![]() |
BOARD MEETING DATE: July 7, 2006
|
||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
PROPOSAL:
SYNOPSIS:
COMMITTEE:
RECOMMENDED ACTION:
Barry R. Wallerstein, D.Env. Background In February 1993, the U.S. EPA promulgated the PAMS regulations for areas classified as serious, severe or extreme nonattainment. These regulations require AQMD to conduct monitoring for ozone precursors with enhanced monitoring equipment at a total of seven sites. The PAMS program is also funding the meteorological upper air profilers sited at LAX and Ontario airports, the upper air site installed at Moreno Valley in Riverside County, and a new upper air site currently being installed in Orange County. Since the onset of the PAMS program, U.S. EPA has annually allocated Section 105 grant funds in support of this requirement. Each year, staff submits a proposed budget to U.S. EPA to implement the PAMS program. Upon initial approval by U.S. EPA, staff brings the proposed budget to the Board for approval. In order to implement the PAMS program in a timely manner, services performed prior to receipt of the grant award were covered with General Fund money. However, based on the current budget practice, capital outlays are placed on hold until after the grant award is received. The Board approved the 14th year PAMS award in September 2005. However, the AQMD did not receive the actual grant award until May 2, 2006, resulting in the need to appropriate unspent PAMS funds from FY 2005-06 to the AQMD FY 2006-07 Budget. In addition, any unspent funds must be reauthorized by U.S. EPA if there are unspent funds at the end of the federal fiscal year (September 30, 2006). Under the current cash-basis reimbursement practice, the SCAQMD is eligible to request reimbursement from EPA once invoices have been paid. This poses some risk to the AQMD if invoices for equipment or services are received towards the end of the federal fiscal year. Each year staff brings to the Board a proposed budget for any prior fiscal year unspent funds to be carried over to the current fiscal year budget. This year, U.S. EPA recently informed staff of some uncertainty in reauthorizing any unspent PAMS funds. As such, staff is proposing through this letter to expend all of the unspent 14th year PAMS funds by the end of the federal fiscal year. As a result of this urgency, this item was reviewed by Technology Committee on June 23, 2006 for Board action in July. Proposal Attachment 1 shows the 13th and 14th year PAMS budget approved by the Board in September 2005 and the remaining balance at the end of FY 2005-06. As shown in Attachment 1, a little over one-half of the 13th and 14th year PAMS budget is estimated to be spent by June 30, 2006. The majority of the unspent funds are for contract services and capital outlays that could not move forward until the AQMD received the grant award from U.S. EPA. As such, staff has prepared a budget for the expenditure of the remaining funds before the end of the federal fiscal year as shown in Attachment 2. Staff is requesting the Board’s approval of this proposed budget to be spent through Science & Technology Advancement and Planning, Rule Development & Area Sources as shown in Attachment 2 to cover salaries and employee benefits, service and supplies, and capital outlay expenditures. Staff has identified a need to upgrade the existing AQMD PAMS air monitoring network with these funds. In addition, staff is requesting Board approval to issue purchase orders for laboratory and field equipment listed in Table 1 in the priority order provided, up to the total amount of $819,684. Staff is also requesting the Board to approve issuance of purchase orders for up to an additional four items as provided in Table 2, if any of the items listed in Table 1 are not invoiced prior to the end of the federal fiscal year. Substitution of any items or increasing the quantities of any item in Table 1 based on the requested items in Table 2 would be done in a manner not to exceed the available funding. Staff believes that this approach will assure that the current PAMS funds are spent prior to the end of the federal fiscal year. These allocations were discussed with and approved by U.S. EPA. Table 1. Prioritized List of Laboratory and Field Equipment Purchase Requests
Table 2. Additional Laboratory and Field Equipment Purchase Requests To Be
The following sections describe the requested purchases provided in Table 1. (1) Purchase of six (6) Data Loggers ($33,954) On April 7, 2006, the Board approved the release of RFQ # Q2006-12 to competitively select a vendor from which to purchase data loggers. The primary function of the data loggers is to record ambient air quality data at the air monitoring stations and enable the data to be sent via telemetry to the central computer system at AQMD. The acquisition of the new data loggers will provide the ability to collect air quality at additional monitoring sites. Copies of RFQ #Q2006-12 for the purchase of the data loggers were advertised in accord with the AQMD advertisement policy. Two (2) quotations were received at the close of the solicitation on May 9, 2006. An evaluation panel was convened to evaluate the bids received from the respondents to the RFQ. The panel consisted of two Senior Air Quality Instrument Specialists and one Air Quality Instrument Specialist II. The panel makeup relative to ethnicity and gender is as follows: one person of Middle Eastern decent and two Caucasians; three males. The evaluation process was conducted according to the criteria described in the RFQ. The panel, based on its evaluation, determined that only one of the two bids met the technical specifications of the RFQ for the Data Loggers. Therefore, staff recommends that the Board authorize the Procurement Manager to issue a purchase order with Agilaire LLC for an amount not to exceed $33,954 for the purchase of six Data Loggers. (2) Purchase of Five (5) Gas Calibration Systems ($74,000) Automated gas calibration systems are located at all air monitoring stations where continuous gas pollutant measurements are being made. These systems allow for the daily, early morning span and zero check necessary to validate instrument performance and provide data for subsequent data adjustments, if needed. As aging equipment needs replacement, and new sites are added to the air monitoring network, additional gas calibration systems are needed. Staff believes that at least five new gas calibration systems could be acquired at this time and an additional two as part of next fiscal year’s PAMS program. Therefore, staff recommends that the Board authorize the Procurement Manager to execute a sole-source purchase order with Environics Inc. for an amount not to exceed $74,000 for the purchase of five gas calibration systems. Staff is also requesting the Board’s approval to purchase two additional gas calibration systems at a cost not to exceed $29,600 should any of the other requested items listed in Table 1 not be invoiced one month prior to the end of the federal fiscal year. (3) Purchase of one (1) Canister Oven ($23,300) Canisters used in the PAMS program for the determination of ozone precursors are reused continuously. In order to assure that there are no residual hydrocarbons from the prior sampling period, each canister must be cleaned and analyzed to prove it is hydrocarbon free and suitable for the next sample. The cleaning process is carried out by an automated cleaning oven which cycles canisters through an eight step process. Each of the eight cycles involves pressurization of the canisters with pure nitrogen followed by evacuation by a vacuum pump. The process is carried out at elevated temperatures to assure that all organics are volatilized. A computer controls and monitors each cycle. Both of our current canister cleaning ovens are capable of cleaning eight canisters at a time and are not expandable. They were purchase many years ago and are experiencing break-downs. The proposed canister cleaning oven is capable of cleaning 12 canisters per batch and can be expanded in the future if needed. The proposed canister cleaning oven control computer is compatible with the existing systems, and staff believes will better control the older oven’s cleaning process in addition to controlling the new oven. Therefore, staff proposes the purchase of a canister cleaning oven from Entech Instruments Inc. for an amount not to exceed $23,300. (4) Extend Warranty for Upper Air Doppler Acoustic Profiler System ($13,000) Over the past ten years, the AQMD purchased two MiniSoDAR Doppler acoustic profiling systems to provide upper air measurements in support of the U.S. EPA PAMS program and for air quality analyses, modeling and forecasting. After the initial warranty period for expired, annual extended warranty services has been purchased from the instrument manufacturer, Atmospheric Systems Corporation, to cover repairs and parts replacement. Under the extended warranty, AQMD staff can contact the instrument manufacturer’s staff for system analysis and operational advice and AQMD receives priority response when further testing, part replacement or repairs are needed. The cost of replacement parts, software upgrades and repair services are covered under the warranty. This warranty service assures that electronics, hardware and software problems will be resolved in a timely manner, without the need to separately obtain funding for individual tests and parts. This greatly reduces the instrument down-time. Staff proposes that extended warranty with Atmospheric Systems Corporation be purchased at a cost not to exceed $13,000. (5) Extend Warranty for Upper Air Radar Wind Profiler System ($51,000) Over the past ten years, the AQMD purchased four radar wind and temperature profiler systems to provide upper air measurements in support of the U.S. EPA PAMS program and for air quality analyses, modeling and forecasting. After the initial warranty period expired, annual extended warranty services have been purchased from the instrument manufacturer, Vaisala, Inc., to cover repairs and parts replacement. Under the extended warranties AQMD staff can contact the instrument manufacturer’s staff for system analysis and operational advice and AQMD receives priority response when further testing, part replacement or repairs are needed. The cost of replacement parts, software upgrades and repair services are covered under the warranty. This warranty service assures that electronics, hardware and software problems will be resolved in a timely manner, without the need to separately obtain funding for individual tests and parts. This greatly reduces the instrument down-time. Staff proposes that an extended warranty with Vaisala Inc. be purchased at a cost not to exceed $51,000. (6) Purchase of two (2) MiniSoDAR Dopplers Acoustic Profilers ($120,000) In June 2000, the Board approved the purchase of two MiniSodar Doppler acoustic profilers, after a competitive bid process. These instruments are operated at the existing PAMS upper-air meteorological monitoring stations at the Los Angeles and Ontario International Airports where they supplement the radar wind profilers and tower-mounted instruments to provide additional resolution of wind measurements in the lowest 200 meters of the atmospheric boundary layer. The continuous wind and mixing height data from these systems improve air quality analyses and forecasting, including regional photochemical modeling and the analysis of the transport of ozone and its precursors. Staff proposes that two additional MiniSodar systems supplement the upper air measurements at the new Orange County upper air monitoring station and a proposed station to assess transport into the Santa Clarita Valley. Better definition of the meteorological characteristics in these two locations will improve the performance of regional models and the scientific understanding of ozone generation and transport in the South Coast Air Basin. The two current MiniSodar systems were purchased from AeroVironment Inc., whose acoustic wind profiling instrumentation line has subsequently been purchased by Atmospheric Systems Corporation (ASC). For continuity with the existing systems, staff proposes a sole-source purchase of the two additional instruments from ASC at a cost not to exceed $120,000. (7) Purchase of Upper Air Radar Wind Profiler ($351,000) The AQMD currently operates a network of three upper air meteorological monitoring stations in Los Angeles, Riverside and San Bernardino Counties, with a fourth station currently being installed in Orange County. The radar wind and temperatures profilers meet the upper-air meteorological measurement requirements of the U.S. EPA PAMS program and provide continuous detailed information of the wind and temperature structure of the lower atmosphere for air quality forecasting, episode analyses and modeling. Staff has identified the need for additional boundary layer wind and temperature data to help fill a data void for forecasting and regional modeling analyses related to the transport of photochemical precursors and ozone to the Santa Clarita Valley. Staff proposes that an additional wind profiler be placed in the Santa Clarita Valley to expand the capabilities of the AQMD upper-air network. The four existing AQMD radar wind profiler systems were purchased from URS/Radian, whose radar wind profiling instrumentation development and manufacturing has subsequently been purchased by Vaisala, Inc. For continuity with the existing systems, staff proposes a sole-source purchase of the Model LAP-3000 radar wind profiler with the radio acoustic sounding system (RASS) option from Vaisala, Inc. at a cost not to exceed $351,000. (8) Purchase of two (2) CNG Vans ($95,000) Vehicles are needed by staff to maintain field equipment at the AQMD monitoring stations. Each staff member responsible for calibration or repair needs a van to carry calibration and repair equipment to and from the air monitoring stations. As additional staff are being trained and utilized to perform calibrations and repair, additional vans are needed. Furthermore, several vehicles are no longer operating, and others have accumulated greater than 150,000 miles. Consistent with AQMD practice of procuring alternative-fueled vehicles, CNG-powered repair and calibration vans have been purchased in the past. However, a thorough search revealed that no existing new CNG-powered vans are available directly from an original equipment manufacturer. However, one after-market CNG conversion for General Motor Corporation (GMC) vans has been certified by CARB at the LEV II super-ultra low (SULEV) emissions level compared to the gasoline version, which is certified at ULEV. Due to the urgency to complete necessary purchases, staff conducted an informal bid with General Motors dealerships for a CNG-converted GMC van. Two bids for the GM Savana 2500 cargo vans were received from GMC dealers, one with the CNG conversion costs included. As the conversions would be performed by the same company at the same cost, the bid with the lowest base price for the un-converted van was chosen. Therefore, staff recommends that the Board authorize the Procurement Manager to issue a purchase order with Reynolds Buick/GMC Trucks Inc. for an amount not to exceed $95,000 for the purchase of two (2) CNG-powered vans. Section IV.A.6 of the AQMD Procurement Policy and Procedure requires that any item directed for procurement by the AQMD Board or the Executive Officer be advertised for public bidding as set forth in Section VII. In addition, the procedure described in Section VI of the Procurement Policy and Procedure must be followed for purchases in excess of $10,000. Under Section VI.A.4, the preparation of detailed specifications or obtaining of bids may be waived by the Executive Officer or his or her designee if proper justification is provided. Staff is requesting the Board’s approval to waive the requirements for advertisement for public bidding based on Section VI.A.4.d of the Procurement Policy and Procedure - Required construction, repair, or project completion dates cannot be met. Due to the shortened time frame to purchase equipment and invoiced by the end of the federal fiscal year (September 30, 2006), staff believes the formal bid process could be waived in this instance and the informal bid process be followed as provided in Section IV.B.2 of the Procurement Policy and Procedure. (9) Purchase of four (4) Ozone Analyzers ($21,200) An ozone analyzer is required as a transfer standard for all field staff performing calibrations of ozone measurement equipment at AQMD air monitoring stations. Additional staff, including those in the repair unit, are being trained and utilized to perform calibrations in order to improve efficiency of field work. Four additional ozone analyzers are required to equip the newly trained staff for these duties. The Board approved the purchase of eight Thermo Electron Corporation ozone analyzers to replace some of the existing ozone analyzers in the AQMD air monitoring network. Therefore, staff recommends that the Board authorize the Procurement Manager to issue a purchase order with Thermo Electron Corporation for an amount not to exceed $21,200 for the purchase of four Ozone Analyzers as transfer standards. (10) Purchase of 37 Silinated VOC Canisters ($21,630) The PAMS program uses specially treated stainless steel 6-liter canisters to collect ambient air samples for laboratory analysis. These canisters are treated in such a way that minimizes the reactivity of the interior surface of the canisters thus assuring that samples will not react or change composition before analyses. The least reactive canisters utilize two technologies to reduce surface area reactivity. First each can is electro-polished which is then followed by a process which provides a silicon based coating. These canisters are in use in the PAMS program, and with age and use have developed leaks. When possible staff repair these leaks, however this is not always possible. Additionally, this purchase will allow for the replacement of canisters purchased several years ago when only the electro-polished process was available. Therefore, staff proposes the purchase of 37 silinated canisters from Entech Instruments Inc. for a cost not to exceed $21,630. Staff is also requesting the Board’s approval to purchase 13 additional silinated canisters at a cost not to exceed $29,600 should any of the other requested items listed in Table 1 not be invoiced one month prior to the end of the federal fiscal year. (11) Purchase of one (1) Replacement Air Monitoring Station Shelter ($15,600) The existing Upland PAMS site is housed in a portable trailer that is need of replacement. The current trailer lacks sufficient space for equipment, and does not allow safe access to the roof as required for flow checks. The Board has from time to time replaced portable trailers with new, customized shipping containers that provide a robust and cost effective housing for air monitoring equipment. Therefore, staff recommends that the Board authorize the Procurement Manager to issue a purchase order with Martin Container, Inc. for an amount not to exceed $15,600 for the purchase of one air monitoring station shelter to replace the existing shelter at the Upland air monitoring site. The following section describes the additional items listed in Table 2. Purchase of Up to Twelve (12) Gas Generators ($144,000) The laboratory uses many pure gases as calibration standards when analyzing ambient air samples under the PAMS program. These gases include hydrogen, zero air, and nitrogen. Currently cylinders of these gases are delivered from a variety of vendors. The cost of the cylinders includes not only the gas they contain but a daily rental charge as well. In addition, as the capabilities of laboratory based equipment increases to lower and lower detection levels, the vendors of bottled carrier gases are having difficulty meeting cleanliness specifications now required for these gases. On site generation of hydrogen, zero air, and nitrogen will reduce gas cost and eliminate daily cylinder rental fees. It is anticipated that these generators will pay for themselves within three years of operation. Staff also believes that in-lab generation of these gases will provide the quality of gas required for sub-part-per-billion analysis of air samples as is needed for several of the compounds measured under the PAMS program. Therefore staff proposes the purchase of up to twelve (12) gas generators at an amount not to exceed $144,000. Staff is requesting the Board’s approval to waive the requirements for advertisement for public bidding for this item based on Section VI.A.4.d of the Procurement Policy and Procedure - Required construction, repair, or project completion dates cannot be met. Due to the shortened time frame to purchase equipment and to be invoiced by the end of the federal fiscal year (September 30, 2006), the vendor will be determined through an informal RFQ process. Purchase of one (1) Gas Chromatograph/Concentrator System ($80,000) The laboratory uses gas chromatographs (GCs) for the analysis of PAMS compounds and to assure that canisters are clean prior to reuse. The GCs are enhanced to allow for very low level pollutant detection with by addition of a gas concentrator known as cryo-focusing unit. Working in concert with a concentrator, GCs are capable of detection levels in the sub-part-per-billion range. One of the GCs used in the PAMS program is in excess of 10 years old. As would be expected from an aging instrument it is experiencing a greater failure rate than newer instrumentation. Further, the vendor no longer supports this instrument and once the inventory of parts is depleted, repairs can not be made. Lastly, due to advances in GC detection technology over the past ten years, newer instruments are routinely capable of lower detection levels than the older technology. Therefore, staff proposes the purchase of a gas chromatograph with cryo-focusing concentrator for an amount not to exceed $80,000. Staff is requesting the Board’s approval to waive the requirements for advertisement for public bidding for this item based on Section VI.A.4.d of the Procurement Policy and Procedure - Required construction, repair, or project completion dates cannot be met. Due to the shortened time frame to purchase equipment and to be invoiced by the end of the federal fiscal year (September 30, 2006), the vendor will be determined through an informal RFQ process. Outreach In accordance with AQMD’s Procurement Policy and Procedure, a public notice advertising the RFP/RFQ for the Data Loggers and inviting bids was published in the Los Angeles Times, the Orange County Register, the San Bernardino Sun, and Riverside County Press Enterprise newspapers to leverage the most cost-effective method of outreach to the entire South Coast Basin. Additionally, potential bidders may have been notified utilizing AQMD’s own electronic listing of certified minority vendors. Notice of the RFP/RFQ was mailed to the Black and Latino Legislative Caucuses and various minority chambers of commerce and business associations, and placed on the Internet at AQMD’s Web site (http://www.aqmd.gov/). Information was also available on AQMD’s bidder’s 24-hour telephone message line (909) 396-2724. Sole-Source Justification A sole-source award is authorized under Sections IV.B. of the Procurement Policy and Procedure when a purchase does not lend itself to substitution. Section VIII, (B) (2) of the Procurement Policy and Procedure identifies four major provisions under which a sole-source award may be justified. The request for a sole- source purchase of the miniSoDar Doppler Acoustic Profilers (Item No.6, Table 1) and the upper-air radar wind profiler (Item No.7, Table 1) is made under provision B.2.d (6). The equipment must be compatible with existing specialized equipment currently in use for the AQMD PAMS upper-air measurement program in order to maintain operational consistency with equipment currently used in the network and to assure that parts are interchangeable with the current equipment. Upper-air system compatibility is essential for instrument maintenance and for timely, accurate data processing, validation and analysis. In addition, the request for a sole- source purchase of the gas calibration systems (Item No. 2, Table 1 and Item No. 2, Table 2), the canister oven (Item No. 3, Table 1), the ozone analyzers (Item No. 9, Table 1), and the silinated VOC canisters (Item No.10, Table 1 and Item No. 3, Table 2), is made under Section VIII, Section B.2.d (6) of the Procurement Policy and Procedure. The equipment must be compatible with existing specialized equipment currently in use for the AQMD air monitoring network in order to maintain operational consistency with equipment currently used in the network and to assure that parts are interchangeable with the current equipment. The request to extend the existing upper-air warranties (Item Nos. 4 and 5, Table 1) is made under Section VIII, B.2.c of the Procurement Policy and Procedure: The desired services are available from only the sole-source based upon (1) The unique experience and capabilities of the proposed contractor or contractor team; (2) The project involves the use of proprietary technology; and (3) The contractor has ownership of key assets required for project performance. Since the upper-air Doppler acoustic profiler and the upper-air radar wind profiler manufacturers, Vaisala Inc. and Atmospheric Systems Corporation, are the sole manufacturer and commercial vendor of the radar and acoustic wind profiling instrumentation, respectively, they are uniquely experienced and capable of providing warranty services, repairs and replacement parts for their products. Such service requires the use of proprietary technology and key assets that each company has uniquely developed for work on their instruments. The request for a sole-source purchase of the replacement of the Upland PAMS air monitoring station shelter (Item No. 11, Table 1) is made under Section VIII, B.2.c of the Procurement Policy and Procedure: The desired services are available from only the sole-source based upon the unique experience and capabilities of the proposed contractor or contractor team; (2) The project involves the use of proprietary technology; and (3) The contractor has ownership of key assets required for project performance. All of the new AQMD station shelters have been purchased from Martin Container, Inc. as a result of an RFQ issued in 2003. Only two bids were received at that time, and one was disqualified for lack of relevant experience. Therefore, this single vendor is the only known vendor with the unique expertise and capabilities required. Resource Impacts U.S. EPA funding will support the 14th year operation of the PAMS program and will further provide for equipment, temporary services, supplies and services, necessary to meet the objectives of the program. Attachments (EXE 61kb)
|
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||