REPORT
Develop Model for Street Surface Loading
Work Plan
For U.S. Environmental Protection Agency
Office of Air Quality Planning and Standards
EPA Contract No. 68-DO-0123
Work Assignment No. II-77
MRI Project No. 9712-M(77)
March 3, 1993
MIDWEST RESEARCH INSTITUTE 425 Volker Boulevard, Kansas City, MO 64110-2299 • (816) 753-7600
-------
Develop Model for Street Surface Loading
Work Plan
EPA Contract No. 68-DO-0123
Work Assignment No. II-77
MRI Project No. 9712-M(77)
Prepared for:
Attn: Scott Voorhees
Air Quality Management Division (MD-15)
U.S. Environmental Protection Agency
Office of Air Quality Planning and Standards
Research Triangle Park, NC 27711
Prepared by:
Chatten Cowherd and Mary Ann Grelinger
Midwest Research Institute
425 Volker Boulevard
Kansas City, MO 64110
March 3, 1993
-------
PREFACE
This Work Plan was prepared for Mr. Scott Voorhees of the SCyParticulate
Matter Programs Branch, Air Quality Management Division, Office of Air Quality
Planning and Standards, U.S. Environmental Protection Agency, Research Triangle
Park, North Carolina, under EPA Contract No. 68-DO-0123, Work Assignment No. 77.
The Work Plan describes Midwest Research Institute's (MRI's) technical approach,
milestones and schedule, staffing, and estimated hours and costs for the work
assignment. MRI's Project Leader for the assignment is Mrs. Mary Ann Grelinger.
Approved for:
MIDWEST RESEARCH INSTITUTE
J?
-r-i Richard V. Grume
V Program Manager
Environmental Engineering Department
Charles F. Holt, Ph.D., Director
Engineering and Environmental
Technology Department
March 3, 1993
NOTE: The level of technical expertise required by EPA to successfully complete
this work assignment has increased the professional level (PL) and dollar
utilization rate ceiling.
MRI-MVR9712-77.WP jjj
-------
PROJECT SUMMARY
The purpose of this project is to develop a model to simulate the dynamic
changes in paved road surface loading over time as deposition and removal processes
vary. Improvements in defining these key elements will allow better characterization of
paved roads emissions in future control strategies developed by State and local
agencies. The computer model will be made available to State and local agencies.
Basic contract and work assignment information appears below.
Term:
Contractor:
MRI Project Leader:
MRI Business Representative:
EPA Technical Representative:
February 11, 1993, through April 28, 1993
(3 months)
Midwest Research Institute
425 Volker Boulevard
Kansas City, MO 64110
Mrs. Mary Ann Grelinger
816-753-7600, Ext. 515
Mr. Tony Katsantoness
816-753-7600, Ext. 334
Mr. Scott Voorhees
SO2/Particulate Matter Programs Branch (MD-15)
Office of Air Quality Planning and Standards
U.S. Environmental Protection Agency
Research Triangle Park, NC 27711
919-541-5348
MRI-M\R9712-77.WP
-------
SECTION 1
INTRODUCTION
Fugitive dust is emitted whenever a vehicle travels over a paved surface, such
as public and industrial roads and parking lots. These emissions originate mostly from
material previously deposited on the travel surface, although resuspension of material
from tires and undercarriages can be significant when vehicles travel from unpaved to
paved areas. In general, paniculate matter emissions correlate with the loading
(measured as mass of material per unit area) of fine materials on the road surface.
This correlation is reflected in the AP-42 emission factor models for paved roads.
Dust removed from the road surface by means of street sweeping, precipitation,
vehicular traffic, and wind is in turn replenished by other sources (e.g., pavement
wear, deposition of material from vehicles, deposition from other nearby sources,
carryout and washout from surrounding unpaved areas, spills, sanding and salting,
and litter). Available control techniques either attempt to prevent material from being
deposited on the surface, or to remove (from the travel lanes) any material that has
been deposited.
The purpose of this Work Assignment (WA) is to develop a model to simulate
the dynamic changes in paved road surface loading over time as deposition and
removal processes vary. Improvements in defining these key elements will allow
better characterization of paved roads in future control strategies developed by State
and local agencies. The model will be made available to State and local agencies.
MRHUI\R9712-77.WP
-------
SECTION 2
PROJECT APPROACH
2.1 TASK 1—PROJECT MANAGEMENT
MRI will prepare monthly progress reports according to the requirements of
EPA Contract No. 68-DO-0123. In addition, MRI will coordinate and meet with Air
Quality Management Division staff as needed during the duration of the work
assignment. Project notebooks and files will be established and maintained for proper
monitoring of work progress. Regular internal meetings will be held to discuss and
resolve project-related issues.
2.2 TASK 2—MODEL DEVELOPMENT
Midwest Research Institute (MRI) will develop a model to simulate the dynamics
of street surface loading of paniculate matter for Work Assignment Manager (WAM)
review and approval. This computer model will assess temporal and spatial variations
of street surface dust loading as a function of dynamic deposition and entrainment
processes. A stochastic simulation technique previously developed by Mrs. Mary Ann
Grelinger to model storage pile emissions will provide the basis for model
development. Each of the contributing processes will be simulated as a separate
component of the developed model. Where test data are inadequate, tentative
functional relationships will be based on knowledge of underlying physical phenomena.
At a minimum, the model will incorporate dust removal factors such as:
a. Street sweeping
b. Precipitation
c. Vehicular traffic
d. Wind
MRHWR9712-77.WP
-------
At a minimum, the model will incorporate dust deposition factors such as:
a. Pavement wear
b. Tire wear
c. Deposition of material from vehicles and other nearby sources
d. Carryout and washout from surrounding unpaved areas
e. Spills
f. Sanding and salting
g. Soil erosion
h. Atmospheric deposition
i. Wind
j. Street litter
Other factors to be considered in model development will include:
a. Meteorology
b. Traffic flow
c. Frequency of street sweeping
d. Moisture content
e. Season of the year
f. Geographic location
g. Type of road surface
The computer program will model events that are known to both ameliorate and
contribute to high street surface loadings. Carry-on and wash-on of dirt from
unvegetated areas near paved roads are known to be highly correlated with rainfall
events. An example of a Monte Carlo simulation is described below and relies on an
inverse probability distribution function (gamma) and a Markov process to generate
pseudo-random variates of rainfall occurrence and amounts.
The probability of rainfall is dependent on a variety of meteorological
parameters. A first order Markov process is useful in describing the probability of
rainfall as conditionally dependent on whether it rained yesterday. This simplification
allows rainfall events (or dry spells) to be simulated in extended daily sequences that
commonly happen in nature. A 2 x 2 table can be constructed for rainfall probabilities,
given that it did (not) rain yesterday. In addition, rainfall amounts can be randomly
MRI-MVR9712-77.WP 4
-------
generated using location and scale parameters from a gamma distribution that best fits
observed rainfall amounts.
The advantage of modeling street surface loading using a discrete stochastic
model is that a series of snapshots of loadings on a defined road segment can be
developed. The snapshots can be analyzed using a large number of days during a
season for a particular geographical region. The behavior of silt loading on a street
segment can be carefully examined as model parameters are varied.
MRI will design the model to run on a standard 386 processor microcomputer
with typical spread sheet and data base management capabilities, without requiring
expanded memory or expanded data storage, and without requiring additional software
acquisition. The computer model to be developed cannot be validated with observed
silt loading data in this study, due to lack of the extensive data that would be required.
2.3 TASK 3—DOCUMENTATION
MRI will provide (a) written documentation detailing the rationale for decisions
made in developing the model and (b) users' documentation detailing procedures for
applying the model.
The computer model will be written in the xBASE language (FoxPro) for
consistency with other EPA models and for easy ability to handle meteorological and
other data files. The model will be delivered to EPA on a standard 3.5-in floppy
diskette as both source and compiled code. Auxiliary data files will also be provided.
MBI-M\R9712-77.WP
-------
SECTION 3
MILESTONES AND SCHEDULE
The deliverables (expected milestones) presented in Table 1 will be provided to
EPA during this work assignment. A final report will serve to document the computer
model to characterize street surface dust loading.
TABLE 1. SCHEDULE OF DELIVERABLES
Deliverable
Work Plan
Draft Final Report
Computer Model
Final Report
Planned date
March 3, 1993
April 18, 1993
April 25, 1993
April 28, 1993
MRHd\H9712-77.WP
-------
SECTION 4
ASSIGNED STAFF
The proposed MRI Project Leader for this project is Mrs. Mary Ann Grelinger.
As Project Leader, Mrs. Grelinger will be responsible for day-to-day management of
the project, directing project staff, adhering to the project budget and schedule, and
routine communications with the EPA Work Assignment Manager. Mrs. Grelinger will
be assisted primarily by Dr. Chatten Cowherd, Mr. Greg Tolleson, and Mr. Lan Tran.
The MRI Program Manager for the Air Quality Management Division Contract,
Mr. Richard Grume, will provide project guidance and oversight. This responsibility will
include the review and approval of all major deliverables.
MHI-M\R9712-77.WP
-------
SECTION 5
ESTIMATED LABOR HOURS AND COSTS
Midwest Research Institute's estimated effort for this assignment is 700 labor
hours at an estimated cost with fee of $45,931. Table 2 presents a breakdown of
project costs by task.
A further breakdown of estimated costs for this work assignment is provided on
the attached EPA SF 1411.
TABLE 2. WORK PLAN/COST ESTIMATE
Technical labor
Task No. Task description Hours $ ODCs, $ Total, $
1 Task management
2 Model development
3 Documentation
70
500
130
700
4,357
31,124
8,092
43,573
958
200
1,200
2,358
5,315
31 ,324
9,292
45,931
This Work Plan has been submitted in confidence and contains materials, data, and information
on which we assert a claim of protection from release under the provisions of 5 U.S.C. 552. The
cost data contained in this Work Plan shall not be disclosed, except for evaluation purposes. The
Government shall have the right to use or disclose these data to the extent provided in the
contract. This restriction does not limit the Government's right to use or disclose data obtained
from another source without restriction.
MR1-M\R9712-77.WP 1 1
-------
SF 1411
MRI-M\R9712-77.WP
-------
CONTRACT PRICING PROPOSAL COVER SHEET
NOTd This form h used an contract sjeliofal Iff •tilings rign of eovt or pj*^i«uj d
2. NAME AND ADDRESS OF OFFEROR (Include ZIP Code)
MIDWEST RESEARCH INSTITUTE
426 VOLKER BOULEVARD
KANSAS CITY. MISSOURI 64110
MRI PROJECT NO. 9712
1 . SOLICITATION/CONTRACT/MODIFICATION
68-DO-0123
FORM APPROVED
OMB NO. 3090-0116
•ta b iMprirad. ISM FAR 1S.804-6O>>
3A. NAME AND TITLE OFFEROR'S POINT
OF CONTACT
TONY KATSANTONESS. ASSISTANT MANAGER
MAJOR PROJECT ADMINISTRATION SECTION
4.
D
O
./
TELEPHONE NO.
1816) 763-7600
TYPE OF CONTRACT ACTION (Check)
A. NEW CONTRACT
B. CHANGE ORDER
C. PRICE REVISION/
REDETERMINATION
D
D
n
0. LETTS* CONTRACT
E. UNPRICED ORDER
F. OTHER (Specify)
NEW WORK
ASSIGNMENT
6. PROPOSED COST (A+B-C)
6. TYPE OF CONTRACT (Check)
D FFP / CPFF D CPIF D CPAF
D FPI G OTHER (Specify)
A. COST
•43.464
B. PROFIT/FEE C.
«2,477
TOTAL
446.931
7. PLACE(S) AND PERIOD(S) OF PERFORMANCE
KANSAS CITY, MO AND GARY, NC
8. List and reference the Identification, quantity and total price proposed for each contract line Item. A One Hem cost breakdown supporting this
recap Is required unless otherwise specified by the Contracting Officer. (Continue on reverse, and then on plain paper, H necessary. Use same headings).
A. LINE ITEM NO.
B. IDENTIFICATION
WORK ASSIGNMENT NO. 77, REVISED
C. QUANTITY
1 Lot
D. TOTAL PRICE
446,931
E. REF.
PAGE(S) 2
9. PROVIDE NAME. ADDRESS, AND TELEPHONE NUMBER FOR THE FOLLOWING IK available)
A. CONTRACT ADMINISTRATION OFFICE
Ms. Carol Hess, ACO, DCMAO-St. Louis, Defense Logistics Agency
DCASR-STL-QSD, Robert A. Young Federal Building
1222 Spruce Street
St. Louis, Missouri 63103-2811 (314) 331-5501
B. AUDIT OFFICE
Mr. Curtis Blelbaum, DCAA, Chicago Region,
St. Louis Branch Office, Kansas City Subofflce
301 West Lexington, Room 209
Independence, Missouri 64060 (816) 374-6213
10. WILL YOU REQUIRE THE USE OF ANY GOVERNMENT PROPERTY
IN THE PERFORMANCE OF THIS WORK? (If 'Yes' Identify)
D YES / NO
12. HAVE YOU BEEN AWARDED ANY CONTRACTS OR SUBCONTRACTS FOR
THE SAME OR SIMILAR ITEMS WITHIN THE PAST 3 YEARS? [H 'Yes* Identify
ttem(s), customerls), and contact number(s)]
D YES / NO
11 A. DO YOU REQUIRE GOVERNMENT
CONTRACT FINANCING TO
PERFORM THIS PROPOSED
CONTRACT? IK 'Yes* complete 11B)
D YES /NO
11B. TYPE OF FINANCING
(Check One)
D Advance Payments
O Progress Payments
D Guaranteed Loans
13. IS THIS PROPOSAL CONSISTENT WITH YOUR ESTABLISHED
ESTIMATING AND ACCOUNTING PRACTICES AND PROCEDURES AND
FAR PART 31 COST PRINCIPLES? (H "No" explain)
s/ YES D NO
14. COST ACCOUNTING STANDARDS BOARD (CASB) DATA (Public Law 91-379 as amended and FAR PART 30)
A. WILL THIS CONTRACT ACTION BE SUBJECT TO CASB REGULATIONS? Iff
"No" explain In proposal)
/YES D NO
C. HAVE YOU BEEN NOTIFIED THAT YOU ARE OR MAY BE IN
NONCOMPLIANCE WITH YOUR DISCLOSURE STATEMENT OR COST
ACCOUNTING STANDARDS? (H 'Yes* explain In proposal)
D YES / NO
B. HAVE YOU SUBMITTED A CASB DISCLOSURE STATEMENT ICASB DS-1
or 2)? (If 'Yes* specify In proposal the office to which submitted and H
determined to be adequate?
a/ YES D NO
D. IS ANY ASPECT OF THIS PROPOSAL INCONSISTENT WITH YOUR
DISCLOSED PRACTICES OR APPLICABLE COST ACCOUNTING
STANDARDS? {If 'Yes* explain In proposal)
D YES a/ NO
TN» proposal to submitted In response to the RFP, contract, modification. etc. In Items 1 and reflects our bat estimates and/or actual com aa of this data and conform! with tha Instructions in FAR
16.804-(bM2l, Tatala 16-2. By submitting this proposal, tha offsror. If aalactad for negotiation, grant* ths contracting officer or an authorlzad rapraaantativa tha right to axamlna. at any time, before
award, thoaa books, records, documents, and other types of factual Information, regardless of form or whether such supporting Information is specifically referenced or Included In the proposal as ths
basis for pricing, that wDI permit an adequate eveluation of the proposed price.
16. NAME AND TITLE (Type)
ROBERT DONAL
OR, CONTRACTS AND FACILITIES SERVICES
16. NAME OF FIRM
MIDWEST RESEARCH INSTITUTE
17. SIGNATUI
18. DATE OF SUBMISSION
March 2, 1993
NSN 7640-01-142-9645
1411-101
PROPRIETARY DATA
STANDARD FORM 1411 (9-91)
Prescribed by GSA
FARI48CFR) 53.216-2IC)
-------
MIDWEST RESEARCH INSTITUTE
PROPOSED BUDGET
PROPRIETARY DATA
02-Mar-93
SPONSOR: EPA/AQMD
PROPOSAL/PROJECT NO.: 9712
RFP/CONTRACT NO.: 68-DO-0123
CONTRACT ADMINISTRATOR: T. KATSANTONESS
PRICING DEPT.: DLW
TITLE: WORK ASSIGNMENT NO. 77, REVISED
START DATE: 2/93
DURATION: 3 MONTHS
COST TYPE: X
FIXED PRICE:
TASK: PERIOD: 1
DIRECT LABOR
CATEGORY
PL-4
PL-3
PL-2
PL-1
T-1
HOURS
COST
255
160
120
85
80
TOTAL HOURS
FRINGE BENEFITS AT 32% LABOR
TOTAL DIRECT LABOR
OVERHEAD
ON-SITE OH KC AT 138%
OFF-SITE OH NC AT 105%
TOTAL OVERHEAD
TOTAL LABOR COST
700
LABOR SUBTOTAL
22,626
1,128
OTHER DIRECT COSTS
TRAVEL
1, 1 PERSON 2 DAY TRIP, KANSAS CITY, MO TO RALEIGH, NC
AIR FARE AT $780/PERSON-TRIP
SUBSISTENCE 2 DAYS AT $92/DAY
CAR RENTAL 2 DAYS AT $34/DAY
AIRPORT TRANS. AND PARKING, $21/TRIP
780
184
68
21
SERVICE DEPARTMENTS
GRAPHIC ARTS
WORD PROCESSING
ON-UNE SEARCHES
HOURS
RATE
COST
4
12
24.00
25.50
96
306
100
-------
MIDWEST RESEARCH INSTITUTE
PROPOSED BUDGET
PROPRIETARY DATA
02-Mar-93
MRI PROJECT NO. 9712
WORK ASSIGNMENT NO. 71
PAGE 2
OTHER DIRECT COSTS (CONTINUED)
REPORT REPRODUCTION
TYPE REPORT FRQ COPIES PAGES PER COPY COST
WORK PLAN 1 12 16 0.09 17
MONTHLYS 2 12 10 0.08 19
DRAFT FINAL 1 12 80 0.07 67
FINAL 1 13 80 0.07 73
SUPPLIES AND OTHER COSTS QTY. UNIT COST COST
LD TELEPHONE 200
PHOTOCOPYING 150
SHIPPING 50
OTHER SUPPLIES 100
TOTAL OTHER DIRECT COSTS 2.231
TOTAL COST
FEE
TOTAL ESTIMATED COST OR PRICE
------- |