Loading...
HomeMy WebLinkAboutNCD980602163_20000707_Warren County PCB Landfill_SERB C_ETG Environmental, 1997 - 2000-OCR03/01/2088 11 :15 PAGE 19 NORTH CAROLINA DEPARTMENT OF ENVIRONMENT AND NATURAL RESOURc-=:s ---. " ---• •--_., ----• ••-~--,r .. --~ UIVl510N or-ru,u_.,...,..::, ... ,....,....., ...,_ ..... ,-~~ 7tID fEB ;_7 ffl 2::)5 AMENDMENT NO. 1 AMENDiViENT 10 CONTRACT t\lUiv18ER N9008 ,..,-,,"'/~~a. I Kl-I \/Vrrl\l --------- ETG ENVIRONMENTAL AND THE NORTH CAROLINA DEPA.RTMENT OF ENVIRONMENT .A.!'JD NATURAL RESOURCES Pursuant to paragraph 14 of Contract Number N9008, tha Department of Environment and Natural Resources and the Contractor mutua!!y agree to change the contract ending date from January 31 ; 2000 to ""-··-t.. 1.., -,nnn ~'!!!.?~~~! ! -?: 4._,"-''-'• It is the intent of this amendment to address the provision(s) noted on!y, and !n no vvay should this l,n,endment be construed to further modify this contract. P!ease indicate acceptance by your signature below. . . . Apprnved: ET.{i Environmental Return one (1) duplicate original to: Purchase & Contract Section, ui:i~R Division oi ri..iri;l-1~St: i:j(ld Sia=,v;c.;;;, ; ecs ~v~i!:! Se~'v'l::e Ce:-!!e~, Raleigh, NC 27699-1605. cc: Brenda Riversi Pat Backus, Waste IVfariagement DUPLiCATE ORiGiNAL P.O . BOX 27687~ R.-.S....ICiM., NC Z761 t -7697 / 512 NoftTH SALIBBVRY 8TRF.ET, RA1..11.1c."", NC Z7d:04 PHON• s 1 B•733-B74~ FA,C. s», 9 .. 71 Ei..-06B4 www.ehnr.etata.nc.us/EHNR AN f!QU A ¢??OR'!"UN!TY I ..A.FF!RMAT!VE A CTION EM,.LOYER -~0% R?!CYcL!!b/10% P,Ot,:T-CON9UME.R p,-....,.e:,.. NORTH CAROLINA DEPARTMENT OF ENVIRONMENT AND NATURAL RESOURCES DIVISION OF WASTE MANAGEMENT April 12, 1999 MEMORANDUM TO: FROM: SUBJECT: Michael: Michael Bryant Mike Kelly, Deputy Director CONTRACT WITH ETG FOR THE PHA DRAWINGS FOR DETOXIFICATION OF THE PCB LANDFILL IN WARREN COUNTY USING BCD TECHNOLOGY Attached is the Scope of Work and DENR forms 2500 & 2482. Please issue a contract to ETG Environmental, West Chester, PA for completion of the Phase III Final Drawings for detoxification of the PCB landfill in Warren County. The price is $525,550. I will be the contract administrator. The contract should run from April 15, 1999 until January 31, 2000. We anticipate the work to be completed within 5 to 6 months, however, would like to allow some extra r_oom in case there are problems that arise as we go through this process. Ms. Pat Backus, DWM project manager for this project, will work closely with ETG throughout the entire process. I will also be directly involved with the process and use other division staff to help review the work as it is developed to ensure that our expectations are being met throughout the contract period. Thank you for your help on this project. I will be out of the office on Tuesday and Wednesday, however Pat Backus will be available at 733-4996, ext. 308, should you have any questions. This letter and the scope of work are being provided to you on a disk (WordPerfect 6.0) for your convenience. 401 OBERLIN ROAD, SUITE I 50, RALEIGH, NC 27605 PHONE 919-733-4996 FAX 919-715-3605 AN EQUAL OPPORTUNITY/ AFFIRMATIVE ACTION EMPLOYER -50% RECYCLED/I 0% POST-CONSUMER PAPER Comments for contract with ETG Environmental for the Phase III Detoxification Final Report on the PCB landfill in Warren County. 1. Deliverable items: The department recognizes that a minimum of 5 months will be necessary to complete the work required in this contract. Various pieces of the work will need to be completed prior to work commencing on other sections. ETG, with their prime sub-contractor, BFA, will meet with state representatives from the Division of Waste Management within two weeks after the signed contract is returned to the state, to prioritize sections from the scope of work and develop a schedule of deliverables. 2. Payment terms: DENR agrees to the sum of $525,550.00 for completion of the Final Report for Detoxification as described in the Scope of Work contained within this contract. (a) Payment for services will be made upon receipt of an invoice from the CONTRACTOR documenting the work completed during the month and approval by the Division of Waste Management. (b) DENR will be invoiced monthly, with the first invoice being sent no sooner than 3 0 days after commencement of work, in equal amounts of$105,110.00, for a total not to exceed $525,550.00. However, at any time the state is not satisfied with the progress or amount of work completed, we reserve the right to re-negotiate the contract's five month payment cycle. This may include approval for only partial payments based on actual work performed to date. The final payment will be made only after the state has signed off on the completed final design documents. (c) Invoices will be submitted to the Contract Administrator as outlined above, with the final invoice being received by the DEPARTMENT no later than 45 days after the end of the contract period. f'O~.ASSIS'l'ANCE • SEE INSTRUCflONS ON BACK N.C. Department of Environment and Natural Resources Division of Purchase and Services AGREEMENT INFORMATION FOR DENifUSE ONLY · ·•••·· .. Contract No. Contract System No. Purchase Order No. Vendor Number 1. PARTIES TO THIS AGREEMENT: ~ B Division Contractor . Waste Mana eITient ·,, .~ -·:":~--~ F.'T'C: F.nvi ...... ~ ~, Section I.R.S. Number or Social Security Number Check if Applicable Pvt/Non-Profit - 23-2595476 Address (PO Box, Street, City, State, Zip) Address (to which checks will be mailed) (Street, PO Box) 401 Oberlin Rd. Ste 150 Ralei h 16 Hagertv Boulevard Contract Administrator TelephoxN~~J605 (City, State, Zip) West Chester, PA 19382-7594 Please check one of the following: -African American owned -Woman owned _Handicapped owned _ Hispanic owned _Other minority owned __xx-lone of the above Contractor Contact Person: Telephone Number Steve Detwiler 601-431-9100 DIVISION C01'TRACT COORDINATOR: Michael Kelly PHO1'tNO: 919-733-4996 X 203 3. PURPOSE OF AGREEMENT: Complete Phase III Final Design for Detoxification 4. TIME PERIOD OF AGREEMENT: Beginning Date _:!_I 15 / 99 Ending Date _1_1_]_! _ _100 (COl\TRACT CA.J"''NOT EXCEED 3 YRS .) Mo Day Year Mo Day Year 5. AGREEMENT STATUS: XX New __ Continuing Revised Year of Initial Agreement _____ _ 6. NEED STATEMENT: Final design must be completed to allow the state to bid the detoxification of the PCB landfill 7. JUSTIFICA TJON :_--=P=--=h~a::..:s::..:e=--=I::......;:&=--=I=-=I"--"hc!!a,:.v::....:e::......:ba:..:e...,e,..,n......,c..,o""m.,...pl><al..,e"'"t...,e...,d""-1-; _t...,h...,e.......,.n...,e_x.._t........,s..,_t..,e...,p~,,...· s.,__t..,hUJe~f ..... , ..... · o'-"ac.LJ..__ __ _ design and must be finished ta begin detaxificatiao 8. FISCAL INFORMATION: Does this agreement involve disbursement of funds? ...x-from DENR to DENR. No Federal State Contractor Other Special Total $ $525,550.00 $ $ $ $525,550.00 SUBHEAD: GL Company / ~ 0 1 GL Account 5,3 0 9 <3 '1 PAYMENT SCHEDULE: DENR 2500 (Revised 1/99) N. C. Department of Environment and Natural Resources Division of Purchase and Services Page_of _ CONTRACT BUDGET Contract No. Contract System No . _______ _ 15 April 1999 Waste Management Effective Date Division/Section/Program 31 January 2000 Termination Date For Fiscal Year 99-00 Contractor: ETG EovirauroeuraJ Purpose: Total Budget: or Purchase Order No. ____ _ .-~--:~-::-, ·~,: . Revision No. Phase 3 Detoxification Plan Contractor Contact: Steve Detwiler Amendment$ 525,550.00 ITEl\1 DESCRIPTION Provide complete Phase III Final Design documents for the full scale detoxification of the PCB landfill in Warren County usi BCD Technology (l\IANDATORY IF FEDERAL FUNDING) CFDA CODE: (CATALOG OF FEDERAL DOMESTIC ASSISTANCE COD~ . GL GL Account GL Center Company DENR 2482 (Revised 1/99) CONTRACTOR AMOUNT (If A licable) (Mandatory) DENR CONTRACT AMOUNT $525,550 00 ... 6-i,ALDL~ Division Budget Officer (Mandatory) OUTLINE WARRENCOUNTYPCBLANDF~L FINAL DESIGN -BCD DETOXIFICATION INTRODUCTION Task 1 Task2 Task 3 1.1 1.2 2.1 2.2 3 .1 3.2 3.3 3.4 3.5 Project Definition, Planning, and Scoping Project Initiation and Planning Meetings Scope Development Pertinent Data Collection, Analysis and Background Data Review Landfill Features and Relationship to Detoxification Applicable SOP' s, Rules, and Regulations Detoxification and Process Design Site and Area Survey Site Geotechnical Evaluation Site Layout and Logistics 3.3.1 Equipment areas 3.3 .2 Soil Material and Handling 3 .3 .3 Building, Structures, Parking and Personnel Support Areas 3.3.4 Contamination Reduction Zones Infrastructure Improvements 3.4.1 Electrical 3.4.2 Access and Perimeter Road Improvements 3.4.3 Water Stormwater Management 3.5.1 Clean Stormwater 3.5.2 Construction Water 3.6 Excavation Process Design 3.6.1 Phasing and Site Management 3. 7 PCB Soil Treatment Process Design Warren County PCB Landfill Design Outline Task 4 Task 5 Task 6 Outline Final Design (cont.) 3.8 Confirmation/ Verification Sampling 3.8.1 Inflow and Outflow 3. 9 Backfilling and Final Grading 3.9. l Logistics and Testing Site Reclamation Design 4.1 Community Reuse Plan Meetings 4.2 Regulatory Coordination Project Work Plans and Deliverables 5 .1 Detoxification Design Work Plan and Schedule 5.2 Community Involvement Plan 5.3 Project Health and Safety Plan 5.4 Performance Demonstration Plan 5.5 Air Monitoring Plan 5.6 Site Operations Plan 5.7 Quality Assurance Plan 5.8 Final Verification/Confirmation Sampling Plan 5.9 Construction Quality Assurance Project Plan 5.10 Emergency Response Plan 5.11 Final Design Report 5.12 Design Plans (Drawings) and Specifications Permitting Assistance Warren County PCB Landfill Design Outline INTRODUCTION SCOPE OF WORK WARREN COUNTY PCB LANDFILL DETOXIFICATION DESIGN In March 1998, ETG Environmental, Inc. (ETG) submitted a preliminary design document to the State of North Carolina for the detoxification of the Warren County PCB Landfill using Base Catalyzed Decomposition (BCD) technology. This document was subsequently approved by the State as a preliminary ( conceptual) design for closure of the facility. Such closure was deemed by the State to be an effective means of fairly addressing key issues of the "Notice of Non-Compliance" issued by the EPA for the facility, as well as meeting the commitment made by the State to detoxify the landfill when technically feasible. To help meet the aggressive design schedule in an efficient manner, ETG has teamed with BF A Environmental, an environmental design firm with a thorough understanding of the goals and objectives of all project stakeholders. Since the submittal of the preliminary design document, the North Carolina legislature has incorporated the utilization of BCD for the landfill detoxification into law and has specified the appropriate treatment standards required for the detoxification of the landfill. The purpose ofthis document is to outline the scope and associated necessary services to prepare a final Design Report and develop a set of final design plans and specifications. This scope of services is, therefore, intended to provide the professional services necessary to develop a final design document and specifications with sufficient detail such that Request for Proposals (RFPs) can be issued for all or substantial components of this project. This scope also includes the development of various project plans necessary for proper execution of the anticipated project activities. If the activities deemed necessary to fulfill the goal of detoxification increase beyond what is described herein, this scope of work will be amended accordingly. Warren County PCB Landfill 04/08/99 Scope of Work for Final Design Services State representatives from the Division of Waste Management and representatives of the ETG/BFA team developed this scope of work based on our historical involvement in the project, the February 4, 1999 meeting with State and the approved concept for design outlined in the March, 1998 Phase II Preliminary Design Report. Task 1 Project Definition, Planning and Scoping 1. 1 Project Initiation ETG/BFA will meet with key representatives of the State's Division of Waste Management to discuss the necessary project design components, review the preliminary design report, and identify substantive additions to the detoxification design process. It is assumed that two meetings with the State will be required to accomplish this task. l .2 Scope Development The ETGIBFA team will work closely with the State Project Manager and staff to develop a scope of services document inclusive of all design components identified during meetings with the State or as previously outlined in the preliminary design report. The detoxification of the PCB landfill is a unique project; however, there are numerous Standard Operating Procedures (SOPs), which can be adopted for successful implementation. The ETG/BF A team will continually work with the State to adjust our approach to insure that we are on the path of least resistance. 99-001 Scope -2- Wam:n County PCB Landfill 04/08/99 Scope of Work for Final Design Services . . Task 2 Pertinent Data Collection, Analysis and Background Data Review 2.1 Landfill Features and Relationship to Detoxification A thorough understanding of the facility, its historical operations, design and the characteristics of its contents are necessary in order to implement an effective and efficient final design. The ETG/BF A team will have access to a complete copy of the State's file on this facility. Under this subtask these files will be reviewed to identify issues that might affect the design of the detoxification. This review will determine the degree of the survey required to complete the final design (Section 3. I) 2.2 Applicable SOPs, Rules and Regulations Implementation of the proposed final design activities at the landfill will necessitate review and analysis of local, state, and federal guidelines. Under this task, the ETG/BF A team will work closely with officials to identify the rules and regulations which will govern detoxification activities. In particular, we will work hand-in-hand with the State's Project Manager during this task. The jurisdictional applicability of Superfund, RCRA, TSCA and State's Waste Management rules will be thoroughly investigated under this task. Additionally, North Carolina Department of Transportation design criteria will be reviewed to determine applicability to the proposed project roadway improvements. Task 3 Detoxification and Process Design General The design tasks outlined below assume that no new information will be obtained concerning the final design requirements. If the implementation of Task 2 above identifies new design criteria not discussed in this scope it will be amended accordingly. The design process assumes that monthly progress meetings will be held between the Design Team and the State. These meetings 99-001 Scope -3- Wan-en County PCB Landfill 04/08/99 Scope of Work for Final Design Services will be held to ensure efficient project execution. 3 .1 Site and Area Survey A detailed survey will be prepared for the site. The limits of the survey will be determined with state approval. Under this task, the ETG/BF A team will provide to the State a scope of work that can be used to issue a contract for the survey. It will include the survey needs along with the survey fonnat required so that it is compatible with the design objectives. The ETG/BF A team will also help identify local survey firms that can meet the requirements. 3.2 Site Geotechnical Evaluation Geotechnical analysis of existing data will be performed beneath each proposed structure associated with all equipment areas. Areas needing additional testing will be identified and the ETG/BF A team will provide the State with a scope of work that can be used to issue a contact for the compaction tests. The ETG/BF A team will also help identify local firms that can meet the requirements. Suitable compaction tests will be performed associated with final grade and fill placement. Additional geotechnical surveys within the boundaries of the Landfill are not anticipated to be required. 3.3 Site Layout and Logistics The ETG/BF A team will work to ensure that the final design incorporates a facility layout, which maximizes efficiency during all phases of the project. Of particular concern is the flow of site activities during the various phases of excavation and backfilling. The strategic location and sizing of contamination reduction zones, support areas, treatment areas, decontamination facilities, and stormwater management facilities will all be determined under this task. The site layout will also be designed to accommodate the proposed final use of the facility. Future land use will be determined by the community and this information will be provided to the ETG/BF A team. 99-001 Scope -4- Warren County PCB Landfill 04/08/99 Scope of Work for Final Design Services 99-001 Scope 3 .3 .1 Equipment Areas Detoxification equipment areas will be designed to ensure efficient implementation of the BCD process, as indicated in the Phase II report. It is anticipated that areas will range from unpaved to paved, covered to uncovered. It is assumed that the areas identified in the Phase II report will form the basis of the final design plans and specification 3.3.2 Soil Material and Handling The flow of material has been generally discussed in the Phase II document. Under this task a detailed design of the following areas will be defined: 1) PCB contaminated soil, 2) contaminated debris, 3) treated soil , and 4) clean soil. Design of soil management procedures will also minimize dust formation and migration. Because wind blown deposition of dust particles represents the most significant source of potential off-site migration of PCBs, the ETG/BF A team will work closely with the State to ensure the latest, most applicable safeguards are in place. 3.3.3 Building, Structures, Parking and Personnel SupportAreas The facility design will include temporary construction trailers located as shown in the Phase II report. Under this task ETG/BF A will work closely with the State and community representatives. The future use of the facility including any permanent building(s) will be incorporated into the community's reuse plan for the property after detoxification. A gravel parking area will be provided near the gated entrance to the facility. It will be adjacent to the construction trailers and designed to remain in use after detoxification. -5- Wmren County PCB Landfill 04/08/99 Scope of Work for Final Design Services 3. 3. 4 Contamination Reduction Zones The contamination reduction areas will consist of decontamination pads, which drain to sumps, and portable units used as necessary before equipment or personnel can exit exclusion zones. The final system design is anticipated to be similar to that proposed in the Phase II document. 3 .4 Infrastructure l mprovements 99-001 Scope 3. 4. 1 Electrical The site currently contains electrical service, which is not sufficient to meet the detoxification facility demand of the proposed detoxification equipment. The ETG/BF A team will work closely with an electrical consultant to ensure the final design clearly details the detoxification power requirements. 3.4.2 Access and Perimeter Road Improvements The final design plans and specifications will include road improvements necessary to upgrade existing roads or build new ones to deal with the increased traffic associated with the detoxification activities. The access road from State Road 1604 to the site will be included in this evaluation. The improvements will incorporate the necessary local and state standards. Particular attention will be paid to proper drainage and stormwater management. 3.4.3 Water The ETG/BF A team will size and design a water transmission main necessary to extend water services to the PCB Landfill. The transmission main will run along the site access road -6- Wm,-en County PCB Landfill 04/08/99 Scope of Work for Final Design Services 3.5 from State Road 1604. Sufficient detail will be provided such that a RFP can be issued. Stormwater Management 3.5. J Clean Stormwater Site drainage will be designed to isolate clean stormwater from construction impacted stormwater. A series of swales, culverts and berms along the site access road, within exclusion zones, and around the contaminated soil stockpile will be designed to accomplish this task. Clean water will be diverted to a lined pond north of the landfill. The ETG/BF A team will identify any special requirements for lining the pond. A conservative stormwater event design standard will be detennined in concert with State requirements and incorporated into the final design and sizing of retention and treatment structures. 3.5.2 Co11strnchon Water As conceptualized in the Phase II document, the final design will convey impacted stonnwater to a water treatment area consisting primarily of activated carbon. Other design alternatives will be considered during the final design process. The treatment efficiency of each option will be evaluated and the best alternative selected'. 3.6 Excavation Process Design 99-001 Scope 3. 6.1 Phasing and Site Management The final design will detail the plan and profile of the landfill during several phases of the -7- W aITen County PCB Landfill 04/08/99 Scope of Work for Final Design Services construction process. It is critical that a clear understanding of the excavation process be communicated by the final design documents. It is anticipated that design details will be generated for approximately ten ( I 0) distinct phases of the excavation process. This process will detail all critical components of detoxification. 3. 7 PCB Soil Treatment and Process Design Under this task ETG will provide equipment performance requirements for the BCD treatment process based upon the soil to be treated and the PCB Landfill treatment standards. A detailed summary of Phases I and II will be provided. Regulatory considerations will be addressed. The exact detail of the process description will be thoroughly discussed with the State during the design effort to provide enough detail to interest potential bidders but not limit potential competition. More detail can be provided on standard subsystems of equipment, including material handling. Equipment requirements will be specified for the following: • Material handling and preparation • Batch vacuum system (Solid Phase BCD) • Continuous system (Solid Phase BCD) • Liquid Phase BCD treatment • Process wastewater treatment 3. 8 Confirmation/Verification Sampling 99-0()J Scope 3.8. 1 !,?fl.ow and 011(/low In conceit with the State, the ETG/BF A team will design a sampling and testing program sufficient to verify the vertical limits of excavation and that the residual concentration of -8- Wan-en County PCB Landfill 04/08/99 Scope of Work for Final Design Services 3.9 Task 4 4.1 PCBs/dioxins of the treated material is below the established treatment standards. EPA and state protocol will be adhered to in establishing the appropriate grid intervals for verification sampling. Backfilling and Final Grading 3. 9. 1 Logistics and Testing During detoxification, treated soils will be backfilled and compacted in an incremental fashion. The design team will ensure that backfilling operations are phased such that it will not conflict with excavation and PCB soil treatment operations. Backfilled soil will be tested for compaction after each lift, and water will be added from the stormwater area to the north as necessary to achieve optimum moisture content. The topography of the closed facility will be graded to accommodate the property's future use. Site Reclamation Design Community Reuse Plan Meetings Representatives from the design team will coordinate closely with community leaders and the State in an effort to include desired future land use into the final design plans and specifications. Two meetings with community officials are anticipated under this task. 4.2 Regulatory Coordination The design team will meet with regulatory officials to determine the potential for land use restrictions and generally assist the State and community in addressing the concerns of regulators. Attendance at one meeting by ETG/BF A staff is assumed for this subtask. 99-001 Scope -9- '. Wanen County PCB Landfill 04/08/99 Scope of Work for Final Design Services Task 5 Project Work Plans and Deliverables The design team will develop and write the following work plans and reports in accordance with the outlines provided in the Phase II report, while incorporating the results from any additional investigation(s) and applicable protocol. All plans will be developed with involvement from the community and concurrence from the State. Representatives from Warren County will also be consulted during preparation of the community involvement plan. 5.1 Detoxification Design Work Plan and Schedule 5.2 Community Involvement Plan 5.3 Prnject Health and Safety Plan 5 .4 Performance Demonstration Plan 5.5 Air Monitoring Plan 5.6 Site Operations Plan 5. 7 Quality Assurance Project Plan 5. 8 Final Verification/Confirmation Sampling Plan 5. 9 Construction Quality Assurance Project PJan 5. IO Emergency Response Plan 5.11 FinaJ Design Report 99-001 -I 0-scope Warren County PCB Landfill 04/08/99 Scope of Work for Final Design Services A report summarizing the design activities performed during the implementation of tasks 1 through 4 above will be developed and submitted to the State at 60%, 90% and 100% completion levels. 5 .12 Design Plans (Drawings) and Specifications The design team will submit five (5) sets of drawings (11" x I 7") and specifications (and one full size set) to the State at the 60% and 90% completion levels and five (5) sets of drawings (11" x 17") and specifications (and one full size set) to the State at the I 00% completion level. At the time of the 60%, 90% and I 00% submittals, a meeting will be held with the State representatives. On the basis of the review, comments, and meetings, all items will be addressed and resolved before the design team proceeds to the next percentage completion level. The design team will submit ten ( I 0) full-size sets of the final drawings and specifications. Task 6 Permitting Assistance The design team will prepare documents, design calculations, maps, drawings, specifications and applications that are required to obtain the approval of agencies having jurisdiction over the project and to assist in securing permits required for construction of selected project components. It is anticipated that permits will be obtained for those components of the project which might be constructed during this contract. They include but are not limited to initial site preparation and drainage improvements. Treatment related permits are not included within this scope of work. 99-001 Scope -11- 03 /01/2000 11:15 919-715-0584 _ l . ,ISTANCI! • ~~e INS'f'ftCJC110NS ON aJtCIC .. }11,'I:..; :Jcpanmcnr of Enviromncnt a1ld Natunl Re,<i11rces Dh1:s!nn o! !"urc:has~ 100 ~r!rvic:s AGREEl\1E1''T Th7FORM.ATION T>. t>'T'Tt:'~ 'T'r, TUt" A r.ot:"t:\,f't:),J'f. ~r,.,,z,._,1.~ A'-' .1..1..1.At..l IJ.-•--•"•-•"•• A. Division W~st~ Manaeenl"!nt Address (PO Box. Street. City, State, %ip) 401 Oberlin Rd. Ste 150 Ralei h Contract Administrator TelephoJ'i'N~605 t-~CDE&t-~R /PURCHAS I t·~G lo.it DENR tJSE QNLY · Cofi!l'i.::i No. Contract S~stcm No. Purchase Order No. Vendor Number B. Contractor I.I{.$. Number or Sodal S.CW'lty NUU1ber Check if Applicable Pvt/Non-Profit AddrUli (to WblC:h ChtC:kJ WW l)e uia1leG) (:SITCet, t'U liOX) (Clcy, State, Zip} Ucct rhcctcr PA 1C~A?-7~0l ··----... -"'--------. _,..., . Pl,ue cbec~ cme cf the following: I I ! I I _ /\fricar Am~rica.n owned _ Woman ownec;t _l-fandicap~d owned _ Hispanic owned _Other minority owned .)Qtion: of th: above Contractor Contact Person: Steve Detwiler 601-43i-9100 DIVISION CONTRACT COORDLlliATOR: Michael Kelly PHO~tNO; 919-733-4996 X 203 3. PURPOSE OF AGREEMENT: Complete Phase III Final Design for Detoxification 4. " -'· TL\1E PERIOD OF AGRl:EM!:NT: Beginning Date _4_, 15 199 (COJ\TRACT CANNOT :EXC££D 3 YRS.) Mo Day Year r .... ,,"';f"'lni""" ___ ._. ........... c, :Ending D~te _!_t--1.!._ 100 Mo Day Ye;ir 6. NEED STATEMENT: Final design must be completed to allow the state to bid tbe det.oX1fication of the PCB laTld:f1.ll 7. 1USTIF1CA TION; __ :..P'=-=na=s;;:e~I:......::&:__::I::.:I:......:ha=y1.:e11;,,,obi,::e11,;;.e:iii;,n,...._,1,,;C~~WP~l.s;eu.-t.s.e:a.!o.-cl½;~t,.,i.h.1,Se;.... _JilU,le..,x.c...i...t-1::1S.r..t.t::e~pt....1i.1:ei....r.t .. b.11;e;:.._tL-1u' Do..8:t.~.LI ---- design and must be finished to begin detoxification 8. FISCAL INFOR.\1ATION: Does this agreement involve disbursrm;ni of runds".' _x_ from DENR _ 10 DENR. No I ...___s ____ __.._s_5_z5_._s_5_o_. oo _ _.__s ____ ___,'---$-------1....-s ___ _.jll ~ _t_2_s __ , _s s_o_. _oo____. State Contractor Other SUBHEAD: GL Company / ~ 0 GL Account 53 ~ q <3 Cf - ~ . _.__,..4.,, PAYMENT SCHEDULE: DEl\TR 2500 (Revised l/99) 03 /01 /2000 11:15 919-715-0684 NCDE&NR/PURCHASING PAGE 03 N.C. Deparnneril of Environment and Natural Resources 15 April 1999 Effective Date 31 .J~m.UUJ' 2000 Termination D&te Contractor: ...... ~ ' -f ----•• 1-L. •.. -i. -----j .-. --• :: ~ --u1v1s1un 01 r1.1rl:m1.sc aJ1u .>c1 v 1\-c:. CONTRACT BUDGET Waste Management Division/Section/Program For Fiscal Year 99-00 ETG f.n:vi rornneutaJ Purpose: Total Budge:: Contract No . ti_ 9 DQ ~-- Purchase Order No. ____ _ Revision ?--:o. __ Phase 3 Det□71~1cation Plan Contractor Com:ict: Steve Dt-.twiler or Amenamen: s 525,550.00 ITEM DESCRJPTION CONTRA.CTOR I>E1'1~ CONTRACT AMOVNT AMOv1'17 Of MPllta~I~) I Provide compl~t~ Phase III Final $525,550 /iii I uu I T'I--~-..l--.. ---~-,.:: __ •i--~--11 J..11::';:,.J.~U UVl,.;1.,U.lt=!LO .I.VJ. L.J.J.C .1.~.L. scale detoxification of the PCB landfill in Warren County using BCD Technology f I I I I ; (MAA"DATORY IF FEDERAL Fl;"}."I)lSG) CFDA. CODE: (CATALOG OF FEDERAL DOMESTIC ASSISTANCE COD!::) . J../ ~Lj s GL GL Account GL Center Company ·-en, ,µ LJ_ (%/..,1.Y.-w Divi:lion Bud!!;et Officer DE~'R 2482 (Revised 1/99) (Mandatory) ~J. J ( J...., vu ..... .,. ._ , CONTRACT NO. N9008 STATE OF NORTH CAROLINA COUNTY OF WAKE CONTRACTOR'S FEDERAL LD. OR SOCIAL SECURITY NO. 232595476 CP'DA COOi:.: N/A -• ••-, • -:.---• •-• l._ I I •; • ·•-J !._,1._ J.l-:_ '1-.J .J-•• -& &•-•,. 'l.nnn L-.. •• ..-...-....: I Hlo f\l:H-<.t:t::Mt::N 1, mace an□ en1ert:r.1 Hl~u u11~ ~,.,. .... y ..,, ,.,, .. y, , ...... , uy "" , ... between ETG Environmental, hereinafter referred to as "CONTRACTOR", and North Carolina Department of Environment and i-J~tural Resources, heieinafter referred to as "DEPARTMENT"; \l\/ i T ~J ~ ~ ~ F T H· ..:...:. ~ ---.;...:. .-= ~ - - - -· THAT WHEREAS. the CONTR.A,CTOR has submitted to the DEPARTMENT a proposal for the performance of certain technical or professional services: and , • ,, •---"' -,,._ _ ,-.,.,-r"'\ A n-ra .,...._,_,.,. ..J--=---, ___ ,_.,. ;_,.,., ___ ..,..,_.""",_.,..,.,;+\,,\♦ho VVMC:.KC::Ki;:;>, Ult: L.IC:.r l"V'-1 1v1c.1-. 1 1,,11;:;,11 c:::. ,u 011,01 ,,.,..., "" ...,...,,.., a...,, vvou, , .. ~ CONTRACTOR to perform the services set out in the proposal; NOW, THEREFORE, for am, In consideration of ttie mutual promises to each other, as hereinafter set forth, the parties hereto do mutually agree as follows: _..,_ ---••~r-\ A ,...,"T",-...,... '-----L• • ------4-__ ..,t....,.,,,,_ :--....,.. ___ A~ tJ>, .... ji,..,,..,,...,...,..., fn 1. Inc VUl'\l I r't_f"\L, I u~ 11c:::11::uy Cli\::P CC=t lV ...,01 IVI 11 l II t Cl I I ICU If 101 .:.c:u.1w11•w\¥I 7 ,_ the DEPARTMENT, professional services necessary 1o complete Phase Ill Final Design documents for the fuli scale detoxification of the PCB Landfill in Warren County using BCD Technology as described in Attachment A which is incorporated as part of this contract. ,._ J money not to exceed FIVE HUNDRED TWENTY-FIVE THOUSAND FIVE HUNDRED FIFTY DOLLARS ($525,550.00}, said sum to be ful! and complete compensation for services rendered under this agreement. ~a, ;:c:Jy·,-,-,t,,-,t for ~~rvi\;O~ ,;;:~: ~~ m;;:.:c u~~~ iQ~~i~! ~f ;:-: :~-:~::: ~~:~ the CONTRACTOR documenting the work completed during the month and approval by the Division of Waste Management. (b) The DEPARTMENT will be invoiced monthly with the first invoice being sent no aooner than thirty (30) days after commencement of work, in equal amounts of $105,110.00, for a total not to exceed $525,550.00 . However, at any time the DEPARTMENT is not satisfied with the progress or amount of work completed, the DEPARTMENT reserves the right to re-negoti~fe the contract's five monti1 payment cycle. This may include approval fer only partial payments based on actuai wori< periormeci io aai:e'. Tne iiiia, ptiyr1iirrit wi:i u~ iii~d~ only after the state has signed off on the compltSted finl!II design documents. (c) Invoices are to be submitted to the Contract Administrator as outlined above. The final invoice must be received by the DEPAR1Ml:NT within 45 days after the end of the contract period. 1 of 5 NCDE&NR/PURCHASING CONTRACT NO. N9008 (d) Amended or corrected invo!ces must be received by the OffiGe c:if ,,. -,,... -·-' __ ,._ -,,~:J.t-:--:-~ ----H---u-..,.. •"' ..... --,...J -♦ ♦i,.,,~ AAl'\tro,-.+ na.r-inri Jf"\\1n1,...oc: r0r0C\1orl mn,-.,:;a 1ne vu,,11u11e1 WIUIIII -=>l.A.. fllUIILII.) c:11\QI UJC:S WIIU VI LI i .... ~,1u11...1-, ~-··--· .. ,.,_, ___ ·---··--···-·- than six months after the end of the contract period wiii 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 peisonnel shall not be employees of the DEPARTMENT. 4. The CONTR.li.CTOR 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: Steve Detwiler. 5 . None of the work to be performed under this contract which involves the specialized skill or expertise of the CONTRACTOR or his omployee~ ~h~!I be subcontracted ••• , ... ,_ -•• ~ • .,._: __ --...... ~i!>• .-i -l ""--,-, __ 4 __ _. A A_..:-: ... + .. ~+-~ i-' •"-.c. oHonf fhQ rnt,lTO.C.rTri~ wnnuut f.'' 1u1 ttfJJJ' uvc::u v, u ,~ "-'u• 1u Cl\.,,l l""'\Y1111, ,,..," QLv1 . 111 u ,,._,, ..., "''--'"' ... •---·.,."" ,....,; • -·, 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 ... ,M..,,_ .. i:,-.--........ ~lll'\\A/ tho r'"'ril\lTRt.r.Tli~ tr. ('f"lf'ntihl with thP.C:P. i:;f;::mri;::irn~ :.ind '. {c:) the 111,...,1111C11,.u,,e1~ I.VGIIIV"W• .. ,,_ --·••1'-#,_,_,, .. ---···r-"I ....... -··-------···-·-·-·-· -······ ,., .. subcontractor agrees to allow state and federal authorized representatives access to any records pertinent to its role as a subcontractor. 6. The services of the CONTRACTOR are to commence on the 10th day of May, 1999, and sha!! be undertaken and comp!eted in such sequence a:; to a55ure their expeditious completion in the light of the purposes of this agreement, but 1n any event, an of the services required hereunder shall be completed by the 31st day of January, 2006. 7. The CONTRACTOR shall assure that no person, solely on the grounds of race. color, age, reiigion, sex or naiionai origin , be excluded from participation in, be denied the benefits of, or be subject to d!scrlmI nat!on under any program or activity covered t,y th~5 agreemerii:. 8. The CONTRACTOR shall assure that no otherwise qualified handicapped Individual, solely by reason of his/her handicap, be excluded from pertieipetton In, be denied the benefits o( or be subjected to discrimination under any program or activity covered by this agreement. 9. The Americans with Disabilities Act 1990 (ADA) makes it unlawful to discriminate in employment against a qualified individual with a disability and outlaws discrimination against ind:v:dua!s with di~abi!:ties in State and loca! government services and public accommodations. The CONTRACTOR certifies that ii and its principals and !~bccntrsctcrs wi!! C0~p!y ~-"!ith r~Q!J!~t!O!'?S !!'! _A_D_A_ THI~ I {Errir,19y111erit); Title II {Public Services), and Title Ill (Public Accommodations) in fulfllllng the obligations under this agreement. 10. !f. through any cause, the CONTRACTOR ,heU faif 10 fulfill in timely and ·-------------41--_..._,: __ .,; __ ,.. ,,_,i_.,. ;.~: ... _,..,...a""ar'\i t...,_o r,~DilWTiu1Ct"IT ch!;IP thwr.:. ·,rirr. h-·,-=-fJI UfJC:I I ( li:;1f II Jt::I I.I rt:: UUll~CH.l\,,111:::t UI 1uw1 LI ll~ c:t~1 ....,._,, 11'-'1 1,1 -., ,_ --• ,-·,,,, ,.,,._,-. • _, ,_,: .,, :-. _ ~,.!_!. ! . !=~-= the right to terminate this oontract 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 document!>, data, studies; survey5, drawings, maps, models. 2 of 5 l?l":l /1?11 /t"')l?ll?ll?I ,,.,i::: 01 o_ -,, s=_l?IC 0/1 U~/U..:./~WWW ..:...:. • ..:.~ ,. ' , ....... ,..,. ,.,_lf""'T"IC't>,.,_10 /01 IOf""'U/\CT,.,_IC : '1'._;.,_.,.,_C,.:: '1: ', f : w: ', ·-..,: :H......:..:.: ~•,_.: CONTR.A.CT NO. N9008 photographs, and reports prep8red by the CONTRACTOR shall, at the option of the DEPARTMENT, become its property, and the CONTRACTOR shaii be eniitied to receive just and equitable oompenaation for any &ati&,f.ictory work completed on iUCh documenti and other materials . The CONTRACTOR shall not be reiievad cf liability to the DEPARTMENT fer ciamages susiaineci by ine DEr=:A~iivii::i~i uY viitufl ui tii'iy ui-i::tie;,, uf tri,~ ~Qieei,11::iit, tiiiu i,,e 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. 11. 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, e!! 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 con1ract is terminated by the DEPARTMENT as provided herein, the CONTRACTOR will be paid in an amount which bears the same ratio to • • , , , , • , • • , ,o r I t , • I , J I • r ~ I tne total compensation as me services actually perrormeo oear 10 me 1ou:1I !>ervIces or me 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 comper:sation !s based on each ru:: day of · . -_,_ ·----_, , ___ ·--··----·--'-I-~---------':-----··=-··-'·· __ _._ TL.-,....,,,... ... ,nAr"T"n -L.-11 services perrormeu, lt::>:S f.ll:IYfTlt::I II UJ l.;Ull lf.Jel J:>i::HIUI I fJI c:;v 11.11.1::.1y I I JQI.II;,. I IIC '-''-"'" I '"''"''-' I \.Jrl. OIICIII repay to the DEPARTMENT any compensation he has received which is in e.x.cess of the payment to which he is entitled herein. 12. The parties to ,his contract agree and understand that the payment of the sums specified in this contrad is depe:ndeni and contingent upon and subject to the appropriation, anocation, and availability of funds for this purpose to the DEPARTMENT. 13. Any CONTRACTOR receiving at least $15,000 but less than $100,000 in state funds from the DEPARTMENT within any fiscal year is required to file with each funding state agency a sworn accounting of receipts and expenditures of state funds in the format approved by the State Auditor. This accounting must be attested to by the CONTRACTOR t1sca1 officer and one other authcriz:ng officer er the CONTP"~CTOR_. This ac~cunting must be filed with each funding state agency within six months after the end of the CONTRACTOR'S operating year. If the CONTRACTOR receives STATE funds of $100,000 or more during its fiscal year, it must file with the State Auditor and each funding agency its audited financial statemenis in accordance wiir•, u·,t", ~t~i"1d~1d£i iiiid f uiTiiiit; p,e;ciibcd by tli6 Sttit6 Ai.iditiji iii Memorandum NGO-2 "Grantee Audit Reports." If the CONTRACTOR receives $300,000 or more in FEDERAL awaids during its fiscal year from any source, including federal funds passed through the State or other grantors, it must obtain a single audit or program-specific audit conducted in accordance with the Federal Office of Management and Budgets Circuiar A-i 33 "Audlts of States, Local Government and Non-Profit Organ1zations." If the above amounts are noi met by one singie iunciing agency, cui rainer any comoina-iion OT funciing agencie5, ineri ine appropriate reports shall be sent to the Office of the State Auditor. Also, a corrective action plan for any audit findings and recommendations must be submitted along with the audit report or vvithin the petiod specified by the appl icable OrviB Circular or Memorandum . 14. The Di::.PARTMENT ma-y, from time to time, request changes in tha scope oi the services of me CONTRACTOR to be performed uncier this agreement. Suen changes, including any increase or decrease in the amount of the CONTRACTOR'S 3 of 5 03/01/2000 11:15 919-715-0684 NCDE&NR/PURCHASING PAGE !::17 f",-,f..iTD n ,""'T f..in l'\iui'ii'iw .....,...,, -. 1 1 ,~....., • • ,.""· ••vvvv ccmpenaation, which •r• mL.ltually ■greed upon by •nd between the CONTRACTOR and the DEPARTMENT, shall be incorporated in wrltten amendments to this contract. 15. Any information, data, instruments. documents studies or reports given io or prepared or assembled by the CONTRACTOR under this agreement may be pui:iiisneci i:,y the CONTRACTOR or its employees, or distributed by the CONTRACTOR to any other individual or organization. Prior to entering into an agreement to publish, or prior to publishing, the CONTRACTOR or its employees shall give the DEPARTMENT a reasonable opportunity to review any such proposed publication solely for the purpose of determining If the DEPARTMENT wishes to be given credit for its funding role in the preparation of any such Information, data, instruments, documents, studies, or reports If the DEPARTMENT datarmina& that it wishes to be given credit, then CONTRACTOR shall take all necessary steps to assure that credit is given by the publisher. Otherwise, the CONTRACTOR may proceed to enter into any agreement to publish, or may publish, but shall not acknowledge any participation Dy tne 01:r'AK I Mt:.N I . 16. The CONTRACTOR shell ensure that all publications produced as a result cf this contract are printed double-sided on recycled paper. 11. The fiiin9 of a petition in bankrupicy or insolvency by or against ihe CONTRACTOR shall terminate this agreement. 18. The CONTRACTOR shall not assign or transfer any interest in this agreement. 19. 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. 20. It is agreed between the parties hereto that the place of this contract, its situ& :.nd forum, shall ba W;;;ke County, North Caronna, and in said County and State sha!! all matters, whether sounciing ir1 cof1ir'i::1ci i:,;-iufi r"~1~i1(1Q tu Hie vai,uiiy, Cvii.itri.iciivii, iiiic, f-'rctQtiuii and enforcement of this agreement, be determined. 21 . The CONTRACTOR ag rees that the State may have the right to audit the records of the CONTRACTOR pertaining io this contract both during parforrnanee and for 36 months after completion or termination. The CONTRACTOR must retain aii recorcis reiating io this contract and allow employees or agents of the DEPARTMENT to Inspect such records during the period of time set Ol!t herein. 22 . 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. 23. The CONTRACTOR certifies that he is in compliance with "Attachment I" A eoe-11r~n,...o.C!_1'..I,-,.~ f"'.r..r\~•n 1,....inn Crnnr::amc: r"'\ ... ...,,,,.., !::di,---I ·-• I -VI lv'I.I --,,-, I 1 • -=• -• • . .._.. 24. Michael Kelly is designated as the Contract Administrator (project coordinator) for the State. However. any changes in the scope of the contract which wiH 4 of 5 919-715-'1684 NCDE&NR/PURCHASING PAGE ri 8 CONTRACT NO N9008 increase or decrease the CONTRACTOR'$ 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 h~ve executed this agreement in duplicate originais, one of which is rtittain&d by each of the pariies, the day and year first above written. CONTRACTOR By d),,(~ / c,11tractor's Signature Rt.°ald J. Bacskai Typed Nams President/Chief Executive Officet WITNESS: 11 11 ,f) .X y-,, I' J. -r-" _,<,J' ,.L}/ ½ .._,. --1,L '-, Signature Approved as to Form: Attorney General of North CaroiiM NORTH CAROLINA DEPARTMENT OF ENVIRONMENT AND NATURAL RESOURCES !) • ' ' (flvv·ayne McDev,tt, Secretary ✓ OlRECTOR n\nrcc , ~ . DIV. Of PURCHASE AND SErwiv~ '-..__fu). 6.M).._ 6 . 6-_Jc;~ · Department Head's Signature or AuthOrized Agent WITNESS: " ,. \. i .. ._._.., . 7 . --:< _..,.---: -. J I ' '\, • ,. / ........ ("' 1 ·; nv '> /. n:e:6::-::S,,, \: .. -' ' I Signature DUPLICATE ORIGINAL 5 of 5 03 /01 /2000 11:15 919-715-0584 NCDE&~~R i PURCHASING PAGE 09 SCOPE OF WORK WARREN COUNTY PCB LANDFILL DETOXIFICATION DESIGN ATTACHMENT A INTRODUCTION In f.A.,. .. .-.h '1000 CTI:! C:-,,!~-----~-1 1--lr-".-r-,-.., ___ .._ __ ,., _ _, .-·---"·--•-· ' · · t "' ,,., .... , v,' f '-'"-''-', ... I"" L..1 IVII UI 11 11,:;:1 llQI, I I Iv. \C:. I I.:]) ::iUUI I llllt:::U i:l pr1:,11m1nary aes1gn aocumen to the State of North Carolina for the detoxification of the Warren County PCB Landfill using Base Catalyzed Decomposition (BCD) technology This document was subsequently approved by the State as a preliminary (conceptual) design for closure of the facility. Such closure was deemed by the State to be an effective means of fairly addressing key issues of the 1'Notice of Non-Compliance" issued by the EPA for the facility, as well as meeting the t"'nrnmifmQnt m~~o h., tho Ct,.,+ .... +,-.. ...l,....+,..._,;.;,, H, .... , __ ,..i:;11 , .. 1.-.--., ___ L-:-.-11• • z. · ·• • ---0 ' 'p __ ....... ~ .,_ ... ., , ... ~--..,, ,, , ... 'VLCHQ LV ... .,,,...,,. .. y Liiv ICll lUIIII VVlle::111 u::;r,;111111,.;1:S11y reas101e. I ne, meet the aggressive design schedule in an efficient manner, ETG has teamed with BFA Environmental. an environmentai design firm with a thorough understanding of the goal$ and objectives of al! project stakeholders. since the submittal of the preliminary design document, the North Carolina legislature has incorporQt.-d tha utiliz.ition of BCD for the landfill detoxification into law end has specified the appropriate treatment standards required for the detoxification of the landfill. Th.=. n11rnf'\CG t"\f+h:c-ril"\r•,i""''r,r'\♦ ;,.. +"" _,,.,.:; __ •'-----------..i _____ :_ .... _ ·' · · •• :_ ,..:~. I'"'...,...,.., ...,, ., .. ~ ...,...,.., .... ,, ,,.,, ",.., LV VULlll 10 ll IC ;:,1..,Uj-lt::" cll lU c1::;::;Ut;li;:H(;U necessary services to prepare a final Design Report and develop a set of final design plans and specifications. This scope of services is. therefore. intended to provide the professional services necessary to develop a final design document and specifications with sufficient detail such that Request for PropoBBls (RFPs) can be issued for a!! or substantial componants of tl"'iis nrnia,-,+ Th;c <"'f""f""'10 .,.,;<:"r"\ :nr"\i11ri"" ♦k-~-.--i-----~ -&··--=-··· ... ' I -,.... -r·-----'' ................ ~ ..... u,..,..., " ...... , ...... ,:;;.., LI 1c; uc;v,;:1vt.JI I !Cl ll Ut Veit IUUS project p1ans necessary Tor proper execution of the anticipated project activities. If the activities deemed necessary to fulfill the goal of detoxification incr .. ase beyond what is described herein, this scope of work will be amended accordingly. State representatives from the Division of Waste Management and representatives of the ETG/8FA team developed this scope of work based on our historical involvement in the project, the February 4, 1999 mfi~ting with State and the approved concept for de~ign outlined in the March, 1998 Phase II Preliminary Design Report. · Task 1 1.1 Project Definition, Planning and Scoping Project Initiation FTG/RFA w il! m;=,.=t \Mit h k-01, n:lnr·oc:,cnt-:,+:\IC.<'> n+ +h~ c+~•-·-r ,;. _;_; __ -L I n ,_ -• -_. -· -·. ~ ••...•.• _:_ ....... ., ....,_, ,_,_.,,...,....,"--''"c.,c1.,v"-'..> v, 1.11c:; ....,.,alt::::,, u1v1:=i1u11 ua VVO::ite Management to discuss the necessary project design components, review the preliminary design report, and identify substantive additions to the detoxification design process. It is assumed that tvvo meet!ngs with the State wlH be reqUiied to accomplish thi~ task. 03/01/2000 11:15 919-715-0684 NCDE&NR/PURCHASING PAGE 10 1.2 Taek 2 ,., -1 L . I 2.2 Task 3 General ATTACHM.EN1 A. Tne ETG/8FA team wiii work cioseiy with the State Project Manager and staff to develop a scope of services document inciusive of all design components identified during meetinQs with the State or as previously outlined in the preliminary design report. The d~to~~nc~t!0n of tr!c:: PGE, 18 r,d~n ~s 3 un~que project: ha\f.1eve~~, the~e 2r~ numerous Standard Operating Procedures (SOPs), which can be adopted for successful implementation. The ETG/BFA team will continually work with the State to adjust our approach to insure that we are on the path of !east resistance. Pertinent Data Collection, Analysis and Background Data Review Landfill Features and Rslationshin to nP.tnxific"'::itir1n A thorough understanding of the facility, its historical operations, design and the characteristics of its contents are necessary in order to implement an effective and efficient final des;gn. The ETG/BFA team wiii have access to a complete ~ ~ 1 .c: t "-t • f •I' 4 , , , ,._ r • b· • J. • ,. • • • · 1 cc,py' of tde .....,tate s iii2 on i.,l ~S :8C :::~y. unaei LJdS su lasx tnese Tiies vviii oe ;·f:v,~W~u to iueiiiiry issues inat mignt anect tne design of the detoxification. This review wlll determine the degree cf the survey requ ired to complete the finai design (Section 3.1 ) Implementation c:,f the proposed fineil design act!v!tles at the !andfiil \Vil! necessitate review and analysis of local, state, and federal guidelines. Under tt1is task, the ETG/BFA team will work closely with officiais to identify the rule~ -l I .._, 1 ' I '" , , · -· . • • • • • • • • c:ir1u reQi.i18ti6iis wnicn w111 govern aeroxrncatIon act1v1t1es. In particular, we will work hand-in-hand with the State's Project Manager during this task. The jurisdictional applicability of Supe:fund, RCR;\, TSCl\ and State's VVaste Management rules •.viii be thoroughly investigated under this task. Additionaily , North Carolina Department of Transportation design criteria will be reviewed to Detoxification and Process Design The design tasks outlined below assume that no new Information w!I! be obtained concerning the final design requirErnents. 1f the impiementation of Task 2 above identifies new design criteria not discussed in this sccpe it will be amended accordingly. The design process assumes that monthly progress meetings will be held between the Design .Team and the State. These meeting~ will be held to ensure efficient project execut!on. 03/01 /2000 11:15 919-715-0684 NCUl::::.6'..Nl..//1-'UI../CHA::.lNl.:, t-'A(.:it:. ll 3.1 ATTACHMENT A Site and Area Survey A detailed survey will be prepared for the site. The limits of the survey will be determined wltfi stfltB ~pproval. Undei thls task, the ETG/BFA taam will provlde to the State a scope of wori< tnat can be useci io issue a conirad for foe survey. It will include the survey needs along with the survey format required so that it is compatible with the design objectives. The ETG/BFA team will also help identify local survey firms that can meet the requirements. 3.2 Site Geotechnical Evaluation 3.3 Geotechnica! analysis of existing data will be performed beneath each proposed structure associated with all equipment areas. Areas needing ~rlrlitinnA! t~~t1nn v.;i!! h~ id~ntified and the ETG/BF.0, team v1lf! nrovide the State ---·-·-··-· ----·· ·..;, ..... ·--·---····· --. .. . . . . with a scope of work that can be used to issue a contract for the compaction tests. The ETG/BFA team \Nil! also help Identify local firms that can meet the requirements. Suitable compaction tests will be performed associated with fina! grade and fill placement. Additional geotechnical SUNeys within the boundaries nf th.a I ~nrlfi!l ~r~ nnt ~ntir.in~t~ri tn hP rP.nt:irRr1 - . -· . ---.. -. . . . -. -.. ----..•. - . r---• - -• - ---7 -.. --- . Site Layout and Logistics The ETG/BFA team will work to ensure that the final design incorporates a faciiity iayout, which maximizes efficiency during aii phases of ine projeci. Gf particular concern is the flow of site activities during the various phases of excavation and bac!<.fi!ling The strategic location and sizing of contamination reduction zones, support areas, treatment areas, decontamination faciiities, and stormvv'ater managernent faci lities ,Nill all be determined under this task. The siie iayoui wiii aiso be designeci to accommodaie ine proposeci finai use or ine f~clllty. Future land use wlll be determined by the community and this information will be provided to the ETG/BFA team, 3.3.2 Detoxification eq uipment areas will be designed to ensure efficient imolementation of the BCD crocess. as indicated in the Phase II . ' ' report. It is anticipated that areas will range from unpaved to paved, coverea to uncovereci. it is assumeci tnat tile areas icientiiieci in tne Phase II report will form the basis of the final design plans and specification The flow of material has been generally discussed in the Phase II document. Under this task a detailed desian of the followina areas will be defined: 1) PCB contaminated soil,~ 2) contaminated ...,debris , 3) treated sou , and 4) c~ean son . 03/01 /2000 11:15 919-715-0684 NCDE&t-JR/PURCHAS It-JG PAGE 12 3.4 Design of soil management procedures will also m1rnm1ze dust formation and migration. Because wind blown deposition of dust particles rspresents the most significant source of potential off-site minr--tir"r. n.f D(" P.r:: the CTf",/P.F A team will \"!,....rk c'n.c;:Q!\! ._ .. Ith tho , , dH, c ... w,, u. • ....;.....,_, u .-.... -1 -._:, -· • L , 1 .1 i.:u., n, . .;_...,.,! •• •"', "' •- State to e;1sure the !atest, most applicable safeguards are in place. 3. 3. 3 Building. Structures. Parking and Personnel Support Areas The facility design w:!I include temporar/ construction trailers located as shown in the Phase II report. Under this task ETG/BFA wil! work rlnc,:,.h, \A/i+h +h.,,. C::+:::.+o ,::,nrl rnrnrn, ,n;t\J fOl"lt'O<::gnf:::o+i",:,.c:, Th<:> f, ,+, ,,..,,. -·---·, ···"'' 11,,,_ .....,.,_.__ -··---······-···"1 ·-t""·---··---"··--· '''"-"' '""'"'""""'"-' use of the facility including any permanent building(s) will be incorporated into the community's reuse plan for the property after detoxification . A r,r::;;,1PI n~rkinn :::1rP~ will hie, nawirlPrl nP~r thi=,. r1::it~ri .:::ntr~nro tn th.:. r ·v ·---· ..--··-···.;ii-----·••· --,·--·---··--· -··-'iJ-·---····-··--~-.. ,,_ facility. It will be adjacent to the construction trailers and designed to remain in use after detoxification. The contamination reduction areas will consist of decontamination pads. which drain to sumps, and portable units used as necessary' before equ ipment or per5onnel can exit exclusion zones. The fina! . svstem desiqn is anticipated to be similar to that orooosed in the . . . ' ' Phase II document. Infrastructure lmorovements "'"" i "' ,...., . , •·' .. , J.4. 1 r:=1ecmca1 The site currently contains electrical service, which is not sufficient to meet the detoxification facility demand of the proposed detoxification eouioment. The ETG/BFA team wil! work cto5elv with I I 'J ' • • •· • :=iii Pl.:.,-:tri,-,:::.1 ,~,-,11.;:; lit::.nt t,-, .=.t· .. ~; ire, thci. fino: r{~~if1r·, rli:>~r:" ,-t,=,+::i;lc t:,.,.,,. -• • -•----• •--• _,...,, •--•---• '"' ,_ -• •--• -,1 •-1111-1 ---•:::,• I -•-"-"'1 •:, --~-••-~I, ...... detoxification power requirements. 3.4.2 Access and Perimeter Road Improvements T!"le f:n~I dssign pians and sp2ciftcations will include road ·. . . . . rrnprovernems necessc1ry w upgraae ex1st1ng roaas or cu11a new ones to deal w ith the increased traffic associated with the detoxification activities. The access road from State Road 1604 to the site will be included in this evaluation. The improvements will incorocrate ttie neces~~nrv loc-:al rJiid ~tntr: stnnrl;;;rri~ P~rti~tj!~r • •• -• -• ---✓ . • • ••••• ---------···--··--· • -------·-· attention will be paid to proper drainage and stormwater management. 03/01 /2000 11:15 91'3-715-0584 NCDE&NR/PURCHASING PAGE 13 3.4.3 ATTACHMENT A vVater The ETG/BFA team 11✓!1! slze and design a water transmission main necessary to extend water services to the PCB Landfi!!. The transmission main will run along the site access road from State Road i 604. Sufficient detaii wiii be provided such that a R.FP can be Issued. 3.5 S1ormwater Management 3.6 -· . J , o, 7 c.;1ean ;:;;wrmwater 3,5.2 Site drainage will be designed to isolate clean stormwater from construction impacted stormwater. A series of swales, culverts and berms along the site access road , within exclusion zones, and around the contaminated soil stockpile will be designed to accomplisl1 tl1is task. Clean water will be diverted to a lined pond north of the l~ndfill. The ETG/BFA te!lm will identify any special requirements for lining the pond. A conservative stormwater event design standard will be determined in concert with State requirements and . incorporated into the final design and sizing of retention and treatment structures . Construction Water I\.,... ...., _____ ,1., • ....,l:---1 ;_ •t.....-r"'\L..-.--II ..J --••---~ .,,_, __ r, ___ , _, __ :_,_ Ill ,.....,~ L.iUIIL.it=f.J\Ui;:IIJLt;:l,J Ill l :lt:;: rr,c:1:::;~ 11 uui.;urrr~rll, LIi~ llfli;:11 u~::;,gri Will convey impacted stormwater to a water treatment area consisting primariiy of activated carbon. Other design alternatives wi!! be r.nn~idr=:r~rl rli :rinn thA fit~~! rlA:::.ir'in rd-t"1t-:;::.~;: Th.=. frQofmt!lnt .=.ffi,--i~n,---" -------·------····o -··-····-· ---·:::,·• r-·-----· ···-•·--••••-•• .. -•••-•-••-1 of each option will be evaluated and the best alternative selected. Excavation Process Des iQn 3. 6. 1 Phasing and Site Management The final design will detail the plan and profile of the landfill during several phases of the construction process. It is critical that a clear understanding of the excavation process be communicated by the flnar design documents. It is anticipated that design details will be ~enerated for approximate Iv ten (10) distinct ohases of the excavation process. This process wil.l detail all criti;al components of detoxifi cation . C. 03/01/2000 11:15 919-715-0584 ~-.ICDE&~-.IR I PURCHAS I ~-.IG PAGE 14 3.7 ATTACHMENT A PCB Soil Treatment and Process Oesian Under this tesk ETG will ~rovide equipment performance requirements for the ,..,,...0 trAr'-.-,,..,-,-"-·-----~~ 1,..,-,-",.J "-~-·'"'-· "_:, •o '"'"' + .. e,,•ed an~ th8 pr □' ...,,-,,-H'!! 1:)1...., ,;;;<.H11lt:::! il µtU~t:::,::, L.)c;t~CU Uf-JUII LJIC ~UJI L UC ll CH IU ~II . vu LClllUIIII treatment standards. A cieiaiieci summary of ~nases i anci ii wiii oe provic:iec:i. Regulatory considerations will be addressed. The exact detail of the process description will be thoroughiy discussed with the State during the design effort to provide enough detaii to interest potential bidders but not limit potential competition. More detail can be provided on standard subsystems of @auioment inc!udino material hand!ina. Eauioment requirements wi!! be -·1 • ., ·, --, specified for the following: • Material handling and preparation • Batch vacuum system (Solid Phase BCD) • Continuous system (So!id Phase BCD) • Liquid Phase BCD treatment • Process wastewater treatment 3.8 ConfirmationNerification Samp ling 3.9 3. 8. 1 Inflow and 01Jtflo w In concert with the State. the ETG/BFA team will design a sampling and testing prog ram sufficient to verify the vertical limits of excavation and that the residual concentration of PCBs/dioxins of +.~-..,.,._""'+'"',-J ,.__-+-,.:-.I ;,.. h ...... i"''"' +hi""\ QC';-"1h,ic-h.cr1 'trcr:i+n-icn+ e ~-=.nri~r~c i.JIC LICOLc;U 11101,.c;IIOI 10 lt.JOIVV'II LIIQ g.;,~11.,1..,11..::::1111_ ..... 1,r -c.1.1t11io..,111,. .Jl.c.Al f -LAI-'--'• EPA and state protocol will be adhered to in establishing the .ippropriate grid int'1rvals for verification sampiing. Backfilling and Final Gradinq 3.9. 1 Loqjstics and Testin a y ~ D' ,~;,..,,., rl..--+,.__,;.;;,.....,+;,.._,., fre"terl S"ils u,ill ho barlrtollerl -;,nrl rl"\,..,..,,-,-=,,..;orl U lll l~ UCLUAli lVOLIVII, \I Q~ V VII VVUI U\.,,. Vl\.11,1 U "4ll\.A VU lf lt,J'-"VI.V\.ot in an incremental fashion. The deslgn team will ensure thc1t h~..--l.,.fill;,-,,... ""'""~.,.+:'"'"'c-""~"" ,.,h..,.,,o,-l c,1 ,,..h tho+ it u,iii nf"lt f'f"lntlir+ ,.,i+i-, "-'Col"-"l'llllfl I~ \,,,l...,'-,,1 ~1.lVI lto.1 ~I'-tJI IUV"""""' ....,...,..,_., I ,11"-"''-,, ••"• • ,_., --• ,,.,_., •• ,._,, excavation and PCB soil treatment operations. Backfilled soil will be tested for compaction after each lift, and water will be added from the stormwater area to the north as necessary to achieve optimum moisture content. The topography of the closed facility will be graded to accommodate the property's future use. 03/01 /2000 11:15 919-715-0584 t~CDE&t~R i PURCHAS I t~G PAGE 09 SCOPE OF WORK WARREN COUNTY PCB LANDFILL DETOXIFICATION DESIGN ATTACHMENT A INTRODUCTION In t.,1..,.,.,-.h -iOOC CTr:? C:-,,!------~-1 1--tr-:-r-r-, ___ ._ __ ,., _ _, .----"·--•· · ' . . t ,. , .. , ... , _,,, , ..,.,...,, ,_, ,._. L.1 ,v11 u, ", ,c:::, r~Q1 , "'"'· \C., ....:, ; ::iuur 11ntc:::u c1 prt,11mInary aesIgn aocumen to the State of North Carolina for the detoxification of the Warren County PCB Landfill using Base Catalyzed Decomposition (BCD) technology. This document was subsequently approved by the State as a preliminary (conceptual) design for closure of the facility . Such closure was deemed by the State to be an effective means of fairly addressing key issues of the ('Notice of Non-Compliance" issued by the EPA for the facility, as well as meeting the l"t'IMmifmg.nt m~MO h" the Ct,.+,-,+,-, ~,...4,_.,;,r_, ♦h .... , __ , .. u:11 ••• i...--•---:L-=-.-"· . .& ••• , ' .... 0 n' e·,p __ ........... -..... , ....... _ ..,, ,., ........ .,, .... •v """>L'-'""Y UIO ICJIIUIIII VVIIOII lt::l.illllll,,;i:UIY reas101e. I meet the aggressive design schedule in an efficient manner, ETG has teamed with BFA Environmental. an environmentai design firm with a thorough understanding of the goels and objectives of al! project stakeholders . Since the submittal of the preliminary design document, the North Carolina legislature has incorpor.lted the utiliz.ttion of BCD for the landfill detoxification into law end has specified the appropriate treatment standards requ ired for the detoxification of the landfill. Th .... n11rnn~o l'\f+h:c rll'\f'rf ►"\,'\Al"'t♦ ;,... +-_., ... :; __ .,i,.._ -----__ .; -----=-~-·' · . • • • ::: ,.)~-,... .......... ....,, ., "" ... ..,,., ... ,, ,..,, " '"' LU uu Lill Iv ll IC -:,1..,UJ-IC: di IU i::l::i::iUl.ili;Ut;U necessary services to prepare a final Design Report and develop a set of final design plans and specifications. This scope of services is , therefore. intended to provide the professional services necessary to develop a final design document and specifications with sufficient detaii such that Request for Proposc:1ls (RFPs) can be issued for a!! or substantial components of tllls nrAi0,,♦ Th;CC'r'\1'1"'\0'),~M:nl"'\i111"ir'\l"\ ..... _.,..J_,,_j _____ J._~,.--:-... __ . I ' - ,.. .... J~~·· , , ................ ,...,..., u,.:...., ",_,, ........ c:,_, ., ,c:: uc::v~1v1-1r 11c, ll u, vc1r 1ou~ pr0Jec1 p1ans necessary ror proper execution of the anticipated project activities. If the activities deemed necessary to fulfill the goal of detoxification incri.ase beyond what is described herein , this scope of work will be amended accordingly. State representatives from the Division of Waste Management and representatives of the ETG/BFA team developed this scope of work based on our historical involvement in the project, the February 4, 1999 m&Qting with State and the approved concept for de~ign outlined in the March, 1998 Phase II Preliminary Design Report. · Task 1 1.1 Project Definition, Planning and Scoping Project Initiation FT0,/RFA will m;=,,=t \Mith lco1, re:n:"Oc-ont~+i\lC<' ,..~ +h~ C'+~• ... •-,,;. _;_; __ -LI n , __ -;• -__ -· __ • _ ........ --.............. -, ·-~'"""'"''--'1"£.ALIV"-'.., v1 L11ic; "'-1~c::au:; ~ u1v1=a1u11 u1 vvc:1:ste Management to discuss the necessary project design components, review the preliminary design report, and identify substantive additions to the detoxification design process. It is assumed that two meetings ,Nith the State wil: be required to accompiisr1 thib t~sk. 03/01/2000 11:15 919-715-0684 NCDE&NR/PURCHASING PAGE 10 ATTACHMENT A. 1.2 Scooe Devf!loornent Teek 2 , 2.1 Task 3 General The ETGi8FA team wiii work cioseiy with the State Project Manager and staff to develop a scope of services document inciusive of all design components identified during meetinQs with the State or as previously outlined in the preliminary design report. The dstox?fication nf the=: PC:R !~;---l('ffl 1? i~ ;:; i inini IP nrr.i.:irt· hn\A/A\JWr" +hcra 'lr~ . · ... ·-··• · --···-· ---· -···· ·---···-,--r--·-J--•· ··-··-•-•1 lt,11-1'-' c;;.t•9 numerous Standard Operating Procedures (SOPs), which can be adopted for successful implementation. The ETG/BFA team will continually work with the State to adjust our approach to insure that we are on the path of !east resistance. Pertinent Data Collection, Analysis and Background Data Review A thorough understanding of the facility, its historical operations, design and the characteristics of its contents are necessary in order to implement an effective and efficient finai des;gn. The ETG/BFA team wiii have access to a complete ,. 1-, S I .C:1 -'l . f •1•4 f , , +-' . b,a. ' •• ,.., ... r copy O; t, ;8 tate s ;i;e on (11:S :SC,;i,y. , .. moer Lil lS su .as:< tnese rnes w;ii oe i-~v,eWeu to 1uen1iry issues inat mignt anect tne c:iesign of the detoxifi cation. This review wlll determine the degree cf the surJey required to complete the final design (Section 3.1) Implementation of the proposed final design act!v!tles at the landfill \Ni l! necessitate review and analysis of local, state, and federal guidelines. Under this task, the ETG/BFA team will work closely with officials to identify the rule~ d!IU rt:Qi.i1~i1oiis wnicn wiii govern cietoxirication activities. in particular, we Will work hand-in-hand w ith the State's Project Manager during this task. The jurisdictional applicabi!ity of Superfund, RCR.A , TSC,A, and State's \./'Jaste Management rules \Nill be thorough[y investigated under this task. Additiona!ly, North Carollna Department of Transportation design criteria will be reviewed to ,..._,.. ____ : _____ ,; __ t-:1:.6, . .L-.,_,_ -·-·•-·-•••. I • • • • · u-=>li:::111111 ,c c::qJµ111..,c:1u11ny tu u1~ pr uµu::;ea pro1ect_ roaoway_ improvements. Detoxification and Process Design The design tasks outlined below assume that no new Information w!!! be obt~ined concerning the final design requiri=rnents . If the impiementation of Task 2 above identifies new design criteria not discussed in this scope it will be amended accordingly. The design process assumes that monthiy progress meetings will be held between the Design ,Team and the State. These meeting!!! will be held to emrnre efficient project execution . .., L 03/01 /2000 11:15 919-715-0584 NCDE&t~R/PURCHAS ING PAGE 11 3.1 ATTACHMENT A Site and Area Survey A detailed survey will be prepared for the site. The limits of the survey wili be determined witli st.idte ~ppmvaL Undei th is task, the ETG/BFA taam wi:: provlde . -• • . • . • • • r •• to tne titate a scope or worK mat canoe usea to issue a contract ror me survey. It will include the survey needs along with the survey format required so that it is compatible with the design objectives. The ETG/BFA team will also help identifv local survev firms that can meet the requirements. . . 3.2 Site Geotechnical Evaluation Geotechnica! analysis of existing data will be performed beneath each proposed structure associated with all equipment areas. Areas needing ~rlrlitinn~! t2~tinr1 vi.fl!! h2 ki~ntified 2nd the ETG/BF}l, team v;;i!! nrovide the State -------··-· ----·· .• -------·-··-. --. with a scope of work that can be used to issue a contract for the compaction tests. The ETG/Bf A team \Nil! a!so he!p tdentlfy loca! f!rms that can meet the requirements. Suitable compaction tests will be performed associated with fina ! grade and fill placement. Additional geotechnical surveys within the boundaries r~f thP. I ~nrlfHl ~rA nnt ~ntir.!n~t~ri tn r;r: rP.n t :in=:rl -· -··---··-···· -·-··---··-·-·r--·---------,--·--·· 3.3 Site Layout and Logistics The ETG/BFA team will woik to ensure that the final design incorporates a faciiiiy iayout, which maximizes efficiency during aii phases of ine projeci. Of particular concern is the flow of site activities during the various phases of excavation and backfi!!ing. The strategic location and sizing of contamination reduction zones, support areas, treatment areas, decontamination facilities, and storm-Nater management facilities \Nill all be determined under this task. Tt,e site iayoui wiii aiso be ciesigneci io accommociaie ine proposed finai use or tne faclllty. Future lcind use wil l be determined by the community and this information wil l be provided to the ETG/BFA team, 3.3.1 3.3.2 FnuinmP.nt ArP.RS -., -· ·,-... -.. -... --· - Detoxification equipment areas will be designed to ensure efficlent implementation of the BCD process, as indicated in the Phase II report. It is anticipated that areas will range from unpaved to paved , . . ' .. . . .. . .. . . ··-. . .. coverea to uncoverea. tt 1s assumea mat me areas 1aemmea 1n me Phase II report will form the basis of the final design plans and specification The flow of material has been generally discussed in the Phase II document. Under this task a detailed design of the following areas will be defined: 1) PCB contaminated soil, 2) contaminated debris, 3) treated so!?, and 4) c!ean son. 03 /01 /2000 11:15 919-715-0584 NCDE&t-.JR /PURCHASING PAGE 12 3.4 Design of soil management procedures will also m1rnm1ze dust formation and migration. Because wind blown deposition of dust particles represents the most significant source of potential off-site miqrat!-:Jn of PCE-sl the ETG/BFA~ team \VIH vvork closet'/ ~\!!t~ the -- State to e:1sure the !ate!::t, most applicable safeguards are in place. 3.3.3 Building. Structures. Parking and Personnel Support Areas The fac:llty design \Ni!I include temporarf construction trailers located as shown in the Phase II report. Under this task ETG/BFA wil! work rlnc:,,:::,.h, \Ali+h fh,:::,. C::+,:,tc, ,::,nr1 rnmrn, ,n;h, fOl'll'cC::0nf::.+i""""' Th.:> f, ,+, ,re -·---·, ···~·· ···-_\._\._ -··---······-·••1.1 •-f"'•---••'-'-"'"•·--· ,,,...., '""'"""'''-' use of the facility including any permanent building(s) will be incorporated into the community's reuse plan for the property after detoxification. A r,r;;n1Pi n:=irkinri :=irP:::l wili hP na'\\lirlPrl n1=>:::1r thP r,:;:\t~rl .:::ntr~nr-i=. t,, i-h.=. ~ . O ' ---· r--· .... ·;::, -· --..... - -,-· -. ·---. ·--· ,.. •-.;,-•---• ••• -• •--~-,., •- facility. It will be adjacent to the construction trailers and designed to remain in use after detoxification. The contamination reduction areas will consist of decontamination pads. which drain to sumps, and portable units used as necessary before equipment or pernonnel can ex,t exclusion zones. The fina! sysiem design is anticipated to be similar to that proposed in the Phase II document. Infrastructure lmorovements ~ " Ji ,...., . . , -~ .. , ..J.4. 1 t::.Iecmca1 The site currently contains elect:ical service, which is not sufficient to meet the detoxification facility demand of the proposed detoxification equipment. The ETG/BFA team wil! work closely wrth ::iii i::-li=-,:tii,-:;:;1 ,~,-,;;.-:;;; 1it::.nt t,-, ,=.no;:; 1r,:, the. fine.: rk,C:ifiri ,-1.::,~r:" rl.=+=i;k H,Q -·. -·--... ·--· --· ·--· .. -· ... ,_ -· ·--· -.. , ·-... ·-· ---•::,• • -·--· •:, __ .__, __ ~· ·- detoxification power requirements. 3-4.2 Access and Perimeter Road Improvements The fi"'l"\1 d,..~·1g~ p1~-5 ~~,.! ~--~,r.~-t·ons \i.,-,,11· ,·nc,1u· ·a':::. ro::::u'' & 11 111 IC:Zf C.:> l I IGIII GIJ IU .::::>t,JC1..,Hll..C2_ I I V -- improvemenis necessary to upgrade exisi:ing roacis or buiici new ones to deal with the increased traffic associated with the detoxification activities. The access road from State Road 1604 to the site will be included in this evaluation. The improvements wiii incorncrate t~-iC nece s~:r.ir\/ !ocai nnd ~tntr: stnnri;;rn~ P~rtir:; ~f~r . . . . . ..... ., . . -·· ... ---·-----·· ·------· --· ------· attention will be paid to proper drainage and stormwater managemer:t. 03/01 /2000 11:15 919-715-0584 NCDE&NR/PURCHASING PAGE 13 3.5 3,6 3.4.3 ATTACHMENT A LtVater The ETG/BF A team w!I! s!ze and design a water transmission main necessary to extend water services to the PCB Landfill. The transmission main will run along the site access road from State Road i 604. Sufficient detaii wiii be provided sucn that a RFP, can be Issued. Stormwater Management --. J . o. 7 c.;1ean :::itormwater 3.5.2 Site drainage will be designed to isolate clean stormwater from construction impacted stormwater. A series of swales1 culverts and berms along the site access road, within exclusion zones, and around the contaminated soil stockpile will be designed to accomp!isl1 this task. Clean water will be diverted to a lined pond north of the lendfill. The ETG/BFA te!lm will identify any special requirements for lining the pond. A conservative stormwater event design standard will be determined in concert with State requirements and . incorporated into the final design and sizing of retention and treatment structures. Construction Water I\-_,. _____ ,._.,_1:_,...-J ;.,_ ,.t.... .... t'\L..-. ... -. II ..J--··----"-••--r, ___ 1 _, __ : ___ . 111 ,-,.-:, L;UllvC::f-l\Uc:IIILt;:U Ill l:lt:;: r11ct:::>t: II UUl;Ufltelll, LIie llfli;ll u~~1gr1 WIii convey impacted stormwater to a water treatment area consisting primariiy of activated carbon. Other design alternatives wi!! be r.nn~id~:·P:ri rl ~ ;rinr; thA fin~! rlA~i{iii i""1it'-u~.=,;: Th.=. tr~at,nunt µff;,-.;~;-;,-.. \/ --------------····o ~---····-· ---·::,·· r-·-----· ···-..,. __ .,,,_,,.,_,,,_,_,,_, of each option will be evaluated and the best alternative selected . Excavation Process Desian 3. 6. 1 Phasing arid Site Management The final desiQn will detail the plan and profile of the landfill during several phases of the construction process. It is critical that a clear understandino of the excavation crocess be communicated bv the -' J final design documents. lt is ant1dpated that design details will be qenerated for approximatel v ten (10) distinct chases of the -. . . . . . excavation process. This process will detail all critical components of detoxification . C. 03 /01 /2000 11:15 919-715-0584 t~CDE&t~R / PURCHAS I t~G PAGE 14 3 .7 ATTACHMENT A PCB Soil Treatment and Process Desian Under this task ETG will ~rovide e9uipment performance requirements for the 81'"\n trr·v••r.,..,-1-• ·-•---~,. L,.~--. ...J "-~-H----.:1 •" h "' t,-o,...+erl anrl th8 p r e• I ..,,..,-H'!! L,U ,:;c:IL11 lt::! il µIU(...t:::::::>l:> Uct:::,CU Ut-'UII LIIC ::>U II LU UC: ll,::;c:H \,,l 111....1 l ll . vu L..ClllUllll treatment standaras. A aeta11ea summary of ;::nases i ana ii wii i oe proviciea . Regulatory considerations ~viii be addressed . The exact detail of the process description will be thoroughiy discussed with the State during the design effort to provide enough detaii to interest potential bidders but not limit potentiai competition. More detail can be provided on standard subsystems of eauioment inc!udina mater!al hand!ina. Eauioment reauirements wi !! be -·1 -., , --• specified for the following: • Material handling and preparation • Batch vacuu·m system (Solid Phase BCD) • Continuous system (So!id Phase BCD) • Liquid Phase BCD treatment • Process wastewater treatment 3.8 ConfirmationNerifi cation Sampling 3.9 3. 8. 1 Inflow and 01;tflow In concert with the State. the ETG/BFA team will design a sampling and testing program sufficient to verify the vertical Hm its of excavation and tr-,at the res idual concentration of PCBs/dioxins of +.~-.,,-,r.-+-,.J --+,-,.,.:-.I ;,... h n lr\1 ,1,1 +h"'-.c.t"'+,,hi;c-hcr1 +rcr:i'tmon+ e +-:n~-::.ri~c '-,)IC Ll c:;:c:::tLc:;:u IIIOLc:;:1101 ,,=, ,._,~IVYV LJlO .._,._..,...,..,,h;:IIU, .... -1., ............. ,,11o,,.,11r.. _ .. c.,u,_._.., ..... ....,, EPA and state protocol will be adhered to in establishing the .appropriate grid int~rvals far verification sampiir,g. Backfilling and Fina l Grad ina 3. 9.1 Logistics and Testing n, ,,.;...,,., ,4,-,+,._";;;,....,+;,.._,., t~.--. .-.terl S"ils .. ,ill he, ba,-.l,f:llerl -,,,-,,-l ,..,..,,.,..,,..,-=,,-.tori LJU l lll~ UCLUAllll....,01.IVII, uva.a. V 1..111 VV UI U'--UI\ ld u Ull\.,,,l VVl11t--'I..AV\.V'-'4 in an . incremental fashion . The design team wiii ensure that h-,.--1.,fd l,,-,,., '"'""""',..,,+:,."'"c-..,.;= nho:oc,,o~ 011/'h tho+ it \Ariii nnt ,..,..,,.,fiirt 1A1ith "-'Ct'-'1'111111 I~ '-'t-'"-1 c..tl.llr,JI t...> ~1 '-)'-'I lc..,6V'-"-....,..,.._,. I '-1 ........ , .. ••U• I •-'---• Ito•-.. •• ,.,, 1 excavation and PCB so il treatment operations. Backfilled soil will be tested fo r compaction after each lift. and water will be added from the storrnwater area to the north as necessary to achieve optimum moisture content. The topography of the closed facility will be graded to accommodate the property's future use. 03/01 /2000 11:15 919-715-0684 NCDE&NR /PURCHASING PAGE 15 ATTACHMENT A 4.1 Community Reuse P!an Meetings 4.2 Task 5 Representatives from the design team will coordinate closely with community leaders and the State in an effort to include desired future land use into the final design plans and specifications. Two meetings with community officials are anticipated under th is task. Regu!atorv Coordination The design t1:1am will meet with regulatory officials to determine the potential for land use restrictions and generally assist the State and community in addressing the concerns of regulators . Attendance at one meeting by ETG/BFA staff is assumed for this subtask. ~ Project Work Plans and Deliverables Tho t4oc,il"lt"I +earn 1A1il1 ,,~\t~lnr"I ~nrl \MritP thP fnllnwinn wnrk nl::m~ :.;inci n=mnrts in ~C';r:(')rdance ''''"''""''"""""''~'' ·--··· ·····--·-·-t"'-··---··---··-·-··--·••·;::, ··-···r-·-···--···-·-,--·--... -·---·-·····-- with the outlines provided in the Phase II report, while incorporating the results from any additional investigation(s) and applicable protocol. All plans will be developed with involvement from the community and concurrence from the State. Representatives from Warren County will also be consulted during preparation of the community involvement ""'I~" J,,IIQllo 5.1 5.2 5.3 0.4 5.6 5.7 5.8 5.9 i:::; 1 ("\ V . IU Detmcjfication Design Work Piao and Schedule Comm1Joity Involvement Pl an Project Health ~nd Safety Plan Performance Demonstration P!an Air Mrmitnrinn Pl;::in C •·• rr ·r · ··--·•·•iii' .. Site Operations Piao Quality Assurance Project Pian Finai VerificationiCoofirmation Sa mpiing Pian Con5truction OtJali~v A_~surance....El.Q.iect Plan En1ercencv Resoonse P!2n 03 /01/2000 11:15 919-715-0684 NCDE&NR/PURCHASING PAGE 16 ATTACHMENT .A. 5.11 Final Design Report 5.'12 Ta!lk e • • • • •• I • . I ; ~4~. ___ -~------1 _j ___ : __ J.t..-: __ i ___ ....,,._.a,:,__ A report summanzing me aes1gn acnvmes pi::r rur mt:u uu11r 1~ u 11.::: 1111~11.:::111~1 ncaiu, 1 of tasks 1 through 4 above wil! be developed and submitted to the State at 60°1.?, 90% and 100°/c cornpletion levels The design team wi!I submit five (5) sets of drawings. (11" x 17") and specifications (and one full size set) to the State at the 60% and 90% completion levels and five (5) sets of drawings (11" x 17") anq specificatlons (and one full size set) to the State at the 100% completion !eve!. At the time of the 60%, 90% and 100% submittals, a meeting will be held with the State ................ a. .... + ... +i.,•e nn Hua h .... ;Q nf th ... r,:a11iPV1I r.r"lmm"'nt~ Anrl mP.P.tinoR ::111 itAmR IOt-'10..,QIII.CA .. ,v .......... , ....,,, .. ,,_ ---·-....... , ... _ ·--·-··, --······-··--, .:..... .. _ ···---···o~, -··· ·--···- will be addressed and resolved before the design team proceeds to the next percentage completion level. The design team will submit ten (10) full-size sets O♦ +i-.e f'1na' ctr-a••1ings anrl c:pcrifir:::itinnc: ... I ll l I J I \IVll l ~ 1'-\.J '--'UlllVI.AI.IVt 1--.,, Permitting Assistance -• • -• • • , ~ _ 1 __ • _ • __ I ..... 1 _ ~! _ _ _ -1 ' I he design team w111 prepare aocumefnS, uc=:s1y11 Lc11i..;u1crnu11:::., 111c2µ::., u1avv111~;:,, specifications and applications that are required to obtain the approva! of agencies having jurisdiction over the project and to assist in securing permits required for construction of selected project components. It is anticipated that permits will be obtained for those components of the project which might be constructed during this contract. They include but are not limited to initial site preparation and drainage improvements. Treatment related •• I ' . I ..•• --1 ... :.1.1_:_ J.J_'. __ ..._..._....,.-.-.$. ,,.-.-1, permits are not 1nc1uo~u Wlll 1111 LI lib bl..,;UJ-lt::l UI WUI 1'. 03/01/2000 11:15 919-715-0684 NCDE&NR /PURCHASING PAGE 17 A TT AOi-iivii:NI i • --• •--••---••-••--•■A..--••.-..-•-•• ..,.,....,,._,,'\ft A a ■,,,. AS5UttANlit:::S -NUN l;UN~ I MV\.i I IUl'<I r-nv~nl-\lYl.:J The CONTRACTOR certifies that with regard to: 1. 2. DEBARMENT AND SUSPENSJON -To the best of its knowledge and belief that it and its principels: (a} are ·not presently debarred, suspended, proposed tor debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal Department or agericy; (bl have not within a 3-year period preceding this proposal been convicted of or had a civi! Judgment rendered against them for commi!lsion of fraud or a criminel offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or l,.,r. ... t1 •r"n"~,._+;,..,,.... r,r ,..,...,....,-y,,,,-,t unner -'"'U·'"'11" '!'r::inc:::2rt1·on· viol""tt'on of FedPra' c· s+ ... tp .'-.!_:C.: LC .. ~C!..·t.!'-'!! ~'! ':._d_J!!~!~"-•': . ··~ I t:i ~ .... ,,v Lt\d .~......... ! •• t.l ' • "' • ·: r..:..:~-- antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, mesking fel9e 9tetemente, or receiving stolen property; (cl are not presently indicted tor or otherwise criminally or civilly charged by a governmental entity (Federal, State! or local) with commission of any of the offenses enumerated in n:ar~nrs=anh ti\ lh\ nf +h;c:; ~Ar'fific";-'cil,-ln ' tGnd ,...-·-··-,...·· ,., ,-, -· -···---·-···---·-··· ---- (d) have net within e 3-yeer period preceding this application/proposal had one or more public transactions {Feden1i, State, or local) terminated for cause of default. LOBBYING -To the best of his or her knowledge and belief, that: (■) no Federal appropriated funds have been paid or will be paid, by or on bahalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any ngency, a Member of Congress1 an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative l!lgreement, end the extemllon, contlnuetfon, reneweil, emendment, or modification of any Federal contract, grant, loan, or cooperative agreement; (b) if any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the Fede.rel contract, grant, loan, or cooperative agreement, the undersigned shall complete tmd submit Standard Form-LLL, uoisclosure Form to Report I l"lhh\1inf'I" in ::i1:r.mrl::in1:;; with its instructions. ----,·••ct ... ----·--··--···-·· ··-............ _. -· 1 of 2 03/01 /2000 919-715-058 4 F11•.r·r H•,:u:-_ 1 ,.., .1.0 3. DBUG-EBt;t: WORKPLACE REOUl8Etv1ENTS -It vviU comply by: Mill 4, 6. (a) publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that wi!! be taken against employees f or vio!atio n of . -t_ ---L : L :..1.. ~ ..... -, sucn f.JIUIIIUlllVII, (bl eatebll,hing e drug-fres .wareness prowram to inform ~mplovees about - ( 1 i. (2) (;j) (4} the dangers of drug ebuse in the workplace; the grantee· s poticy of maintaining a drug-free workplace; •o • • I ·• I ,. ........ ~ •. ---..1 ----•-• .. -----=-•------------• any ava11ac1e arug coun~e11ng, renao11n:1:n1or1, 0111.1 ~r11JJ1uy1:::1::: 1:1::,;::,1::.L1:2111,;c 1-11u1::pa,11;,, and the penalties that may be imposed upon employees for drug abuse vioiations occuriing in the v11orkplace; (c) -making it a requirement that each employee to be engeged in the performance of the grant be given a copy of the statement required by paragraph (al above; (d} notifying the employee in the statement required by paragraph (a) above, that as a condition of employment under the grant, the employee will - ( 1) abide by the terms of the statement; and (2) notify the employer of any crimir'11;11 drug statute conviction for a violation occurring in the workp!ace no later than five days after such conviction; Ii:.\ nnti-fvin("l 'thA AaAncv within ten davs after receivina notice under subcaraarach id i (2i ·•--··1···..,-··--·...,---1 I -, -• above, from .n 4iilmploy4iil4iil or otherwise receivinQ actual notice cf such conviction; (fl taking one of the following actions w ithin 30 days of receiving notice under subparagraph (d l (2) above, w ith respect to any emptoyee who is so convicted - (1 ) taking appropriate personnel action against such an employee, up to and including terminetion; or I') I \L-j requiring such emp!oyee to participate ~stisfac:torUy in a drug _abuse ass fs~ance c: rehabilitation program approved for such purposes by a Federal, State, or iocal health, law enforcement, or other appropriate agency; (g) making a good faith effort to continue to maintain a drug-free_ workplace through implementation of paragraphs (a), (b), (c), (d), (e), and (f}, above.' Will comply with the provisions of the Hatch Act which limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. Wil! ~l"l~nlv. ::i~ ::innli~::ihlA. with th1-1 nrovi~inn~ nf thA n::ivii::-R.~r.nn Ar.t. thA r.nnP.l~nri A~t. and the Contr;ct W~ri-H;c~~-;~d ·s~f ~-ty-·Stand~rds_ A_ct ~~g-~rdl~g-lab;~ S-t~~d~rd~ -fo-r -fed;~~lly -~s.si.st~d- construction subagreements. 'tv'H! comply with all applicab!e requ irements of an ether federal !avvs,· executive orders, regu lations __ _, __ ,:_: __ --· ~---=--.1..:--... --·--a,,u JJUll\.,n:;;:, ~VVQ:1411~1~ li.lU..,J ...,,v~tc:111,. 2 of 2 !!!!f!l/a~~ -=•u Providing creative environmental solutions Environmental, Inc. December 1, 1998 Mr. Mike Kelly Deputy Director, Division of Waste Management North Carolina Department of Environment and Natural Resources 401 Oberlin Road, Suite 150 Raleigh, NC 27605 SUBJECT: Warren County PCB Landfill Dear Mike: As a result of your request, ETG Environmental, Inc. (ETG) is enclosing a copy of our contract with ICF Kaiser Engineers, Inc. (ICF) in which ETG is performing hazwaste remediation (thermal desorption) of over 145,000 tons of material at the Southern Maryland Wood Treatment Site in Hollywood, Md. The work is being performed for USEPA-Region 3 as part of the Superfund program. ETG has also enclosed as an attachment samples of how the contract for Phase III of the Warren County detoxification could be structured. The State of North Carolina could extend ETG's Phase I and II contract by issuing a contract in the form as described above. The sample attachment would be an example of a delivery order to begin the Phase III final design work. Additional delivery orders could be executed upon the allocation of additional funding. ETG is aware of the requirement for competitive bidding for projects of this magnitude in North Carolina. ETG can manage the project for the State and competitively bid major subcontracts associated with the detoxification. For example, analytical work could be competitively bid, field excavation work could be bid, etc. This is how ETG is managing the Southern Md. site for ICF/USEPA. Major subcontracts can be bid in accordance with State guidelines and subject to the approval of the State. This approach will give the state a single source for management responsibility of the project while maintaining a competitive process to ensure project execution at the lowest possible cost. ETG and our team partners (i.e. Pat Barnes) can maintain auditable records to document that contract performance is in compliance with State standards. If this approach is acceptable, ETG can begin preparation of scope of work documents and the associated Appendices to begin Phase IIIA, the final design activities. 16 Hagerty Boulevard, West Chester, PA 19382-7594 • (610) 918-11 00 • Fax (61 0) 431 -9 140 M. Kelly p.2 12/1/98 As previously discussed, it would be ETG's intent to utilize BFA Environmental, Inc. as the lead design firm during this Phase. Pat Barnes and associates would also be the lead for any community outreach activities required during this Phase. · Please call me with any questions you might have regarding this submittal. The outlined approach is standard operating procedure for federal acquisition at government funded projects. We at ETG stand ready to meet with you in Raleigh at your convenience to further discuss the project. Very truly yours, G. Steven Detwiler Vice President, Business Development Environmental, Inc. DELIVERY ORDER CONTRACT NO. XXXXX DELIVERY ORDER NO. YY This delivery order is made this __ day of___ between Contractor and the State of North Carolina and is hereby incorporated into the Agreement No. __ between the parties dated ____ _ Type of Delivery Order: Cost reimbursable plus incentive fee 1. SCOPE OF SERVICES A scope of work document will be developed for each task to be completed under the contract, and will be included as set forth in Appendix_ attached hereto and made a part of this delivery order. 2. SCHEDULE A schedule for execution of the delivery order will be completed. 3. PAYMENT TERMS The delivery order is being awarded on a cost reimbursable plus incentive fee basis. This delivery order will incorporate a not to exceed provision whereby all costs over the stated maximum will be absorbed by the contractor. Actual costs for execution of the delivery order which are under the stated maximum will be shared equally between the contractor and the State of North Carolina. The maximum costs and cost reimbursement and fee schedule for the contractor are set forth in Appendix _ attached hereto and made a part of this delivery order. 4. SPECIAL PROVISIONS Incorporated as required. (to be developed) Appendix A Scope of Work Appendix B Payment Terms -Cost Reimbursable Plus Incentive Fee Total Maximum Cost for Phase III Detoxification for the Scope of Work Described in Appendix A: $24,000,000. Project will be funded under a phased-funding mechanism. Phase IIIA would be $2MM as an example. The total maximum would be for the total of all phases. There would be no incentive payout for any phases until the final phase. The total maximuim may differ from the Phase II report due to escalation from the time the Phase II report was issued. Dollar expenditures in excess of the Total Maximum for the Scope of Work described in Appendix A will be absorbed by the Contractor. Incentive Fee: Dollar expenditures below the Total Maximum Cost will be shared equally between the Contractor and the State of North Carolina. Example: If total costs for the Scope of Work described are $23,000,000, the Contractor would receive a fee of $500,000 as an incentive fee payment. Contractor Cost Reimbursement will be as follows: Contractor will submit monthly invoices for work performed under this delivery order. Costs will be submitted for two categories, direct labor for Contractor personnel and other direct costs which will include all other cost items. Contractor will multiply direct labor costs by the actual company fringe rate and overhead rate to reach the subtotal labor costs. Other direct costs will be added to this subtotal and will be multiplied by the company G&A rate and fee rate to obtain the final billing for the period. An example is shown on the next page for illustration. The components of the fringe, overhead, and G&A multipliers are also attached for reference. It is anticipated that invoices would be submitted monthly. In addition, invoices for major purchases or subcontracts may be submitted periodically in addition and separate from the regular monthly invoice. SAMPLE COST REIMBURSABLE INVOICE BUILDUP Direct Labor $ 100,000 Fringe (31 %) 31,000 131,000 Overhead (58%) 131,000 x .58 = 75,980 75,980 Subtotal Labor with Fringe & Overhead 206,980 Other Direct Costs (ODCs) 200,000 Subtotal Labor & ODCs 406,980 G&A(9%) 406,980 X .09 = 36,628 36,628 Total Cost 443,608 Fee (10%) 443,608 x .10 = 44,361 44,361 TOTAL INVOICE $ 487,969 SAMPLE INDIRECT EXPENSE POOLS FRINGE COMPONENTS: Vacation, sick leave, holiday expense, other leave, employer FICA, federal unempl., state unempl., employer 401k, bonus, group insurance, workers comp. insur., education expense, other benefits OVERHEAD COMPONENTS: Postage/freight, telephone, travel, meals, insurance, other taxes, licenses/permits, lab expense, depreciation, maintenance materials, training, facility rental, sales office rental, bank charges, dues/subscriptions, temporary employees, consultants, legal expense, patent amortization, sales and marketing G & A COMPONENTS: Company officers, office expense, corporate postage, corporate telephone, corporate bank charges, corporate travel, corporate meetings/seminars, corporate dues/subscriptions, corporate insurance, consultants, audit fees, director fees, bid and proposal labor and expenses, human resources, research and development PART I -THE SCHEDULE SECTION 1 SUBCONTRACT AGREEMENT NO. 66700-SC-005 This Subcontract Agreement dated this 3rd day of June , 1996 is between ICF Kaiser Engineers. Inc. ("Contractor"), located at 9300 Lee Highway Fairfax, Va and ETG Environmenta, Inc. ("Subcontractor"), located at 660 Sentry Parkway, Blue Bell, Pennsylvania 1YPE OF AGREEMENT: Indefinite Delivery/Indefinite Quantity Delivery Order WHEREAS, Subcontractor offers unique services and desires to provide Contractor with such services; and WHEREAS, Contractor has entered into Contract ("Agreement") with the United States Army Corps of Engineers, Baltimore District ("USACE") under the Total Environmental Restoration Contract Approach (TERC) for the remediation of HTRW projects and sites. The geographical territory for the TERC will include the North Atlantic Division boundaries which include the District of Columbia, New York, Pennsylvania, New Jersey, Delaware, Maryland, Virginia, and West Virginia. NOW, THEREFORE, in consideration of the mutual covenants and promises contained herein, the parties hereto agree as follows: I. Subcontractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified in the documents which comprise this Subcontract as set forth below for the consideration state therein. The rights and obligations of the parties to this Subcontract shall be subject to and governed by said documents. II. The Subcontract shall consist of the following documents: SECTION 1 2 3 4 5 6 teambtc.sub June I, 1996 TITLE PART 1 -THE SCHEDULE Subcontract Agreement Supplies or Services; Prices/Costs; and Special Subcontract Requirements Description/Specs/Work Statement PART II -SUBCONTRACT CLAUSES Subcontract General Conditions Subcontract Special Conditions PART III-ATTACHMENTS List of Attachments PART IV -REPRESENTATIONS AND CERTIFICATIONS 7 Representations and Certifications ENTIRE AGREEMENT Both parties acknowledge that they have read this Suhcontract. understand it. and agree to he hound hy its terms and t"urther agree that it is the entire agreement hetween parties hereto which supersedes all prior agreements. written or oral, relating to the subject matter hereof. No modification or waiver of any provision shall he hinding unless in a writing signed by the party against whom such modification or waiver is sought to he enforced. IN WITNESS WHEREOF. Contractor and Suhcontractor have caused this Suhcontract to he executed hv their duh authorized representatives as of the date first wrillen ahove. D.W. Hickman Name (Typed or Printed) Senior Contracts Manager Title Date tcombtc.sub December 22. 199S -/ . . ,/ Si~nature /f.J . ~/1t:J£/t/. Name (Typed or Printed) /;/t->f/L)&,;V/tl c r-c) /✓ Title r;.df/4 / Date 2 PART I -THE SCHEDULE SECTION 2 SUPPLIES OR SERVICES: PRICES/COSTS: and SPECIAL SUBCONTRACT REQUIREMENTS SUPPLIES OR SERVICES: 1.1 GENERAL Contractor requires engineering support and services and remediation effort to perform major environmental restoration projects under the Total Environmental Restoration Contract Approach for the U.S. Army Corps of Engineers, Baltimore District (hereinafter "Corps"). 1.2 PERIOD OF PERFORMANCE: The period of performance will be approximately four base years commencing on the date of this agreement and ending on August 24, 1999. Each year will end on August 24. Contractor shall have the option of extending the subcontract for up to two (2) three (3) year periods. Deliveries or performance dates/schedules will be established by the contractor in each Delivery Order. 1.3 OPTION TO EXTEND THE TERM OF THE SUBCONTRACT: The Contractor may extend the term of this s~•bcontract by written notice to the Subcontractor within 15 days prior to expiration of the Subcontract; provided that the Contractor shall give the Subcontractor a preliminary written notice of its intent to extend at least 45 days before the Subcontract expires. The preliminary notice does not commit the contractor to an extension. If the Contractor exercises this option, the extended Subcontract shall be considered to include this option provision. The total duration of this Subcontract, including the exercise of any options under this clause, shall not exceed ten (10) years. PRICES/COSTS: 2.1 DELIVERY ORDERS: Delivery Orders may be awarded as Cost-Reimbursement, Fixed-Price, or Fixed Unit Price/Time & Materials as appropriate. However, no Delivery Order shall include work performed under more than one type of pricing arrangement. Cost-Reimbursement delivery orders will only be awarded if the Subcontractor's accounting system is determined adequate under applicable regulations. 2.2 PRICING: Specific tasks and cost information for work to be performed under this subcontract will be included in each Delivery Order. Certain cost data and information will be required with each Delivery Order proposal. 2.3 TOTAL AMOUNT OF SUBCONTRACT: The total amount of this subcontract is estimated at $12,000,000.00 1eam1>1c.sub December 22. 1m 2.4 LIMITATION OF PRICE AND SUBCONTRACTOR OBLIGATIONS: The funds currently available for performance under this suhwntract are $15.0110.00 The amount of funds available at award is not considered sufficient for· the pertormanct· required for any program year other than the first program year. When additional lunJs arl' available for the full requirements of the next succeeding program year. the Contractor shall. not later than the date specified in this Schedule (unless otherwise agreed to hy the parties), so notify the subcontractor in writing. The Contractor shall also modify the amount of funds described in this Schedule as available for Subcontract performance. This procedure shall apply to any successive program years. The Contractor is not obligated to the Subcontractor for any amount over that descrihed in the Schedule as available for Subcontract performance. The Subcontractor is not obligated to incur costs for the performance required for any program year after the first unless and until written notification is received from the Contractor of an increase in availability of funds. If so notified, the Subcontractor's obligation shall increase only to the extent Subcontract performance is required for the additional program year for which funds are made available. If this Subcontract is terminated under the "Termination" clause, "total contract price" in that clause shall mean the amount available for performance of this Subcontract. as in the first paragraph above, plus the amount established as the cancellation ceiling. "Work under the Subcontract" in that clause means the work under program year requirements for which funds have been made available. If the Subcontract is terminated for default, the Contractor's rights under this Subcontract shall apply to the entire multiyear requirements. Notification to the Subcontractor of an increase or decrease in the funds available for performance of this Subcontract under another clause (e.g., an "Option" or "Changes" clause) shall not constitute the notification contemplated by the first paragraph of this clause. 2.5 INVOICES: Invoices shall be submitted in triplicate no more often than one ( 1) time every thirty (30) calendar days or upon the completion of each Delivery Order. The Subcontractor will he paid in accordance with the terms of this Subcontract and the specific Delivery Order. The transmittal envelope shall clearly identify the Subcontract and Delivery Order numher and state "Invoice Enclosed". Invoices shall be addressed to: ICF Kaiser Engineers, Inc. Baltimore TERC Project Office 9300 Lee Highway Fairfax, Virginia 22031-1207 3 SPECIAL SUBCONTRACT REQUIREMENTS: 3.1 INDEFINITE QUANTI1Y SUBCONTRACT: 1camb1c.sub December 22. 1'1115 This is an Indefinite-Quantity subcontract for engineering support and services and remediation of hazardous waste sites. Delivery or performance shall be made only when bilateral orders are issued in accordance with the Ordering clause. Except for any limitations on quantities in the Delivery Order Limitations clause or in this Schedule, there is no limit on the number of orders that may be issued. The Contractor may issue orders requiring delivery to multiple destinations or performance at multiple locations. Any Delivery Order issued during the effective period of this Subcontract and not completed within that period shall be completed by the Subcontracror within the time specified in the order. 3.2 ORDERING PROCEDURES: As requirements of the Government are determined. the Contractor will notify the Subcontractor of an existing requirement through the issuance of a Request for Proposal letter. Subcontractor's proposal shall provide a detailed breakdown of all items and associated costs anticipated during the execution of the Delivery Order. The proposal shall he divided into Direct Cost (furnish a detailed breakdown on man-hour basis), Overhead on direct costs. General and Administrative Expense. Material Costs (furnished in detail) and Travel. When the proposal includes cost reimbursement estimated costs for procurement of materials. equipment. subcontracts or storage/treatment/disposal facilities, the Suhcontractor shall provide at least three quotes showing sources contacted as well as prices and conditions quo1ed. Based on the Subcontractor's proposal, or if competitively bid based on all proposals received. the Contractor will select. negotiate and request the Government's consent to award a Delivery Order to recommended Subcontractor. The awarded Delivery Order, issued by the Contractor, will include the following information as a minimum: date of Delivery Order; subcontract and Delivery Order number; price/estimated cost and fee; terms of payment; delivery or performance requirements; and, scope of work. Both parties will execute the Delivery Order. The Contractor may at any time, prior to award of the Delivery Order. determine that is not in the best interest of the Government or the Contractor to issue said order to the Subcontractor or to any offeror. No liability will accrue to the Government or Contractor without issuance of a delivery order, except as otherwise provided in this Subcontract. 3.3 ORDERING: Any supplies or services to be furnished under this Subcontract shall be ordered hy issuance of Delivery Orders issued in writing by the Delivery Order Project Manager who will he identified in writing by the Contractor's Program Manager. Delivery Orders less than $25,0llll may be issued orally by the designated Delivery Order Project Manager with written verification transmitted by the Subcontractor within one working day. Such orders may he issued from time of basic subcontract award through completion of subcontract performance. All Delivery Orders are subject to the terms and conditions of this Subcontract. In the event of conflict between a Delivery Order and this Subcontract, the Subcontract shall control. If mailed, a Delivery Order is considered "issued" when the Contractor deposits the order in the mail. Orders may be issued by facsimile. 3.4 NOTICE: reambtc.sub December 2Z. 1995 Any notice given by either party shall be in writing and shall be deemed given, five (5) calendar days after deposit with the United States Postal Service, postage prepaid, certified return receipt requested, or upon actual delivery to the other party at the following addresses: To Contractor: To Subcontractor: !CF Kaiser Engineers, Inc. 9300 Lee Highway ETG Environmental, Inc. 660 Sentry Parkway Fairfax, VA 22031-1207 Blue Bell, Pennsylvania 19422 Attention: Charles Debelius. Program Manager 703-934-3 BO 703-934-3315 Attention: RoN ALD J. BACSJi:;,.::,.z: Phone: Facsimile: Program Manager Phone: 610\832-0700 Facsimile: 610\828-6976 3.5 CHANGES: Contractor may at any time and without notice to sureties, if any, issue wri11en directions re- quiring additional work within the general scope of this Subcontract, or any amendment thereto, or directing the omission of or variation in work covered by this Subcontract. Whether made pursuant to this clause or by mutual agreement, changes shall not he binding upon Contractor until agreed to in writing. The issuance of information. advice. approv.als. or instructions by Contractor's technical personnel or other representatives shall he deemed expressions of personal opinions only and shall not affect Contractor's and Subcontractor's rights and obligations hereunder unless the same is in writing and expressly states that it constitutes a modification or change to this Subcontract. 3.6 FIP RESOURCES: It is anticipated that Federal Information Processing (FIP) resources will be acquired and/or used by the subcontractor in future Delivery Orders resulting from this solicitation. The FIP resources may consist of, but not be limited to, such items as data collection and analysis, computer processing, electronic communications, multiple forms of electronic transmission, computerized control systems, software and hardware development, management information systems, and electronic scheduling systems. · 3.7 PROPERTY: Property having a value of greater than $100.00 shall be controlled, managed and tracked in accordance with Contractor's Property Control System (PCS) revised March 1995. The Project Manager identified for each Delivery Order shall be responsible for implementation and reporting in accordance with the PCS to the Program Manager or designee. Contractor's PCS is attached in Section 6 of this Subcontract. 3.8 PROJECT CONTROLS: Subcontractor hereby understands that a Project Controls System exists on the project which integrates the activities of cost, scheduling, and progress monitoring. Further, that either the manually produced or computer generated controls system utilized by the successful Subcontractor shall be informationally compatible with the Contractor's Project Controls System of ARTEMIS (KEMS) for cost and Primavera for scheduling. Requirements for reporting on the activities of cost, scheduling, and progress monitoring by Subcontractor to Contractor will be specified in each Delivery Order. Contractor shall furnish training and access to Contractor's Project Controls System of ARTEMIS (KEMS) for cost and Primavera for scheduling. 3.9 DISCLOSURE OF INFORMATION: tc:imt>tc.sub December 22 1995 The Subcontractor shall not release to anyone outside the Subcontractor's organization any information pertaining to any part of this Subcontract or any program related to this Subcontract unless prior written approval is obtained by the Contractor or the information is otherwise in the public domain before the date of release. Requests for release should ht.· submitted at least 50 days prior to the proposed date of release. 3.10 WAGE DETERMINATION: The U.S. Department of Labor Wage Determination applicable IO this Suhrnntract is auached. 3.11 REQUIRED INSURANCE: Pursuant to the subcontract clause entitled. Insurance -Liability to Third Persons. the Subcontractor shall procure and maintain during the entire period of their performance under the suhcontract the following minimum insurance: TYPE OF INSURANCE AMOUNT Comprehensive General Liability, Bodily Injury, or $500,000/occurrence. Death Motor Vehicle Liability (for each motor vehicle): $200,000/person Bodily Injury or Death $500.000/occurrence Property Damage: $ 20.000/occurrence 1--- Workers' Compensation and Employer's Liability1 $100.000/person Workers' Compensation and Employer's Liability: Subcontractors are required to comply with the applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes. they shall he covered under the employer's liability section of the insurance policy, except when subcon_tract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall he required, except in States with exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers. Prior to the commencement of work hereunder, the Suhcon1ractor shall furnish to the contractor a certificate of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that the interests of the Contractor and the Government in such insurance shall not be effective for such period as may be prescribed by the laws of the State in which this Subcontract is to be performed and in no event less than thirty (30) days after written notice thereof to the Contractor. Subcontractor shall furnish updated certifcicates of insurance if there is any change in coverages, limits, terms, or insurers. Subcontractor shall include the substance of this clause in all lower tier subcontracts. 3.12 INDEMNIFICATION Subcontractor shall indemnify Contractor and the Government for loss, damage, cost expense, claims, cause of action suits, proceedings. etc., arising out of Subcontractor's performance of the work under this Subcontract. 3.13 IDENTIFICATION OF ON-SITE EMPLOYEES: tc:amh1c.1ub December 21. 19QS The Subcontractor shall furnish to each employee and require each employee engaged in work at the site to display such identification as may be approved and directed by the USACE's Contracting Officer. All prescribed identification shall immediately be delivered to the contracting Officer, for cancellation upon release of any employees. When the subcontract involves work in restricted security areas, only employees who are U.S. citizens will be permitted to enter. Proof of U.S. citizenship is required prior to_ entry. When required hy the Contracting Officer. the Suhcontractor shall obtam and submit fmgerprmts of all persons employed or to be employed on the project. 3.14 SECURITY, STAGING AND WORK AREAS: Access into all secure areas and establishment of the Subcontractor's staging and designated work areas. shall he coordinated through the Contracting Officer's Representative. The Subcontractor shall be responsible to secure their own work site area. The Subcontractor shall comply with the security regulations imposed by the Installation Commander and/or the agency occupying the space where work is to be performed and shall arrange for any necessary security clearance. 3.15 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE: Allowahle Cost. Allowable cost for construction plant and equipment in sound workable condition owned or controlled and furnished by a subcontractor at any tier shall he based on actual cost data for each piece of equipment or groups of similar serial and series for which the Contractor can determine both ownership and operating costs from the Suhcontractor's accounting records. When both ownership and operating costs cannot be determined for any piece of equipment or groups of similar serial or series equipment from the Suhcontractor's accounting records, costs for that equipment shall be based upon the applicahle provisions of EP 1110-1-8," Construction Equipment Ownership and Operating Expenses Schedule", Region II and III. Working conditions shall be considered to be average for determining equipment rates using the schedule unless specified otherwise by the Contractor. For equipment not included in the schedule, rates for compc?rable pieces of equipment may be used or a rate may be developed using the formula provided i;:, the schedule. For forward pricing. the schedule in effect at the time of negotiations shall apply. For retrospective pricing, the schedule in effect at the time the work was performed shall apply. Equipment Rental Costs. Equipment rental costs are allowable, subject to the provisions of FAR 31. "Cost or Pricing Data". When actual equipment costs are proposed and the total amount of the pricing action is over $25,000, cost or pricing data shall be submitted on Standard Form 1411, "Contract Pricing Proposal Cover Sheet". By submitting cost or pricing data, the Subcontractor grants to the Contractor or an authorized representative the right to examine those books, records, documents, and other supporting data that will permit evaluation of the proposed equipment costs. After price agreement, the Subcontractor shall certify that the equipment costs or pricing data submitted are accurate, complete and current. 3.16 AS-BUILT DRAWINGS: If required in the Delivery Order, the Subcontractor shall maintain two separate sets of redlined full scale, as-built construction drawings marked-up to fully indicate as-built conditions. These drawings shall be maintained in a current condition at all times until completion of the work and shall be available for review by Contractor and Government personnel at all times. The location, general description, approximate depth below finished grade of all underground utilities encountered, and all variations from the contract drawings, for whatever reason, including those occasioned by optional materials and the required coordination between trades. shall be indicated. these variations shall he shown in the same general detail utilized in the initial contract drawings. Both sets of as-built construction drawings shall be shown as a separate activity on the Subcontractor prepared progress bar chart or network analysis system, whichever is applicable. 3.17 CONTRACTOR FURNISHED EQUIPMENT AND MATERIAL DATA: te,mbtc.sub December 22. 1995 At or hefore 40 days prior to final inspection and acceptance of the work. the Suhrnntra<.:tor shall submit the following data: • Equipment Lists. An itemized equipment list showing unit retail value and nameplate data including serial numher. model numher. size manufacturer. etc .. for all Suhcontracror furnished items. Guarantees. A list of all equipment items which are specified tn he guaranteed shall be included in each individual delivery order. 3.18 PROJECT SIGN: When specified in a delivery order a project sign shall be posted at the entran<.:e 10 the proje<.:t sites. 3.19 INDEMNIFICATION: Indemnification will not be provided on Department of Defense projects. Indemnification may be provided by the Government for work performed for the Environmental Protection Agenq· and the Department of Energy pending final decision on policy. Approvals to· grant indemnification are given on a project-specific basis and are not assured. The srnpe of indemnification that may be provided is limited by CERCLA 119. It is the Contractor's intent to make available to Subcontractor. if possible any indemnification made available by the Government to the Contractor. Contractor will not give any independent indemnity to Subcontractor. 3.20 FINAL INSPECTION AND ACCEPTANCE Acceptance of supplies and/or services is the responsibility of the Government's Contracting Officer or duly authorized representative (COR). Unless otherwise specified. final inspection and acceptance of supplies and/or services called for hereunder will he made at destination. 3.21 RELEASE: 1eamb1c.sub December :?:!. 19'15 Upon completion of each Delivery Order and at the completion of all work Suhcontractor shall execute a contractor's release. l. GENERAL PART I -THE SCHEDULE SECTION 3 DESCRIPTION/SPECS/WORK STATEMENT INDEX 2. REQUIREMENTS FOR REMEDIATION SERVICES 3. WORK PLAN (WP) 4. CONTRACTOR PERSONNEL AND QUALIFICATIONS 5. CONTRACTOR QUALITY CONTROL (QC) 6. CHEMICAL QUALITY CONTROL 7. ENVIRONMENTAL REQUIREMENTS 8. ENVIRONMENTAL PROTECTION ..,cJ,e:im December ll. I Q9S I. GENERAL. This Total Environmental Restoration Contract (TERC) is for remediation of various hazardous waste sites. It also includes. hut is not limited to. site definition. studies. remedial investigations. feasibility studies. decision documents. designs. interim actions. remedial actions. short-term operation and maintenance. and any other actions incident to site remediation at Hazardous. Toxil. and Radioactive Waste (HTRW) sites. Said contract requires the Contractor to furnish and transport all plant. labor. materials and equipment and to perform all work necessary to complete multiple Delivery Orders simultaneously at confirmed or suspected hazardous and radioactive waste sites. The U.S. Army Corps of Engineers (USACE) will prepare the statement of work for each Delivery Order. However. the Contractor may be required to provide input to support the planning, scheduling, and formulation of the USACE's statement of work. The Contractor's success will depend upon his ability to interact with the USACE to develop plans within regulations and execute those plans in an efficient and expeditious manner. The Subcontractor shall provide personnel with current training as required by the Occupational Safety and Health Administration (OSHA). The Subcontractor shall provide all support activities, descrihed herein or in individual Delivery Orders, necessary to ensure the safe and effective accomplishment of project criteria within specified completion times. HTRW sites may be located anywhere within the boundaries of the North Atlantic Division (NY. NJ, PA, MD, DE, WV, VA. and the District of Columbia). The sites may be: (1) currently owned or controlled by the Federal Government, either military or civilian agencies, (2) Formerly Used Defense Sites (FUDS) at which an agent.-y of the Federal Government is determined to be a Generator or a Potentially Responsible Party (PRP). or (3) Other sites where the USACE is otherwise authorized to respond. Subcontnc_tor shall be appropriately licensed in all states where work is to be performed. 2. REQUIREMENTS FOR REMEDIATION SERVICES. The Contractor will receive from the USACE any back-up data that is available from prior investigations. designs, or remedial actions. such as: preliminary assessment. site investigation. remedial investigation, risk assessment, feasibility study. decision documents, plans and specifications. and as-huilt drawings for an individual Delivery Order. Data received will be dependent on the current phase of work. 2.1 GENERAL. The express purpose of the TERC is the complete remediation of an HTRW site. In order to accomplish this, through Delivery Orders. the Subcontractor shall maintain a management staff and system that ensures flexibility, communication, and the diversity of personnel necessary to successfully execute complex, multi-faceted remediations. The Subcontractor shall: 2.1.1 maintain a staffing system that will promote retention of institutional knowledge and continuity throughout the remediation process. 2.1.2 maintain a communication program that will apprise key personnel executing various Delivery Orders of any significant findings that may impact ongoing or planned remedial activities. 2.1.3 initiate recommendations to the Contractor about any alternative methods of executing a remedial action that would result in improved economy, productivity, or quality, 2.1.4 immediately notify the Contractor of any conditions encountered during ti1e execution of a Delivery Order that may impact the remediation process and provide potential solutions. 2.2 REMEDIAL ACTION. The requirements related to remedial action will de described in individual Delivery Orders. The Subcontractor shall perform all necessary actions to address specific requirements of the Delivery Order. Remedial actions include, but are not limited to containment, secJte.im December 22. I QQS 2 removal. treatment (on-site and off-site), transportation and disposal. The entire spectrum of contaminants may be involved including hazardous, toxic. radioactive, petroleum-based. and explosive constituents or any combination thereof. Ordnance and chemical warfare agents may also be encountered. hut may be remediated by others. These contaminants may occur in various environments including soils. sludges, liquids, air, water, debris, structures. and various containers. The Subcontractor shall provide services to test for breakdown products of ordnance explosive waste and chemical warfare agents. In general, destructive treatments will have preference over containment or transfer type treatments. and processes shall minimize production of residual product. Innovative treatment processes shall he considered and implemented when the innovative treatment technologies offer the potential for comparable or superior performance or economy compared to demonstrated treatment technologies. 2.2.1 TYPES OF REMEDIAL ACTIVITIES. A wide variety of potential remedial activities could be expected in this Subcontract. A number of these possible activities are included below; however, this list is not intended to be exhaustive. New or emerging technologies. as they become available or applicable, may also be utilized during the term of this contract. 2.2.1.1 2.2.1.2 2.2.1.3 '.L.2.1.4 2.2.1.5 2.2.1.6 2.2.1.7 2.2.1.8 2.2.1.9 2.2.1.10 2.2.1.11 2.2.1.12 2.2.1.13 2.2.1.14 2.2.1.15 2.2.1.16 slurry walls/subsurface barriers landfill closure soil/sludge; stabilization/solidification water treatment vitrification soil vapor extraction excavation dredging underground storage tank removal/closure groundwater extraction/dewatering drum bulking bioremediation thermal destruction demolition debris removal ordnance services 2.2.2 OPERATION & MAINTENANCE (O&M). This may include the requirements for the Subcontractor to provide full and complete short-term O&M functions for a given facility, as well as training of non-subcontractor facility personnel for plant and equipment provided by the sec3teom December 22. 1995 3 Contracror during remediation and preparation of O&M manuals. Specific requirements for these service~ will be included in individual Delivery Orders. 2.2.2 REMEDIAL ACTION REPORT. The Subcontractor may he required to develop and maintain the information necessary to prepare and submit a remediation close-out report. Specifics of the report will he defined in individual Delivery Orders. 2.3 INVESTIGATIONS AND STUDIES. Specific requirements will he included in individual Delivery Orders. The appropriate plans and deliverables associated with each of these activities shall he prepared and submitted to the Contracting Officer for approval as required. 2.3.1 FIELD ACTIVITIES. The Subcontractor will be required to perform various field investigation activities. The field activities may include, but are not limited to the following: drilling for soil sampling, well installation, or instrumentation installations; vadose zone fluid/air flow measurement; aquifer testing; sampling and analysis of soil, sediment, ground water, surface water. hard surface, tank/drum contents, air and soil vapor; performing surface and borehole geophysics; excavation of test pits/trenches; and sampling and testing of geotechnical materials. Sampling and analysis for a wide variety of parameters may be required to determine physical, chemical, biological, and radiation properties. Subcontractor deliverables for investigations may include, but are not limited to permanent or temporary field installations (i.e., monitoring wells). reports, data bases, logs, maps, drawings, and sketches. Analysis and interpretation of data shall be performed as appropriate to accomplish the intent of the individual Delivery Order. Data from these activities may be required to be incorporated into geographical information systems (GIS). . . 2.3.2 SURVEYS AND MAPPING. Mapping services to be provided may consist of. but are not limited to. the following; topographic survey and horizontal/vertical control: orthomosaic and aerial photography (both new flights and historical photo searches; boundary surveys and land owner/property searches, monitoring/baseline surveys; utility location surveys, hydrographic surveys: and use of GIS. Survey and mapping deliverables shall be INTERGRAPH-compatible output. 2.3.3 STUDIES AND EVALUATIONS. Various types of studies and evaluations will be required to be conducted/performed under the contract. Examples of various studies and evaluations are as follows, although this is not intended to be an exhaustive list. sec.'te:im December Z2. 19'15 2.3.3.1 2.3.3.2 2.3.3.3 2.3.3.4 2.3.3.5 2.3.3.6 2.3.3.7 2.3.3.8 2.3.3.9 historical/ records search, interviews, etc. public health evaluation/ risk assessments environmental/ ecological assessments national environmental policy act evaluations wetlands determinations hydrological engineering studies modeling fate and transport analysis treatability/ compatibility studies (both bench and pilot treatability studies) 4 determination 2.3.3.1 U 2.3.3.11 2.3.3.12 hioassay/ toxicity studies identification of action levels/ cleanup levels federal, state, and local Jaws, regulations and guidance 2.4 Other. The Contractor may he required to provide all other incidental services. as stated in individual Delivery Orders, necessary for successful Remediation, such as Real Estate functions, (Rights- of-Entry, ownership searches, etc.), expert testimony, technical support during regulatory negotiations. and community and public relations. This is not intended to be all inclusive, but is for illustrative purposes only. 3. WORK PLAN (WP). The subcontractor mav be required to submit a Work Plan for a portion of the work. If required the following shall apply. The WP, which is written by the Suhcontractor describes the Subcontractor's detailed approach for the performance of this Delivery Order. The WP is based upon the Contractor's statement of work, which is a general description of work that the Subcontractor is required to perform. The WP describes the activities that will be performed in the field or office by the Subcontractor as outlined in individual Delivery Orders. 3.1 Contents. The WP shall contain/address but not be limited to the following: 3.1.1 a schedule that presents the length of the individual tasks within the statement of work, interrelationship between tasks and other key milestones; if Critical Path Analysis is required, the Contractor will direc; the requirements of the analysis. 3.1.2 permits, licenses, and certificates, identification number, and location of the disposal facility, if necessary; 3.1.3 key personnel to be used on the project and their responsibilities: 3.1.4 a site description and contaminant characterization; 3.1.5 site control measures; 3.1.6 logs, reports, and recordkeeping to be utilized; 3.1.7 studies, investigations, and designs and deliverables that will he performed by the Subcontractor under the Delivery Order; and, 3.1.8 data quality ohjectives 3.2 WP DEVELOPMENT. The development of a comprehensive WP will he a phased process. The draft WP is based on the contractor's statement of work for the Delivery Order. The draft WP will be submitted within 14 (or as otherwise directed) days of receipt of the Delivery Order within the time period identified in the individual Delivery Order. The WP will be reviewed by the Contractor and errors and omissions identified. A final WP shall be submitted by the contractor within fourteen (14) days of receipt of Contractor's comments or as specified in the Delivery Order. The final WP shall incorporate the Contractor's concerns, and provide all details required in Paragraph titled; "Work Plan (WP)". The plan will be reviewed and approved by the Contractor. scc3team December 22. 1995 5 :u WP ACCEPTANCE. Except as otherwise provided in individual Delivery Orders. approval of the WP is required pnor 10 start of field activities. No change in the approved plan shall he implemented without written concurrence of the Contractor. The Contractor reserves the right to require the Subcontractor to make changes in his WP and operations as necessary 10 obtain the quality specified. 4. SUBCONTRACTOR PERSONNEL AND QUALIFICATIONS. Qualifications of Subcontractor personnel will be specified on a Deliver Order Basis by the contractor. 5. CONTRACTOR QUALITY CONTROL (QC). 5.1 QUALITY CONTROL PLAN: Subcontractor shall comply with Contractor's approved Quality Control Plan. 5.2 NOTIFICATION OF NONCOMPLIANCE. The Contractor will notify the Subcontractor of any detected noncompliance with the foregoing requirements. The Subcontractor shall, after receipt of such notice, immediately take Corrective action. Such notice, when delivered to the Subcontractor at the site of work, shall be deemed sufficient for the purpose of notification. If the subcontractor fails or refuses to comply promptly, the Contractor may issue an order stopping all or pan of the work until satisfactory corrective action has been taken. No pan of the time lost due to such stop orders shall be made the subject of claim for extension of time or for excess costs or damages by the Contractor. 6. CHEMICAL QUALITY CONTROL. Chemical Quality Control requirements will be required for all chemical contamination investigation and remedial activities to ensure that the analytical data obtained is of sufficient quality to meet the intended 11sages. Within this document Quality Control (QC) refers to the tests and other activities performed by sut,~ontractors to assure compliance and quality of the work performed. Quality Assurance (QA) refers to activities performed by USACE personnel. In most cases the Subcontractor will be required to provide samples or to perform other activities to support the USACE's QA effort. Quality Management refers to the combined QC/QA effort. Additional QC requirements for Contractor Quality Control may be identified in individual Delivery Orders. In general _ the requirements will be as follows: 7. ENVIRONMENTAL REQUIREMENTS. 7.1 GENERAL. The Subcontractor shall be required to identify all appropriate laws, codes, regulations, and guidance and shall be required to perform all work in full compliance with applicable federal. state and local laws, codes, and regulations. The Subcontractor shall assure that all activities performed by his personnel, subcontractors and suppliers are executed as required by these laws and regulations. Any incident of noncompliance noted by the Subcontractor shall immediately be brought to the attention of the Contracting Officer hy written notice. Nothing in this subcontract shall relieve the subcontractor of his responsibility to comply with the laws and regulations. 7.2 PERMITS. The Subcontractor shall investigate the requirements for and obtain Environmental Permits, Licenses, and/or Certificates necessary to accomplish the work specified in individual Delivery Orders. When the work is to be performed at a Federal Facility, the required clearances, such as excavation, digging, or drilling permits, shall be obtained prior to initiation of site operations by the Subcontractor. 7.3 TRANSPORTATION AND DISPOSAL INSTRUCTIONS. The Subcontractor shall review all information provided and develop the necessary deliverables which contain the transportation and disposal criteria, procedures, and practices sufficient to protect personnel, the environment, and secJtc:im December 22. 19'15 6 po1en1ial off-site receptors from chemical. physical. and/or biological hazards. The Subcontracwr shall utilize the services of a Regulatory Specialisl experienced in hazardous waste manifesting and hazardous waste site operations. If the information that is available is insufficient to allow the Subcontractor to develop these documents, a description of all additional information required shall he prepared and submitted to the Contractor, prior to the commencement of work. 7.3.1 TRANSPORTATION, STORAGE. TREATMENT AND/OR DISPOSAL OF HAZARDOUS MATERIALS. The Subcontractor shall ensure the transportation, storage, treatment. and disposal of all hazardous materials complies with all federal, state, and local laws and regulations. The Subcontractor shall identify and perform any additional analyses necessary to ensure compliance with transportation, storage, treatment, and disposal requirements. Selection of the approved Treatment, Storage, or Disposal Facility (TSDF) shall be based upon cost-effectiveness, compliance status, regula1ory agenL)' input and Contractor approval. If the waste is sent for off-site storage or disposal, the Subcontractor shall provide to the Contractor at a minimum what is listed below. 7.3.1.1 TRANSPORTATION. Transportation to an approved TSDF shall comply with all appropriate DOT regulations. The Subcontractor shall judiciously coordinate the transportation · of waste so that transporters arrive on schedule. With each Delivery Order Proposal, the subcontractor shall provide the name, location, point-of-contact, EPA identification, verification that the transporter is a licensed Hazardous Waste Transporter in accordance with D.O.T. regulations. and Notice of Violation (N.O.V) status. 7.3.1.2 IDENTIFICATION OF THE DISPOSAL FACILITY. The Subcontractor shall characterize the waste stream to determine the most cost-effective TSDF Facility which is in compliance with federal, state, and local laws and regulations. A minimum of three qm,res will be submitted with each Proposal for treatment, storage or disposal of each waste stream. For each quote the Subcontractor shall provide the facility name, location, point of contact, telephone number, unit cost, total cost for treatment, storage or disposal, transportation, truces and disposal fees. Additionally, the Subcontractor shall provide in the Proposal a list of all TSDF facilities contacted, regardless if a quote was not received. The list shall state the facility name (s), location, point of contact, cost data, telephone number and reason quote was not received. Based on the information received during this process. the Contractor shall provide within the Cost Proposal the name, location, point-of-contact. identification. and N.O. V status of the selected disposal facility. 7.3.1.3 ANALYTICAL AND MANIFEST PACKAGE. The Subcontractor shall provide the analytical and the complete manifest package as required in Paragraph: "COMPLETED MANIFEST PACKAGE". 7.3.1.4 SHIPMENT TRACKING. The Subcontractor shall notify the Contractor if shipments to the TSDF are within the required time frames and provide all required reports if receipt has been delayed (i.e. discrepancy reports or exception reports. See Paragraphs titled: "DISCREPANCY REPORTS" and "EXCEPTION REPORTS" for details). 7.3.1.5 TRACKING OF HAZARDOUS AND/OR SOLID WASTES. Hazardous and/or solid wastes shall he removed from the site by the subcontractor and disposed of at a facility approved by the Contractor. The Subcontractor shall receive written acceptance from the TSDF prior to mobilization for Transportation and Disposal (T&D). The Subcontractor shall submit and utilize a tracking system acceptable to the Contractor. In instances where characteristic wastes are deactivated on site or at the TSDF and sent to a Subtitle D facility, the Subcontractor will follow appropriate notification and certification requirements under 40 CFR 268.9. This information shall be presented in the Final Report covering field activities. sec:3tc:lm December 22. 1995 7 7.:U.6 CERTIFICATION. An integral part of the certification procedure is proper identification of listed waste streams. The Suhcontractor is responsible for reviewing generator supplied site documentation and submitting as part of the manifest package the logic and/or telecopv relied upon in making the determination. If records or waste history are unavailable. the Suhcontractor shall interview the generator or any available past site workers present when the waste was disposed to ascertain the origin of the waste. If requested hy the Contractor, the Subcontractor shall draft. for generator signature. a letter to the TSDF certifying that the information listed is based on available historical data. 7.3.2 COMPLETE MANIFEST PACKAGE. The "Complete Manifest Package" consists of, at a minimum, all hazardous waste manifests, PCB manifests, hazardous material shipping papers, waste profile sheets, the land disposal restriction notification and certification forms. and all other supporting documentation. Supporting documentation shall include waste disposal history, all analytical results, Material Safety Data Sheets available, and any other information received in identifying the proper waste code. The Subcontractor shall also include as part of the supporting documentation, the specific type of inner and outer packaging, markings, labeling, and placards offered to the transporter. The Suhcontractor shall also comply with the requirements below. 7.3.2.1 PREPARATION. The Subcontractor shall have a single Regulatory Specialist review the complete manifest package and shipping documentation. The Regulatory Specialist shall certify as correct the Hazardous Waste Manifest, Waste Profile Sheets, and Land Disposal Restriction Notification and Certification forms and supporting documentation. Once the review is completed, the Subcontractor shall submit these documents to the Contractor for approval.. 7.3.2.2 SUBMITTAL. The Regulatory Specialist shall submit to the Contractor J! reproducible copy of the Complete Manifest Package for each particular waste stream. The Subcontractor shall hold the original "Complete Manifest Package" and make corrections based on Contractor approval (see Paragraph: "APPROVAL") prior to submittal to the generator's representative for signature. Submittals of the Complete Manifest Package shall be attached to RAPID FORM 4025. 7.3.2.3. APPROVAL. The Subcontractor shall not transport or ship any wastes prior to Contractor approval of the Complete Manifest Package. The Government and the Contractor will make every effort to conduct the approval process within five (5) working days after the Contractor receives the Complete Manifest Package. If the regulators are unavailable or extensive review of federal or state laws or regulations is required, the Contractor will notify the Subcontractor as soon as possible. After the review process is completed, the Contractor shall telecopy to the Subcontractor the completed RAPID FORM 4025. 7.3.2.4 DESIGNATION OF GENERATOR. The generator and signer of Hazardous Waste Manifests, Waste Profile Sheets and Land Disposal Restriction Notifications and Certifications shall be identified by the contractor as soon as possible. The contractor shall submit a fully executed and Complete Manifest Package, including final disposition information, covering all solid and hazardous waste disposal under this contract as an appendix in the Final Report covering the field activities. as well as the above information and quantities shipped. 7.3.2.5 TRANSPORTATION OF THE MANIFESTED WASTE. The Contractor's on-site personnel overseeing the Transporter prior to shipment of the hazardous waste shall certify that the packaging, marking, labeling, handling, and placarding of waste complies with federal, state, and local laws and regulations and it correlates with the waste classification and quantities designated on the manifest prior to the signature of the Transporter. The certification shall be submitted to the Contractor prior to transport and included as part of the Final Report. The Subcontractor's on-site person responsible for certification shall be trained as per D.O.T. Regulations. scc3t"1m December 22. 1995 8 7.3.2.6 GENERATOR ST A TUS. The Subcontractor shall determine the contrihution to the generator's status at the site. for work generated under a Delivery Order. hased on federal, state. and local laws and regulations. Generator status may include conditionally-exempted small quantity generator. small quantity generator. and generator. 7.3.3 TRANSPORTATION AND DISPOSAL REPORTING REQUIREMENTS. The reporting requirements stated below just pertain to the transportation and disposal of wastes as stated in this subsection. 7.3.3.1 HAZARDOUS WASTE MANIFEST ANNUAL AND/OR BIENNIAL REPORTING REQUIREMENTS. All information necessary to file the Annual and/or Biennial reports shall be prepared and submitted by the Subcontractor to the Contractor for each Delivery Order to meet all federal or state laws and regulations. as part of the Final Report. These report sections shall contain all the information necessary for the filing of the formal report in the form and format required hy the governing federal or state regulatory agency. A cover letter shall accompany the report to include the subcontract number; subcontractor name; USACE Delivery Order number and project name: location of project: report type; and date of submittal. 7.3.3.2 TABULA TED WASTE HANDLING INFORMATION. The Subcontractor shall list all waste materials going off-site including the description, quantity, destination, purpose, the hazardous waste classification, when the waste was manifested, samples taken. results, transportation plans, disposal facility, etc; if applicable. 7.3.3.3 ST A TE REPORTING REQUIREMENTS. The Subcontractor shall determi:ie the state reporting requirements (i.e. generator state and/or disposal state) and obtain current state reporting forms. A completed draft of all required forms, which applicable attachments, shall be submitted to the Contractor for approval prior to submission to the federal or state regulator. The state reporting forms shall also be included within the Final Report. 7.3.3.4 TRANSPORTATION AND DISPOSAL TRACKING FORM. The Subcontractor shall complete the Transportation and Disposal Tracking Form provided with the Delivery Order. This form allows the tracking of ~ T&D milestones throughout the performance of this Delivery Order. The form lists all waste materials going off-site. When tracking the waste, the Subcontractor shall identify the date that the transporter accepts the waste by their signature on the manifest. 7.3.3.5 DISCREPANCY REPORTS. Discrepancies due to differences between the quantities or types of hazardous waste designated on the manifest or shipping papers, and the quantity or type of hazardous waste a facility actually received shall be reported to the Contractor and rectified by the Subcontractor within 15 days after receiving the waste. This information shall be presented in the Final Report. 7.3.3.6 EXCEPTION REPORTS. The subcontractor shall verify if the generator or generator representative has received a copy of the signed manifest from the TSDF on or before the 35th day after transporter signature. If the generator or generator's representative has failed to received a signed copy of the manifest by the 44th day, the Subcontractor shall prepare a draft EPA exception report for Contractor approval. The Final exception report shall be submitted to the Contractor no later than day 45. This information shall also be presented in the Final Report. Prior to official submittal of Exception Report, a draft copy of the report shall be submitted to the Contractor for review. The Contractor will make every effort to conduct the approval process within five (5) working days after the Government receives the complete Exception Report from the Contractor. sec3te:un December 22. 1995 9 1.:u.1 TOXIC SUBSTANCE CONTROL ACT PCB REPORTING REQUIREMENTS. If specified in the Delivery Order. or in the event of discovery of equipment or containers, or any media including soil or water with regulated amounts of PCB contamination impacted hy the work in Delivery Order. the subcontractor shall: 7.3.3.7.1 notify the Contractor immediatelv and report the findings in writing as soon as possible; 7.3.3.7.2 complete and submit all necessary logs and reports in accordance with federal and state laws and regulations; 7.3.3.7.3 satisfy all manifest and reporting requirements as specified in Paragraphs "COMPLETE MANIFEST PACKAGE and "REPORTING REQUIREMENTS" ahove, and as otherwise applicahle to the PCB containing material; 7.3.3.7.4 arrange for the proper disposal of the waste: and when disposal is completed, certify that the PCB contaminated material was disposed properly in accordance with all federal, state, and local laws and regulations; and 7.3.3.7.5 report all information concerning the incident, and include copies of all related documents in the Final Report. 7.3.3.8 ON-SITE PERSONNEL. The Subcontractor shall utilize a trained, experienced on-site person to er.sure that all on-site procedures for transportation and disposal of hazardous wastes are implementeo and enforced on-site. The Subcontractor's on-site personnel overseeing the Transporter prior to shipment of the hazardous waste shall ensure that the packaging, marking, labeling, handling, and placarding of waste complies with federal, state, and local laws and regulations and it correlates with the waste classification and quantities designed on the manifest prior to the signature of the Transporter. The on-site person responsible for certification shall be trained as per D.O.T regulations .. The on-site person's qualifications shall be approved by the Contractor. 7.3.4 SUBCONTRACTOR RESPONSIBILITIES. The Subcontractor is responsible for total management of their T & D procedures including scheduling control, and certification of all manifest submittals. An integral part of the certification procedure is proper identification of listed waste streams. The Subcontractor is responsible for reviewing generator supplied site documentation and submitting, as part of the manifest package, the logic and/or telecopy relied upon in making the determination. If records or waste history are unavailable, the Subcontractor shall interview the generator or any available past site workers present when the waste was disposed to ascertain the origin of the waste. If requested by the Contractor, the Subcontractor shall draft, for generator signature, a letter to the TSDF certifying that the information listed is based on available historical data. 7.3.5 GOVERNMENT RESPONSIBILITIES. The Government will review submittals designated for Contractor approval and approve those that conform to subcontract requirements. Approval will not relieve the Subcontractor of the responsibility for any error which may exist, as the Subcontractor under the requirements of this Subcontract is responsible for ensuring that the quantities, waste characterizations and classifications, and all other details of the waste on-site matches what is on the manifest prior to signature of the manifest. After submittals have been approved by the Contractor, no resubmittal for the purpose of changing the manifest's waste classification will be given consideration· unless accompanied by justification as to why a change is necessary. 7.3.6 REGULAR NOTICES OF NON-COMPLIANCE. In the event the Subcontractor is notified by a federal, state, or local agent that a manifest, shipment, waste disposal, or any ,ecJte,im December 22. 1995 related activitv concernin!! a Deliverv Order under this contract is not in order or not in compliance with any requirem~nt. the Suh~ontracror shall notilY the Contracror immediately. The Subcontracwr shall furnish 10 the Contractor copies of all notices and all relevant documents, including correspondence. subcontracts, Iah reports. memoranda. etc. and any other documents requested hy the Contractor. The Subcontractor shall coordinate its response to the notice with the Contractor prior 10 submission 10 the notifying authority, and shall furnish a copy to the Contractor of all documents submitted to the authority. including the final reply to the notice. 7.3.7 SUBCONTRACTOR COORDINATION. If a lower tier subcontractor. consultant, or agent is retained by the Subcontractor to perform any work required hy this section of the subcontract, the subcontract shall include all of this section, with appropriate adjustments for the subcontract, and include the Regulatory Specialist or other authorized employee of the Contractor as the point of contact for the submittals and communications between the subcontractor and the Contractor. The Subcontractor shall remain responsible for compliance with this section and all other portions of the subcontract and shall sign all certifications required by the contract. 8. ENVIRONMENT AL PROTECTION. 8.1 GENERAL. The Subcontractor shall perform all work in such a manner as to minimize the pollution of air, water or land and to control noise and dust within reasonable limits or limits established by applicable federal, state, and local laws and regulations. The Subcontractor shall furnish all labor, materials and equipment, and perform all work required for the protection of the environment during all operations except as specified in other divisicns of these subcontract documents or in the individual Delivery Orders. 8.2 PREREMEDIAL ACTION SURVEY. Prior to start of any on-site activities, the Subcontractor and the Contractor shall make a joint condition survey reviewing the condition of trees. shrubs and grassed areas immediately adjacent to the site of the work and adjacent to his assigned storage area and access route(s) as applicable. During this survey, the Subcontractor and the Contractor shall confirm the existence and/or location of any wetlands, endangered species, special habitat or other protected areas. 8.3 PROTECTION OF LAND AREAS. Except for any work or storage areas and access routes specifically assigned for the use of the Subcontractor under this subcontract, the land areas outside the limits of the permanent work performed under this subcontract shall be preserved in their existing condition. The Subcontractor shall confine his site activities to areas defined for work on the plans or specifically assigned for his use. Storage and related areas and access routes required temporarily by the Subcontractor in performance of the work will be assigned by the Contracting Officer through the Contractor. No other areas shall be used by the Contractor without the written consent of the Contractor. 8.4 PROTECTION OF TREES AND SHRUBS. The subcontractor shall take all actions necessary to protect and prevent damage to all trees, shrubs and vegetation not identified for removal. No ropes, cables or guys shall be fastened to or attached to any nearby trees for anchorages. 8.4.1 TREE PROTECTION STRUCTURES. Where, in the opinion of the Contractors and Contracting Officer, trees may be defaced, bruised, injured, or otherwise damaged by the Subcontractor's equipment or operations, the Contractor may direct that the Subcontractor provide protection of such trees by placing boards, planks, poles or fencing around them. 8.4.2 RESTORATION OF DAMAGED TREES. Any tree scarred or damaged by the Subcontractor's negligence shall be restored nearly as possible to its original condition at the Subcontractors expense. All scars made on trees not designated on the plans for removal by the sccJte:un December 22. 1995 11 construction operations shall he coated as soon as possihle with an approved tree wound dressing. Tree~ that are to remain. either within or outside established clearing limits. that are damaged hy the Suhcontractors's negligence so as to be beyond saving in the opinion of the Subcontracting Officer. shall he immediately removed. if so directed. and replaced with a nursery-grown tree of the same species and size. 8.5 PROTECTION OF WATER RESOURCES. The Subcontractor shall control the transfer, use and disposal of fuels. oils and other harmful materials both on and off the site and shall comply with applicable federal, state and local laws and regulations concerning pollution of air. water and soils while performing work under this contract. Special measures shall be taken to prevent sediment. chemicals. fuels, oils or other harmful materials from entering public waters. Water used on-site shall not he allowed to leave the site untreated without the written approval of the Contractor. 8.5.1 RUN-ON CONTROLS. The Subcontractor shall take all reasonable precautions to prevent run-on from entering areas of the site where the water may be exposed to contaminated soils, water or waste. Such precautions may include grading, temporary dikes. sandbags or other actions as directed by the Subcontractor. 8.5.2 RUNOFF CONTROLS. Appropriate controls shall be put in place hy the Contractor to prevent or minimize rainfall from contact with hazardous materials stored on site. This would include activities such as covering piles of excavated material with plastic coverings, and securing the cover. Where practical, excavated areas shall be diked and covered to prevent rainfall and runoff from entering. In those areas where runoff may contain significant levels of contamination, such runoff shall be contained and collected to prevent it from leaving the site. This runoff shall be documented to he non- hazardous or it shall be treated and/or properly disposed. 8.5.3 SEDIMENT CONTROLS. Sediment which may or may not contain significant levels of contamination shall also he contained and collected to prevent it from leaving the site. Disposal requirements will depend on the nature and extent of contamination, but shall be approved hy the Contractor prior to final disposition. 8.5.4 STORMWA TER MANAGEMENT. The Subcontractor shall comply with all federal. and/or state stormwater management regulations, including, but not limited to the National Pollutant Discharge Elimination System (NPDES) Program requirements. 8.7 BURNING. Materials shall not be burned on site without the written authorization of the Contractor. If the Subcontractor elects to dispose of the uncontaminated waste materials off-site by burning. he shall make his own arrangements for such burning area and shall, as specified in SUBCONTRACT CLAUSE: "Permits and Responsibilities", conform to all local regulations. 8.8 DUST CONTROL. The Subcontractor shall maintain all excavations, embankments, stockpiles, access roads, plant sites, waste areas and all work areas free from excess dust to such reasonable degree as to avoid causing a hazard or nuisance. Approved temporary methods consisting of sprinkling, chemical treatment, or similar methods may be permitted to control dust. Dust control shall be performed as the work proceeds and whenever a dust nuisance or hazard occurs. Air monitoring for documentation and for establishment of action levels may be required. 8.9 SPILL CONTROL. The Subcontractor shall prevent spills and provide contingency measures for cleanup of potential spills during performance of this subcontract. The Suhcontractor shall: 8.9.1 Take adequate measures to prevent spills during excavation, handling, packing, transportation, storage or other operations performed during this contract. sccJte:im December 22. 1995 12 8.9.2 Provide all emergency measures required to contain any spillage and to remove all materials that hecome contaminated due to spillage. If the spill is due to the negligence of the Subcontractor. then all cleanup costs shall he paid hy the Subcontractor at no cost to the Contractor on the Government. 8.9.3 Provide all decontamination measures required as a result of the removal of spilled materials. Decontamination residues shall be properly disposed of as directed by the Contracting Officer. 8.9.4 At a minimum, the following emergency procedures shall be performed by the Subcontractor if a spill occurs: 8.9.4.1 Immediately (within 1 hour) notify the Contractor and Contracting Officer who will contact the National Response Center. 8.9.4.2 to control and contain the spill. out of the area. 8.9.4.3 8.9.4.4 8.9.4.5 Take immediate measures, utilizing properly protected personnel. Isolate the hazardous area and keep all unnecessary personnel Stay upwind and stay out of low areas. Keep combustibles away from the spill material. 8.9.4.6 Use water spray or other approved methods, if appropriate, to reduce vapors, gases and/or dust emissions. 8.10 CORRECTIVE ACTION. The Subcontractor shall, upon receipt of a written notice of noncompliance with any of the aforementioned provisions, take immediate corrective action. If the Subcontractor fails or refuses to comply promptly, the Contractor and/or the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time or effort lost due to any such stop orders shall be reimbursable under this subcontract nor shall it be made the subject of a claim for extension of time or for excess costs of damages by the Subcontractor unless it was later determined that the subcontractor was a compliance. 8.11 POST-SITE ACTIVITIES CLEANUP OR OBLIGATION. The Subcontractor shall, unless otherwise directed in writing by the Contractor, obliterate all signs of temporary facilities such as haul roads, work areas, decon areas, structures, foundations for temporary structures, stockpiles of excess or waste materials and other vestiges of site operations prior to final acceptance of the work. The disturbed areas shall be returned to its previous states. seclteam December :U. 1995 13 SECTION 4 5 tcombtc:.sut> December 22. 1995 PART II· SUBCONTRACT CLAUSES TITLE Subcontract General Conditions Subcontract Special Conditions PART II -SUBCONTRACT CLAUSES SECTION 4 SUBCONTRACT GENERAL CONDITIONS 1 Definitions: 2 1.1 For purposes of interpretation of the FAR and DFAR clauses set forth in this Subcontract in text or by reference "Subcontractor" shall be substituted in place of "contractor" and where necessary for ICF Kaiser Engineers, Inc. to carry out its obligations thereunder, "Contractor" shall be substituted for the "Government", "USACE" or its representatives, including the "Contracting Officer". Where substitution of "Contracting Officer" by "Contractor" is not appropriate Contractor shall be provided notice along with the Contracting Officer. 1.2 Except as otherwise provided in this subcontract, the term "Subcontracts" includes, but is not limited to, purchases orders and changes and modifications to purchase orders under this Subcontract. 1.3 "Government" means the United States of America. 1.4 "USACE" means the United States Army Corps of Engineers or any duly authorized representative thereof. 1.5 "Subcontractor" means the party to whom this Subcontract is awarded. 1.6 "Contracting Officer" means the Contracting Officer USACE. 1.7 "Lower Tier Subcontractor" means any party entering into an agreement with the Subcontractor or any lower tier Subcontractor for the furnishing of supplies or services required for performance of this Subcontract. 1.8 "Statement of Work" means that part of this Subcontract that provides a specific statement of the work to be performed under the Subcontract. Disputes (a) Any dispute arising under or related to this Subcontract, which the parties cannot settle hy mutual agreement, may be resolved through appropriate legal proceedings, including Alternative Disputes Resolution Proceedings, as separately agreed to by the parties. Pending settlement, decision, appeal, or judgment, Subcontractor agrees to proceed diligently with performance of the subcontract. (b) If the Subcontractor submits a claim, which means a written demand or written assertion by the Subcontractor seeking as a matter of subcontract right the payment of money, or an adjustment or interpretation under the subcontract which arises under or is derived from the Prime contract and that claim asserts that it is the result of Government action or inaction/failure to act which falls under the Prime contract's disputes clause, the Contractor sec4team.btc December 22, 1995 may sponsor the Subcontractor's claim, provided. that the Suhcontractor follows the Prime contract requirement for certification of such claim so as to meet the contract Disputes Act requirements. FAR clauses incorporated hv reference: The following clauses are herehy incorporated into this Suhcontract with the full force and effect as if they were set forth in their full text as set forth in the Federal Acquisition Regulations (FAR). 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12 3.13 3.14 3.15 RESERVED RESERVED 52.203-5 52.203-6 52.203-7 52.203-10 52.203-12 52.204-2.II 52.209-6 52.210-5 52.215-1 52.215-2 52.215-22 52.215-23 52.215-24 sec4team.btc December 22. 1995 Covenant Against Contingent Fees (April 1984) ........ . Restrictions on Subcontractor Sales to the Government (July 1985) ......................................... ·. Anti-Kickback Procedures (October 1988) ............. . Price or Fee Adjustment for lllegal or Improper Activity (September 1990) ............................... . Limitation on Payments to Influence Certain Federal Transactions (J1nuary 1990) (applies to subcontracts over $100,000) ..................................... . Security ....................................... . Protecting the Governments Interest When Suhcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (November 1992) (applies to subcontracts over $25,000) ...................................... . New Material (May 1995) ......................... . Examination of Records by Comptroller General (February 1993) ......................................... . Audit-Negotiation (February 1993) (applies to subcontracts over $25,000) ................................... . Price Reduction for Defective Cost or Pricing Data (January 1991) (applies to subcontracts over $500,000) .......... . Price Reduction for Defective Cost or Pricing Data- Modifications Dec 1994 (applies to subcontracts over $500,000) ..................................... . Subcontractor Cost or Pricing Data (December 1991) (applies to subcontracts over $500,000) ............... . 3.16 52.215-25 3.17 52.215-26/1 3.18 52.215-27 3.19 52-215-31 3.20 52-215-33 3.21 52.215-39 3.22 52.217-1 3.23 52.217-2 3.24 52-219-8 3.25 52-219-9 3.26 52.220-3 3.27 52.220-4 3.28 52.222-1 3.29 52.222-2 3.30 52.222-3 3.31 52.222-4 3.32 52.222-26 3.33 52.222-35 3.34 52.222-36 sec4team.btc December 22, 1995 Suhcontrac10r Cost or Pricing Data-Modifica1ions Dec I 444 (applies lO suhcontrac1s over S500.(X)O) ............... . lntegri1y of Uni1 Prices (April 1991 ). AJ1erna1e I (April 1991) ......................................... . Termination of Defined Benefil Pension Plans (Sep1emher 1989) ......................................... . Waiver of Facilities Capital Cost of Money (Septemher 1987) Order of Precedence ( January 1986) ................. . Reversion or Adjustment of Plans for Postre1iremen1 Benefits Other Than Pensions ((PRB) (July 1991) .............. . Limitation of Price and Contractor Obligations (April I 984) Cancellation of Items Apr 1984 ..................... . Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (February 1990) ....... . Small Business and Small Disadvantag~d Business Subcontracting Plan (January 1991) (appi;es 10 suhcontracts with large businesses over $500,000 or $1 million for construction) ................................... . Utilization of Labor Surplus Area Concerns (April 1984) Labor Surplus Area Subcontracting Program (April 1984) (applies to subcontracts over $500,000) ............... . Notice to the Government ofLabor Disputes (April 1984) . Payment for Overtime Premiums (July 1990) ........... . Convict Labor (April 1984) ........................ . Contract Work Hours and Safety Standards Act-Overtime Compensation (March 1986) ....................... . Equal Opportunity (April 1984) .................... . Affirmative Action for Special Disabled and Vietnam Era Veterans (April 1984) (applies to subcontracts over $10,()(K)) Affirmative Action For Handicapped Workers (April 1984) (applies to subcontracts over $2,500) ................ . 3.35 3.36 3.37 3.38 3.39 3.40 3.41 3.42 3.43 3.44 3.45 3.46 3.47 3.48 3.49 3.50 3.51 3.52 52.222-37 52.222-40 52.222-41 52.222-42 52.222-43 52.222-44 52.223-2 52.223-3 52.225-11 52.225-17 52.226-1 52.227-1 52.227-2 52.227-11 52.227-12 52.227-14 52.229-3 52.230-2 sec4team.btc December 22, 1995 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (January 1988) (applies to subcontracts over S 10.000) ......................... . Service Contract Act of 1965, as Amended May 1989 -- contracts of $2,500 or less (May 1989) Service Contract Act of 1965, as Amended (May 1989) Statement of Equivalent Rates for Federal Hires (May 1989) Fair Labor Standards Act and Service Contract Act -Price Adjustment (Multiple Year and Option Contracts) May 1989 Fair Labor Standards Act and Service Contract Act --Price Adjustment (May 1989) ........................... . Clean Air and Water (April 1984) ................... . Hazardous Material Identification and Material Safety Data (November 1991) ................................ . Restrictions on Certain Foreign Purchases (May 1992) ... . Buy American Act--Supplies Under European Community Agreement (May 1995) ........................... . Utilization of Indian Organizations and Indian-Owned Economic Enterprise (August 1991) (applicable only if a Subcontracting Plan for S/SDB is required) ............ . Authorization and Consent (July 1995) ............... . Notice and Assistance Regarding Patent and copyright Infringement (April 1984) (applies only to subcontracts over $25,000) ...................................... . Patent rights--Retention by the Contractor (Short Form)(June 1989) ............................... . Patent rights--Retention by the Contractor (Long Form)(June 1989) ............................... . Rights in Data--General (June 1987) ................. . Federal, State, and Local Truces (January 1991) Cost Accounting Standards (August 1992) (applies only to subcontracts over $500,000 with Large Businesses) ....... . 3.53 52.230-5 3.54 52.232-1 7 3.55 52.236-2 3.56 52.236-5 3.57 52.236-7 3.58 52.236-13 3.59 52.236-19 3.60 52.237-2 3.61 52.242-1 3.62 52.242-13 3.63 52.243-7 3.64 52.244-5 3.65 52.245-1 3.66 52.245-4 3.67 52.245-5 3.68 52.246-1 3.69 52.246-20 3.70 52.246-25 3.71 52.247-34 3.72 52.248-1.III 3.73 52.249-4 3.74 52.249-14 3.75 52.251-1 3.76 52.251-2 sec41eam.b1c December 22. 1995 Administration of Cost Accounting Standards (August 1492) ( applies only to suhcontracts over $500.000 with Large Businesses) .................................... . Interest (January 1991) ........................... . Differing Site Conditions ................. . Material and Workmanship (April 1984) .............. . Permits and Responsibilities (November 199 I) ......... . Accident Prevention (November 1991) ................ . Organization and Direction of the Work (April I 984) .... . Protection of Government Buildings, Equipment, and Vegetation (April 1984) .......................... . Notice of Intent to Disallow Costs (April 1984) ......... . Bankruptcy (April 1991) .......................... . Notification of Changes (April 1984) ................. . Competition in Subcontracting (April 1984) ........... . Property· Records ( April 1984) ...................... . Government-Furnished Property (Short Form)(April 1984) Government Property (Cost-Reimbursement, Time-and- Material, or labor-hour contracts)(January 1986) ........ . Contractor Inspection Requirement ( April 1984) ........ . Warranty of Services (April 1984) ................... . Limitation of Liability-Services (April 1984) (applies only to subcontracts over $25,000) ......................... . F.O.B. Destination (November 1991) ................. . Value Engineering (March 1989)--Alternate III (April 1984) Termination for Convenience of the Government (Services )(Short Form)( April 1984) .................. . Excusable Delays (April 1984) ...................... . Government Supply Sources (April 1984) ............. . Interagency Fleet Management System (IFMS) Vehicles and Related Services (January 1991) ..................... . ?,. 77 52.253-1 Computer-Generated Forms (January 1991) ............ . DFAR clauses incorporated hv reference: The following clauses are herehy incorporated into this Suhcontract with the full force and effect as if they were set forth in their full text as set forth in the Defense Department Supplement to the (DFAR). 4.1 4.2 43 4.4 4.5 4.6 4.7 4.8 4.9 4.10 4.11 4.12 4.B 4.14 4.15 4.16 4.17 4.18 252.204-7000 Disclosure of information (December 1991) ............ . 252.203-7001 Special Prohibition on Employment (April 199?,) (applies only to subcontracts over $25,000) ................... . 252.219-7003 Small Business and Small disadvantaged Business Subcontracting Plan (May 1994) ( applies only to large businesses with subcontracts over $500,000 or SI million for 252.223-7001 252.223-7006 752.225-7001 252.227-7000 252.227-7013 252.227-7017 252.227-70 I 8 252.227-7019 252.227-7022 252.227-7023 252.227-7024 252.227-7029 252.227-7033 252.231-7000 252.231-7001 construction) ................................... . Hazard Warning Labels (December 1991) ............. . Prohibition on Storage and Disposal of Toxic and Hazardous Materials (April 1993) ............................ . Buy American Act and Balance of Payments Program (January 1994) .................................. . Non-Estoppel (October 1966) ...................... . Rights in Technical Data--Noncommercial Items (June 1995) Identification and Assertion of Use, Release. or Disclosure Restrictions (June 1995) ............... _ .......... . Restrictive Markings on Technical Data (October 1988) .. . Identification of Restricted Rights Computer Software (April 1988) ......................................... . Government Rights (unlimited)(March 1979) .......... . Drawings and Other Data to Become Property of Government (March 1979) ........................ . Notice and approval of Restricted Designs (April 1984) ... . Identification of Technical Data (April J 988) ........... . Rights in Shop Drawings (April 1966) ................ . Supplemental Cost Principles (December 1991) ......... . Penalties for Unallowable Costs (May 1994) ........... . sec4team.btc December 22, 1995 4.19 252.243-4066 4.20 252.243-70()) 4.21 252.247-7023 4.22 252.247-7024 4.23 252.249-7001 4.24 252.249-7002 4.25 252.252-7001 sec4team.btc December 22, 1995 Engineering Change Proposals (August 1992) Alternate I (Decemher 1991) ................................ . Pricing of Contract Modifications (December 199 I ) ...... . Transportation of Supplies hy Sea (Decemher 1991) ..... . Notification of Transportation of Supplies hy Sea (Decemher I 991) ( applies to subcontracts over S25.000) ........... . Notification of Substantial Impact on Employment (December 1991) ( applies to subcontracts over S500.000) ... Notification of Proposed Program Termination or reduction (May 1995) {applies to subcontracts over $100.llllO) ...... . Use of lnteragency Fleet Management System (IFMS) Vehicles and related Services (December l 991) ......... . PART II -SUBCONTRACT CLAUSES SECTION 5 SUBCONTRACT SPECIAL CONDITIONS The following additions/replacements/modifications. are made to Part II, Section 4. Subcontract General Conditions. Time and Materials {T&M), Fixed-Price and Fixed-Unit-Price Delivery Orders. 1 Add FAR 52.212-4 Liquidated Damages -Supplies, Services, or Research and Development Apr 1984 2 Add FAR 52.216-4 Economic Price Adjustment -Labor and Material Apr 1984 3 Add FAR 52.243-1 Changes-Fixed Price, (Alternate 1) Apr 1984 4 Add FAR 52.245-2 Government Property (Fixed Price Contracts) Dec 1989, in place of FAR 52-245-5 "Government Property (Cost-reimbursement, Time & Material, or Labor-hour contracts)". 5 Add FAR 52.249-8 Default (FP Supply and Service) Apr 1984 Cost Reimbursement Delivery Orders: Add Cost Reimbursement Delivery Orders This clause outlines applicable policies, procedures, practices, and requirements as they relate to cost reimbursement delivery orders. 1.1 Proposal Requirements: The Subcontractor shall exercise adequate cost control policies and procedures on cost reimbursement delivery orders. 1.2 General: It is imperative, due to the multiple funding sources under this subcontract, that the subcontractor be capable of estimating, budgeting, accounting, and reporting of costs by individual funding sources as well as work item. 1.3 Management Organization, Responsibilities, and Authorities: Subcontractor shall demonstrate a management team and organization capable of performing its own management and subcontract management effectively and efficiently. the primary Contractor authority under the subcontract is the Program Manager represented on individual delivery orders by the Project Manager who shall be designated in writing. Subcontracts, and modifications thereto, shall be executed by the Senior Contracts Manager, or written designee. Technical direction and changes under the clause entitled "Changes• shall be issued only by the Program Manager or Project Manager. Sec5team.bte December 22, 1995 PART III -ATTACHMENTS SECTION 6 ATTACHMENT A SAMPLE DELIVERY ORDER ATTACHMENT A DELIVERY ORDER SUBCONTRACT NO. 66700-SC-000 DELIVERY ORDER NO. This Delivery Order is made this __ day of ___ , 19_, by and between Contractor and __ _ ______ ("Subcontractor ') and is hereby incorporated into the Subcontract between the parties dated _______ _ 1 SCOPE OF SERVICES Subcontractor shall provide the following services: 2 SCHEDULE 3 PAYMENT TERMS 4 SPECIAL PROVISIONS IN WITNESS WHEREOF, Contractor and Subcontractor have caused this Delivery Order to be executed by their duly authorized representatives as of the date first written above. FOR: Contractor FOR: Subcontractor Signature Signature Name (Typed) Name (Typed) Date Date 1. This Delivery Order is issued by Contractor pursuant to the following Govemment direction: p,__C-.dNo. Etlectiwe 0.. of PritM ~-08/25/95 OACA31-95-0-0083 ~ Delivery o.-No. ###### E-D-of Conlr-Delivery Order: mm/dd/yy att_A December 22, 1995 11/11 /98 17:35 FAX 610 431 9140 .S'fJ<:\'..I:: .. DETWILER @0021011 Providing creative environm ental solutions Environmental, Inc. To: Mike Kelly From: Steve Detwiler MEMORANDUM Subject: Warren County PCB Landfill -Phase III Detoxification Utilizing BCD Date: 11/11/98 Please find enclosed a justification document for awarding the Phase III contract for full scale detoxification of the Warren County landfill utilizing the BCD process to ETG. I know we have discussed these issues verbally, but I wanted to commit these items to writing in the event that you would discuss Phase III internally within the Department or with your Contracts people. I realize that this document may be premature in the timing of the submittal, but I want you to begin to think about the next step in this process and possible ETG participation. Please note that I have included the introduction for the IT report that you faxed me as technical backup. Also, I've included a summary of the tasks that could be completed for $2MM. Dollie requested this of Pat Barnes, so I assume she has this document. Please call me with any questions. Thanks, Mike. Steve 16 Hagerty Boulevard, West Chester, PA 19382-7594 • (61 0) 9 18-1 100 ■ Fax (61 0) 431 -91 40 __ 11/11/98 17: 36 FAX_§_1Ll31 9140 STEVE DETWILER JUSTIFICATION FOR SOLE SOURCE A WAIID 1l0 ETG FOR PHASE III -WARREN COUNTY LANDFILL BCD REMEDIATION TECHNICAL JUSTIFICATION 1. ETG Environmental, Inc. (ETG) is the only USEPA licensee of the BCD process who is currently marketing the technology and has full scale experience utilizing the technology at the full scale level. All other companies who might have interest in this project would have to learn "on the job". That would not be in the best interests of the Warren County stakeholders, including the state of NC. 2. The BCD process was already bid for Phases I and II of the project, and ETG was the only company willing and able to step up to bid the project. How would bidding Phase III be ai:fferent from Phases I and II? ' L-->, ~~--ill.. ( p N~ ~ .. ~.,_) 3. ETG has proven the BCD process at the Phase I level and has a proven technical approach to safely and cost-effectively detoxify the Warren County PCB landfill at the full scale level. (ETG welcomes site tours of the USEP A Superfund Southern Md. site where ETG is treating 150,000 tons of Pentachlorophenol -PCP -and dioxin contaminated soil). COMMERCIAL JUSTIFICATION 1. ETG has expressea a willingness to work on a cost-plus-incentive fee contract with a not to exceed maximum cost. ETG would absorb all costs over the guaranteed maximum, providing the state all of the benefits of a fixed price contract. Actual costs under the contract maximum would be split 50-50 between the state and ETG, which provides incentive for ETG to keep costs as low as possible to SAFELY complete the project, thus assuring a competitive contracting approach. The cost-plus-incen 1ve-fee contract mechanism was used at the Southern Md. site referenced above on a negotiated basis. (The contract was not bid). 2. The state would save time and money on the RFP (Request for Proposal) process. ETG estimates that the USEPA saved $IMM by negotiating the Southern Ma. project. In addition, work on Phase III could begin much sooner with a negotiated basis, which would no doubt be received favorably by the community and elected officials. {!!!a&8!!!1J119~ ,: I Ill Environmental, Inc. 14] 003/011 -· 11/11/98 17:36 FAX 610 431 9140 Warren County Justification p.2 11/11/98 STEVE DETWILER 3. The cost-plus contract mechanism works with a phased funded project. IfETG is awarded Phase III, we would provide a schedule of task items that would be accomplished with the initial $2MM budget allocation. As additional funding is allocated, the remaining items of the detoxification project would be completed. (Southern MD. was phased-funded). 4. ETG would assemble a team of qualified subcontractors (including Pat Barnes) to address all oftlie technical and community related aspects of the project. This approach would be received favorably by the community. In summary, we at ETG believe that it is in the best interests of all of the stakeholders to proceed expeditiously with a negotiated contrac between the state of NC and ETG for Phase ill of the Warren County PCB landfill utilizing the USEPA patented, ETG licensed Base-Catalyzed Decomposition (BCD) process. Environmental, Inc. 14] 004 /011 11/11/98 17:38 FAX 610 431 9140 STEVE DETWILER SUMMARY -WARREN COUNTY PHASE III INITIAL $2MM FUNDING PROPOSAL Final Design: SI.175,652 Note: This category contains final system design for permit ac uisition and system design for equipment procurement. This will allow for orders for equipment to be placed immediately once additional funding has been obtained. A team including ETG and Pat Barnes will be constructed to accomplish this task. Premobilization: $55,689 Note: Includes mobilization and expenses for two (2) ETG employees to begin site preparation activities. The remainder of mobilization will commence once additional funding is obtained. Site Preparation: $442,909 Note: Some initial site preparation activities will commence to begin the process of preparing for actual.detoxification activities. The remainder of site preparation will commence once additional funding is obtained. BCD Liquid Reactor Purchase: $283,000 Note: The remainder of the required equipment will be ordered immediately once additional funding is obtained. Contingency: $42,750 Note: To be used if any of the sub-tasks in this proposal develop unforeseen circumstances which result in task cost overruns. TOT AL: $2,000,000 Note: No allocations have been made for local hire training or for PCB office, science advisors, or additional investigations. Environmental, Inc. 14)011 /011 .... __ _.... i=lu Providing creative environmental solutions Environmental, Inc. Mr. Michael A. Kelly Deputy Director Division of Waste Management North Carolina Department of Environment and Natural Resources 401 Oberlin Road, Suite 150 Raleigh, NC 27605 May 18, 1998 SUBJECT: Warren County, NC PCB Landfill Dear Mike: On behalf of Ron Bacskai and ETG Environmental, Inc. (ETG), I would like to thank you and Pat Williamson for taking the time to meet with us to review the performance of ETG on our work on Phases I and II of the Warren County project. I was pleased to hear that you and the Department are satisfied with the work performed by ETG to date. As also discussed, I would like to provide you with a summary of our discussions regarding the possibility of the Department entering into direct negotiations with ETG for the design/build contract for BCD detoxification of the Warren County Landfill. This summary could provide the justification for sole source negotiation in lieu of issuing an RFP for the work. The following items were discussed: • The BCD technology has been competitively bid for Phases I and II and ETG was the only company wiiiing and able to bid. The license for the BCD technology only provides access to the chemistry. The licensee must develop the equipment, expertise and operating experience to utilize the technology. ETG has developed and proven the technology on full-scale projects, making us the most qualified company to perform the next phase, the design/build detoxification of the Landfill. Any other contractor would have to learn "on the job", which, experience shows, could present significant challenges. • ETG would be prepared to enter into a cost-plus guaranteed maximum incentive fee contract. This approach would provide the Department all of the benefits of a fixed price contract. This contract format has been successfully utilized with ETG by the US Army Corps of Engineers (USACE) and USEPA for the Southern Maryland Wood Treatment Site, a 16 Hagerty Boulevard, West Chester, PA 19382-7594 • (6 1 0) 43 1-9 100 • Fax (61 0) 43 1-9 140 .; page 2 M. Kelly 5/18/98 150,000 ton federally funded cleanup in Region 3. USACE has estimated that by negotiating the contract versus issuing an RFP, a full year was reduced from the project schedule. ETG, after discussions with USACE, has estimated that savings in excess of $500,000 were realized. • ETG has earned community acceptance and has developed significant site knowledge through our successful participation in Phases I and II. If an RFP were issued and a different, less experienced contractor brought in, community resistance would almost surely be encountered. Also, by negotiating the contract, a team could be assembled to ensure maximum participation by local/minority contractors. Additionally, by developing a contracting mechanism which could result in detoxification completion a year earlier, the Department would undoubtedly receive complete community support. • A cost plus contract would work with a phased funding approach as would probably be required at Warren County. A phased funding mechanism is being utilized at Southern Maryland. If you have any questions on these items or require any further information, please do not hesitate to give me a call. Please remember that we will be pleased to arrange a visit to the Southern Maryland site at your convenience. Mike, once the funding mechanisms have been finalized, I sincerely believe that a negotiated contract would be a win-win situation for all of the Working Group members including the Department. Once again, we appreciate the opportunity to meet with you this week. I hope to discuss the next step with you at the appropriate time in the near future. Very truly yours, G. Steven Detwiler Vice President Business Development lf!1!!/91~_!(1!11111111)! 11::IIJI Environmental, Inc. ······••,•.•,•··············.·.······························· 3/3/98 Reporting Fiscal Year 1998 Contractor: ETG Environmental NC Department of Environment, Health, and Natural Resources Division of General Services CONTRACT EXPENDITURE REPORT DIVISION OF WASTE MANAGEMENT Division/ Section/ Program Page 1 Contract N-7022 ------Contract System 76302293 Purchase Order No. 1600053972 Purpose: PCB Detoxification Study Project Director: Steve Detwiler Total Expenditure: ---------------$50,000.00 ITEM DESCRIPTION Budget Code 24300 Fund 2103 No RCC No Program Contractor Authorized DEHNR 2481 (Revised 11/89) General Services (Review 7/91) CLASS bJ..&~J Contractor Fiscal Officer ITEM CONTRACTOR NO. AMOUNT 6100 DEHNR CONTRACT AMOUNT $50,000.00 Di~ision / Section.Head .-,\l\X _J Invoice Invoice Number: 2750 Date: March 3, 1998 To: North Carolina Department of Environment and Natural Resources 401 Oberlin Road, Suite 150 Raleigh, NC 27605 Attn: Mike Kelly, Deputy Director, Div. of Waste Mgmt. Warren County Landfill -Phase II -Preliminary Design Report Project Manager NC Contract# Job Number ETG Environmental, Inc. 16 Hagerty Boulevard West Chester, PA 19382 (610) 431-9100 Fax: (610) 431-9140 Federal ID#: 232595476 Ship to (if different address): SAME Date Shipped F.O.8. Terms Steve Detwiler N7022 4038 NIA NIA Upon Receipt QTY. DESCRIPTION UNIT PRICE Phase II Draft -Preliminary Design Report $50,000.00 TOTAL DUE $50,000.00 Total Contract Value $89,020.00 Total Remaining to be Invoiced $39,020.00 TOTAL DUE THIS INVOICE Please make check payable to: ETG Environmental, Inc. Post Office Box 7777-W2840 Philadelphia, PA 19175-2840 TOTAL $50,000.00 $50,000.00 $89 ,020.00 $39,020.00 $50,000.00 NORTH CAROLINA DEPARTMENT OF ENVIRONMENT AND NATURAL RESOURCES DIVISION OF GENERAL SERVICES LAIRD A. DAVISON , Dl~ECTOR December .1, 1997 I I AMENDMENT NO. 1 AMENDMENT TO CONTRACT NUMBER N7022 BETWEEN ETG ENVIRONMENTAL AND THE NORTH CAROLINA DEPARTMENT OF ENVIRONMENT ANO NATURAL RESOURCES i P~I rsuent to paragraph eleven of Contract Number N7022, the Department oi E vironment and Natural Re sources would like to amend said Cc;·,,ract ,c .:aa : P ase II of t he Contract's Proposal PCBLF4. The addition of Phase II w ill , iricrease the amount pa yable under the Contract by $89,020.00. The total ; a~ount payable under the Contract will not exceed TWO HUNDRED FIFTY• j F VE THOUSAND FOUR HUNDRED TWENTY DOLLARS ($255,420.00). i ! T e Department agrees to change the contract end ing date from l pecer ber 30, 1997 to March 20, 1998. '. J addition, legislation enacted bv the North Carolina General .A.ssen'biy ; c~anged the DepartmenT name to Departme nt of Environment a_nd Natural i 1esources. 1 I~ is the intent of this ame ndment to address provision(s) noted c:,ly, and in ·. np way should this amendment be construed to further modify this co ntract. ; Pllease indicate acceptance by your signature be low. i I \ "lpproved: ; I ETG Environmental eturn one ( 1) duplicate original to: Purchase & Contract Section, DENR, 0 Box 27687, Raleigh, NC 27611-7687. c: Mike Kelly, Waste Management DENR Office of the Controller DUPLICATE ORIGINAL P.O. BOX 27687;RAliiijh, NC 27611 ·7687 / 1!12 Nortll Sal!allury Sltotl. Rolelgn. NC 271304 Phone 919-733•n48 f'AX 919,7111 ,0684 WWW EHNR STATE NC UStl:HNAI AN £OUA1. OPPORTUNITY1AFPIAM11iIv~ ACTtQN liMPLovcn . GO% i..~cvctG01,0¾ 0Posr.coNSUMtt1 PAPEA Date State of North Carolina Department of Environment, Health and Natural Resources Division of Waste Management James B. Hunt, Jr., Governor Wayne McDevitt, Secretary William L. Meyer, Director MEMORANDUM TO: FROM: DATE: RE: Steve Detwiler ETG William L. Meyer, Directo'P'fv\ Division of Waste Management November 12, 1997 Extension of Contract DEHNR This is to notify you of our intent to extend your contract to include Phase II of the detoxification of the Warren County PCB Landfill. The contract will be awarded at a cost of $89,020. A request has been sent to the Purchase and Contract office for this contract to be issued sh C:\WPFILES\pCBLf\MEM-LETiiPHASEII.MEM P.O. Box 29603, Raleigh, North Carolina 27611-9603 Telephone 919-733-4996 An Equal Opportunity Affirmative Action Employer 50% Recycled / 10% Post-Consumer Paper DATE TIME 1 1 10 1 2 : 30 1 1 l (1 1 2 : 47 1 1 10 1 4: 1 6 1 1 113 15: 16 1 1 10 1 6 : 34 1 1 10 1 7: 16 1 1 1 1 1 7: 5 "3 1 1 1 1 1 8: 01 1 1 1 1 1 8: 02 1 1 1 1 1 8: 1 1 1 1 1 1 1 8 : 4 E, 1 1 1 1 u,:: 54 1 1 1 1 19: 01 1 1 1 1 19: 35 1 1 12 1 1 : C' ,-, ,.J ,:, 1 1 1 2 1 1 : 59 1 1 1 2 1 1 : 5 •j 1 1 1 ·-, "-1 2: 0 1 1 1 1 2 1 ., • "-. 33 1 1 1 2 12: 44 1 1 12 13: 3 ::: 1 1 1 .-.. "-1 4: ~3 9 1 1 12 14: 34 1 1 12 14: 50 1 1 12 1 5: 20 1 1 12 1 5: 21 1 1 12 1 5: 49 1 1 12 16: 14 1 1 12 16: 15 1 1 12 1 7: 02 HCT!I . .JIT'r' F.:EPOPT 1 1 . 1 2 ( T '=·=' ··, •• I I ■• 1 ,::i ,::i 7 • •• •• I 9197153 605 S OL I D WASTE DI U DURAT I Ot·l REMOTE ID MODE F' A 13 ES 4~34 669 2750 E U1 (1 ,3 ·' 3 0 .',' 404 669 2 7 50 ECM 9 19 733 '341 3 ECM 00 ' 00 n 9 7 1 E,6936 G3 (1 0(1' 52"' :30435:39025 ECM ~30 1 51 n E CM 2 0 1 ' 2 1 .',' 716 6767 E CM 2 00 ·' 00 " 97166767 13 3 0 0} (1 (1 )J 97166767 (:i 3 716 6767 E CM 2 00'35 ).I 716 6767 E CM 01 ' 14 " 716 E,7E,7 E CM 2 01 > i) 5 n 716 6767 E CM 2 [1 [1) 3 7 )) 716 6767 E CM '371506:34 13 3 (1 00' 00 " 97150684 13 3 00' 00 '' 971506:34 13 3 ECM 919 46E, :339E, ECM 01 ' 29 )) ECM 3 91 '3 :,:21 044 7 ECM 2 (11 } (13 )I 133 2 6104319140 G3 2 89104310048 13 3 :::7043914513 13 3 0 :::7043914513 13 3 (1 (1(1'52 .') "319 733 9413 ECM 2 00'42).I '310 431 0•348 ECM 2 00 ·' 3 3 n '319 783 1075 ECM 00'38 .') 704 8268116 G3 RESULT 0 . K . 0 . K . 0 . K. I tHERRUF'T O.K. O.K. tl . 13. 2 •3 tl.I3 .20 tL G. 20 0 . K . O.K. O.K. 0 . K . tL G. 2 0 tl . G. 2 0 0 . K . 0 . K. 0 . K . 0. t<. O.K. 0. K. BUS V tL G. 2 0 tL G. 2 0 0 . K . 0 . K . 0 . K. 0 . K. DIVISION OF WASTE MANAGEMENT 919-733-4996, Ext. 201 Fax: 919-715-3605 FAX TRANSMJSSION COVER SHEET FAX: & l a -i .11-9 II/-o CO1\1MENTS : -------------------- TOT AL NUMBER OF PAGES INCLUDING COVER SHEET: cfa DATE SENT: / !) 1411 I ' .J\-· h:csl( \ NAY 15 1997 ) I l N.C. Department ofEnviroll!l1~!1T/Hcalth, and Natural Resources · Diyis;qr o(Gcneral Services . ;_;..,·- AGREEMENT INFORMATION r J. PARTIES TO THIS AGREEMENT: A. Division Waste Management Section Division Office Contact Person Telephone Number Mi k Q e l,LY:;-::: 919-733-4996 X 201 c.::::: -t:t; ::~: FOR DEHNR USE OJ\'Lr I Contraet No . .2 70;}, :;L__ Z~:i~s~~3 I '53:as:;z;:2 Vendor Number B. ContraCtor ETG Environmental I.R.S. Number or Social Security Number Check if Applicable: 23-2595476 A 0 Pvt/Non-Profit :lt:J Incorporated Address (to which checks will be mailed) 16 Hagerty Boulevard West Chester, PA 19382-7594 Please check one of the following: 0 minority owned 0 handicapped owned 0 woman owned 10 none: of the above Contact Person I Telephone Number Steve Detwiler 610-431-9100 ~ 8tj ~~ g:;~~ Evaluation of Soil Treatment Technology 2. TITLE OF ~_.SiRE~M~NT: ----------------,--------------,----£;: c_ 3. PURPOSE OF AGREEMENT: Provide evaluation of base cataly zed decomposition of PCB' s on soil from Warren County Landfill 4. TIME PERIOD OF AGREEMENT: Beginning Date _4_/ 21 / 9 7 Ending Date 12 / 30 19 7 Month Day Year Month Day Year S. AGREEMENT STATUS: E9 New D Continuing D Revised Year of Initial Agreement _____ _ 6. NEED STATEMENT: To honor committment to explore detoxification of the PCB Landfill in Warren County 7. JUSTIFICATION: Money was appropriated in 1995-96 to study the potential of detoxification. If Phase I results are conclusive, the Department may ex tend a Phase II Contract to ETG for an additional $89,020 8. FISCAL INFORMATION: Does this agreement involve disbursement of funds? D from Dept. D to Dept. □ No 1 .... ~-ed_e_ral ____ ...1,1_~-~--e6_,_4_o_o __ .... 1 _~_n_tracto--r ___ __._I ~-·e_r ____ .... 1 _;_pc_ci_al ____ __,I 1;ow OBJ 536989 SUBHEAD: Fund 2103 R11,., oo_t-_r-,..,-,.,o-'J-/,-'.l.-nn RCC ------PROG ____ _ GE.\'ERAL SERVICES USE ONLY PAYMENT SCHEDULE: f?E~ _250~ (Re~ised 1/94) Page __ of __ N.C. Department of Environment, Health, and Natural Resources !ft;? Division of General Services :J / / 1997 APR 17 tJi ii: q9CONTRACT BUDGET '/,,, J 4/ 20/ 97 Effective Date _ ·-.. W;;i..s..t~),{ana gement Contract No . r:1••,!n(' \:f-r, - - - - - - u li-;,h.:.:::, ._:y .. :.. v1..,.-0v;01f· ision/Section/Program ~ 0 Plf;"t(U "rr t,!-tn c, ..... ,1,c~, r) ?() '7 'J D L;r, ·, .-.:::: ;· .. '.-...i U i'. 1 • ,..., Contract System No. L aL _ o<._ ~ ..z.,_ 12 / 30 /.;.9.;..7 __ Termination Date ForFiscalYear___ PurchaseOrderNoS _J _L 7 _;}-· Revision No . Contractor: ETG Environmental Project Director: Steve Detwiler Pwpose: PCB Detoxification Study T~tal Budget: $1 . ...;;6""'6..........a.4=00"'----------- ITEM DESCRIPTIO~ Evaluation of base catalyze d decomposition of PCB's on soil from Warren County Landfill Phase I Upon completion of Phase I, the Department may , at its discretion, continue with a Phase II of this Project f or an additional cost of $89,020 Budget Code 24300 2103 536989 FUND OBJ RCC PROG -· . ' ,...._ /\ C~ntractor Authorized Official DEH?\R 2482 (Revised 3!95) . Division/Section Head General Services Division (Review 3/97) DEBNR ITEM CONTRACTOR CONTRACT NO. AMOUNT AMOUNT I I 1 I $166,400 loo I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I " I I Office of Controller ,I STATE OF NORTH CAROLINA COUNTY OF WAKE CONTRACT NO. N7022 CONTRACTOR'S FEDERAL 1.D. OR SOCIAL SECURITY NO. 232595476 THIS AGREEMENT, made and entered into this 21st day of April, 1997, by and between ETG Environmental, hereinafter referred to as "CONTRACTOR", and North Carolina Department of Environment, Health, and Natural Resources , hereinafter referred to as "DEPARTMENT"; WI TN E S S ETH: 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, evaluation of soil treatment technology as proposed in the Contractor's response to Proposal No. PCBLF4 which is incorporated by reference as a part of this contract. 2. The DEPARTMENT hereby agrees to pay the CONTRACTOR a sum of money not to exceed ONE HUNDRED SIXTY-SIX THOUSAND FOUR HUNDRED DOLLARS ($166,400.00), as agreed upon in correspondence froni the Contractor dated April 3, 1997, for work to be completed in Phase I. (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. N7022 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 DEPARTMENT. 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: Steve Detwiler. 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 21st day of April, 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 December, 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. N7022 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. N7022 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 , gifts 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 p·ayments 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 ' _j CONTRACT NO. N7022 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 AD.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 Ronald J. Bacskai Typed Name President/Chief Executive Officer WITNESS: )?. ~ f} __ c( sh b J Signature Approved as to Form : Attorney General of North Carolina NORTH CAROLINA DEPARTMENT OF ENVIRONMENT, HEAL TH, AND NATURAL RESOURCES ,,,4{Jonathan B. Howes, Secretary Director -----------Div. of General~ ·--Hy_) llU ) c-:c /_ J U •UL p~ Department Head's Signature or Authorized Agent -•-,o WITNESS : : :·~. ·.' ' ----- . ·..J DUPLICATE OR1GlNAL 5 of 5