Active SLED Opportunity · COLORADO · REGIONAL TRANSPORTATION DISTRICT

    Replacement of High Speed Rubber Doors - RTD Platte Facility Bus Maintenance

    Issued by Regional Transportation District
    localIFBRegional Transportation DistrictSol. 253740
    Open · 26d remaining
    DAYS TO CLOSE
    26
    due May 19, 2026
    PUBLISHED
    Apr 20, 2026
    Posting date
    JURISDICTION
    Regional Transportation
    local
    NAICS CODE
    238190
    AI-classified industry

    AI Summary

    RTD seeks contractors to replace 17 high-speed rubber overhead doors at its Platte Division Bus Maintenance Facility in Denver, CO. The project requires full labor, materials, and compliance with RTD standards. Bids due by May 19, 2026, via RTD's online portal. Award based on lowest responsive, responsible bid.

    Opportunity details

    Solicitation No.
    253740
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    April 20, 2026
    Due Date
    May 19, 2026
    NAICS Code
    238190AI guide
    Agency
    Regional Transportation District

    Description

    RTD seeks a qualified contractor to remove and replace seventeen (17) existing high-speed rubber overhead doors at the Platte Division facility. The existing doors are at or near end of service life and require replacement to maintain operational efficiency, environmental separation, and safety within the bus maintenance facility.
    The Contractor shall provide all labor, materials, equipment, supervision, and coordination necessary to furnish and install new complete operational high-speed rubber doors meeting industrial transit facility standards.
    All work shall be performed in accordance with RTD standards, manufacturer requirements, and applicable codes.

    Project Details

    • Reference ID: IFB 326DD001
    • Department: Bus Operations-Maintenance
    • Department Head: Greg Smith (Deputy Assistant General Manager, Bus Operations)

    Important Dates

    • Questions Due: 2026-05-06T20:00:00.000Z
    • Answers Posted By: 2026-05-11T20:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-29T19:00:00.000Z — 3333 Ringsby Court Denver, CO 80216

    Evaluation Criteria

    • Background Investigations

      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.

    • Scope of Work

      Please see attachment A

    • Evaluation Criteria

      Bids will be evaluated based on the responsive, responsible low Bidder.

    • Submission Requirements

      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.

    • General

      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.

    • Work

      RTD will accept bids from qualified companies until 2:00 pm on Tuesday, May 19, 2026 via RTD's online procurement portal, OpenGov. This Invitation for Bid (“IFB”) is for Replacement of High Speed Rubber Doors - RTD Platte Facility Bus Maintenance, per the enclosed specifications and requirements.

    • Option(s)

      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).

    • Buy America

      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.

    • Evaluation Criteria

      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.

    • Bid Submission

      RTD’s Procurement Specialist 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.

    • Work

      RTD will accept bids from qualified companies until  2:00 pm on  Tuesday, May 19, 2026 via RTD's online procurement portal, OpenGov. This Invitation for Bid (“IFB”) is for Replacement of High Speed Rubber Doors - RTD Platte Facility Bus Maintenance, per the enclosed specifications and requirements. RTD may award multiple contracts from this IFB.

    • Organizational Conflict of Interest
      1. The bidder shall review the attached Organizational Conflicts of Interest Disclosure Requirements and submit its Organizational Conflicts of Interest Certification with the bid. 
      2. If the bidder prepared or assisted RTD in the preparation of a statement of work, work program, or system specifications to be used in a competitive procurement by RTD, the bidder will be ineligible to supply the same in connection with this Contract. The bidder may otherwise compete for RTD business on an equal basis with other parties.
      3. Except as provided above, if RTD determines that a potential conflict exists, the bidder shall be excluded from award unless the conflict can be avoided or otherwise resolved through the inclusion of a special Contract provision or other appropriate means.
    • Notification to Successful Bidder

      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.

    • Cost Type

      Payments are anticipated to be made on a Fixed Price basis.

    • Signatures

      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.

    • Cost Type

      Payments are anticipated to be made on a Reimbursable Cost basis.

    • Insurance and Bond Requirements

      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.

    • Notification to Successful Bidder

      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.

    • Bid Format

      Bids MUST be completed using the enclosed bid form submitted through RTD’s online procurement portal.

    • Brand Name or Approved Equal

      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 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. 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.

    • Notifications to Unsuccessful Bidders

      Post-Award Notices of Exclusion. The Procurement Specialist 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 Marla Bainbridge, Procurement Specialist, 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.

    • Addenda to IFB

      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.

    • Cost Type

      Payments are anticipated to be made on a Labor Hours basis.

    • Bid Security

      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.

    • Cost Type

      Payments are anticipated to be made on a Time and Materials basis.

    • Information from RTD

      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.

    • Construction Contracts

      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:

      1. The Bidder’s determination of the number of units for each line item provided by RTD in the bid packet (i.e., the number of units, linear feet, square feet, cubic feet, etc.,). 
      2. The cost in material, equipment, labor and/or subcontractor expenses for each line item. 
      3. The Bidder’s profit and total anticipated overhead expenses for the entire term of the Contract as that time period is established by RTD in the Contract Documents. The Bidder must specifically break down its charges for mobilizations at each segment of the Work requiring mobilization, field overhead for each segment of the Work (including field personnel not calculated in the labor expenses under (b) above), office overhead, cleanup costs at pertinent time periods, insurances, bonds and profit.
      4. The amount that the Bidder is charging RTD for each line item (costs plus overhead and profit if appropriate).

      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.

    • Inquiries

      Questions about RTD and this IFB, including requests for approved equals, shall be directed to Marla Bainbridge, Procurement Specialist, through RTD’s online procurement portal.

      From the issuance date of this IFB until RTD selects a bid for award, Marla Bainbridge, Procurement Specialist, 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. 

    • Omissions from IFB

      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.

    • Submission & Withdrawal

      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 Tuesday, May 19, 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.

    • Award of Contract

      Award of a Contract from this IFB will be based upon competitive bid (responsive, responsible low bidder).

    • Unbalanced Bids

      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.

    • Award of Contract

      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.

    • Withdrawal of Bids

      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.

    • Period of Performance

      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 6 months (subject to the exercise of any option periods).

    • Options for this Contract

      This Contract has the potential for four (4) 1-year options to extend the Period of Performance.

    • Only One Bid Accepted

      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.

    • Conflicting Information from Bidder

      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.

    • Small Business Requirement for Contracts with No SBE Goal

      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.

    • SBE Compliance

      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.

    • Content Requirements

      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.

    • Prices Quoted and Discrepancies

      All prices must be quoted at a firm price, FOB, Regional Transportation District, 3333 Ringsby Ct, Denver, CO 80216, 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.

    • Small Business Requirement for Contracts with an SBE Goal

      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.

    • Performance of Work by Contractor

      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.

    • Bid Validity Period

      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!

    • Investigations

      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.

    • News Releases

      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.

    • Pre-award Audit

      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.

    • Cost of Bid Preparation

      RTD shall not reimburse bidders for costs incurred for preparation of bids or required documentation.

    • Materials Submitted

      All materials submitted shall become the property of RTD and will not be returned to the bidder.

    • Confidentiality

      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.

    • Rights Reserved to RTD
      1. All bidders are notified that the award of a Contract pursuant to this IFB is dependent upon execution of a Contract with the successful bidder(s) and appropriation by RTD’s Board of Directors of the necessary funds. Successful bidders must be prepared to execute the Contract  that is provided with this IFB. RTD has no obligation to accept requested changes to the form of the Contract. At RTD’s sole discretion, RTD may deny any requested changes submitted after the deadline for bid submission.  Requested changes must be specific (including, as applicable, section reference, reason for requested change and proposed revised language) and clearly identified in the bid. If a bidder does not submit any requested Contract changes, the bidder will be deemed to have accepted the terms, conditions, and requirements of this solicitation, including the form of Contract.
        RTD will not accept blanket exceptions to any or all terms, conditions, or requirements of this solicitation to be negotiated at a later date.  At RTD’s sole discretion, RTD may deny requested changes that are embedded by hyperlink or cited by reference in a bid and related documents.  FAILURE TO ACCEPT THE TERMS AND CONDITIONS IN THIS SOLICITATION MAY RESULT IN A BIDDER BEING DEEMED NON-RESPONSIVE.
      2. It is the intent of RTD to make an award within 30 days from the bid due date; however, all bids shall be valid for no less than ninety (90) days.
      3. RTD reserves the right to postpone the bid opening for its own convenience.
      4. Issuance of this IFB does not commit RTD to award the Contract. RTD reserves the right to reject all bids and re-solicit or cancel this IFB if deemed by RTD to be in its best interest.
    • Prohibited Interests
      1. No employee of RTD or any member of its governing body shall have any personal or financial interest, direct or indirect, in this Contract or any contract executed subsequently in connection with this Contract during his or her tenure or for one year thereafter. No director, officer, employee, or agent of RTD shall be interested in any contract or transaction with RTD except in his or her official representative capacity.
      2. No member of or delegate to Congress, or resident commissioner, shall be admitted to any share or part of any Contract awarded, or to any benefit arising from it.
    • Competition in Subcontracting

      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.

    • Personnel Availability

      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.

    Submission Requirements

    • In addition to any information required elsewhere in this Solicitation and in the Scope of Work, all responses shall contain and will be evaluated based on the following sections:
    • Name and Title of Individual(s) Authorized to Sign the Contract (required)

      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.

    • Name and Title of Respondent’s Authorized Official (required)

      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. 

    • I certify that I have read, understood, and agree to be bound to the terms in the General Instructions, Solicitation Instructions, Award Process, and Legal Notice in this solicitation, and that I am authorized to submit this response on behalf of my organization. (required)
    • I certify that I have read, understood and agree, on behalf of the firm submitting this response, to the terms and conditions set forth herein with the exception of any modification requests approved by RTD during the Q&A period. (required)
    • TECHNICAL PROPOSAL (required)

      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.

    • Open Records Copy of Technical Proposal

      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.

    • Bid (required)

      Submit your Bid per the instructions in the solicitation.

      THIS SECTION IS FOR COST ONLY. PLEASE DO NOT INCLUDE ANY ADDITIONAL INFORMATION HERE.

    • Open Records Copy of Bid

      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.

    • COST PROPOSAL (required)

      Submit your Cost Proposal per the instructions in the solicitation.

      THIS SECTION IS FOR COST ONLY. PLEASE DO NOT INCLUDE ANY ADDITIONAL INFORMATION HERE.

    • Open Records Copy of Cost Proposal

      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.

    • Form of Bid Security Being Submitted? (required)
    • Form of Proposal Security Being Submitted? (required)
    • Bid Security (required)
      1. If Contractor selected "Cashier's Check or Certified Check" above, Contractor shall Upload a copy of the signed check (front and back). Actual Bond document(s) must be received by RTD Procurement Agent within 5 business days.
      2. If Contractor selected "Bid Bond" above, Contractor shall upload a fully executed bid bond obtained from an authorized Surety Company. Actual Bond document(s) must be received by RTD Procurement Agent within 5 business days.
      3. If Contractor selected "Cash" above, Contractor shall deliver the cash to Marla Bainbridge at 1660 Blake St, Denver, CO, 80202 in a sealed envelope clearly labeled as Bid Security with the Project No (IFB 326DD001) and Title (Replacement of High Speed Rubber Doors - RTD Platte Facility Bus Maintenancebefore the deadline to submit responses to this solicitation. The Contractor shall also upload a letter here stating that the Contractor is delivering their bid security in the form of cash. Contractor shall understand that Bid Security in the form of "Cash" not physically received in original and complete form by RTD before the deadline will be cause for disqualification.
    • Proposal Security (required)
      1. If Contractor selected "Cashier's Check or Certified Check" above, Contractor shall Upload a copy of the signed check (front and back). Actual Bond document(s) must be received by RTD Procurement Agent within 5 business days.
      2. If Contractor selected "Bid Bond" above, Contractor shall upload a fully executed bid bond obtained from an authorized Surety Company. Actual Bond document(s) must be received by RTD Procurement Agent within 5 business days.
      3. If Contractor selected "Cash" above, Contractor shall deliver the cash to Marla Bainbridge at 1660 Blake St, Denver, CO, 80202 in a sealed envelope clearly labeled as Bid Security with the Project No (IFB 326DD001) and Title (Replacement of High Speed Rubber Doors - RTD Platte Facility Bus Maintenancebefore the deadline to submit responses to this solicitation. The Contractor shall also upload a letter here stating that the Contractor is delivering their bid security in the form of cash. Contractor shall understand that Bid Security in the form of "Cash" not physically received in original and complete form by RTD before the deadline will be cause for disqualification.
    • SBE CONTRACT REQUIREMENTS CERTIFICATION (required)

      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:

      1. Comply with and implement all requirements of RTD’s SBE Contract Requirements and 49 CFR Part 26 in the award and administration of subcontracts under this Contract;
      2. Perform its obligations and shall require each Subcontractor regardless of the tier to perform its respective obligations under this Contract and the Subcontract(s) in accordance with RTD’s SBE Contract Requirements;
      3. Provide each Subcontractor with a copy of RTD’s SBE Contract Requirements; and
      4. Insert all flow-down provisions in SBE Flow-Down Provision section of the Contract into each Subcontract regardless of the tier.
    • SBE Required Enclosures (required)

      Please download the documents available at this link https://www.rtd-denver.com/downloads/sbe-enclosures. Complete and upload the enclosures.

    • CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (required)
      1. The Respondent certifies to the best of its knowledge and belief that the Respondent and each of its principals:
        1. Is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily or involuntarily excluded from covered transactions by any Federal department or agency;
        2. Has not, within the preceding three years, been convicted of or had a civil judgment rendered against him or her for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public or private agreement or transaction; violation of Federal or State antitrust statutes, including those proscribing price fixing between competitors, allocation of customers between competitors, and bid rigging;  commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, receiving stolen property, making false claims, or obstruction of justice; or commission of any other offense indicating a lack of business integrity or business honesty;
        3. Is not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any offense described in paragraph A.2. of this certification; and
        4. Has not within the preceding three years, this certification had one or more public transactions (Federal, State, or local) terminated for cause or default.
      2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Response.
    • CERTIFICATION REGARDING LOBBYING (required)

      The Respondent certifies, to the best of his or her knowledge and belief, that:

      1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement.
      2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
      3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

      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 your company does any lobbying, explain. (required)

      If there is no activity to report, type "No"

    • CERTIFICATION REGARDING FEDERAL TAX LIABILITY AND RECENT FELONY CONVICTION (required)

      Please download the below documents, complete, and upload.

    • ORGANIZATIONAL CONFLICT OF INTEREST DISCLOSURE REQUIREMENTS (required)
      1. Organizational conflict of interest means that, because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to RTD, or the person's objectivity in performing the Work is or might be otherwise impaired, or a person has an unfair competitive advantage.
      2. Each firm responding to the Solicitation shall provide the statement described in paragraph (c). This requirement will apply individually to any of the firm’s consultants or lower-tier subcontractors that also furnish Work in performance of the Contract to be awarded.
      3. The statement must contain the following:
        1. Name of the firm and the number of the Solicitation in question.
        2. The name, address, telephone number, and federal taxpayer identification number, if applicable, of the firm.
        3. A description of the nature of the Work rendered by or to be rendered on the Contract or related to the Contract.
        4. A statement of any past (within the past 12 months), present, or currently planned financial, contractual, organizational, or other interests relating to the performance of the Contract. For contractual interests, such statement must include the name, address, and telephone number of the client or client(s), a description of the services rendered to the previous client(s), and the name of a responsible officer or employee of the firm who is knowledgeable about the services rendered to each client, if, in the 12 months preceding the date of the statement, services were rendered to RTD or any other client respecting the same subject matter of the Solicitation or directly relating to such subject matter. The client and contract number under which the services were rendered must also be included, if applicable. For financial interests, the statement must include the nature and extent of the interest and any entity or entities involved in the financial relationship. For these and any other interests, enough information must be provided to allow a meaningful evaluation of the potential effect of the interest on the performance of the Contract.
        5. A statement that no actual or potential conflict of interest or unfair competitive advantage exists with respect to the Work to be provided in connection with the Contract or that any actual or potential conflict of interest or unfair competitive advantage that does or may exist with respect to the Contract or related to the Contract has been communicated as part of the statement required by section (c).
      4. Failure of a firm to provide the required statement may result in the firm being determined ineligible for award. Misrepresentation or failure to report any fact may result in the assessment of penalties associated with false statements or such other provisions provided for by law or regulation.

      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.

    • BUY AMERICA CERTIFICATION (required)

      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.

      1. Certificate of Compliance with 49 USC 5323(j)(1)
        1. The Respondent certifies that it will meet the requirements of 49 USC 5323(j)(1) and the applicable regulations in 49 CFR Part 661.5.
      2. Certificate of Non-Compliance with 49 USC 5323(j)(1)
        1. The Respondent certifies that it cannot comply with the requirements of 49 USC 5323(j)(1) and 49 CFR 661.5, but it may qualify for an exception pursuant to 49 USC 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 CFR 661.7.
    • Bus Testing Certification (required)

      Please download the below documents, complete, and upload.

    • Transit Vehicle Manufacturer (TVM) Certification (required)

      Please download the below documents, complete, and upload.

    • Federal Motor Vehicle Safety Standards (FMVSS) Certification (required)

      Please download the below documents, complete, and upload.

    • BUY AMERICA CERTIFICATION (Rolling Stock) (required)

      Please download the below documents, complete, and upload.

    • Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (required)

      Please download the below documents, complete, and upload.

    • Current W9 (required)

      Please download the below documents, complete, and upload.

    • SOLICITATION STATISTICS AND CERTIFICATION OF WORKFORCE (required)

      Please download the below documents, complete, and upload.

    • KEY PERSONNEL (required)

      Please download the below documents, complete, and upload.

    • SELF-INSURANCE ACKNOWLEDGEMENT (required)

      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:

    • BACKGROUND INVESTIGATION CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • Colorado Department of Transportation Forms (CDOT) (required)

      Please download the below documents, complete, and upload.

    • Confidentiality and Non-Disclosure Certification for CI & SSI (required)

      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: _____________

       
    • The Respondent understands that any condition stated above, clarification of the above, or information submitted on or with this form other than requested will render the quotation non-responsive. (required)
    • Basis for Award (required)
    • Pricing (required)
    • Multi-vendor award? (required)
    • Is This a Construction Project? (required)
    • Liquidated Damages (required)

      (Construction T's & C's) Revise below is needed.

    • Change Order Profit Multiplier (required)

      TBD until contractor is selected. The Profit Multiplier will be proposed by the contractor in their Cost Proposal or Bid.

    • Bid Security Required? (required)

      If construction project over $50K, a Bid Security is required per Colorado C.R.S. 24-105-201.

    • Delivery Address (required)
    • Is This Project CDOT Funded? (required)
    • Insurance and Bonding Requirements (required)
    • Additional Insurance Policies (required)

      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.

    • Additional Insurance Requirements (Construction) (required)
    • Supplemental Terms and Conditions (required)
    • Will an Escrow Agreement be Needed? (required)
    • Include Federal Transit Administration Terms? (required)
    • Is Buy America Applicable? (required)

      Yes for federally funded Construction Contracts and federally funded Acquisition of Goods or Rolling Stock (valued at more than $150,000)

    • Buy America (required)
    • Include Background Certification Form? (required)

      Adds Background Investigation Certification.

    • Contract signature (required)

      Type in the Full Name and Title of the Contract Signator based on the thresholds below.

      Ex.) Dana Steele, Director, Contracting and Procurement

      • Up to $250,000 (Contract Manager, Contracting and Procurement)
      • Between $250,001 and $1,000,000 (Director, Contracting and Procurement)
      • $1,000,001 and over (General Manager and CEO)
    • Statement of Contract Cost (required)
    • Labor Hours or Time and Materials (required)
    • Include Invoiced Rates and Pricing? (required)

      "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

    • Initial contract term (required)

      and shall continue for [ ___ years/months]

    • Will there be optional renewal terms allowed? (required)
    • How many optional renewal periods allowed? (required)
    • Will there be reimbursement for travel & related expenses? (required)
    • Invoicing (required)
    • SBE Requirements (required)
    • SBE Goal (required)
    • Allow Brand Names or Equals? (required)
    • Will Project Exceed $10,000.00 (required)
    • Will Project Exceed $25,000.00 (required)
    • Will Project Exceed $100,000.00 (required)
    • Will Project Exceed $150,000.00 (required)
    • Will Project Exceed $1,000,000.00 (required)
    • Will Project Exceed $5,000,000.00 (required)
    • Will Project Exceed $25,000,000.00 (required)
    • Quotes shall remain valid for (required)
    • Technical Proposal Page Limitation (required)
    • Include "SELF-INSURANCE ACKNOWLEDGEMENT" form? (required)

    Key dates

    1. April 20, 2026Published
    2. May 19, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.