Active SLED Opportunity · CALIFORNIA · MAINTENANCE

    Security Services

    Issued by Maintenance
    localRFPMaintenanceSol. 247597
    Open · 8d remaining
    DAYS TO CLOSE
    8
    due May 2, 2026
    PUBLISHED
    Mar 19, 2026
    Posting date
    JURISDICTION
    Maintenance
    local
    NAICS CODE
    561612
    AI-classified industry

    AI Summary

    San Joaquin Regional Transit District seeks proposals from qualified security firms to provide professional security services at transit facilities and onboard vehicles in Stockton, CA. The contract requires licensed, trained personnel to enhance safety and protect assets, with evaluation based on experience, staffing, management, and cost. Pre-proposal meeting and submission details provided.

    Opportunity details

    Solicitation No.
    247597
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 19, 2026
    Due Date
    May 2, 2026
    NAICS Code
    561612AI guide
    Jurisdiction
    Maintenance
    Agency
    Maintenance

    Description

    San Joaquin Regional Transit District (RTD) invites qualified security firms to submit proposals to provide security services at multiple transit facilities and onboard transit vehicles. The successful proposer will provide services that are managed and carried out by licensed, trained, professional security personnel who are competent, reliable, customer-oriented, and transit-oriented.  Security personnel will receive general supervision from RTD’s Safety, Security, and Risk department and the proposers’ command structure.  Security personnel will work cooperatively to protect RTD assets, enhance public and employee safety, and maintain an orderly atmosphere conducive to RTD's requirements through observation, engagement, and reporting of issues that may arise.  Security personnel will be required to circulate throughout designated areas of service and perform duties as required and specified herein.

    Project Details

    • Reference ID: 26008-S
    • Department: Safety & Security
    • Department Head: Curtis Moses (Safety and Security Manager)

    Important Dates

    • Questions Due: 2026-04-17T06:55:00.000Z
    • Answers Posted By: 2026-04-22T01:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-09T17:00:00.000Z — 2849 E Myrtle St Stockton, CA 95205 Parking Availability (120 N Filbert St, Stockton, CA 95205): Look for the RTD building on the corner of Filbert St and Myrtle. The entrance is on Filbert St. Parking is available on the right side of the building. You will be greeted at the exit gate and taken to the pre-bid conference location. Contact eramirez@sjrtd.com for any parking clarification.

    Addenda

    • Addendum #1 (released 2026-04-14T17:43:28.390Z) —

      Pre-Proposal Sign-In Sheet

    • Official Notice #1: Addendum #2 (released 2026-04-20T20:59:11.419Z) —

      Updating Point of Contact

    • Official Notice #2: Notice of Public Records Release – RFP 23003-S Security Services (released 2026-04-21T16:52:06.586Z) —

      This message is to inform you that the San Joaquin Regional Transit District (RTD) received a request for records under the California Public Records Act (CPRA) related to RFP 23003-S Security Services. RTD has completed its review of the requested records in coordination with legal counsel and has determined that the records are subject to disclosure under the CPRA. This notice is being provided as a courtesy. RTD will proceed with the release in accordance with applicable law. 

    Evaluation Criteria

    • Understanding of Scope & Approach (20 pts)

      Demonstrates comprehensive understanding of SOW requirements, operational needs, and RTD security environment.  Provides a clear and practical deployment and supervision plan.

    • Staff Qualifications & Trainings (20 pts)

      Quality, experience, and certifications of proposed guards and supervisors.  Training programs exceeding the minimum requirements.

    • Organizational Experience (15 pts)

      Demonstrated successful experience providing similar transit security services.  Positive references from comparable clients.

    • Supervision & Management Plan (10 pts)

      Qualifications and availability of PPOQ Manager.  Oversight, reporting, and incident resolution process.

    • Reporting & Documentation (10 pts)

      Quality and clarity of proposed reporting procedures and communication methods.

    • Innovation & Value-Added Services (5 pts)

      Use of technology or practices enhancing safety, reducing incidents, and improving customer service.

    • Transition & Implementation Plan (5 pts)

      Ability to fully staff and operate by the contract start date.

    • Workforce Stability & Retention (10 pts)

      Recruitment/retention strategies, pay scales, and programs to reduce turnover.

    • Cost Proposal (5 pts)

      Evaluation of total contract price, hourly billing rates, and cost realism in relation to proposed staffing.

    Submission Requirements

    • Technical Proposal (required)

      Upload your Technical Proposal to include your "Letter of Transmittal".

    • General Information (required)

      Please provide the following:

      • Name of Firm Under Which Business Is Conducted
      • Federal Tax ID Number
      • Data Universal Number System (DUNS) Number
      • Commercial and Government Entity (CAGE) Number
    • Proposal Contact Person Information (required)
      • Name and Title
      • Street Address
      • Mailing Address (if different)
      • Email Address
      • Office Phone Number
      • Cell Phone Number
    • Firm understands and agrees to be bound to the proposed Scope of Services and Cost Proposal for 120 days from the date proposals are due. (required)
    • Sample Contract Confirmation (required)

      The undersigned is prepared to sign the Sample Contract without alterations or exceptions, or if it is requesting modifications to the Sample Contract and/or any requirements of this RFP, shall include such requested modifications in Form TITLED, "Exception Form".

    • Signature Form (required)

      Please download the below documents, complete, and upload.

    • Cost/Price Proposal Form Valid for 120 days (required)

      Please confirm that your Cost/Price Proposal Form  will be valid for 120 calendar days from the date the proposal is due.

    • Price/Cost Proposal Form (required)
    • Current contracts that involve work with RTD (required)

      In accordance with the Conflict of Interest section of this RFP, a list of Proposer’s current contracts that involve work with RTD, including its relationship to RTD and a brief description of its job under the contract (if applicable). Proposers must identify any potential conflicts that may compromise its delivery of unbiased work product.

      If none, please reply NOT APPLICABLE

    • Current Client References (required)

      Provide a minimum of three and a maximum of five references for projects completed by the Proposer in the last five years that consisted of work that is the same or similar to the Services required in this RFP. Include public agency clients and transportation agencies, if any. Do not list RTD as a reference.

      • Please include the following for each Reference:
      • Entity Name
      • Full Address
      • Contact Person
      • Email Address
      • Project Description
    • (Levine Act Statement Part 1) Have you or your company, or any agent on behalf of you or your company, made any political contributions of more than $250 to any RTD Board Member in the 12 months preceding the date of the submission of your proposal or the anticipated date of any Board action related to this contract? (required)

      California Government Code Section 84308 (commonly referred to as the “Levine Act”) prohibits any RTD Board Member from participating in any action related to a contract, if he or she receives any political contributions totaling more than $500 from the person or company awarded the contract within the previous twelve months, and for twelve (12) months following the date a final decision concerning the contract has been made. The Levine Act also requires a member of the RTD Board who has received such a contribution to disclose the contribution on the record of the proceeding. 


      RTD’s current Board members are: Gary S. Giovanetti, Les J. Fong, Aaron Edwards, Dereck Graves Jr. and Geneva Moorad.

       

      Answering yes does not preclude RTD from awarding a contract to your firm or taking any subsequent action related to the contract. It does, however, preclude the identified Board Member(s) from participating in any actions related to this RFP and resulting contract(s).

    • (Levine Act Statement Part 2) Do you or your company, or any agency on behalf of you or your company, anticipate or plan to make any political contribution of more than $250 to any RTD Board Member in the twelve (12)months following any Board action related to this contract? (required)

      California Government Code Section 84308 (commonly referred to as the “Levine Act”) prohibits any RTD Board Member from participating in any action related to a contract, if he or she receives any political contributions totaling more than $500 from the person or company awarded the contract within the previous twelve months, and for twelve (12) months following the date a final decision concerning the contract has been made. The Levine Act also requires a member of the RTD Board who has received such a contribution to disclose the contribution on the record of the proceeding. 


      RTD’s current Board members are:  Gary S. Giovanetti, Les J. Fong, Aaron Edwards, Dereck Graves Jr. and Geneva Moorad.

       

      Answering yes does not preclude RTD from awarding a contract to your firm or taking any subsequent action related to the contract. It does, however, preclude the identified Board Member(s) from participating in any actions related to this RFP and resulting contract(s).

    • If you answered yes to either of the two previous questions re: Board Members (required)

      If yes, please identify the Board Member(s):

    • Buy America Certificate (Steel, Iron Or Manufactured Products) (required)

      Place Holder to add the document as a downloadable form. 

    • Buy America Certificate (Buses, Other Rolling Stock, and Associated Equipment) (required)

      Place Holder to add the document as a downloadable form. 

    • Exception Form

      By submitting a proposal, Proposer is deemed to have accepted all the terms and conditions set forth in the Sample Contract contained in the solicitation, unless the proposer submits exceptions to the Sample Contract on this Exception Form with its proposal in accordance with the instructions herein.

      Please download the below documents, complete, and upload.

    • Lobbying Restriction Certification (required)

      Please download the below documents, complete, and upload.

    • Indicate Your Business Type (required)
    • Additional Business Type: (required)

      If Sole Proprietorship please list name of owner

      If Partnership, please list the names and addresses of partners

      If Limited Partnership please list General Partner

      If Corporation, please list the name of officers and directors as well as State of Incorporation and Corporation Number.

    • Are you licensed to do business in California? (required)

      Answer YES or NO and provide the following informnation as applicable:

      • Business License  Number and name of State
      • **CA Business License Number and Name
      • **CA Limited Liability Entity Number and Name
      • Taxpayer ID Number (Federal)
      • Other

      **California Business Entity Number. Required for all Projects. Number issued to an entity, by the California Secretary of State, upon its approval of an entity’s registration.

    • Subcontractor Listing Form (required)

      Please download the below documents, complete, and upload.

    • Workforce Retention Declaration (required)

      In the performance of this Agreement, the Proposer and its subcontractors declare that they 

       

      (Please select will or will not) retain the employees (as defined by California Labor Code Section 1071(d)) of the prior contractor or subcontractors, except for reasonable and substantiated cause, for a period of at least 90 days.

        

      The Contractor and subcontractors that declare they will retain such employees will be responsible for the duties and obligations provided in California Labor Code Section 1072, including making a written offer of employment to each employee to be retained, and if fewer employees are necessary under the new contract, retaining qualified employees by seniority within the job classification.

    • Upload Any Other Required Documents

      PLEASE UPLOAD ANY OTHER DOCUMENTS THAT MAY BE REQUIRED.

    • For the following questions, if a joint venture, give information for each Member of the joint venture, by name.
    • Has your organization ever operated under another or different name than your present business name? (required)
    • If you answered yes to if your organization has ever operated under another or different name than your present business name. (required)

      Please give such name(s), the time periods that such name was used, and the reason(s) for changing such name?

    • How many years has your organization been in business? (required)
    • How many years of experience has your organization had performing work that is the same or similar to the services you are proposing? (required)

      a) As a Prime Contractor:

      b) As a Subcontractor: 

    • Show all the projects your organization has completed during at least the last five years in the following tabulation: (For joint venture work, show the sponsoring individual or company) (required)

      Please provide:

      • Year
      • Contract Price
      • Project Description
      • Contact Person Name, Phone an Email
      • Business Name and Address
    • Where is the location of offsite work to be done, if any? (required)
    • Have you or your organization failed to complete a Contract? (required)
    • If you answered YES to "Have you or your organization failed to complete a Contract?" (required)

      Please provide details 

    • Reference is hereby made to the following Auditors as to the financial responsibility of Proposer (required)

      Provide information

      • Name of Auditor
      • Address
      • City, State, Zip Code
      • Telephone
      • Officer Familiar with Account
    • Reference is hereby made to the following surety company or companies as to the financial responsibility and general reliability of Proposer (required)
      • Name of Surety Company
      • Name of Local Agent (if different)
      • Local Address: City and State
      • Telephone
      • Officer Familiar with Proposer’s Account
    • Is your firm financially interested in any other line(s) of business? (required)
    • Is any litigation pending against your organization? (required)
    • If you answered YES to "Is any litigation pending against your organization?" (required)

      Please provide details: 

    • Bidder declares I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct (required)
    • DESCRIPTION OF SCOPE OF SERVICES (required)

       [DESCRIPTION OF SCOPE OF SERVICES – ONE
      OR TWO PARAGRAPHS]

    • Will you be providing the anticipated compensation? (required)
    • Compensation range (required)

      Please type the following sentence with the appropriate aticipated compensation range:

      EXAMPLE:

      The anticipated compensation for provision of the Services is between: $35,000 and $50,000.

       

    • Contract Type (required)
    • Initial length of contract: (required)

      Please enter the initial length of contract: 

       [number of years] (X) 

      Example:

      three years (3)

       

    • Option years (required)

      Please enter the number of optional renewal years:

      [number of years] (X) 

      EXAMPLE:

      two years (2)

    • Pre Proposal Conference (required)
    • Specific Types of References (required)

      Please enter specific type of references that may be required.  Your answer will populate the bold text in the paragraph below: 

       

      A minimum of three (3) and a maximum of five (5) references of client for whom, within the past five years, the Proposer has provided the same or similar services as those called for in this RFP and/or [list specific types of references required].  Include public agency clients and transportation agencies, if any.

    • Federal Requirements (required)

      Do federal requirements apply to this project?

    • Federal Requirements (required)

      Select all that apply per the following instructions:

      VETERANS PREFERENCE. [Applicable if capital project consisting of construction work] 

       

      GOVERNMENT-WIDE DEBARMENT AND SUSPENSION. [Applicable if contract is expected to equal or exceed $25k or if contract is for federally required audit services] 

       

      LOBBYING. [Applicable if contract is expected to exceed $100k; INCLUDE APPROPRIATE CERTIFICATE] 

       

      CLEAN WATER AND AIR REQUIREMENTS. [Applicable if contract is expected to exceed $150k] 

      ☐ BUY AMERICA REQUIREMENTS. [Applicable if contract is for over $150k of iron, steel, manufactured goods, or rolling stock; INCLUDE APPROPRIATE CERTIFICATE] 

       

      PRE-AWARD AND POST-DELIVERY AUDIT REQUIREMENTS. [Applicable if rolling stock procurement] 

       

      ACCESSIBILITY. [Applicable if contract is related to rolling stock (including services, equipment, or  new procurements) or public transportation facilities – consult with legal counsel for customization]

       

      BUS TESTING. [Applicable if contract is to lease or purchase any new bus model or any bus model with a major change in configuration or components to be acquired or leased with fta funds] 

       

      DAVIS-BACON ACT REQUIREMENTS. [Applicable if construction, alteration, or repair (including painting) contract in excess of $2,000] 

       

      CONTRACT WORK HOURS AND SAFETY STANDARDS ACT. [Applicable if contract is expected to equal or exceed $100k and involves employment of laborers and mechanics. this provision does not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or to contracts for transportation or transmission of intelligence.] 

       

      SEISMIC SAFETY. [Applicable if contract for the construction of new buildings or additions to existing buildings] 

       

      CHARTER SERVICE OPERATIONS. [Applicable if contract for operation of public transportation service] 

       

      PUBLIC TRANSPORTATION EMPLOYEE PROTECTIVE ARRANGEMENTS. [Applicable if contract for transit operations performed by employees of a contractor recognized by the fta as a transit operator] 

       

      SCHOOL BUS OPERATIONS. [Applicable if contract for operating public transportation services]

       

      SUBSTANCE ABUSE REQUIREMENTS. [Consult with legal counsel – applicable if work involves the performance of safety-sensitive functions, as defined in 49 cfr § 655.4]  

       

      DOMESTIC PREFERENCES FOR PROCUREMENTS. [Applicable if contract is for the purchase, acquisition, or use of goods, products, or other materials and is under the Buy America threshold; do not use for service contracts or if Buy America is applicable]  

       

      NOTIFICATION REGARDING FALSE CLAIMS, FRAUD, WASTE, ABUSE, AND OTHER LEGAL MATTERS. [Applicable if contract is valued at $25,000 or more.]  

       

    • CONFLICTS OF INTEREST (required)

      Is Conflict of Interest language required for this project? 

       

    • Current Consultants (required)

      Please provide the names, if any of any firms that are currently assisting in areas related to the Services that are subject of this RFP. 

      EXAMPLE: Olson and Associates, AECOM, and Webb Associates.

      Your answer will populate the text in bold letters below:

      RTD currently has long-term contracts with consulting firms that are assisting in areas related to the Services that are the subject of this RFP. These Consultants are [insert names]. These firms, as well as subcontractors supporting the firms on RTD projects, are not eligible to submit proposals in response to this RFP or provide Services as a subconsultant to any Proposer.]

    • Is this an A&E project? (required)
    • Required Vendor Qualifications (required)

      Please provide Required Vendor Qualifications 

      Description of Proposer’s qualifications to perform the Services, specifically including the following: [Insert customized list of specific required qualifications, skills, systems, etc.

       For example:possess appropriate professional licenses required to perform the Services; knowledge and understanding of applicable regulations, codes and local conditions relating to the Services; accounting systems in place to adequately manage federally-sponsored cost-type contracts; quality assurance system to check analyses, calculations, drawings, specifications, cost estimates, reports and other supporting documentation required to perform the Services

    • Will this be a Board Approved Contract? (required)
    • Will contractor be handling PII? (required)
    • DATA CATEGORIES (required)

      PLEASE LIST ANY OTHER CATEGORIES OF DATA THAT CAN BE LINKED TO SPECIFIC INDIVIDUALS THAT THE CONTRACTOR WILL BE HANDLING].

      YOUR ANSWER WILL POPULATE THE HIGHLIGHTED SECTION BELOW:

       

      Contractor may have access to Personally Identifiable Information (PII) in connection with the performance of the Contract. PII is any information that identifies or describes a person or can be directly linked to a specific individual, including ridership and usage data. Examples of PII include, but are not limited to, name, address, phone or fax number, signature, date of birth, e-mail address, method of payment, payment card information, ridership and travel pattern data [LIST ANY OTHER CATEGORIES OF DATA THAT CAN BE LINKED TO SPECIFIC INDIVIDUALS THAT THE CONTRACTOR WILL BE HANDLING]. RTD Personally Identifiable Information, or RTD PII, means any PII relating to RTD's customers, employees, or agents.

    • Is this a project for Electronic Fare Payment Software? (required)
    • Payments and/or Health Data (required)

      Please select one or both options as applicable.

    • WILL THIS PROJECT RESULT IN A CLOUD SOFTWARE AGREEMENT? (required)

    Questions & Answers

    Q (weekly hours): Can you identify the weekly hours by location?

    A: The main facility opens up @ 5:30 am, and the two transfer stations open at 7 am. Service closes at 10 pm. Single-night patrol runs from 10 pm to 6 am.


    Q (Subcontractors): Are there any subcontractors being used for the current contract?

    A: No.


    Q (Modifications from previous contract): Are there any significant modifications from the previous contract to the new one? For instance, an increase in hours, a change in guard type (e.g. armed vs unarmed), a need for additional resources?

    A: An emphasis was placed on the contractor providing well-trained guards.


    Q (No subject): What was the start date of the initial contract?

    A: The initial contract was started on May 1, 2023.


    Q (Sample Contract): To allow bidders to review the Districts general terms and conditions, can the District please provide a copy of a sample contract to review?

    A: There is a sample contract in the RFP beginning on page 70.


    Q (Subcontracting): Is subcontracting required for this contract?

    A: The main contractor may allow for subcontracting if needed.


    Q (Shift Hours): To assist bidders in providing accurate pricing in their proposal submittal, can the District please provide the shift times and/or hours coverage that are required for this contract for the Stationary Security Guards at each location, the Mobile Security Guards and for the Ride-Along Security Guards?

    A: The main facility opens up @ 5:30 am, and the two transfer stations open at 7 am. Service closes at 10 pm. Single-night patrol runs from 10 pm to 6 am. Some holiday coverage is not needed. Weekend coverage is the same as weekdays.


    Q (Staffing): What is the required number of guards per shift? Also, how many locations require fixed posts vs patrol?

    A: The main facility opens up @ 5:30 am, and the two transfer stations open at 7 am. Service closes at 10 pm. Single-night patrol runs from 10 pm to 6 am. Some holiday coverage is not needed. Weekend coverage is the same as weekdays. One patrol guard per shift.


    Q (Technology): Is there a required reporting system (app/software)?

    A: The contractor should provide a mobile device capable of downloading "Survey Monkey" for the riding guards. The contractor should be able to provide monthly statistical reports and a daily guard report.


    Q (Deployment): I would like to know how many guards are assigned to vehicles vs stations? Are guards assigned to specific routes or rotating?

    A: The on-duty patrol guard will be issued an RTD vehicle to service the county. Gas and maintenance will be provided by RTD.


    Q (RFP Attachment Access Issue): We are unable to access the attachments referenced in Sections 7.5, 7.11, 7.12, and 7.16, as the files do not appear to open or may not be properly linked. Could you please confirm if these attachments are available and provide working copies or updated links?

    A: The attachments are available and working. If they continue to give you issues, you can email me at syep@sjRTD.com and I will provide the attachments.


    Q (No subject): What is the estimated total number of annual hours for this contract?

    A: This question depends on the contractor's staffing plan. RTD has five no-service holidays.


    Q (No subject): Are there any other rates billed separately (e.g. equipment, vehicles, etc.)?

    A: The on-duty patrol guard will be issued an RTD vehicle to service the county. Gas and maintenance will be provided by RTD.


    Q (Vehicles): Will patrol vehicles be required or provided?

    A: The on-duty patrol guard will be issued an RTD vehicle to service the county. Gas and maintenance will be provided by RTD.


    Q (Incidents): What is the expected response protocol for incidents?

    A: Patrol and on-site guards are expected to primarily de-escalate all incidents in person.


    Q (Proposal Forms and Contract Documents): On Section B. 7, can you please clarify what is meant by the location of offsite work to be done?

    A: RTD serves multiple cities within San Joaquin County. Occasionally, a riding guard or mobile patrol guard may have to respond to an incident. Please refer to RTD's website for the service area.


    Q (Vehicles): Is the current contract using vehicles? If yes, how many?

    A: One vehicle per on-duty patrol guard.


    Q (Schedule): What are the exact hours of coverage per site? Our agency would also like to know are services required 24/7 or based on transit hours?

    A: The main facility opens up @ 5:30 am, and the two transfer stations open at 7 am. Service closes at 10 pm. Single-night patrol runs from 10 pm to 6 am. Some holiday coverage is not needed. Weekend coverage is the same as weekdays. One patrol guard per shift.


    Q (Price/Cost Form): Is the price/cost form the Exhibit B form?

    A: Hello Michelle. There is no price/cost form referenced in the RFP. Are you referring to the Cost Proposal?


    Q (No subject): Th RFP does NOT specify service hours per position. Is this a “design-our-own staffing model” RFP, where we propose hours, staffing mix and equipment, and then RTD approves and can modify it later?

    A: The main facility opens up @ 5:30 am, and the two transfer stations open at 7 am. Service closes at 10 pm. Single-night patrol runs from 10 pm to 6 am. Some holiday coverage is not needed. Weekend coverage is the same as weekdays. One patrol guard per shift.


    Q (Financial): Section D-2 Financial Statement. We are a large privately owned company and never had a need for audited financial. We have an independent certified public accounting firm that creates our financial statements and tax return. Would Consolidated Income and Balance sheet prepared by CPA firm and a letter from CPA firm confirming that the accuracy would be acceptable and satisfy the requirement of this section?

    A: If the information contains the contractor's business name and is current.


    Q (Form B: Statement of Business and Financial Qualifications): On Form B: 9. can you please clarify what is required for "the officer familiar with account"? What is referred when asked for the "auditor" and "officer"

    A: -Officer familiar with account: A corporate officer or financial representative knowledgeable about the Proposer’s financial records (e.g., CFO, Controller, or Owner/President). -Auditor: The Proposer’s independent external CPA/auditing firm; if none, indicate “N/A.” -Officer: A duly authorized corporate officer (e.g., CEO, President, Managing Member) with authority to bind the Proposer.


    Q (No subject): Beyond the state and federal minimum wage, is there a prevailing wage, living wage ordinance, local mandated wage, or contract-specific wage?

    A: Proposers must comply with all applicable federal, state, and local wage and labor laws, including California minimum wage requirements. There is no separate living wage ordinance or local mandated wage specified for this contract. All proposed labor rates will be evaluated for reasonableness and realism in accordance with the RFP requirements.


    Q (No subject): The cost proposal has a column labeled "Classification". What information are you looking for?

    A: Hello Simon. Please disregard the "Personnel Name" column and use the "site supervisor, security guards etc" under the classifications.


    Q (No subject): The proposal calls for both a site supervisor and assistant supervisor, but only one named role (site supervisor) is included in the cost proposal form. How do we proceed with the cost proposal form?

    A: Hello Simon. You are required to use RTD’s Cost Proposal Form; however, minor modifications to the format (e.g., adjusting or adding columns for clarity) are acceptable, provided that all required information is included and the original structure and intent of the form are maintained. Any supplemental worksheets may be used for internal calculations, but the finalized pricing must still be presented within the RTD Cost Proposal Form.


    Q (Cost Proposal): Do we use the cost proposal form? Or we can make one and use that as a reference?

    A: Hello Michelle. You are required to use RTD’s Cost Proposal Form; however, minor modifications to the format (e.g., adjusting or adding columns for clarity) are acceptable, provided that all required information is included and the original structure and intent of the form are maintained. Any supplemental worksheets may be used for internal calculations, but the finalized pricing must still be presented within the RTD Cost Proposal Form.


    Q (Financial Statements): Can the required three (3) years of financial statements be provided during a later stage of the evaluation process (e.g., finalist stage or prior to contract award) under a confidentiality agreement, or are they required to be submitted with the initial proposal response? Will a bank letter of reference suffice in lieu of the three (3) years of financial documents during the proposal submission process?

    A: Hello Paul. We will need the financial statements submitted in the initial proposal response to prove company solvency.


    Q (No subject): This RFP mentions security guards will be needed for ride-along duties - can you expand on that? Will guards be at all responsible for fare enforcement?

    A: RTD utilizes riding guards on buses to enforce our code of conduct to include fare enforcement.


    Q (No subject): Can you further elaborate on what type of safety boots will be needed?

    A: All security personnel shall wear company-issued or approved uniforms while on duty, including black, polishable boots or shoes of a plain, conservative design that are clean, serviceable, and free from ornamentation; footwear must provide adequate support and safety for assigned duties, be maintained in good repair, and may only vary for specific assignments with supervisory approval.


    Q (30 days min Training): If there is a 30-day minimum training requirement prior to assigning guards, how will this work with the current timeline? There are only a few weeks between award and start date. Guards would not be trained up by RTD standard in time to staff the contract.

    A: Guards should arrive on-site with proper certifications and be trained for their assigned duties. Guards will receive and will be required to successfully complete on-the-job training by RTD staff.


    Q (Staffing Clarification): In order to prepare pricing accurately we must know what the duties are for each position, the shift schedule for each position, how many officers per shift, and the weekly hours for each position. Knowing the facility hours doesn't answer this. Could you please provide this information, or provide a copy of the current incumbent contract? Or, let us know if you want us to recommend the staffing based on your RFP.

    A: Hello Vicki. Please recommend staffing based on the RFP.


    Q (Signature Form): I tried to access the signature form and the window that opened up was just random characters. Is there another way to access?

    A: The attachments are available and working. If they continue to give you issues, you can email me at syep@sjRTD.com and I will provide the attachments.


    Q (Non-Lethal Weapons): It is noted on Page 21 that both Baton and chemical spray are considered mandatory and part of the uniform. Rather than the Security Professional’s carrying both, would RTD consider it acceptable for the Security Professional to carry the chemical spray, along with the duty belt and handcuffs?

    A: It is required to have a baton, a chemical spray, and handcuffs.


    Q (Vehicles): It is noted on Page 23 of the RFP, RTD will provide one (1) Patrol Vehicle for use by the Mobile Security Guards. It was noted during the Site Tour that there was a vehicle patrol vehicle at the Downtown Transfer Station. Are any vehicles required by the contractor and if so, how many?

    A: The contractor is not required to have their own patrol vehicle. This is optional at the contractor's expense,


    Q (Holidays): What are RTD’s five (5) no-service holidays? Are contractor’s recognized holidays that occur on service days billable?

    A: Easter, Labor Day, Thanksgiving, Christmas, New Year's.Contractors may invoice RTD for the hourly rate per working guard only on holidays when RTD has service.


    Q (Equipment): Aside from the Patrol Vehicle, what equipment is provided by the RTD (Ex. PPE, radios, etc.)?

    A: Safety vests and handheld radios.


    Q (CPR/First Aid): Will RTD accept the standard two-year American Red Cross CPR/First-Aid certification, or is annual recertification required?

    A: yes


    Q (Special Equipment Training): Does RTD have special equipment or technology utilized at any site that would require additional training?

    A: Hand-held radio communication training will be provided by RTD.


    Q (Use of Force Expectation): What is RTD’s Use of Force Policy and RTD’s Use of Force expectation before law enforcement are called?

    A: POST orders Pg. 4 . Under public contact. Specific instructions shall be given to guards upon hiring and orientation/training.


    Q (RFP, Page 12, Section 1.20 Evaluation Process ): RFP, Page 12, Section 1.20 Evaluation Process The RFP states that 10 evaluation points will be allocated to the Supervision & Management Plan, including the qualifications and availability of a PPOQ Manager. Please define the role of the PPOQ Manager.

    A: For purposes of this solicitation, the term “PPOQ Manager” refers to the Proposer’s Private Patrol Operator Qualified Manager, as defined by the California Bureau of Security and Investigative Services (BSIS). The PPOQ Manager is the individual designated on the Proposer’s Private Patrol Operator (PPO) license who is responsible for the day-to-day management and oversight of security operations, as required by state regulations. This individual may also serve in an operational or managerial capacity for the contract. Proposers should identify the individual serving in this role and describe their qualifications, experience, and availability as part of the Supervision & Management Plan.


    Q (Performance Standards & KPIs): What key performance indicators (KPIs) will be used to evaluate contractor success (e.g., response times, incident reduction, reporting accuracy, customer service)?

    A: The contractor is to provide RTD with the monthly KPI for fare evasions, assaults, trespassing, medical interactions. safety hazards, and other stats that are not Part 1 crimes.


    Q (Guard Experience Requirements): Does the District have a preferred minimum experience level for assigned guards (e.g., transit experience, de-escalation training, public interaction)?

    A: Please see page 24 in the RFP.


    Q (Guard Break Policy):

    A: Are guards permitted to be duty-free during breaks? Yes, unless there is an emergency. A break room is provided


    Q (Communication During Breaks):

    A: For guards on duty, how will they be aware of what is going on outside during breaks? Guards are issued handheld radios per shift to communicate with one another. Phones are also available.


    Q (Work/Shift Scheduling Responsibility):

    A: Will RTD be providing work/shift schedules? RTD requests that proposers provide recommended staffing schedules.


    Q (Staffing Levels (Roving and Fixed Posts)):

    A: How many guards will be needed for roving and standing guards? RTD requests that proposers provide recommended staffing schedules.


    Q (Training Costs Inclusion):

    A: Is the 30 day training part of the contract price? Yes.


    Q (Identification of Banned Individuals):

    A: How are the guards able to track who is banned? Information is shared via posted notices at all sites, including photos and reasons, and through internal communications to staff and operators.


    Q (Camera Monitoring and Staffing Requirements):

    A: Are the cameras being monitored, or as needed? Will we need a station security for full eyes of the cameras? The Safety, Security, and Risk Management Director has full camera access. Bus cameras also provide live monitoring capability. A dedicated security post for camera monitoring is not required.


    Q (Staffing at Downtown Transit Center):

    A: How many guards do you have at the Downtown Transit Center? Three.


    Q (Access Restrictions at Downtown Transit Center):

    A: At the Downtown Transit Center, is the top of the building closed off to the public? Yes, access is limited to authorized personnel.


    Q (Marking of RTD-Provided Vehicles):

    A: For the vehicles that RTD will provide, will they be marked RTD or the awardee? Vehicles provided by RTD will be marked as RTD.


    Q (Security Requirements at RTC Facility):

    A: At the RTC, are there people that try to go through the gate? Does RTD need security at the RTC? No. Guards are not required at this location.


    Q (Use of Force / Physical Contact Policy):

    A: Will security personnel be permitted to engage in physical contact (hands-on) when necessary? Guards will be required to go "hands on" to protect themselves, staff, patrons or property for example active assault on staff, active fight between passengers, Destruction of RTD property in front of security staff, a guard being assaulted. All other incidents should be handled with de-escalation when possible and other non-use of force methods. RTD safety and security shall instruct guards on RTD guidelines and protocol.


    Key dates

    1. March 19, 2026Published
    2. May 2, 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.