Please note: this meeting's minutes have not been finalized yet. Actions taken on legislation and their results are not available.
Meeting Name: Operations, Safety, and Customer Experience Committee Agenda status: Final
Meeting date/time: 10/18/2018 9:00 AM Minutes status: Draft  
Meeting location: One Gateway Plaza, Los Angeles, CA 90012, 3rd Floor, Metro Board Room
Published agenda: Agenda Agenda Published minutes: Not available  
Meeting video: eComment: Not available  
Attachments:
File #Agenda #TypeTitleActionResultAction DetailsAudio
2018-0488 14.ContractAUTHORIZE the Chief Executive Officer to: A. EXECUTE Modification No. 3 to Contract No. OP28367-001, Part D, awarded to New Flyer of America, for the acquisition of sixty foot Zero Emission Buses (ZEB), to upgrade and increase the onboard bus battery capacity in the firm fixed price amount of $2,792,074, for a total contract amount of $70,970,417; and B. NEGOTIATE AND EXECUTE with New Flyer of America future contract modifications to Contract No. OP28367-001, Part D, for a not to exceed amount of $1,000,000 for each contract modification.   Not available Not available
2018-0491 15.ContractCONSIDER: A. FINDING that the procurement of Bus C-Frames under Public Utilities Code (PUC) Section 130237, as an Original Equipment Manufacturer (OEM) item, constitutes a single source procurement method for the purpose of duplicating equipment already in use; and B. AUTHORIZING the Chief Executive Officer to award a single source two-year, Indefinite Delivery, Indefinite Quantity Contract No. MA53981000 to The Aftermarket Parts Company, LLC (New Flyer Parts) for C-Frames Left Hand (LH) and Right Hand (RH). The Contract first year base amount is $653,889, inclusive of sales tax, and the second year Contract amount is $653,889, inclusive of sales tax for a total Contract Not-to-Exceed value of $1,307,778. (REQUIRES 2/3 VOTE OF THE BOARD)   Not available Not available
2018-0570 16.ContractAUTHORIZE the Chief Executive Officer to award a two year, Indefinite Delivery, Indefinite Quantity Contract No. MA54977000 to The Aftermarket Parts Company, LLC (New Flyer Parts), the lowest responsive and responsible bidder for bus operator seat assemblies. The award is for a base year not-to-exceed amount of $692,806, inclusive of sales tax, and a one year option for a not-to-exceed amount of $713,590, inclusive of sales tax, for a total not-to-exceed contract value of $1,406,397, subject to resolution of protest(s), if any.   Not available Not available
2018-0572 17.ContractAUTHORIZE the Chief Executive Officer to award a two year, Indefinite Delivery, Indefinite Quantity Contract No. MA44849-2000 to Cummins Incorporated the lowest responsive and responsible bidder for bus engine ignition control modules. The award is for a Base year not-to-exceed $678,866, inclusive of sales taxes, and a one year Option for a not-to-exceed amount of $694,369, inclusive of sales tax, for a total not-to-exceed contract value of $1,373,235, subject to resolution of protest(s), if any.   Not available Not available
2018-0578 18.ContractAUTHORIZE the Chief Executive Officer to: A. AWARD a five-year, firm fixed unit rate Contract No. PS113404000 to Becnel Uniforms, Inc. to provide uniforms for Bus and Rail Transit Operations Supervisors (TOS), in an amount not-to-exceed $819,773 for the three-year base term and $400,000 for one, two year option, for a combined total not-to-exceed amount of $1,219,773 effective January 1, 2019, subject to resolution of protest(s), if any; and B. AWARD a five-year, firm fixed unit rate Contract No. PS113405000 to LA Uniforms and Tailoring to provide uniforms for Bus and Rail Transit Operations Supervisors (TOS), in an amount not-to-exceed $221,602 for the three-year base period and $100,000 for one, two year option, for a combined total not-to-exceed amount of $321,602 effective January 1, 2019, subject to resolution of protest(s), if any.   Not available Not available
2018-0579 19.AgreementCONSIDER: A. ESTABLISHING two contract agreements solicited as Request for Information and Qualification (RFIQ) No. OP44570-2 with M.C. Dean, Incorporated and Skyler Electric Company, Incorporated for goods and services for amount of $2,244,000 for a two year base period and $1,000,000 for three one year options for a total not-to-exceed cumulative value of $3,244,000, subject to resolution of protest(s), if any; B. AUTHORIZING the CEO to award Task Orders to qualified UPS Battery suppliers under the approved not-to-exceed cumulative total value of $3,244,000; and C. AUTHORIZING the CEO to add additional qualified Uninterruptible Power Supply (UPS) Battery suppliers to the Bench subject to each potential supplier meeting the same RFIQ evaluation criteria qualifications; and award Task Orders to these qualified suppliers within the approved not-to-exceed cumulative total value of $3,244,000.   Not available Not available
2018-0508 20.Oral Report / PresentationOperations Employees of the Month   Not available Not available
2018-0509 21.Oral Report / PresentationRECEIVE oral report on System Safety, Security and Operations.   Not available Not available
2018-0555 23.Informational ReportRECEIVE AND FILE an update on NextGen transit competitiveness and market potential information.   Not available Not available
2018-0630 24.Informational ReportRECEIVE AND FILE Monthly Update on Transit Policing Performance.   Not available Not available
2018-0609 25.ContractAUTHORIZE the Chief Executive Officer to award a firm fixed price Contract No. PS51796000 for telephone system maintenance, service, and repair to Scottel Voice & Data, Inc., dba Black Box Network Services, for a not-to-exceed amount of $1,521,764 for the three-year base period effective November 1, 2018, plus $1,037,075 for the first two-year option, and $1,058,899 for the second two-year option, inclusive of sales tax, for a combined total not-to-exceed amount of $3,617,738, subject to resolution of protest(s), if any.   Not available Not available
2018-0688 41.Informational ReportWE, THEREFORE, direct the CEO to: A. apply the $5.5 million grant from the Federal Transit Administration to a bus replacement implementation plan that prioritizes routes in the South Bay and Gateway cities that service the following criteria: 1. Environmentally disadvantaged communities, as defined by SB 535 2. Congested arterial streets 3. Goods movement corridors B. provide a quarterly update to the Board on the progress of the Zero Emission Bus (ZEB) Program Master Plan as it relates to Metro’s replacement priorities of the existing fleet, and to specifically address how those priorities address areas in the greatest need of pollution and emissions relief. C. report back to the Metro Board with the bus replacement implementation plan during the January Board cycle.   Not available Not available
2018-0665  Informational ReportRECEIVE General Public Comment   Not available Not available