Loading...
HomeMy WebLinkAboutRFP - 9136 BUS SHELTER ADVERTISING & MAINTENANCEREQUEST FOR PROPOSAL 9136 BUS SHELTER ADVERTISING & MAINTENANCE The City of Fort Collins is requesting proposals from qualified Service Providers to assemble and install new bus shelters and to provide advertising and maintenance services for new and existing bus shelters throughout the City. As part of the City’s commitment to Sustainable Purchasing, proposals should be submitted online through the Rocky Mountain E-Purchasing System (RMEPS) at http://www.bidnetdirect.com/colorado/city-of-fort-collins no later than 3:00 PM MST (RMPES Clock) on August 7, 2020. Note: please ensure adequate time to submit proposals through RMEPS. Proposals not submitted by the designated Opening Date and Time will not be accepted by the system. All questions should be submitted, in writing via email, to Beth Diven, Buyer at bdiven@fcgov.com, with a copy to Project Manager, Belinda Barnes at bebarnes@fcgov.com, no later than 5:00 PM MST (our clock) on July 24, 2020. Please format your e-mail to include: RFP 9136 Bus Shelter Advertising & Maintenance in the subject line. Questions received after this deadline may not be answered. Responses to all questions submitted before the deadline will be addressed in an addendum and posted on the Rocky Mountain E-Purchasing System webpage. Rocky Mountain E-Purchasing System hosted by Bidnet A copy of the RFP may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins. This RFP has been posted utilizing the following Commodity Code(s): 80-158 Signs: Billboard, Advertising, etc. 91-501 Advertising Agency Services 91-503 Advertising/Public Relations 91-504 Advertising, Outdoor Billboard, etc. Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age 40 years or older, marital status, disability, sexual orientation, genetic information, or other characteristics protected by law. For the purpose of this policy “sexual orientation” means a person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the workplace, including sexual harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages in protected activity. Protected activity includes an employee complaining that he or she has been discriminated against in violation of the above policy or participating in an employment discrimination proceeding. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing RFP 9136 Bus Shelter Advertising & Maintenance Page 1 of 147 The City requires its Service Providers to comply with the City’s policy for equal employment opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to all third-party Service Providers and their subcontractors at every tier. Public Viewing Copy: The City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to public disclosure by the City pursuant to CORA and City ordinances. Service Providers may submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of the proposal, the Service Provider may redact text and/or data that it deems confidential or proprietary pursuant to CORA. Such statement does not necessarily exempt such documentation from public disclosure if required by CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally, under CORA trade secrets, confidential commercial and financial data information is not required to be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. All provisions of any contract resulting from this request for proposal will be public information. New Service Providers: The City requires new Service Providers receiving awards from the City to fill out and submit an IRS form W-9 and to register for Direct Deposit (Electronic) payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. Please do not submit with your proposal. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or Sham Proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow other state and local governmental agencies, political subdivisions, and/or school districts to utilize the resulting award under all terms and conditions specified and upon agreement by all parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in the current term or in any future terms. Sincerely, Gerry Paul Purchasing Director RFP 9136 Bus Shelter Advertising & Maintenance Page 2 of 147 I. BACKGROUND & OBJECTIVE / OVERVIEW A. Objective The City of Fort Collins is requesting proposals from qualified Service Providers to assemble and install new bus shelters and to provide advertising and maintenance services for new and existing bus shelters throughout the City. B. Overview / Background The City of Fort Collins, Transfort, has over 430 bus shelters and benches (the “Existing Shelters”). The City will be purchasing approximately 50 new shelters (the “New Shelters”) in 2020-2021 and additional shelters, numbers to be determined, in following years. Each New Shelter will be equipped with a bench seat, advertising kiosk, solar lighting, and may have trash and recycling receptacles and bike racks (the “Amenities”) as described herein. The scope for this Request for Proposals includes the assembly, installation, advertising and maintenance of these New Shelters and Amenities as well as the advertising and maintenance of five (5) City owned shelters and one (1) bench on the Lincoln Corridor (the “Lincoln Shelters”). In an effort to provide shelter and Amenities for transit passengers, the City requests proposals from qualified firms to provide all aspects of a transit shelter/bench advertising program (the “Advertising Program”) and bus stop Amenities. The initial scope of the Advertising Program, installation and maintenance will encompass the New Shelters and the Lincoln Shelters. The City desires a turnkey operation of services to include assembly, installation and maintenance of the New Shelters and Amenities, and sales and administration of the transit shelters/benches with advertising in this limited public forum. The Service Provider will be responsible for all costs related to the assembly, installation, operation and maintenance of the New Shelters and Amenities as well as all costs incurred in marketing and administration of the program (installation and maintenance of advertisements and transit system maps, transit advertising, and bus schedules as needed). The City of Fort Collins, Transfort currently operates 32 local transit routes. The routes and span of service hours can be viewed at www.ridetransfort.com. There are currently over 430 bus stops in the Transfort system with a long range Transfort Strategic Operating Plan to expand service throughout the City and region. C. Bus Stop Advertising Transfort, like many transit agencies across the nation, utilizes advertising to provide revenue and maintenance of the bus shelters and Amenities. Transfort contracts this service with an advertising Service Provider, allowing them to advertise at Transfort bus stops. In return, Transfort benefits from a portion of the advertising revenue, as well as the Service Provider’s maintenance of bus stops (including snow removal) and the Service Provider’s installation of the New Shelters and Amenities at designated locations within public ROW. RFP 9136 Bus Shelter Advertising & Maintenance Page 3 of 147 II. SCOPE OF PROPOSAL A. Scope of Work The City is currently contracted with a Service Provider for bus shelter/bench advertising services for a period of performance ending December 31, 2021. Upon expiration of the existing agreement, effective January 1, 2022 the scope of services under the new agreement with the firm selected under this RFP will be amended to add the Existing Shelters and Amenities. The new Service Provider will provide a turnkey solution for all Existing and needed shelters and Amenities that are not covered by the current Service Provider or were purchased directly by Transfort, as well as future enhancements to the bus stop program. Section VII, Attachments, provides detailed information regarding current and future Amenities, and associated service expectations. Specifically, Attachment C denotes the current needed Amenities and Attachment D denotes anticipated future enhancements over the next five years. All Transfort shelters and benches are described in Attachment A. After the conclusion of the current Service Provider’s contract term, ending on December 31, 2021, the new Service Provider will assume upgrades, maintenance, repairs, advertising and all other requirements of this scope for the Existing Shelters and Amenities that the current Service Provider is servicing. The locations to be assumed on January 1, 2022 will be considered City purchased bus stops for the purposes of the Minimum Annual Guarantee, as described in Section III, paragraph G. All Existing Shelters and Amenities maintained by the current Service Provider will be the property of the City after December 31, 2021. Within the first thirty (30) days of the execution of the Agreement, the Service Provider must maintain a computerized inventory system of the Amenity program for the New Shelters and Lincoln Shelters. The system must have database, mapping and graphic information for recording the stop number, unique unit or serial number of all shelters and Amenities, location, type, design and features of all installed units and the location, features and status of units, including the date that each unique shelter and Amenity was placed at the stop. The database must hold historical records of all of the dates and locations of each shelter and Amenity placement to track the life of the shelter and Amenity in the event that the shelter’s and/or Amenity’s location changes. The database shall be updated in real-time or within two (2) business days of the work. Upon termination of the Agreement for any reason, the system and data shall become the property of the City without compensation to the Service Provider. The Service Provider must respond to service requests from Transfort within 24 hours. Service Requests are generated through Transfort’s Enterprise Asset Management Software System (EAM). Service Requests will be delivered to the Service Provider via email and the Service Provider must follow the standard operating procedure in EAM through the lifecycle of the request. The Standard Operating Procedure is detailed in Attachment E. 1. Definitions a. Amenities • “Shelters” are defined as a covered structure at a bus stop providing protection against the weather for people waiting for a bus. Shelters include a bench, trash & recycling receptacle, bus stop sign, and possibly a bike rack. RFP 9136 Bus Shelter Advertising & Maintenance Page 4 of 147 • “Benches” a stand-alone bench as the primary feature which does not include a shelter; shelter benches within the shelter generally contoured benches with countered back. • “Advertising Kiosk” shall be comprised of ad kiosk with up to two (2) side- hinged display doors, both facing direction of traffic flow, at a “V” angle up to 45°. • “Lighting” shelters will have solar panels for lighting; some stops without shelters will have pole lights • “Trash and recycling receptacles” are at most stops; dependent on Stop type, metal receptacles shall be pole mounted or stand-alone. • “Bicycle Racks” at all Bench and Shelter stops. The preferred metal bike rack style is a simple hitching post or inverted U. 2. Existing Bus Stops/Future Bus Stops Throughout the term of the Agreement, the City will evaluate the system to determine which locations are in need of a new stop, upgraded stop or decommissioning of a stop. Section 2.3 of Attachment F (Transfort Bus Stop Design Standards & Guidelines) describes the process for bus stop installations and upgrades. Attachment C denotes current Amenity needs, stops and locations. Attachment D denotes anticipated future Amenity needs but is subject to change throughout the term of the Agreement. Attachment A denotes locations with Transfort-owned Shelters and Amenities. 3. Term The initial term of this Agreement shall be for five years, TBD 2020 through TBD 2025, with an option to extend up to an additional five (5) years subject to City Council approval. This Agreement will terminate immediately and absolutely at such time as appropriated and otherwise unobligated funds are no longer available to satisfy the obligations of Shelters and Amenities owned by the City and maintenance thereof. 4. Assembly and Installation The Service Provider will be responsible for all assembly and assembly costs associated with the New Shelters and Amenities and to the maximum extent practical must perform the assembly at the Service Provider’s location. The Service Provider must assemble the New Shelters and Amenities per the manufacturer’s specifications. After the installation is complete the Service Provider must take a digital photo of the completed work and provide to the City Representative to upload into Transfort’s Enterprise Asset Management System (EAM). The Service Provider will be responsible for all construction, delivery, storage, and installation costs, including obtaining all applicable permits, materials, labor, and providing conduit for electric and data lines. The Service Provider will work with involved parties, including but not limited to the Shelter manufacturer to determine a mutually-agreeable schedule for delivery and installation. The City or Transfort’s Representative will authorize the Service Provider to proceed with installation through a Service Request in EAM. RFP 9136 Bus Shelter Advertising & Maintenance Page 5 of 147 The Service Provider shall install all Shelters and Amenities in accordance with industry standards and workmanlike* manner, in compliance with all applicable codes and regulations. These shall include, but are not limited to, local zoning code, local building and electrical codes, local regulations, and the ADA. If the sidewalk is blocked due to installation, then the Service Provider will be responsible for notifying pedestrians with signage at each end of the block. *Trades - Quality workmanship, provided by skilled and qualified tradesmen, shall be employed for all items of the work. Licensed electricians shall complete all electrical work. Installation Details – Service Provider is responsible for developing installation details that ensure the safe and secure operation of the Shelters and Amenities per the manufacturer’s specifications, requirements, and guidelines. 5. Assembly and Install Schedule The Service Provider will have access to the sites where installations are required. Service Provider is allowed access to the sites to perform all work, Monday through Friday, between the hours of 7:00 a.m. and 5:00 p.m. The Service Provider must submit a proposed schedule for assembly and installation of the Shelters for each order placed, within one (1) week after the delivery of each New Shelter ordered from the manufacturer. Quantity of Shelters per delivery will be dependent upon Service Provider’s capacity for Shelter storage and installation timeframe. The Service Providers should detail storage capacity for the Shelters and Amenities in their proposal. Locations for Shelters and Amenity types and installations are described in Attachment C. Service Provider shall plan their schedule according to the anticipated delivery date, as coordinated with the Shelter manufacturer and the City. The project schedule shall include, permitting, delivery of critical equipment and materials, assembly, delivery, installation, coordination with Transfort Operations, on-site inspections by City Personnel and final acceptance. If work falls behind the approved schedule, Service Provider must take such action as necessary to bring the project back on schedule, without additional cost to the City. Service Provider shall always coordinate and communicate its work progress with the City’s Representative. Subcontractors approved by the City, shall conduct their business with and through the Service Provider at all times. Meetings will be held between the City’s Representative and the Service Provider as needed. 6. Maintenance Effective immediately upon commencement of the Agreement and throughout the Agreement term, the Service Provider will be responsible for the maintenance and operation of the Lincoln Shelters outlined in Attachment C (Current Needs) as well as New Shelters as they are installed. This responsibility includes the Shelters and Amenities, the concrete fronting or under the Shelter, and all premises within five (5) feet of the perimeter edge of the Shelter or Amenities. All electrical work to be performed in connection with the installation, operation, maintenance, repair, removal, or deactivation of the Shelters must be performed by a licensed electrician. RFP 9136 Bus Shelter Advertising & Maintenance Page 6 of 147 Maintenance of all Shelters, Amenities and the area surrounding them shall be the sole responsibility of the Service Provider. For that purpose, a maintenance and operations plan must be submitted as part of the Service Provider’s response to the RFP. Service Providers must indicate their plan for inspection and repair, which must include description of their plan for examination, repair, or replacement of Shelter components. Service Provider shall pay all costs for the maintenance program, including but not limited to materials, parts, supplies, labor, transportation, equipment, tools, services and shall obtain and supervise all employees or subcontractors employed or engaged in the program. At a minimum, the following routine maintenance and operations services shall be provided: a) Remove trash, recycling and debris from the Shelter or Bench, and the surrounding area and sidewalks at least twice weekly. City may designate certain Shelters or Benches in high traffic areas for more frequent servicing and Maintenance Plan must make provision for this. b) Conduct a thorough inspection of each Shelter or Bench at least once every month. The City may, at its option, assign staff to accompany Service Provider on these periodic inspections. Determine what structural repair work is necessary and also include replacement of non-functioning lamps, any damage, wear or tear, corrosion and faded/damaged decals. Repair work must be completed within 72 hours. c) Clean and wash all Shelter or Bench surfaces (including roof, frame, mesh, advertising panels and other display panels), base pad and sidewalks under and around the Shelter or Bench, at least every two months. City may designate certain Shelters or Benches in high traffic areas for more frequent servicing and Maintenance Plan must make provision for this. d) Ice melt or similar noncorrosive product shall be applied to base pads, sidewalks and surrounding area based on direction from the Transfort Representative, but must not be placed on metal or in piles. A pile is defined as any cluster of ice melt that is larger than 2 inches in diameter. The City prefers Calcium Chloride Free ice-melt. Magnesium chloride is acceptable but should only be used when colder than 20 degrees Fahrenheit. e) Remove any reported graffiti within 24 hours of notification or observation. f) Maintain weed control with environmental considerations and City approved products, minor maintenance to the grounds to keep area clear of weeds and well-kept. i. Extreme care shall be used when applying herbicides so as not to damage desirable plants or the health of other humans or animals. City of Fort Collins, Parks Department needs to be notified of any herbicide application planned near trees and other woody plants. ii. The use of pesticides or fertilizations shall be noted as to date, time, area and material used. iii. Any planned use of chemicals must be provided in a list and submitted to the City before pre-approved (such as snow melt, weed killer, etc.). RFP 9136 Bus Shelter Advertising & Maintenance Page 7 of 147 7. Snow & Ice Removal Snow and ice removal must be proactive and ongoing throughout a snowstorm event to ensure that bus stops are safe and clear at all times. Complete snow and ice removal must be completed within twelve hours of a snow event. A three (3) foot access path for wheelchairs shall be cleared, and ice melt or similar noncorrosive product shall be applied as required to prevent slippery conditions. Service Provider shall pay all costs of snow and ice removal including but not limited to materials, supplies, labor, transportation, equipment, tools, services and shall obtain and supervise all employees or subcontractors employed or engaged in the program. The Work consists of furnishing any equipment and labor deemed necessary, on call to proactively (prior to snowfall event) and reactively (after snowfall event) remove snow and ice hazards from bus stops examples identified in Attachment G that will extend to all Transfort stops as of January 1, 2022. Attachment G identifies locations of identified stops for 2020 and 2021 and detailed maps of the required snow removal areas for locations. Attachment A and A1 identify all Existing Shelter locations (subject to change), that will be covered as of January 1, 2022. Suggested equipment: • Small tractor with 5’ plow • Small tractor with 4’ broom (2’-3’ diameter) • ATV with 3’ to 4’ V-blade • Walker Mower with 3’ to 4’ blade • Hand Snow Removal Labor • Walk-Behind Snow Blower (45 hp) • Ice Melt Clearing of snow shall occur 24 hours per day, 7 days per week where snow has/is falling and that there is at least minimal or trace accumulation on the specified areas to be cleared. The Service Provider is responsible for monitoring snow progress, proactively placing ice melt or similar noncorrosive product, deicer, or equivalent and initiating snow removal. The City prefers Calcium Chloride Free ice- melt. Magnesium chloride is acceptable but should only be used when colder than 20 degrees Fahrenheit and it should not be left in piles that are larger than 2 inches in diameter. The “Recommendations and Priorities” section below describes the location, crew size recommended, equipment needed and the deadline by which snow must be removed, as well as a priority ranking in the event that the timing of the snowfall event makes the deadline unreasonable. The “Recommendations and Priorities” chart should be used for reactive snow removal and does not include equipment or manpower recommendations for proactive magnesium chloride placement. a) The Service Provider will be required to schedule meetings with Transfort’s Representative(s) before the first snowfall to determine where snow will be placed when plowed. The Service Provider is required to meet with the Transfort’s Representative as requested throughout the Agreement period to discuss changes, issues and/or status updates. RFP 9136 Bus Shelter Advertising & Maintenance Page 8 of 147 b) Transfort’s Representative will identify prioritization based on high ridership of bus stops, size and type of storm. Due to snowplows, Service Provider may start in on secondary (residential) bus stops and then move to arterial bus stops, with the focus remaining on high ridership locations. c) The Service Provider must ensure a clear opening to the sidewalk from the bus stop, snow shall be moved to the greenbelt or grass area when able. The Service Provider must haul amounts of snow buildup from any site to various dump sites located around the City, as directed by Transfort’s Representative. d) In the event that the Service Provider fails to clear snow by the removal deadline, or the snow is not sufficiently removed, Transfort reserves the right to either remove the snow themselves or hire an external vendor to remove the snow. Transfort may bill the Service Provider for the cost of the vendor snow removal plus a 10% administrative fee. In the event that Transfort staff removes the snow, a charge of $30 per hour per Transfort employee responsible for snow removal will be charged to the Service Provider. e) All operators must be qualified to operate the equipment. Any person assigned by the Service Provider, who operates a commercial motor vehicle, as defined in §382.107, in intrastate or interstate commerce and is subject to the commercial driver's license requirement of 49 CFR part 383 must be included in an alcohol and controlled substances testing program under the Federal Highway Administration's rule. Documentation of proof must be submitted after award, but prior to execution of the Agreement. f) All equipment must comply with all DOT, CDL, and any other local/State/Federal requirements. Trucks must be equipped with an effective load covering tarp if required by Transfort’s Representative. g) All Work shall be done in a professional, SAFE, courteous and efficient manner. The driver or operator shall exercise the utmost courtesy to other drivers and pedestrians. The City reserves the right to terminate the Agreement with the Service Provider for not performing in a professional, SAFE, courteous and efficient manner. h) The City shall not be responsible for any equipment failures, damage to equipment, or maintenance required on the equipment. The Service Provider is responsible for all fuel required. Inoperable equipment is not an acceptable reason for failing to perform the Work and/or meet the performance requirements stated in the Agreement. The Service Provider shall ensure that they have enough extra equipment to cover the scope of work in the event of faulty equipment. i) Any damage caused by the Service Provider's equipment or driver shall be the sole responsibility of the Service Provider. The Service Provider shall indemnify and hold harmless the City for any damage done by the Service Provider's equipment or driver to any member of the public, private property, and any part of the right-of-way. j) At no time whatsoever shall the Service Provider’s employees and/or subcontractors be considered or become a City employee. RFP 9136 Bus Shelter Advertising & Maintenance Page 9 of 147 Recommendations and Priorities This chart describes the locations, recommended crew size, recommended equipment needed, snow removal deadlines and a priority ranking in the event that the amount of the snowfall makes the stated deadline unreasonable. The priority is based on the stop location by route as identified below and in the attached maps. A list of current stop number by Route are provided below, stop numbers may change depending on Shelter install priority. December 31,2021 all stops with Existing Shelters and Benches will be identified to be maintained. Prioritization Zone 0-3" snowfall 3-6" snowfall 6-9" snowfall 9+" snowfall 1 = Yellow 16 hours 24 hours 32 hours 40 hours 2 = Green 24 hours 32 hours 40 hours 48 hours 3 = Blue 32 hours 40 hours 48 hours 56 hours Route Stop # 31 529 3 550 237 239 137 32 552 554 92 Horn 817 1143 1590 2 543 544 8 159 365 366 1462 81 1429 1430 1431 1470 634 18 157 1292 1306 14 1599 1662 951 968 969 1367 1663 1664 9 19 1404 1631 7 234 324 617 1328 1484 1571 813 10 11 5 1368 16 1279 1281 1424 1427 1460 1651 6 307 1483 Flex 1105 1106 Gold 208 33 12 1650 RFP 9136 Bus Shelter Advertising & Maintenance Page 10 of 147 Amenity Crew Size Recommended Equipment Recommended Bus Pads 2 employees Hand shovel, de-icing, snow blower Connecting sidewalks 2 employees Skid steer or equivalent; hand shovel, snow blower 8. Maintenance and Operations Records The Service Provider shall record all maintenance and operations records, including inspections, preventive maintenance, routine cleaning, and repair tasks performed at each Shelter and Bench in the computerized inventory system of the Shelter/Bench program as referenced in Section I. The nature of the task shall be recorded, along with the date and time that each task was completed and the person responsible for completing the task. Additionally, the Service Provider must follow the standard operating procedure in EAM through the lifecycle of any service request. The Service Provider must provide records and reports within five business days of written request of the City. 9. Removal/Relocation During the term of the Agreement, the City may, at its sole discretion, direct the Service Provider to remove, replace, and relocate Shelters, Benches and Amenities as necessary to accommodate changing needs or to address unforeseen issues. The Service Provider, at the request of the City, shall be required to remove Shelters and Benches that interfere with the construction, maintenance, or repairs of public utilities, public works or public improvements, or which the City otherwise deems to be inappropriate at a particular location within two weeks of notice to remove/relocate the Shelter, Bench, or Amenity. At the request of the City, Shelters, Benches, and Amenities so removed shall be reinstalled when construction, maintenance, or repairs are completed, or they will be relocated to sites approved by the City. The City reserves the right to permanently decommission bus stops as they see fit and the Service Provider must remove and properly dispose of all requested Shelters, Benches and Amenities at the City’s request. All such removals, replacements, and/or relocations shall be accomplished at the sole expense of the Service Provider. In some cases, New Shelters will replace Existing Shelters or Benches. Service Provider is responsible for the removal of base pad and electrical connections along with removal of the Shelter or Bench unit at its sole expense. Service Provider is responsible for fully relocating Existing Shelters and/or Benches and all Amenities to new locations agreed upon by the City. Service Provider is further responsible for the installation of the Shelters, Benches and Amenities at those sites. a) Repairs Damaged parts or components that have weathered, corroded or which have become degraded because of wear and tear, and replacement of non- functioning lamps or solar panels, and faded/damaged decals, shall be repaired or replaced within 48 hours of inspection by the Service Provider or notification via customer complaints, upon official determination by the City. All replacement RFP 9136 Bus Shelter Advertising & Maintenance Page 11 of 147 parts shall be the same type, style, quality, material, and color as the parts used during the initial fabrication of the Shelters or Benches. Proposals should confirm that Service Provider agrees to maintain an adequate inventory of spare parts and support materials in stock to meet all maintenance and repair requirements of the program. During the term of the Agreement, all obsolete or unused Shelters/Benches, Amenities and parts will be stored at the expense of the Service Provider. Service Providers should indicate how they will address the need for emergency crew dispatch to manage or secure hazardous or unsafe conditions as in the case of Shelters struck by motor vehicles, subjected to wind damage, etc. as necessary to protect the public safety, health and welfare. Structurally or electrically unsafe units, components, base pads, and/or sidewalks shall be cordoned off and designated with “Out of Service” signage within four (4) hours of discovery and removed or repaired within 12 hours of discovery. Temporary closing of a stop as a result of repair work must be entered into EAM as a service request. If Service Provider is unable to respond to the emergency in the specified timeframes, the City reserves the right to undertake the closures, removals and/or repairs and obtain reimbursement from the Service Provider with a 20% administrative fee; the City is solely responsible for determining what actions to undertake on an emergency basis in such instances. Service Provider will provide the City with a 24-hour emergency contact number for the purpose of notifying Service Provider of emergency maintenance issues. Service Provider will notify the City immediately of any emergency issues reported to Service Provider via the Service Provider telephone contact number provided on the Shelter or Bench. Service Provider will maintain records of all complaints reported, and including actions taken to resolve issue, and response to citizen by Service Provider. The records shall include dates of complaint, actions taken, and units involved. The Service Provider will provide this log to the City within 15 days following the end of each month. b) Advertisements The Service Provider shall operate the advertising franchise in accordance with professional standards and subject to the terms and conditions of this RFP. The Service Provider shall use its best efforts to solicit and sell all available advertising space on the Shelter and Bench program with the recognition that this is a limited, not open, public forum. Service Provider shall be responsible for selling advertising space, fabricating the advertisements, receiving payments from advertisers (and distributing payments to the City on the agreed-upon schedule), attaching advertisements to Shelters and Benches, maintaining advertisements on Shelters and Benches and removing advertisements from Shelters and Benches. Maintaining a clean and well-kept environment for Transfort’s customers, the public and staff is of paramount importance to the City. The Service Provider must permit the use of unsold space for the purpose of promoting the City of Fort Collins, Transfort advertising franchise; the City will not grant the Service Provider any other use of unsold space without compensation to the City without RFP 9136 Bus Shelter Advertising & Maintenance Page 12 of 147 the express written permission of the City. The City requires that no advertising space be left empty for long durations of time. All advertising production and installation shall be professional and precise. The successful Service Provider shall maintain all displayed advertising to ensure its neat appearance and promptly remove all advertising that is defective, worn or otherwise unsightly in appearance. Transfort reserves the right to require the successful Service Provider to promptly remove, at the Service Provider’s own expense, any advertising, which, in the opinion of the City, is unsightly in appearance. The successful Service Provider further agrees to remove worn and/or defective advertising no later than three days (72 hours) following the date the issue is identified or the City directs removal. The Service Provider should explain its procedure for removing dated materials at the end of a contract term. The City requires that all dated materials be removed within ten (10) days of the end of a contract. All removed materials shall be disposed of properly. The Service Provider shall include in the monthly and/or quarterly reports the status of removal of expired or obsolescent ads. The City must not be held liable for any copyright infringement or liabilities from advertisements placed and/or created by the Service Provider or any third party. The City retains the right to use pictures of Shelters and Benches (with or without advertisements) to promote itself and/or the Shelter/Bench program or transit service without obtaining prior permission from Service Provider and/or any third party, and without additional expense/charge. The Service Provider shall submit as part of its proposal a detailed Sales Plan that describes the sales strategies of its organization. The plan shall include sales strategies that the Service Provider will employ to sell advertising with the goal of achieving the maximum utilization of all space available for sale. The Service Provider, in its proposal, will identify staff responsible for regional and local sales and the offices where these individuals will be located. A Sales Manager shall be named in the proposal and that candidate’s resume will be provided to the City for its review. At no time will the City allow for its advertising space to be subdivided or resold by any parties other than the Service Provider and its designated sales agents, without the express written consent of the City. No audio advertising will be permitted on Shelters or Benches. Service Provider acknowledges and agrees that advertising is not permitted at all bus stops within Transfort’s network. In single family residential areas, for example, advertising is limited to side-yards currently locations listed in Exhibit D. In addition, certain areas may not be appropriate for advertising, such as historically significant sites. In such cases, Transfort has a limited number of non- advertising bus stop Benches and Shelters that can be used if advertising is deemed to be incompatible with the character of the area. Service Provider shall abide by all state, federal and local laws and the City’s Transfort Advertising Policy, noted below. Strict adherence to the City’s Transfort Advertising Policy is a material requirement of this Agreement. Failure to adhere to the City’s Transfort Advertising Policy is a material breach of the Agreement. RFP 9136 Bus Shelter Advertising & Maintenance Page 13 of 147 10. City of Fort Collins Transfort Advertising Policy The City shall retain the right to reject any proposed advertising or order the removal of the content in its limited public forum whenever the City, in its sole discretion determines the proposed advertisement is not in compliance with City advertising policy. The City reserves right to have any preauthorized and installed advertisements discontinued and removed by the Service Provider within 24 hours of notification. In prohibiting specific advertising content, as set forth more fully below, Transfort seeks to maintain a professional advertising environment that will maximize advertising revenue and minimize interference with or disruption to its transit system. Transfort desires to maintain a safe environment for its transit customers and to maintain and to build ridership. All advertising displayed on bus Shelters and Benches shall be limited to that which proposes a commercial transaction. All advertisements must be approved by the City in writing before production or placement of the advertisement on a Bench or Shelter. Advertising hereunder may not include or constitute the following: Advertisements that 1) cause public criticism; 2) generate three or more documented complaints to the City of offensiveness by transit riders or members of the public; or 3) are deemed to be objectionable by the City or Transfort’s Representative, shall be removed within 24 hours by the Service Provider upon the receipt of formal verbal or written notice. The objectionable advertisement shall be removed at no expense to the City. It is Transfort’s intent to ensure that permitted advertising does not include obscene, false, misleading, or defamatory advertisements; advertisements which violate copyrights or trademarks; advertisements that promote unsafe or violent behavior; or which may be adverse to the safety or reliability of the Transfort system or its passengers and personnel will be permitted. To further those goals the following specific restrictions on advertising content apply to advertising: PROHIBITED PRODUCTS, SERVICES OR ACTIVITIES: Any advertising that promotes or depicts the sale, rental, or use of or participation in the following products or services or activities or that uses brand names, trademarks, slogans or other material that are identifiable with such products or activities. No display of noncommercial advertising, or the following types of commercial advertising: • Biased Ads: Advertising that conveys a political or other non-commercial message; • Adverse products: Advertising of alcohol or tobacco products; • Illegal Activities or Services: Advertising that promotes illegal activities or transactions; • False or Misleading: Any material that is misleading or deceptive, or that constitutes a public nuisance or that the sponsor reasonably should have known is false, fraudulent, or would constitute a tort of defamation, or invasion of privacy; RFP 9136 Bus Shelter Advertising & Maintenance Page 14 of 147 • Sexual or Violent Services: Advertising of products that primarily relate to sexual or violent activities or practices, or advertising of any product of service in a manner that is sexually suggestive or that displays or suggest violence or is inappropriate for minors; • Illegal Activity: Advertising that promotes an activity or product that is illegal under federal, state or local law; • Adult Only: Advertising of products available to adults only by law; • Profanity and Violence: Advertising that contains any profane language, or portrays images or descriptions of graphic violence, including dead, mutilated or disfigured human beings or animals, the act of killing, mutilating, or disfiguring human beings or animals, or intentional infliction of pain or violent action towards or upon a human being or animal; • Residential: No advertising in residential areas • All other: Any advertising reasonably determined to be inconsistent with the above stated objectives of the advertising program and consistent with the City’s Vision, Mission, & Values, which can be found online at https://www.fcgov.com/citymanager/vmv. • City Sign Code: Advertising that is not in compliance with City sign code (found online at https://www.fcgov.com/planning/sign-code-update) at any time, as the same may be modified or supplemented by the City Council or City. All advertising content, design, size, and colors must be approved by Transfort’s Representative in writing prior to being displayed on any bus Benches and bus Shelters. 11. Record Keeping The Service Provider shall keep full and accurate records, rendering monthly reports to the City as of the last business day of each month. This monthly report shall include, at a minimum, the total gross monthly billings submitted by the Service Provider. All operating expenses and other costs shall be paid exclusively by the Service Provider The Service Provider shall submit these reports to the City no later than the 15th day of each month following the month of service. The Service Provider shall create and maintain adequate financial records, in accordance with generally accepted accounting practices, of its revenues with respect to this Shelter and Bench franchise Advertising Program. The City shall have the right to audit the records of the Service Provider upon reasonable prior written notice. The Service Provider shall make available all sales records and posting information required to perform such an audit. 12. Transfort’s Ad Rights The Service Provider must produce and install, at their expense, 5% of Shelter faces and 10% of the Bench advertisement for City use, in its discretion, for advertising and public announcements of the City’s sole choice, at no cost to the City for up to four changes per Bench and Shelter face per year. The City reserves the right to RFP 9136 Bus Shelter Advertising & Maintenance Page 15 of 147 choose the Shelter and Bench locations for its advertisements. 13. Liquidated Damages Liquidated Damages shall be assessed related to Service Provider’s failure to perform such installation, repair or maintenance to the schedule required by the Agreement, and to the satisfaction of the City. Failure to perform shall be determined solely by the City based upon Service Provider’s performance in providing required installation, maintenance, repair, trash/recycle/debris removal, or cleaning within the time limit specified. The schedule of liquidated damages is stated below and will be assessed by location as follows: • Failure to perform trash or debris removal on required twice weekly schedule, or more frequent servicing schedule if designated by City for certain Shelters or Benches in high traffic areas: − $50 first incident − $100 each incident thereafter • Failure to perform inspections on required monthly schedule and complete non- emergency repair deficiencies within 72 hours of discovery or notification via customer complaints or by City: − $50 first incident − $100 each incident thereafter • Failure to install or remove a Shelter, Bench, trash receptacle, recycling receptacle, bike rack, (known herein as Amenity) within two weeks of written notice as set forth in Section 9. − $50 first incident − $100 each 10 days that the Amenity is not installed or removed after the initial 90 day period • Failure to perform cleaning services on required two (2) month schedule or notification via customer complaints or by City: − $50 first incident − $100 each incident thereafter • Failure to perform snow and ice services as required by Section 7 and within specified times: − $50 first incident − $100 each incident thereafter • Failure to perform emergency services as required by Section 9 a and within specified times: − $50 first incident − $100 each incident thereafter − Failure to provide required data or reports within a specified time: − $50 first incident RFP 9136 Bus Shelter Advertising & Maintenance Page 16 of 147 − $100 each incident thereafter Repeated failure to perform such maintenance to the satisfaction of the City may be deemed a default in performance by the Service Provider and grounds for cancellation of all or any portion of the Agreement. The City maintains the right to inspect Shelters, Benches and Amenities and to direct the Service Provider’s compliance with installation, maintenance, operational and repair requirements. B. Anticipated Schedule The following represents the City’s target schedule for the RFP. The City reserves the right to amend the target schedule at any time. • RFP issuance: July 9, 2020 • Question deadline: 5:00 PM MST on July 24, 2020 • Proposal due date: 3:00 MST (our clock) on August 7, 2020 • Interviews (tentative): Week of August 24, 2020 • Award of Agreement (tentative): September 2020 C. Interviews In addition to submitting a written proposal, the top-rated Service Providers may be interviewed by the RFP assessment team and asked to participate in an oral presentation to provide an overview of the company, approach to the project and to address questions. The evaluation criteria for the oral interviews will be the same as the criteria for the written evaluations and is included in Section IV. D. Subcontractors Service Providers will be responsible for identifying any subcontractors in their proposal. Please note that the City will contract solely with the awarded Service Provider; therefore subcontractors will be the responsibility of the Service Provider. E. Proposal Format Please limit the total length of your proposal to a maximum of fifty (50) double sided or one hundred (100) single sided 8 ½ x 11” pages (excluding cover pages, table of contents, dividers and Service Provider Statement form). Font shall be a minimum of 10 Arial and margins are limited to no less than .5” for sides and top/bottom. Extended page sizes, such as 11” x 17”, count as a single page. Please, no embedded documents. Proposals that do not conform to these requirements may be rejected. F. Fees, Licenses, Permits The successful Service Provider shall be responsible for obtaining any necessary licenses, fees or permits without additional expense to the City. All equipment shall be properly licensed and insured, carry the appropriate permits and be placarded as required by law. G. Laws and Regulations The Service Provider agrees to comply fully with all applicable local, State of Colorado and Federal laws and regulations and municipal ordinances. RFP 9136 Bus Shelter Advertising & Maintenance Page 17 of 147 H. Invoicing and Payment Invoices should be emailed monthly to invoices@fcgov.com with a copy to the Project Manager. The cost of the work completed shall be paid to the Service Provider each month following the submittal of a correct invoice by the Service Provider indicating the project name, Purchase Order number, task description, hours worked, personnel/work type category, hourly rate for each employee/work type category, date of the work performed specific to the task, percentage of that work that has been completed by task, 3rd party supporting documentation with the same detail and a brief progress report. Payments will be made using the prices listed on the agreed-to Price Schedule. In the event a service is requested which is not listed on the Price Schedule, the Service Provider and the City will negotiate an appropriate unit price for the service prior to Service Provider initiating such work. The City pays invoices on Net 30 terms. III. PROPOSAL SUBMITTAL For this section, Service Providers are required to provide detailed written responses to the following items in the order outlined below. The responses shall be considered technical offers of what Service Providers propose to provide and shall be incorporated in the Agreement award as deemed appropriate by the City. A proposal that does not include all the information required may be deemed non-responsive and subject to rejection. Responses must include all the items in the order listed below. It is suggested that the Service Providers include each of the City’s questions with their response immediately following the question. The City of Fort Collins shall not reimburse any firm for costs incurred in the preparation and presentation of their proposal. A. Cover Letter / Executive Summary The Executive Summary should highlight the content of the proposal and features of the program offered, including a general description of the program and any unique aspects or benefits provided by your firm. Indicate your availability to participate in the interviews/demonstrations on the proposed dates as stated in the Schedule section. B. Service Provider Information 1. Describe the Service Provider’s business and background 2. Number of years in the business 3. Details about ownership 4. An overview of services offered and qualifications 5. Size of the firm 6. Location(s) of offices. If multiple, please identify which will be the primary for our account. 7. Primary contact information for the company including contact name(s) and title(s), mailing address(s), phone number(s), and email address(s). Complete Section V, Service Provider Statement. RFP 9136 Bus Shelter Advertising & Maintenance Page 18 of 147 C. Capability & Qualifications Service Providers shall include a description of the qualifications and experience of the firm in operating similar bus shelter and bench franchise advertising programs. Each proposal must include a detailed narrative setting forth the background, experience, and qualifications of the firm(s) and the principals of the firm(s), including a list of previous completed and ongoing work that is similar or related to that described in the Scope of Services required pursuant to this RFP. Such information should identify the agencies, counties or municipalities where such services are or have been provided and should also describe in detail the scope and value of relevant current and past contracts, licenses, franchises, and any other agreement. In addition, the Service Provider shall include information in forms such as photographs to demonstrate its existing structures in operation in other agencies, counties or municipalities. Service Providers must provide three (3) client references where work of a similar size and scope has been completed and/or ongoing. The primary means of contact will be made by email with potential phone follow-up; it is the Service Providers responsibility to fully complete Section VI - Experience & References and ensure accuracy of the contact information. Service Providers shall also provide thorough answers to the following list of questions. The responses to these questions will be included in the City’s evaluation of the Service Provider. In addition, the responses to the questions may be incorporated into and made a part of the Agreement. In your proposal, please restate the question followed by your response. 1. Please describe your knowledge of and experience in the Northern Colorado Media Market. 2. Describe the performance standards your firm has established for its franchise advertising contracts. In particular how does your firm raise the value of its client’s transit advertising franchises? 3. Has your firm ever failed to complete a contract that was awarded to you? Has your firm ever defaulted or been terminated from a contract? 4. List other contracts awarded to your firm where services were similar in scope, size or discipline. Describe similarities and differences of each of these services compared to the service contained in this RFP. 5. Does your firm have established relationships with advertisers in the Northern Colorado market? 6. Describe the effort that your firm puts forth in ensuring compliance with allowed advertisements? D. Assigned Personnel This section shall include, but is not limited to, a listing of all required personnel and qualifications for each key position. A Project Manager must be designated and identified, and a detailed resume must be submitted; resumes of other key personnel should also be provided. The percentage of the Project Manager's time dedicated to this project should be included, along with the dedicated time of other key personnel. If personnel must be shared with other projects, indicate how much time will be devoted to other RFP 9136 Bus Shelter Advertising & Maintenance Page 19 of 147 projects. If subcontractors are to be used, describe the arrangement as well as their role in the project. This section shall include an organization chart detailing the name, title, firm and responsibility of key personnel assigned to the project. Service Providers shall provide thorough answers to the following list of questions. The responses to these questions will be included in the City’s evaluation of the Service Provider. In addition, the responses to the questions may be incorporated into and made a part of the Agreement. In your proposal, please restate the question followed by your response. 1. Who will be the Project Manager for this project? Explain this person's background, experience and include a resume. 2. Describe the tasks to be assigned to the Project Manager of this project and the percentage of time that will be devoted to these tasks. 3. Describe the tasks to be assigned to other staff assigned this project and the percentage of time that will be dedicated to these tasks. 4. Provide an organizational chart for your firm that depicts how your corporate staff will support and interact with the local project staff. 5. How does your firm intend to install and maintain Shelters, Benches and Amenities? Does the firm plan to produce and install advertising-using its own personnel or subcontract these tasks? 6. If the Service Provider proposes to use subcontractors to provide any of the services, identify the services to be provided and include the name, address and telephone number of each subcontractor proposed to be involved in project. A List of Subcontractors form is included as part of this RFP response. E. Operating Methodology The proposal shall include a detailed work plan that responds to itemized requirements referenced in the Scope of Work. The work plan shall include the business plan (including installation, operations and maintenance elements) and the sales plan, and describe in detail the Service Provider’s plans pertaining to installation, maintenance, repair, and operation of each of the types of Shelters, Benches and Amenities. In addition, the narrative must describe the Service Provider's plans for administering and marketing the franchise structures and the advertising thereon. The narrative must also describe the proposed computerized inventory and information-sharing system, including the reports to be made available to the City. The narrative must include a staffing plan for all aspects of the Agreement. Service Providers shall provide thorough answers to the following list of questions. The responses to these questions will be included in the City’s evaluation of the Service Provider. In addition, the responses to the questions may be incorporated into and made a part of the Agreement. In your proposal, please restate the question followed by your response. 1. Discuss your firm’s proposed business plan (including installation, operations and maintenance elements) for this project. 2. Discuss your proposed marketing and sales plan and provide an explanation of rates to be charged and how these rates will be established. 3. Discuss proposed contract and billing reports and provide sample copies. RFP 9136 Bus Shelter Advertising & Maintenance Page 20 of 147 4. Discuss proposed process used in the collection and accounting of revenue. F. Innovative Approaches Outline a detailed plan that offers innovative approaches to generating revenues from national, regional and local sources and from new, as well as existing, advertising mediums, as well as approaches which enhance the perception of City’s Shelters, Benches and Amenity brand identity, etc. Service Providers shall also provide thorough answers to the following list of questions. The responses to these questions will be included in the City’s evaluation of the Service Provider. In addition, the responses to the questions may be incorporated into and made a part of the Agreement. In your proposal, please restate the question followed by your response. 1. Explain the firm’s understanding of the project scope and issues and substantive work plans to meet or exceed the City’s requirements and the enhancement of the City’s advertising franchise. 2. Discuss the quality and completeness of work plans that demonstrate a sound approach to developing a solid transit advertising franchise for the City. 3. Discuss the firm’s recognition of market segmentation as it relates to the City. 4. Explain Service Provider’s approach to both selling and posting advertising appropriate to the different settings in which Transfort operates. 5. State the Minimum Annual Revenue Guarantee you will offer the City and proposed methodology for determining the City’s revenue for the Service Provider’s exclusive right to the Advertising Program.. G. Compensation The City is seeking a revenue sharing arrangement or alternative revenue model with a Minimum Annual Revenue Guarantee. Proposal shall include a detailed description of the proposed revenue model to include the methodology for determining the City’s Minimum Annual Revenue Guarantee. In the event the financial model proposed is based on a revenue share with the City please detail the elements and revenue share calculation used to define gross revenue and net revenue. The Service Provider must propose a Minimum Annual Revenue Guarantee which addresses the following: 1. The Lincoln Shelters; and 2. The New Shelters; and 3. The Existing Shelters (Effective beginning January 1, 2022). The proposal should also address opportunities for the payment(s) to the City to exceed the Minimum Annual Revenue Guarantee and the frequency of payments proposed for the Minimum Annual Revenue Guarantee (i.e. monthly, quarterly, annual, etc.) At the end of each Agreement year and in the event that the City’s contractual share of revenue exceeds the Minimum Annual Revenue Guarantee for the Agreement year, the RFP 9136 Bus Shelter Advertising & Maintenance Page 21 of 147 selected Service Provider shall pay to the City the extra revenue within 30 days of the end of the Agreement year. In the event that the City does not receive the “true up” payment, if any is payable, by the due date, the City shall assess interest at a rate of one percent (1.0%) per month, compounded monthly, on the unpaid amount. The Service Provider shall provide proof of financial ability to cover the cost of developing the advertising franchise and to make regular payments to the City. Financial resources shall be demonstrated by submission of audited financial statements for the Service Provider’s three (3) most recent fiscal years, or comparable documentation. The Service Provider should submit a detailed company portfolio including the company's financial viability within the past three (3) years, credit references, on-going projects and all pending litigations which the company may be directly or indirectly involved. Financial security should include a statement from certified public accountants as to the financial status of the firm and statements detailing any previous bankruptcies of the Service Provider or its parent organization. H. Sustainability/TBL Methodology In concise terms (no more than two pages), please describe how your organization strives to be sustainable. Address how your firm incorporates Triple Bottom Line (TBL) into the workplace. See Section IV: Review and Assessment for additional information. If possible, please highlight areas of opportunity in the project where sustainability could be applied and/or improved. I. Additional Information Provide any information that distinguishes Service Provider from its competition and any additional information applicable to this RFP that might be valuable in assessing Service Provider’s proposal. Explain any concerns Service Provider may have in maintaining objectivity in recommending the best solution. All potential conflicts of interest must be disclosed. Exceptions to the Scope of Services and City Agreement (a sample of which is attached in Section VIII) shall be documented. IV. REVIEW AND ASSESSMENT CRITERIA A. Proposal and Interview Criteria Service Providers will be evaluated on the following criteria. These criteria will be the basis for review and assessment of the written proposals and optional interview session. At the discretion of the City, interviews of the top-rated Service Providers may be conducted. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. RFP 9136 Bus Shelter Advertising & Maintenance Page 22 of 147 WEIGHTING FACTOR QUALIFICATION STANDARD 3.0 Scope of Proposal Does the proposal address all elements of the RFP? Does the proposal show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the specifications, Scope of Work, or agreement? 2.0 Firm Capability Does the firm have the resources, financial strength, capacity and support capabilities required to successfully complete the project on- time and in-budget? Has the firm successfully completed previous projects of this type and scope? 2.0 Assigned Personnel Do the persons who will be working on the project have the necessary skills and qualifications? Are sufficient people of the requisite skills and qualifications assigned to the project? 1.0 Sustainability/TBL Methodology Does the firm demonstrate a commitment to Sustainability and incorporate Triple Bottom Line methodology in both their Scope of Work for the project, and their day-to-day business operating processes and procedures? 2.0 Compensation Does the proposal included detailed cost break- down for each cost element as applicable and are the line-item costs competitive? Do the proposed cost and work hours compare favorably with the Project Manager's estimate? Are the work hours presented reasonable for the effort required by each project task or phase? Definitions Sustainable Purchasing is a process for selecting products or services that have a lesser or reduced negative effect on human health and the environment when compared with competing products or services that serve the same purpose. This process is also known as “Environmentally Preferable Purchasing” (EPP), or “Green Purchasing”. The Triple Bottom Line (TBL) is an accounting framework that incorporates three dimensions of performance: economic, or financial; environmental, and social. The generally accepted definition for TBL is that it “captures the essence of sustainability by measuring the impact of an organization’s activities on the world…including both its profitability and shareholders values and its social, human, and environmental capital.” RFP 9136 Bus Shelter Advertising & Maintenance Page 23 of 147 B. Reference Evaluation Criteria Prior to award, the Project Manager will check references using the following criteria. Negative responses from references may impact the award determination. CRITERIA STANDARD QUESTIONS Overall Performance Would you hire this Service Provider again? Did they show the skills required by this project? Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner? Completeness Was the Service Provider responsive to client needs; did the Service Provider anticipate problems? Were problems solved quickly and effectively? Budget Was the original Scope of Work completed within the project budget? Job Knowledge If a study, did it meet the Scope of Work? If Service Provider administered a construction contract, was the project functional upon completion and did it operate properly? Were problems corrected quickly and effectively? RFP 9136 Bus Shelter Advertising & Maintenance Page 24 of 147 V. SERVICE PROVIDER STATEMENT Service Provider hereby acknowledges receipt of the City of Fort Collins Request for Proposal and acknowledges that it has read and agrees to be fully bound by all of the terms, conditions and other provisions set forth in the RFP. Additionally, Service Provider hereby makes the following representations to City: a. All of the statements and representations made in this proposal are true to the best of the Service Provider’s knowledge and belief. b. Service Provider commits that it is able to meet the terms provided in this proposal. c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof. d. Service Provider further agrees that the method of award is acceptable. e. Service Provider also agrees to complete the proposed Agreement with the City of Fort Collins within 30 days of notice of award. If Agreement is not completed and signed within 30 days, City reserves the right to cancel and award to the next highest rated firm. f. Service Provider acknowledge receipt of addenda. Legal Firm Name: Physical Address: Remit to Address: Phone: Name of Authorized Agent of Firm: Signature of Authorized Agent: Primary Contact for Project: Title: Email Address: Phone: Cell Phone: NOTE: SERVICE PROVIDER STATEMENT IS TO BE SIGNED & RETURNED WITH YOUR PROPOSAL. RFP 9136 Bus Shelter Advertising & Maintenance Page 25 of 147 VI. EXPERIENCE & REFERENCES LIST PROJECT #1 Project Name: Project Type: Location: Contract Amount: $ Client: Contact Name: Title: Phone: Email: Start Date: Completion Date: Was the Project completed on time? Yes No If no, please describe: Was the Project completed within the original budget? Yes No If no, please describe: Additional information: RFP 9136 Bus Shelter Advertising & Maintenance Page 26 of 147 PROJECT #2 Project Name: Project Type: Location: Contract Amount: $ Client: Contact Name: Title: Phone: Email: Start Date: Completion Date: Was the Project completed on time? Yes No If no, please describe: Was the Project completed within the original budget? Yes No If no, please describe: Additional information: RFP 9136 Bus Shelter Advertising & Maintenance Page 27 of 147 PROJECT #3 Project Name: Project Type: Location: Contract Amount: $ Client: Contact Name: Title: Phone: Email: Start Date: Completion Date: Was the Project completed on time? Yes No If no, please describe: Was the Project completed within the original budget? Yes No If no, please describe: Additional information: PLEASE NOTE: THE CITY RESERVES THE RIGHT TO REQUEST AND CONTACT ADDITIONAL REFERENCES. RFP 9136 Bus Shelter Advertising & Maintenance Page 28 of 147 VII. ATTACHMENTS Attachment A Existing Shelters and Amenities Attachment A.1 Existing Shelters and Benches Attachment B Lincoln Shelters and Benches Summary Attachment C Current Needs Summary Attachment C.1 Current Needs List Attachment D Future Needs Summary Attachment D.1 Future Needs Location List Attachment E Current EAM Service Request to Work Order Process Attachment F Bus Stop Design Standards & Guidelines Attachment G Bus Stop Snow Clearing Example Attachment H Transfort Bus Routes RFP 9136 Bus Shelter Advertising & Maintenance Page 29 of 147 ATTACHMENT A Existing Bus Stop Assets (Including Lincoln Ave & MAX) Asset Number Notes # of bench stops 168 total # of benches at Transfort stops 196 Includes benches at bench stops + benches at shelter stops outside of the shelter. Does not include benches inside shelters since they are part of the shelter asset. # of shelter stops 145 Includes shelters at Transfort-managed bus stops and MAX stations total # of shelters at Transfort stops 164 Some transit stops include more than one shelter (e.g. transit hubs) # stops with trash cans 165 total # of trash cans 184 # stops with bike racks 156 # of bike racks 424 This is approximate Date updated:06/12/20 RFP 9136 Bus Shelter Advertising & Maintenance Page 30 of 147 ATTACHMENT A.1 – EXISTING & LINCOLN AVE. ASSETS & LOCATIONS STO PID STOP NAME STOP TYPE Shelter Count Bench Outside Count Trash Can Count Estimated Bike Rack Capacity Bench Stand- alone Count 28 LEMAY & POUDRE VALLEY HOSPITAL BUS STOP WITH SHELTER 1 0 1 2 0 121 HARMONY & HINSDALE BUS STOP WITH SHELTER 1 0 1 2 0 123 HARMONY & MASON BUS STOP WITH SHELTER 1 0 1 0 127 COLLEGE & ELIZABETH BUS STOP WITH SHELTER 1 0 1 1 0 128 COLLEGE & LAUREL BUS STOP WITH BENCH 0 2 0 2 0 135 PROSPECT & SHIELDS BUS STOP WITH BENCH 0 0 0 1 136 PROSPECT & HEATHERIDGE BUS STOP WITH BENCH 0 0 0 1 137 ELIZABETH & TAFT HILL BUS STOP WITH BENCH 0 0 1 1 138 PROSPECT & LARCH BUS STOP WITH SHELTER 1 0 1 0 139 PROSPECT & FUQUA BUS STOP WITH SHELTER 1 0 1 2 0 144 HORSETOOTH & SHIELDS BUS STOP WITH SHELTER 1 0 1 2 0 146 TAFT HILL & STUART BUS STOP WITH SHELTER 1 0 1 0 147 SHIELDS & PROSPECT BUS STOP WITH SHELTER 1 0 1 2 0 148 TAFT HILL & MANCHESTER BUS STOP WITH SHELTER 1 1 1 0 149 DRAKE & TAFT HILL BUS STOP WITH BENCH 0 0 0 1 150 DRAKE & CONSTITUTION BUS STOP WITH BENCH 0 0 1 151 DRAKE & COLLEGE (W OF) BUS STOP WITH SHELTER 1 0 1 2 0 157 COLLEGE & LAPORTE BUS STOP WITH BENCH 0 1 4 159 LINDEN & VINE (S OF) BUS STOP WITH BENCH 0 0 1 1 205 COLLEGE & LAKE BUS STOP WITH SHELTER 1 0 1 0 0 208 COLLEGE & MULBERRY (N OF) BUS STOP WITH BENCH 0 0 0 1 235 PROSPECT & TAFT HILL BUS STOP WITH BENCH 0 0 0 1 236 OVERLAND & WELLS FARGO BUS STOP WITH BENCH 0 0 0 1 237 ELIZABETH & KING SOOPERS BUS STOP WITH BENCH 0 0 0 1 239 ELIZABETH & SKYLINE BUS STOP WITH BENCH 0 0 0 1 240 ELIZABETH & CONSTITUTION BUS STOP WITH SHELTER 1 0 1 2 0 241 ELIZABETH & CITY PARK BUS STOP SIGN ONLY 0 0 0 0 243 ELIZABETH & CONSTITUTION BUS STOP WITH SHELTER 1 0 1 2 0 245 OVERLAND & GOLDEN CURRANT BUS STOP WITH SHELTER 1 0 1 0 248 PROSPECT & TAFT HILL BUS STOP WITH BENCH 0 0 0 1 249 PROSPECT & UNDERHILL BUS STOP WITH BENCH 0 0 1 1 250 PROSPECT & FOXBROOK BUS STOP WITH BENCH 0 0 1 1 251 PROSPECT & HEATHERIDGE BUS STOP WITH SHELTER 1 0 1 0 252 PROSPECT & SHIELDS BUS STOP WITH SHELTER 1 0 1 2 0 253 SHIELDS & LAKE BUS STOP WITH SHELTER 1 0 1 2 0 272 LEMAY & STUART BUS STOP WITH SHELTER 1 0 1 2 0 273 LEMAY & PROSPECT BUS STOP WITH SHELTER 1 0 1 2 0 291 HORSETOOTH & MEADOWLARK BUS STOP WITH SHELTER 1 0 0 0 292 HORSETOOTH & COLONY BUS STOP WITH SHELTER 1 0 1 2 0 293 HORSETOOTH & WINDMILL (W OF) BUS STOP WITH SHELTER 1 0 1 2 0 294 HORSETOOTH & SENECA BUS STOP WITH BENCH 0 0 0 1 301 TAFT HILL & DRAKE BUS STOP WITH SHELTER 1 0 1 2 0 302 TAFT HILL & MANCHESTER BUS STOP WITH BENCH 0 0 0 1 304 SHIELDS & STUART BUS STOP WITH SHELTER 1 0 1 2 0 334 SHIELDS & RAINTREE BUS STOP WITH SHELTER 1 0 1 2 0 335 DRAKE & SHIELDS BUS STOP WITH SHELTER 1 0 1 2 0 336 DRAKE & REDWING BUS STOP WITH SHELTER 1 0 1 2 0 337 DRAKE & COLLEGE (W OF) BUS STOP WITH BENCH 0 0 0 1 339 DRAKE & COLLEGE (E OF) BUS STOP SIGN ONLY 0 0 0 0 341 DRAKE & STANFORD BUS STOP WITH SHELTER 1 0 1 2 0 355 LINDEN & BRIDGE BUS STOP WITH BENCH 0 1 4 1 359 CONIFER & REDWOOD BUS STOP WITH SHELTER 1 0 1 2 0 360 BLUE SPRUCE & CONIFER BUS STOP WITH SHELTER 1 0 2 0 361 WILLOX & BLUE SPRUCE BUS STOP WITH BENCH 0 0 1 1 362 COLLEGE & WILLOX BUS STOP SIGN ONLY 0 0 0 0 363 COLLEGE & WILLOX (S OF) BUS STOP WITH SHELTER 1 0 1 2 0 364 COLLEGE & BRISTLECONE BUS STOP SIGN ONLY 0 0 0 0 365 COLLEGE & CONIFER BUS STOP WITH BENCH 0 0 0 1 366 COLLEGE & ALPINE BUS STOP WITH BENCH 0 0 0 1 367 COLLEGE & VINE BUS STOP SIGN ONLY 0 0 0 0 464 CITY PARK & PLUM BUS STOP WITH BENCH 0 0 0 1 465 ELIZABETH & CITY PARK BUS STOP WITH SHELTER 1 0 1 0 481 TAFT HILL & VALLEY FORGE BUS STOP WITH SHELTER 1 0 1 2 0 483 SHIELDS & DRAKE BUS STOP WITH SHELTER 1 0 1 0 0 488 BLUE SPRUCE & BRISTLECONE BUS STOP WITH SHELTER 1 0 1 0 529 RAMS VILLAGE WEST BUS STOP SIGN ONLY 0 0 0 0 0 531 PLUM & SCOTT BUS STOP SIGN ONLY 0 0 0 0 534 PLUM & BLUEBELL BUS STOP SIGN ONLY 1 0 0 0 538 PROSPECT & BRENTWOOD BUS STOP WITH BENCH 0 0 0 1 541 PROSPECT & FUQUA BUS STOP WITH SHELTER 1 0 1 2 0 543 ELIZABETH & OVERLAND BUS STOP WITH BENCH 0 0 1 1 544 ELIZABETH & AZURO BUS STOP WITH BENCH 0 0 0 1 545 ELIZABETH & TIMBER BUS STOP WITH BENCH 0 0 0 1 546 ELIZABETH & GLENMOOR BUS STOP WITH BENCH 0 0 1 1 550 ELIZABETH & SKYLINE BUS STOP WITH BENCH 0 0 0 0 1 551 ELIZABETH & GLENMOOR BUS STOP SIGN ONLY 0 0 0 0 552 ELIZABETH & TIMBER BUS STOP WITH BENCH 0 0 0 1 554 ELIZABETH & OVERLAND BUS STOP WITH BENCH 0 0 0 1 581 STOVER & ELIZABETH BUS STOP SIGN ONLY 0 0 0 0 613 HORSETOOTH & SENECA BUS STOP WITH SHELTER 1 0 1 0 617 DRAKE & TULANE (W OF) BUS STOP WITH BENCH 0 0 0 1 618 DRAKE & COLLEGE (E OF) BUS STOP SIGN ONLY 0 0 0 0 634 POUDRE VALLEY MOBILE HOME PARK BUS STOP SIGN ONLY 0 0 0 0 636 COLLEGE & POUDRE RIVER TRAIL BUS STOP WITH SHELTER 1 0 1 2 0 703 DRAKE & RESEARCH BUS STOP WITH SHELTER 1 0 1 2 0 704 DRAKE & DAVIDSON BUS STOP WITH SHELTER 1 0 1 2 0 705 DRAKE & WORTHINGTON BUS STOP WITH SHELTER 1 0 1 2 0 750 LAPORTE & HOLLYWOOD BUS STOP WITH BENCH 0 0 0 1 751 LAPORTE & IMPALA BUS STOP WITH SHELTER 1 1 2 0 757 VINE & WOOD BUS STOP WITH SHELTER 1 0 1 0 758 CHERRY & LOOMIS BUS STOP SIGN ONLY 0 0 0 0 759 WOOD & CHERRY BUS STOP SIGN ONLY 0 0 0 0 760 WOOD & ELM BUS STOP WITH SHELTER 1 0 1 0 762 VINE & HANNA (W OF) BUS STOP SIGN ONLY 0 0 0 0 763 LINCOLN MIDDLE SCHOOL BUS STOP SIGN ONLY 0 0 0 0 764 LANCER & VINE (N OF) BUS STOP SIGN ONLY 0 0 0 0 765 VINE & TAFT HILL BUS STOP SIGN ONLY 0 0 0 0 766 VINE & IRISH BUS STOP SIGN ONLY 0 0 0 0 767 VINE & SUNSET BUS STOP SIGN ONLY 0 0 0 0 768 VINE & HOLLYWOOD BUS STOP SIGN ONLY 0 0 0 0 RFP 9136 Bus Shelter Advertising & Maintenance Page 32 of 147 769 OVERLAND & VINE BUS STOP SIGN ONLY 0 0 0 0 770 OVERLAND & HIGH BUS STOP SIGN ONLY 0 0 0 0 771 LAPORTE & OVERLAND BUS STOP SIGN ONLY 0 0 0 0 772 LAPORTE & SUNSET BUS STOP SIGN ONLY 0 0 0 0 774 LAPORTE & GRANDVIEW BUS STOP SIGN ONLY 0 0 0 0 776 LAPORTE & BRYAN BUS STOP SIGN ONLY 0 0 0 0 778 LAPORTE & JAMITH BUS STOP WITH BENCH 0 0 0 1 779 LAPORTE & SHIELDS BUS STOP SIGN ONLY 0 0 0 0 780 LAPORTE & WASHINGTON BUS STOP SIGN ONLY 0 0 0 0 781 LAPORTE & LOOMIS BUS STOP SIGN ONLY 0 0 0 0 782 LAPORTE & SHERWOOD BUS STOP SIGN ONLY 0 0 0 0 790 PROSPECT & OVERLAND BUS STOP WITH BENCH 0 0 1 791 PROSPECT & OVERLAND BUS STOP WITH BENCH 0 0 1 1 792 PROSPECT & LARCH BUS STOP WITH BENCH 0 0 1 799 LEMAY & KIRKWOOD BUS STOP WITH BENCH 0 1 0 0 804 CENTRE & BAY BUS STOP WITH BENCH 0 1 0 0 0 805 CENTER & BAY BUS STOP WITH BENCH 0 1 0 0 0 808 BLUE SPRUCE & BUTCH CASSIDY BUS STOP WITH BENCH 0 0 0 1 810 DRAKE & DAVIDSON BUS STOP WITH BENCH 0 0 0 1 811 CONSTITUTION & ELIZABETH BUS STOP WITH BENCH 0 0 1 812 DRAKE & WORTHINGTON BUS STOP WITH BENCH 0 0 0 1 813 DRAKE & MEADOWLARK BUS STOP WITH BENCH 0 0 0 1 817 CENTRE & BOTANICAL BUS STOP WITH BENCH 0 0 0 1 818 CENTRE & BOTANICAL BUS STOP WITH SHELTER 1 1 0 0 0 832 LAPORTE & SHIELDS BUS STOP WITH BENCH 0 0 0 1 853 COLLEGE & MULBERRY BUS STOP WITH SHELTER 1 0 1 0 0 871 HARMONY & MASON BUS STOP WITH SHELTER 1 0 1 2 0 876 HARMONY & LARKBUNTING BUS STOP WITH BENCH 0 0 0 1 877 HARMONY & HINSDALE BUS STOP WITH SHELTER 1 0 1 2 0 885 LAPORTE & LOOMIS BUS STOP WITH BENCH 0 0 0 1 886 LAPORTE & WOOD BUS STOP SIGN ONLY 0 0 0 0 888 LAPORTE & McKINLEY BUS STOP SIGN ONLY 0 0 0 0 889 LAPORTE & FISHBACK BUS STOP SIGN ONLY 0 0 0 0 890 LAPORTE & FORNEY BUS STOP WITH BENCH 0 0 0 1 891 LAPORTE & GRANDVIEW BUS STOP WITH BENCH 0 0 0 1 892 LAPORTE & TAFT HILL BUS STOP WITH BENCH 0 0 0 1 893 TAFT HILL & LAPORTE (S OF) BUS STOP WITH BENCH 0 0 0 1 894 MULBERRY & TAFT HILL BUS STOP WITH BENCH 0 0 0 1 896 MULBERRY & COOK BUS STOP WITH BENCH 0 0 0 1 897 MULBERRY & BRYAN BUS STOP SIGN ONLY 0 0 0 0 902 LAUREL & WASHINGTON BUS STOP WITH BENCH 0 0 0 0 1 906 LEMAY & SWALLOW BUS STOP WITH SHELTER 1 0 1 2 0 907 LEMAY & OXFORD BUS STOP WITH SHELTER 1 0 1 4 0 908 LEMAY & DRAKE BUS STOP WITH SHELTER 1 0 1 2 0 914 OLIVE & REMINGTON BUS STOP WITH SHELTER 1 0 1 0 917 DOWNTOWN TRANSIT CENTER BUS STATION 7 5 7 10 0 928 ELIZABETH & WHEDBEE BUS STOP WITH BENCH 0 0 0 1 932 LEMAY & POUDRE VALLEY HOSPITAL BUS STOP WITH SHELTER 1 0 1 0 933 LEMAY & PROSPECT BUS STOP WITH BENCH 0 1 0 0 934 LEMAY & STUART BUS STOP WITH SHELTER 1 0 1 1 0 935 LEMAY & COLUMBIA BUS STOP WITH SHELTER 1 0 1 1 0 936 LEMAY & DRAKE BUS STOP WITH SHELTER 1 0 1 0 937 LEMAY & OXFORD BUS STOP WITH BENCH 0 1 0 0 939 HORSETOOTH & LEMAY BUS STOP WITH SHELTER 1 0 1 2 0 941 HORSETOOTH & STOVER BUS STOP WITH SHELTER 1 0 1 2 0 946 STANFORD & SWALLOW BUS STOP WITH BENCH 0 0 0 1 RFP 9136 Bus Shelter Advertising & Maintenance Page 33 of 147 949 LAPORTE & LYONS (W OF) BUS STOP WITH BENCH 0 0 0 1 950 JEFFERSON & LINDEN BUS STOP WITH BENCH 0 0 0 1 951 LINCOLN & 2ND BUS STOP WITH SHELTER 1 0 1 2 0 952 LINCOLN & LEMAY BUS STOP WITH SHELTER 1 0 1 2 0 953 LINCOLN & LINK LANE BUS STOP WITH BENCH 0 0 0 1 954 LINCOLN & LINCOLN CT BUS STOP SIGN ONLY 0 0 0 0 955 LINCOLN & AIRPARK BUS STOP SIGN ONLY 0 0 0 0 956 LINCOLN & AIRWAY BUS STOP SIGN ONLY 0 0 0 0 957 HIGHWAY 14 & TIMBERLINE BUS STOP WITH BENCH 0 0 0 1 958 SOUTH FRONTAGE & SUMMIT VIEW BUS STOP WITH BENCH 0 0 0 1 959 SOUTH FRONTAGE & RIVERBEND BUS STOP SIGN ONLY 0 0 0 0 964 LINCOLN & AIRWAY BUS STOP WITH BENCH 0 0 0 1 965 LINCOLN & AIRPARK BUS STOP WITH BENCH 0 0 0 1 966 LINCOLN & LINCOLN CT BUS STOP SIGN ONLY 0 0 0 0 967 LINCOLN & LINK LANE BUS STOP WITH BENCH 0 0 0 1 968 LINCOLN & LEMAY BUS STOP WITH SHELTER 1 0 1 4 0 969 LINCOLN & 1ST BUS STOP WITH BENCH 0 1 1 2 0 970 LINCOLN & WILLOW BUS STOP WITH BENCH 0 0 0 1 972 MOUNTAIN & OLD TOWN SQUARE BUS STOP WITH BENCH 0 1 1 5 0 980 LAPORTE & HOWES BUS STOP WITH SHELTER 1 1 1 0 981 LAPORTE & SHERWOOD BUS STOP WITH BENCH 0 0 0 1 1072 COLLEGE & HARMONY (S OF) BUS STOP WITH SHELTER 1 0 1 1 0 1073 COLLEGE & CAMERON BUS STOP WITH SHELTER 1 0 1 1 0 1074 COLLEGE & SKYWAY BUS STOP WITH SHELTER 1 0 1 1 0 1075 COLLEGE & TRILBY BUS STOP WITH SHELTER 1 0 1 0 0 1104 COLLEGE & TRILBY BUS STOP SIGN ONLY 0 0 0 0 0 1105 COLLEGE & SKYWAY BUS STOP WITH BENCH 0 0 0 1 1106 COLLEGE & FOSSIL CREEK BUS STOP WITH BENCH 0 0 0 1 1115 MELDRUM & MYRTLE (S OF) BUS STOP SIGN ONLY 0 0 0 0 1119 MELDRUM & MYRTLE (S OF) BUS STOP SIGN ONLY 0 0 0 0 1125 SWALLOW & CAMELOT BUS STOP WITH BENCH 0 1 0 0 1143 CENTRE & RESEARCH BUS STOP WITH BENCH 0 0 1 1 1222 SHIELDS & UNIVERSITY BUS STOP WITH SHELTER 1 0 1 2 0 1224 HORSETOOTH & STOVER BUS STOP WITH BENCH 0 1 0 0 0 1225 RAMS VILLAGE EAST BUS STOP SIGN ONLY 0 0 0 0 1241 SHIELDS & ELIZABETH BUS STOP WITH SHELTER 1 0 1 2 0 1243 JFK & HORSETOOTH BUS STOP WITH SHELTER 1 0 1 0 1247 HARMONY & LEMAY (W OF) BUS STOP WITH SHELTER 1 0 1 0 0 1248 HARMONY & WHEATON (E OF) BUS STOP WITH SHELTER 1 0 1 2 0 1249 HARMONY & DELANY BUS STOP WITH SHELTER 1 0 1 2 0 1258 HARMONY & MCMURRY (W OF) BUS STOP WITH SHELTER 1 0 1 2 0 1259 HARMONY & LEMAY BUS STOP WITH SHELTER 1 0 1 2 0 1266 HARMONY & TIMBERLINE (W OF) BUS STOP WITH SHELTER 1 0 1 2 0 1268 ROCK CREEK & ZIEGLER BUS STOP WITH SHELTER 1 0 1 0 0 1269 HARMONY & ZIEGLER BUS STOP WITH SHELTER 1 0 0 2 0 1273 DRAKE & ILLINOIS BUS STOP WITH SHELTER 1 0 1 2 0 1279 ZIEGLER & HARMONY BUS STOP WITH BENCH 0 0 0 1 1281 HARMONY & SNOW MESA BUS STOP SIGN ONLY 0 0 0 0 1290 PROSPECT & PROSPECT PKWY BUS STOP WITH BENCH 0 0 0 1 1291 SHARP POINT & MARCH BUS STOP SIGN ONLY 0 0 0 0 1292 MIDPOINT & LARIMER COUNTY BUS STOP WITH BENCH 0 0 0 1 1296 WHEDBEE & MULBERRY BUS STOP SIGN ONLY 0 0 0 0 1297 WHEDBEE & LAUREL BUS STOP SIGN ONLY 0 0 0 0 1298 STOVER & GARFIELD BUS STOP WITH BENCH 0 0 0 1 1300 PROSPECT & STOVER BUS STOP SIGN ONLY 0 0 0 0 1301 PROSPECT & LEMAY BUS STOP WITH BENCH 0 0 0 1 RFP 9136 Bus Shelter Advertising & Maintenance Page 34 of 147 1306 MIDPOINT & PROSPECT PKWY BUS STOP WITH BENCH 0 1 1 1307 PROSPECT & ACADEMY BUS STOP WITH SHELTER 1 1 1 2 0 1309 PROSPECT & RIVERSIDE BUS STOP WITH BENCH 0 0 1 1 1310 PROSPECT & WELCH BUS STOP WITH BENCH 0 0 0 1 1311 STOVER & PROSPECT BUS STOP SIGN ONLY 0 0 0 0 1313 WHEDBEE & LAUREL BUS STOP SIGN ONLY 0 0 0 0 1314 WHEDBEE & MULBERRY BUS STOP SIGN ONLY 0 0 0 0 1315 OLIVE & PETERSON BUS STOP SIGN ONLY 0 0 1 2 0 1316 LEMAY & ELIZABETH BUS STOP WITH SHELTER 1 0 1 1 0 1318 LEMAY & POUDRE RIVER DR BUS STOP WITH SHELTER 1 0 1 1 0 1322 JEFFERSON & LINDEN BUS STOP WITH BENCH 0 1 0 0 1324 LEMAY & MULBERRY BUS STOP WITH BENCH 0 1 0 0 1325 LEMAY & PENNOCK BUS STOP WITH BENCH 0 1 1 0 1327 SHARP POINT & PROSPECT BUS STOP SIGN ONLY 0 0 0 0 1328 CUSTER & ILLINOIS BUS STOP WITH BENCH 0 0 0 1 1329 PROSPECT & LAKE BUS STOP SIGN ONLY 0 0 1 0 1330 WHEDBEE & ELIZABETH BUS STOP SIGN ONLY 0 0 0 0 1331 OLIVE & MATHEWS BUS STOP WITH SHELTER 1 1 1 2 0 1332 OLIVE & PETERSON BUS STOP SIGN ONLY 0 0 0 0 1339 PROSPECT PKWY & MIDPOINT BUS STOP WITH BENCH 0 1 1 2 1340 PROSPECT & ROBERTSON BUS STOP WITH SHELTER 1 0 1 2 0 1341 HARMONY & TIMBERLINE (E OF) BUS STOP WITH SHELTER 1 0 1 2 0 1360 HARMONY & CORBETT BUS STOP WITH SHELTER 1 0 1 1 0 1361 HARMONY & TIMBERLINE (E OF) BUS STOP WITH SHELTER 1 0 1 2 0 1362 SHIELDS & TROUTMAN BUS STOP WITH BENCH 0 1 0 0 0 1363 SHIELDS & WABASH BUS STOP WITH BENCH 0 0 0 0 1 1364 HORSETOOTH & DUNBAR BUS STOP WITH BENCH 0 0 0 1 1365 LEMAY & MAGNOLIA BUS STOP WITH SHELTER 1 0 1 0 1367 LINCOLN & LEMAY (W OF) BUS STOP WITH SHELTER 1 0 1 4 0 1368 LEMAY & WOODWARD BUS STOP WITH BENCH 0 0 0 1 1369 TAFT HILL & HORSETOOTH BUS STOP WITH BENCH 0 1 0 0 1370 TAFT HILL & DEVONSHIRE BUS STOP WITH BENCH 0 1 0 0 1371 TAFT HILL & PROSPECT (S OF) BUS STOP WITH SHELTER 1 0 1 0 1372 TAFT HILL & CLEARVIEW BUS STOP SIGN ONLY 0 0 0 0 1373 TAFT HILL & ELIZABETH BUS STOP WITH SHELTER 1 0 0 0 1374 TAFT HILL & RAVEN VIEW BUS STOP WITH BENCH 0 0 0 1 1375 MULBERRY & CITY PARK BUS STOP SIGN ONLY 0 0 0 0 1376 MULBERRY & SHIELDS BUS STOP SIGN ONLY 0 0 0 0 1377 MULBERRY & WASHINGTON BUS STOP WITH BENCH 0 0 0 1 1380 MULBERRY & WASHINGTON BUS STOP SIGN ONLY 0 0 0 0 1381 MULBERRY & SCOTT BUS STOP WITH BENCH 0 0 0 1 1382 MULBERRY & CITY PARK BUS STOP SIGN ONLY 0 0 0 0 1383 MULBERRY & BRYAN BUS STOP SIGN ONLY 0 0 0 0 1384 TAFT HILL & MULBERRY BUS STOP SIGN ONLY 0 0 0 0 1385 TAFT HILL & ORCHARD BUS STOP WITH SHELTER 1 0 1 2 0 1386 TAFT HILL & ELIZABETH BUS STOP WITH BENCH 0 0 0 1 1387 TAFT HILL & PROSPECT BUS STOP WITH SHELTER 1 0 1 2 0 1390 HORSETOOTH & TAFT HILL BUS STOP WITH BENCH 0 0 0 1 1391 WILLOW & COLLEGE BUS STOP WITH BENCH 0 0 0 1 1393 MELDRUM & MAGNOLIA BUS STOP WITH SHELTER 1 1 1 2 0 1394 OLIVE & MELDRUM BUS STOP WITH BENCH 0 0 0 1 1399 PROSPECT & RIVERSIDE BUS STOP SIGN ONLY 0 0 0 0 1400 MELDRUM & MULBERRY BUS STOP WITH BENCH 0 0 1 1401 SHIELDS & HORSETOOTH BUS STOP WITH BENCH 0 0 0 1 1402 SHIELDS & CASA GRANDE BUS STOP WITH SHELTER 1 0 1 2 0 1403 SHIELDS & SWALLOW BUS STOP WITH BENCH 0 0 0 0 1 RFP 9136 Bus Shelter Advertising & Maintenance Page 35 of 147 1404 SHIELDS & CENTRE BUS STOP WITH BENCH 0 0 0 1 1405 SHIELDS & HILL POND BUS STOP WITH SHELTER 1 0 1 2 0 1406 SHIELDS & STUART BUS STOP WITH BENCH 0 0 0 1 1407 SHIELDS & DRAKE BUS STOP WITH BENCH 0 0 0 0 1 1408 SHIELDS & SWALLOW BUS STOP WITH BENCH 0 0 0 0 1 1409 SHIELDS & CASA GRANDE BUS STOP WITH BENCH 0 0 0 0 1 1411 SHIELDS & HORSETOOTH BUS STOP WITH BENCH 0 0 0 0 1 1412 SHIELDS & WABASH BUS STOP WITH BENCH 0 0 0 1 1413 PROSPECT & WELCH BUS STOP WITH BENCH 0 0 0 1 1414 SHIELDS & ROCKY MOUNTAIN BUS STOP WITH BENCH 0 0 0 0 1 1416 HARMONY & SHIELDS BUS STOP WITH SHELTER 1 1 1 2 0 1417 JFK & BOARDWALK BUS STOP WITH SHELTER 1 0 1 0 1418 JFK & TROUTMAN BUS STOP WITH SHELTER 1 0 1 2 0 1419 JFK & PAVILION BUS STOP WITH BENCH 0 0 1 1420 HARMONY & SNOW MESA BUS STOP WITH SHELTER 1 0 1 2 0 1424 ROCK CREEK & FOSSIL RIDGE HS BUS STOP WITH BENCH 0 0 0 1 1425 LADY MOON & ROCK CREEK BUS STOP WITH BENCH 0 0 0 0 1 1426 HARMONY & TECHNOLOGY BUS STOP SIGN ONLY 0 0 0 0 0 1427 HARMONY & BOARDWALK BUS STOP WITH BENCH 0 0 0 1 1428 COLLEGE & VINE BUS STOP SIGN ONLY 0 0 0 0 1429 COLLEGE & POUDRE RIVER TRAIL BUS STOP SIGN ONLY 0 0 0 0 1430 COLLEGE & CONIFER (N OF) BUS STOP WITH BENCH 0 0 0 1 1431 COLLEGE & BRISTLECONE BUS STOP WITH BENCH 0 0 0 1 1432 BLUE SPRUCE & BUTCH CASSIDY BUS STOP WITH BENCH 0 0 0 1 1433 BLUE SPRUCE & BRISTLECONE BUS STOP WITH BENCH 0 0 0 1 1434 BLUE SPRUCE & CONIFER BUS STOP WITH BENCH 0 0 0 1 1439 LINDEN & VINE BUS STOP SIGN ONLY 0 0 0 0 1441 WILLOW & COLLEGE BUS STOP WITH BENCH 0 0 1 1 1446 LADY MOON & HARMONY BUS STOP WITH BENCH 0 0 0 0 1 1447 WILLOX & BLUE SPRUCE BUS STOP WITH SHELTER 1 0 1 2 0 1448 LAUREL & WASHINGTON BUS STOP WITH BENCH 0 0 0 0 1 1449 STANFORD & HORSETOOTH BUS STOP SIGN ONLY 0 0 0 0 1460 HARMONY & INNOVATION BUS STOP SIGN ONLY 0 0 0 0 1461 HARMONY & BOARDWALK (W OF) BUS STOP WITH BENCH 0 0 0 0 1 1462 COLLEGE & WILLOX (N OF) BUS STOP SIGN ONLY 0 0 0 0 1470 COLLEGE & CONIFER BUS STOP WITH BENCH 0 0 0 1 1473 STANFORD & MONROE BUS STOP WITH SHELTER 1 0 1 2 0 1475 SWALLOW & COLLEGE BUS STOP SIGN ONLY 0 0 0 0 1478 MOUNTAIN & REMINGTON BUS STOP SIGN ONLY 0 0 0 0 0 1480 SWALLOW & STANFORD (E OF) BUS STOP WITH BENCH 0 1 0 0 1481 CONSTITUTION & ELIZABETH BUS STOP SIGN ONLY 0 0 0 0 1482 RAMS VILLAGE BUS STOP SIGN ONLY 0 0 0 0 1483 MULBERRY & MELDRUM BUS STOP SIGN ONLY 0 0 0 0 1484 SHIELDS & SHIRE BUS STOP WITH BENCH 0 0 0 1 1485 LINDEN & WILLOW BUS STOP WITH BENCH 0 0 1 1 1486 DRAKE & RAINTREE BUS STOP WITH BENCH 0 0 0 1 1488 LAUREL & SHERWOOD BUS STOP SIGN ONLY 0 0 0 0 1489 PROSPECT & SHEELY BUS STOP SIGN ONLY 0 0 0 0 1490 PROSPECT & CENTRE BUS STOP SIGN ONLY 0 0 0 0 0 1492 SOUTH TRANSIT CENTER BUS STATION 8 5 10 20 0 1493 HORSETOOTH & ZIEGLER BUS STOP WITH SHELTER 1 0 1 2 0 1496 HOWES & MOUNTAIN BUS STOP WITH BENCH 0 0 0 4 1 1502 HARMONY TRANSFER CENTER BUS STATION 1 0 1 20 0 1503 CONIFER & REDWOOD BUS STOP WITH SHELTER 1 0 0 0 1504 SHIELDS & ROLLAND MOORE BUS STOP SIGN ONLY 0 0 0 0 1506 HARMONY STATION BUS STATION 2 0 2 10 0 RFP 9136 Bus Shelter Advertising & Maintenance Page 36 of 147 1507 TROUTMAN STATION BUS STATION 2 0 1 10 0 1508 HORSETOOTH STATION BUS STATION 2 0 1 10 0 1509 SWALLOW STATION BUS STATION 1 0 1 10 0 1510 DRAKE STATION BUS STATION 1 0 1 20 0 1511 SPRING CREEK STATION BUS STATION 1 0 1 10 0 1512 PROSPECT STATION BUS STATION 2 0 1 20 0 1513 UNIVERSITY STATION BUS STATION 2 0 1 20 0 1514 LAUREL STATION BUS STATION 1 1 1 5 0 1515 MULBERRY STATION BUS STATION 1 1 1 2 0 1516 OLIVE STATION BUS STATION 1 0 1 2 0 1517 MOUNTAIN STATION BUS STATION 1 1 1 5 0 1518 MOUNTAIN STATION BUS STATION 1 1 1 5 0 1519 OLIVE STATION BUS STATION 1 1 1 1 0 1520 MULBERRY STATION BUS STATION 1 1 1 20 0 1521 LAUREL STATION BUS STATION 1 1 1 5 0 1524 SPRING CREEK STATION BUS STATION 1 0 1 5 0 1526 SWALLOW STATION BUS STATION 0 0 0 10 1 1530 FOOTHILLS MALL (MAIN) BUS STOP WITH SHELTER 2 0 2 4 0 1531 KANSAS & LIMON BUS STOP SIGN ONLY 0 0 0 0 1534 SWALLOW & LEMAY BUS STOP WITH BENCH 0 1 0 0 1535 SWALLOW & STOVER BUS STOP WITH BENCH 0 1 0 0 1536 DRAKE & DUNBAR BUS STOP WITH BENCH 0 0 0 1 1538 DRAKE & SCOTCH PINES BUS STOP SIGN ONLY 0 0 0 0 1539 DRAKE & LEMAY BUS STOP WITH BENCH 0 0 0 1 1540 DRAKE & EDINBURGH BUS STOP SIGN ONLY 0 0 0 0 1541 DRAKE & BROOKWOOD BUS STOP SIGN ONLY 0 0 0 0 1542 DRAKE & PARKLAKE BUS STOP WITH SHELTER 1 0 1 2 0 1543 DRAKE & KANSAS BUS STOP WITH BENCH 0 0 0 1 1 1544 DRAKE & TIMBERLINE BUS STOP WITH SHELTER 1 0 1 2 0 1545 DRAKE & EASTWOOD BUS STOP WITH SHELTER 1 0 1 2 0 1546 DRAKE & BROOKWOOD BUS STOP WITH BENCH 0 0 1 1 1547 DRAKE & LEMAY BUS STOP WITH BENCH 0 0 0 1 1548 DRAKE & GOVERNORS PARK BUS STOP WITH SHELTER 1 0 1 0 1549 HARMONY & STARFLOWER BUS STOP WITH SHELTER 1 0 1 2 0 1550 SHIELDS & HARMONY BUS STOP WITH SHELTER 1 0 1 2 0 1551 PROSPECT & MASON BUS STOP SIGN ONLY 0 0 0 0 0 1553 HARMONY & STARFLOWER BUS STOP WITH BENCH 0 0 0 1 1554 SHIELDS & TROUTMAN BUS STOP WITH SHELTER 1 0 1 0 0 1555 HARMONY & CORBETT (EB) BUS STOP SIGN ONLY 0 0 0 0 1562 LAUREL & HOWES BUS STOP WITH BENCH 0 0 0 0 0 1563 LAUREL & MASON UNK 0 0 0 0 1571 RAINTREE & SENIOR CENTER BUS STOP WITH BENCH 0 0 0 1 1574 HORSETOOTH & NORTH STAR BUS STOP SIGN ONLY 0 0 0 0 1575 HORSETOOTH & LEMAY BUS STOP SIGN ONLY 0 0 0 0 1576 HORSETOOTH & TIMBERLINE BUS STOP WITH SHELTER 1 0 1 2 0 1577 HORSETOOTH & CARIBOU BUS STOP WITH BENCH 0 0 0 1 1578 HORSETOOTH & FIELDSTONE BUS STOP WITH BENCH 0 0 0 1 1579 HORSETOOTH & FORT COLLINS HS BUS STOP WITH SHELTER 1 0 1 0 1580 HORSETOOTH & TIMBERLINE BUS STOP WITH SHELTER 1 0 1 2 0 1581 HORSETOOTH & LOCHWOOD BUS STOP WITH SHELTER 0 0 1 0 1590 LAKE STREET GARAGE BUS STOP WITH BENCH 0 0 1 20 2 1593 OLIVE & MASON BUS STOP WITH BENCH 0 0 0 1 1595 VINE & WATERGLEN BUS STOP WITH BENCH 0 0 0 1 1596 VINE & CAMPFIRE BUS STOP WITH BENCH 0 0 0 1 1597 VINE & THREE FORKS BUS STOP WITH SHELTER 1 0 1 2 0 1598 TIMBERLINE & VINE BUS STOP SIGN ONLY 0 0 0 0 RFP 9136 Bus Shelter Advertising & Maintenance Page 37 of 147 1599 TIMBERLINE & ANNABEL BUS STOP SIGN ONLY 0 0 0 0 1600 TIMBERLINE & DONELLA BUS STOP SIGN ONLY 0 0 0 0 1601 HORSETOOTH & MASON TRAIL BUS STOP WITH BENCH 0 0 0 1 1602 HORSETOOTH & KINGSLEY BUS STOP WITH BENCH 0 0 0 1 1603 HORSETOOTH & KINGSLEY BUS STOP WITH SHELTER 1 0 1 2 0 1605 HORSETOOTH & JFK BUS STOP SIGN ONLY 0 0 0 0 1606 HORSETOOTH & CARLTON BUS STOP WITH BENCH 0 0 0 1 1613 HARMONY & REGENCY BUS STOP WITH BENCH 0 0 0 1 1614 HARMONY & SENECA BUS STATION 0 0 0 1 1615 HARMONY & SILVERGATE BUS STOP WITH BENCH 0 0 0 1 1616 HARMONY & TAFT HILL BUS STOP WITH BENCH 0 0 0 1 1617 TAFT HILL & WESTFIELD BUS STOP SIGN ONLY 0 0 0 0 1622 DRAKE & POWER TRAIL BUS STOP WITH SHELTER 1 1 1 2 0 1623 HORSETOOTH & AUTOMATION BUS STOP SIGN ONLY 0 0 0 0 1630 RAINTREE & DRAKE BUS STOP WITH BENCH 0 0 1 1 1631 SHIELDS & SPRINGFIELD BUS STOP WITH BENCH 0 0 0 1 1632 DRAKE & DORADO BUS STOP WITH BENCH 0 0 0 1 1634 SWALLOW & STANFORD BUS STOP SIGN ONLY 0 0 0 0 1650 STANFORD & MONROE BUS STOP WITH BENCH 0 0 0 1 1651 HARMONY & LADY MOON BUS STOP WITH BENCH 0 0 0 1 1658 REDWOOD & CAJETAN BUS STOP WITH BENCH 0 0 0 1 1659 REDWOOD & CAJETAN BUS STOP WITH BENCH 0 0 0 1 1662 LINCOLN & LEMAY (E OF) BUS STOP SIGN ONLY 0 0 0 0 1663 LINCOLN & WOODWARD BUS STOP WITH SHELTER 1 0 1 4 0 1664 LINCOLN & WOODWARD BUS STOP WITH SHELTER 1 0 1 2 0 1665 LINCOLN & WILLOW BUS STOP SIGN ONLY 0 0 0 0 1667 HARMONY & COLLEGE BUS STOP SIGN ONLY 0 0 0 0 0 1687 TAFT HILL & FISCH BUS STOP SIGN ONLY 0 0 0 0 1688 CENTRO & NORTH FRONTAGE BUS STOP SIGN ONLY 0 0 0 0 1690 UNIVERSITY & MASON UNK 0 0 0 0 Total Bench Stops 168 Total Shelter Stops 145 As of 6/12/20 RFP 9136 Bus Shelter Advertising & Maintenance Page 38 of 147 ATTACHMENT B – LINCOLN AVE SHELTERS & BENCHES SUMMARY STOP ID STOP NAME STOP TYPE Shelter Count Bench Outside Count Trash can count Estimated Bike Rack Capacity Bench Stand- alone Count 951 LINCOLN & 2ND BUS STOP WITH SHELTER 1 0 1 2 0 968 LINCOLN & LEMAY BUS STOP WITH SHELTER 1 0 1 4 0 969 LINCOLN & 1ST BUS STOP WITH BENCH 0 1 1 2 0 1367 LINCOLN & LEMAY (W OF) BUS STOP WITH SHELTER 1 0 1 4 0 1663 LINCOLN & WOODWARD BUS STOP WITH SHELTER 1 0 1 4 0 1664 LINCOLN & WOODWARD BUS STOP WITH SHELTER 1 0 1 2 0 Total Bench Stops 1 Total Shelter Stops 5 RFP 9136 Bus Shelter Advertising & Maintenance Page 39 of 147 ATTACHMENT C – CURRENT NEEDS SUMMARY Please note that these lists are current as of the date of the RFP posting but may be subject to change. # of ADA pads - has bench - prefer shelter 38 # of ADA pads - no amenity - needs shelter 11 Total recommended shelters 49 Notes: 1) These pads are currently ADA compliant 2) Exact locations may change based on City discretion 3) Shelter size to reviewed with Contractor at site visit RFP 9136 Bus Shelter Advertising & Maintenance Page 40 of 147 ATTACHMENT C.1 – CURRENT NEEDS LIST Route Stop ID Stop Name ADA Compliant Bus Travel Direction Pad size - Existing Current Amenity Recommend 3 137 ELIZABETH & TAFT HILL YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 18 157 COLLEGE & LAPORTE YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 8 159 LINDEN & VINE (S OF) YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter Gold 208 COLLEGE & MULBERRY (N OF) YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 3,2 237 ELIZABETH & KING SOOPERS YES - Pad & Path Compliant EASTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 3,3 239 ELIZABETH & SKYLINE YES - Pad & Path Compliant EASTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 6 307 TAFT HILL & BLEVINS YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 7 324 DRAKE & STOVER YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 8 365 COLLEGE & CONIFER YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 8 366 COLLEGE & ALPINE YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 3,31 529 RAMS VILLAGE WEST YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Shelter 2 543 ELIZABETH & OVERLAND YES - Pad & Path Compliant EASTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 2 544 ELIZABETH & AZURO YES - Pad & Path Compliant EASTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 3,32,Gold 550 ELIZABETH & SKYLINE YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 3,32,Gold 552 ELIZABETH & TIMBER YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 3,32,Gold 554 ELIZABETH & OVERLAND YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 8,81 634 POUDRE VALLEY MOBILE HOME PARK YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Shelter 6,7 813 DRAKE & MEADOWLARK YES - Pad & Path Compliant EASTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter HORN 817 CENTRE & BOTANICAL YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 9,92 946 STANFORD AND SWALLOW Bench Shelter FLEX 1105 COLLEGE & SKYWAY YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter FLEX 1106 COLLEGE & FOSSIL CREEK YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter HORN 1143 CENTRE & RESEARCH YES - Pad & Path Compliant EASTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 16 1279 ZIEGLER & HARMONY YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 16 1281 HARMONY & SNOW MESA YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Shelter 18 1292 MIDPOINT & LARIMER COUNTY YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 18 1306 MIDPOINT & PROSPECT PKWY YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 7 1328 CUSTER & ILLINOIS YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 5 1368 LEMAY & WOODWARD YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 19 1401 SHIELDS & HORSETOOTH Bench Shelter 7,19 1404 SHIELDS & CENTRE YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 16 1427 HARMONY & BOARDWALK YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 81 1429 COLLEGE & POUDRE RIVER TRAIL YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Shelter 81 1430 COLLEGE & CONIFER (N OF) YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 81 1431 COLLEGE & BRISTLECONE YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 19, GOLD 1449 STANFORD & HORSETOOTH Shelter RFP 9136 Bus Shelter Advertising & Maintenance Page 41 of 147 16 1460 HARMONY & INNOVATION YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Shelter 8 1462 COLLEGE & WILLOX (N OF) YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Shelter 81 1470 COLLEGE & CONIFER YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 7 1531 KANSAS & LIMON Shelter 7 1571 RAINTREE & SENIOR CENTER YES - Pad & Path Compliant NORTHBOUND 2-Bench-sized Pad (15' w x 6' d) Bench Shelter 11 1575 HORSETOOTH & LEMAY Shelter HORN 1590 LAKE STREET GARAGE YES - Pad & Path Compliant NORTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 14 1599 TIMBERLINE & ANNABEL YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Shelter 19 1631 SHIELDS & SPRINGFIELD YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 12 1650 STANFORD & MONROE YES - Pad & Path Compliant SOUTHBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 16 1651 HARMONY & LADY MOON YES - Pad & Path Compliant EASTBOUND 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter 14 1662 LINCOLN & LEMAY (E OF) YES - Pad & Path Compliant WESTBOUND 3-Shelter-sized Pad (30' w x 8' d) Shelter 14 1688 CENTRO AND NORTH FRONTAGE YES - Pad & Path Compliant 3-Shelter-sized Pad (30' w x 8' d) Bench Shelter RFP 9136 Bus Shelter Advertising & Maintenance Page 42 of 147 ATTACHMENT D – FUTURE NEEDS SUMMARY Please note that these lists are current as of the date of the RFP posting but may be subject to change. # of ADA pads - has bench - prefer shelter 15 # of ADA pads - no amenity - needs shelter 7 Total recommended shelters 22 Notes: 1) These pads will be ADA compliant by 2022 2) Exact locations may change based on City discretion 3) Shelter size to reviewed with Contractor at site visit RFP 9136 Bus Shelter Advertising & Maintenance Page 43 of 147 ATTACHMENT D.1 – FUTURE NEEDS LOCATION LIST Route Stop ID Stop Name Current Amenity Recommend 2 236 OVERLAND & WELLS FARGO Bench Shelter 6 294 HORSETOOTH & SENECA Bench Shelter 11 309 HORSETOOTH & DUNBAR Bench Shelter 8 362 COLLEGE & WILLOX Shelter 8 364 COLLEGE & BRISTLECONE Shelter 8 367 COLLEGE & VINE Shelter 7 617 DRAKE & TULANE (W OF) Bench Shelter 10 890 LAPORTE & FORNEY Bench Shelter 10 891 LAPORTE & GRANDVIEW Bench Shelter 16 1249 HARMONY & DELANY Shelter Shelter 16 1269 HARMONY & ZIEGLER Shelter Shelter 5 1368 LEMAY & WOODWARD Bench Shelter 6 1382 MULBERRY & CITY PARK Shelter 19 1412 SHIELDS & WABASH Bench Shelter 12 1419 JFK and PAVILION Bench Shelter 16 1424 ROCK CREEK & FOSSIL RIDGE HS Bench Shelter 6 1483 MULBERRY & MELDRUM Shelter 7,19 1484 SHIELDS & SHIRE Bench Shelter 19 1504 SHIELDS & ROLLAND MOORE Shelter 11 1601 HORSETOOTH & MASON TRAIL Shelter 12 1606 HORSETOOTH & CARLTON Bench Shelter 11 1615 HARMONY & SILVERGATE Bench Shelter RFP 9136 Bus Shelter Advertising & Maintenance Page 44 of 147 ATTACHMENT E EAM (Enterprise Asset Management) Service Request to Work Order process (Rev. A 11/18/15) 1. Login to EAM and go to the Work Management Portal (in red below). 2. Review current Service Requests (in red below) that need processed into Work Orders. RFP 9136 Bus Shelter Advertising & Maintenance Page 45 of 147 3. Review a selected Service Request by clicking on the Zoom Magnifying Glass. RFP 9136 Bus Shelter Advertising & Maintenance Page 46 of 147 4. This screen will give you the detail on the Service Request and in this case includes a attached photo of the described problem. This screen is also where you can create a new Work Order (WO) for this Service Request (SR). RFP 9136 Bus Shelter Advertising & Maintenance Page 47 of 147 5. This is the next screen you see when you select the New Work Order button. The required fields that you will need to load are Work Class and Technician. You will also see any additional Open Service Requests (SR) at this Stop at the bottom of the screen. When you have the data filled in and hit Save it will create a Work Order (WO) and remove the Service Request from the Work Management portal screen. RFP 9136 Bus Shelter Advertising & Maintenance Page 48 of 147 6. After you have hit save you go back to the Work Management Screen and you will see your Work Order has been created. 7. Next you go to the Technician Portal Screen to start processing the Work Order. RFP 9136 Bus Shelter Advertising & Maintenance Page 49 of 147 8. Once you select it the screen below will come up. You will need to Select a Task from the New Task tab. RFP 9136 Bus Shelter Advertising & Maintenance Page 50 of 147 9. When you do this screen below comes up and select BSS (Bus Stops and Stations) to bring up a list of Task ID’s that will apply to Bus Stops. 10. Once you select a Task Id. and Save the screen below will come up and you can start the task or defer this to later and add your time in under postings. RFP 9136 Bus Shelter Advertising & Maintenance Page 51 of 147 11. If you did start the task it will log your time- notice the wrench in the screen below. You can stop logging time by hitting the Edit/Stop Task button highlighted below. 12. When the Edit/Stop Task button is pushed the screen below will come up and if you are done you can add a Work Accomplish Code (WAC) and click the Finish Work order button. RFP 9136 Bus Shelter Advertising & Maintenance Page 52 of 147 13. The next screen is to review the WO information and make any changes prior to finishing the Work Order. If no changes, click the Finish WO at the bottom of screen. RFP 9136 Bus Shelter Advertising & Maintenance Page 53 of 147 14. If the Work Order Finish is accepted, you can go back to the Work Management Portal and you will see the Work Order Status has changed to Work Finished and you are done! The Work Order will then be processes to as Closed Status and come off of the Work Management screen. RFP 9136 Bus Shelter Advertising & Maintenance Page 54 of 147 ATTACHMENT F BUS STOP DESIGN STANDARDS & GUIDELINES Please note that the City is currently in the process of revising the bus stop design standards and guidelines, with an expected completion in 2021. The awarded Vendor will be responsible for remaining current on the City’s standards and guidelines, including any updates/revisions, throughout the term of the Agreement. RFP 9136 Bus Shelter Advertising & Maintenance Page 55 of 147 BUS STOP DESIGN STANDARDS & GUIDELINES July 21, 2015 RFP 9136 Bus Shelter Advertising & Maintenance Page 56 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES ACKNOWLEDGEMENTS: Technical Advisory Committee Noah Al Hadidi, CSU Student Sarah Allmon, Barrier Busters Public Transportation Advisory Group (PTAG) Vivian Armendariz, Citizen Michael Devereaux, PTAG, Commission on Disability Kathryn Grimes, Bike Advisory Commission Jamie Rideoutt, Lamar Advertising Company Ed Roberts, Transportation Board (past member) Carol Thomas, Transfort Safety, Security and Training Manager Project Management Team Emma Belmont, Transfort — Transit Planner Steve Gilchrist, Traffic — Traffic Engineer Aaron Iverson, FC Moves — Senior Transportation Planner Tim Kemp, Engineering — Civil Engineer III Tom Knostman, Streets — Pavement Engineer Kathleen Walker, Transfort — Operations Manager Graphics and Formatting Slate Communications BHA Design Incorporated RFP 9136 Bus Shelter Advertising & Maintenance Page 57 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES CONTENTS 1. OVERVIEW 1.1 PURPOSE 1.2 THE DEVELOPMENT OF THESE STANDARDS AND GUIDANCE 1.3 INTEGRATION WITH OTHER STANDARDS GUIDANCE 2. THE BIG PICTURE 2.1 INTRODUCTION 2.2 TRANSIT SYSTEM OVERVIEW 2.3 BUS STOP INSTALLATION AND UPGRADE — HOW DOES IT HAPPEN? 2.4 OBSTACLES TO IMPROVING TRANSIT INFRASTRUCTURE 2.5 BUS STOP MAINTENANCE AND ADVERTISING 3. STREET-SIDE CHARACTERISTICS 3.1 INTRODUCTION 3.2 STOP SPACING 3.3 STOP LOCATING 3.4 IN-STREET DESIGN 3.5 TECHNICAL DETAILS 4. CURB-SIDE CHARACTERISTICS 4.1 INTRODUCTION 4.2 UNIVERSAL DESIGN AND ADA ACCESSIBILITY 4.3 BUS STOP TYPES 4.4 AMENITIES 4.5 BUS STOP TYPE DETERMINATION 5. NEXT STEPS 5.1 INTRODUCTION 5.2 TRANSFORT BUS STOP IMPROVEMENT PLAN 5.3 RECOMMENDED FUTURE ACTIONS 6. APPENDIX 6.1 BUS STOP DEVELOPMENT FORM 6.2 LAND USE CODE SECTION 3.6.5 6.3 TECHNICAL DESIGNS (As Incorporated into Larimer County Urban Area Street Standards) 6.4 CITIZEN ADVISORY COMMITTEE LETTER OF SUPPORT RFP 9136 Bus Shelter Advertising & Maintenance Page 58 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 1 1. OVERVIEW 1.1 PURPOSE The purpose of the Bus Stop Design Standards and Guidelines document is to assist City staff, developers, local partners and private property owners in locating and designing bus stops and their associated passenger amenities within the City of Fort Collins as well as the greater Transfort service area. The document consists of five chapters: • Overview — discusses how to use the standards and guidance • The Big Picture — discusses the transit network as it currently exists and the envisioned future of transit service in Fort Collins • Street-side Characteristics — discusses the factors associated with the roadway that influence bus operations • Curb-side Characteristics — discusses the factors associated with the comfort, safety and convenience of patrons at bus stops • Next Steps — discusses Transfort’s approach to pursue capital improvements and outlines related action items related to bus stop accessibility RFP 9136 Bus Shelter Advertising & Maintenance Page 59 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 2 1.2 THE DEVELOPMENT OF THESE STANDARDS AND GUIDANCE This guidance document was created with the assistance of a Citizen Advisory Committee (CAC), created by Transfort, comprised of local transit riders, cycling advocates, safety specialists, urban designers, students, media professionals, Transfort staff and other interested parties. The CAC members included individuals with a wide range of abilities and experiences with the transit network. A project management team (PMT) of City staff also assisted in the development of this document. This group focused on the technical components and safety considerations as they relate to bus stops. The following City departments were represented in the PMT: Engineering, FC Moves, Planning, Streets, Traffic, and Transfort. In addition, Transit Cooperative Research Program (TCRP) Report 19 – Guidelines for the Location and Design of Bus Stops, as well as various other transit agency bus stop design documents, provided best practices and general guidance in the development of the standards and guidance outlined in this document. 1.3 INTEGRATION WITH OTHER STANDARDS AND GUIDANCE There are various tools that work in tandem with this standards and guidance document. Within the Transfort department, other important guidance tools that may provide guidance on facilities and services include: Transfort Strategic Operating Plan (TSOP), Transfort Operating Manual (TOM), and Transfort Service Standards. Additional documents that govern site development include: Fort Collins Land Use Code (LUC) and Larimer County Urban Area Street Standards (LCUASS). If conflicts arise between these documents, the more specific and/or stringent standard will apply. RFP 9136 Bus Shelter Advertising & Maintenance Page 60 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 3 2. THE BIG PICTURE 2.1 INTRODUCTION Bus stops are a critical part of the transit system as they serve as the first point of contact between the customer and the service. In addition, bus stop placement throughout the community acts to promote alternative modes of transportation to the traveling public. The spacing, location and design all affect the operation of the transit system and, in turn, the transit patron’s satisfaction. The standards and guidance in this document are intended to guide the design of transit stops that complement their immediate surroundings, meet the transit patron’s comfort and safety needs, and support an efficient transit network. The placement of transit stops is guided by safety considerations, community context, patron’s origins and destinations, opportunity, and Transfort’s strategic planning efforts. The TSOP is Transfort’s long range planning tool; however, it is possible that community growth and change will occur in ways not anticipated by the TSOP, and therefore routes and bus stops may be different from those envisioned in the TSOP. The TSOP proposed long range routes are depicted in Figure 2 below. 2.2 TRANSIT SYSTEM OVERVIEW The City of Fort Collins operates its own transit system, which is branded as Transfort. Transfort operates fixed route transportation within the City of Fort Collins and in parts of unincorporated Larimer County. Complementary paratransit service is contracted to and operated by Veolia Transportation. A regional express route, known as FLEX, is provided through a partnership between Fort Collins, Loveland, Berthoud, Longmont and Boulder County. Transfort bus stops are located within Fort Collins city limits as well as in unincorporated Larimer County, the City of Loveland, the Town of Berthoud, Boulder County and the City of Longmont. Transfort’s route map (August 2015) is provided below in Figure 1. Following Figure 1 is a map of the long range vision for transit service in and surrounding Fort Collins, Figure 2. This map illustrates the TSOP vision for a full transition into a productivity-based grid system. It incorporates the Phase 3 planned routes, along with additional recommendations from other adopted plans RFP 9136 Bus Shelter Advertising & Maintenance Page 61 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 4 and new routes that have been added since the TSOP’s adoption. The purpose of this map is to indicate where new bus stops will be located as development occurs throughout the city. VINE DR. MULBERRY ST. PROSPECT RD. DRAKE RD. HORSETOOTH RD. HARMONY RD. OVERLAND TRAIL TAFT HILL RD. LEMAY AVE. TIMBERLINE RD. I-25 SHIELDS ST. COLLEGE AVE. LAPORTE AVE. ELIZABETH ST. 6 19 91 33 18 16 14 12 10 9 92 81 7 5 32 31 DTC CTC STC 8 2 Figure 1 — Transfort All Routes Map (Effective August 2015) RFP 9136 Bus Shelter Advertising & Maintenance Page 62 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 5 Figure 2 — Transfort Strategic Operating Plan Phase 3 Routes and Proposed Changes RFP 9136 Bus Shelter Advertising & Maintenance Page 63 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 6 2.3 BUS STOP INSTALLATION AND UPGRADE — HOW DOES IT HAPPEN? There are just over 500 existing bus stops in the Transfort system; of these, some meet the standards outlined in this document and some do not. In addition to existing bus stops that Transfort currently serves, the TSOP sets forth a plan for expanded service which will require new transit facilities throughout Transfort’s service area. There are a variety of ways transit facilities are installed and upgraded throughout the Transfort system, and they are described below: • Transfort’s Capital Improvement Plan — The Improvement Plan, which is based on location specific criteria, identified in the Bus Stop Development Form (Appendix 1) and Section 4.5, prioritizes bus stop improvements in the Transfort Service Area. Transfort anticipates an annual budget of $100,000, based on dedicated tax revenue (Building on Basics), for bus stop improvements. It is estimated that this amount will fund approximately 7–10 bus stops annually. Transfort also pursues grants to fund additional improvements. Improvements are generally implemented according to the Improvement Plan, but obstacles do arise as described in Section 2.4. • Transfort’s Service Agreement for Bus Stops — Transfort contracts with an advertising company for the installation, provision of passenger amenities and maintenance of Transfort’s bus stops. This agreement permits Transfort to request solid surface upgrades to bus stops that are located within public right-of-way (ROW) and installation of passenger amenities at bus stops in Transfort’s service area. In a typical year, this agreement provides for the upgrade of approximately 10 bus stops. • Development and/or Redevelopment — As properties develop and redevelop within city limits the City’s Land Use Code (LUC) requires that the development accommodate both the existing and planned transit network (LUC Section 3.6.5 text included in Appendix 2). This requires developers to provide the necessary transit infrastructure and passenger amenities, if applicable, on or adjacent to their property. Developer responsibilities may include: dedicating additional public ROW; dedicating a Transit Easement; installation of a bus stop solid surface; installation of a bus pullout; and installation of or payment in lieu for RFP 9136 Bus Shelter Advertising & Maintenance Page 64 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 7 the applicable bus stop passenger amenities, all in accordance with the standards set forth in this document.  Transfort does not have control over which stops are improved via this method. Bus stop improvements may not be in accordance with the Improvement Plan Priorities set forth in this document. • City Capital Improvement and Street Maintenance Projects — Every year the City’s Engineering and Streets Departments implement capital improvements and street maintenance. These departments manage infrastructure improvements and work with Transfort to help upgrade bus stops, as needed in the area of the project’s impact. Since stops improved through this method are opportunistic, improvements may not reflect the same priorities as listed in the Improvement Plan. RFP 9136 Bus Shelter Advertising & Maintenance Page 65 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 8 2.4 OBSTACLES TO IMPROVING TRANSIT INFRASTRUCTURE Many obstacles exist outside of Transfort’s control, which makes providing quality transit facilities challenging at times. Obstacles to improving bus stops include: available space (including public ROW) for stop infrastructure (solid surface and passenger amenities); accessible neighborhood sidewalks connecting to stops; accessible street crossings; and temporary obstacles such as those due to weather events like snow, rain or hail. Transfort actively works with other City departments to make improvements to the sidewalk network and to add accessible bus stops in conjunction with City construction activities. However, it will take many years for all stops to be improved because infrastructure deficiencies are widespread. Images 1, 2 and 3 below demonstrate some of the obstacles that limit transit facility improvements. Image 1 Image 2 Laporte and Overland Eastbound (EB) Obstacles: • Limited public ROW • No sidewalks Shields and Swallow Northbound (NB) Obstacles: • Limited public ROW Image 3 Harmony and Corbett (EB) Obstacles: • Covered section of ditch runs between sidewalk and edge of street RFP 9136 Bus Shelter Advertising & Maintenance Page 66 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 9 2.5 BUS STOP MAINTENANCE AND ADVERTISING Transfort, like many transit agencies across the nation, utilizes advertising revenue to provide both maintenance of and passenger amenities at bus stops. Transfort contracts this service with an advertising contractor, allowing them to advertise at Transfort bus stops. In return, Transfort benefits from a portion of the advertising revenue, as well as the contractor’s maintenance of bus stops (including snow removal) and the contractor’s provision of passenger amenities and solid surface installation at locations within public ROW. However, advertising is not permitted at all bus stops within Transfort’s network. In single family residential areas, for example, advertising is limited to side-yards. In addition, certain areas may not be appropriate for advertising, such as historically significant sites. In such cases, Transfort has a limited number of non-advertising bus stop benches and shelters that can be used if advertising is deemed to be incompatible with the character of the area. Images 4–7 below are examples of advertising at Transfort bus stops. Image 4 Harmony and Timberline (EB) Image 5 Image 6 Image 7 Harmony and Larkbunting (WB) Rock Creek at Fossil Ridge High School (EB) Taft Hill and Drake (NB) RFP 9136 Bus Shelter Advertising & Maintenance Page 67 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 10 3. STREET-SIDE CHARACTERISTICS 3.1 INTRODUCTION This section discusses preferred and alternative street-side or in-street stop designs. Street-side characteristics refer to features associated with the roadway that influence transit operations. These features include elements such as: traffic speeds, street design, intersection design and the location of acceleration/deceleration lanes. Street-side features influence the location of and in-street design of bus stops. It is important to note that since stop designs were developed based on standard roadway characteristics, the on-site context may call for locations or designs that are tailored to that context. Ultimately, Transfort staff, with the input from the City’s Traffic, Engineering and FC Moves Departments, will make the final decision on the location and design that is appropriate for a given situation. Image 8 Street-side Characteristics RFP 9136 Bus Shelter Advertising & Maintenance Page 68 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 11 3.2 STOP SPACING Stop spacing refers to the distance between stops along a bus route. Stop spacing takes into consideration the trade-offs between vehicle travel times and walking distances to bus stops. While more frequently placed bus stops reduce walking distances, it also slows down bus service. In contrast, longer distances between stops increases vehicle speed but may result in customers having to walk longer distances to get to bus stops. This is described in TCRP’s Report 19 as trade- offs between operating efficiencies and customer accessibility, as follows: Table 1 — Trade-offs of Stop Spacing TCRP Report 19 also describes the industry standards for bus stop spacing typically being subdivided by land use types/densities or locating stops near major trip generators. This suggests using closer spaced stops in more densely populated areas, such as the central business core, and increasing space between stops when approaching more suburban and rural areas of the community. In addition Bus Rapid Transit (BRT) type routes generally suggest an increased distance between stops to decrease travel times. Table 2 below describes typical ranges for the different land use environments. Transfort uses these ranges as references, but in general the main considerations for bus stop locating and spacing are safety, such as reducing bus and vehicle conflicts, and major trip generators, such as, community activity centers and concentrations of residences and businesses. Where feasible, stops shall be located approximately ¼ mile apart. In locations where stop spacing is more then ⅓ mile apart, a midpoint stop may be considered if adjacent land uses warrant such additional stop placement. Close stops (every block or ⅛ mile – ¼ mile spacing) Further distance between stops (Beyond ¼ mile spacing) •Short walking distances •More frequent stops, creating longer travel time •Longer walking distances •Less frequent stops, creating shorter travel time RFP 9136 Bus Shelter Advertising & Maintenance Page 69 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 12 Table 2 — Recommended Bus Stop Spacing 3.3 STOP LOCATING There are three location options for bus stops: near-side, far-side and mid-block, as shown in Figure 3 below. Far-side stops are, in general, Transfort’s preferred stop location because they are shown to be the safest for passengers exiting the bus and minimize conflicts with other vehicles. However, a mid-block or near-side stop may be more appropriate in some situations. Many factors influence the location of stops, such as site specific safety considerations, traffic patterns, intersection geometry, passenger origins and destinations, pedestrian accessibility, route design and available space. Transfort staff determine which stop location is most appropriate for each individual situation, and Table 3 may be used to help make a decision based on the trade- offs of each possible location. Environment Route Type Spacing Range Urban Area (within a City Plan Activity Center, see Figure 20 in Section 4.5) Local Route ⅛ – ¼ Mile Express or Bus Rapid Transit Route ½ – 1 Mile or As Needed Suburban Area Local Route ¼ – ½ Mile Express or Bus Rapid Transit Route 1 Mile or As Needed Rural Area Local Route As Needed Express or Bus Rapid Transit Route As Needed RFP 9136 Bus Shelter Advertising & Maintenance Page 70 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 13 Figure 3 — Near-Side, Far-Side and Mid-Block Stops Locations RFP 9136 Bus Shelter Advertising & Maintenance Page 71 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 14 STOP LOCATION ADVANTAGES DISADVANTAGES NEAR-SIDE STOP Use if: • Destinations are focused at the near-side corner • Route pattern calls for near-side location • Available space is limited on far-side • Allows passengers to access buses close to the crosswalk • Eliminates the potential for double stopping — passenger loading can occur when bus is stopped at the signal • Increases conflict with right-turning vehicles • May result in stopping buses obscuring curbside traffic control devices and crossing pedestrians • May block the through traffic lanes during peak hours • May cause sight distance problems for pedestrians and motorists • May increase rear-end accidents if drivers aren’t anticipating the bus stopping before the intersection • Vehicles may attempt to turn in front of a stopped bus that is beginning to pull away FAR-SIDE STOP Use if: • Destinations are on both sides of street or on the far side of the intersection • Minimizes conflicts between right- turning vehicles and buses • Allows for additional right-turn capacity (because bus is not stopping in the right turn lane) • Minimizes sight distance difficulties on approach to intersections • Encourages pedestrians to cross behind the bus • Bus can merge into traffic more easily, taking advantage of gaps • Stopped buses may block intersections during congested periods • May cause a bus to stop twice in short order: once at a red light and once at the bus stop • May increase rear-end accidents if drivers do not anticipate the bus stopping after the intersection TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 15 3.4 IN-STREET DESIGN The In-Street Design refers to the location that the bus stops in the street to approach the bus stop, such as in a bus pullout, travel lane, bike lane or on a road shoulder. Determining what design is appropriate depends on safety considerations, street design, available space, ridership and other factors. Most of Transfort’s buses stop in bike or travel lanes, but bus pullouts may be used in areas where there is high ridership, a large number of route transfers or where traffic is considered to be high volume. Queue jumps refer to an intersection design that allows the bus to move ahead of queueing traffic to progress through high congestion intersections quicker. Queue jumps and bus pullouts typically originate from recommendations of a corridor, sub-area or service-related planning effort (e.g. Harmony Road Enhanced Travel Corridor Alternatives Analysis, Lincoln Corridor Plan, or West Central Area Plan). In addition, a bus pullout may be required when multiple routes transfer at the location. Foothills Mall provides an example of such a situation. In-Street Design alternatives are illustrated below in Figures 4 and 5. Bus pullouts, shall be designed to the detail shown in LCUASS drawing 711. The flow chart in Figure 6 helps to determine what In-Street Design is appropriate, and the trade-off of each design is described in Table 4. RFP 9136 Bus Shelter Advertising & Maintenance Page 73 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 16 Figure 4 — In-Street Bus Stop Design Alternatives RFP 9136 Bus Shelter Advertising & Maintenance Page 74 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 17 Figure 5 — Bus Stop Zone Dimensions (where on-street parking is present) RFP 9136 Bus Shelter Advertising & Maintenance Page 75 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 18 Figure 6 — In-Street Design Recommendations Is a design recommended as part of an adopted plan? YES Use design identified in the Plan NO Is the stop a transfer location? YES What volume of transfers are anticipated? NO Is there on-street parking? YES NO A Bulbout stop is most likely appropriate A Curbside stop is appropriate HIGH VOLUME (BRT connections or more than 3 routes serve the stop) LOW VOLUME (2-3 low frequency routes) How many travel lanes are on the adjacent road? A Bus Pullout or Open Bus Bay is appropriate 1 in each direction A Bus Pullout or Open Bus Bay is appropriate 2 or more in each direction RFP 9136 Bus Shelter Advertising & Maintenance Page 76 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 19 STOP LOCATION ADVANTAGES DISADVANTAGES CURBSIDE STOP (Typical) • Provides easy approach for bus drivers and results in minimal delay to the bus • Simple design and inexpensive to install • Easy to relocate • Can cause traffic delays since bus stops in the travel lane • May cause drivers to make unsafe passing maneuvers BUS PULLOUT (Route transfer stop and/or on roads with two travel lanes) • Bus is out of travel lane, minimizing delay to traffic • Passengers board/alight out of traffic • Re-entry into congested traffic can be difficult and cause delays • Expensive to install, making relocation difficult/expensive OPEN BUS BAY • Allows the bus to decelerate in the intersection • See Bus Pullout advantages • See Bus Pullout disadvantages QUEUE JUMP • Allows bus to bypass queued traffic • See Bus Pullout advantages • May delay right turning vehicles • See Bus Pullout disadvantages BULBOUT/NUB (For locations with on-street parking) • Removes fewer parking spaces than others • Decreases walking distances to bus stops for pedestrians • Provides additional sidewalk area for passengers • Results in minimal delay for buses • Costs more to install compared to curbside stops • See Curbside Stop disadvantages Table 4 — Recommended Bus Stop In-Street Design RFP 9136 Bus Shelter Advertising & Maintenance Page 77 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 20 4. CURB-SIDE CHARACTERISTICS 4.1 INTRODUCTION This section describes criteria that all bus stops shall meet, provides preferred layout of passenger amenities at stops and recommends how amenities should be distributed throughout the Transfort service area. Curbside characteristics refer to features associated with the comfort, safety and convenience of customers at bus stops outside of the roadway. These features include factors like sidewalk width, connections to adjacent land uses, and bus stop passenger amenities such as shelters, benches, bike racks, trash and recycling receptacles and lighting. Newly constructed or altered bus stops shall meet the standards in this section to the maximum extent feasible. Image 9 Curb-side Characteristics RFP 9136 Bus Shelter Advertising & Maintenance Page 78 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 21 4.2 UNIVERSAL DESIGN AND ADA ACCESSIBILITY The Americans with Disabilities Act of 1990 regulated enforceable accessibility standards for new construction and alterations to places of public accommodation, which include bus stops. The 2010 ADA Standards for Accessible Design, the most recent guidance, outlines the following four basic principles to accomplishing ADA accessibility at bus stops, as it applies to all newly constructed or altered Transfort bus stops. 1) Surface — the bus stop boarding and alighting area shall have a firm, stable surface; 2) Dimensions — the bus stop boarding and alighting area shall provide a clear length of 8' minimum, measured from the curb, and a clear width of 5' minimum, measured parallel to the roadway. Figure 6 — ADA Dimensions of Bus Boarding and Alighting Area 3) Connection — the bus stop boarding and alighting area shall be connected to streets, sidewalks, or pedestrian paths by an accessible route, of at least 4' wide. 4) Slope — the slope of the bus stop boarding and alighting area shall be the same as the roadway to the maximum extent practical, and not steeper than 1:48, a 2% grade. RFP 9136 Bus Shelter Advertising & Maintenance Page 79 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 22 If a bus stop has a shelter, there shall be a minimum clear floor space of 30" wide by 48" deep inside the shelter and an accessible path leading from the shelter to the boarding and alighting area. Figure 7 — ADA Interior Bus Shelter Space 4.3 BUS STOP TYPES Transfort has four typical stop types tailored to the context of each stop area. Higher ridership areas or areas with high concentrations of youth, senior, disabled or low-income populations are recommended to have a higher level of patron amenities such as a shelter, bench, bike rack, trash receptacle and lighting. Lower ridership areas may have fewer amenities. The Bus Stop Development Form (Appendix 1) will assist in determining what stop type is appropriate. The stop types are described below: RFP 9136 Bus Shelter Advertising & Maintenance Page 80 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 23 Figure 8 Type I Standard (Detached sidewalk) Figure 9 Type I Constrained (Attached sidewalk) Images 10 and 11 — Existing Type I Standard Stop Examples: Shields and Rolland Moore Park SB Bus Stop Harmony and Taft Hill EB Bus Stop • Type I – Sign Stop — A bus stop with a bus stop sign and basic ADA accessible landing surface are the primary features of this stop type, meaning there is no bench or shelter. This is the most basic stop type and is appropriate for low land-use density and low ridership areas. Figures 8 and 9 and images 10 and 11 show standard and constrained options for this type of stop, depending on the available right-of-way and sidewalk design. RFP 9136 Bus Shelter Advertising & Maintenance Page 81 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 24 Figure 10 Type II Standard (Detached sidewalk) Figure 11 Type II Constrained (Attached sidewalk) Images 12 and 13 — Existing Type II Standard and Constrained Examples (to comply with above design, these stops need the addition of a bike rack and trash receptacle) Shields and Centre Avenue NB Bus Stop Lincoln Avenue and Buckingham Park WB Bus Stop • Type II – Bench Stop — This describes a bus stop with a stand-alone bench as the primary feature, and which does not include a shelter. The stop should also have a bus stop sign, bike rack and trash receptacle. The most appropriate use of Bench Stops is areas with low to mid ridership potential. Figures 10 and 11 and images 12 and 13 show standard and constrained options for Type II – Bench Stops. RFP 9136 Bus Shelter Advertising & Maintenance Page 82 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 25 • Type III – Shelter Stop — This describes a bus stop with a shelter as the primary feature. This stop type should also include a bus stop sign, at least one bench, a trash receptacle, one or more bike racks, interior lighting and advertising panels. A Shelter Stop should be used in areas with medium to high ridership potential, high concentrations of elderly, youth, disabled and low-income populations and in areas with high exposure to the elements. • There are four alternative designs for Type III stops. The alternative chosen depends on the sidewalk design, public right-of-way and existing structures that may render the standard design impractical. Transfort staff will assist in determining which design is appropriate for each individual situation. Figures 12–19 and images 14–17 show examples of Type III Shelter Stop configurations. The existing stop images aren’t necessarily compliant with the organization/siting recommendations for passenger amenities in this section, for the appropriate organization/siting of passenger amenities, see the “amenity detail” following each Type III configuration. Figure 12 Type III Standard (Detached sidewalk) RFP 9136 Bus Shelter Advertising & Maintenance Page 83 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 26 Figure 13 Type III Standard (Detached sidewalk) — Amenity Detail Figure 14 Type III Constrained (Detached sidewalk) Figure 15 Type III Constrained (Detached sidewalk) — Amenity Detail RFP 9136 Bus Shelter Advertising & Maintenance Page 84 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 27 Figure 16 Type III Constrained (Attached sidewalk) Figure 17 Type III Constrained (Attached sidewalk) — Amenity detail Figure 18 Type III Wide Parkway (Detached sidewalk) RFP 9136 Bus Shelter Advertising & Maintenance Page 85 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 28 Figure 19 Type III Wide Parkway (Detached sidewalk bus stop) — Amenity detail Image 14 and 15 Existing Type III Examples * These do not meet the siting/organization of passenger amenity recommendations detailed in this section. Over time stops will be upgraded to meet revised standards, see Section 5.2 for more information. Images 16 and 17 — New Shelter Examples RFP 9136 Bus Shelter Advertising & Maintenance Page 86 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 29 • Type IV – Station Stop — This describes a bus stop that has enhanced passenger amenities such as a ticket vending machine, real time next bus LED and/or digital signage, a unique shelter structure, as well as the standard passenger amenities provided at Type III stops. Elements required at a Station Stop include those identified in Image 18 and Section 4.4 below. MAX Stations are currently the only Station Stops in Transfort’s system. Stations should be used on specialty routes, most often in Enhanced Travel Corridors as defined in the Transportation Master Plan as “uniquely designed corridors that are planned to incorporate high frequency transit, bicycling and walking as part of the corridor.” Image 18 — Example Station Stop Image 19 — Troutman Station (Concept) Image 20 — Troutman Station (Built) RFP 9136 Bus Shelter Advertising & Maintenance Page 87 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 30 4.4 PASSENGER AMENITIES Passenger amenities are a significant element in attracting people to use public transportation. Shelters are the most preferred passenger amenity because they offer the best protection from the elements. Other important amenities include: benches; customer information such as transit maps; real-time bus arrival information and directional signage; lighting; bike racks; and trash and recycling facilities. All passenger amenities should be located within public right-of-way or within a dedicated transit easement. The Bus Stop Passenger Amenities required, based on Stop Type described in Section 4.3, are provided in Table 5. In addition, see the Bus Stop Development Form in Appendix 1 for determining stop type. • Bus Stop Sign — All active bus stops (except Type IV Station Stops) are required to have a Transfort bus stop sign. Signage includes a round bus stop sign and a routes served sign. Transfort will arrange for the installation of the signage at the time service is initiated at a stop. • Solid Surface and full ADA Accessibility — All newly constructed or altered bus stops shall have a solid surface at least as large as the minimum size described in the Stop Types in Section 4.3 and comply with the four dimensions of accessibility described in Section 4.2. Newly implemented routes offer an exception to this rule, as sometimes stop locations need to be monitored to ensure they are in the best location prior to making the full investment upgrading the stop infrastructure. Final stop locations are generally finalized within two years. • Bench – All new benches shall be selected from the options described in this section and shall be powder coated in either RAL 7047 (for benches in shelters) or RAL 7039 (for stand-alone benches), refer to the Shelter Paint Colors on page 31. Images 21-23 depict the acceptable options. Image 21 Image 22 Image 23 6' Stand-alone ad bench REF RFB-14 4793-121 5–7' In-shelter non-ad bench REF SFB-02 14001-121 5' In-shelter non-ad bench REF SFB-08 12096-121 RFP 9136 Bus Shelter Advertising & Maintenance Page 88 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 31 • Shelter — All new shelters (not including Type IV Stations) shall be selected from the options described in this section and be powder coated in RAL 7047 and RAL 6017 as depicted in the examples below. Walls shall be either perforated metal or custom glass with the official Transfort branded banner and routes served information as shown in images 24–27. A double-sided advertising panel is the standard requirement. The non-ad shelter option is only available upon Transfort’s approval. In addition, shelters are preferred to incorporate solar panels for lighting or shall be directly wired for electric service. Image 24 Image 25 14' Standard Non-advertising shelter (Use must be approved by Transfort) REF SIGNA-TFP14 15' Standard advertising shelter REF SIGA-TFP15 25340-00 Image 26 Image 27 18' Upgraded ad shelter with V-ad Panels REF SIGA-TFV 24343 15' Upgraded ad shelter with glass walls REF SIGA-TFG15 25341-00 RFP 9136 Bus Shelter Advertising & Maintenance Page 89 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 32 RAL Paint Colors SHELTER PAINT COLORS GREEN: #RAL 6017 SILVER: #RAL 7047 RFP 9136 Bus Shelter Advertising & Maintenance Page 90 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 33 • Bike Racks — Bike racks are recommended at all bus stops and specifically required at all type II–IV stops. The preferred bike rack style is a simple hitching post or inverted U, as shown below, and should be powder coated in RAL 7047, RAL 7039 or RAL 6017. Image 28 (2 bike) Image 29 (2 bike)Image 30 (4 or 5 bike) REF SFM-05 25390-121 REF SFM-06 25391-121 REF SFM-10 25392-121 • Trash and Recycling Receptacles — Trash and recycling receptacles are required at all Type III and IV stops and are an option at Type I and II stops. Lower ridership stops may utilize a pole mounted trash receptacle, and higher ridership stops (projected over 25 daily boardings) shall provide a stand-alone trash receptacle from the options below, and should be powder coated in RAL 7047 or RAL 7039. Image 31 Image 32 Pole Mounted REF SFTR-10 25393-121 25394-121 32 Gallon Steel Strap REF SFTR-11 25395-121 25396-121 RFP 9136 Bus Shelter Advertising & Maintenance Page 91 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 34 • Lighting — Solar lighting panels are included on the roof of the approved shelter options described previously. Type I and II stops typically do not have their own lighting, and instead utilize nearby street lights and lighting from neighboring businesses. Pole mounted lighting may be an option for stops with limited nearby lighting. • Transit System Map — Transfort installs transit system maps at high ridership Type III stops (over 50 daily boardings). System maps are only installed at Type III stops because the shelter provides a mounting location for the map display case. • Transit Route Map/Schedules(s) — Transfort typically installs individual route maps at high ridership Type III stops (over 50 daily boardings). Route maps are only installed at Type III stops because the shelter provides a mounting location for the map display case. • Ticket Vending Machine (TVM) — Ticket vending machines are included at MAX stations and in the example Type IV Station Stop design, as shown in Images 18–20. However, while TVMs remain a recommended element, the need for TVMs may be reduced as Transfort moves towards mobile ticket purchase options. • Digital Signage — Digital signage is recommended at all Type IV Station Stops and may be installed by Transfort at high use and/or transfer bus stops. Digital signs, which are LED panels and/or LCD screens, typically display real-time bus arrival information, rider alerts, and other critical passenger information. • Ground Mounted Tactile — Type IV Station Stops are recommended to include ground mounted tactile surfaces adjacent to boarding and alighting areas. • Paper Schedules — Paper schedules are typically provided just at transit centers, but could be considered for high ridership stops as needed. This information would be provided by Transfort. • Security Cameras and Emergency Call Box — Security cameras and emergency call boxes are recommended to be provided at Type IV Station Stops. • Wind Screen — Wind screens are integrated into the standard shelter designs, but depending on the orientation of the shelter, the standard wind screens may not be adequate for the specific location. If wind is deemed to be an issue at a particular stop, a custom wind panel should be considered in addition to or in lieu of the standard shelter wind panel. RFP 9136 Bus Shelter Advertising & Maintenance Page 92 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 35 • Secure Bike Parking — Secure bike parking is an optional element at any stop, but should be considered at high use stops, especially transit centers and/or park-n-rides. • Braille Signage — Braille signage is not a standard element at bus stops, but has been recommended to be evaluated further following the completion of this document. Section 5.3 discusses next steps related to Braille Signage. • Wayfinding Signage — Wayfinding signage is optional at all bus stops but is recommended at Type IV Station stops. Bus Stop Amenities Type I Type II Type III Type IV Bus Stop Sign Solid Surface 5' x 8' Landing Pad 4' Path Connection to adjacent sidewalks Minimal Slope Bench Shelter Custom Shelter Bike Rack(s) (At least 1 rack recommended at all stops [except Type I], additional racks may be required based on projected ridership) Trash and Recycling Facilities Lighting Transit System Map Route Map/Schedule(s) Ticket Vending Machine (TVM) Digital Signage Ground Mounted Tactile Paper Schedules Security Cameras and Emergency Call-box Wind Screen Secure Bike Parking Braille Signage Wayfinding Signage Legend: Required Amenity Recommended Amenity Optional Amenity Table 5 — Bus Stop Amenities RFP 9136 Bus Shelter Advertising & Maintenance Page 93 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 36 4.5 BUS STOP TYPE DETERMINATION The selection of the appropriate stop type should consider both qualitative and quantitative measures, such as: • ridership potential and/or existing ridership, • neighboring land uses, including concentrations of youth, seniors, disabled, and low-income populations (e.g. schools, housing or social service agencies) • proximity to defined activity centers (as part of City Plan), and • exposure to the elements. As new stops are developed, the following criteria should be used to determine the appropriate stop type. Please refer to the Bus Stop Development Form in Appendix 1 for a site specific evaluation form. Higher priority for upgrades should be given to bus stops with mid-high ridership (above 50 boardings per day), demographic considerations such as youth, senior, disabled and low-income population concentrations within ¼ mile of the stop, and stops with high exposure to the elements. Criterion Type I – Sign Type II – Bench Type III – Shelter Type IV – Station Ridership Potential (existing or projected) Low Ridership (<25 daily boardings) Low–Med Ridership (25–50 daily boardings) Med–High Ridership (>50 daily boardings) Very High Ridership (250+ daily boardings) Land Use Density (Refer to Zoning Map) RUL, UE, RF, RL, or POL NCL, NCB, LMN, RC, RDR, NC, CL, E, I NCM, MMN, HMN, D, CC, CCN, CCR, CG, CS, HC Youth, Seniors or Disabled Populations Concentrations Within a ⅛ mile of population concentrations Located in an Activity Center (City Plan— Targeted Infill and Redevelopment Area map, see Figure 20 below) Recommended Located in an Enhanced Travel Corridor Recommended High Exposure to the Elements Recommended Table 6 — Bus Stop Type Criteria TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 37 Figure 20 — Targeted Infill and Redevelopment Map, City Plan, 2010 RFP 9136 Bus Shelter Advertising & Maintenance Page 95 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 38 As noted previously, Transfort serves just over 500 bus stops; some of which meet the design and amenity distribution standards outlined in Sections 3 and 4. This section is intended to describe Transfort’s plan to bring bus stops into compliance with these standards as well as the City’s Americans with Disabilities Act Transition Plan as adopted in 1992. The Transition Plan set forth a five year approach to achieving full compliance with the Americans with Disabilities Act standards. At that time, Transfort had a much smaller service area and anticipated that full compliance could be achieved through a $17,000 investment in bus stop solid surface improvements. The plan presumed that once existing stops were brought into compliance, future stops would be developed in accordance with the ADA standards. However, that was not the case and many of Transfort’s current stops are not compliant with ADA standards. In 2013, a full inventory of bus stops was completed. This identified that only 32% of Transfort’s stops met the ADA standards described in Section 4.2. Since 2013’s inventory, service has been eliminated in some areas (College Avenue and Timberline Road) and new service has been added to other areas (Mason Corridor, North Timberline Road, West Vine Drive, East Drake Road and East Horsetooth Road). In addition, as of spring 2015, approximately 50 stops had been upgraded to meet ADA standards. Transfort managed projects upgrading 27 stops, including 18 MAX stations and nine stops throughout the community; private development upgraded upwards of seven stops; and Transfort’s advertising contractor upgraded 16 stops. Based on this information Transfort estimates that now approximately 35% of bus stops meet ADA accessibility requirements. Inventorying of bus stops is ongoing and Transfort will have a more accurate understanding of ADA compliance by the end of 2015. Based on the previous estimate, approximately 330 bus stops in Transfort’s service area are not in compliance with ADA standards. Many of these are located in areas with limited neighborhood sidewalks. In addition to the cost of any necessary connecting sidewalks, bus stop improvements can range between $2,500 to $30,000 depending on the available public ROW and other site specific characteristics (an average is estimated at $10,000 for each stop). Stops on the low 5. NEXT STEPS 5.1 INTRODUCTION RFP 9136 Bus Shelter Advertising & Maintenance Page 96 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 39 end are generally within public ROW and have level grading to build on. Stops on the higher end are in areas that often require negotiations with private property owners before any accessible infrastructure can be installed and where drainage or grading challenges are present. The obstacles to upgrading bus stops is described more thoroughly in Section 2.4. This information leads Transfort to estimate that full compliance with ADA standards would cost between $3,000,000 and $5,000,000 (in 2015 dollars). Transfort’s Bus Stop Improvement Plan, in Section 5.2, describes Transfort’s phased approach to achieving (at a minimum) ADA accessibility at all bus stops as well as compliance with the bus stop type and amenity distribution standards in this document. Section 2.3 — “Bus Stop Installation and Upgrade — How does it happen?” explains the four primary ways that bus stops are upgraded: • Transfort Bus Stop Improvement Plan • Transfort’s Advertising Contractor • Development and/or Redevelopment • City Capital Projects and Street Maintenance Program This section focuses on stops improved through the Transfort Bus Stop Improvement Plan and by Transfort’s advertising contractor. Transfort’s Bus Stop Improvement Plan is not all inclusive of every Transfort stop, since two other improvement methods, Development/Redevelopment and City Capital Projects – Street Maintenance Projects, will also result in upgraded stops throughout the community. 5.2 TRANSFORT BUS STOP IMPROVEMENT PLAN This April, City of Fort Collins residents approved a 10-year 0.25% sales tax for Capital Projects. In addition to other City Capital Projects, this tax includes a dedication of an average of $100,000 a year to bus stop improvements in the Transfort service area. It is anticipated that this will fund an average of 10 stops a year over the next 10 years for a total of 100 stops (between 2016 and 2026). This RFP 9136 Bus Shelter Advertising & Maintenance Page 97 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 40 funding can also serve as local as leverage for grants for additional stop improvements. In addition, Transfort can work with their advertising contractor to upgrade additional stops within public ROW. Based on this identified funding source and Transfort’s working relationship with their advertising contractor, Transfort projects an average of 15–20 stops be improved to meet the new design standards each year based on the priorities described in Section 4.5. To reiterate, priority for bus stop upgrades are given to areas that do not meet ADA requirements and meet the following criteria: • Mid-high ridership (above 50 boardings per day), • Demographic considerations such as youth, senior, disabled and low-income population concentrations within ¼ mile of the stop • Stops with high exposure to the elements 5.3 RECOMMENDED FUTURE ACTIONS • Grant Funding — The City should pursue grant funding to leverage the limited local funding to accelerate the Transfort Bus Stop Improvement Plan. • Snow Removal on Adjacent Sidewalks — The inconsistent removal of snow surrounding bus stops was a point of concern for the Citizen Advisory Committee that helped guide the development of this document. Transfort would not be the appropriate leader to initiating this discussion, but the City’s Street Maintenance and Code Enforcement Departments will be made aware of the concerns expressed. • Braille Signage — Braille signage was identified as an element of interest by the Citizen Advisory Committee that guided the development of this document. Following the adoption of this document, Transfort will establish a group of interested transit users to help determine how Braille signage could be implemented and what the Braille signage should say. RFP 9136 Bus Shelter Advertising & Maintenance Page 98 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 41 6. APPENDIX THIS PAGE INTENTIONALLY LEFT BLANK RFP 9136 Bus Shelter Advertising & Maintenance Page 99 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 42 6.1 BUS STOP DEVELOPMENT FORM Is a design recommended as part of an adopted plan? YES Use design identified in the Plan NO Is the stop a transfer location? YES What volume of transfers are anticipated? NO Is there on-street parking? YES NO A Bulbout stop is most likely appropriate A Curbside stop is appropriate HIGH VOLUME (BRT connections or more than 3 routes serve the stop) LOW VOLUME (2-3 low frequency routes) How many travel lanes are on the adjacent road? A Bus Pullout or Open Bus Bay is appropriate 1 in each direction A Bus Pullout or Open Bus Bay is appropriate 2 or more in each direction Transfort Bus Stop Checklist To be filled out by Transfort Staff Location (cross streets): __________________________________________________ Block Location: ¨ Near-side ¨ Far-side ¨ Mid-block Service: ¨ On Existing Transit Route ¨ Future Transit Route Street-Side Design Considerations: RFP 9136 Bus Shelter Advertising & Maintenance Page 100 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 43 Curb-side Design Considerations: Projected Ridership (boardings) Low Ridership (<25 daily boardings) – 0 points Moderate Ridership (25–50 daily boardings) – 2 points High Ridership (>50 daily boardings) – 5 points Very High Ridership (200+ daily boardings) – 10 points Land Use Density (Zoning) Low Density (RUL, UE, RF, RL, POL or County) – 0 points Medium Density (NCL, NCB, LMN, RC, RDR, NC, CL, E, I) – 2 points Higher Density (NCM, MMN, HMN, D, CC, CCN, CCR, CG, CS, HC) – 5 points Youth, Senior, Disabled or Low-income Population Concentrations (includes schools, dedicated housing, and social service entities) Within a ¼ mile of population concentrations – 2 points Within a ⅛ mile of population concentrations – 5 points Activity Center Within a designated Activity Center or on CSU’s campus – 2 points Enhanced Transportation Corridor (ETC) Located along an ETC – 2 points Designated as Station in an ETC plan – 15 points High Exposure to Elements In areas with exposure to wind, rain, high traffic speed, etc. – 5 points TOTAL Scoring Type I Stop — Basic accessibility required Type II Stop — Basic accessibility and bench required Type III Type III – Basic accessibility, standard shelter, trash and 1 bike rack (2 bikes) Type III – Basic accessibility, standard shelter, trash and 2 bike racks (4 bikes) Optional Type IV (upon consideration by transit provider) Score Range 0 – 1 2 – 4 5 – 10 11 – 15 >15 In-street and Curb-side Design Recommended In-Street Design: ¨ Curb-side Stop ¨ Bulbout Stop ¨ Bus Pullout Stop ¨ Open Bay Stop ¨ Queue Jump Stop Recommended Curb-side Stop Type: ¨ Type I (Sign Stop) ¨ Type II (Bench Stop) ¨ Type III (Shelter Stop) ¨ Type III (Shelter Stop – 2 bike racks) ¨ Type IV (Station Stop) RFP 9136 Bus Shelter Advertising & Maintenance Page 101 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 44 6.2 LAND USE CODE SECTION 3.6.5 3.6.5 Bus Stop Design Standards (update in progress) (A) Purpose. The purpose of this Section is to ensure that new development adequately accommodates existing and planned transit service by integrating facilities designed and located appropriately for transit into the development plan. (B) General Standard. All development located on an existing or planned transit route shall install a transit stop and other associated facilities on an easement dedicated to the City or within public right-of-way as prescribed by the City of Fort Collins Bus Stop Design Standards and Guidelines in effect at the time of installation, unless the Director of Community Services determines that adequate transit facilities consistent with the Transit Design Standards already exist to serve the needs of the development. All development located on existing transit routes will accommodate the transit facilities by providing the same at the time of construction. All development located on planned routes will accommodate said facilities by including the same in the development plan and escrowing funds in order to enable the city or its agents to construct the transit facilities at the time transit service is provided to the development. All facilities installed shall, upon acceptance by the City, become the property of the City and shall be maintained by the City or its agent. (C) Location of Existing and Planned Transit Routes. For the purposes of application of this standard, the location of existing transit routes shall be defined by the Transfort Route Map in effect at the time the application is approved. The location of planned transit routes shall be defined according to the Transfort Strategic Operating Plan, as amended. RFP 9136 Bus Shelter Advertising & Maintenance Page 102 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 45 6.3 TECHNICAL DESIGNS (As Incorporated into Larimer County Urban Area Street Standards) RFP 9136 Bus Shelter Advertising & Maintenance Page 103 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 46 RFP 9136 Bus Shelter Advertising & Maintenance Page 104 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 47 RFP 9136 Bus Shelter Advertising & Maintenance Page 105 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 48 6.4 CITIZEN ADVISORY COMMITTEE LETTER OF SUPPORT RFP 9136 Bus Shelter Advertising & Maintenance Page 106 of 147 TRANSFORT BUS STOP DESIGN STANDARDS AND GUIDELINES 49 RFP 9136 Bus Shelter Advertising & Maintenance Page 107 of 147 ATTACHMENT G The following examples are indicative of areas to be cleared of snow at bus stops. In general, the area to be cleared includes the bus pad, portion of the sidewalk leading to the pad plus any ADA ramps in close proximity and is highlighted in purple. Stop 237 King Soopers Stop 529 RFP 9136 Bus Shelter Advertising & Maintenance Page 108 of 147 Stop 550 Stop 1663 RFP 9136 Bus Shelter Advertising & Maintenance Page 109 of 147 Bus Stop 239 Bus Stop 946 RFP 9136 Bus Shelter Advertising & Maintenance Page 110 of 147 Bus Stop 127 Bus Stop 531 RFP 9136 Bus Shelter Advertising & Maintenance Page 111 of 147 ATTACHMENT H – TRANSFORT BUS ROUTES Additional route details can be found at http://www.ridetransfort.com/routes/routes RFP 9136 Bus Shelter Advertising & Maintenance Page 112 of 147 Route 2 Route 3 RFP 9136 Bus Shelter Advertising & Maintenance Page 113 of 147 Route 5 RFP 9136 Bus Shelter Advertising & Maintenance Page 114 of 147 Route 6 RFP 9136 Bus Shelter Advertising & Maintenance Page 115 of 147 Route 7 RFP 9136 Bus Shelter Advertising & Maintenance Page 116 of 147 Route 8 RFP 9136 Bus Shelter Advertising & Maintenance Page 117 of 147 Route 9 Route 10 RFP 9136 Bus Shelter Advertising & Maintenance Page 118 of 147 Route 11 Route 12 RFP 9136 Bus Shelter Advertising & Maintenance Page 119 of 147 Route 14 Route 16 RFP 9136 Bus Shelter Advertising & Maintenance Page 120 of 147 Route 18 RFP 9136 Bus Shelter Advertising & Maintenance Page 121 of 147 Route 19 RFP 9136 Bus Shelter Advertising & Maintenance Page 122 of 147 Route 31 Route 32 Route 33 RFP 9136 Bus Shelter Advertising & Maintenance Page 123 of 147 Route 81 RFP 9136 Bus Shelter Advertising & Maintenance Page 124 of 147 GOLD RFP 9136 Bus Shelter Advertising & Maintenance Page 125 of 147 HORN RFP 9136 Bus Shelter Advertising & Maintenance Page 126 of 147 Official Purchasing Document Last updated 10/2017 VIII. SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN ) SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit A, consisting of ( ) page(s) and incorporated herein by this reference. Irrespective of references in Exhibit A to certain named third parties, Service Provider shall be solely responsible for performance of all duties hereunder. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit , consisting of ( ) page(s), and incorporated herein by this reference. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. Services shall be completed no later than . Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 4. Agreement Period. This Agreement shall commence , 20 , and shall continue in full force and effect until , 20 , unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. Written notice of renewal shall be provided to the Service Provider and mailed no later than thirty (30) days prior to Agreement end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 6. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of RFP 9136 Bus Shelter Advertising & Maintenance Page 127 of 147 Official Purchasing Document Last updated 10/2017 termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Service Provider: City: Copy to: Attn: City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 City of Fort Collins Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Agreement Sum. The City shall pay the Service Provider for the performance of this Agreement, subject to additions and deletions provided herein, ($ ) as per the attached Exhibit " ", consisting of page(s), and incorporated herein by this reference. 8. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 9. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 10. Subcontractors. Service Provider may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Service Provider. 11. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an RFP 9136 Bus Shelter Advertising & Maintenance Page 128 of 147 Official Purchasing Document Last updated 10/2017 agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 12. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 13. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. c. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City-furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 14. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 15. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 16. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. RFP 9136 Bus Shelter Advertising & Maintenance Page 129 of 147 Official Purchasing Document Last updated 10/2017 17. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit , consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Purchasing Director, P. O. Box 580, Fort Collins, Colorado 80522, one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 18. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 19. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 20. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “e-Verify Program”) or the Department Program (the “Department Program”), an employment verification program established pursuant to Section 8- 17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this RFP 9136 Bus Shelter Advertising & Maintenance Page 130 of 147 Official Purchasing Document Last updated 10/2017 Agreement. c. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider’s violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. 21. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit - Confidentiality, consisting of one (1) page, and Exhibit - Federal Terms & Conditions, consisting of eleven (11) pages, attached hereto and incorporated herein by this reference. RFP 9136 Bus Shelter Advertising & Maintenance Page 131 of 147 Official Purchasing Document Last updated 10/2017 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director DATE: ATTEST: APPROVED AS TO FORM: SERVICE PROVIDER'S NAME By: Printed: Title: CORPORATE PRESIDENT OR VICE PRESIDENT Date: RFP 9136 Bus Shelter Advertising & Maintenance Page 132 of 147 Official Purchasing Document Last updated 10/2017 EXHIBIT A SCOPE OF SERVICES RFP 9136 Bus Shelter Advertising & Maintenance Page 133 of 147 Official Purchasing Document Last updated 10/2017 EXHIBIT (BID SCHEDULE/COMPENSATION) RFP 9136 Bus Shelter Advertising & Maintenance Page 134 of 147 Official Purchasing Document Last updated 10/2017 EXHIBIT INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: “The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins.” In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider 's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. RFP 9136 Bus Shelter Advertising & Maintenance Page 135 of 147 Official Purchasing Document Last updated 10/2017 EXHIBIT CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to this Agreement (the “Agreement”), the Service Provider hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as “information”) that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Service Provider has agreed to perform, the Service Provider hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Service Provider agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City, or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City). The Service Provider shall not disclose any such information to any person not having a legitimate need-to-know for purposes authorized by the City. Further, the Service Provider shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Service Provider understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Service Provider shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Service Provider ceases to perform services for the City, or the City so requests for any reason, the Service Provider shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Service Provider understands and agrees that the City’s remedies at law for a breach of the Service Provider’s obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. RFP 9136 Bus Shelter Advertising & Maintenance Page 136 of 147 Official Purchasing Document Last updated 10/2017 EXHIBIT FEDERAL TRANSIT ADMINISTRATION FEDERALLY REQUIRED AND OTHER MODEL CONTRACT CLAUSES (1) NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government. 1. The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (31 U.S.C. 3801 et seq. 49 CFR Part 31 18 U.S.C. 1001 49 U.S.C. 5307) Program Fraud and False or Fraudulent Statements or Related Acts. 1. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. 2. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. 3. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. (3) ACCESS TO RECORDS AND REPORTS RFP 9136 Bus Shelter Advertising & Maintenance Page 137 of 147 Official Purchasing Document Last updated 10/2017 (49 U.S.C. 5325, 18 CFR 18.36 (i), 49 CFR 633.17) Access to Records - The following access to records requirements apply to this Contract: 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000. 3. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 6. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 7. FTA does not require the inclusion of these requirements in subcontracts. Requirements for Access to Records and Reports by Types of Contract RFP 9136 Bus Shelter Advertising & Maintenance Page 138 of 147 Official Purchasing Document Last updated 10/2017 Contract Characteristics Operational Service Contract Turnkey Construction Architectural Engineering Acquisition of Rolling Stock Professional Services I State Grantees a. Contracts below SAT ($100,000) None Those imposed on state pass thru to Contractor None None None None b. Contracts above $100,000/Capital Projects None unless1 non-competitive award Yes, if non- competitive award or if funded thru2 5307/5309/5311 None unless non-competitive award None unless non-competitive award None unless non-competitive award II Non State Grantees a. Contracts below SAT ($100,000) Yes 3 Those imposed on state pass thru to Contractor Yes Yes Yes Yes b. Contracts above $100,000/Capital Projects Yes 3 Yes Yes Yes Yes Sources of Authority: 1 49 USC 5325 (a) 2 49 CFR 633.17 3 18 CFR 18.36 (i) (4) FEDERAL CHANGES (49 CFR Part 18) Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so Official Purchasing Document Last updated 10/2017 a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 3. The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. (6) INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS (FTA Circular 4220.1E) Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1E, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any RFP 9136 Bus Shelter Advertising & Maintenance Page 140 of 147 Official Purchasing Document Last updated 10/2017 (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. (7) ENERGY CONSERVATION REQUIREMENTS (42 U.S.C. 6321 et seq. 49 CFR Part 18) Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. (8) TERMINATION (49 U.S.C. Part 18 FTA Circular 4220.1E) a. Termination for Convenience (General Provision) The (Recipient) may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to (Recipient) to be paid the Contractor. If the Contractor has any property in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) directs. b. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the (Recipient) may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the (Recipient) that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the (Recipient), after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure (General Provision) The (Recipient) in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) setting forth the nature of said breach or default, (Recipient) shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate RFP 9136 Bus Shelter Advertising & Maintenance Page 141 of 147 Official Purchasing Document Last updated 10/2017 to preclude (Recipient) from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that (Recipient) elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit (Recipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. f. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. (9) GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. (10) BREACHES AND DISPUTE RESOLUTION (49 CFR Part 18FTA Circular 4220.1E) Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of (Recipient)'s [title of employee]. This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, the RFP 9136 Bus Shelter Advertising & Maintenance Page 142 of 147 Official Purchasing Document Last updated 10/2017 Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by (Recipient), Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the (Recipient) and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the (Recipient) is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the (Recipient), (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. (11) LOBBYING (31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20) Clause and specific language therein are mandated by 49 CFR Part 19, Appendix A. Modifications have been made to the Clause pursuant to Section 10 of the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Lobbying Certification and Disclosure of Lobbying Activities for third party contractors are mandated by 31 U.S.C. 1352(b)(5), as amended by Section 10 of the Lobbying Disclosure Act of 1995, and DOT implementing regulation, "New Restrictions on Lobbying," at 49 CFR § 20.110(d) - Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A, Section 7, which provides that contractors file the certification required by 49 CFR Part 20, Appendix A. Modifications have been made to the Lobbying Certification pursuant to Section 10 of the Lobbying Disclosure Act of 1995. - Use of "Disclosure of Lobbying Activities," Standard Form-LLL set forth in Appendix B of 49 CFR Part 20, as amended by "Government wide Guidance For New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96) is mandated by 49 CFR Part 20, Appendix A. Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification RFP 9136 Bus Shelter Advertising & Maintenance Page 143 of 147 Official Purchasing Document Last updated 10/2017 required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non- Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] 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 making lobbying contacts to 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 [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (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 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file 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 failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form 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.] RFP 9136 Bus Shelter Advertising & Maintenance Page 144 of 147 Official Purchasing Document Last updated 10/2017 The Contractor, ________________ ___, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. __________________________ Signature of Contractor's Authorized Official __________________________ Name and Title of Contractor's Authorized Official ___________________________ Date (12) CLEAN AIR (42 U.S.C. 7401 et seq, 40 CFR 15.61, 49 CFR Part 18) Clean Air - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. (13) CLEAN WATER REQUIREMENTS (33 U.S.C. 1251) Clean Water - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. (14) CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Contract Work Hours and Safety Standards (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one- half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. RFP 9136 Bus Shelter Advertising & Maintenance Page 145 of 147 Official Purchasing Document Last updated 10/2017 Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - The (write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. (15) DISADVANTAGED BUSINESS ENTERPRISE (DBE) (49 CFR Part 26) of DBE subcontracting participation when specific contract goals have been established. Disadvantaged Business Enterprises a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency’s overall goal for DBE participation is 2 %. There is no DBE goal for this project. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). c. The successful bidder/offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor’s receipt of payment for that work from the City of Fort Collins. In addition, the contractor may not hold retainage from its subcontractors and is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed. RFP 9136 Bus Shelter Advertising & Maintenance Page 146 of 147 Official Purchasing Document Last updated 10/2017 e. The contractor must promptly notify the City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the City of Fort Collins. (16) RECYCLED PRODUCTS (42 U.S.C. 6962, 40 CFR Part 247, Executive Order 12873) Recovered Materials - The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. (17) ADA ACCESS Accessibility. Facilities to be used in public transportation service must comply with 42 U.S.C. Sections 12101 et seq. and DOT regulations, “Transportation Services for Individuals with Disabilities (ADA),” 49 CFR Part 37; and Joint ATBCB/DOT regulations, “Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,” 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by reference the ATBCB’s “Americans with Disabilities Act Accessibility Guidelines” (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 37. DOT also added specific provisions to Appendix A modifying the ADAAG, with the result that buildings and facilities must comply with both the ADAAG and amendments thereto in Appendix A to 49 CFR Part 37. (18) CITY OF FORT COLLINS BID PROTEST PROCEDURES The City of Fort Collins has a protest procedure, covering any phase of solicitation or award, including but not limited to specification or award. The protest procedures are available from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd Floor, P. O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the procedures by emailing: Purchasing@fcgov.com or calling 970-221-6775. RFP 9136 Bus Shelter Advertising & Maintenance Page 147 of 147 comply shall constitute a material breach of this contract. (5) CIVIL RIGHTS REQUIREMENTS (29 U.S.C. § 623, 42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. § 12132, 49 U.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq.) Civil Rights - The following requirements apply to the underlying contract: 1. Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2. Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: RFP 9136 Bus Shelter Advertising & Maintenance Page 139 of 147 RFP 9136 Bus Shelter Advertising & Maintenance Page 94 of 147 MID-BLOCK STOP Use if: • Block size is large and/or destinations are focused mid-block • Route pattern calls for mid-block stop • Minimizes sight distance difficulties at intersections • Removes the influence of traffic congestion occurring at intersections • Encourages passengers to cross mid-block (jaywalk) • Increases walking distance for patrons to cross at intersections Table 3 — Recommended Bus Stop Location RFP 9136 Bus Shelter Advertising & Maintenance Page 72 of 147 307 TAFT HILL & BLEVINS BUS STOP WITH BENCH 0 0 1 2 1 309 HORSETOOTH & DUNBAR BUS STOP WITH BENCH 0 0 0 1 310 HORSETOOTH & SHIELDS BUS STOP WITH SHELTER 1 0 1 2 0 311 HORSETOOTH & TRADITION BUS STOP WITH SHELTER 1 0 1 2 0 312 HORSETOOTH & MANHATTAN BUS STOP WITH SHELTER 1 0 1 2 0 313 HORSETOOTH & MASON BUS STOP WITH SHELTER 1 0 1 0 324 DRAKE & STOVER BUS STOP WITH BENCH 0 0 0 1 326 DRAKE & CSU VET SCHOOL BUS STOP WITH BENCH 0 0 0 1 RFP 9136 Bus Shelter Advertising & Maintenance Page 31 of 147