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

 

[Return to Meeting Schedule]