Loading...
HomeMy Public PortalAbout10 October 23, 2000 Budget & Implementation5/6 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION • BUDGET AND IMPLEMENTATION COMMITTEE MEETING AGENDA RECORDS TIME: 2:30 p.m. DATE: Monday, October 23, 2000 LOCATION: Riverside County Transportation Commission 3560 University Avenue, Suite 100 - Conference Room A Riverside, CA 92501 1 • ...COMMITTEE MEMBERS... Ron Roberts, Chairman / Jeff Comerchero, City of Temecula John Hunt, Vice Chair / Michael Bracken, City of Banning Gregory S. Pettis / Sarah DeGrandi, City of Cathedral City Juan DeLara / Richard Macknicki, City of Coachella Jeffrey Bennett / Andrea Puga, City of Corona Mike Wilson / Marcos Lopez, City of Indio John Pena / Ron Perkins, City of La Quinta Kevin Pape / Robert Schiffner, City of Lake Elsinore Frank West / Bill Batey, City of Moreno Valley Phil Stack / Harvey Gerber, City of Rancho Mirage Anneal Moore / City of Riverside John Tavaglione / District Two / County of Riverside Jim Venable / District Three / County of Riverside Patrick Williams / Chris Carlson-Buydos / Jim Ayres City of San Jacinto ... STAFF ... Eric Haley, Executive Director Marilyn Williams, Director of Regional Issues and Communications ... AREAS OF RESPONSIBILITY... Annual Budget Development and Oversight Countywide Strategic Plan Legislation Measure "A" Implementation and Capital Programs Public Communications and Outreach Programs Competitive Grant Programs: TEA 21-CMAQ & STP, Transportation Enhancement and SB 821 -Bicycle & Pedestrian Property Management SAFE/Freeway Service Patrol and other areas as may be prescribed by the Commission Comments are welcomed by the Committee. If you wish to provide comments to the Committee, please complete and submit a Testimony Card to the Clerk of the Board. • • • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION BUDGET AND IMPLEMENTATION COMMITTEE http://www.rctc.org 3560 University Ave - Riverside, CA 92501 - Conference Room A PARK IN THE PARKING GARAGE ACROSS FROM THE POST OFFICE ON ORANGE STREET MONDAY, OCTOBER 23, 2000- 2:30 -P.M. AGENDA* *Actions may be taken on any item listed on the agenda City of La Quinta City Hall (Video Conference Location) 78-495 Calle Tampico, La Quinta 92253 - Session Room 1. CALL TO ORDER 2. ROLL CALL 3. PUBLIC COMMENTS 4. APPROVAL OF MINUTES (September 25, 2000) 5. CONSENT CALENDAR - All matters on the Consent Calendar will be approved in a single motion unless a Commissioner(s) requests separate action on specific item(s). Items pulled from the Consent. Calendar will be placed for discussion at the end of the agenda. 5A. CONTRACTS COST AND SCHEDULE REPORT - P. 01 Overview This item is to seek Committee approval to: 1) Receive and file the Contracts Cost and Schedule Report for the month ending September 30, 2000; and 2) Forward to the Commission for final action. Budget and Implementation Committee October 23, 2000 Page 2 6. ACQUISITION AND TRANSFER OF LAND FOR THE CORONA MAIN STREET METROLINK STATION - P. 05 Overview Any Property Ad Hoc Committee recommendations will be presented to the Budget and Implementation Committee for its review and possible action. 7. RCTC LICENSE AGREEMENTS POLICIES - P. 08 Overview Any Property Ad Hoc Committee recommendations will be presented to the Budget and Implementation Committee for its review and possible action. 8. CITY OF HEMET PURCHASE AND SALE AGREEMENT - P. 11 Overview Any Property Ad Hoc Committee recommendations will be presented to the Budget and Implementation Committee for its review and possible action. 9. METROLINK STATION(S) ELEVATOR MAINTENANCE AGREEMENT - P. 13 Overview Any Property Ad Hoc Committee recommendations will be presented to the Budget and Implementation Committee for its review and possible action. • • • • • • Budget and Implementation Committee October 23, 2000 Page 3 10. CALL BOX UPGRADE AGREEMENT BETWEEN RIVERSIDE COUNTY TRANSPORTATION COMMISSION AND COMARCO WIRELESS TECHNOLOGIES - P. 16 Overview This item is to seek Committee approval to: 1) Enter into an agreement between the Riverside County Transportation Commission and Comarco Wireless Technologies to upgrade the call box system in Riverside County; 2) Authorize the Chairman, pursuant to Legal Counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. 11. CALL BOX CALL ANSWERING SERVICES - P. 21 Overview This item is to seek Committee approval to: 1) Direct staff to develop a joint Riverside County Transportation Commission and San Bernardino Associated Governments (SanBAG) Request for Proposal for call box answering services; and 2) Forward to the Commission for final action. Budget and Implementation Committee October 23, 2000 Page 4 12. AMENDMENT TO CITY OF PALM DESERT'S FY 2001 MEASURE 'A' CAPITAL IMPROVEMENT PLAN FOR LOCAL STREETS AND ROADS - P. 36 Overview This item is to seek Committee approval of: 1) The amendment to FY 2001 Measure 'A' Capital Improvement Plans for Local Streets and Roads for the City of Palm Desert, as submitted; and 2) Forward to the Commission for final action. 13. ADJOURNMENT - The next meeting is scheduled to be held at 2:30 p.m. on Monday, November 27, 2000 at the RCTC offices. • • • MINUTES • RIVERSIDE COUNTY TRANSPORTATION COMMISSION BUDGET AND IMPLEMENTATION COMMITTEE September 25, 2000 MINUTES 1. CALL TO ORDER The meeting of the Budget and Implementation Committee was called to order at 2:38 p.m., by Chairman Ron Roberts at the offices of the Riverside County Transportation Commission, 3560 University, Suite 100, Riverside, California, 92501 and at the video conference location at the City of La Quinta, 78-495 Calle Tampico, La Quinta 92253. 2. ROLL CALL Members Present: Members Absent: Kevin Pape John Pena * Gregory S. Pettis * Andrea Puga Ron Roberts Phil Stack John Tavaglione Jim Venable Frank West Patrick Williams * ** * Attended meeting via video conference * * Arrived late 3. PUBLIC COMMENTS Juan DeLara John Hunt Ameal Moore Mike Wilson Michelle Cisneros, Accounting Supervisor, distributed the 2000-01 Budget, which was approved and adopted by the Commission at the June 14, 2000, meeting. URGENCY ITEM Eric Haley, Executive Director requested that an item be added to the agenda, as a position on Proposition 35 needs to be taken prior to the November elections. Mr. Haley further advised the Committee that their permission and a two-thirds vote would be needed, with the Committee's permission this item would be added to the agenda and forwarded to the full Commission. M/S/C (Pape/Puga) Approve this as an Urgency Item to be heard as Agenda Item 10. 4. APPROVAL OF MINUTES M/S/C (Puga/Stack) to approve the minutes of the August 28, 2000 meeting as presented. Abstain: Tavaglione and Pena. 5. CONSENT CALENDAR M/S/C (Tavaglione/Puga) to approve the Consent Calendar as presented. 5A. CONTRACTS COST AND SCHEDULE REPORT Receive and file and Contracts Cost and Schedule Report for the month ending August 31, 2000. 5B. SINGLE SIGNATURE AUTHORITY REPORT Receive and file the Single Signature Authority Report as of July 2000 and August 2000. 6. ADVANCE OF MEASURE A FUNDS AGREEMENT WITH THE CITY OF HEMET Eric Haley, Executive Director, advised the Committee that any needs for advancements would be considered. M/S/C (Puga/Tavaglione) recommend that the Commission: 1) Grant the City of Hemet (City) an advance of 8730,000.00 from Measure "A", Local Streets and Roads funds; 2) Increase the Local Streets and Roads appropriation in Fund 222 — Measure "A" Western budget by 8730,000; and 3) Authorize the Chairman, pursuant to Legal Counsel review, to execute a Measure "A" advancement agreement between the Commission and the City. 7. FY 2000-01 LOCAL TRANSPORTATION FUND ALLOCATION FOR LOCAL STREETS AND ROADS FOR THE PALO VERDE VALLEY APPORTIONMENT AREA M/S/C (Tavaglione/Puga) recommend that the Commission: 1) Allocate the FY 2000-01 Local Transportation Funds (LTF) for streets and roads proposed in the Palo Verde Valley, as shown on the attached table. 8. CMAQ CLEAN FUELS OPPORTUNITY FUND CATEGORY 2 & 3 PROJECT FUNDING RECOMMENDATIONS Marilyn Williams, Director of Regional Issues and Communications, advised the Committee that should this be approved, Category 4 would be the only category to remain under assessment by the Committee's Technical Staff. Marilyn Williams explained that RCTC has estimated a 14 -month implementation schedule for the electrification project, with 3 -years of physical operation. Commissioner John Tavaglione extended his thanks to Marilyn Williams for her hard work on this project, and further added his support to this project. • • Budget and Implementation Committee Minutes September 25, 2000 Page 3 • M/S/C (Tavaglione/Stack) recommend that the Commission: 1) Award $50,000 in Congestion Mitigation/Air Quality funds to the County of Riverside for its electrification project at Costco-Mira Loma under Category 2; and 2) Award $75, 000 each in CMAQ funds to Riverside Community College and Mt. San Jacinto Community College for their vocational training programs under Category 3. CONTRACT AMENDMENT TO FREEWAY SERVICE PATROL TOW TRUCK AGREEMENT WITH PEPE'S TOWING SERVICE. M/S/C (Tavaglione/Pape) recommend that the Commission: 1) Amend the Freeway Service Patrol tow truck contract with Pepe's Towing Service; and 2) Authorize the Chairman to execute the contract on behalf of the Commission, subject to Legal Counsel review. 10. SUPPORT OF PROPOSITION 35 Eric Haley, Executive Director, explained that there was hope that this would have been resolved, as this has not happened Proposition 35 was proposed. M/S/C (Pape/Tavaglione) recommend that the Commission adopt a support position for Proposition 35. • 11. ADJOURNMENT There being no further business for consideration by the Budget and Implementation Commission, the meeting was adjourned at 3:02 p.m. The next meeting is scheduled to be held on Monday, October 23, 2000 at 2:30 p.m. Respectfully submitted, Traci R. McGinley Deputy Clerk of the Board • AGENDA ITEM 5A • • • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: October 23, 2000 TO: Budget and Implementation Committee FROM: Bill Hughes, Measure A Project Manager Louis Martin, Project Controls Manager THROUGH: Eric Haley, Executive Director SUBJECT: Contracts Cost and Schedule Report STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Receive and file the Contracts Cost and Schedule Report for the month ending September 30, 2000; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: The attached material depicts the current costs and schedule status of contracts reported by routes, commitments, and cooperative agreements executed by the Commission. For each contract and agreement, the report lists the authorized value approved by the Commission, percentage of contract amount expended to date, and the project expenditures by route with status for the month ending September 30, 2000. Attachments 000001 • PROJECT DESCRIPTI ON ROUTE 60 PROJECTS Final Design HOV 60/215 to Redla nds Bl vd . (2042) SUBTOTAL. ROUTE 60 ROUTE 74 PR OJECTS Engineering/Environ/ROW (R02041 9954,9966) SUBTOTAL.RQUTE :74 RO UTE 79 PROJECTS Engineering/Environ./ROW (R09961) Realignme nt study, Right turn lanes SUBTOTAL:ROUTE ::79 ROUTE 111 PRO JECTS (R09219, 9227, 9234,9523,9525,9530,9537,9538) 9635,9743,9849-9851,9857 *.0.000(#0000 E 1 RO UTE 91 PROJECTS Soundwa ll design and c onstruction (R09101,9337,9847,9861,9848,9832,9969,2043) (2058) Van Buren Blvd. Frwy Ho ok Ramp (R09535) Sndwall Landscapin g (R09933,9946,9945) SUBOT, R».: > 1 1-215 PRO JECTS Preliminary Engrg/Env iro n. (R09008, 9018) 5UBTo7AL (41 5 R CTC MEASURE "A" HIWY/RAIL PR OJECTS BUDGET REP ORT BY ROUTE COM MISSION CONTRACTURAL % COMMITTED EXPENDITURE FOR % EXPENDITURES AUTHORIZED COMMITMENTS AGAINST AUTH. MONTH ENDED EXPENDITURES TO DATE AGAINST .ALLOCATION TO DATE ALLOCATI ON 09/30/00 TO DATE COMMITMNTS TO DATE $2,229,000 $7,958,900 $7.958,9O0:: $ 740,000 •$ 74111!00;:: $15,933,909 515933 909:' $10,632,800 S2,300,000 5883,450 3,816. 250 S6,726,504 .726,504 $ 2,006,100 S7,563,700 0:;6040.*: $630,000 5630.000 $15,933,909 $15 933.909 59,872,324 $2,300,000 $798,291 ;1Z S7Q,.615r $ 5,878,173 x, 878173:: Page 1 of 3 90 .0% 95.0% 85 .1% 100 .0% 92 .8% 100 .0% 90.4% 87.4% • 539,883 597 50 5104,570 04,57: $39,984 $2,124,730 52 X24.730 S28,748 59,182,493 $6,169,291 $1,797,708 5616,125 ),583,.1:24 55,704,897 5.704'897;: 2.0% 28 .1% 28.I% 4.6% 57.6% 62 .5% 78 .2% 77 .2% 97.1% RCTC MEASURE " A" HIGHWAY PR OJECTS BUDGET REPORT BY ROUTE PROJECT DESCRIPTION INTERCHANGE IMPROV . PROGR AM Yuma IC Landscaping (R09926,9946► SUBTOTAL. I NTERCF ANGE PROJECT & CONSTR. MGMT SERV. (RO 2100) SUBTOTA L BECHTEL PROGRA M PLA N & SERVICES No rth/So uth Corridor study (R09936) SUBTOTAL PROBR IV PLAlu a SVGS PARK-N-RIDE/INCENT. PROGRAM (R0 9859) (2101-2117) (9813) (2046) (9917) SUBTOTALPARK4143113E COMMUTER RAIL Studies/En gin eering (RO 9420,9731,9832,9833,9844,9854,9956,2028) R02031,2027,2120 Station/Site A cq/OP Costs/Maint. Costs (0000,2020,2026,9929,9845,9953,9957,9932,9972) SU T TA fl'1fR14A l)1` EEC q' CO MMISSION CONTRACTURAL % COMMITTED EXPENDITURE FOR % EXPENDITURES AUTH ORIZED COMMITMENTS AGAINST AUTH. M ONTH ENDED EXPENDITURES TO -DATE AGAINST ALLOCATION TO DATE ALLOCATION 09/30/00 TO DATE COM MIT MNTS TO DATE $440,000 $440,0OO $1,750,000 $125,000 $2,293,911 52;293,911:::: $2,688,600 $13,150,502 $1:5 #39. 11.02;:: ...... ... .. ... ....... . ...... ............ .. ,4224 578 78 $400,000 5400 ,000;: $1,715,104 i1,115;164 $125,000 $ .„12$.:;000 $2,293,911 ,2.293 911:: $2,645,600 e12,770,502 90.9% 9 98.0% 98 0':96: 100.0% 100 .0% 98 .4% 97 .1% 64416, 1° ... .. ... .. ... .. ..... . ... ..... ......... ... ....... 12, 926 51.4 Page 2 of 3 • $99,228 09-220." 562,302 62,32 57,575 5201,737 909,312' 7.5 ..1503:: $312,481 5312.481:: 81,332,778 1,332.778 561,137 $1,328,824 S1,911,416 510,543,734 t3:E34/W . • • 78.1% 96; 77.7% 48 .9% 57.9% 72.2% 82 .6% .1541, • RCTC MEASURE "A" HIGHWAY/LOCAL STREETS & R OADS PROJECTS BUDGET REPORT BY PROJECT PR OJECT DESCRIPTION CITY OF CANYON L AKE Railro ad Canyon Rd Improveme nts SUBTOTAL CA NYON LAKE LOAN CITY OF CORONA Smith, Maple & Linco ln Interchanges & (1) Storm drainage structure APPROVED • COMMITMENT Si', 600,000 $1,600,000:: $5,212,623 SUBTOTALCITY OF:CORONA $5 212.623.:: CITY OF PERRIS Local stree ts & ro ad improv ements CITY OF SAN JACINTO Loca l streets & road improv ements CITY OF TEMECULA Local streets & road improv ements CITY OF NORC O Yu ma I/C & Loca l stre ets and road Imprmts $1,936,419 $1,324,500 85,094,027 82,139,067 EXPENDITURE FOR TOTAL OUTSTANDING M ONTH ENDED MEASURE"A" LOAN 09/30/00 ADVANCES BALAN CE So: $1,600,000 $1.600.000 $5,212,623 61,936,419 $1,324,500 S5,094,027 $2,139,067 $1,192,632 $3,636,860 $1,505,860 $1,029,999 83,961,380 S1,663,450 $17;306630:; NOTE: (1) Loan against interchange improvement programs. All values are for total Project/Contract and not related to fiscal year budgets. OUTSTANDING COM MITMENT SO SO SO SO $0 SO % LOAN BALANCE TO -DATE AGAINST APPROVED CO MMIT. 74.5% 69 .8% 77 .8% 77 .8% 77 .8% 77.8% Page 3 of 3 St atu s as of : 9/ 30/00 AGENDA ITEM 6 • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: October 23, 2000 TO: Budget and Implementation Committee FROM: Property Ad Hoc Committee Stephanie Wiggins, Program Manager THROUGH: Cathy Bechtel, Director of Planning and. Programming - SUBJECT: Acquisition and Transfer of Land for the Corona Main Street Metrolink Station PROPERTY AD HOC COMMITTEE RECOMMENDATION: Any Committee recommendations will be presented to the Budget and Implementation Committee for its review and possible action. BACKGROUND INFORMATION: In April 1999, the Commission approved the "Tier II Station Study" which recommended the construction of additional commuter rail stations in western Riverside County. The Commission action directed staff to proceed with initial development of rail stations, including the identification and negotiation for necessary real property at Van Buren Boulevard in Riverside and Main Street in Corona. Also included in the Commission action was to "pursue funding partnerships with the cities of Riverside and Corona, especially in the areas of improved vehicular access and waiver of fees and assessments." The City of Corona has partnered with the Commission in the construction of the new commuter rail station near Main Street in Corona: • The station is a part of the City's "North Main Street District Specific Plan" as a transit/mixed use zone; and • The City of Corona's Redevelopment Agency has purchased three parcels totaling $1.5 million adjacent to the station - (see attachment). Two of the parcels will create more than 357 parking spaces for the station. The acquisition of these parcels for parking is an integral part in constructing the station. Staff will work with the City to develop an agreement outlining the transfer of property to RCTC which will address issues including maintenance, security and parking. Currently, the station is in the preliminary design and engineering phase. It is anticipated that final design will begin next month and the station will be substantially completed by February 2002. 000005 STAFF RECOMMENDATION: This item is to seek Committee approval to: 11 Authorize staff to negotiate an agreement with the City of Corona for the transfer of land for the Corona Main Street Metrolink Station and; 2) Forward to the Commission for final action. 000006 AGENDA ITEM 7 • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: October 23, 2000 TO: Budget and Implementation Committee FROM: Property Ad Hoc Committee Claudia Chase, Property Agent THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: RCTC License Agreements Policies PROPERTY AD HOC COMMITTEE RECOMMENDATION: Any Committee recommendations will be presented to the Budget and Implementation Committee for its review and possible action. BACKGROUND INFORMATION: In 1993 with RCTC's acquisition of the San Jacinto Branch Line, the Commission became responsible for examination and granting of license, lease, and occupancy requests on the property. Legal Counsel prepared standard license agreements for public agency agreements and a separate agreement for private entity licenses. RCTC has entered into numerous agreements since that date. Additionally, the Commission has acquired several properties for rail stations and to support Measure A highway projects. The policies for the processing of these applications and setting the fee structure for these license agreements have not been reviewed since June of 1993. The current policy of the Commission on licenses is: PRIVATE APPLICANTS Private entities requesting licenses are required to deposit processing fees of $6,000 along with the request for a license. The $6,000 is used to offset engineering, legal, appraisal, inspection, flagging, and administrative costs. At the time of a grant of license, any unneeded funds would be reimbursed to the private party within 30 days of execution of the agreement. Should the costs to RCTC in processing the license application be greater than $6,000, the requesting party will reimburse RCTC for the additional costs within 30 days of license execution. Should the license not be granted, the applicant would be reimbursed any unused deposit funds within 30 days of the decision not to grant the license. An annual fee will be charged on the license equivalent to 10% of the fair market value of the property impacted by the license. The annual fee would be adjusted at the Commission's discretion based on the Consumer Price Index (CPI). 00003 PUBL/C AGENCY APPLICANTS Public entities requesting licenses are not required to make a deposit or pay an annual fee. However, public agencies are required to reimburse RCTC within 30 days of the execution of the license, or 30 days from a decision not to grant the license, for any engineering, legal, inspection, flagging or administrative costs. DISCUSSION: When the Commission purchased the San Jacinto Branch Line from the Atchison Topeka Santa Fe Railway Company (AT&SF) in 1993, the purchase and sale agreement required the AT&SF to provide out lease revenues to the Commission for a period of 10 years. The AT&SF out lease revenue (563,000/year) and the income from Commission leases on the San Jacinto Branch Line is approximately $175,000 per year. These funds have provided a revenue stream to support both maintenance related property requirements as well as support appraisals and legal counsel fees associated with owning properties. The AT&SF out lease revenue will expire in two years. Therefore it is important to recognize the need to maintain license agreement revenues to assist in defraying costs associated with the properties. In working on current requests for licenses, staff has received complaints about our license procedures. For example, private utilities object to our structure of requiring payment of an annual licence fee. This may be due to the need to annually address these agreements. Staff recommends that we continue to assess fees, but perhaps we should structure our fees to provide an option to pre -pay licence fees on a 10 year or longer basis. Staff does not suggest that we should discount such a payment but factor in a fixed annual inflationary charge in the 10 year or longer term of the agreement. This would be a benefit to the Commission by reducing administrative costs associated with licence agreements and would provide the same benefit to licensees. Staff recommends that the fee structure of the standard public agreement should also be reconsidered. Currently, the Commission does not charge annual licence fees to public agencies, they are only responsible for the costs associated with establishing the agreement. As an example, the Commission has paid substantial fees (approximately $970,000) for the establishment of the Metrolink commuter rail stations. Given the pending expiration of the out lease revenues from the AT&SF purchase and sale agreement, staff is requesting direction on how to maintain a revenue stream to fund the maintenance and support of Commission owned properties. • • • 000009 1 • • STAFF RECOMMENDATION: This item is to seek Committee review and direction on: 1) Restructuring lease agreements and enhancing lease revenues to fund the maintenance and support of Commission owned properties and; 2) Forward to the Commission for final action. 000010 AGENDA ITEM 8 • • • 1 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: October 23, 2000 TO: Budget and Implementation Committee FROM: Property Ad Hoc Committee Claudia Chase, Property Agent THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: City of Hemet Purchase and Sale Agreement PROPERTY AD HOC COMMITTEE RECOMMENDATION: Any Committee recommendations will be presented to the Budget and Implementation Committee for its review and possible action. BACKGROUND INFORMATION: In May of 1999, staff brought forward a request from the City of Hemet to use a portion of the railroad right-of-way in Hemet for a multi -modal transportation hub. The Commission directed staff to support the City's request and enter into a process to explore transitional options and pursue the City's eventual purchase of the property. During all negotiations staff has maintained a total of 150 feet of right-of-way for future passenger rail/freight service per Commission action. In March of 2000, staff reported to the Budget and Implementation Committee the results of an appraisal of both parcels. Our appraisal, having completed due diligence, established the current market value of the two parcels, totaling 2.305 acres, at $300,000. In April 2000, the Commission approved the sale of the property to the City of Hemet. City staff recently requested to purchase the property in two separate phases. The City remains fully committed to purchase both properties. The first phase would include the parcel located between Latham Street and Devonshire Avenue in the City of Hemet. This parcel is 1.34 acres of commercially zoned land valued at $175,000. The City of Hemet is using their AB2766 subvention funds which are now available. In the second phase, if approved, the City of Hemet will purchase the remaining .965 acres, which is between State Street and Harvard Street, valued at $125,000. The City intends to purchase this property with a portion of a CMAQ Grant for construction of a Transit Center. The CMAQ process will involve federal funds which Caltrans has advised will need to comply with a more intensive process of environmental review for acquisition. 000011 Therefore, it is in the City's interest to divide the transaction into two phases, allowing phase one to move at a faster pace. The second phase can then proceed on its own schedule allowing more time for the complicated federal funding purchase. This second phase will be completed before the end of Year 2001. STAFF RECOMMENDATION: This item is to seek Committee review and approval of: 1) The transfer of title of 2.3 acres in downtown Hemet in two parts: Phase I - 1 .34 acres, valued at $175,000 and Phase II - .965 acres, valued at $125,000 and; 2) Forward to the Commission for final action. 000012 • • • AGENDA ITEM 9 • • • • • RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: October 23, 2000 TO: Budget and Implementation Committee FROM: Property Ad Hoc Committee Claudia Chase, Property Agent THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Metrolink Station(s) Elevator Maintenance Agreement PROPERTY AD HOC RECOMMENDATION: Any Committee recommendations will be presented to the Budget and Implementation Committee for review and possible action. BACKGROUND INFORMATION: During the past two years, the Commission has been working towards compliance with the agreement with the Atchison Tokepa & Santa Fe Railway Company (AT&SF) which is now the Burlington Northern Santa Fe Railway Company for the establishment of commuter rail service on the San Bernardino Subdivision. In this particular case compliance is the construction of pedestrian over -crossings at each of the stations on the Inland Empire -Orange County Metrolink line. The Commission completed the pedestrian over -crossing at the Riverside -Downtown station and is currently completing the over -crossings at the Riverside -La Sierra and West Corona stations. The pedestrian over -crossings require the installation of two elevators at each location to eliminate at -grade pedestrian crossings of the tracks from platform to platform. The over -crossings are equipped with elevators to comply with Americans With Disabilities Act (ADA) requirements. There are 12 month maintenance contracts established as part of the initial construction contract. The Commission needs to establish regular and dependable maintenance support for the elevators as the initial construction contract requirements expire. Staff has solicited 3 bids from elevator maintenance contractors, CEC Elevator Corporation, Oliver & Williams and Otis Elevator Company. Based on price and performance staff recommends that Otis Elevator Company be the selected contractor. Following is a contract price proposal from Otis Elevator. 000013 Otis Elevator Proposed Contract Price No. of Stations Otis Discount Maintenance Price/Station Base (1 station) 0% $733.96 Base w/Low Usage 30% $513.77 2 stations = 4 elevators 32.5% $495.42 3 stations = 6 elevators 37.5% $458.73 STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Select Otis Elevator Company to maintain the elevators at the Riverside - Downtown Metrolink Station and, once completed, the Riverside -La Sierra and West Corona Stations for a 3 year period with two -one year extension options at an amount not to exceed $18,000/year; and 2) Authorize RCTC's Chairman to execute the agreement on behalf of the Commission, pursuant to Legal Counsel review and; 3) Forward to the Commission for final action. Financial Information In Fiscal Year Budget: N Year: FY 2000-01 Source of Funds: Property lease revenue Fiscal Procedures Approved: Amount: $18,000 Budget Adjustment: Y � -� Date: 10-18-00 • • • 000014 • • • Otis Elevator Company 711 E. Ball Rd., Ste. 200 Anaheim, CA 92805 (714) 758 9593 October 13, 2000 Claudia Chase R.C.T.0 3560 University Avenue, Ste:100 Riverside, CA 92501 Dear Ms. Chase: " -DE CO i4tA;E\VEu _( OCT 1 6 2000 OS22GS Otis A United Technologies Company It was a pleasure meeting with you and Hideo yesterday. I would like to reiterate that: 1. The maintenance price is the contract price ($ 733.96) less the low usage discount ($ 220.19) which amounts to $ 513.77 per month for both the elevators at the station. 2. In order to be able to monitor your elevators remotely we would need to replace your controllers with Otis controllers, which have a price tag of $ 18,000 each. This would reduce the maintenance price to approximately $195.00 per elevator per month. 3. You always have the option to upgrade your contract from the proposed standard coverage to the expanded coverage which has guaranteed response times to call backs. The price of the expanded coverage is 10% higher than the standard coverage. 4. We will apply a discount of 2.5% to the agreed price with the addition of two elevators, which we understand will be installed over the next two months. A further discount of 5% shall be applied on the addition of two more elevators to our portfolio, which we understand will be installed over the next six months. (These discounts are applicable for elevators that do not exceed a capacity of 3500 lbs. and do not exceed a rise of 25'-0" over 2 landings). We are also enclosing a fact sheet and proposal regarding: 1. LAMBDA® our door protection device 2. Hands off phone Please feel free to call if you have any questions. Sincerely, ablok )00015 AGENDA ITEM 10 • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: October 23, 2000 TO: Budget and Implementation Committee FROM: Jerry Rivera, Program Manager THROUGH: Marilyn Williams, Director of Regional Issues and Communications SUBJECT: CaII Box Upgrade Agreement between Riverside County. Transportation Commission and Comarco Wireless Technologies STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Enter into an agreement between the Riverside County Transportation Commission and Comarco Wireless Technologies to upgrade the call box system in Riverside County; 2) Authorize the Chairman, pursuant to Legal Counsel review, to execute the agreement on behalf of the Commission and; 3) Forward to the Commission for final action, BACKGROUND INFORMATION: The Riverside County Transportation Commission, through its capacity as the Service Authority for Freeway Emergencies (SAFE), operates approximately 1,149 call boxes on freeways and highways in Riverside County. The call box system allows motorists to call for assistance in the event of an accident or mechanical problem. Each call box is a battery powered, solar charged roadside terminal with a microprocessor and built- in cellular telephone. The Commission's maintenance provider, Comarco Wireless Technologies (CWT), installs, repairs, and maintains the call boxes at a flat annual fee of $290 per call box. The agreement was approved by the Commission at its April 12, 2000, meeting and is in effect until June 30, 2005. Comarco provides such services as preventive maintenance; knockdown and vandalism repair; system operation and performance monitoring, site improvements and construction, and removals and reinstallations due to freeway construction. 000010 Most of the current call boxes in the system are over ten years old, and at the time the program was originally implemented in April 1990, it was estimated that the equipment would last no longer than ten years. In fact, the original maintenance agreement with Cellular Communications Corporation, a division of GTE MobilNet, was for that specific ten year duration. At the time CWT began negotiations with RCTC staff to renew the maintenance agreement, Comarco encouraged RCTC to upgrade its current system (six other SAFEs have agreements with Comarco to upgrade their systems). Comarco had indicated that certain components are no longer manufactured or available, and they have, exhausted all of their remaining inventory. However, since neither RCTC nor Comarco readily knew which or how many call boxes would need to be upgraded, in April, 2000, it was agreed to enter into a five year, flat -fee contract with the understanding that a further study would be done regarding the issue of refurbishing the system. It was further agreed that over the following twelve months, CWT and RCTC would analyze the system to determine its useful life, and that based on the analysis, RCTC would work with CWT to either upgrade the system, as deemed necessary, or renegotiate the contract to a time and material basis. Based upon Comarco's maintenance records, they have determined that 930 out of the 1,149 call boxes are equipped with the obsolete, out -dated components, and they are proposing to upgrade those boxes at $850 per box. Comarco would replace the radio transceivers, controller boards, solar regulators, all worn harnesses, remove any corrosion, replace all bulbs, replace all batteries, and paint all the housings and back plates. The upgrade would extend the useful life of the call box equipment for an additional ten years. Commission staff met with Mr. Sebastian Gutierrez, Vice President of Comarco's Call Box Systems, to discuss their proposal. Staff was concerned with the large, one-time expenditure of funds, and whether it would be prudent to replace the components all at once versus a piece -meal basis as they broke down. Comarco agreed to review our maintenance records for the past three years to determine how many incidents occurred which would require the replacement of transceivers, controller boards, or regulators. The attached schedule (Exhibit A) is a cost comparison on what the upgrade costs would be if the work was performed only as required versus all at once. The total estimated savings over a five year period is estimated at $465,200 based on refurbishment of call boxes all at once. The cost comparison is based on the Universal Price List (UPL) included in our maintenance contract. The UPL is a uniform, state- wide price list used by Comarco to charge on a time and material basis for any work performed on non -system call boxes (i.e. TTY, smart call box or other ITS device). • • • 000017 • • • The costs to replace the components on an annual basis would be $195,487, based on $1,245 per unit and our average of 157 units per year over the last three years. As a comparison, the total cost for a new call box is $3,341.74, plus. It would take approximately six (6) years to upgrade the system if done on a piece -meal basis. The total cost as proposed in Comarco's refurbishment agreement would be $790,500, plus tax, and could be completed by July 31, 2001. Also, if the call boxes were upgraded on a piece -meal basis, the boxes would not receive the additional services of having any corrosion removed, all batteries replaced, and painting of all housings and back plates. The upgraded equipment would also be compatible with digital technology, so the call boxes could be readily converted when, and if, our cellular provider, AT&T, goes completely digital. Staff realizes that Comarco is the only provider of call box maintenance services in the State. Therefore, staff requested TeleTran Tek Services, our call box consultant, to independently review Comarco's maintenance data and assumptions used in their proposal. As part of their consultant agreement with the Commission, TeleTran Tek Services performs semi-annual audits of Comarco's billings for preventive and corrective maintenance and for any above contract costs (i.e. repairs for knockdown, vandalism, graffiti, etc.). It is their opinion that Comarco's statistics are accurate and that their assumptions are reasonable, and they are forwarding a letter to Commission staff to express their opinion in writing. The Call Box program budget (including the matching funds for the Freeway Service Patrol program but excluding the upgrade costs) for FY 2000-01 totals $1,218,000 and the estimated revenues are approximately $1,203,000, a difference of $15,000. This appears to be the first fiscal year in which expenditures will exceed revenues, and the program will begin using part of the reserve funds to finance program operations. There is some concern about the program not generating sufficient revenues to pay for itself, so staff is looking at various options (i.e. privatizing the call answering services) to possibly reduce costs and will return to the Commission by the first of the calendar year with a long term financial forecast for the call box program including future system wide upgrades required to accommodate digital technology. The call box program has a fund balance of $2,265,000 as of June 30, 2000, so there are sufficient reserve funds to finance the equipment upgrade given that the all at once approach over a five year period generates an estimated cost savings of $465,000. 000018 Financial Information In Fiscal Year Budget: No Source of Funds: SAFE Fees GLA Account No.: 202-45-73301 Fiscal Procedures Approved: Year: FY 2000-01 Amount Requested: $865,214 Budget Adjustment: Yes Date: 10-19-00 000019 Exhibit A • • • RIVERSIDE COUNTY CALL BOX PROGRAM SYSTEM UPGRADE PRICING SCENARIOS Year 1 Corrective & Preventive Maint. Above Contract Repairs (knockdowns, vandalism, graffiti, etc.) System Upgrade Total Yr. 1 Costs Year 2* Year 3* Year 4' Year 5' Total 5 Year Costs Net Present Value @ 5% Average Cost Per Year Net Present Value Per Year Altemative 1 Boxes Upgraded As Needed $ 241,290.00 1 $ 133,000.00 3 $ 195,437.00 4 $ 569,727.00 $ 586,819.00 $ 604,423.00 $ 622,556.00 $ 641,232.00 $ 3,024,757.00 $ 2,611,583.00 $ 604,951.40 $ 522,317.00 NOTES: 1 - $17.50 per box per month = $210 per yr. x 1,149 boxes. 2 - $290 per box per year x 1,149 boxes. 3 - Above contract costs based on 5 year history. 4 - Upgrade calculated as follows: Transceiver $ 442.00 Controller Board $ 544.96 Solar Regulator $ 135.20 Sub -Total $ 1,122.16 Labor @ $61.43 x 2 hrs. $ 122.86 Total Upgrade Costs per Box $ 1,245.02 Boxes Upgraded Each Yr. x 157 Total Upgrade Costs per Yr. $ 195,465 5 - One-time Upgrade costs = $850 per box X 930 boxes. Altemative 2 Boxes Upgraded All at Once $ 333,210.00 2 (incl. above) $ 790,500.00 5 $ 1,123,710.00 $ 343,206.00 $ 353,502.00 $ 364,108.00 $ 375,031.00 $ 2,559,557.00 $ 2,280,266.00 $ 511,911.40 $ 456,053.00 Annual CPI increase of 3% per year. Costs Do Not include applicable sales tax. After 5 yrs., 785 boxes (157 x 5) would be upgraded leaving a balance of 145 boxes (930 - 785) to be done in the 6th yr. @ $1,245, or an additional cost of $180,525 in 6th yr. Variance $ 553,983.00 $ (243,613.00) $ (250,921.00) $ (258,448.00) $ (266,201.00) $ (465,200.00) $ (331,317.00) $ (93,040.00) $ (66,263.40) 000020 AGENDA ITEM 11 • • • RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: October 23, 2000 TO: Budget and Implementation Committee FROM: Jerry Rivera, Program Manager THROUGH: Marilyn Williams, Director of Regional Issues and Communications SUBJECT: Call Box Call Answering Services STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Direct staff to develop a joint Riverside County Transportation Commission and San Bernardino Associated Governments (SanBAG) Request for Proposal for call box answering services and; 2) Forward to the Commission for final action. BACKGROUND INFORMATION: The California Highway Patrol (CHP) has been the provider of call answering and dispatch services for the Commission's call box program since its implementation in April, 1990. All call box calls are forwarded directly to one of two CHP dispatch centers in either Indio or San Bernardino, and calls are then routed according to the type of emergency. These services are the second greatest operational cost for the call box program, and RCTC expends approximately $230,000 annually for these services. The initial legislation only permitted SAFEs to forward calls directly to the CHP. However, in the mid 1990's, legislation was enacted which allowed the SAFEs to contract with private call answering centers, with the coordination and approval of the CHP. Since that time, two private call answering centers have been established (the San Diego SAFE and the Bay Area SAFE operated through MTC). As a result of privatization these two SAFEs are realizing a 30% to 50% decrease in operational costs. In addition, the Los Angeles SAFE is in the process of investigating the feasibility of privatizing this function in LA County. Approximately two years ago, RCTC and SanBAG began discussion with the LA SAFE to study the creation of a regional call answering center, and LA agreed to take the lead on this project. Due to many unforeseen issues, the LA privatization effort is taking longer than expected, and, therefore, RCTC and SanBAG staff have proceeded to investigate the feasibility of an Inland Empire call answering privatization effort. 000021 There are several reasons the Inland Empire SAFEs are moving towards a private call center: 1. Cost - CHP dispatcher hourly rates, overhead and fringe benefits are not negotiable and are established each year by the CHP. As these rates increase from year to year, the costs are passed onto the SAFEs. 2. Overpayment of Services - The enabling call box legislation states that "the CHP shall incur no costs" in providing service to the program. The CHP and Caltrans also developed guidelinesto implement the call box program. For fiscal year 2000-01, RCTC is paying approximately $58,000 for a fully -burdened person year (PY). The guidelines state that once a CHP call answering center requires more than 0.1 of a PY to answer the call box calls, then the SAFE must reimburse the CHP for a full PY position. As the requirement goes above one PY, the SAFE must reimburse the CHP for two PY positions, and so on. The CHP implemented this guideline because they claim they cannot staff with partial PYs, and even the smallest increase in their dispatch workload would require a full position. Since RCTC call box calls are answered by two separate CHP centers, each center rounds up the positions separately, and, therefore, each year RCTC and SanBAG pay for more staff than what is actually required. Even though this formula financially impacts all the SAFEs, the formula has the greatest impact on those SAFEs with multiply dispatch centers. The end result is that RCTC and SanBAG combined, pay for two more CHP positions than what is actually needed. 3. Quality - The level of service being provided by the CHP for the RCTC and SanBAG call box programs has continued to decline over the last few years. According to CHP-generated reports for Call Box Handling Services for calendar year 1999, the average statewide delay time a caller had to wait before their call goes into the CHP cue was 26.7 seconds. However, the average delay for calls generated for Riverside and San Bernardino call boxes was 65 seconds, or almost 2 1/2 times as long as the statewide average. In contrast, San Diego'saverage delay time is about 15 seconds using their private call answering center. Even though the average delay for the Inland Empire call box calls is 65 seconds, approximately 32% of the calls go unanswered for 120 seconds or longer. In addition to service quality issues, there also are problems with the lack of flexibility and information from the CHP dispatching system. SAFEs are unable to gather any data on the types of calls taken, when calls are actually connected to a dispatcher, and other types of valuable information. Based on these issues, RCTC and SanBAG are investigating the feasibility of releasing a Request for Proposal (RFP) to solicit bids which would ultimately privatize this • • 000022 • • function. Attached is an issue paper which defines the pros and cons of privatizing, potential start up costs, institutional issues and contract considerations. At this point in time, staff from both agencies recommends that an RFP be developed and brought back to both Boards for consideration of its release. Staff proposed that this RFP be released by SanBAG, and ultimately evaluated by RCTC, SanBAG, CHP and Caltrans staff. The ultimate call answering center would be jointly managed by RCTC and SanBAG, and the costs paid proportionally by each agency based on the number of calls generated by each SAFE. Combined, RCTC and SanBAG pay the CHP over $520,000 each year to respond to 162,000 calls generated from call boxes from both agencies (67,000 for RCTC). If RCTC/SanBAG were to pay similar rates as MTC and San Diego are currently paying their private centers, then those costs would drop on an annual basis to just under $300,000. Should these activities be contracted out, then not only will costs reduce, but staff also believes that the service provided to the motoring public would also improve. This item was reviewed and approved by SanBAG's Plans and Program Committee on October 18, 2000. 000023 • • • San Bernardino and Riverside Counties Service Authority for Freeway Emergencies (SAFE) CALL BOX CALL CENTER OUTSOURCING ISSUES Prepared for: San Bernardino Associated Governments SAFE Prepared by: Jill Kollmann Bernard Arroyo October 11, 2000 000024 TABLE OF CONTENTS Overview 1 1. Advantages of Privatizing 1 2. Disadvantages of Privatizing 3 3. Start-up Costs for Privatization 3 4. Technical Risks and Issues 4 5. Performance 5 6. Institutional 6 7. Implementation 7 8. Contract Considerations 9 000025 • • CALL BOX CALL CENTER OUTSOURCING ISSUES OVERVIEW Since the Service Authority for Freeway Emergencies (SAFE) callbox program was initiated, the calls have been routed to the Califomia Highway Patrol (CHP) call center. It has been done this way for a variety of reasons, and it has worked well from the standpoint of processing the calls and getting people the type of assistance they need. However, the costs are very high under the current arrangements. San Bernardino Associated Governments (SANBAG) and Riverside County Transportation Commission (RCTC) staff have been directed by their Boards to evaluate options that will provide the same or better callbox call -answering service at a lower cost in order to free up program funds to allocate for Americans with Disability Act (ADA) compliance needs and call box infrastructure maintenance. Current call box call center costs are based on CHP labor rates and overhead. It is possible that if the call center is contracted out, the operating costs can be 30% to 50% lower, based on the experience of other agencies that have privatized this function. In addition to the cost savings, call box calls can be given higher priority by a privatized operation. This will improve answer and response times. 1. Advantages of Privatizing • • 1.a — CaII Prioritization Privatizing the call -taking function gives call box calls top priority. Most calls that are made from call boxes are for vehicle assistance rather than for a medical or other emergency. It is in the interests of the SAFE program and call box users to ensure that roadside assistance calls are handled in the most timely and efficient manner. Currently calls that go into the CHP call center are prioritized, meaning that 911 calls receive higher priority over call box calls. Therefore, call box callers may wait longer to have their calls answered, especially during times when an emergency situation is being reported by a dozen or more 911 callers. While no statistics are available, this situation has been observed at the call center and it results in a delay in the caller getting the assistance they need and getting their car moving or off the road. 1.b — Performance Standards Privatizing the call -taking function will enable SAFE to establish and monitor performance standards for call servicing. Under current arrangements, call box calls are not tracked or reported separately from other calls going into the CHP call center. SAFEs need to be able to track data such as how long callers are on hold waiting for their calls to be answered, staffing levels versus call volumes, call disposition, call processing times, and other measures of performance and service 000026 1 quality. While such data is sometimes collected, it is not currently broken out or reported to make distinctions between agencies. Perhaps the most critical performance standard is timeliness of call answering and call response. When privatized, call box calls can be first priority, rather than the current third priority status. Higher priority will result in more timely call answering and response. 1.c — Cost Savings Privatizing the call -taking function provides the opportunity to lower costs significantly by going out to the marketplace and getting competitive pricing. Call centers that have privatized in California, that being the San Diego SAFE in Southern California and Metropolitan Transportation Commission (MTC) SAFE in Northern California, have experienced a 40% to 50% reduction in overall costs of taking and processing call box calls. These agencies pay their contractors on a per call basis, ranging from $1.80 to $1.90 per call. The current arrangement with the CHP is based on reimbursing the CHP for full time operators, which are approximately $60,000 per year. The CHP call center, since it is an emergency response center, is equipped and staffed at a higher level than is necessary for handling roadside assistance calls. In addition, as dispatcher salaries increase, these increases are negotiated statewide and the increase in costs are passed onto the SAFE — these costs are not negotiable with the SAFE. A privatized operation would not require the higher level of staff capabilities for 911 or disaster responses, thereby lowering costs. To put this into perspective, SANBAG and RCTC are currently paying the CHP $520,000 to staff three dispatch centers and answer 162,000 calls per year. If this function were privatized and based on current costs, the annual operating costs would be around $300,000 per year, a $220,000 annual savings. 1.d — Resource Reallocation Privatizing the call -taking function will free up program resources for other purposes. There is a pressing need to bring local call box locations into compliance with ADA , and there is a need to maintain a reasonable number of call boxes in priority locations. In addition, the Inland Empire continues to grow and this puts pressure on the callbox system to expand geographically. Fixed costs are also rising at a greater amount than Department of Motor Vehicle (DMV) fees can produce in revenues. 1.e — Program Control By privatizing the function, SAFEs retain contractual control over the call -taking function of the callbox program. SAFEs currently have very little control over the operations of the call -taking function. Many of the details of the current 000027 2 • • • • • • arrangements with the CHP are legislatively mandated, especially as it pertains to cost pass-throughs to the SAFEs; it is not negotiable. With the call -taking function being under the jurisdiction of another government agency, it is operated in accordance with that agency's goals, objectives and priorities, rather than those of the SAFE. Currently there isn't a contractual opportunity for SAFE to apply any leverage with regards to how calls are received or processed. 2. Disadvantages of Privatizing 2.a — Disruption to Current Service Quality of service issues exist with the current arrangement with the CHP; however, because of the software and technology that the CHP utilizes, many of the quality issues are not documented or tracked. The current arrangement is seamless to the call box user, and in fact, many are unaware that the calls are being taken by the CHP, or if there are issues, they are unaware as to who to file complaints with. In the 1999 Inland Empire Survey, questions were asked relative to the call box program. When asked of those who had used a call box, if their needs were adequately met, 86% responded yes. Therefore, the existing arrangement seems to be satisfactory to the end user. With any change to an operational program, there will be minor disruptions as the transition occurs, and there may be an increase in complaints until the new center is up and operating. 2.b — Lack of Qualified or Experienced Local Contractors There are currently two known firms in California that have experience as contracted SAFE call taking centers. Neither of the two firms is located in the Inland Empire. The closest center is in San Diego, which is also part of the Southern California Priority Corridor which includes the Inland Empire . Local firms most likely have experience as call -taking or message centers for other businesses, such as medical offices, but have not had experience with the particular needs of SAFE. Lack of local contractors with sufficient experience to start the project and manage it within the timeline and budget is a concern, as this introduces financial and other types of risk that must be mitigated if SAFE is to obtain the necessary savings. 2.c — One Time Set Up Costs Based on the type of contractor selected, there will be one time costs in order to establish the new center and to transition the calls form the CHP. Based on the two current private call taking centers, it is anticipated that when the one time costs are amortized over time, the new center will operate more cost-effectively as compared to the current arrangement, but this will not be known until proposals are in and evaluated. 000028 3 3. Start-up Costs for Privatization The experiences of the two California SAFEs that have privatized range in costs because of different approaches used. In the case of MTC the start-up costs approached $1,000,000 while in the case of San Diego, the capital start-up costs were more in the $20,000 range for additional hardware and software. The difference is due to the "ground zero" approach compared to the business -add-on approach. In the "ground zero" approach (MTC), a new physical call center is established. In the business -add-on approach (San Diego), the call center is already established and the SAFE program calls are an add-on to existing business operations. There are basically three cost options that emerge, with varying levels of capital costs up -front. a. Start up an entirely new local operation from "ground zero" b. Add to an existing local general-purpose messaging business c. Add to a call center that already handles call box calls a. Setting up a brand new call center is expensive. Starting from "ground zero" in terms of equipment alone can easily cost upwards of $500,000 to $750,000 based on the experience of other call answering centers, with capital expenses for telephone and computer systems and customized software, call management systems, call recording and storage systems, and telecommunications links. Additional costs include about 45 days or more for pre -operational staff training, and the contractor will also need to invest a significant effort in the establishment of new institutional relationships and operating procedures that need to be incorporated into software, user interfaces and procedures. b. Start-up costs would be lower if the contractor already operates some sort of a call -taking service or message center, because they already have a facility and basic technology in place as well as staff that is partially trained. Incremental costs for additional technology could be in the range of $100,00 to $150,000. The contractor would still need to invest significant time in the planning of software customizations that would support the need for interagency movement of data and information. c. Start-up costs for a call center that is already taking call box calls are estimated to be the lowest of all, requiring communications links such as T-1 lines and possibly some capacity expansion. 4. Technical Risks and Issues 4.a — Technology The technology systems that are needed to support the call box call center function exist and are mature, and have been used for this purpose with success. There are 0000291 • • • no risks in terms of developing something new, or needing significant modifications to an existing technology as long as the selected contractor is familiar with the technology and vendors chosen to support the operation. Telephone systems that relay calls from the call boxes to the call center are in place, and sending the calls to a different call center located in San Bernardino, Riverside, Los Angeles or Orange counties does not present any challenges, nor would it increase the fee SAFE pays AT&T for cellular services. 4.b — Interagency Coordination Interagency technical issues will center around: Interfaces between the call center and CHP — procedural, policy, and data Interagency coordination and cooperation — roles and responsibilities While most of the call box calls are for roadside assistance, there are certain types of calls that will still require CHP handling. It is important that CHP participate in the development of the RFP Scope of Work in order to help identify those requirements for potential bidders. In addition, CHP should take a very active role at a more detailed level working with the selected contractor to define data that needs to be moved from the call center to CHP, as well as user interfaces that will result in smooth call transitioning and handling. In other call box call centers that have been privatized, CHP has played a leadership role in establishing policies, procedures, and user interfaces required for handling and relaying emergency calls or other calls of which they want to be notified. Once a contractor is selected there is still significant need for interagency coordination. Roles and responsibilities for start-up need to be determined. For example if the contractor needs a certain data set from CHP, it needs to be understood that this is to be provided in a certain way and at a certain time in order to stay on schedule and within budget. If more that one CHP center is involved, they all need to have representation in order to ensure that nothing the contractor needs is left out. All agencies that need access to data or reports need to specify their needs at the RFP stage and then again inmoredetail once a contractor is selected, as this input will likely be used by the contractor to customize some software and user interfaces. These types of project risk can be mitigated by establishing a project task force that will include CHP and other partner agencies in the development of the RFP, selection of the contractor, and coordination during implementation start-up. 4.c — Vendor -provided Systems Call box call taking is more specialized and is supported by computers and software that may not be familiar to typical message -taking call centers. There is considerable risk to SAFE if a selected contractor is not rock -solid on the project 0000305 requirements and knowledge of the higher level of hardware and software needs. An inexperienced contractor can easily be led astray by computer and software suppliers who promise the moon and deliver a product that falls seriously short of meeting the needs. Aside from technical risk, this also introduces timeline and financial risk. This implies that if there is a requirement that the selected contractor be local, there will be additional project risk because neither of the two firms with call box experience is local. These risks can be mitigated by clearly defining project requirements in the RFP Scope of Work, minimizing the requirement for a local contractor, and establishing selection criteria that screen out less capable or less experienced contractors. Consider evaluation criteria that award points to contractors who can demonstrate familiarity and/or previous experience with their selected suppliers. 5. Performance Under a privatized arrangement, the contract should address performance standards such as: Compliance with call -handling protocol Calls properly transferred to responding party or entity Emergency calls transferred to correct agency in a timely manner Proper safety advice offered to callers waiting roadside Call -taker professionalism and courtesy Tracking call center statistics such as Speed of answer Length of call Call volume profiling and analysis for staffing purposes Individual agent performance monitoring Statistics by day, week, month, year and to -date Call disposition/call forwarding tracking and reporting Type of assistance requested Technical Support (24/7) Computer system fault isolation and resolution System enhancements and upgrades Telephone system fault isolation and resolution Technical Support response time thresholds Unplanned Events Responses Disaster preparedness and recovery expectations Back-up service expectations Agent Training • • • 00003j • • • Call management Geography Response agency familiarization Use of equipment Disaster preparedness/recovery/emergency response The desired performance measures and targets should be included in the RFP, as well as any specific requirements for management reports, reporting intervals, billing methods and other day-to-day recording or tracking needs. 6. Institutional 6.a — Location of Call Center From an institutional standpoint, the location of the call center could present an issue. Intuitively, there may be a thought that if the call center is locally operated the staff will know the area better. However, most people do not know their own county geography all that well; they know a lot about the areas they travel and not much about the rest. It is possible to operate a call center remotely, as demonstrated by Orange County Transportation Authority's transit information center that is operated out of Los Angeles County. Observations at both the CHP call center and the privatized San Diego SAFE call center verify that knowledge of local geography plays virtually no role in the handling of a call. It is strongly recommended that SAFE put highest priority on experience and proven expertise rather than emphasizing local presence. By staying open to the possibility of contracting with a firm that isn't local, SAFE will have the potential to save the greatest amount of money and have the shortest possible start-up lead time and well as the smoothest possible transition, without compromising service quality 6b — Multiple Agencies Due to the large expanse of territory, there are multiple CHP dispatch centers which are currently involved in SAFE call answering. Each CHP dispatch center may have slightly different needs and preferences for coordination with a new privatized SAFE call center. The data that the new contractor needs to commence operations will come from the various CHP centers and may be in different formats, etc. It will be important to identify the key people and involve them in the process from the beginning in order to avoid surprises later on that can affect the contractor's ability to start on time and stay within the budget, as well as meet performance requirements. Of the two known contractors who have experience with SAFE programs, only the one in northern California has experience with multiple agencies, and they are not yet operational, therefore this aspect of the project may introduce some new and relatively unknown risk. 000032 7 If San Bernardino and Riverside Counties are jointly operating the call center there will be a need for formalized agreements covering funding, operations and reporting policies as agreed to by both county Commissions. Information that explains this relationship to potential bidders should be included in the Request for Proposal (RFP). It has been suggested by managers of the San Diego SAFE program that consideration be given to reimbursing CHP for the time they invest in working on this transition. However, this is not recommended unless it is absolutely necessary in order to expedite the process. 7. Implementation Logistics Interviews with the San Diego SAFE managers indicate that a one-year lead time is reasonable to expect. However, the lead time for an inexperienced contractor versus an experience contractor would likely vary significantly. The RFP should state a desired start-up lead time and the selection criteria should be weighted to favor a contractor who can do a faster start-up that will save time and money. 7a. — Time to Contract Present until 12/4/00 12/18/00 and 12/20/00 1/3/01 and 1/10/01 1/11/01 1/30/01 3/19/01 3/20/01 — 4/4/01 By 4/4/01 4/11/01 and 4/22/01 5/2/01 and 5/12/01 5/12/01 to 6/30/01 By 6/30/01 Develop draft RFP, scope of work, contract and bid list, working with CHP and Caltrans RCTC and SANBAG Plans and Programs Committee (PPC) Review SANBAG and RCTC Board Review RFP is released Bidders Conference Proposals are due into SANBAG by 4:00 pm Evaluate, interviews, site visits and develop a recommendation Develop SANBAG and RCTC Memorandum of Understanding (MOU) SANBAG and RCTC PPC Review SANBAG and RCTC Board Review Execute Contract Develop new contracts with CHP phasing out their current staffing completely by the end of FY 2001/2002 Note: CHP requires in current contract, a six month notice to phase out their dispatchers when transitioning calls to a new privatized call answering center 7b. — Lead Time for Contractor (assuming an existing operation) Some of these processes will run in tandem rather than sequentially, and are based upon date of contract execution identified in 7a above: 00003.2 8 • • • 2 months to develop and approve detailed cut -over plan and schedule 3 months to develop policies, procedures 3 months to finalize system designs — telephone, computers, software 2 months to customize software, interfaces 4-6 months to obtain, update, or develop databases 4-10 weeks to order, receive, install and test hardware, software, networking equipment and software, telephone transfer links (depending on what is being added to contractor's existing operation) If the contractor does not have an existing operation or if an out -of -area experienced contractor is required to set up a local operation, it would take a minimum of 2-4 months to secure a location, get it ready for occupancy, and to hire and train local staff. 7c. — Cut -over Plan A significant amount of system installation and testing can be done off-line. Once everything is ready for the telephone system cut -over it may not be technically possible or financially beneficial to run the CHP operation and the new operation in tandem for a few days to smooth the transition, since the callbox calls must be "pointed" to one place, not two. The contractor should be required to submit, as part of their proposal, the outline of a cut -over plan that adequately exhibits their knowledge of how to manage a cut -over. As part of their contract after selection, a more detailed cut -over plan should be required. The plan should cover the sequencing and coordination of all systems that support the call center, and clearly identify anticipated issues and plans for back- ups when things go wrong. The plan should also clearly identify who is responsible for what, as well as the timelines for review and approval cycles that . can hold up the process. 8. Contract Considerations These types of contracts are generally priced on a per -call basis. However it may be advantageous to be a bit flexible as follows: 1. Require the contractor to establish a timeline and deliverables with payment milestones for pre -start-up activities. Even an experienced contractor will need to invest a significant amount of time to determine details of software customizations, and iron out CHP requirements for calls that will be forwarded to them. Setting up a mechanism for covering pre -operational expenses will make overall pricing more transparent since these costs will not be folded into the per -call cost. It also gives the contractor a reasonable incentive to do a thorough job on the pre -implementation work. 2. Provide a mechanism that will support later system enhancements or add- ons that SAFE may request after operations commence. This should be 000034 9 contractual, rather than a part of the original scope so contractors don't low - ball their initial pricing with the expectation that they could later ask for more money. The objective here is to provide SAFE, not the contractor, with a mechanism to request and pay for unanticipated enhancements that were not included in the original scope. Require that the contractor make call box calls top priority over any other types of calls that come in. This way SAFE gets good service at a low price because the contractor can spread some of their operating costs over their other business activities, as opposed to doing a 100% pass -through. 000035 10 • • • • AGENDA ITEM 12 • • RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: October 23, 2000 TO: Budget and Implementation Committee FROM: Jerry Rivera, Program Manager THROUGH: Cathy Bechtel, Director of Planning and Programming SUBJECT: Amendment to City of Palm Desert's FY 2001 Measure "A' Capital. Improvement Plan for Local Streets and Roads STAFF RECOMMENDATION: This item is to seek Committee approval of: 1) The amendment to FY 2001 Measure "A" Capital Improvement Plans for Local Streets and Roads for the City of Palm Desert, as submitted; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: The Measure "A" Ordinance requires each recipient of streets and roads monies to annually provide to the Commission a five year plan on how those funds are to be expended in order to receive their Measure "A" disbursements. In addition, the cities in the .Coachella Valley and the County (representing the unincorporated area of the Eastern County) must be participating in CVAG's Transportation Uniform Mitigation Fee (TUMF) program. The agencies are required to submit the annual certification of Maintenance of Effort (MOE) along with documentation supporting the calculation. The City of Palm Desert's Measure "A" Plan was approved by the Commission at its July 12, 2000 meeting. Any revisions to the adopted Plan must be returned to the Commission for approval. The City has submitted a revised Plan for FY 2000-01 and is seeking Commission approval. 000036 Agency: Prepared by: Phone No.: Date: • RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE "A" LOCAL FUNDS PROGRAM FY 20 nn - 20 ni City of Palm Desert Richard ]. F olkers 760/346-0611 ext. 561 Qctober 16. 2000 Page 1 of 1 ITEM NO. PROJECT NAME/LIMITS PROJECT TYPE TOTAL COST ($000'S) MEASURE A FUNDS ($000'SL 1. 2. 3. 4. Plaza Way at Highway 111 Fre d Waring Drive from Highway 111 to To wn Center Way Gera ld Fo rd Drive - Por tola Ave nue to Cook Street Cook Street - Doyley Lan e to Fre d Waring Drive Intersection 71 2,000 657 400 71 1,711 657 400 improv ement Street a nd bridg e widening St re et widening Stre et imp rov ement s and cr oss street r ealignment 0002-91-130 3I19fid 1b3S30 10/13/00 - G 1PubWorks\RCTC Funds Program Fan) d oc - td