Skip to main content
File #: 25-0874   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 6/4/2025 Final action: 6/4/2025
Title: Closed-Circuit Television & Anonymous Re-Identification Citywide Expansion - Design-Bid-Build Services - ST89360040 (Ordinance S-51986) - Citywide
District: Citywide

Title

Closed-Circuit Television & Anonymous Re-Identification Citywide Expansion - Design-Bid-Build Services - ST89360040 (Ordinance S-51986) - Citywide

 

Description

Request to authorize the City Manager, or his designee, to accept CS Construction, Inc. as the lowest-priced, responsive and responsible bidder and to enter into an agreement with CS Construction, Inc. for Design-Bid-Build Services for the Closed-Circuit Television & Anonymous Re-Identification Citywide Expansion project. Further request to authorize the City Controller to disburse all funds related to this item. The fee for services will not exceed $1,942,000.

 

Report

Summary

The purpose of this project is to implement an expansion of the City's Advanced Transportation Management Program to enhance Citywide traffic monitoring and active traffic management capabilities. The project involves installation of 40 Closed-Circuit Television (CCTV) cameras and 100 Anonymous Re-Identification Devices (ARID) at traffic signal locations across the City. All installations will leverage existing infrastructure with no ground disturbance required, ensuring compliance with applicable federal, state, and local regulations.

 

CS Construction, Inc.’s services include, but are not limited to: installation of 40 CCTV cameras and 100 ARIDs throughout the City of Phoenix.

                                                                  

The selection was made using an Invitation for Bids procurement process set forth in section 34-201 of the Arizona Revised Statutes. Two bids were received on February 19, 2025, and were 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 one lowest responsive, responsible bidder is listed below:

  • Opinion of Probable Cost: $1,372,980
  • CS Construction, Inc.: $1,942,000

 

Bidders who were deemed non-responsive are listed below, in alphabetical order:

  • AJP Electric, Inc.

 

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

 

Although the bid exceeds the Engineer’s Opinion of Probable Cost by more than 10 percent, it has been determined the bid represents a fair and reasonable price for the required work scope. Additionally, the bid award amount is within the total budget for this project.

 

Contract Term

The term of the agreement is 90 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 CS Construction, Inc. will not exceed $1,942,000, 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.

 

Department

Responsible Department

This item is submitted by Assistant City Manager Inger Erickson, the Street Transportation Department and the City Engineer.