AGENDA
OPERATIONS COMMITTEE


Thursday, April 17, 2003 - 1:00 P.M.


Call to order:

Directors:

Beatrice Proo, Chair

Pam O’Connor, Vice Chair

Michael Antonovich

Gloria Molina

Allison Yoh

Doug Failing, Ex Officio

 

 

29.    RECEIVE report of the Deputy Chief Executive Officer.

 

 

 

30.    RECEIVE update on Service Sectors.

 

 

 

31.    RECEIVE quarterly update on the Universal Fare System Implementation.

 

 

 

32.    RECEIVE AND FILE report on the action plan to improve the rail fleet and station appearance and services to its commuters.


 

33.    CONSIDER:

 

A.             approving results of public hearing held on April 1, 2003 concerning FY 2004 Service Change Program for Metro Westside/Central; and

 

B.           adopting staff’s recommended service adjustments to become effective June 22, 2003 or later.

 

 

 

34.    CONSIDER:

 

A.      adopting the Pasadena Gold Line and Eastside Extension Light Rail Vehicle Projects 800088 and 800151 Budgets for the value of $191,222,902;

 

B.      awarding a five-year, firm, fixed-price contract No. P2550, to Ansaldobreda S.P.A., for the manufacturing and delivery of 50 light rail vehicles (LRV), for an amount of $158,738,671 for the base contract buy, exclusive of two 50-LRV options; and

 

C.      executing change orders for this procurement in the amount up to $1,000,000 per change order with cumulative change orders not to exceed 10% of the current approved contract value.

 

 

 

35.    AWARD a five-year, fixed-labor rate, task-order contract No.

          PS 8310-1267, to LTK Engineering Services for rail consulting services for an amount not to exceed $9,017,964, inclusive of a 5% contingency.


 

36.    APPROVE negotiation and execution of twenty contract amendments for the Metro Freeway Service Patrol (FSP) for a total amount not to exceed $4,564,300 including contingencies, to extend the periods of performance of all Contractors for a duration of up to 10 months.

 

 

 

 

 

Beat

 

 

Contractor

Current

Contract

Amount

Not to Exceed

Contract

Increase

Not to Exceed

Amount

2

South Coast Towing

$992,130

$254,800

$1,246,930

3

’s Towing

$989,055

$72,800

$1,061,855

4

’s Towing

$1,235,306

$136,500

$1,371,806

6

LA’s Bestway

$998,322

$291,200

$1,289,522

8

’s Towing

$973,369

$145,600

$1,118,969

10

Girard & Peterson

$1,098,475

$322,400

$1,420,875

22

Girard & Peterson

$1,005,922

$260,000

$1,265,922

35

Girard & Peterson

$911,429

$234,000

$1,145,429

39

LA’s Bestway

$955,158

$351,000

$1,306,158

40

J&M Towing

$1,186,358

$362,700

$1,549,058

12

Bob & Dave’s Towing

$962,630

$210,600

$1,173,230

14

Kenny’s Auto

$1,097,535

$226,200

$1,323,735

15

Kenny’s Auto

$870,053

$130,000

$1,000,053

16

Bob & Dave’s Towing

$1,191,604

$234,000

$1,425,604

18

J&M Towing

$1,430,910

$312,000

$1,742,910

19

Dale’s Toe

$1,360,388

$227,500

$1,587,888

20

Dale’s Toe

$974,343

$202,800

$1,117,143

23

Navarro’s Towing

$1,058,556

$254,800

$1,313,356

26

Kenny’s Auto

$728,257

$156,000

$884,257

38

Bob & Dave’s Towing

$795,040

$179,400

$974,440

 

 

Total

$4,564,300

 

 

 

 

37.    CONSIDER authorizing the Chief Executive Officer’s designee to award a firm fixed-price contract under Bid 03-0011 to the lowest responsive, responsible bidders to provide vehicle parts to the Green Line, Gold Line and Red Line for a total price of $578,585, inclusive of sales tax as follows:

 

A.            Siemens Transportation Systems, Inc., for friction brake and coupler light rail equipment for a total amount not to exceed $201,566;

 

B.           WABCO Transit Division, for friction brake and coupler light rail equipment for a total amount not to exceed $377,019;

 

C.            finding that Metro received one bid each for air comfort system equipment, line items 40 through 42, for heavy rail cars.  Under Public Utilities Code section 130232, the bid has been rejected and the vehicle parts may be purchased at a lower price on the open market; and

 

D.           authorizing the purchase of air comfort system equipment pursuant to Public Utilities Code section 130233.

 

          (REQUIRES A 2/3 VOTE OF THE BOARD)

 

 

Consent Calendar items:  38 through 41

 

 

38.    AWARD a three-year, firm, fixed-price contract under Bid 03-0005 to Merrimac Energy Group, the lowest responsive, responsible bidder for Lubricants for an amount not to exceed $591,853, inclusive of sales tax and two one-year options.

 

          COMMITTEE AUTHORITY, 4/5 vote

 

 

39.    AWARD a 24-month firm fixed-price requirement contracts under Bid 07-0202 to the lowest responsive, responsible bidders for bus brake drums for an amount not to exceed $1,993,999, inclusive of sales tax to the following:

 

A.           Vehicle Maintenance Program for TMC, New Flyer, NABI, Flxible and Neoplan front and rear brake drums for a total contract value of $1,428,155, inclusive of sales tax; and

 

B.          The KIC Group for New Flyer and Flxible front brake drums for a total contract value of $565,844, inclusive of sales tax.

 

          COMMITTEE AUTHORITY, 4/5 vote

 

 

40.    APPROVE:

 

A       the execution of an indefinite quantity/delivery type, multiple award agreement with Chromatic Lithographers, Dual Graphics, Graphic Press, Pacific Graphics, Pacific Printing, and Peaks & Associates for printing services for a period of three years, effective April 24, 2003, with a cumulative total amount not to exceed $700,000; and

 

B.      the execution of task or contract work orders under these agreements for printing services.

 

          COMMITTEE AUTHORITY, 4/5 vote

 

 

41.    AWARD a firm fixed-price contract under Bid No. 03-0019, to Motorola, Inc. for the acquisition of radio transmission equipment for a firm fixed-price of $389,315.71 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