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 ------- |