Skip to main content
File #: 25-2450   
Type: Ordinance-S Status: Agenda Ready - Street Transportation
Meeting Body: City Council Formal Meeting
On agenda: 12/17/2025 Final action:
Title: 10 Locations in Phoenix (HAWK SIGNAL) - Design-Bid-Build Services - ST89330252 (Ordinance S-52504) - Districts 2, 3, 4, 7 & 8
District: District 2, District 3, District 4, District 7, District 8
Date Action ByActionAction DetailsDetailsVideo
No records to display.

Title

10 Locations in Phoenix (HAWK SIGNAL) - Design-Bid-Build Services - ST89330252 (Ordinance S-52504) - Districts 2, 3, 4, 7 & 8

 

Description

Request to authorize the City Manager, or his designee, to accept AJP Electric, Inc., as the lowest-priced, responsive, and responsible bidder and to enter into an agreement with AJP Electric, Inc. for Design-Bid-Build Services for the 10 Locations in Phoenix High Intensity Activated Crosswalks (HAWK Signal) project. Further request to authorize the City Controller to disburse all funds related to this item. The fee for services will not exceed $5,653,155.40.

 

Report

Summary

The purpose of this project is to install new HAWK signals at 10 locations Citywide.

 

AJP Electric, Inc.’s services include, but are not limited to: removal of existing sidewalks, curbs and gutters, and curb ramps; construction of new sidewalks, curbs and gutters, and ramps to comply with Americans with Disabilities Act requirements; catch basin and fire hydrant relocations; provide and install HAWK signals (foundations, poles, mast arms, signals, electrical components and all fixtures and equipment); adjustment of existing utilities; crack seal and micro seal; and miscellaneous work.

                                                                

The selection was made using an Invitation for Bids procurement process set forth in section 34-201 of the Arizona Revised Statutes. One bid was received on October 7, 2025, and was sent to the Equal Opportunity Department for review to determine subcontractor eligibility and contractor responsiveness in demonstrating responsiveness to Disadvantaged Business Enterprise (DBE) program requirements.

 

The opinion of probable cost and the lowest responsive and responsible bidder is listed below:

 

Opinion of Probable Cost: $5,969,696

AJP Electric, Inc.: $5,653,155.40

 

The bid award amount is within the total budget for this project.

 

Contract Term

The term of the agreement is 420 calendar days from issuance of the Notice to Proceed. Work scope identified and incorporated into the agreement prior to the end of the term may be agreed to by the parties, and work may extend past the termination of the agreement. No additional changes may be executed after the end of the term.

 

Financial Impact

The agreement value for AJP Electric, Inc., will not exceed $5,653,155.40, including all subcontractor and reimbursable costs.

 

This project will utilize federal funds and is subject to the requirements of 49 Code of Federal Regulations Part 26 and the U.S. Department of Transportation DBE program. Funding is available in the Street Transportation Department's Capital Improvement Program budget. The Budget and Research Department will separately review and approve funding availability prior to execution of any amendments. Payments may be made up to agreement limits for all rendered agreement services, which may extend past the agreement termination.

 

Location

Council Districts: 2, 3, 4, 7, and 8.

 

Department

Responsible Department

This item is submitted by City Manager Ed Zuercher, the Street Transportation Department and the City Engineer.