HomeMy WebLinkAboutAddendum 1 - RFP - 10222 Intersection Detection Systems
Addendum # 1
RFP 10222 Intersection Detection Systems
ADDENDUM NO. 1
Description of RFP 10222: Intersection Detection Systems
RFP DUE DATE: 3:00 PM (Mountain Time) October 17, 2025
To all prospective Service Providers under the request for proposal documents described above,
the following changes/additions are hereby made and detailed in the following sections of this
addendum:
Exhibit 1- Questions and Answers
Please contact Adam Hill, Senior Buyer, at 970-221-6777 or adhill@fcgov.com with any questions
regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE RFP STATING THAT THIS ADDENDUM HAS BEEN RECEIVED.
nd Floor
970.221.6775
970.221.6707
fcgov.com/purchasing
Addendum # 1
RFP 10222 Intersection Detection Systems
Exhibit 1 – Questions and Answers
1. Is RFP for furnish and install or furnish only?
Response: This contract will be furnish only. City staff will install and program the
equipment.
2. The Categories for the Functional Requirements Matrix on page 7 are M (Mandatory), I
(Important) and D (Desired) however, Attachment A on page 16 has them listed as
Mandatory (M), Preferred (P) and Desired (D). Are we to assume that Preferred and
Important are interchangeable since there isn’t an “I” listed anywhere on Matix?
Response: Yes, “preferred” and “important” are interchangeable.
3. Will you allow vendors to submit two different manufacturers/solutions?
Response: Yes, vendors can submit different manufacturers/solutions but they must be in
separate proposals.
4. Are lidar-based systems that perform stop bar and advance detection allowed to apply to
this RFP or is this for cameras-based systems only?
Response: The ability to view live video streams of the intersection is a mandatory
component of the detection system. If the lidar based system includes a video component
that provides live video monitoring, then we would consider the technology.
5. Reference Page 6 Section F
The submittal package states, “A completed questionnaire will be required as part of the
contract by the awarded Service Provider(s) (SaaS Cyber Service Provider Questionnaire,
Section IV, Exhibit G)”. Is this to be completed at the time of contract or is it to be included
with the Submittal Package?
Response: This is to be completed at the time of contract with awarded firm.
6. The instructions state that all product costs shall be priced per unit, but it does not specify
how pricing will be compared and scored among bidders. Could you please confirm the
method that will be used to evaluate and compare unit prices across vendors?
Additionally, if some intersections require additional products, how should we present the
pricing for the complete intersection configuration?
Response: The costs will be compared by pricing out all components needed for complete
detection solutions at multiple intersections. Pricing should identify the cost for each
component, not per intersection, since intersection detection configurations will vary
greatly across the City. We have provided the examples below of two intersections with
different detection configurations for reference, as we will evaluate multiple configurations
for our pricing review. In addition, any annual or one-time fees will be evaluated using a 10-
year product life cycle.
Addendum # 1
RFP 10222 Intersection Detection Systems
7. What will be the estimated annual purchase on the awarded contract?
Response: Annual purchases will depend on project and maintenance funding. Previous
years purchase amounts ranged from $70,000 to $350,000.
Addendum # 1
RFP 10222 Intersection Detection Systems
8. The response to the RFP requires completion of Build America Buy America (BABA) forms to
include with the bid submission. On page 10 of the RFP the City indicates that the “firm
ceiling price for year one for any federally funded projects will not exceed $300,000” and
the ceiling will remain the same for subsequent renewal terms. Would the City please
confirm that the domestic preference requirements for manufactured products would be
waived under US DOT’s small grants waiver of $500,000 pursuant to the notice found at
https://www.federalregister.gov/documents/2023/08/16/2023-17602/waiver-of-buy-
america-requirements-for-de-minimis-costs-and-small-grants.
Response: The applicability of BABA will be dependent upon the particular grant for a
specific project based on the funding source and federal regulations at that time.
9. The response to the RFP requires completion of Build America Buy America (BABA) forms to
reflect compliance/non-compliance with FTA BABA requirements. Would the City please
confirm that it anticipates receiving federal funds for the detection system projects from
the Federal Transit Administration (FTA) rather than the Federal Highway Administration
(FHWA)?
Response: The City may receive grant awards from both FTA and FHWA.