Active SLED Opportunity · COLORADO · REGIONAL TRANSPORTATION DISTRICT
AI Summary
Procurement and installation of 54 emergency communication systems for the East Colfax Avenue Bus Rapid Transit project to enhance safety and operational efficiency along the Colfax corridor in Colorado.
The East Colfax Avenue Bus Rapid Transit (BRT) Project is a vital regional infrastructure investment aimed at improving mobility, safety, and operational efficiency along the Colfax corridor. This Scope of Work (SOW) outlines explicitly the procurement and installation of 54 emergency communication systems across 54 BRT station locations (27 eastbound/westbound pairs). These systems will enable immediate access to emergency services and provide critical communication capability for transit operations and public safety.
The contractor shall procure, store, supply, and install GAI-TRONICS VoIP and analog emergency phones, handsets, amplifiers, and weatherproof speakers at each station. The scope includes the acquisition of materials, storage of materials, site preparation, cabling, equipment integration, functionality testing, and staff training. All work must adhere to the Regional Transportation District (RTD), Colorado Department of Transportation (CDOT), and GAI-TRONICS standards.
Bids will be evaluated based on the responsive, responsible low Bidder.
Any bidder awarded a Contract with RTD shall be required to perform background investigations on all employees selected to perform under this Contract and shall be required to certify to RTD that it has performed and evaluated such background investigations.
RTD will accept bids from qualified companies until 2:00 pm on Monday, May 11, 2026 via RTD's online procurement portal, OpenGov. This Invitation for Bid (“IFB”) is for Colfax Bus Rapid Transit (BRT) Emergency Telephones (ETELS), per the enclosed specifications and requirements.
The SOW can be found as Attachment A.
Each Bidder is solely responsible for submitting any necessary forms and certifications that may be required by the IFB. Enclosed is a copy of the Contract contemplated for award substantially in the form to be executed.
A list of all holders (“followers”) of the IFB is available for view and/or print on the online procurement portal. The list is obtainable from the IFB advertisement date through the IFB close date.
Any alteration, insertion, or erasure by the Bidder in the form of the IFB documents as originally prepared by RTD shall render the Bidder non-responsive and may constitute cause for rejection. Conditional bids or those that take exception to the IFB documents or Scope of Work may be treated as non-responsive.
The Contract shall be awarded to the responsible Bidder whose bid is responsive to the IFB and is most advantageous to RTD, considering price and the factors as may be set out in the IFB. The Bidder’s proposed schedule shall be the primary mechanism used to evaluate its understanding of the project’s scope and workflow (to include timing). It shall be completed according to the Technical Specifications and submitted with the bid; it is a Contract requirement for the Contractor to have read and understood all of the Technical Specifications prior to bidding the Work. The Contract duration shown in the Bidder’s proposed schedule shall be the same as the Contract Schedule.
Bidders must submit the appropriate Buy America certification with the bid. Bids that are not accompanied by a completed Buy America certification will be rejected as non-responsive. Buy America certifications do not need to be submitted by subcontractors.
RTD will accept bids from qualified companies until 2:00 pm on Monday, May 11, 2026 via RTD's online procurement portal, OpenGov. This Invitation for Bid (“IFB”) is for Colfax Bus Rapid Transit (BRT) Emergency Telephones (ETELS), per the enclosed specifications and requirements. RTD may award multiple contracts from this IFB.
RTD’s Procurement Specialist II must receive one copy of your bid through RTD’s online procurement portal in a format that complies with Level AA of the Web Content Accessibility Guidelines 2.1 of the World Wide Web Consortium (W3C) Web Accessibility Initiative, and one “Open Records” copy of your bid per the Colorado Open Records Act, C.R.S. § 24-72-200.1 et seq. (as amended), including the redaction of any confidential or proprietary information. To do this you will have to export the Pricing Form or Cost Submittal Form, redact sensitive data, and then submit it as the Open Records Copy of Bid in the Bid Contents Checklist (FORMS TO BE SUBMITTED).
Your bid must be received no later than the time and date set forth in the IFB Schedule.
If RTD has included the potential for options on this Contract, bids should be adjusted to cover such option(s). The option quantities or periods contained in the bid shall be evaluated in order to determine Contract award. When options have not been evaluated as part of the award, the exercise of such options will be considered “sole source” procurements. RTD will evaluate bids for award purposes by adding the total bid price for all options to the total bid price for the initial term of the Contract. Award of a Contract containing options shall not obligate RTD to exercise such option(s).
Award decisions of RTD shall be reduced to writing by the Director of Contracting and Procurement, or delegate, and shall be final. RTD will notify the successful Bidder, if any, by sending a notice of intent to award, which is subject to any required RTD approval. Following RTD approval, the Contracting Officer will initiate the Contract signature process and then issue the notice to proceed with the executed Contract.
Bids must be electronically submitted by a duly authorized official of the firm. Bids submitted by consortiums, joint ventures, or teams, although permitted and encouraged, will not be considered responsive unless it is established that all contractual responsibility rests solely with one contractor or one legal entity which shall not be a subsidiary or affiliate with limited resources. Each submittal should indicate the entity responsible for execution on behalf of the consortium, joint venture, or team.
Payments are anticipated to be made on a Fixed Price basis.
Bids MUST be completed using the enclosed bid form submitted through RTD’s online procurement portal.
For approval of alternatives after Contract award, Bidders should refer to the Contract Terms and Conditions.
Wherever brand, manufacturer, model, or product names are indicated in the Scope of Work, they are included for the purpose of establishing identification and a general description of the item. Whenever a process is designated or a manufacturer’s name, brand, model, or item designation is given, or whenever a process or material covered by patent is designated or described, it will be understood that the words “or approved equal” follow such name, designation, or description, whether or not, in fact, they do so follow.
Specifications are provided to identify the product/service required and to establish an acceptable quality level. Bids on products of equal quality and usability will normally be considered unless otherwise stated. RTD will be the sole judge in determining “equals” in regard to quality and performance. Any Bidder that wants to bid or respond with the intent of using an approved equal must obtain approval before the bid opening. It should be assumed that submittals of supposed approved equals after award of the Contract will be denied.
Notwithstanding the foregoing, RTD may designate a process or a manufacturer's name, brand, model, or item, or designate or describe a process or material covered by patent without accepting requests for approved equals if RTD provides justification for such designation or description in the solicitation.
A brand name or approved equal specification means that the brand name is for the purpose of describing the standard of quality, performance, and characteristics desired. Unless otherwise specified, information to address equivalent substitutes in brand name or approved equal descriptions must include published information -- such as brochures, descriptions, or other information made available in the general course of the vendor's business -- that demonstrates: equivalent functionality in terms of significant (or other specified, e.g. form, fit, or function) performance characteristics; similar duration and scope of warranty protections; comparable experience with the same, similar, or predecessor product line; and an adequate period (or minimum period specified in the solicitation) of customer support experience to demonstrate a comparable acceptable level and availability of customer support. The determination of whether a proposed substitute is acceptable is totally within the discretion of RTD.
Requests for approved equals must be received by the Procurement Specialist II in writing prior to the end of the Inquiry Period. Any request for an approved equal must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is equal to or better than the Scope of Work requires. In addition, any test requirements in the Scope of Work that pertain to an item under consideration for approved equal must be submitted with the request for approved equal. Decisions of RTD shall be reduced to writing by the Procurement Specialist II. Each Bidder requesting approved equals shall be notified in writing of RTD’s decision not less than five days before the date of bid opening.
Failure to furnish brochures, specifications, and/or samples as requested may be sufficient cause to consider a quote unacceptable or a bid non-responsive.
Samples of product(s), when required, must be furnished free of expense to RTD, and if not destroyed by tests may, upon request made at the time the sample is furnished, be returned at the Bidder's expense.
It should be understood that using a specified brand name component and/or equipment in the Scope of Work shall not relieve the Contractor from its responsibility to accomplish the Work or provide the Service, as applicable, in accordance with applicable warranties and other contractual requirements. The Contractor is responsible for notifying RTD of any inappropriate brand name component and/or equipment that may be called for in the Scope of Work and for proposing a suitable substitute for consideration.
Award decisions of RTD shall be reduced to writing by the Director of Contracting and Procurement, or delegate, and shall be final. RTD will notify the successful Bidder, if any, by sending a notice of intent to award, which is subject to any required RTD approval. Following RTD approval, the Contracting Officer will initiate the Contract signature process and then issue the notice to proceed with the executed Contract.
Upon award of the Contract, the Contractor will be given complete sets of plans and specifications.
Payments are anticipated to be made on a Reimbursable Cost basis.
Bidders’ attention is directed to the section entitled Insurance and Bond Requirements herein. It is highly recommended that bidders confer with their insurance carriers or brokers in advance of bid submission to determine the availability of bonds, insurance certificates and any endorsements. The cost of such insurance and bonds shall be included in the bid.
In the event that it becomes necessary to revise any part of this IFB, or if additional information is necessary to enable potential Bidders to make an adequate interpretation of the provisions of this IFB, an addendum to the IFB will be provided to each recipient of this IFB through RTD's online procurement portal.
Post-Award Notices of Exclusion. The Procurement Specialist II shall notify unsuccessful Bidders of exclusion from award through RTD’s online procurement portal.
Protests. Bidders must submit protests related to this IFB in writing to Bethany Swank, Procurement Specialist II, pursuant to the procedures set forth in RTD’s procurement standards manual. Copies of RTD’s protest procedures are available upon request to the Purchasing Agent. Bidders must exhaust all administrative remedies prescribed by RTD’s protest procedures before proceeding to court.
The Bidder must enclose its bid security with the bid in the amount of five percent (5%) of the bid amount. Acceptable bid security shall be limited to: (a) a one-time bid bond underwritten by a company licensed to issue bid bonds in the State of Colorado; (b) a bank cashier's check made payable to RTD; or (c) a bank certified check made payable to RTD. The bid security serves as a guarantee that Bidder will enter into a Contract with RTD if the bid is accepted.
Payments are anticipated to be made on a Labor Hours basis.
Payments are anticipated to be made on a Time and Materials basis.
In the course of the planning of the Work and primarily for its own internal purposes, RTD may obtain data regarding engineering work, geological work, studies, rock or survey reports, soil boring reports, and any other matter whatsoever of an informational nature. Such information may be made available to the Bidder for informational purposes only, and the Bidder cannot rely on the information in formulating its bid.
Questions about RTD and this IFB, including requests for approved equals, shall be directed to Bethany Swank, Procurement Specialist II, through RTD’s online procurement portal.
From the issuance date of this IFB until RTD selects a bid for award, Bethany Swank, Procurement Specialist II, is the sole point of contact for RTD and RTD’s project team members concerning this IFB. (In this IFB and the Contract Documents, this point of contact may be referred to as the Contract Administrator, Contracting Officer, Purchasing Agent, Buyer, or the like.) Any violation of this condition may be cause for RTD to reject the offending Bidder’s bid. If RTD later discovers that the Bidder has engaged in any violations of this condition, RTD may reject the offending Bidder’s bid or rescind its Contract award. Bidders must agree not to distribute any part of their bid beyond RTD. A Bidder who shares information contained in its bid with other RTD personnel, RTD project team members, RTD board members, and/or competing Bidders’ personnel may be disqualified.
Bidders’ questions must be submitted through RTD’s online procurement portal. All questions or requests for clarifications regarding this solicitation, including the form of the Contract, must be made during the Inquiry Period. RTD has no obligation to respond to questions or requests for clarifications that are not submitted through RTD’s online procurement portal, nor to those submitted outside of the Inquiry Period. Except as provided below, RTD’s responses to all inquiries properly submitted will be answered in the form of an addendum that will be provided to all recipients of this IFB through RTD’s online procurement portal. To the extent that Bidders request changes to the form of the Contract, including additional terms, conditions, and agreements (such as license agreements, master services agreements, and user agreements), such requested changes must be submitted with proposals. See “Legal Notice to Bidders - Rights Reserved to RTD.”
If the IFB Schedule provides for a pre-bid briefing (“Briefing”), RTD will not respond to any questions regarding the IFB until the Briefing is complete and the Inquiry Period if closed. Firms that have received this IFB, whether present for the Briefing or not, will receive: (1) a copy of the minutes; (2) answers to all questions presented; (3) a listing of all recipients of the IFB (current to date of Briefing); and (4) a copy of the sign-in sheet from the Briefing.
If a Respondent needs assistance using the online procurement portal, Respondents may access the Help Center for vendor training guides provided by OpenGov ("Software Administrator"). Respondents may also contact the Software Administrator using the real-time chat function on the online procurement portal (located in lower right-hand corner of the screen), or via email at procurement-support@opengov.com for support.
Within 72 hours of the opening of the bids, the apparent low Bidder must provide a Schedule of Values (SOV) used in compiling the bid including calculations, data, etc., sufficient for RTD to determine how the bid was computed. Specifically the SOV must show the following:
The documents should be compiled in such a way that the sum of the items above equal the Contract Cost. The bid price should not rely upon anticipation that RTD will accept an expedited schedule as the Contract Schedule.
Within 72 hours of the opening of the bids, the apparent low Bidder must also submit the form or forms in these bid documents that list, in line-item form, a description of items and Work that is to be provided or performed under the Contract.
The bid documents should reflect the fact that the Bidder will have labor expenses, management expenses, field overhead, office overhead, insurance, bonds, and other costs throughout the entire term of the Contract as that time period is specified by RTD in the Contract. The bid price should not rely upon anticipation that RTD will accept an expedited schedule as the Contract Schedule.
Respondents shall register on RTD’s online procurement portal. Once registered, Respondents may view and click "Follow" to be a Prospective Respondent for this IFB and will appear on the Follower’s list. Respondents that fail to Follow this project will not receive automated Addenda notifications, nor will they be able to submit a Response in the online procurement portal, and therefore will be unable to participate, nor be considered for this IFB. Respondents must click “Draft Response” to properly begin and submit a Response via the online procurement portal.
RTD will accept responses to this IFB electronically via the online procurement portal until 2:00 pm on Monday, May 11, 2026. Responses received after the scheduled due date and time for submission will not be accepted. Responses submitted in any other format other than via the online procurement portal, including but not limited to, hard copy (mailed or hand delivered), facsimile, or emailed submittals, will not be accepted.
RTD and the Software Administrator are not responsible for untimely submissions due to personal or company internet or hardware limitations, settings or restrictions, internet speed, power outage, network connection, or use of a malfunctioning electronic device, or the like. Respondents are solely responsible for the capability of their computer system while responding to this IFB and for the stability of their internet service. Failure of the Respondent to successfully submit an electronic Response before the deadline indicated herein shall be at the Respondent’s sole risk, and RTD will not accept late and/or improperly submitted Responses. Once file(s) have been uploaded and the Submission Status shows as “Submitted,” a submission is complete. At that point, the Respondent will also receive an email confirmation from the online procurement portal. Respondents may withdraw their submittal electronically via the online procurement portal at any time prior to the scheduled due date and time for submission.
Bids that are late will not be accepted.
Should RTD omit any item from this IFB which is necessary to a clear understanding of the Work, or should it appear that various provisions are inconsistent or in conflict, then the Bidder shall request written instructions from RTD prior to the end of the Inquiry Period.
Award of a Contract from this IFB will be based upon competitive bid (responsive, responsible low bidder).
The Contract shall be awarded to the responsible bidder whose bid is responsive to the IFB and is most advantageous to RTD, considering price and the factors as may be set out in the IFB.
Bids which, in the opinion of the Contracting Officer, are unbalanced so that each item does not reasonably carry its own proportion of cost, or which contain inadequate or unreasonable prices for any item, may be rejected.
A Bidder may withdraw its bid at any time prior to the bid opening through RTD’s online supplier Portal not later than the exact time set for opening of bids.
Subject to the Termination provision of the Contract, performance shall commence as of the Effective Date (or in the event that RTD provides a Notice to Proceed to the Contractor, the Period of Performance shall commence on the date of the Notice to Proceed) and shall continue for eighteen (18) months (subject to the exercise of any option periods).
This Contract has the potential for four (4) 1-year options to extend the Period of Performance.
RTD will accept only one bid for the Work from any one Bidder. This includes bids that may be submitted under different names by one firm or corporation.
The information and/or pricing provided by the Bidder in the required bid form and attachments will control in the event of a conflict with any information and/or pricing the Bidder types into RTD’s online supplier portal when submitting the bid.
RTD has not specified an SBE participation goal for the Work to be performed under the Contract. However, RTD encourages and expects bidders to pursue subcontracting, mentoring, joint venturing, teaming and partnering opportunities with SBE firms in the ordinary course of its business/teaming strategies. Bidders are encouraged and expected to create a level playing field to the maximum practicable extent consistent with the objectives and requirements of the RTD SBE program based on federal regulations codified at 49 CFR Part 26 and RTD’s SBE Program Policy. Therefore, bidders are requested to document their efforts to include SBEs in this contracting opportunity, if any. Bidders are also requested to explain in their executive summary how they intend to utilize and/or will encourage subcontracting, mentoring, joint venturing and/or partnering opportunities with SBEs for this project. Furthermore, bidders are to submit a general workforce breakdown for their company (including affiliates) and the project. RTD is interested in your strategies and approach to seeking diversity in the bidder team to include SBEs in all phases of subcontracting, supplier and workforce opportunities associated with the Contract. RTD is an equal opportunity employer and also operates a successful Small Business Opportunity Office. Therefore, RTD expects bidders to demonstrate the same meaningful level of commitment to diversity from businesses that participate in RTD’s procurement process.
All bids must include the electronically acknowledged Addenda. Failure to electronically acknowledge any and all addenda in the online procurement portal may cause the bid to be rejected as non-responsive.
In addition to any information required elsewhere in this IFB and by the Scope of Work and specifications, if any, all bids shall contain the information required in the BID CONTENTS CHECKLIST (FORMS TO BE SUBMITTED) section.
Bidders must make adequate good faith efforts to meet this goal in order to be deemed as a responsive and responsible bidder. Award of the Contract will be conditioned on meeting the requirements of this section. 49 CFR Part 26.53, Appendix A of 49 CFR Part 26 and RTD's SBE Contract Requirements shall serve as the criteria for evaluating compliance with the good faith efforts requirements.
The Contractor shall perform on site and with its own staff Work equivalent to at least 51 percent of the total amount of Work to be performed under the Contract. This percentage may be reduced by a change order to the Contract if, while performing the Work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of RTD.
RTD has specified a SBE participation goal of __% for the Work to be performed under the Contract. Bidders must make adequate good faith efforts to meet this goal in order to be deemed as a responsive and responsible bidder. Award of the Contract will be conditioned on meeting the requirements of this section. 49 CFR Part 26.53 and Appendix A of 49 CFR Part 26 shall serve as the criteria for evaluating compliance with the good faith efforts requirements. Additionally, bidders are required to solicit the support and assistance of RTD’s Small Business Opportunity Office if they are unable to meet the SBE participation goal assigned to this Contract. The bidders can meet this requirement in one of two ways:
First, the bidder can meet this goal by demonstrating and documenting its commitments for participation by SBEs for at least the total percentage identified above or a percentage that exceeds the goal for the project. The SBE Contract Requirements as well as 49 CFR Part 26.53 explain the procedures that recipients/agencies such as RTD should follow in this situation. For purposes of this section, RTD will accept SBEs that are currently certified with the RTD Small Business Opportunity Office as well as SBEs that are currently certified with the City and County of Denver under the NAICS code that coincides with the Scope of Work that they will execute in this project. All SBEs must be certified prior to the bid submission, except in a “design-build” or “turnkey” contracting situation, multi-year projects, or some on-call or work order projects where RTD will explain its procedure in the SBE Contract Requirements.
Second, if the bidder does not meet the SBE goal identified in this Contract or is able to only meet part of this goal, it must document adequate good faith efforts. Appendix A to 49 CFR part 26 clearly states, “This means that the bidder must show that it took all necessary and reasonable steps to achieve a SBE goal or other requirement of this part which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient SBE participation, even if they were not fully successful.” Additionally, SBE Contract Requirements as well as 49 CFR Part 26.53 explain the good faith efforts procedures that recipients/agencies such as RTD should follow when a bidder does not meet the goal.
The SBE participation goal applies to the total value of the Contract including all pre-award negotiation results and post-award change orders/modifications. Submittals of the bidder’s SBE Plan/Program will be evaluated based on the bidder’s SBE approach, creativity, demonstrated commitment to RTD’s SBE and diversity programs, ability to successfully respond to project SBE participation goals and compliance with overall SBE program requirements as codified in 49 CFR Part 26 and RTD’s SBE Program.
All prices must be quoted at a firm price, FOB, Colfax Bus Rapid Transit (BRT) Stations, delivered to and accepted by RTD through RTD's online procurement portal. Where both the written word and numerical dollar amounts are reflected on the bid form, the written word amount is the amount that controls and that shall be publicly read. In cases of discrepancy between the unit price and the computed total price, the unit price alone will be considered as representing the Bidder’s intention.
Bids shall be valid for a duration of no less than ninety (90) days from bid due date.
Bids that are late will not be accepted!
Bidders must satisfy themselves, by personal investigation and by such other means as they deem necessary or desirable, as to the location of and conditions affecting the proposed Work and as to the cost of the Work. Bidders shall review RTD’s proposed Work schedule and become familiar with all conditions, including the site, which may affect the Work and costs under this Contract. No information derived from the maps, plans, specifications, or drawings will relieve the subsequently awarded Contractor from any risk or from fulfilling all of the terms of the Contract. The Contractor shall not at any time make claim to any additional payments or considerations on account of any misunderstanding regarding the nature or amount of Work to be done.
RTD’s written approval is required prior to any communication with the press or any public disclosure relating to this IFB or any subsequent awards.
RTD reserves the right to conduct a pre-award audit to verify labor rates, overhead rates, etc. should RTD determine that such an audit is required prior to negotiation or award of a Contract.
RTD shall not reimburse bidders for costs incurred for preparation of bids or required documentation.
All materials submitted shall become the property of RTD and will not be returned to the bidder.
RTD is a public entity subject to the provisions of the Colorado Open Records Act, C.R.S. § 24-72-200.1 et seq. (“CORA”), and all materials submitted with this IFB, with the exception of trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data pursuant to C.R.S. § 24-72-204(3)(a)(IV), may become public records subject to inspection by the public at any time after the Contract is executed. Therefore, any confidential or proprietary information that the bidder discloses to RTD with respect to this IFB must be clearly designated as confidential or proprietary at the time of disclosure by the bidder to RTD. RTD shall not disclose properly designated information unless such information is required to be disclosed by law or court order. In the event of a legal challenge to the confidentiality of records so designated by the bidder, RTD shall make reasonable efforts to notify the bidder prior to disclosing any such information, and in some cases may tender to the bidder the defense of any action filed. By submitting a bid under this IFB, the bidder agrees to accept such tender of defense and in all cases assumes exclusive responsibility for defending its position as to the confidentiality of the requested information. RTD is not obligated to assist in such defense, and cannot and does not guarantee that the confidentiality of records so designated will be upheld by a reviewing court. If the bidder fails to submit a copy of its redacted bid that may be released under CORA, the bidder acknowledges that RTD has the authority to disclose, and may disclose in its discretion, any information contained in the bid in response to a CORA request.
Bidders shall select subcontractors (including suppliers) on a competitive basis to the maximum practicable extent consistent with the objectives and requirements of any Contract awarded.
By submitting its bid, the bidder certifies that it and each of its subcontractors possess an adequate supply of workers qualified to perform the work specified within the Contract schedule; that there is no existing or impending dispute between it and any labor organization; and that it is prepared to comply fully with prevailing wage requirements, minimum wages, maximum hours of work, and equal opportunity provisions contained in the Contract Terms and Conditions.
Please enter the full name(s) and title(s) and email address(es) of the individual(s) authorized to sign the contract if awarded to your company. Only list multiple names if multiple individuals are required to sign.
The following questions are prepared in electronic format, and the Respondent is required to respond in this format. All required certifications, documentation, and response information below shall be answered and provided by an authorized official with binding authority. Electronic selections and confirmations shall be as binding as a signature from the authorized official submitting this response on behalf of the Respondent.
Please type the full name and title of the authorized official electronically submitting this response.
Submit your Technical Proposal per the instructions in the solicitation.
DO NOT INCLUDE ANY COST PROPOSAL INFORMATION IN YOUR TECHNICAL PROPOSAL OR IT MAY BE DEEMED NON-RESPONSIVE.
Submit your Open Records Copy of Technical Proposal per the instructions in the solicitation.
DO NOT INCLUDE ANY COST PROPOSAL INFORMATION IN YOUR TECHNICAL PROPOSAL OR IT MAY BE DEEMED NON-RESPONSIVE.
Submit your Bid per the instructions in the solicitation.
THIS SECTION IS FOR COST ONLY. PLEASE DO NOT INCLUDE ANY ADDITIONAL INFORMATION HERE.
Submit your Open Records Copy of Bid per the instructions in the solicitation.
THIS SECTION IS FOR COST ONLY. PLEASE DO NOT INCLUDE ANY ADDITIONAL INFORMATION HERE.
Submit your Cost Proposal per the instructions in the solicitation.
THIS SECTION IS FOR COST ONLY. PLEASE DO NOT INCLUDE ANY ADDITIONAL INFORMATION HERE.
Submit your Open Records Copy of Cost Proposal per the instructions in the solicitation.
THIS SECTION IS FOR COST ONLY. PLEASE DO NOT INCLUDE ANY ADDITIONAL INFORMATION HERE.
The Respondent hereby certifies that it has reviewed, understands, and agrees to comply with the requirements of RTD’s SBE Contract Requirements (the SBE Contract Requirements may be accessed directly at https://www.rtd-denver.com/downloads/sbe-contract-requirements) and 49 CFR Part 26 for the entire duration of this Contract. The Respondent also agrees to:
Please download the documents available at this link https://www.rtd-denver.com/downloads/sbe-enclosures. Complete and upload the enclosures.
The Respondent certifies, to the best of his or her knowledge and belief, that:
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S Code. Any person who makes a prohibited expenditure or fails to file or amend the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.
The Respondent certifies or affirms the truthfulness and accuracy of each statement of this certification. In addition, the Respondent understands and agrees that the provisions of 31 U.S.C.A. 3801, et seq., apply to this certification.
If there is no activity to report, type "No"
Please download the below documents, complete, and upload.
ORGANIZATIONAL CONFLICT OF INTEREST CERTIFICATION
If the Respondent is aware of information bearing on whether a potential conflict may exist, the Respondent shall provide a disclosure statement describing this information as described in the Disclosure Requirements above.
Certification Requirement for Procurement of Steel, Iron, or Manufactured Products
The Respondent must select either the Certificate of Compliance or Certificate of Non-Compliance below.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Public Entity
Self-Insurance Acknowledgement
[Licensee/Respondent] is a governmental entity that is either self-insured for or agrees to maintain the coverages set forth below. [Licensee/Respondent] shall have the right to comply with and satisfy any or all of its insurance obligations under the [Agreement/Contract] in lieu of actually obtaining the applicable insurance policies by notifying RTD of [Licensee/Respondent]’s election to be self-insured as to the applicable insurance coverage. The same coverages and limitations prescribed herein shall apply. If requested by RTD at any time, [Licensee/Respondent] shall provide RTD with a letter of such self-insurance in a form reasonably acceptable to RTD.
In addition, [Licensee/Respondent] shall require that its contractors and subcontractors procure and maintain the following types of insurance, at minimum, with an insurer or insurers and in a form satisfactory to RTD:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
If awarded, I certify that I will sign and submit this certification:
CONFIDENTIALITY AND NON-DISCLOSURE CERTIFICATION
1. I, __________, the undersigned, am an employee or authorized agent of ___________ (“Respondent”).
2. Respondent, under contract with RTD (“Contract”), has reviewed and accepts its responsibilities for the safe-keeping and non-disclosure of documents containing Critical Infrastructure Information (“CII”) and/or Sensitive Security Information (“SSI”), as described in the Terms and Conditions of the Contract.
3. Respondent further understands that RTD may seek appropriate legal remedies for any violation of this certification.
By my signature below, I affirm and agree on behalf of the Respondent to the matters set forth above.
FOR _____________
(Print name of Respondent)
By: _____________
Name: _____________
Title: _____________
(Construction T's & C's) Revise below is needed.
TBD until contractor is selected. The Profit Multiplier will be proposed by the contractor in their Cost Proposal or Bid.
If construction project over $50K, a Bid Security is required per Colorado C.R.S. 24-105-201.
Professional Liability - Include this provision if contracting with an entity that has a professional designation or license and/or is providing professional services.
Cyber Risk - Include this provision if contracting with an entity that is using, storing, or accessing RTD information.
Yes for federally funded Construction Contracts and federally funded Acquisition of Goods or Rolling Stock (valued at more than $150,000)
Adds Background Investigation Certification.
Type in the Full Name and Title of the Contract Signator based on the thresholds below.
Ex.) Dana Steele, Director, Contracting and Procurement
"The hourly rates per discipline and materials prices to be invoiced for Work under this Contract are detailed by Contractor and subcontractor(s) on the attached pages."
Select yes if there are hourly rates for contractor/subcontractor or when there are additional rates for labor/materials
and shall continue for [ ___ years/months]
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.