damages due the DEPARTMENT from such breach can be determined.
8. The DEPARTMENT may terminate this agreement at any time by
notice in writing from the DEPARTMENT to the CONTRACTOR. In that event,
all finished or unfinished documents and other materials shall, at the option of
the DEPARTMENT, become its property. If the contract is terminated by the
DEPARTMENT as provided herein, the CONTRACTOR will be paid in an
amount which bears the same ratio to the total compensation as the services
2 of 4
CONTRACT NO. V _ ~ Q 3 Q
actually performed bear to the total services of the CONTRACTOR covered by
this agreement, or for each full day of services performed where compensation is
based on each full day of services performed, less payment of compensation
previously made. The CONTRACTOR shall repay to the DEPARTMENT any
compensation he has received which is in excess of the payment to which he is
entitled herein.
9. The parties to this contract agree and understand that the payment
of the sums specified in this contract is dependent and contingent upon and
subject to the appropriation, allocation, and availability of funds for this purpose
to the DEPARTMENT.
10. The DEPARTMENT may, from time to time, request changes in the
scope of the services of the CONTRACTOR to be performed under this
agreement. Such changes, including any increase or decrease in the amount of
the CONTRACTOR'S compensation, which are mutually agreed upon by and
between the CONTRACTOR and the DEPARTMENT, shall be incorporated in
written amendments to this contract.
11. Any information, data, instruments, documents studies or reports
given to or prepared or assembled by the CONTRACTOR under this agreement
shall be kept as confidential and not divulged or made available to any individual
or organization without the prior written approval of the DEPARTMENT.
12. The filing of a petition in bankruptcy or insolvency by or against the
CONTRACTOR shall terminate this agreement.
13. The CONTRACTOR shall not assign or transfer any interest in this
agreement.
14. In accordance with Federal regulation CONTRACTOR certifies that
he will riot engage in the unlawful r:nanufacture, distribution, dispersing,
possession, or use of a controlled substance in the performance of this contract.
15. No reports, maps or other documents produced in whole or in part
under this agreement shall be the subject of an application for copyright by or on
behalf of the CONTRACTOR.
16. It is agreed between the parties hereto that the place of this
contract, its situs and forum, shall be Wake County, North Carolina, and in said
County and State shall all matters, whether sounding in contract or tort relating
to the validity, construction, interpretation and enforcement of this agreement, be
determined.
17. The CONTRACTOR agrees that the State may have the right to
audit the records of the CONTRACTOR pertaining to this contract both during
3 of 4
CONTRACT NO. V _ i .Q J .Q
performance and for 36 months after completion or termination. The
CONTRACTOR must retain all records relating to this contract and allow
employees or agents of the DEPARTMENT to inspect such records during the
period of time set out herein.
18. The CONTRACTOR agrees that he shall be responsible for the
proper custody and care of any State owned property furnished him for use in
connection with the performance of his contract and will reimburse the State for
its loss or damage.
19. Bill Meyer is designated as the Contract Administrator (project
coordinator) for the State. However, any changes in the scope of the contract
which will increase or decrease the CONTRACTOR'S compensation shall not be
effective until they have been approved by the DEPARTMENT Head or
Authorized Agent.
IN WITNESS WHEREOF, the CONTRACTOR and the DEPARTMENT
have executed this agreement in duplicate originals, one of which is retained by
each of the parties, the day and year first above written.
CONTRACTOR
By ~ rJ. £.wJj
Contractor's Signature c
Pauline M.Ewald
Typed Name
WITNESS:
Approved as to Form:
Attorney General of North Carolina
~
NORTH CAROLINA DEPARTMENT OF
ENVIRONMENT, HEAL TH AND
NATURAL RESOURCES
} Jonathan B. Howes, Secretary
Director' ---:----. _
· · ~I /\ Div. of General Services
; ~l:::4&J ({ f _ .,) a,, 1-0+---
Department Head's Signature
or Authorized Agent
WITNESS:
Signature
DUPLICATE ORIGINAL
4 of 4
ATTACHMENT_ A .
SCOPE OF WORK-PCB LANDFILL
I. RECOMMEND PROCEDURES FOR EVALUATION EXISTING ENVIRONMENTAL
CONDITIONS AT LANDFILL
1. Develop health and safety plan for all contractor personnel
and on-site observers.
2. Water fluctuation study.
3. Leachate {water in landfill) volume study.
4. Gas venting study.
5. Top liner evaluation.
6. Bottom liner evaluation.
7. Groundwater monitoring system study.
8. Leachate system evaluation.
9. Water treatment system evaluation.
10. surface water/sediment evaluation.
11. Vegetation evaluation.
12. Chemical/physical sampling and analysis including all toxic
constituents and specifically dioxin and furans.
13. Human , animal and wildlife evaluations.
14. Identify indirect impacts of PCB landfill.
15. Other evaluations/studies identified by working group.
II. RECOMMEND METHODOLOGY/TECHNOLOGY FOR REMOVAL OF WATER FROM
LANDFILL
i. Feasibility study of removing water from landfill relative
to protecting landfill integrity and detoxification
efforts.
2. Desfgn system for removal of water, treatment and on-site
disposal.
a. Alternatives include using existing systems with
modifications or designing alternative system{s).
III. EVALUATE POTENTIAL TECHNOLOGIES FOR DETOXIFICATION OF
MATERIALS IN LANDFILL
1. Review published data on technologies including chemical,
physical, biological and thermal (excluding incineration)
amenable to detoxification of PCB materials.
2. Select applicable technologies.
3. Identify and select vendors with existing capability to
apply selected technologies for detoxification of landfill.
4. Invite selected vendors to make presentations for proposals
to detoxify landfill. Presentations should include all
technical aspects and risks associated with technology,
probability of success, on-site disposal of residues,
schedules and budgets, cost and financial capability
(liability and assets) of vendor.
5. Select applicable/successful technologies and determine
cost estimates.
IV. RECOMMEND DETOXIFICATION TECHNOLOGY(S) AND BUDGET FOR
IMPLEMENTATION FOR FUNDING/APPROPRIATION TO GENERAL ASSEMBLY
1. Propose detailed reports and data sufficient to provide
General Assembly with information to make decision for
funding.
2. Plan efforts to work with elected officials at all levels
to build support for detoxification.
V. RECOMMEND LONG-TERM INSTITUTIONAL CONTROLS FOR OPERATION AND
MAINTENANCE OF PCB .LANDFILL
1. Plans developed for monitoring and upkeep of site.
2. Responsible agencies assigned for monitoring and care of
site.
3. Budgets for long-term care.
4. Contingency plans in place for unanticipated events.
VI. PERFORM OTHER TASKS AS IDENTIFIED AND APPROVED BY THE JOINT
WARRE~ _ _cOUNTY/STATE PCB WORKING GROUP
E NVIRONMENTAL
COMPLIANCE
0 RGANIZATION
ATTACHMENl 6
106 Robinson Street Ashland, Virginia 23005
PROFESSIONAL "WASTE ~.fANAGEMENT CONSULTANTS (804) 798-4305
PRELil\HNARY Tll\,1E/COST ESTll\1ATE
SCOPE OF ,voRK
NORTH CAROLll\A PCB LANDFILL PROJECT
I. RECOMMEND PROCEDURES FOR EVALUATION OF EXISTING
ENVIRONMENTAL CONDITIONS AT THE SITE
Perform in O\'ersight:assistance capacity for items 1-14 to include on-
site obsen·ation and split sampling designated under item 12.
TIME ESTIMATE: 373 man hours
COST ESTIMATE: 373 man hours XS 75.00/man hour= 2 roundtrips
of approximately 400 miles @ $ .25/ mile =
S 28,175.00
II. RECOMMEND METHODOLOGY/TECHNOLOGY FOR REMOVAL OF
WATER FROM LANDFILL
Perform in an oversight/assistance capacity including written reports for
listed tasks 1-2
TIME ESTIMATE: 175 man hours
COST ESTIMATE: 175 man hours X $75.00/man hour= 2 roundtrips
of approximately 400 miles @ $.25/ mile =
S 13,325.00 .
PRELL\,II,!\:-4.RY TL\fE/COST ESTL\IA.TE
SCOPE OF WORK
1\7ORTH C-tROLI.\:-t PCB L4.NDFILL PROJECT
PAGE2
III. EVALUATE POTENTIAL TECHNOLOGIES FOR DETOXIFICATION OF
MATERIALS IN LANDFILL
Perform in an oversight/assistance capacity for items 1, 2, 3 and 5 to
including written reports for items 1,3, and 5
TIME ESTIMATE: 350 man hours
COST ESTIMATE: 350 man hours XS 75.00/man hour...,.. 1 roundtrip
of approximately 400 miles tf}:i S .25 :'mile =
S 26,350.00
Time for item 4, ca1mot be estimated prior to better understanding the pool of
potential vendors. ECO participation in this task will be billed on a straight time
-cost basis.
IV . RECOMMEND DETOXIFICATION TECHNOLOGY(S) AND BUDGET FOR
IMPLEMENTATION FOR FUNDING/APPROPRIATION TO GENERAL
ASSEMBLY
It is not clear that ECO's assistance would be required for tasks 1 and 2
under this SOW heading. Should ·ECO's assistance be required, it
would be billed on straight time + cost basis.
E NVIRONMENTAL
COMPLIANCE
0 RGANIZATION
PRELJl,fJ/\:4.RY TJJ,fE/COST ESTIMATE
SCOPE OF J:VORK
NORTH C4ROLJNA PCB L4.!YDFILL PROJECT
PA.GE3
V. RECOMMEND LONG-TERM INSTITUTIONAL CONTROLS FOR
OPERATION AND MAINTENANCE OF PCB LANDFILL
Perfonn in oversight/assistance capacity for items 1 and 4 to include
preparation of detailed site closure report. It is not clear that ECO
,vould significantly in tasks 2 and 3.
TIME ESTIMATE: 200 man hours
COST ESTIMATE: 200 man hours XS 75.00/man hour= 1 roundtrip
of approximately 400 miles @! $ .25/mile =
S 15,100.00
VI. PERFORM OTHER TASKS AS IDENTIFIED AND APPROVED BY THE
JOINT WARREN COUNTY/STATE PCB WORKING GROUP
ECO may be available to perform additional work outside this SOW at
a flat rate of S 75 .00/man hour, Senior Technical Staff, plus travel,
supplies and per diem expenses at cost.
TOTAL ESTI1\1ATE TI~,1E THIS PROJECT:
TOTAL ESTIMATED COST THIS PROJECT:
1,098 MAN HOURS
$82,950.00
E NVIRONMENTAL
COMPLIANCE
0 RGANIZATION