contracts, operations, maintenance, and safety committee

39
CONTRACTS, OPERATIONS, MAINTENANCE, AND SAFETY COMMITTEE JANUARY 10, 2020

Upload: others

Post on 19-Mar-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

CONTRACTS, OPERATIONS, MAINTENANCE, AND SAFETY COMMITTEE

JANUARY 10, 2020

CONTRACTS, OPERATIONS, MAINTENANCE AND SAFETY COMMITTEE ROSTER SOUTHERN CALIFORNIA REGIONAL RAIL AUTHORITY

COUNTY MEMBER

Riverside: Karen Spiegel (Chair) 1 vote [CURRENTLY AWAITING

APPOINTMENT]

San Bernardino: Alan D. Wapner (Vice Chair) 1 vote Ray Marquez

Los Angeles: Kathryn Barger 1 vote Hilda Solis

Walter Allen, III Paul Philips

Orange: Gregory T. Winterbottom 1 vote Joseph Muller

Ventura: Tony Trembley 1 vote

*1 vote per member agency. Names are listed in voting order unless Board Secretaryadvised otherwise.

CONTRACTS, OPERATIONS, MAINTENANCE AND SAFETY COMMITTEE MEETING

FRIDAY, JANUARY 10, 2020 – 9:30 A.M. LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY (METRO)

BOARD ROOM ONE GATEWAY PLAZA, 3RD FLOOR LOS ANGELES, CALIFORNIA 90012

AGENDA DESCRIPTIONS The agenda descriptions are intended to give notice to members of the public of a brief general description of items of business to be transacted or discussed. The posting of the recommended actions does not indicate what action will be taken. The Authority may take any action that it deems to be appropriate on the agenda item and is not limited in any way by the notice of the recommended action. The Chair reserves the right to discuss the items listed on the agenda in any order.

A person with a disability may contact the Board Secretary’s office at (213) 452-0255 or via email [email protected] at least 72-hours before the scheduled meeting to request receipt of an agenda in an alternative format or to request disability-related accommodations, including auxiliary aids or services, in order to participate in the public meeting. Later requests will be accommodated to the extent feasible.

SUPPORTING DOCUMENTATION The agenda, staff reports and supporting documentation are available from the Board Secretary, located at 900 Wilshire Blvd., Suite 1500, Los Angeles, CA 90017, and on the Metrolink website at www.metrolinktrains.com under the Meetings & Agendas link.

PUBLIC COMMENTS ON AGENDA ITEMS AND ITEMS NOT ON THE AGENDA Members of the public wishing to address the Board of Directors regarding any item appearing on the agenda or any item not on the agenda, but within the subject matter jurisdiction of the Board, may do so by completing a Speaker’s Form and submitting it to the Board Secretary. All speakers will be recognized by the Chairman and will be

Contracts, Operations, Maintenance, and Safety Committee Meeting Agenda Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 2

considered under Item 5 (Public Comment). When addressing the Board, please state your name for the record. Please address the Board as a whole through the Chair. Please note comments to individual Board members or staff are not permitted when addressing the Board. A speaker’s comments shall be limited to three (3) minutes.

1. Call to Order

2. Safety Briefing

3. Pledge of Allegiance

4. Roll Call

5. Public Comment

6. Shared Use Agreement No. SU100D – Approval of Work Order with BNSFRailway for Final Design Services on BNSF San Bernardino Subdivisionbetween CP Atwood and CP Esperanza

Approval is needed to negotiate and execute a Work Order with BNSF RailwayCompany (“BNSF”) for the Final Design Services of the 3rd track section betweenCP Atwood (mile post 40.6) and CP Esperanza (mile post 35.8) on the BNSF SanBernardino Subdivision.

It is recommended that the Board authorize the Chief Executive Officer to negotiateand execute Work Order SU100D between BNSF and the Authority for a not-to-exceed amount of $1,776,482. There is no budgetary impact as a result of thisreport.

Page 1

7. Request for Proposals No. E748-20 – Final Design Plans, Specifications, andEstimates for the SCORE Phase 1 – Approval of Evaluation Criteria

Approval of evaluation criteria is needed to initiate the competitive process for FinalDesign services required for the Authority’s Southern California Optimized RailExpansion (SCORE) Program.

It is recommended that the Board approve the proposed evaluation criteriaspecified in this report for Request for Proposals (RFP) No. E748-20 Final DesignPlans, Specifications, and Estimates (PS&E) for SCORE Phase 1 projects, whichare consistent with Board-adopted policies. There is no budgetary impact as aresult of this report.

Page 4

Contracts, Operations, Maintenance, and Safety Committee Meeting Agenda Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 3

8. Request for Proposals No. EP205-20 – Rotem Railcars HVAC Overhaul – Approval of Evaluation Criteria Approval of evaluation criteria is necessary to issue a Request for Proposals (RFP) for the Authority’s Rotem Railcar HVAC Overhaul project.

It is recommended that the Board approve the proposed evaluation criteria specified in this report for RFP No. EP205-20, Rotem Railcar HVAC Overhaul. There is no impact to budget from this report.

Page 7

9. Contract No. E743-16 – Engineering and Technical Support for Rolling Stock

Acquisition, Maintenance, and Overhaul – Modify Contract Funding Authorization and Exercise Option – LTK Engineering; STV Incorporated; Jacobs Project Management Company Approval to modify the contract funding authorization and to exercise the single two-year option for a bench contract of three firms is requested to continue supporting a wide variety of rolling stock acquisition, maintenance, and overhaul services for the Authority’s Maintenance of Equipment Department.

It is recommended that the Board authorize the Chief Executive Officer to take the following actions to bench Contract No. E743-16:

1) E743A-16 – LTK Engineering: increase contract funding authorization by

$7,000,000, from $3,000,000 to a new not-to-exceed contract funding authorization of $10,000,000;

2) E743B-16 – STV Incorporated: increase contract funding authorization by

$4,000,000, from $4,400,000 to a new not-to-exceed contract funding authorization of $8,400,000; and

3) Exercise the single two-year option for all three firms under Contract No. E743-

16 (LTK Engineering, STV Incorporated and Jacobs Project Management Company), extending the term to June 30, 2023. The three contracts currently expire on June 30, 2021.

The amounts for which contract authority is requested are included in the Adopted SCORE Budget ($1,000,000) and the Adopted Capital Budget ($4,000,000) for FY2019-20. Funding for subsequent year will be requested through the annual budget or an equivalent process ($6,000,000). There is no financial commitment with respect to subsequent years and work will be authorized only if funding is approved.

Page 10

Contracts, Operations, Maintenance, and Safety Committee Meeting Agenda Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 4

10. Contract No. C3142-19 – LAUS Canopies Renovation Project – Increase Contract Funding Authorization – Color New Co. An increase in contract funding authorization is needed for Contract No. C3142-19, with Color New Co., to complete the renovation work at Platforms 2 through 7 at Los Angeles Union Station. It is recommended that the Board authorize the Chief Executive Officer to amend Contract No. C3142-19, LAUS Canopies Renovation Project with Color New Co., to increase the contract funding authorization by $264,000, from $2,811,949 to a new not-to-exceed (NTE) amount of $3,075,949, in order to execute change orders for the renovation work at Platforms 2 through 7. The amount for which contract authority is requested is included in the Adopted Capital Budget for FY2019-20 ($264,000).

Page 15

11. Contract No. QM161R-20 - External Disadvantaged Business Enterprise and Labor Compliance Services – Recommendation to Award – GCAP Services, Inc., Padilla & Associates Inc., The Solis Group The Authority requires a bench of consultants to administer its Disadvantaged Business Enterprise (DBE) and Labor Compliance (LC) programs and perform ongoing enforcement to ensure that Authority’s contractors comply with all applicable state and federal laws and regulations.

It is recommended that the Board authorize the Chief Executive Officer (CEO) to award bench Contract No. QM161R-20 for External DBE and LC Services to the following firms:

• GCAP Services, Inc.

• Padilla & Associates Inc.

• TSG Enterprises, Inc., dba The Solis Group

The contract term will be for five years with a single one-year extension option. The not-to-exceed amount for the base period of the contract is $6,000,000, plus $1,200,000 for the option year for a total contract funding authorization of $7,200,000.

The amounts for which contract authority is requested are included in the Adopted Operating Budget for FY2019-20 ($1,178,838). Funding for subsequent years will be requested through the annual budget or an equivalent process. There is no financial commitment with respect to subsequent years and work will be authorized only if funding is approved.

Page 18

Contracts, Operations, Maintenance, and Safety Committee Meeting Agenda Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 5

12. Project Status Update on Contract No. EP199-1 – Rebuild of Bombardier Railcars Receive and file the status of the rebuild of 50 Bombardier railcars.

Page 22

13. Grade Crossing Conflicts and Trespasser Strikes: Root Cause Analysis Update Receive and file the Board requested root cause analysis update.

Page 28

14. Chief Executive Officer’s Report 15. ADJOURNMENT

NEXT COMMITTEE MEETING: FEBRUARY 14, 2020

TRANSMITTAL DATE: January 3, 2020

MEETING DATE: January 10, 2020 ITEM 6

TO: Contracts, Operations, Maintenance, and Safety Committee

FROM: Stephanie Wiggins, Chief Executive Officer

SUBJECT: Shared Use Agreement No. SU100D – Approval of Work Order with BNSF Railway for Final Design Services on BNSF San Bernardino Subdivision between CP Atwood and CP Esperanza

Issue

Approval is needed to negotiate and execute a Work Order with BNSF Railway Company (“BNSF”) for the Final Design Services of the 3rd track section between CP Atwood (mile post 40.6) and CP Esperanza (mile post 35.8) on the BNSF San Bernardino Subdivision.

Recommendation

It is recommended that the Board authorize the Chief Executive Officer to negotiate and execute Work Order SU100D between BNSF and the Authority for a not-to-exceed amount of $1,776,482.

Strategic Goal Alignment

This report aligns with the strategic goal to increase regional mobility. The project would construct a 3rd track section that will enable additional capacity on Metrolink’s 91-Perris Valley (91-PV) and the Inland Empire-Orange County (IE-OC) Lines.

Background

BNSF owns, dispatches, and maintains the right-of-way, tracks and associated operational systems on the BNSF San Bernardino Subdivision, on which the Authority operates passenger services.

In October 1992, the RCTC and BNSF entered into a Shared Use Agreement (SUA) and Capital Improvements Agreement (CIA) for the BNSF San Bernardino Subdivision, whereby all design and construction, which includes new construction, reconstruction, relocation and/or removal, on the BNSF San Bernardino Subdivision would be undertaken by BNSF. OCTA was added as a party in the First Amendment to the SUA dated

1

Shared Use Agreement No. SU100D – Approval of Work Order with BNSF Railway for Final Design Services on BNSF San Bernardino Subdivision between CP Atwood and CP Esperanza Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 2

December 10, 1992. The mechanism by which the Authority funds BNSF to undertake design and construction activities is a Work Order issued through the SUA.

In April 2018, the Authority obtained Transit and Intercity Rail Capital Program (TIRCP) funding in the amount of $106,000,000 for the environmental, design and partial construction of capacity improvements on BNSF’s San Bernardino Subdivision between Fullerton and San Bernardino, in support of the Southern California Optimized Rail Expansion (SCORE) capital program. The capacity improvements in this corridor consist of additional track, signal enhancements, grade crossing enhancements and safety improvements.

In July 2019, the Authority was awarded a Consolidated Rail Infrastructure and Safety Improvements (CRISI) grant from the Federal Railroad Administration (FRA), in the amount of $30,000,000, specifically for the construction of the 3rd track section of the BNSF San Bernardino Subdivision between CP Atwood (mile post 40.6) and CP Esperanza (mile post 35.8).

Discussion

The Authority plans to utilize existing TIRCP funding to reimburse BNSF for the development of the Final Design (30% to 100% design level) for the 3rd track section between CP Atwood and CP Esperanza (the “Work”).

This Work Order will fund a not-to-exceed amount of $1,776,482 to BNSF to perform the Work.

Given the currently unknown extent and locations of any retaining walls that may be required, a $481,549 placeholder for retaining walls design development has been included in the total not-to-exceed amount of $1,776,482. The $481,549 placeholder, and the overall design fee, will be reduced as per the actual retaining walls design development required.

The term of this Work Order is 12 months from the date of execution.

Budget Impact

There is no budgetary impact as a result of this report.

2

Shared Use Agreement No. SU100D – Approval of Work Order with BNSF Railway for Final Design Services on BNSF San Bernardino Subdivision between CP Atwood and CP Esperanza Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 3

Alternatives Considered BNSF has the contractual right to lead the design and construction of all improvements on BNSF’s San Bernardino Subdivision. If the Authority does not want to authorize the funding for BNSF to complete the Work, the Authority would not be able to complete the 3rd track expansion and would not benefit from the additional train capacity that this project would afford. Next Steps Upon Board Authorization, the Work Order will be executed by both parties.

Prepared by: Chris Haskell, Senior Manager, Project Management Elizabeth Lun, Acting Assistant Director, SCORE Program

Bao Huynh, Director Contracts Procurement & Materials Management

Todd McIntyre, Chief Strategy Officer Justin Fornelli, Chief, Program Delivery

3

TRANSMITTAL DATE: January 3, 2020

MEETING DATE: January 10, 2020 ITEM 7

TO: Contracts, Operations, Maintenance, and Safety

Committee FROM: Stephanie Wiggins, Chief Executive Officer

SUBJECT: Request for Proposals No. E748-20 – Final Design Plans, Specifications, and Estimates for SCORE Phase 1 Projects – Approval of Evaluation Criteria

Issue Approval of evaluation criteria is needed to initiate the competitive process for Final Design services required for the Authority’s Southern California Optimized Rail Expansion (SCORE) Program. Recommendation It is recommended that the Board approve the proposed evaluation criteria specified in this report for Request for Proposals (RFP) No. E748-20 Final Design Plans, Specifications, and Estimates (PS&E) for SCORE Phase 1 projects, which are consistent with Board-adopted policies. Strategic Goal Alignment This report aligns with the strategic goal to improve organizational efficiency by allowing the Authority to use qualified consultants to provide design development services, while ensuring Authority standards are met and operations are maintained. Background The Southern California Optimized Rail Expansion (SCORE) Program is a collection of infrastructure projects aimed at delivering the enhanced services envisioned in the Metrolink 10-Year Strategic Plan. The Authority has established a SCORE Program Team that is responsible for delivery of the SCORE Program. The SCORE Program Team seeks to procure the services of one or more firms to provide Final Design services to the Authority in the delivery of the

4

Request for Proposals No. E748-20 – Final Design Plans, Specifications, and Estimates for SCORE Phase 1 Projects Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 2

SCORE Phase 1 projects. The number of design firms procured through this RFP will be based upon the number of packages in which projects will be bundled together. Staff is currently determining bundling options for delivering projects based on scope of work, location, cost, risks, and goals of the program, which may result in a single package or multiple packages. This determination will be finalized by early January 2020. Staff has utilized the Authority’s existing On-Call Professional Engineering Design Services contracts to develop the Preliminary (30%) design level, currently scheduled to conclude in April 2020. The approval of the evaluation criteria for the Final Design PS&E is needed at this time in order to continue the design development and keep the projects on schedule. Discussion Staff is preparing to undertake a new, external competitive procurement for one or more firms to develop the Final Design for the SCORE projects. The Final Design consists of the Interim (60%), Pre-Final (90%), and Final (100%) design levels. The consultant(s) would therefore develop the design from the Preliminary (30%) level through to the Final (100%) design level. The design consultant contract(s) will be awarded based on qualifications and negotiated prices. The Authority’s internal auditors will assist with reviewing the proposed labor and overhead rates to determine whether they are fair and reasonable. Staff has developed the proposed evaluation criteria outlined below, with the intent to secure firms experienced in providing Final Design services in a passenger/freight rail environment.

Evaluation Criteria Weight

Qualifications of Prime Consultants/Sub-Consultants 30%

Qualifications and Availability of Key Staff of Prime/Sub-Consultants 35%

Work Plan Approach 35%

The proposed criteria are consistent with federal and state statutory requirements, which mandate the use of a qualifications-based selection process to award professional Architectural & Engineering services. In accordance with these requirements, price will not be considered as an evaluation criterion but will be negotiated after the most qualified firms are selected. While interviews may be conducted as part of the bidder evaluation process, they will not be weighted as an evaluation criterion.

5

Request for Proposals No. E748-20 – Final Design Plans, Specifications, and Estimates for SCORE Phase 1 Projects Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 3

Disadvantaged Business Enterprise (DBE) Requirements The DBE goal for this solicitation is estimated to be 21%. Budget Impact There is no budgetary impact as a result of this report. Alternatives Considered An alternative could be to disapprove the evaluation criteria and direct staff to utilize the current GEC bench (E740-14). This is not recommended because the current GEC bench (E740-14) expires on March 31, 2020 and does not have enough contract authority to accommodate the Final Design for the SCORE Phase 1 projects. Another alternative could be to disapprove the evaluation criteria and direct staff to utilize the new GEC bench (E745-20). This is also not recommended because the new GEC bench (E745-20) may not have sufficient contract funding authority to support the SCORE final design work, in addition to the Authority’s other engineering related work. Further, this alternative would significantly deplete the contract authority for one or more new GEC bench (E745-20) firms, which would be detrimental to the future needs of the Authority’s non-SCORE Phase 1 projects. Next Steps The Authority will issue RFP No. E748-20 on its vendor portal, PlanetBids, and seek proposals from qualified firms. Prepared by: Chris Haskell, Senior Manager, Project Management Elizabeth Lun, Acting Assistant Director, SCORE Program

Marjorie Morris-Threats, Senior Contract and Compliance Administrator Bao Huynh, Director, Contract, Procurement & Materials Management

Todd McIntyre, Chief Strategy Officer Justin Fornelli, Chief, Program Delivery

6

TRANSMITTAL DATE: January 3, 2020

MEETING DATE: January 10, 2020 ITEM 8

TO: Contracts, Operations, Maintenance, and Safety

Committee FROM: Stephanie Wiggins, Chief Executive Officer

SUBJECT: Request for Proposals No. EP205-20 – Rotem Railcar HVAC Overhaul – Approval of Evaluation Criteria

Issue Approval of evaluation criteria is necessary to issue an Request for Proposals (RFP) for the Authority’s Rotem Railcar HVAC Overhaul project. Recommendation It is recommended that the Board approve the proposed evaluation criteria specified in this report for RFP No. EP205-20, Rotem Railcar HVAC Overhaul. Strategic Goal Alignment

This report aligns with the strategic goal to ensure a safe operating environment by improving the quality of the HVAC system in Hyundai Rotem fleet. Background The Hyundai Rotem (H-R) Railcar fleet was delivered in 2009 with an advanced HVAC system; in addition to the HVAC unit itself, an auto-control system was introduced as a part of the deliverables with a specific control device called, HVAC Controller Panel. H-R railcars have two HVAC units and one HVAC controller panel installed per car. Accounting for 137 H-R railcars and spare inventory, the Authority accounts for 282 HVAC units and 140 HVAC controller panels. However, since the first H-R Railcar was delivered on 2009, railcars have encountered severe systemic issues on multiple components in the HVAC system. Despite the two year warranty support from Hyundai Rotem, the root cause of the systemic issues were not corrected and is still present in the HVAC system, impacting Metrolink Maintenance, Operation and customer comfort.

7

Request for Proposals No. EP205-20 – Rotem Railcar HVAC Overhaul – Approval of Evaluation Criteria Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 2

From June to September 2019, a total of 31 H-R cars were removed from revenue service for unscheduled maintenances due to such systemic issues in the HVAC system. The unscheduled maintenance caused a loss of significant opportunities for the Authority to use those cars for Metrolink service. Furthermore, due to each car occupying the car-shop for 14 days in average, the unscheduled maintenance caused a loss of the opportunities for the Authority Equipment Department to use the car-shop for the regularly scheduled maintenance and other unscheduled maintenance needed on other railcars. The maintenance manual that Hyundai Rotem delivered describes seven and 14 years of heavy overhaul mateinance required to maintain the quality of the HVAC system. The Authority’s Rolling Stock team has concluded that the replacement or repair of the components in the overhaul work scope with the same ones will not resolve the systemic issues rooted in the design of the components. The Authority’s Rolling Stock team has determined that, in addition to the general overhaul recommended by the original manufacturer, the project is to include the rebuild work scope to introduce newly designed and engineered components to the HVAC system, removing the components that have had systemic defects. Discussion Staff has developed the following evaluation criteria outlined below, with the intent to secure a firm that has the adequate engineering background and knowledge on the HVAC system needed to complete the overhaul/rebuild work scopes.

Evaluation Criteria Weight

Past Experience and Qualification of Proposer 10%

Contractor Capability – rebuild, overhaul and software development 25%

Quality and Reliability – Quality assurance, engineering, configuration management and testing

20%

Deliverables – Documents, software programs and special tools 10%

Warranty and Post-Warranty 5%

Technical: 70%

Cost 30%

Total: 100%

Disadvantaged Business Enterprise (DBE) Requirements The DBE goal for this solicitation is estimated to be 5%.

8

Request for Proposals No. EP205-20 – Rotem Railcar HVAC Overhaul – Approval of Evaluation Criteria Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 3

Budget Impact There is no impact to budget from this report.

Alternatives Considered The first alternative is to continue with the current HVAC system and replace the unit on a pre-determined time basis prior to failure. Staff does not recommend this alternative as it introduces the risk of increasing maintenance and procurement costs as well as increasing material inventory. This alternative will not resolve the issue at hand of poor performance and low reliability due to existing systematic issues. The second alternative is to perform a complete replacement of the current HVAC system with a new HVAC system. Staff does not recommend this alternative as it introduces the risk of higher project cost, longer lead time in procurement of a new HVAC system and later availability of the system for use in Metrolink service. Both alternatives will impact the customer comfort and equipment availability. Next Steps The Authority will issue RFP No. EP205-20 on it vendor portal, PlanetBids, and seek proposals from qualified firms. Prepared by: Luis Carrasquero, Interim Director, Maintenance of Equipment Dong Keun Ha, Rolling Stock Engineering Manager II

Wai Shong Chan, Contract and Compliance Administrator Bao Huynh, Director, Contract, Procurement & Materials Management

Eric Hosey, Chief Operating Officer Todd McIntyre, Chief Strategy Officer

9

TRANSMITTAL DATE: January 3, 2020 MEETING DATE: January 10, 2020 ITEM 9 TO: Contracts, Operations, Maintenance, and Safety

Committee FROM: Stephanie Wiggins, Chief Executive Officer SUBJECT: Contract No. E743-16 – Engineering and Technical

Support for Rolling Stock Acquisition, Maintenance, and Overhaul – Modify Contract Funding Authorization and Exercise Option – LTK Engineering; STV Incorporated; Jacobs Project Management Company

Issue Approval to modify the contract funding authorization and to exercise the single two-year option for a bench contract of three firms is requested to continue supporting a wide variety of rolling stock acquisition, maintenance, and overhaul services for the Authority’s Maintenance of Equipment Department. Recommendation It is recommended that the Board authorize the Chief Executive Officer to take the following actions to bench Contract No. E743-16: 1) E743A-16 – LTK Engineering: increase contract funding authorization by $7,000,000,

from $3,000,000 to a new not-to-exceed contract funding authorization of $10,000,000;

2) E743B-16 – STV Incorporated: increase contract funding authorization by $4,000,000,

from $4,400,000 to a new not-to-exceed contract funding authorization of $8,400,000; and

3) Exercise the single two-year option for all three firms under Contract No. E743-16

(LTK Engineering, STV Incorporated and Jacobs Project Management Company), extending the term to June 30, 2023. The three contracts currently expire on June 30, 2021.

Strategic Goal Alignment This report aligns with the strategic goals to invest in people and assets and increase regional mobility. The increase in contract funding authorization will allow staff to continue to use qualified consultants for design and project management support on Authority and

10

Contract No. E743-16 – Engineering and Technical Support for Rolling Stock Acquisition, Maintenance, and Overhaul – Modify Contract Funding Authorization and Exercise Option – LTK Engineering; STV Incorporated; Jacobs Project Management Company Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 2

third-party projects, ensuring Authority standards are met and operations are maintained. Background Since its inception, the Authority has required engineering, technical, and management support services for new rolling stock purchases and maintenance of its existing fleet. Work performed under these contracts is on a contract task order (CTO) basis. CTOs are authorized only if adequate funding is approved and available through the annual budget process or an equivalent process. On January 15, 2016, following a competitive procurement, Contract No. E743-16 for Engineering and Technical Support for Rolling Stock Acquisition, Maintenance, and Overhaul Services was awarded under the CEO’s authority to the following firms with a period of performance through June 30, 2021, and a single two-year option, for a total amount not to exceed of $3 million:

• Contract No. E743A-16 – LTK Engineering (LTK);

• Contract No. E743B-16 – STV Incorporated (STV); and

• Contract No. E743C-16 – Jacobs Project Management Company (Jacobs)

On January 12, 2018 the Board approved a contract funding authorization increase of $1.4 million for STV.

Discussion The Authority currently has two large multi-year projects underway that require the support of the rolling stock bench: the Tier 4 Locomotive Procurement project and the Bombardier Railcar Rebuild project. It is critical that project teams remain intact throughout the duration of high-priority projects such as these. Considering State of Good Repair needs; targeted ridership growth and service expansion; and an exploration of zero emission and near zero emission technologies; the requirement for such services continues. Lastly, as the Authority’s rolling stock ages, equipment overhauls and/or rebuilds and the procurement of new equipment becomes necessary, creating the need for continued engineering and technical expertise. The current contract funding authorization limits, executed task order amounts, and associated remaining contract authority for all three of the on-call bench firms under Contract No. E743-16 are listed below:

11

Contract No. E743-16 – Engineering and Technical Support for Rolling Stock Acquisition, Maintenance, and Overhaul – Modify Contract Funding Authorization and Exercise Option – LTK Engineering; STV Incorporated; Jacobs Project Management Company Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 3

Firm Contract Authority Executed Amount Remaining

Authority

LTK $3,000,000 $2,958,520 $41,480

STV $4,400,000 $4,350,338 $49,662

Jacobs $3,000,000 $0 $3,000,000

Under Contract No. E743A-16, LTK is currently supporting the Bombardier Railcar Rebuild project. The CTO with LTK covers the design and engineering inspection of the first two pilot cars, which will be completed in September 2020. An additional CTO will be required to support the delivery and warranty management of the base order of all 50 railcars; delivery of last car from the base order will be completed in 2025. Similar support from LTK would be required for the option of rebuilding 71 more railcars. LTK is also providing support for the Heating, Ventilation and Air-Conditioning (HVAC) rebuild and overhaul program for the Rotem and Bombardier fleet; the study to overhaul the MP36 locomotives to Tier 4 or zero/near zero emissions; and to explore the application of these locomotive technologies. This support will be required until late 2022. Under Contract No. E743B-16, STV is currently supporting the F125 Tier 4 Locomotive Project by coordinating with the locomotive-build contractor for delivery of remaining locomotives; addressing reliability issues through execution of modifications/upgrades; coordinating necessary inspections; testing for complete qualification and acceptance; and performing program management work for warranty-related items. Further support from STV will be required for coordinating and confirming required emissions testing to secure California Air Resources Board (CARB) funding; drafting relevant white papers to support contract amendment negotiations; and developing standard project documentation for anticipated future project audits. Contract No. E743C-16 with Jacobs has not been utilized. To date, Jacobs has been issued two CTO proposals but have been unresponsive to both. There will be upcoming opportunities in which the Maintenance of Equipment Department can make competitive use of Jacobs as a bench contractor. For the purpose of continuity of consultant staff on existing projects and in order to complete new studies and initiatives, staff recommends exercising the single two-year option for the three bench contracts, extending the contact term to June 30, 2023 and increasing contract funding authorization by $7,000,000 for LTK and by $4,000,000 for STV.

12

Contract No. E743-16 – Engineering and Technical Support for Rolling Stock Acquisition, Maintenance, and Overhaul – Modify Contract Funding Authorization and Exercise Option – LTK Engineering; STV Incorporated; Jacobs Project Management Company Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 4

Disadvantaged Business Enterprise (DBE)/Small Business Enterprise (SBE) Requirements A DBE contract goal of 10% was established for Contract No. E743-16. The current DBE performance is as follows:

Contract

No. Firm

DBE

Commitment

at Award

Current

Attainment Notes

E743A-16 LTK 11.00% 2.64% LTK’s current attainment is on target to

meet their current DBE commitment. The

large variance is due to the project being

only 13.97% complete based on dollars

paid to the Prime. The Authority will

continue to monitor LTK’s DBE

attainment as their projects progress to

ensure they actualize their commitments.

E743B-16 STV 10.00% 15.33%

E743C-16 Jacobs 14.00% 0.00% No CTOs have been awarded to Jacobs to

date. Therefore, the current attainment is

0.00%

Budget Impact The amounts for which contract authority is requested are included in the Adopted SCORE Budget ($1,000,000) and the Adopted Capital Budget ($4,000,000) for FY2019-20. Funding for subsequent year will be requested through the annual budget or an equivalent process ($6,000,000). There is no financial commitment with respect to subsequent years and work will be authorized only if funding is approved.

Alternatives Considered The Committee may recommend that the Board reject the recommendation and direct staff to issue a new Request for Proposal for the services the current contractors are supporting for ongoing projects. Staff does not recommend this option and favors continuity of consultant staff on the significant rolling stock activity under way on the Tier 4 Procurement and Bombardier Railcar Rebuild projects. Next Steps Upon approval, the Authority will execute amendments to the contract to exercise the two-year option; the contract funding authorization for LTK and STV would be increased as part of the amendment.

13

Contract No. E743-16 – Engineering and Technical Support for Rolling Stock Acquisition, Maintenance, and Overhaul – Modify Contract Funding Authorization and Exercise Option – LTK Engineering; STV Incorporated; Jacobs Project Management Company Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 5

Prepared by: Luis Carrasquero, Interim Director, Maintenance of Equipment

Angelos Kastrisianakis, Principal Contracts and Compliance Administrator Bao Huynh, Director, Contracts, Procurement, and Materials Management

Eric Hosey, Chief Operating Officer Todd McIntyre, Chief Strategy Officer

14

TRANSMITTAL DATE: January 3, 2020

MEETING DATE: January 10, 2020 ITEM 10

TO: Contracts, Operations, Maintenance, and Safety

Committee FROM: Stephanie Wiggins, Chief Executive Officer

SUBJECT: Contract No. C3142-19 – LAUS Canopies Renovation Project – Increase Contract Funding Authorization – Color New Co.

Issue An increase in contract funding authorization is needed for Contract No. C3142-19, with Color New Co., to complete the renovation work at Platforms 2 through 7.

Recommendation It is recommended that the Board authorize the Chief Executive Officer to amend Contract No. C3142-19, LAUS Canopies Renovation Project with Color New Co., to increase the contract funding authorization by $264,000, from $2,811,949 to a new not-to-exceed (NTE) amount of $3,075,949, in order to execute change orders for the renovation work at Platforms 2 through 7.

Strategic Goal Alignment This report aligns with the strategic goal to invest in people and assets by maintaining the Authority’s facilities in a state of good repair. Background

The platform canopies located at Los Angeles Union Station (LAUS) are designated as historic structures. They are constructed of steel with expanded metal sheeting that, over time, became unsightly with large areas of peeling paint, rust, and corrosion. Their mid-century modern v-shaped design includes a gutter and drain system that leaks during periods of rain and were in general need of maintenance and repair. On October 26, 2019, the Board awarded Contract No. C3142-19 for LAUS Canopies Renovation to Color New Co., in the amount of $2,678,047 plus a five percent contingency

15

Contract No. C3142-19 – LAUS Canopies Renovation Project – Increase Contract Funding Authorization Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 2

of $133,902.35, for a total amount not-to-exceed amount of $2,811,949.35. The scope of the work included repair and renovation of the existing canopies, asbestos and lead-based paint abatement as well as sealing drainage systems, repainting and replacement of lighting. Discussion An increase in contract funding authorization is needed in order to execute a change order to complete the repair and renovation of Platforms 2 through 7:

1. Due to the age and condition of the platform concrete, spills and stains penetrate the platform and become extremely hard to clean and costly to maintain. Under this change order, the contractor will steam clean, etch and seal all six platforms at LAUS using environmentally friendly sealant. This will reduce the time it takes to clean platforms and will eliminate the need to utilize heavy machinery to scrub the floor and power wash. Furthermore, sealing the concrete will prevent the dirt from getting trapped inside; therefore, can be easily cleaned with a mop versus. waiting for the quarterly power washing cycle. The estimated cost of this work is $144,000.

2. Currently, Platform 7 does not have “stay behind the yellow line” safety striping.

The change order will address this by providing new safety striping on the platform. The estimated cost of this work is $55,000.

3. The parking lot adjacent to Platform 7 has faded safety stripping and has

deteriorating asphalt. Under this change order, the contractor will reseal and re-stripe the asphalt, which will not only address safety concerns, but will also extend the lifespan of the asphalt. The estimated cost of this work is $65,000.

Disadvantaged Business Enterprise (DBE) Requirements A DBE goal of seven percent was established for this U.S. Department of Transportation (DOT) assisted contract. Color New Co. committed 2.04% DBE participation towards the DBE goal at the time of award, based upon Good Faith Efforts. To date, the contract has achieved a DBE attainment of 5.10%. Budget Impact The amount for which contract authority is requested is included in the Adopted Capital Budget for FY2019-20 ($264,000).

16

Contract No. C3142-19 – LAUS Canopies Renovation Project – Increase Contract Funding Authorization Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 3

Alternatives Considered The Board may direct staff to issue a new competitive procurement for the work described above. Staff does not recommend this alternative as the additional work requested is not considered a cardinal change to the scope of work. Further, there are no mobilization costs and schedule delays associated with issuing a change order to the current contractor, whereas, mobilization costs and schedule delays will be incurred as a result of a new competitive procurement process. Next Steps Following Board approval, staff will execute a change order to direct the contractor to undertake the work described above. Prepared by: Eric Poghosyan, Senior Manager, Facilities & Fleet Maintenance

Wai Shong Chan, Contract and Compliance Administrator Bao Huynh, Director, Contracts, Procurement, and Materials Management

Eric Hosey Todd McIntyre Chief Operating Officer Chief Strategy Officer

17

TRANSMITTAL DATE: January 3, 2020

MEETING DATE: January 10, 2020 ITEM 11

TO: Contract, Operations, Maintenance, and Safety

Committee FROM: Stephanie Wiggins, Chief Executive Officer

SUBJECT: Contract No. QM161R-20 – External Disadvantaged Business Enterprise and Labor Compliance Services – Recommendation to Award – GCAP Services, Inc., Padilla & Associates Inc., The Solis Group

Issue The Authority requires a bench of consultants to administer its Disadvantaged Business Enterprise (DBE) and Labor Compliance (LC) programs and perform ongoing enforcement to ensure that Authority’s contractors comply with all applicable state and federal laws and regulations. Recommendation It is recommended that the Board authorize the Chief Executive Officer (CEO) to award bench Contract No. QM161R-20 for External DBE and LC Services to the following firms:

• GCAP Services, Inc.

• Padilla & Associates Inc.

• TSG Enterprises, Inc., dba The Solis Group The contract term will be for five years with a single one-year extension option. The not-to-exceed amount for the base period of the contract is $6,000,000, plus $1,200,000 for the option year for a total contract funding authorization of $7,200,000. Strategic Goal Alignment This action aligns with the strategic goal to improve organization efficiency by ensuring compliance with statutory and regulatory DBE and Labor Compliance requirements associated with receiving state and federal grant funding.

18

Contract No. QM161R-20 – External Disadvantaged Business Enterprise and Labor Compliance Services – Recommendation to Award Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 2

Background The Authority administers a Disadvantaged Business Enterprise (DBE) Program as a condition of financial assistance from the U.S. Department of Transportation (DOT). The Authority received DOT/Federal Transit Administration (FTA) and Board approval to re-instate race-conscious DBE Program elements, including contract-specific DBE goals, on the Authority’s FTA-assisted procurements on December 18, 2013 and April 11, 2014 respectively. The Authority uses both race-conscious and race-neutral measures to meet its 12% overall DBE goal for the three federal fiscal years (FFY) beginning October 1, 2018 and ending September 30, 2021. For procurements with an established DBE goal, prime bidders/proposers must demonstrate their commitment to meet the goal, or submit a Good Faith Effort (GFE), to be deemed responsive to DBE Program requirements. The Authority also administers a Labor Compliance Program pursuant to prevailing wage and other labor compliance requirements applicable to State and federally-assisted public works contracts. The Authority’s current contract with Padilla & Associates Inc. for DBE and LC services, Contract No. QM152-15, was awarded on February 2015 and has been amended to extend the period of performance to March 31, 2020. Procurement Approach On September 28, 2018, the Board approved the following evaluation criteria for Request for Proposals (RFP) No. QM161-19:

Criteria Weight

Qualifications of Proposer 25%

Work Plan 25%

Past Performance 20%

Interview 10%

Technical Total 80%

Cost 20%

Total 100%

The Authority issued an RFP on May 16, 2019 under QM161-19 and received six proposals. However, the RFP was subsequently cancelled in order to re-procure a federalized bench contract for the External DBE and LC Services. The Authority issued the revised RFP No. QM161R-20 on August 6, 2019. Twenty-six firms downloaded the solicitation documents.

19

Contract No. QM161R-20 – External Disadvantaged Business Enterprise and Labor Compliance Services – Recommendation to Award Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 3

By the September 4, 2019 proposal submission deadline the Authority received four proposals from:

A Technical Evaluation Committee evaluated the technical proposals of all four firms. Three firms met the minimum technical score of 49 points and were invited to participate in an interview on September 24, 2019. The price proposals were evaluated following the interviews of three firms that had a minimum average technical score of 56 points. The scores are below:

Firm Name Technical Score Price Score Total Score

GCAP Services, Inc. 66.9 19.3 86.2

Padilla & Associates Inc. 65.3 20.0 85.3

TSG Enterprises, Inc., dba The Solis Group

57.8 18.0 75.8

Based on the technical and price proposal evaluation, it is recommended that GCAP Services, Inc., Padilla & Associates Inc., and The Solis Group be included in bench Contract No. QM161R-20. Disadvantaged Business Enterprise (DBE) Requirements This procurement was issued under race-neutral DBE participation. Therefore, no contract-specific goal was established for this procurement. However, all three firms are certified DBEs. Budget Impact The amounts for which contract authority is requested are included in the Adopted Operating Budget for FY2019-20 ($1,178,838). Funding for subsequent years will be requested through the annual budget or an equivalent process. There is no financial commitment with respect to subsequent years and work will be authorized only if funding is approved.

Firm Name

GCAP Services, Inc.

Lee L Davis and Associates

Padilla and Associates, Inc.

TSG Enterprises, Inc., dba The Solis Group

20

Contract No. QM161R-20 – External Disadvantaged Business Enterprise and Labor Compliance Services – Recommendation to Award Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 4

Alternative The Committee may reject the proposed recommendation to award and direct staff issue a new solicitation for External DBE and LC Services. Next Steps If the Board approves the awards to the recommended bench of firms, staff will execute contracts with the firms and issue notices to proceed soon after. Specific tasks outlined in the Contract No. QM161R-20 Scope of Services will be assigned to the individual firms as either:

• Work Orders (WOs) based on an established firm fixed fees.

• Task Orders (TOs) based on established hourly rates. The Authority does not guarantee that all bench firms will receive an equal number of WOs or TOs, or any at all. The Authority also does not guarantee that the cumulative payment obligation under the resulting contract with the individual bench firms will be expended. Prepared by: Armine Menemshyan, Contract and Compliance Administrator

Brian Jacob, Program Manager Bao Huynh, Director, Contracts, Procurement, and Materials Management

Todd McIntyre, Chief Strategy Officer

21

TRANSMITTAL DATE: January 3, 2020

MEETING DATE: January 10, 2020 ITEM 12

TO: Contracts, Operations, Maintenance and Safety

Committee FROM: Stephanie Wiggins, Chief Executive Officer

SUBJECT: Project Status Update on Contract No. EP199-19 – Rebuild of Bombardier Railcars

Issue This report is an update to the Board on the status of the rebuild of 50 Bombardier railcars. Recommendation The Board may receive and file this report.

Strategic Goal Alignment This report aligns with the strategic goals to ensure a safe operating environment and retain and grow ridership. The rebuilt Bombardier railcars will be brought up to a state of good repair to will ensure a safe operating environment and reliable service to its passengers. Background The Authority has an inventory of 121 Bombardier rail cars that were built by Urban Transportation Development Corporation/Bombardier and supplied to the Authority in 1992. The manufacturer recommended that the cars be overhauled or rebuilt at their midlife interval, which would be approximately 15 years. The cars received regular maintenance while operating in revenue service but because of funding constraints, did not receive the recommended midlife rebuild. Consequently, performance has slowly declined due to aging systems and components. As discussed in the 2018 Metrolink Rehabilitation Plan (Final Draft, June 2018) and the Board-approved Metrolink Fleet Management Plan (FY2015-FY2025), the rebuild will:

• Improve the reliability of the Authority’s Bombardier passenger cars;

• Modernize the fleet in accordance with today’s standards and regulations;

22

Project Status Update on Contract No. EP199-19 Rebuild of Bombardier Railcars Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 2

• Extend rail car useful life; and

• Include remanufacture, refurbishment, renewal, overhaul, replacement and reconditioning of existing hardware, components, equipment and systems.

On May 10, 2019, the Board awarded Contract No. EP199-19 to Talgo-SYSTRA in the amount of $138,973,860, plus a 10% contingency in the amount of $13,897,386.05 for a total contract authorization amount not-to-exceed $152,871,246.50 to rebuild a base order of 50, followed by an option order of 71 Bombardier railcars. A Notice to Proceed (NTP) was issued by the Authority on June 28, 2019. The initial cars are expected to be delivered back to the Authority within 450 days following NTP, which is September 2020. The 50th railcar is expected to be delivered back to the Authority on April 2023. Discussion

Staff is currently working with Talgo-SYSTRA on the preliminary design reviews for the various work scopes in order to complete the final design which will be applied to pilot units. Project milestones are shown in the table below. Table 1. Project Milestones

Description Days from

NTP

Delivery

Date back to the Authority

Delivery of Pilot Cars (Car 1-2) 450 9/20/2020

Delivery of Cars 3-5 510 11/19/2020

Delivery of Cars 6-10 630 3/19/2021

Delivery of Cars 11-15 750 7/17/2021

Delivery of Cars 16-20 840 10/15/2021

Delivery of Cars 21-25 930 1/13/2022

Delivery of Cars 26-30 1020 4/13/2022

Delivery of Cars 31-35 1110 7/12/2022

Delivery of Cars 36-40 1200 10/10/2022

23

Project Status Update on Contract No. EP199-19 Rebuild of Bombardier Railcars Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 3

Delivery of Cars 41-45 1290 1/8/2023

Delivery of Cars 46-50 1380 4/8/2023

In early July, the project team selected five Bombardier cars for the first round of the rebuild. A project kick-off meeting was held on July 15 and 16 at the Authority’s Central Maintenance Facility (CMF), followed by a joint inspection of the five selected railcars at Keller Yard: SCAX 101, 122, 161, 605 and 615. All five railcars arrived to the Talgo facility in Milwaukee, Wisconsin on August 10. As one of the work scopes under Talgo-SYSTRA for Contract No. EP199-19, the exterior design will resemble that of the Rotem coach car fleet, as shown in Figure 1. Figure 1. Design Characteristics of Rotem Car Fleet

------ Ribbon design --------- “M” design

Figure 2. Design Characteristics of Bombardier Railcar Fleet after Rebuild

The detailed designs of the interior of the railcar rebuild have not been determined yet; these will be discussed with Talgo-SYSTRA during the design proposal review, which is scheduled to take place between October 2019 and February 2020. Staff will work with the Marketing Department to obtain feedback on the interior designs similar to how the final exterior paint scheme for this project was coordinated. Once a final decision is reached, staff will provide updates to the Board on a quarterly basis. An identified, upcoming project risk is the duration of the design proposal review phase for the 26 different work scopes in the contract. This risk will be the most significant to this program since it will impact both the project schedule and design quality. Design proposal review will consist of a rotating cycle between Talgo-SYSTRA’s submittal of design

24

Project Status Update on Contract No. EP199-19 Rebuild of Bombardier Railcars Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 4

proposals and the Authority/LTK’s comments on the submittals. The project team’s goal is to remove or minimize both the risk and the time in each phase yet assure maximum quality in design. To meet this goal, the project management team will conduct face-to-face meetings with Talgo-SYSTRA’s engineering team at their Montreal, Canada facilities. The risk mitigation plan provides that after three or four weeks of thorough review of the design proposals, the project team plans four days of face-to-face meetings with the Talgo-SYSTRA engineering team, where all of Talgo-SYSTRA’s engineers/designers, subcontractors, materials, documents, design software and expertise are available. Having such resources on-hand in the in-person meetings would greatly reduce conflicts. As of December 13th, two (2) face-to-face meetings have been held, one on November and the other one on December. There will be three (3) more face-to-face meetings scheduled until February 2020. Budget/Grant The project expenditure estimate for the base order of fifty (50) cars is $83,219,522. Once funding is identified and Authority executes option orders, the projected expenditure estimate for remaining 71 cars is $97,446,496. The total project expenditure estimate at completion for all 121 cars is $180,666,019 which includes Authority staff time, consultant support, and 10% in contingency. The tables that follow demonstrate the amount of funding allocated to each component of the Project and the amount billed as of December 1, 2019, corresponding to approximately 19% of the total budget being expended for the base order of 50 railcars. The second table indicates the funding sources used for the Project.

25

Project Status Update on Contract No. EP199-19 Rebuild of Bombardier Railcars Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 5

Project Expenditures for Base Order

Project Component Expenditures to Date

Estimate at Completion

Budget Remaining

Talgo-SYSTRA Contract $12,803,003 $64,015,017 $114,159,685

Consultant Support $229,368 $6,401,501 $6,172,133

Authority $631,837 $6,401,501 $5,769,664

Contingency $0 $6,401,501 $6,401,501

TOTAL $13,664,208 $83,219,522 $69,555,314

Project Funding Sources

Source Total Funding Grant Expiration Dates Note

State $ 51,712,360 MOU 18-25-134, RCTC,

FY19 expires on 3/31/2022

More funding will be available from SCORE

soon.

Federal $ 10,731,301 FY19 MOU 18-25-134 expires on 3/22/2022

Local $ 22,533,537 LACMTA expires on

6/30/2022

TOTAL $ 84,977,198

Note: The total funding in the chart will include the budget for both 50 cars of base order and 71 cars of the option order. Currently the budget for the base order is estimated at $83.2 million and the remaining will be included in the budget for the option order in the future. Budget Impact There is no budgetary impact as a result of this report. Next Steps Project staff will continue to provide quarterly project status updates. Prepared by: Dong Keun (DK) Ha, Rolling Stock Engineering Manager II

Luis Carrasquero, Interim Director, Maintenance of Equipment

26

Project Status Update on Contract No. EP199-19 Rebuild of Bombardier Railcars Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 6

Eric Hosey, Chief Operating Officer

27

TRANSMITTAL DATE: January 3, 2020

MEETING DATE: January 10, 2020 ITEM 13

TO: Contracts, Operations, Maintenance, and Safety

Committee FROM: Stephanie Wiggins, Chief Executive Officer

SUBJECT: Grade Crossing Conflicts & Trespasser Strikes: Root Cause Analysis Update

Issue During the last three years the Authority has had numerous grade crossing and trespasser incidents. These adversely affect those involved, the community and the service we provide to our passengers. The average service delay for an incident is approximately two and half hours. This business model cannot sustain delays of this magnitude and frequency. The delays will hamper our ability to increase ridership. In addition, these incidents have a very negative psychological impact on the community and the Authority employees and contractors. At its July 26 Workshop, the Board focused on the topic of trespasser strikes for one of the sessions and requested a root cause analysis report. Recommendation The Board may receive and file this report. Strategic Goal Alignment This report aligns with the strategic goal to ensure a safe operating environment. Moving forward with this project will assist the Agency in identifying and mitigating existing and potential hazards on the system. Background The Authority’s mission is to provide safe, efficient, dependable, and on-time transportation service for the Southern California region. One factor that can interfere with this mission is ROW incidents, especially certain types of incidents that can cause catastrophic injuries and deaths and result in major delays or cancellations across the system.

28

Grade Crossing Conflicts & Trespasser Strikes: Root Cause Analysis Update Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 2

The Los Angeles Sherriff’s Department (LASD) Metrolink Bureau is integral to reducing trespassers accessing the ROW. The LASD does this through ROW Enforcement Operations. A ROW Enforcement Operation is when a deputy patrols the Metrolink ROW to ensure safe railroad operations. During these operations deputies frequently encounter trespassers. If the violators are in an area that causes immediate risk to themselves or the public, they are removed and cited under 369i of the California Penal Code. In the first four months of 2019, 1,560 ROW Enforcement Operations were conducted within LA County and an additional 293 ROW Enforcement Operations outside of LA County. Authority Statistics

Calendar Year Trespasser Strikes

Pedestrian Strikes

Vehicle Strikes

Totals

2017 22 2 10 34

2018 44 15 22 81

2019 39 13 14 65

The Authority Safety, Security, and Compliance Department has worked with the LASD Transit Bureau to not only increase ROW Enforcement Operations on the system but to change the approach it utilizes. Staff are performing a risk-based analysis, utilizing statistical data, and assigning resources accordingly. LASD is working with other local law enforcement agencies to help educate the public and provide additional enforcement along the ROW. Utilizing this new approach, the Transit Bureau has increased their monthly statistics substantially. Comparing May’s efforts to June, there was a 500% increase in trespasser warnings. The Bureau’s efforts are focused and with each individual removed from the ROW, the Bureau ensures a lower trespasser strike probability rate for rail transportation on the Authority’s system. Homeless Encampments Over the last two years there has been a significant increase in the number of homeless encampments along the ROW. In 2017, 66 encampments of homeless people living near the railroad tracks were recorded. Data in 2018 revealed a 97% increase with 130 encampments reported for that year. In 2019, 133 encampments have been reported along the ROW. This is a strong indicator that, without intervention, the number of encampments will continue to contribute to an increase in potential incidents on the ROW. This increase of people living and accessing the railroad tracks creates unsafe conditions and is a priority of the Authority Incident Reduction Task Force (IRTF). Historically, most homeless encampments adjacent to the ROW have been reported in the Ventura Subdivision. In 2019, 87 of the reported 133 encampments were within a 20-mile stretch of track on the Ventura sub between Burbank and Chatsworth. This area is

29

Grade Crossing Conflicts & Trespasser Strikes: Root Cause Analysis Update Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 3

of concern as 6 of the 38 (16%) trespasser strikes this year have occurred in this area while it comprises less than 4% of the track miles of our system. An overall approach to removing individuals off the property includes ROW patrols by the LASD Metrolink Bureau, community outreach to local governments, and joint clearing efforts by IRTF partners. In response, homeless encampments fall into two categories; those within 20 feet of center track and those located outside of 20 feet. The encampments within 20 feet of the track are deemed an unacceptable hazard and addressed immediately. When an encampment is adjacent to our ROW in Los Angeles County and located outside the 20-foot immediate hazard zone, LASD Metrolink Bureau deputies, with Los Angeles County Metropolitan Transportation Authority (LACMTA) MET deputies, contact those living in the encampment and post a 14-day notice to vacate. Once the notice has been posted, members of the Authority, LACMTA, and law enforcement coordinate and schedule clean-up and social outreach efforts for the vacate date. Grade Crossing Enforcement Metrolink operates over numerous grade crossings as outlined below:

• Total Number of Grade Crossings of All Types – 883

• Total Number of at Grade Crossings - 457

• Below-Grade Crossings – 193

• Total At-Grade Public Vehicular Crossings - 281

• Above-Grade Crossings – 233

• Pedestrian Crossings – 47

• Private Crossings – 57

• Private Pedestrian Crossings – 3

• Station Crossings – 50

• SCRRA Owned Crossings – 607

• BNSF Owned Crossings – 130

• UPRR Owned Crossings – 124

• NCTD Owned Crossings – 22

The LASD Metrolink Bureau conducts routine grade crossing enforcement activities each month. The past procedure utilized a shotgun approach based on resource location and allocation. The crossings operations performed each month were not informed by the Authority incident statistics and did not provide the agency the most efficient use of resources. LASD and the Authority have moved towards a risk-based approach, relying on statistical analysis and risk assessment to guide our efforts.

30

Grade Crossing Conflicts & Trespasser Strikes: Root Cause Analysis Update Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 4

Discussion

At its July 26, 2019 Workshop, the Board discussed the role of Education, Engineering, and Enforcement in eliminating trespasser strikes and grade crossing conflicts. Based upon that discussion, the Board identified the need for more in-depth information – a root-cause analysis. As a result of this request, staff retained RailPros as a consultant last month to identify or develop a methodology to assess, analyze, and rate each of Metrolink’s public at-grade crossings based on its existing condition. The proposed methodology shall identify each physical component and any other relevant safety factors measurable of the crossing. The proposed methodology should rate each component of the crossing with a factor weighing its condition for each component. This tiered approach shall be achieved by identifying and categorizing each crossing and identifying the top crossing concerns, prioritizing improvements, and identifying needed upgrades for future projects at that crossing. As part of the analysis, the Consultant will also perform the following: A. Site Assessments Railpros will perform a ROW assessment at locations having documented strikes, as well as locations that present an inherent risk. The site assessments will focus on areas of risk and the recommendations to address the risk. The following items would be addressed in the assessment: Engineering

• Where fencing is needed on the ROW

• Where grade separation may be needed

• Is a sealed corridor practical?

• Are grade crossing standards up to date?

• Are at-grade crossing upgrades needed?

• Vehicle and pedestrian traffic flow

Homeless Encampments

• Identify potential risks to the SCRRA employees, contractors, and passengers

• Identify environmental factors (i.e. vegetations, housing, facilities, water and food source) that sustain/discourages homeless encampments

• Identify egress and ingress patterns

• What are the best practices when dealing with homeless encampments?

B. Evaluation of Enforcement Procedures: Railpros will evaluate the following enforcement activities and provide recommendations for:

• Targeted grade crossing enforcement operations

31

Grade Crossing Conflicts & Trespasser Strikes: Root Cause Analysis Update Transmittal Date: January 3, 2020 Meeting Date: January 10, 2020 Page 5

• Encampment clean-up partnership with local law enforcement and member

agencies

• ROW Enforcement Operations with LASD and local law enforcement

• Best practices for dealing with trespassing enforcement C. Evaluation of Public Education Methods/Alternatives: Railpros will evaluate the following outreach activities and provide recommendations for:

• Utilization of paid radio, social and digital displays to promote rail safety

• Promoting rail safety through internal channels such as the Metrolink Matters, the Metrolink Blog and social media outreach including Facebook, Twitter, Instagram

• Outreach to local municipalities and neighborhood councils regarding local trespassing and homeless encampment issues

• Partnerships with suicide prevention organizations

• Educating media on how to avoid increasing risk when reporting on suicide

• Public service announcements at targeted Department of Motor Vehicle offices to improve motorist behavior and promote the use of the emergency notification number noted on the emergency notification signs located at every at grade crossing throughout the State.

Budget Impact There is no budgetary impact as a result of this report. Next Steps The Consultant shall conduct a study of Grade Crossing and Trespasser incidents throughout the Metrolink system. This will also include high strike locations noted on BNSF and UPRR owned right of way. The study will evaluate the existing conditions of public at-grade crossings and “hot spot” areas where the Authority has identified multiple trespassing incidents. The study shall also provide recommendations for reducing/eliminating incidents and deterring trespassing at public at-grade crossings and “hot spot” areas. Staff anticipates presenting the results of the study to the Committee and the Board during in March. Prepared by: Donald Filippi, Chief Safety, Security & Compliance Officer

Don Filippi, Chief System Safety, Security & Compliance Officer

32