AGENDA
OPERATIONS COMMITTEE

Wednesday, June 19, 2002 - 1:00 P.M.

Call to order:

Directors:

Hal Bernson, Chair
Michael Antonovich, Vice Chair
John Fasana
Beatrice Proo
Zev Yaroslavsky
 

6.         RECEIVE report of the Deputy Chief Executive Officer.

7.         RECEIVE quarterly status report on the Universal Fare System implementation.

8.         RECEIVE AND FILE report on the interest in and viability of college pass programs and smart card applications.

9.         RECEIVE AND FILE report on maintenance of El Monte Station.

10.       CONSIDER adopting the following:  The Board finds that the Automated Guided Vehicles (AGVs)
consist of highly specialized hardware equipment, communication technology, and software, such that the procurement qualifies under Public Utilities Code Section 130238 for procurement by competitive negotiation.  Using this methodology staff will solicit a package of system hardware and software to be installed on site.

(Requires 2/3 vote of the Board)

11.       CONSIDER adopting the following:

A.               the Board finds that there is only a sole source to provide S-1 Gards.  The purchase is for the sole purpose of enhancing the safe operation of the Metro’s existing bus fleet.  The Board hereby authorizes the purchase of 1,979 S-1 Gards pursuant to Public Utilities Code Section 130237; and

B.               authorizing the Chief Executive Officer to award a sole source, firm fixed-price contract to Willamette Valley Company, Eugene, Oregon, for the procurement of 1,979 S-1 Gards for a firm fixed-price of $2,720,680 inclusive of sales tax.

(Requires 2/3 vote of the Board)

12.      CONSIDER:

A.           awarding a firm fixed-price contract to International Power Machines (IPM), the lowest responsive, responsible bidder under Bid No. 01-0229 for the purchase of 14 Uninterruptible Power Supply (UPS) units for Segments 2 and 3 of the Metro Red Line subway system for an amount not to exceed $772,014 inclusive of sales tax.

B.          receiving and filing report notifying the Board that the Chief Executive Officer has purchased 4 UPS Systems under immediate remedial measures in accordance with Public Utilities Code Section 130235(b).

13.       AWARD a two-year contract to BP West Coast Products, the lowest responsive, responsible bidder under Bid 04-0216, for ultra low sulfur diesel fuel for an amount not to exceed $9,286,335, inclusive of sales tax.

14.       APPROVE the 2002 Hollywood Bowl Park-and-Ride service agreement with the Los Angeles County Department of Public Works and the Los Angeles Philharmonic Association.

 15.      APPROVE execution of two three-year contracts and one two-year contract for the Metro Freeway Service Patrol for a total amount not to exceed $3,172,965:

Beat     Contractor                                                        Amount            Contract Period

            11         Hadley Towing, Whittier                                    $1,005,350         10/1/02 - 9/30/05
43         S&W Towing Hawthorne                                  $1,508,234         10/1/02 - 9/30/05
42         Panorama City Towing, San Fernando    $   659,381        10/1/02 - 9/30/04

                                                                                                            Total Amount              $3,172,965

CONSENT CALENDAR (Items 16, 17, and 18) 

16.       AWARD two-year contract to Corporate Express, Paramount, the lowest responsive, responsible bidder under Bid No. 03-0205, for office supplies for an amount not to exceed $1,500,000 inclusive of sales tax.

COMMITTEE AUTHORITY, 4/5 VOTE

 17.      AWARD a firm fixed-price contract to Johnson Lift/Hyster, the lowest responsive, responsible bidder under Bid No. 04-0211, for 18 motorized hand lift trucks for a firm fixed-price of $208,275, inclusive of sales tax.

COMMITTEE AUTHORITY, 4/5 VOTE

 
18. AWARD a twenty-four month, firm fixed-price requirements contracts to the following lowest responsive, responsible bidders under Bid No. 04-0212, for
bus electrical parts for a total amount not to exceed $706,786 inclusive of sales tax:


A.           Crain Auto Electric for electrical regulator, housing assembly, stator and field coil assembly, end housing assembly, and solenoid for a total contract value of $388,018;

B.          Kirk’s Automotive for bus alternators for a total contract value of $150,960;

C.          Auto Diesel Electric for alternator kit and flasher for a total contract value of $88,818;

D.          Hydraulic Electric for frame end drive for a total contract value of $49,362; and

E.           Neoplan, Inc. for alternator stator assembly for a total contract value of $29,628.

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 Schedule]