CITY OF EL PASO, TEXAS
LEGISTAR AGENDA ITEM SUMMARY FORM
DISTRICT, DEPARTMENT, CONTACT INFORMATIOn:
Please choose District and Department from drop down menu. Please post exactly as example below.
No Title’s, No emails. Please use ARIAL 10 Font.
Details
Districts 2 and 3
Capital Improvement Department, Sam Rodriguez, (915) 212-0065
Purchasing and Strategic Sourcing, Bruce D. Collins, (915) 212-1181
End
AGENDA LANGUAGE:
This is the language that will be posted to the agenda. Please use ARIAL 11 Font.
Title
The linkage to the Strategic Plan is subsection 7.2 - Improve competitiveness through infrastructure improvements impacting the quality of life.
Award Summary:
Discussion and action on the award of solicitation 2022-0052 Airport RTS to MIRADOR ENTERPRISES, INC. for an estimated award of $1,474,731.79. The purpose of the project is to improve the existing local bus service in El Paso along the Montana Street corridor by adding a new bus rapid transit service route, as well as providing a pickup location for rideshare users. A new enclosed station at the El Paso International Airport will be constructed that will follow the development of the Montana Rapid Transit System (RTS), that will also provide a pickup location for rideshare users. The station will consist of a climate-controlled building, pedestrian lighting, new sidewalks, landscaping, bicycle racks and artwork.
Department: Capital Improvement
Award to: MIRADOR ENTERPRISES, INC.
El Paso, TX
Item(s): Base Bid I, Base Bid II, Base Bid III and Base Bid IV
Initial Term: 182 Consecutive Calendar Days
Base Bid I: $1,224,669.94
Base Bid II: $ 26,055.72
Base Bid III: $ 77,566.32
Base Bid IV: $ 134,730.00
Additive Alternate I: $ 11,709.81
Total Estimated Award: $1,474,731.79
Funding Source: 2021 Certificate of Obligation/Federal Transit Administration
Account: 190-4746-38290-580270-PCP11MT050B
560-3210-38290-580270-PCP11MT050B
District(s): 2 & 3
This is a Low Bid procurement, lump sum contract.
The Purchasing & Strategic Sourcing and Capital Improvement Departments recommend award as indicated to MIRADOR ENTERPRISES, INC., the lowest responsive and responsible bidder and that Arrow Building Corp. be deemed non-responsible due to not providing proper documentation that demonstrates a satisfactory performance record and that PERIKIN Enterprises, LLC be deemed non-responsible due to not meeting the minimum experience requirement that demonstrates a satisfactory performance record.
It is requested that the City Manager be authorized to establish the funding sources and make any necessary budget transfers and execute any and all documents necessary for execution of this award.
As a part of this award, upon the review of the City Attorney, the City Engineer may without further authorization from City Council approve contract changes which are necessary for proper execution of the work and carrying out the intent of the project, which are in accordance with applicable law, do not make changes to the prices and are within the appropriate budget.
End