AGENDA
OPERATIONS COMMITTEE
Wednesday, July 17, 2002 - 1:00 P.M.
Call to order:
Directors:
Hal
Bernson, Chair
Michael
Antonovich, Vice Chair
John
Fasana
Beatrice
Proo
Zev
Yaroslavsky
5.
RECEIVE report of the Deputy Chief Executive Officer.
6.
AWARD three-year firm fixed-price requirements contracts under
Bid 02-0206 to the lowest responsive, responsible bidders for paper
products for an amount not to exceed $2,633,027, inclusive of sales tax
and two one-year options:
A. Gale Supply Company for line item 1,
windshield towel, for a total
contract value of
$36,258;
B. Kathco
Products for line item 2, “C” fold towel, for a total contract value of
$123,317;
C.
Empire Cleaning Supply for line item 3, single fold towel, and line item
5, roll towel, for a total contract value of $270,265; and
D.
Easterday Janitorial Supply Co. for line item 4, pop-up bonded cellulose
wipers, for a total contract value of $2,204,187.
7. AWARD a firm fixed-price Contract
OP33451146 to ARINC, the highest ranked proposer, to provide a new Light
Rail Supervisory Control and Data Acquisition (SCADA) System for a
period not to exceed five years in the amount of $8,718,158, inclusive of
exercised contract options.
8.
CONSIDER:
A.
a split award on a ten-year Public/Private Partnership, Contract
OP33900641A, to Trillium USA, Inc., Salt Lake City, UT, to design,
build, finance and maintain a CNG fueling station at Division 3, for an
amount not to exceed $12,336,320;
B.
a split award on a ten-year Public/Private Partnership, Contract
OP33900641B, to The Hanover Company, Broken Arrow, OK, to design, build, finance
and maintain a CNG fueling station at Division 8, for an amount not to exceed
$14,262,044;
C.
execution of a supplemental Municipal Lease Agreement with
GE Capital Public Finance, Inc., Minneapolis, MN, as the lending source for
Hanover, in the amount of $7,092,271, the cost of which is included in the total
contract amount shown above in B; and
D.
negotiation and execution of change orders as required with Trillium and
Hanover in an aggregate amount not to exceed $2,660,000.
9.
CONSIDER:
A.
finding that the only responsive, responsible bid for installation
of two Robotic Paint Booth Dry Filtration Systems under
Public Utilities Code Section 130233 has been rejected and the equipment
installation may be purchased at a lower price on the open market; and
B.
executing a firm fixed-price contract with Evans and Sons, Inc. for installation
of two Dry Filtration Systems at the Regional Rebuild Center at a unit price
of $300,000 each with a cumulative total of $600,000.
(Requires 2/3 vote of the Board)
10. APPROVE:
A.
results of the May 18, 2002 Public Hearing; and
B.
entering into a Service Agreement between the LACMetro and the City of
Norwalk-Norwalk Transit System to transfer operation of
a 9.2 mile segment of Line 125 for six years,
effective September 1, 2002 through June 30, 2008.
11.
AWARD a five-year unit rate contract with EOS Group to provide ancillary
health care services for the Metro’s self-insured Workers’ Compensation
Claims Program for an amount not to exceed $12,273,414, inclusive of two
one-year options.
12.
AWARD a five-year firm fixed-price revenue contract to Viacom Outdoor
Group Inc., effective January 1, 2003, for the right to sell and display:
A.
standard exterior and interior advertising on the Metro Bus fleet
for a firm fixed revenue price of $57,900,000, inclusive of three
one-year options; and
B.
wrapped advertising on not more than 100
buses in the Metro Bus fleet for a firm fixed revenue price of $12,100,000,
inclusive of three
one-year options.
Total revenue contract amount is $70,000,000.
CONSENT CALENDAR – (Items 13 and 14)
13.
AWARD a four-year fixed-price unit rate Contract OP39402524 to Dellner
Couplers, Inc., the lowest responsive, responsible bidder for the overhaul
of Metro Red Line Heavy Rail Vehicle couplers for an amount not to
exceed $609,752.
COMMITTEE AUTHORITY, 4/5 VOTE
14.
AWARD a five-year, firm fixed-price contract under Bid 04-0225 to Herman
Miller Workplace Resource, the lowest responsive, responsible bidder, to provide
Herman Miller and Geiger Office Furniture components
for an amount not to exceed $625,000, 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