BOARD MEETING DATE: October 10, 1997 AGENDA NO. 14


PROPOSAL:

Execute Contract to Perform Data Analysis of PAMS Network Data and 1997 Southern California Ozone Study Field Measurement Data

SYNOPSIS:

On May 9, 1997, the Board approved the release of an RFP to perform data analysis of PAMS network data and 1997 Southern California Ozone Study field measurement data. The two proposals, submitted in response to the RFP, have been evaluated and a proposed contractor selected. This action is to execute a contract with Sonoma Technology, Inc., in an amount not to exceed $229,826 to perform the required tasks.

COMMITTEE:

Mobile Source, September 26, 1997, Recommended for Approval.

RECOMMENDED ACTION:

Authorize the Chairman to execute a contract with Sonoma Technology, Inc. (STI) to perform data analysis of PAMS network data and 1997 Southern California Ozone Study field measurement data in an amount not to exceed $229,826.

Barry R. Wallerstein, D.Env.
Acting Executive Officer


Background

On May 9, 1997, the AQMD released RFP # 9697-52 to seek consultants to perform data analysis of PAMS network data and 1997 Southern California Ozone Study field measurement data. The AQMD has been operating a number of PAMS stations since 1993 and has collected a large amount of air quality, ozone precursors (speciated VOCs and NOx), and surface and upper air meteorological data, as required under the federal Clean Air Act. These data are necessary for developing air quality and meteorological inputs for air quality computer models used in preparing the AQMP. During the summer and early fall of 1997, the ARB and U.S. EPA, in cooperation with local air districts in the Southern California area and other interested parties, are sponsoring the 1997 Southern California Ozone Study (SCOS97). The data from this intensive field measurement program and the existing PAMS data will form the scientific basis for the preparation of the 2000 AQMP revision. This contract is to provide an analysis of these data and facilitate their integration into future AQMP revisions.

Proposal

This project focuses on analyzing the AQMD’s PAMS database in conjunction with other available data, such as the data from the 1987 Southern California Air Quality Study (SCAQS) and the SCOS97 intensive field measurement program. The contractor will provide analyses of air quality, ozone precursor and meteorological data and source apportionment.

Outreach

In accordance with the AQMD’s consulting and contracting policies, a public notice advertising the RFP and inviting bids was published in the following publications:

1.

Black Voice News

8.

Korea Central Daily

15.

Philippine News

2.

Chinese Daily News

9.

La Opinion

16.

Precinct Reporter

3.

Eastern Group Publications

10.

La Voz

17.

Rafu Shimpo

4.

El Chicano

11.

Los Angeles Sentinel

18.

Riverside Press Enterprise

5.

Excelsior, The

12.

Los Angeles Times

19.

San Bernardino Sun

6.

Inland Empire Hispanic News

13.

M/W/DVBE Source

20.

State of California Contracts

7.

Inland Valley Daily Bulletin

14.

Orange County Register


Register

Additionally, potential bidders were identified using the Los Angeles County MTA, and Cal Trans Directories of Certified Minority, Women, Disadvantaged and Disabled Veterans Business Enterprises; the Inland Area Opportunity Pages Ethnic/Women Business & Professional Directory; AQMD’s own electronic listing of certified minority vendors; and AQMD Purchasing’s mailing list. A total of 200 copies of the RFP were mailed to potential bidders including the Black and Latino Legislative Caucuses and various minority chambers of commerce and business associations. In addition, the RFP was also placed on the Internet at AQMD’s Web site [http://www.aqmd.gov, "Business & Job Opportunities" icon] and AQMD’s bidder’s 24-hour telephone message line (909) 396-2724. The RFP was released for a period of 50 days to receive bids.

Panel Composition

The bid evaluation panel consisted of Ms. Carol Bohnenkamp of U.S. EPA, Dr. Bart Croes of ARB, Mr. Vince Mirabella of Edison International, Mr. Tom Chico of AQMD and Dr. Xinqiu Zhang of AQMD. The panel was comprised of four males and one female; four Caucasians and one Asian Pacific Islander.

Bid Evaluation

Two proposals (AeroVironment Environmental Services, Inc. and Sonoma Technology, Inc.) were received in response to the RFP by the June 30, 1997 closing date. Each of the proposals consists of two or more subcontractors which in the aggregate represent a significant number of firms with prior experience in the area of air quality and meteorological data analysis. Neither of the two proposals were from disabled veteran owned business enterprises, women-owned business enterprises, or certified minority owned businesses. The proposals were reviewed and evaluated according to established AQMD guidelines. A summary of the panel’s scoring is included as Attachment A. The evaluation process involved two steps. First, proposals were evaluated using a set of technical criteria. Proposals receiving scores of at least 70 out of 100 points were considered technically qualified and eligible for contract award. Next, the technically qualified proposals were evaluated using the criteria of cost pursuant to the proposed interim contracting policy. Using this two-step selection process, the proposal from Sonoma Technology, Inc. received the higher overall score. In addition, the evaluation panel members agreed that the Sonoma Technology proposal is technically superior.

Proposition 209 Compliance

On August 28, 1997, Proposition 209 went into effect when a stay of enforcement was lifted. Proposition 209 prohibits granting of preferential treatment based upon race, ethnicity, color, sex or national origin in the operation of public employment, public education, or public contracting. On September 19,1997, the Administrative Committee considered options for amendment of the District’s contracting policies to conform with the Proposition. The matter will be further considered at the Committee’s next meeting. In the meantime to ensure compliance with the Proposition, the Committee recommended for adoption an Interim Contracting Policy. This policy will be considered for adoption as part of another agenda item at the October 10, 1997, Board Meeting. The proposed Interim Policy eliminates the granting of preference points based upon race or gender and only requires a good faith effort to subcontract with minority and women-owned businesses if subcontracts are to be let, when contracts are funded in whole or in part by EPA grant funds. (Proposition 209 does not prohibit actions necessary to maintain eligibility for federal funding.) In addition, in compliance with certain federal requirements, local preference points are allowed only if the contract does not involve federal funding. If the Interim Policy is adopted by the Board, this contract award will be based on that policy. The remainder of the District’s Contracting and Purchasing Policy and Consultant Selection Policy remains unchanged.

Resource Impacts

Sufficient funding is available in the approved FY1997-1998 Budget.

Attachment

A- Evaluation Summary, Responses to RFP #9697-52

ATTACHMENT A

Evaluation Summary, Responses to RFP #9697-52

Two proposals were received in response to RFP #9697-52, from AeroVironment Environmental Services, Inc. (AV) and Sonoma Technology, Inc. (STI), respectively.

Step 1 - Technical Criteria (100 points maximum, 70 points for further consideration)

Bidder

AV

STI

Panel Average

71.68

95.80

Carry-over (50% of points >70)

0.84

12.90

Step 2 - Cost and Other Factors (85 points maximum)

Criteria

AV

STI

Cost (Maximum 70 points for lowest cost)

(Actual Amount)

70.00

($209,999.98)

63.96

($229,826.00)

Certified MBE/WBE/DVBE (Maximum = 10) or Minimum of 20% Participation by MBE/WBE/DVBE Subcontractors (Maximum = 7)

0

0

Local Business Enterprise (Maximum = 5)

5*

0

Total

70.00

63.96

Total Score (100 points maximum)

Criteria

AV

STI

Step 1 Carry-over points (Maximum = 15)

0.84

12.90

Step 2 Points (Maximum = 85)

70.00

63.96

Total

70.84

76.86

*Not included pursuant to proposed interim policy. However, inclusion of local business enterprise points would not have affected the award of contract in this case.

/ / /