AGENDA
OPERATIONS COMMITTEE


Thursday, September 18, 2003 - 1:00 P.M.



Call to order:

Directors:

John Fasana, Chair

Tom LaBonge, Vice Chair

Michael Antonovich

Martin Ludlow

Beatrice Proo

Doug Failing, Ex Officio


 

20.    RECEIVE report of the Deputy Chief Executive Officer.

 

 

21.    RECEIVE update on Service Sectors.

 

 

 

22.    RECEIVE AND FILE the first quarterly report on the 2550 Rail Vehicle Program for the period from May 2003 through August 2003.

 

 

23.    RECEIVE AND FILE reports on the criminal prosecutions for vandalism of Metro property, disposition of cases and restitution amount received and new procedures to improve the restitution rate and amount.

 

 

24.    ADOPT the Metro Transit Service Policy, which will supersede all previous Metro Board adopted service policies.

 

 

 

 

25.    AUTHORIZE the Chief Executive Officer to execute a Betterment Agreement No. PCO 194 between the Los Angeles to Pasadena Metro Blue Line Construction Authority (PBLCA) and the Los Angeles County Metropolitan Transportation Authority (Metro) for the procurement and delivery of four traction power substations in the amount of $4,733,190.

 

 

 

 

26.    AUTHORIZE the Chief Executive Officer to enter into an Exchange Agreement with RAD Jefferson, LLC (the Developer), and all other agreements required to implement the exchange of Metro’s Venice facility for acquisition and development of the larger replacement facility in the City of Los Angeles.

 

 

 

27.    CONSIDER:

 

A.    finding that there is only a single source for procurement of Transynd synthetic transmission fluid.  The purchase is for the sole purpose of replenishing the Metro’s existing supply.  The Board hereby authorizes the procurement pursuant to Public Utilities Code 130237; and

 

B.   authorizing the Chief Executive Officer to award a single source requirements contract to Valley Detroit Diesel Allison Company (VDDA) to purchase approximately 90,000 gallons of Transynd synthetic transmission fluid (STF) to support the bus fleet over a twenty-four month period for an amount not to exceed $2,192,063 including sales tax.

 

          (REQUIRES 2/3 VOTE OF THE BOARD)

 

 

 

28.    AWARD a 24-month, firm fixed-price contract with an option for one additional year under Bid 03-0015 to Petro-Diamond Inc. the lowest responsive, responsible bidder for Unleaded Gasoline for an amount not to exceed $3,099,349 inclusive of sales tax.

 

         

CONSENT CALENDAR Items:  29 through 34

 

 

29.    APPROVE execution of Amendment No. 2 to contract PS-4610-1026 with Booz-Allen & Hamilton (BAH) to provide Phase I Preliminary Cost-Benefits of various options to implement the Universal Fare System Regional Service Center and Clearinghouse for an amount not to exceed $128,842 increasing the total contract value not to exceed $4,705,185.

 

          COMMITTEE AUTHORITY, 4/5 vote



 

30.    AWARD a 24-month, firm fixed-price contract under Bid 03-0008 to Graffiti Removal Inc., the lowest responsive, responsible bidder for Rail Window Vandal Protection Shields for an amount not to exceed $252,146 inclusive of sales tax.

 

          COMMITTEE AUTHORITY, 4/5 vote



 

31.    AWARD a five-year firm fixed-unit rate contract No. OP33440653 to XLNT Tint, Inc. of Anaheim, the most responsive, responsible bidder to provide graffiti guard film installation service for Metro transit facilities for an amount not to exceed  $1,990,837 inclusive of two one-year options.

          COMMITTEE AUTHORITY, 4/5 vote



32.    AWARD a firm fixed-price contract under Bid 03-0020 to A & P Development and Construction, the lowest responsive, responsible bidder to furnish, deliver and install storage carousel systems for a total price of $592,828 inclusive of sales tax and an option to move existing carousel.

          COMMITTEE AUTHORITY, 4/5 vote


33.    AWARD a five-year firm fixed-price contract, No. PS64301426 to Mitsubishi Electric & Electronics USA, Inc. for Gateway elevator and escalator services for an amount not to exceed $1,208,796 inclusive of two one-year options effective December 1, 2003.

 

          COMMITTEE AUTHORITY, 4/5 vote

 

 

 

34.    AWARD 24-month firm fixed-price requirements contracts under Bid 03-0024 to the lowest responsive, responsible bidder for bus brake shoes for an amount not to exceed $1,689,544 inclusive of sales tax to the following:

 

 

A.    MCI Service Parts Inc. for 5,000 New Flyer, front and rear brake shoes for a total contract value of $402,701 inclusive of sales tax;

 

B.   Neopart for 20,000 TMC rear brake shoes for a total contract value of $520,466 inclusive of sales tax;

 

C.   Onyx Distribution for 11,000 NABI rear brake shoes for a total contract value of $375,086 inclusive of sales tax; and

 

D.   NABI Inc. for 14,000 TMC, Neopart, NABI front brake shoes and 10,000 Flxible front and rear shoes for a total contract value of $391,291 inclusive of sales tax.

 

COMMITTEE AUTHORITY, 4/5 vote

 



 

 

Consideration of items not on the posted agenda, including: items to be presented and (if requested) referred to staff; items to be placed on the agenda for action at a future meeting of the Committee or Board; and/or items requiring immediate action because of an emergency situation or where the need to take immediate action came to the attention of the Committee subsequent to the posting of the agenda.

COMMENTS FROM THE PUBLIC ON ITEMS OF PUBLIC INTEREST WITHIN COMMITTEE’S SUBJECT MATTER JURISDICTION


ADJOURNMENT

 

RETURN TO MEETING SCHEDULE